Loading...
HomeMy WebLinkAboutContract 341672004 CIP CONTHACT #17 PAVEMENT RECONSTRUCTION ANO WATER SANITARY SEWER MAIN REPLACEMENT FOR MARTHA LANE -MILAM STREET TO BARRON LANE MALINDA LANE NORTII -JENSON ROAD TO MALINDA LANE SOUTH MALINDA LANE SOUTH -JENSON ROAD TO MALINDA LANE NORTII ' D.O.E. No. 4879 UNIT IA -WATER PROJECT No . P253-541200 604170016183 UNIT 18 -SEWER PROJECT No. P258-541200 704170016183 WATER/SEWER FILE No. X-19005 UNIT II -STREET PROJECT No. Cl00-541200 204400016183 TA>W FILE No. K-1956 CITY SECRETARY F "\l l D O .E. FILE 0 RT vvO RTH c .~.f\lTR,l\croR's soNDING co . .....,_ ... _,, 1~(._. 1:iu · ! )N'S COPY ;, • C...-it.1-., ...,. ~.n .. 1:::N T MIKE MONCRIEF MAYOR CHARLES R. BOSWELL CITY MA N A GER MARC A. OTT ASSIST ANT CITY MANAGER A. DOUGLAS RADEMAKER. P.E. DIRECTOR. DEPARTMENT OF ENGINEERING S. FRANK CRUMB, P.E. DIRECroR. WATER DEPARTMENT ROBERT D. GOODE, P.E. DIRECTOR. DEPARTMENT OF TRANSPORTATION & PUBLIC WORKS Prepared Br. !]LOPEZGARCIA GROUP 100 E. 15th St reet (817) 39()-1000 Suite 200 (81 7) 882 -9462 Fax Fort Worth, Texas 76 102 wwwJopezgarciagroup .com I R \ G I N At I -20 06 Print M&C COUNCIL ACTION: Approved on 9/26/2006 -Ordinance No. 17220-09-2006 DATE: CODE: 9/26/2006 C REFERENCE NO.: C-21746 LOG NAME: PUBLIC TYPE: NON-CONSENT HEARING: 30MALINDA00161 NO SUBJECT: Authorize Execution of Contract with Conatser Construction TX, LP, for Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Malinda Lane North, Malinda Lane South and Martha Lane (Project No . 00161) and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council : 1. Authorize the transfer of $683,601.37 from the Water and Sewer Operating Fund to the Water Capital Projects Fund in the amount of $254,235 .00 and Sewer Capital Projects Fund in the amount of $429,366.37 ; 2. Adopt the attached appropriation ordinance i ncreasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of $254,235 .00 and the Sewer Capital Projects Fund in the amount of $429 ,366 .37 , from available funds ; and 3. Authorize the City Manager to execute a contract with Conatser Construction TX, LP , in the amount of $1,493,571 .50 for Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Malinda Lane North (Jenson Road to Malinda Lane South), Malinda Lane South (Malinda Lane North to Jenson Road) and Martha Lane (Milam Street to Barron Lane). DISCUSSION: The 2004 Capital Improvement Program (CIP) includes funds for pavement reconstruction on all streets mentioned above . Street improvements include pavement reconstruction , construction of standard concrete curb and driveway approaches as indicated on the plans . The Water Department has determined that severely deteriorated water and sanitary sewer lines should be replaced prior to street reconstruction . On June 28, 2005, (M&C C-20822) the City Council authorized the City Manager to execute an engineering agreement with LopezGarcia Group, Inc., for Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Malinda Lane North (Jenson Road to Malinda Lane South), Malinda Lane South (Malinda Lane North to Jenson Road) and Martha Lane (Milam Street to Barron Lane). (DOE 4879) The project was advertised on June 22, 2006 and June 29, 2006 . On July 20 , 2006 , the following bids were received : BIDDERS Conatser Construction TX, LP Mcclendon Construction Co., Inc. JLB Contracting , LP Stabile & Winn , Inc. Time of Completion : 200 -Working Days ALTERNATE "A" (CONCRETE ). .. . $1 ,493 ,571.50 $1 ,631 ,382 .65 $1 ,741 ,363.65 $1 ,767 ,377 .89 AL TERNA TE "B" {ASPHALT No Bid No Bid No Bid No Bid The new pavement will consist of 6-inch concrete over 6-inch lime stabilized subgrade with 7-inch concrete cu rb . Funding in the amount of $35 ,566 .37 is included for associated water and sewer construction survey , project management, pre-construction , material testing , inspection and project close out (water $18 ,330.00 and sewer $17 ,236 .37). The contingency funds to cover change orders total $30 ,859 .00 (water $11 ,234.00 and sewer $19 ,625 .00). Funding in the amount of $54 ,852 .01 is required fo r associated paving and drainage construction survey , project management, pre-construction , material testing , inspection and project close out. Contingency fo r pavement reconstruction is $43 ,820 .00 . M/WBE-Conatser Construction TX, LP , is i n compliance w ith the City 's M/WBE Ordinance by committing to 11 percent M/WBE participation and documenting good faith effort. Conatser Construction , LP , identfied several subcontracting and supplier opportunit ies. However, the M/WBE's contacted in the areas idenified did not submit the lowest bids . The City 's goal on this project is 22 percent. Th is project is located in COUNCIL DISTRICT 4 , Mapsco 798 and 808 . FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval and completion of recommendation 1, and the adoption of the attached appropriation ordinance , funds will be available in the current capital budgets , as appropriated , of the Water Capital Projects Fund , the Sewer Capital Projects Fund and the Street Improvements Fund . TO Fund/Account/Centers 1&2 )P253 472045 604 1700161ZZ 1&2 )P258 472045 7041700161ZZ 2 P253 531350 604170016131 2 P253 531350 604170016152 2 P253 531350 604170016180 2 P253 531350 604170016182 2 P253 541200 604 170016 183 2 P253 531350 604170016184 2 P253 531350 604170016185 2 P258 531350 604170016191 2 P258 531350 704170016131 2 P258 531350 704170016152 2 P258 531350 704170016180 2 P258 53 1350 704170016182 254 235 .00 $429 ,366 .37 $1,500 .00 $3,600.00 $270 .00 $1 80 .00 235 90 5.00 $1 ,800 .00 $10 ,800 .00 $180 .00 $800 .00 $3,515 .80 $263 .69 $1 75 .79 FROM Fund/Account/Centers 1 PE45 5380 70 0609020 $254 ,235 .00 1 PE45 538070 0709020 $429 ,366 .37 ~P253 541200 604170016183 $224 ,671 .00 3 P258 541200 704170016183 $392 ,505 .00 3 C200 541200 204400016183 $876 ,395 .50 2 P258 541200 704170016183 2 P258 531350 704170016184 2)P258 531350 704170016185 2 P258 531350 704170016191 $412 .130 .00 $1 ,757 .90 $10 .547.40 $175 .79 Submitted for City Manager's Office by: Marc Ott (84 76) Originating Department Head: Additional Information Contact: A. Douglas Rademaker (6157) A. Douglas Rademaker (6157) ATTACHMENTS 30Malinda00161 .doc CITY OF FORT WORTH, TEXAS DEPARTMENT OF ENGJ.NEERrnG ADDENDUM No. I For 2004 CIP CONTRACT #17 PAVMENT RECONSTRUCTION AND WATER AND SANITARY SEWER MAIN REPLACEMENT UNIT IA: Water Project No. P253-541200 604170016183 UNIT 18; Sanitary Sewer Project No. P258-541200 704170016183 UNIT II: T/PW Project No. C200-541200 204400016183 0.0.E. No . 4879 Addendum No. l issued-July 17, 2006 Bid Receipt Date-July 20. 2006 Bidders are hereby informed of the following changes to the plllDS, specificatiQns and contract documents for the project Bidders must acknowledge receipt of thls Addendum below and on the Proposal -Part B. GENERAL CONTRACT DOCUMENTS AND SPECIFICATIONS PART B -BID PROPOSAL Replace page B-10 in its entirety wilh page B -1 OR -attached. RepJacepage B-14 in its entirety with JJBge B-14R-attached. The above replacements modify the Plc-Bid Items for 6" Top Soil. •p ART DC -HDPE Storm Drain Specification Add PART DC -HDPE Storm Drain Specification -attached. The above added specification is for Bid Item No. 28 (UNIT II-Paving and Drainage Improv~c:nts - Altematc A (Concrete Pavement) and Bid Item No. 29 (UNIT II -Paving and Drainage Improvements - Altemate B (Asphalt Pavement). • Section added by this addendum. Please aclcnowlcdge receipt of this addendum by placing a signed copy of the same .into your proposal at the time of bidding. Failure to rctum a signed copy of the addendum with this proposal shall be grounds for rendering the bid non- responsive. Receipt Acknowledged: '( i -\-5.e ...- Tide: e Nl$1 1den+ 7-17-06 Department of Engineering A. Douglas Rademaker. P.E. Director By:~ ~K.':=' J~n.P.E Project Manager -Engineering Department Adderubun No. I 1 ofl Jul 1 7 2006 3:3gPM LOfEZGA~CIA GROUP , 81 7'8829462 f'. 5 PART DC H OPE STORM DRAIN SPECIFICATION Jul 1 7 2006 3:39PM LOpEZGARCIA GROUP 8178829 462 IDGH DENSITY POLYETHYLENE (HDPE) CORRUGATED AND SMOOTH Ll~-:ED THERM:OPLASTIC PIPE SPECIFICATION: (FOR GRAVITY FLOW DRAINAGE PIPE APPLICATIONS) 1. Desc:ription: TI1is item shall govern for the furnishing and installing of al] High Density Cmrugated Polyethylene (HDPE) Smooth Lined Pipe and / or materials for constrncting of culvert s, si de road pipes, storm sewers, stubs, and all related connections and fittings, all of which shall conform to ASTM F 2306, latest edition. The pipes shRll be of the s izes, types, and dimensions shown on the plans, and contained in this specification. In addition, it shall include all connections and joints to new or existing pipes, stonn sewer manholes, inlets, headwalls, and other appurtenances as may be required to complete the work. 2 . M atcriah: Unless othenvisc specified on the pl ans or herein, thermoplastic pipe and joint fittings shall confonn to the following : A . I-hgh Density Polyethyl ene (HDPE) Corrugated and Smooth Lined Pipe & Fittings sh I be manufactured in accordance with requirements of A STM F 2306 , latest edition. Type S : This p ipe shall have a full circular cross section, with an outer cormgated pipe wall and a smooth inner wall . B. 1-l igh Density Polyethylene (HDPE) Corrugated and Smooth Lined Pipe shall be rr anufactured from virgin PE compollilds which conform with the requirements of cell class 3 35400C as defined and described in ASTM D 3350. C. Minimum Pipe Stiffness (PS) at five p ercent deflection shall be as described in ASTM F 2306, Section 6 .3 when tested in accordance with A STh1 D 2412. D. 11 HDPE Corrugated and Smooth Lined Pipe shall be certified through the P lastics Pipe Institute (PPI) Third Party Certification program. All HDPE pip e dr.Jivered and used shall bear the Third Party Administered PPI seal. 3. lnsta!lfatio ; Installation shall be in accordance with ASTM D 2321, "Standard Practice for Unde·.-ground Installation of Them.1op l astic Pipe fo r S ewers and Other Gravi ty Flow Applications". ' A. Genera.I InstallatJon Requirements: Thennoplastic pipe shall be unloaded and .handled with reasonable care. Pipe shall be plac1~d in the bed starting at the downstream end. Trenches must be excavated in such a manner as to insure that the sides will be stable under all working conditions. Trench wall s shall be sloped or supported in conformance with all standards of safety. Only as much trench as can be safely maintained shall be p .6 LOfEZG AR CIA GRO UP 8178829462 op ened. All trenches shall be backfi lJ ed as soon as practicable, but no latter than t c end o f each working day. Trench details, including foundation, bedding, haunching, initial backfill, final backfill, pipe zone, an d tnmch width are shown in Figure 1. B . Trench \\/idth s: Trench width shall he in a ccordance with ASTM D2321 and shall be sufficient to ensure working room to properly and safely place and compact haunching and other b ackfill materials. tvfi ni mum trench width shall not be less than 1.25 times t.le pi p e outside diameter p lus 12 inches. (1.25 x O.D. + 12") Nc,te : On multiple pipe b arrel runs the clear distance between pipes is as foll ows: J 2"-24" Diameters: Clear span =12" 24" & Greater Diameter: Clear ~'Pan= Y2 x Diameter C. Outsi c the Ri ght-of-\Vaiy Bedding and BackfilJ: B eddin g mat erial shall m eiet the requirements of ASTM D2321 Class I or Class JI ma t eri al. A minimum of 6" f bedding shall be provided prior to p]acement and s j1a1l b e loo sely compacted. Bedding material size shall be 1 W ' maximum gran ular mat erial. Backfill material shall meet the same requirements as the bedd in g mat erial and shall e xtend to 12" over the top of the pipe. Backfill materi al shall be placed in 6 inch lifts and compacted to 90% Std. Proctor Dens ity. D. Inside the Ri ght-of-Way Bedding and Backfill: Bed ding material shall meet the requirements of ASTM D2321 Class I material. A m in i mwn of 6" of bedding shall b e provided prior to placement and shall be lo sely compacted . Bedding material size shall be 1 W' maximum granular m aterial. Initial backfill material shall meet the same requirements as the bedding m ateria l and shall extend to 12 inches above the top of the pipe . Final backfiJl m at eri a l shall meet the requirem en t s of ASTM D2321 Class II material . All initial an d final backfill m aterial sha ll be placed in 6 inch lifts and compacted to 90% s .D . E. M in imum Cover: The minimum cover i s one foot (1.0') for HS-25 Live Loads (4"-48" Diarnett.-rs) and t\vo feet for (2.0') for l arger di ameter stmctures (60" Diameter); however, c are shou ld be taken when h eavy construction equipment loads cross the pi pe tren ch during construction. If the p assage of construction equipment ove r an installed pipeline is necessary during proj ect construction, compacted fi ll in the fo rm of a ramp shall b e constructed to a minimum elevation of three (3 .0') feet over the top of the pipe. Any damaged pipe shall be replaced at the contractor's ex p ense. 2 p .7 Jul 17 200G 3: 40PM LO~EZGR~CIR GROUP . ' . 81 78 8 29 462 F. I sta llation Deflection: At the Engineer's discret ion, all pipe exceecling 7.5% deflection may require repl ac ement at the contrnctor's expense when measured or inspected not less than 60 days following completion of installation. Deflection is defined per ASTM D 232 1. G. J,oints : Join ts shall be installed so that the connection of pipe sections will form a continuous l in e free from irre gulruities in the flow line. Joints shall meet one of the following: 1.) Soil tight joint s shall be as specified in ASTM F23 06. ;'..) \Vatcr1ight joints must meet a 74kPa {10.8 psi) laboratory test per ASTM 0 3212. and utilize a bell and spigot design with a gasket meeting ASTM F477. 4. High Groundwater Table In installations where a high groundwater table is encountered, a soil filter fabric as per manufacturer's recommendat ions shal l be installed aroW1d the initial backfi ll m at erial. In flowabl e fill or high groundwater installations, pipe shall be restrained as per manufacturer's r ecommendations. 5. Measurement and Payment: This item s hall be measur ed for payment by the linear foo t. Such measurements shall b e made b etween the en ds o f the barrel al ong its flow line. For multiple pipes, the measured length shal l be the sum of the lengths of the barrels, measured as described above. Pipe shall be paid for at the contract unit price per linear foot , complete in place , as p rovided by the proposal and contract. The contract price per linea, foot shall be th e total c ompensati on for the furnishing of all labor, materials, tools , equipment, and incidentals necessary to complete the work inclu ding excavation , ba ckfill, and disposal of surplus materials in accor dance w ith the plans and t ese sp eci ficati ons. 3 p .8 Genera l C o,of.;Acl J?ocumenu & SpecificAtion ; for • • I 2004 CIP CONTRACT #17 PAVEMENT RECONSTRUCTION ANO WATER ANO . SANITARY SEWER MAIN REPLACEMENT FOR MARTHA LANE -MILAM STREET TO BARRON LANE MALINDA LANE NORTH -JENSON ROAD TO MALINDA LANE SOUTH MALINDA LANE SOUTH -JENSON ROAD TO MALINDA LANE NORTH D.O.E. No. 4879 UNIT IA -WATER PROJECT No. P253-541200 604170016183 UNIT 18 -SEWER PROJECT No. P258-541200 704170016183 WATEIVSEWER FILE No. X-19005 UNIT II -STREET PROJECT No. C20~541200 204400016183 TA>W FILE No. K-1956 CHARLES R. BOSWELL CITY MANAGER FORTWORTH ' -t-, MIKE MONCRIEF MAYOR A. DOUGLAS RADEMAKER. P.E . MARC A. OTT ASSISTANT CITY MANAGER DIRECTOR. DEPARTMENT OF ENGINEERING S. FRANK CRUMB. P.E. DIRECTOR. WATER DEPARTMENT ROBERT D. GOODE, P.E. DIRECTOR. DEPARTMENT OF TRANSPORTATION & PUBLIC WORKS Prepared. Br. (I LOPEZGARCIA GROUP 100 E. 15th Street (8Jn 390-1000 Suite 200 (81 n 882-9462 Fax Fort Worth, Texas 76102 www.Jopezgarciagroup.com 2006 ,-~-o, ---£. ""oF r'"'--,. ~'.· ......... £.,t__.l., ,f'S.'-·· * ···:J''l1 "* .·· · ..• ,, ,, . . ,,._.· · ..• , ,. ................................ , ~ BRENT E. L~WIS ~ , ... · .......................... : ... ,, 'r-o··.. 92662 .-t: 'tf~· ... (_1CENS£.~.·~+o/ ,fss ii/····· ·t~r;,,..:-;g'~r~-~ Part A - Part B - Part C - Part C1 - Part D - Part DA- Part DB- Part E - Part F - TABLE OF CONTENTS Notice to Bidders Comprehensive Notice to Bidders Special Instructions to Bidders Special Instructions to Bidders -T/PW Minority/Women Business Enterprise Policy Bid Proposal · General Conditions Supplemental Conditions to Part C Special Conditions Additional Special Condttions Special Provisions for Street and Storm Drain Construction Certificate of Insurance Contractor Compliance with Worker's Co.mpensation Law Vendor Compliance to State Law Equipment Schedule Experience Record Payment Bond Performance Bond Maintenance Bond Contract Appendix A -Standard/Special Details Appendix B -Traffic Control Plans Appendix C -Permits and Easements Appendix D -Soil Bore Log PART A NOTICE TO BIDDERS COMPREHENSIVE NOTICE TO BIDDERS SPECIAL INSTRUCTIONS TO BIDDERS SPECIAL INSTRUCTIONS TO BIDDERS -T/PW NOTICE TO BIDDERS Sealed proposals for the following: FOR: 2004 CIP CONTRACT #17 PAVMENT RECONSTRUCTION AND WATER AND SANITARY SEWER MAIN REPLACEMENT UNIT IA: Water Project No. P253-541200 604170016183 UNIT IB: Sanitary Sewer Project No. P258-541200 704170016183 UNIT 11: T/PW Project No. C200-541200 204400016183 D.O.E. No. 4879 Addressed to Mr. Charles Boswell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1 :30 p.m., July 20, 2006 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 in the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. The major work will consist of the following: UNIT IA -Water Line Improvements 1, 132 LF 8" PVC Water Pipe 1,785 LF 1 O" PVC Water Pipe 12 EA 6 " to 12" Gate Valves 2 EA Fire Hydrants UNIT IB -Sanitary Sewer Line Improvements 1,075 LF 8" PVC Sanitary Sewer Pipe 1,622 LF 18" PVC Sanitary Sewer Pipe 20 EA Sanitary Sewer Manholes UNIT II -Paving and Drainage Improvements -Alternate A (Concrete Pavement) 10,096 SY 6" Reinforced Concrete Pavement 7,151 SF 6" Reinforced Concrete Driveway 460 LF 42" (Class 111) RCP Storm Drain Pipe 940 LF 42" (HOPE) Corrugated Storm Dra in Pipe 7 EA 1 O' to 20' Storm Drain Inlets · UNIT II -Paving and Drainage Improvements -Alternate B (Asphalt Pavement) 10,096 SY 6" HMAC Pavement 7, 151 SF 6" Reinforced Concrete Driveway 460 LF 42" (Class 111) RCP Storm Drain Pipe 940 LF 42" (HOPE) Corrugated Storm Drain Pipe 7 EA 1 O' to 20' Storm Drain Inlets A pre-bid conference will be held with prospective bidders on Tuesday, July 11, 2006 beginning at 11 :30 a.m. in the T/PW Conference Room No. 270. For additional information, please contact Mr. Joseph Bergeron, P.E., Project Manager, City of Fort Worth -Department of Engineering at (817) 392-2384, and/or Mr. Brent E. Lewis , P.E., Project Manager, LOPEZGARCIA GROUP at (817) 390-1000. Advertising Dates: June 22, 2006 June 29, 2006 NTB-1 COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: FOR: 2004 CIP CONTRACT #17 PAVMENT RECONSTRUCTION AND WATER AND SANITARY SEWER MAIN REPLACEMENT UNIT IA: Water Project No. P253-541200 604170016183 UNIT IB: Sanitary Sewer Project No. P258-541200 704170016183 UNIT II: T/PW Project No. C20.0-541200 204400016183 D.O.E. No. 4879 Addressed to Mr. Charles Boswell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1 :30 p.m., July 20, 2006 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 in the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. 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 will consist of the following: UNIT IA -Water Line Improvements 22 LF 6" PVC Water Pipe 1, 132 LF 8" PVC Water Pipe 1,785 LF 1 O" PVC Water Pipe 60 LF 12" PVC Water Pipe 2 EA 6" Gate Valves 5 EA 8" Gate Valves 4 EA 1 O" Gate Valves 1 EA 12" Gate Valves 2 EA Standard Fire Hydrants 27 EA 1" Service Taps 2 EA 1 W' Service Tap 4 TN Ductile Iron Fittings 1 LS 2" Temporary Water Service UNIT IB -Sanitary Sewer Line lmprovemen_ts 1,075 LF 4" PVC Sanitary Sewer Service Line 170 LF 6" PVC Sanitary Sewer Pipe 1,075 LF 8" PVC Sanitary Sewer Pipe 5 LF 12" PVC Sanitary Sewer Pipe 1,622 LF 18" PVC Sanitary Sewer Pipe 44 EA 4" Sanitary Sewer Service Taps 44 EA 4" Two-Way Sanitary Sewer Service Cleanouts 1,000 LF Grout Exist. 18" Sanitary Sewer Pipe "To Be Abandoned" 16 EA Standard 4' Dia. Sanitary Sewer Manholes 4 EA Standard 4' Dia. (Drop) Sanitary Sewer Manholes 46 VF Interior Corros ion Protection Coating for SSMH CNTB-1 COMPREHENSIVE NOTICE TO BIDDERS UNIT II -Paving and Drainage Improvements -Alternate A (Concrete Pavement) 3,668 CY Unclassified Street Excavation 11,523 SY 6" Lime Stabilized Subgrade 10,096 SY 6" Reinforced Concrete Pavement 7, 151 SF 6" Reinforced Concrete Driveway 4,442 SF 7" Integral Concrete Curb 1,665 LF Trench Excavation and Backfill for Storm Drains 39 LF 24" (Class Ill) RCP Storm Drain Pipe 460 LF 42" (Class Ill) RCP Storm Drain Pipe 940 LF 42" (HOPE) Corrugated Storm Drain Pipe 5 EA 1 O' Storm Drain Inlets 2 EA 20' Storm Drain Inlets 6 EA Standard 5'X5' (Square) Storm Drain Manholes 1 EA Standard Concrete Headwall UNIT II -Paving and Drainage Improvements -Alternate B (Asphalt Pavement) 3,888 CY Unclassified Street Excavation 11,523 SY 8" Lime Stabilized Subgrade 10,096 SY 6" HMAC Pavement 7,151 SF 6" Reinforced Concrete Driveway 4,442 LF 7" Concrete Curb w/18" Concrete Gutter 1,665 LF Trench Excavation and Backfill for Storm Drains 39 LF 24 " (Class Ill) RCP Storm Drain Pipe 460 LF 42 " (Class Ill) RCP Storm Drain Pipe 940 LF 42 " (HOPE) Corrugated Storm Drain Pipe 5 EA 1 O' Storm Drain Inlets 2 EA 20' Storm Drain Inlets 6 EA Standard 5'X5' (Square) Storm Drain Manholes 1 EA Standard Concrete Headwall Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. A pre-bid conference will be held with prospective bidders on Tuesday, July 11, 2006 beginning at 11 :30 a.m. in the T/PW Conference Room No. 270. The City reserves the right to reject any and/or all bids and waive any and/or all formalities. AWARD OF CONTRACT: No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of contract, if made, will be within ninety (90) days after the opening of bids, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the PROPOSAL form( 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. CNTB-2 COMPREHENSIVE NOTICE TO BIDDERS SUBMISSION OF BID AND AWARD OF CONTRACT This document is designed as a single construction contract. The proposal has been separated into two units, UNIT I and UNIT II. Award of Contract, if made, shall be to the responsive bidder for BOTH units and all alternatives. The prospective bidder must submit their bid and complete the Bid Summary on Page B-17. 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-responsive. The managing department for this project is the Department of Engineering. For additional information, please contact Mr. Joseph Bergeron, P .E., Project Manager, City of Fort Worth -Department of Engineering at (817) 392-2384, and/or Mr. Brent E. Lewis, P .E., Project Manager, LOPEZGARCIA GROUP at (817) 390-1000. CHARLES BOSWELL CITY MANAGER Advertising Dates: June 22, 2006 June 29, 2006 By·~~~~~~===::=:,,,,,---~~- Dena Jo on, P.E., Engineering Manager, Department of Engineering, Engineering Services Division CNTB-3 MARTY HENDRIX CITY SECRETARY SPECIAL INSTRUCTIONS TO BIDDERS I) PREOUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been .so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding da.te falls w ithin the time a new statement is being prepared, the previous statement shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be receiv ed. c) The Director of the Water Department shal.l be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-preqilalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. 2. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth, in an amount of not less than five (5%) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (10) days after the contract has been awarded To be an acceptable surety on the bid bond, the surety must be authorized to do bus iness in the state of Texas. In addition, the surety must ( 1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion , will determine the adequacy of the proof required herein. 3 . BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred (100%) percent of the contract price will be required, Reference C 3-3.7. 4. WAGE RA TES: 09/10/04 1 Section C3-3.13 of the General Conditions is deleted and replaced with the following : (a) The contractor shall comply with all requirements of Chapter 2258 , Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to · each worker . These records shall b~ open at all reasonable hours for inspection by the City. The provisions of Right to Audit, under paragraph L of Section Cl: Supplementary Conditions To Part C - General Conditions, pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above . ( d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project .at all times . · 5. AMBIGUITY: In the case of ambiguity or lack of clearness in statiJ}g prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6 . BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 601g , Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located. "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. • This provision does not apply if this contract involves federal funds . The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the bid amount is $25,000.00 or less, the contract amount shall be paid within forty- five (45) calendar days after completion and acceptance by the City. 9 . AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against persons because of their age except on the bases of a bona fide occupational qualification, retirement plan or statutory requirement. 09/10/04 2 Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with AD A's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITII EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate . The Documentation must be received by the managing department no later than 5:00 p.m ., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation of facts ( other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3) years. 12. FINAL PAYMENT, ACCEPTANCE AND WARRANTY: a . The contractor will receive full payment (less retainage) from the city for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. 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 completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. . g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. 09/10/04 .4 SPECIAL INSTRUCTION TO BIDDERS (TRANSPORTATION AND PUBLIC WORKS) I. BID SECURITY: Cashier 's check or an acceptable bidder 's bond payable to the City of Fort Worth, in an amount of not less than five ( 5%) per cent of the total of the bid submitted must accompany the bid , and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten ( l 0) days after the contract has been awarded . To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must {l) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations pennitted or required under federal law ; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations pennitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will detennine the adequacy of the proofrequired herein . 2 . PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. In this connection , the successful bidder shall be required to furnish a perfonnance bond and a payment bond, both in a sum equal to the amount of the contract awarded. The fonn of the bond shall be as herein provided and the surety shall be acceptable to the City . All bonds furnished hereunder shall meet the requirements of Chapter 2253, Texas Government Code . In order for a surety to be acceptable to the City, the surety must {l) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations pennitted or required under federal law ; or (2) have obtained reinsurance for any liability in excess of $100 ,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations pennitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion , will detennine the adequacy of the proof required herein . The City will accept no sureties who are in default or delinquent on any bonds or who have an interest in any litigation against the City. Should any surety on the contract be detennined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. If the contract amount is in excess of $25 ,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work . If the contract amount is in excess of $100 ,000, a Perfonnance Bond shall be executed , in the amount of the contract conditioned on the faithful perfonnance of the work in accordance with the plans, specifications, and contract docume nts. Said bond shall solely be for the protection of the City of Fort Worth . All contracts shall require a maintenance bond in the amount of one hundred percent (100%) of the original contract amount to guarantee the work for a period of two (2) years after the date of acceptance of the project from defects in workmanship and/or material. 10/27 /04 3. LIQUIDATED DAMAGES: The Contractor's attention is called to Part l , Item 8, paragraph 8.6, of the "General Provisions" of the Standard Specifications for Construction of the City of Fort Worth, Texas , concerning liquidated damages for late completion of projects . 4. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 5. EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278 as amended by City Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 through 13-a-29) prohibiting discrimination in employment practices. 6 . WAGE RA TES: Section 8.8 of the Standard Specifications for Street and Storm Drain Construction is deleted and replaced with the following : (a) The contractor shall comply with all requirements of Chapter 2258 , Texas Government Code, including the payment ofnot less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall , for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker . These records shall be open at all reasonable hours for inspection by the City. The provisions of the special provision titled "Right to Audit" pertain to this inspection . ( c) The contractor shall include in its subc,ontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. ( d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (e) The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Section 8.9 of the Standard Specifications for Street and Storm Drain Construction is hereby deleted. 7. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Engineering if required for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, ifrequired, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency . 8. INSURANCE: Within ten (l 0) days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Worker 's Compensation and Comprehensive General Liability (Bodily Injury-$500,000 each person, $1 ,000 ,000 each occurrence ($2 ,000,000 aggregate limit); Property Damage -$250,000 each occurrence). The City reserves the right to request any other insurance coverages as may be required by each individual project. 9. ADDITIONAL INSURANCE REQUIREMENTS: a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. I0/27/04 2 b. Certificates of insurance shall be delivered to the City of Fort Worth , contract administrator in the respective department as specified in the bid documents, I 000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal , and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits , or self-funded retention limits, on each policy must not exceed $10,000 .00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City 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. 1. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance . j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. Contractor's liability shall not be limited to the specified amounts of insurance required herein. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents . IO . NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident 's principal place of business is located . "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. 10/27/04 3 This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all non resident bidders in order for its bid to meet specifications . The failure of a nonresident contractor to do so will automatically disqualify that bidder. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In a accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM , PRIME CONTRACTOR W AIYER FORM, and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made . Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a minority business enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less that three (3) years . 12. AWARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of ninety (90) days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR W AIYER FORM , GOOD FAITH EFFORT FORM, and/or the JOINT VENTURE FORM ("Documentation") as appropriate is received by the City. The award of contract, if made, will be within ninety (90) days after this documentation is received, but in no case will the award be made until all the responsibility of the bidder to whom it is proposed to award the contract has been verified. 13 . PAYMENT: The Contractor will receive full payment (minus retainage) from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project. 14. ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained by contacting the plans desk of the Department of Engineering Construction Division at (817) 871-7910 . Bids that so not acknowledge all applicable addenda may be rejected as non-responsive. 15. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a. Definitions: 10/27/04 . 4 Certain of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission , or a coverage agreement (TWCC-81 , TWCC-82 , TWCC-83 , or TWCC-84), showing statutory worker 's compensation insurance coverage for the person 's or entity 's employees providing services on a project, for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the contractor's/person 's work on the project has be en completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406 .096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, re gardle ss of whether that person contracted directly with the contractor and regardless of whether that person has employees . This includes, without limitation , independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include , without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation , or toner services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries , and delivery of portable toilets . b . The contractor shall provided coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Se~on 401.011 (44) or all employees of the contractor providing services 'On the project, for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (I) a certificate of coverage , prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project ; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage , if the coverage period shown on the current certificate of coverage ends during the duration of the project. f . The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter g. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 10/27/04 5 h. The contractor shall post on each project site a notice, in the text, fonn and manner prescribed by the Texas Worker's Compensation Commission, infonning all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to : (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage ·showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in wiring by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perfonn as required by paragraphs (I) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. j. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self insured , with the commission's Division of Self-Insurance Regulation. Providing false or misleading infonnation may subject the contractor to administrative , criminal, civil penalties or other civil actions. 10/27/04 6 k. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. B. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker" compensation insurance. This includes persons providing, hauling or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee". Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal requirement for c~>Verage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". 16. NON DISCRIMINATION: The contractor shall not discriminate against any person or persons because of sex, race, religion, color, or national origin and shall comply with the provisions of City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13A-21 through 13A-29), prohibiting discrimination in employment practices. 17. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any of its officers, members, agents, or employees, will engage in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, or employees, or person acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this Contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this Contract. 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or current employees of Contractor. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced Jaws concerning disability discrimination in the performance of this Contract. 10/27/04 7 19. PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d . The warranty period shall begin as of the date that the final punch list has been completed . e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. 10/27/04 8 CONFLICT OF INTEREST DISCLOSURE REOUIRE~ENT Pursuant to Chapter 17 6 of the Local Government Code, any person or agent of a person who contracts or seeks to contract for the sale or purchase of property, goods, or services with a local governmental entity (i.e. The City of Fort Worth) must disclose in the Questionnaire Form CIQ ("Questionnaire'') the person's affiliation or business relationship that might cause a conflict of interest with the local governmental entity. By law, the Questionnaire must be filed with the Fort Worth City Secretary no later than seven days after the date the person begins contract discussions or negotiations with the City, or submits an application or response to a request for proposals or bids, correspondence, or another writing related to a potential agreement with the City. Updated Questionnaires must be filed in conformance with Chapter 176. A copy of the Questionnaire Form CIQ is ·enclosed with the submittal documents. The form is also available at http://www.ethics.state.tx.us/forms/CIQ.pdf. If you have any questions about compliance, please consult your own legal counsel. Compliance is the individual responsibility of each person or agent of a person who is subject to the filing requirement. An offense under Chapter 176 is a Class C misdemeanor. CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity This questionnaire is being filed in accordance with chapter 176 of the Local Government Code by a person doing business with the governmental entity. By law this questionnaire must be filed with the records administrator of the local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code . An offense under this section is a Class C misdemeanor. !J Name of person doing business with local governmental entity. J ,e v"<'( D Check this box if you are filing an update to a previously filed questionnaire. FORM CIQ OFFICE USE ONLY Date Received (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than September 1 of the year for which an activity descdbed in Section 176.006(a), Local Government Code, is pending and not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate .) ~ Describe each affiliation or business relationship with an employee or contractor of the local governmental entity who makes recommendations to a local government officer of the local governmental entity with respect to expenditure of money. !J Describe each affiliation or business relationship with a p~rson who is a local government officer and who appoints or employs a local government officer of the local governmental entity that is the subject of this questionnaire. rJOlV-L Amended 01/13/2006 5 6 7 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity Page 2 Name of local government officer with whom filer has affilitation or business relationship. (Complete this section only if the answer to A, B, or C is YES.) · This section , item 5 includ ing subparts A, B, C & D, must be completed for each officer with whom the filer has affiliation or business relationship . Attach additional pages to th is Form CIQ as necessary. A . Is the local government officer named in this section receiving or likely to receive taxable income from the filer of the questionnaire? DYe s ~o B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local government officer named in this section AND the taxable income is not from the local governmental entity? Oves C. Is the filer of this questionnaire affiliated with a corporation or other business entity that the local government officer serves as an officer or director, or holds an ownership of 1 O perc.ent or more? Oves D. Describe each affiliation or business relationship . Describe any other affiliation or business relationship that might cause a conflict of interest. fJONt__ s f person doing business with the governmental entity I Date Amended 01/13/2006 - PARTB M/WBE SPECIFICATIONS BID PROPOSAL FORT WORTH 07 -25 -06 A08: 53 Rcvo --W • --City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS -UNIT I & II ALT. A APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more, the M/WBE goal Is applicable. If the total dollar value of the contract is less than $25,000, the M/WBE oal is not ap licable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS The City's M/WBE goal on this project is ---=2=2 __ % of the total bid (Base bid applies to Parks and Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25 ,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following : 1. Meet or exceed the above stated M/WBE goal, or . 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated , in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MWBE documentation in person to the appropriate employee of the managing department and obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time allocated. A faxed copy will not be accepted. 1. Subcontractor Utilization Form, if goal is met or exceeded : 2. Good Faith Effort and Subcontractor Utilization Form, if participation is less than stated oal : 3. Good Faith Effort and Subcontractor 4. Prime Contractor Waiver Form, if you will erform all subcontractin /su lier work: 5. Joint Venture Form, if utilize a joint venture to met or exceed oal. received by 5:00 p.m ., five (5) City business days after the bid o enin date, exclusive of the bid o enin date. received by 5:00 · p.m ., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid openin date, exclusive of the bid o enin date. received by 5:00 p .m., five (5) City business days after the bid o enin date, exclusive of the bid o enin date. received by 5 :00 p.m., five (5) City business days after the bid o enin date, exclusive of the bid o enin date . FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED . NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at (817) 392-6104. Rev. 11/11/05 - 07_2 FORT W°ORTH 5 -06 ""---•w•,---City of Fort Worth Aoe:52 Rc 1;D Minority and Women Business Enterprise. Specifications SPECIAL INSTRUCTIONS FOR BIDDERS-UNIT I & II ALT. B APPLICATION OF POLICY If the total dollar value of the contract Is $25,000 or more, the M/WBE goal is applicable. If the total dollar value of the contract is less than $25,000, the M/WBE oal is not a licable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis . All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS The City's M/WBE goal on this project is --=2=-6 __ % of the total bid (Base bid applies to Parks and Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25 ,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following : 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offerer shall deliver the MWBE documentation in person to the appropriate employee of the managing department and obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time allocated . A faxed copy will not be accepted. 1. Subcontractor Utilization Form, if goal is met or exceeded: 2. Good Faith Effort and Subcontractor Utilization Form, if participation is less than stated oal: 3. Good Faith Effort and Subcontractor Utilization Form, if no M/WBE artici ation: 4. Prime Contractor Waiver Form, if you will perform all subcontractin su lier work : 5. Joint Venture Form, if utilize a joint venture to met or exceed oal. received by 5:00 p.m., five (5) City business days after the bid o enin date, exclusive of the bid o enin date. received by 5:00 p .m ., five (5) City business days after the bid opening date, exclusive of the bid opening date . received by 5:00 p.m., five (5) City business days after the bid o enin date, exclusive of the bid o enin date. received by 5 :00 p.m., five (5) City business days after the bid o enin date, exclusive of the bid o enin date. received by 5:00 p.m., five (5) City business days after the bid o nin date, exclusive of the bid o enin date . FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at (817) 392-6104. Rev. 11/11/05 FORT WORTH -~ City of Fort Worth ATIACHMENT 1A-ALT. A Page 1 of 4 Subcontractors/Suppliers Utilization Form -UNIT I & II ALT. A PRIME COMPANY NAME: PROJECT NAME: 2004 CIP CONTRACT #17 PAVMENT RECONSTRUCTION AND WATER AND SANITARY SEWER MAIN REPLACEMENT - D.O.E. No. 4879 City's M/WBE Project Goal: 22% Prime's M/WBE Project Utilization: % Check applicable block to describe prime M/W/DBE NON-M/W/DBE PROJECT NUMBER : Water -P253-541200 604170016183 Sewer -P258-541200 704170016183 T/PW-C200-541200 204400016183 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications . The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, 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 contractor to a subcontractor is considered 151 tier,. a payrrtent by a 'subcontractor to . its supplier is considered 2nd tier · ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms , located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Ente rprise (M/WBE). 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, includ ing 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 f ORTWORTH ~ 07-25 -06A08 :52 RCVD ATTACHMENT 1A-ALT. J Page 2 of i Pri mes are required to identify ALL subcontractors/suppliers , regardless of status; i.e., Minori ty , Women and non -M/WBEs. Please li st M/WBE firms first,·use add it ional sh eets if necessary . I Certification N I (check one) 0 SUBCONTRACTOR/SUPPLIER n T T Detai l Detail Company Name i N C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T E A ROB ERT GRANADOS T RUC KI N G -rr1-tit-, '3 G~~L 4 n;r+ 4608 Sandage I i/ $/Jp ~.oo $' ~, (J;O. I) 0 l,<g7, 300,()D Fort Worth, Texas 76 11 5 (817) 87 5-2400 . I ) C-0 Y'\ t t\-Q,,-1--€__ $ 0Lj 1 5o(J. 00 COWTO WN RE DI-M IX Vuici; n1;;< PO Box 162327 v V Fort Worth, Texas 76161 \ V (817) 759-1919 f(817)759-1716 ,_ CENTE X SEEDING, Inc. Sodd,~ ft f. }00·0 O PO Box 2077 Ke ll er, Texas 7611 6 v v J (817) 306-8510 fax (817) 306-890 1 I Magnum Manhole Company -rV 314 S . Ki rby Street l ,,/" T mpeo+ ; oYl ot-ri-9 ooo,00 Garland, Texas v(2 14) 687 -2293 fax(972) 231-3934 Li Y\l?S .J '":/)j ~> l="i +H~ 1; !lo!, 3D0-00 NATIONAL WA TERWORKS I/ ~ Vo. \~~s PO Bo x 840700 I ./ Dallas, Texas 75284 (800) 252 -1 557 Rev. 5/30/03 f ORTWORTH --...,.----0 7-2 5 -06A08:52 RCVD ATTACHMENT 1A -ALT .A Page 3 of 4 Primes are requ ired t o identify ALL subcontractors/suppliers, regardless of status ; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first , use add itional sheets if necessary. Certification N {check one) 0 SUBCONTRACTOR/SUPPLIER n T Detail Detail Company Name i N T C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D V'.i Telephone/Fax r B B R 0 B E E C T E A RE YN OLDS ASPHALT & A-5phe,t 1-f-$&'/s,OO·o o CONSTRUCTION COMPANY v / PO Box 370 I ii Eu less, Texas 76039 (8 17) 267-313 1 ,· Rev. 5/30/03 I I I fORTWORTH 07 -25 -06.t.Ot.i : '..>2 l'CVO ~ Total Dollar Amount of M/WBE Subcontractors/Suppliers $ Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ ATIACHMENT 1A-AL T . /l Page 4 of 4 I l&3/70D ·00 /&Cf 900 · 00 I 33~ c;J:00 · ()7) I I I I I The Contractor will not make additions, deletions, or substitutions to this --certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach o1 contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed · M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination . By affixing a signature to this form, the Offerer further agrees to provide, directly to the City upon request, comp lete and accurate information regarding actual . work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offerer also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners , principals, officers , employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on th is contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminat ing the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offerer and barred from participating in City work for a period of time not less than one ( 1) year. A /or,ze Printed Sig 1·{(6 1 ) 0-a n+- Title ~fu{t;.p • ~5-\: • u,Gt; DDTI 1 Lf Company Name ~ ~/Title (if different)~/. CBn)soY -11tJs (8'17)~3Y :4ss ta Telephone and/or Fax Address -ail Ad ress City/State/Zip \ rjw lo lf Dat 1 Rev . 5/30/03 -, ---J • ·.n:. I{ L V 0 07 -25 -06A08 :5 2 RCVD ~ACHMENT 1A-ALT. B Page 1 of 4 City of Fort Worth t{O BID FORT WORTH ~ Subcontractors/Suppliers Utilization Form -UNIT I & II ALT. B PRIME COMPANY NAME: PROJE T NAME: 2004 CIP CONTRACT #17 PAVMENT RECONSTRUCTION AND WATER AND SANITARY SEWER MAIN REPLACEMENT· D.O.E. No. 4879 City's M/WBE Project Goal: 26% Prime's M/WBE Project Utilization: % Check applicable block to describe prime M/W/DBE NON-M/W/DBE BID DATE July 20, 2006 PROJECT NUMBER: Water -P253-541200 604170016183 Sewer -P258-541200 704170016183 . T/PW-C200-541200 204400016183 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the . Managing Department on <;>r before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-respon~ive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, 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 contractor to a subcontractor is con$idered ·1 ~t tier, a payment by asubcontractor to its supplier is considered 2nd tier · · · ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). 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 operaUonal truck to be used on the, contrnct. The M/WBE ,nay lease trucks from another M/WBE firm, including M/WBE owner-operators, and receiv~ full M/WBE credit.. The • ·,; I.,, _-,., ·''· ··'.':·'·_.".·'· ·· ·. ·.1i;' ·' · . -1 M/WBE may lease trucks from non-M/WBEs, including owner-operator~. ,but .will only receive · credit for the fees and commissions earned by the M/WBE as outlined in the lease a reement. Rev . 5/30/03 FORT WORTH ~ ATIACHMENT 1A-ALT. B Page 2 of 4 Primes are requ ired to identify ALL subcontract ors/suppliers , regardless of status ; i.e ., Minority, Women and non-M/WBEs. Please list M/WBE fi rms first , use additional s he ets if necessary . Certification N I (check one) 0 SUBCONTRACTOR/SUPPLIER n T Detail Detail Company Name i N T Address e M w C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T D w R 0 B E E C T E A •' Rev . 5/30/03 I FORTWORTH ---..,..--ATTACHMENT 1A-AL T . B Page 3 of 4 Primes are required to identify ALL subcont ractors/suppliers, regardless of status ; i.e ., Minority , Women and non-M/WBEs . Please list M/WBE firms first , use additional sheets if nec essa ry . Certification N (check o ne) 0 SUBCONTRACTOR/SUPPLIER n T T Detail Detail Company Name i N C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D 11\ Telephone/Fax r B B E E R 0 B C T E A Rev . 5/30/03 FORT WORTH ~ Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ $ -· .. ATTACHMENT 1A-ALT. B Page 4 of 4 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ The Contractor will not make additions, deletions, or substitutions to this certified listwithout the prior approval of the Minority and Women Business Enterprise Office Manager or designee · through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the. ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submittea, it will affect the final compliance determination . By affixing a signature to this form, the Offerer further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid .. The Offerer also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals , officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for .terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of .an irresponsible Offerer and barred from participating in City work for a period of time not less than one ( 1) year. Authorized Signature Printed Signature Title Contact Name/Title {If different) Company Name Telephone and/or Fax Address E-mail Address City/State/Zip Date Rev. 5/30/03 ATIACHMENT 1B-Alt. A Page 1 of 1 City of Fort Worth Prime Contractor Waiver Form -UNIT I & II ALT. A PRIME COMPANY NAME: Check applicable block to describe PROJECT NAME: M/W/DBE NON-M/W/DBE 2004 CIP CONTRACT #17 PAVMENT RECONSTRUCTION AND WATER AND SANITARY SEWER MAIN REPLACEMENT· D.O.E. No. 4879 BID DATE July 20, 2006 City's M/WBE Project Goal: 22% PROJECT NUMBER: Water -P253-541200 604170016183 Sewer -P258-541200 704170016183 T/PW -C200-541200 204400016183 If both answers to this form are YES, do not complete ATIACHMENT 1C(Good Faith Effort Fo r m). All questions on this form must be completed and a detailed explanation provided, if appl icable . If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if bQt.h answers are yes. Fa)lure to complete this form Jn its entirety and t>e recejved by the Managing Department on or before 5:00 p.m".'.,' five (5) City business days after bid opening, exclusive of the bid opening date, will result in the bid ~- being considered. non-responsive to bid specifications. . . Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business . Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an inventory profile of your business. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/WBE(s) on this contract, the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid . The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for in itiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offerer and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Pri nted Signature TiUe Contact Name (if different) Company Name Phone Number Fax Number Address Email Address . City/State/Zip Date Rev. 5/30/03 A TI ACHMENT 1 B -Alt. B Page 1 of 1 City of Fort Worth Prime Contractor Waiver Form -UNIT I & II ALT. B PRIME COMPANY NAME: Check applicable block to describe r i me PROJECT NAME: M/W/DBE NON-M/W/DBE 2004 CIP CONTRACT #17 PAVMENT RECONSTRUCTION AND WATER AND SANITARY SEWER MAIN REPLACEMENT • D.O.E. No. 4879 BID DATE July 20, 2006 City's M/WBE Project Goal: 26% PROJECT NUMBER: Water -P253-541200 604170016183 Sewer -P258-541200 704170016183 T/PW -C200-541200 204400016183 If both answers to this form are YES , do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided , if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if bQ1h answers are yes . · Failure to complete thl~ ·form in i~ entirety and be rec~ived by the Managing Department' on or before 5:00 . p:rrC five (5)' City business 'dJys ~ft~.r bid openinQ,. exc:iusi~e of the bid openi!'lg date, will res!Jlt In .the bid being considered ~on-responsh,, to bid specifications. ,' Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. WIii you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an inventory profile of your business. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/WBE(s) on this contract, the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offerer and barred from participating in City work for a period of time not less than one ( 1) year. Authorized Signature Printed Signature Title Contact Name (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev . 5/30/03 U/-L:_.,-~ 07 -25-06A08: 52 Rcvo ATTACHMENT 1C -Alt. A Page 1 of 3 City of Fort Worth Good Faith Effort Form -UNIT I & II ALT. A PRIME COMPANY NAME: Check applicable block to describe C PROJECT NA M/W/DBE NON-M/W/DBE LP 2004 CIP CONTRACT #17 PAVMENT RECONSTRUCTION AND WATER AND SANITARY SEWER MAIN REPLACEMENT -D.O.E. No. 4879 City's M/WBE Project Goal: 22% PROJECT NUMBER: Water· P253-541200 604170016183 Sewer -P258-541200 704170016183 T/PW-C200-541200 204400016183 BID DATE July 20, 2006 If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your DBE partlci'patlon Is less than the City's project goal, "you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p:m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non~responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2nd tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev. 05/30/03 07 -25 -06A08 :5 2 RCVD ATTACHMENT 1 C -Alt. A Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. -/ves __ No Date of Listing _QS,_1 W, /_il{a_ 3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? ~ es (If yes, attach M/WBE mail listing to Include riame of firm and addr.ess and a dated copy of letter malled.) __ No 4.) Did you sollclt bids from M/WBE firms, within the subcontracting and/or supplier areas previously llsted, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? --V_ es (If yes, attach list to Include name of M/WBE firm, person contacted, phone number and date and time of contact.) __ No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facslmlle Is used, attach the fax confirmation, which Is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If the 11st of M/WBEs for a partlcular subcontractlng/suppller opportunity Is ten (10) or less, the bidder must contact the entire 11st to be In compHance with qu~tl~ns 3 and 4. If the 11st of M/WBEs for a particular subcontractlng/suppller opportunity Is ten (10) or more, the bidder must contact at least two- thirds (2/3) of the 11st within such area of opportunity, but not less than ten to be In compliance with questions 3 and 4. · · 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of p)ans and specifications In order to assist the M/WBEs? __Jf_Yes · __ No 6.) Submit documentation If M/WBE quotes were rejected. The documentation submitted should be In the forms of an affidavit, Include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder wlll provide for confidential In-camera access to and inspection of any relevant documentation by City personnel. (Please use additional sheets, If necessary, and attach.) Company Name Telephone Contact Person -Scooe of Work Reason for Rejection IJ oo o llir 1 o& ~ 11 .\ ~ 1 A V./\ } - Rev . 05/30 /03 07 -25-0 6A08 :52 RCVD ATTACHMENT 1C -Alt. A Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual . work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's /W E Q,ffiodliil!i--.~ ~tie · l.Drn..\s.ac Ccmst\\1u±~t;o""72{1 LP Company Name · Contact Name and Title (if different) 811-'63LJ-/74) '.bJ7-63l/ 'L/551,:, Phone Number Fax Number To. ~o,< 16L{:fg' Jae{(i ~~--er. LDYJ\- Address dress t-01 ±:.WQ-i':bb :;r~xos 1 ~ 119 City/State/Zip · Date' I Rev. 05/30/03 -. PRIME COMPANY NAME: PROJECT NAME: ATT AC HM ENT 1 C -Alt. B • Page 1 of 3 City of Fort Worth Y) c) {13 /d Good Faith Effort Form UNIT I & II ALT. B Check applicable block to describe M/W/DBE NON-M/W/DBE 2004 CIP CONTRACT #17 BID DATE July 20, 2006 PAVMENT RECONSTRUCTION AND WATER AND SANITARY SEWER MAIN REPLACEMENT • D.O.E. No. 4879 City's M/WBE Project Goal: 26% PROJECT NUMBER: Water -P253-541200 604170016183 Sewer -P258-541200 704170016183 T/PW-C200-541200 204400016183 If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your DBE participation is less than the City's project goal, you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately prepar!ng and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent. proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporti.ng docun:ientatio·n, and receive,d by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specification,s;· 1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2nc1 tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev. 05/30/03 ATTACHMENT 1C -Alt. B .. ~ Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. __ Yes __ No Date of Listing __ / ___ / __ 3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? __ Yes (If yes, attach M/WBE mall listing to Include name of firm and address and a dated copy of letter malled.) __ No 4.) Did you solicit bids from M/WBE firms, withJn the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? __ Yes {If yes, attach list to Include name of M/WBE firm, person contacted, phone number and date and time of contact.) __ No NOTE: A facslmlle may be used to comply with either 3 or 4, but may not be used for both. If a facslmlle Is used, attach the fax confirmation, which Is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity Is ten (10) or less, the bidder must contact the entire list to be In compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (2/3) of the list within such area of opportunity, but not less than ten to be In compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or Information regarding the location of plans and specifications In order to assist the M/WBEs? __ Yes __ No 6.) Submit documentation If M/WBE quotes were rejected. The documentation submitted should be In the forms of an affidavit, Include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder wlll provide for confidential In-camera access to and Inspection of any relevant documentation by City personnel. (Please use additional sheets, If necessary, and attach.J Company Name Telephone Contact Person Scope of Work Reason for Rejection Rev. 05/30/03 - ATTACHMENT 1C-Alt. B • ~ Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company · that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Authorized Signature Printed Signature Title Contact Name and Title (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev. 05/30/03 FORT WORTH C I TY OF FORT W ORTH Joint Venture -Alt. A Page 1 of 3 Joint Venture E ligibility Form -U NIT I & II A LT. A A ll questions m u st be an sw ered; use "NA" if app licab le Na me o f C ity proj ect: 2004 CIP CONTRACT #17 1. J oint venture inform ation: Joint Venture Name: Joint V enture Add ress: (If app lica ble) T e lephone : Cellular: PAVMENT RECONSTRUCTION AND WATER AND SANITARY SEWER MAIN REPLACEMENT UNIT IA: Water Project No. P253-541200 604170016183 UNIT 18: Sanitary Sewer Project No. P258-541200 704170016183 UNIT II: T/PW Project No. C200-541200 204400016183 D.O.E . No. 4879 A j o int ve nture form mu st be compl eted on each proj ec t RFP/Bid/Purchasing Number: ___________ _ Facsimi le: E-mai l addr ess : Identify the firms t hat comprise the joint venture: Please attach extra sheets if additional space is required to p rovide detailed exp lanations of work to be pe rformed by each fi rm comprising the joint venture M/WBE firm I Non-M/WBE I name: fi rm na me: Bus ine ss Address: Bu sin ess Add ress : C ity, State, Zip : C it y, State , Z ip: Te leph o ne Facs imile E-ma il Tele ph o ne Facs imil e Cellu lar Ce ll ular Ce rt ifi ca t io n Status : E-mail a d dress Name of Cert ify ing Age ncy : . Desc ribe the sco e of wo rk of the no n-M /WBE : Rev . 51 30/0 3 Joint Venture -Alt. A Page 2 of 3 3. What is the percentage of M/WBE participation on thi s joint venture that y ou wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete 1/ this information is descr ibed in joint venture agreement) Profit an d loss sharin g: C apita l contributions, including equipme nt: Other applic abl e own er ship int e rests : 6. Identify by name, race, sex and firm those individuals (with titl es) who are responsible for the day-to-day management and decision making of the joint venture: Financ ial deci s ions (to in cl ud e Acco unt Payabl e and Rece ivabl e): M anage me nt decis ions: a . Estimatin g -----------------------------------------------b. M arketin g and Sa les ------- --------------- ------------------------- C. Hiring and F ir ing of ma nagement pe rsonn el -----------------------------------------------d . Purchas in g of maj o r equipme nt and/or suppli es Supervi sion of fi e ld o perati ons The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award , if any of the participants , the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's M/WBE Ordinance . Rev . 5/30/03 AFFIDAVIT Joint Venture -Alt. A Page 3 of 3 The undersigned affirms that the foregoing statements are true and correct and include all material informat ion necessary to identify and explain the terms and operation of the joint venture . Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work , decision-making responsibilities and payments herein. The City also reserves the right to request any addit ional information deemed necessary to determine if the joint venture is eligible . Fai lure to cooperate and/or provide requested information within the time specified is grounds for tennination of the eligibility process. The undersigned agree to permit audits , interviews with owners and examination of the books , records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal , State and /or Loc::tl laws /ordinances concerning false _statements_ or willfu I misrep!esentation _ of facts.__________________ --------·----------··----------·-------------------------------------------------------------·------- Name of M/WBE firm N a me of non-M/WBE firm Printed Name of Owner Printed Nam e o f Own er Signatu re of Owner Si g nature of o .. vn er Printed N ame of Owner Printed Name of Own er Si gn ature of Owner Si g nature o f Own er Title Titl e Date Date Notarization State of County of ------------------------------------- On this _____________ day of ________ , 20 __ , before me appeared and ------------------------------------------ to me personally known and who , being duly sworn , did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed . Notary Public------------------------- Print Name Notary Public------------------------- Si gnature Commission Expires _______________________ _ (s eal) Rev . 5/30/03 CITY OF FORT WORTH J oi nt Venture -Alt. B Page 1 of 3 Joint Venture Eligibility Form -UNIT I & II ALT. B A ll questions must be answered; u se "NA" if applica ble Name of City project: 2004 CIP CONTRACT #17 1. Joint venture information : Joint V enture Name: Joi nt V e ntu re A ddress: (If applicable) Te lep hone: Ce llul ar: PAVMENT RECONSTRUCTION AND WATER AND SANITARY SEWER MAIN REPLACEMENT UNIT IA: Water Project No. P253-541200 604170016183 UNIT 18: Sanitary Sewer Project No. P258-541200 704170016183 UNIT II: T/PW Project No. C200-541200 204400016183 D.O.E. No. 4879 A joint venture form mu st be compl ete d on each proj ec t RFP/Bi d/Purchasin g Num ber : -------------- Facs imi le: E-ma il address: Identify the fi rm s that comprise t h e joint venture: Please attach ex tra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture M /WBE firm I Non-M/WB E I na me : firm na me: Bu sine ss Address: Bus ines s Address : City, State, Z ip : C ity, State, Z ip : Te lephone Facsimile E-mai l Telephone Fac s imi le Ce ll ular Cellular Ce rti fi catio n S tat us : E-mail a ddress Na me of Certify in g Age ncy : -· " •' . D escr ib e th e sco e o f wo rk o f th e no n-M/W BE : Rev . 5/30/03 Joint Venture -Alt. B Pag e 2 of 3 3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if this informat ion is described injoinl venture agr ee ment) Profit and lo ss sharin g: Capital contributions , includ ing equipment: Other applic able own~rship interes ts : 6. Identify by name, race , sex and firm those individuals (w ith t itl es) who are responsible for the day-to-day management and decision making of the joint venture: Financial decision s (to incl ude Acco unt Payabl e and Rece ivabl e): Managem ent de cis ion s: a. Estim atin g b. Market in g and Sa les -----------------------------------------------1--~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~--l c. Hirin g and Firin g of manage ment p ersonnel d . Purchasin g of maj or equ ipm ent an d/or suppli es Sup ervi sion of field o perati ons The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form . NOTE: From and after the date of project award , if any of the partic ipants , the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information , then the participants must inform the City 's M/WBE Office immediately for approva l. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's M/WBE Ordinance . Rev. 5/30/03 - AFFIDAVIT Joint Venture - A lt. B Page 3 of 3 The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work , decision-making responsibil ities and payments herein . The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligi b le. Failure to cooperate and/or provide requested information within the time specified is grounds for term ination of the eligibility process . The undersigned agree to permit audits , interviews with owners and examination of the books , records and fi les of the joint venture by any authorized representatives of the City of Fort Worth. Fai lure to comply w ith this provision shall resu lt in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal ; State and/or Local laws/ordinances concerning false _ stat ements_ or w illfu I m i sre_presentation _ of fact~.________________ ------------------------------------------------------------------------------------------------------ Name ofM/WBE firm Name o fn on-M/WB E firm Printed Name of Owner Printed Name of Own er Signature o f Owner Si gnatur e o f Owner Printed Name of Owner Printed Name o f Own er Signature of Owner Si gnature o f Own er Title Titl e Date Date Nota rizat ion State of ___________________ County of ______________ _ On this day of , 20 __ , before me appeared -----------------------· _____________________ a nd ____________________ _ to me personally known and who, be ing duly sworn , did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed . Notary Pu bl ic ------------------------- Print Name Notary Publ ic ---------------------------Signature Commission Expires _______________________ _ (seal) Rev . 5/30/03 BID PROPOSAL (This proposal must not be removed from this book of Contract Documents.) TO : Charles Boswell City Manager, City of Fort Worth Purchasing Division, Municipal Office Building 1000 Throckmorton Street P.O. Box 17027 Fort Worth, Texas 76102 PROPOSAL FOR: The furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for street reconstruction and the installation of various water, sanitary sewer and storm drain improvements, including replacement and construction of water lines, san itary sewer lines, storm drain improvements and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: 2004 CIP CONTRACT #17 PAVMENT RECONSTRUCTION AND WATER AND SANITARY SEWER MAIN REPLACEMENT UNIT IA: Water Project No. P253-541200 604170016183 UNIT IB: Sanitary Sewer Project No. P258-541200 704170016183 UNIT II: T/PW Project No. C200-541200 204400016183 D.O.E. No. 4879 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 amount of 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 and subject to the inspection and approval of the Director, Department of Engineering of the City of Fort Worth. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish 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: UNIT IA -Water Line Improvements ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT UNIT COST TOTAL COST NO. COST WRITTEN IN WORDS 1. 22 LF 6" PVC (C-900) Water Line (All Depths) ~;;l.J>'D lhil~--11wo $ $ 1 O'-f.OD Dollars and Nt> I Cents per Linear Foot 2 . 1,132 LF 8" PVC (C-900) Water Line (All Depths) $ 3Ce -ob $ l/O, 7SJ. DO -,\,i v+~ S,i Dollars and I"\'.) Cents per Linear Foot 3 . 1,785 LF 10" PVC (C-900) Water Line (All Depths) $ L{Q_Ob k)-11,,;:f_ $ .., I I 4 00 . 00 Dollars and rvO Cents per Linear Foot B-1 BID PROPOSAL {This proposal must not be removed from this book of Contract Documents.) TO: Charles Boswell City Manager, City of Fort Worth Purchasing Division, Municipal Office Building 1000 Throckmorton Street P.O . Box 17027 Fort Worth, Texas 76102 PROPOSAL FOR: The furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for street reconstruction and the installation of various water, sanitary sewer and storm drain improvements, including replacement and construction of water lines, san itary sewer lines, storm drain improvements and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: 2004 CIP CONTRACT #17 PAVMENT RECONSTRUCTION AND WATER AND SANITARY SEWER MAIN REPLACEMENT UNIT IA: Water Project No. P253-541200 604170016183 UNIT IB: Sanitary Sewer Project No. P258-541200 704170016183 UNIT II: T/PW Project No. C200-541200 204400016183 D.O.E. No. 4879 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 amount of 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 and subject to the inspection and approval of the Director, Department of Engineering of the City of Fort Worth. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish 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: UNIT IA -Water Line Improvements ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT UNIT COST TOTAL COST NO. COST WRITIEN IN WORDS 1. 22 LF 6" PVC (C-900) Water Line (All Depths) ~ ),6t) 1h j {k,-4 ,wo $ $1 0'-f.OO Dollars and N'O ' Cents per Linear Foot 2. 1,132 LF 8" PVC (C-900) Water Line (All Depths) $ 3Ce-b6 $ '-{01 7$). DO --r'1 iv+~ S1i Dollars and l~\'.J Cents per Linear Foot 3 . 1,785 LF 10' PVC (C-900) Water Line (All Depths) $ L{o.otJ +:"o-tb~ $ .., I l 4 OD • 00 Dollars and rvO Cents per Linear Foot B-1 ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT UNIT COST TOTAL COST NO. COST WRITTEN IN WORDS 4. 60 LF 12" PVC (C-900) Water Line (All Depths) 'Fo Y l., ~ F"1 '11-L Dollars and t,,J.Q-Cents per Linear Foot $ "-/ 5. () 0 $ '::l.1 7c>Oo0 5 . 2 EA 6-inch Gate Valve w/Cast Iron Box & Lid $ I, SaJ· cJo Se~ri »11AJ a~< 'f.lf-rt Dollars $ 150.00 and NQ Cents per Each 6 . 5 EA 8-i nch Gate Valve w/Cast Iron Box & Lid € ~hr J.IIAr4dr,eJ ;:;, fr'-( Dollars $ 2'50, oo $ 'i. J.-'S 0, bf> ., an D,!D Cents per Each 7. 4 EA 10-inch Gate Valve w/Cast Iron Box & Lid N.iN9 11.utJ dre<! F, f tj and N!.2 Cents per Each Dollars $GtS0,0 " 3 oo $ , g,vo· ·, 8. 1 EA 12-inch Gate Valve w/Cast Iron Box & Lid ~ lvt.-U-uttcLNA Dollars $I .).o()·o o $ I, ;J.OO·oo and r{Q Cents per Each , 9. 27 EA 1-inch Single Head Service Tap to Main $ 3/JO·t>O $ g,!OO•bO -rh "'1.e tlu~cl ~d Dollars and NO Cents per Each 10. 555 LF 1-inch Copper Service Line from Main to Meter , $ 30.oO Including Setting Meter Box $ /(, {,5'(). bO ---rh ; n,. .. --t I Dollars and b Ill • Cents per Linear Foot 11. 27 EA Class "A" Plastic Meter Box (Single Head Service) $ /00.00 $ J )00· (}{) OtvtJ.luNc;) ~ol . Dollars and NO Cents per Each 12. 2 EA 1 1/2-inch Single Head Service Tap to Main $ $:Jo .OD I [i)O · () r) ~v-t. Wv>-ldt"'4o · $ Dollars I and \~O Cents per Each 13. 45 LF 1 1/2-inch Copper Service Line from Main to Meter, $10.00 Including Setting Meter Box $ /1/00·'o t-O {b~ and ND- Dollars Cents per Linear Foot 14. 2 EA Class "B" Plastic Meter Box (Single Head Service) $ /SO . 0 D 300.00 OJ...R_ ~uJ,Jd.Nd t;\C4 j. Dollars $ and NU Cents per ach 15. 6 EA 1-inch Bullhead Service Tap to Main $d.,l.fCV.oD t=Du, LI LI Ncl('Qd $ 40l). 6D Dollars and NI) Cents per Each B-2 ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT UNIT COST TOTAL COST NO. COST WRITTEN IN WORDS 16. 150 LF 1-i nch Bullhead Service Line from Ma in to Meter, 30 .00 Including Setting Meter Box $ $ 4,500-00 thl(h:f_ Dollars and r./0 Cents per Lin ear Foot .- 17. 1 EA Relocate Exi sti ng Meter Box 'Ttoo 1-J LU-Id f'l d $ J.oo.oo $ d).f)O, 00 Dolla rs and Nb Cents per Each 18. 2 EA Remove & Salvage Exi sting Fire Hyd rant &00·()0 11 ~ l-JurloN-d $ 3ctJ,00 $ Doll ars and NO Cents per Each 19. 2 EA Standard Fire Hydrant (3'-6" Depth) 5,'xfe<~ J/uJJdf'ed $ /, {p~(} .oo $ 3,:J..oo .oo Dollars and ~'2 Cents per Each 20. 4 TN Cast Iron/Ductile Iron Fittings $ 3.,ooo.rX> -rh ('.£.£~ /hQusa nd $ !.:>. ooo-00 Dolla rs / and 1-,)Q Cents per Ton 21. 3,450 LF Temporary Asphalt Pavement Repair · CJ oD Per Fig . 2000-1C $ . $ 3/, 0'5/),60 ~;,~ Dollars and l'JQ Cents per Linear Foot 22. 100 LF Concrete Encasement for 8" and 10" Wa ter Line $ /O _DO $ l1DCO·oo /eJ\l Dollars and lYQ Cents per Linear Foot 23. 100 CY Type "B" Backfill Fifteen $ 15.00 $ 1,500.00 Dollars and 00 Cents per Cubic Yard 24. 5 CY Type "B" (2500# PSI) Concrete for Misc. Placement /b .oo '50. 00 rf r'1 $ $ Dollars and NO Cents per Cubic Yard 25 . 5 CY Type "E" (1500# PSI) Concrete for Misc. Placement /D·OD $ 50· D t> ~b $ Dollars Cents per Cubic Yard 26 . 5 CY Ballast Stone 00 5 .00 $ /. $ Q~ Dollars and t'\.l:Q Cents per Cub ic Yard 27. 130 LF Block Sodding OD {p50 . OD $ S· $ i:::~~ Dollars and NO Cents per Linear Foot B-3 ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT UNIT COST TOTAL COST NO. COST WRITTEN IN WORDS 28. 2,020 LF Trench Safety for Excavations > 5' Depth r)oNf.-$ o.so $ /I 0/0. oD Dollars and 1-i~-f..f Cents per Linear Foot 29. 5 EA Remove & Salvage Existing 6" to 8" Gate Valve $ aco.oD $ I ooo,6 v '17,uQ t.J H 61 d M Dollars J and ~O. Cents per Each 30. 7 EA Remove & Salvage Existing 1 O" to 12 " Gate Valve ~JOO .oo -n, (11/fL 1-1 urid r-ecJ $ fpo. oo $ Dollars I and tvQ Cents per Each 31 . 1 LS Provide 2" Temporary Water Service (Entire Project) $ G ()00,oo Si 6. -rho us a V\ d-Dollars $ (p cco.co I I and N Q Cents per Lump Sum 32 . 1 LS SWPPP Implementation for Water Work 500-00 t5co.a6 F, It, J./ «/Jo rt c1 $ $ Dollars and tvO Cents per Lump Sum Li oo TOTAL AMOUNT OF BID FOR UNIT IA WATER LINE IMPROVEMENTS=$ dd-'1, /p 7/ , NOTE: TRANSFER TOTAL AMOUNT OF BID FOR UNIT IA WATER LINE IMPROVEMENTS TO BID SUMMARY, PAGE B-17 B-4 UNIT IB -Sanitary Sewer Line Improvements ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT UNIT COST TOTAL COST NO. COST WRITTEN IN WORDS 1. 1,075 LF 4" PVC Sanitary Sewer Pipe for Service Lines (All Depths) $ 3.5 _oO $ 3 71 IPJ.1-66 '1.h.i {l;,,¥ /:",'M-Dollars and 1"Q -Cents per Linear Foot 2. 200 LF 4" PVC Sanitary Sewer Pipe for Service Lines on $ Lf5. oO $ q',(XX) . O 0 Private Property by a Licensed Plumber (All Depths) fO,t;,_i-FrH-Dollars and ,l',IQ -Cents per Linear Foot 3. 170 LF 6" PVC Sanitary Sewer Pipe (All Depths) $L{Q. ()0 Forb-j_ Dollars $~6/X)-~ I and /VO Cents per Linear Foot 4. 1,075 LF 8" PVC Sanitary Sewer Pipe (All Depths) $ 50.oD $ 0~ 750.(}D r;-,· -f + '-t Dollars and NQ Cents per Linear Foot 5. 5 LF 12" PVC Sanitary Sewer Pipe (All Depths) 1 =>· oO $ 3,500 Se\M V\ ±4 F; iJJL. Dollars $ and N Q -Cents per Linear Foot 6. 1,622 LF 18" PVC Sanitary Sewer Pipe (All Depths) $ '8D-oD $ I;)..~ 7~0-oO Ei@n--t~ Dollars and hi Q Cents per Linear Foot 7 . 33 LF 18" (Class 51) Ductile Iron Sanitary Sewer Pipe $ Cf'j.oo $ 3, J c,5 60 (All Depths) N; tJ-e.-4 ,I Fi~ Dollars and Nfl Cents per Linear Foot 8. 10 LF 18" PVC Sanitary Sewer Pipe by Short Bore $~00 .oo $ ~ 0()(),60 (All Depths) ~10 LL,,t.Jd~o Dollars and NQ Cents per Linea r Foot 9. 44 EA 4" Sanitary Sewer Service Tap $1-/DooO $ 17 1 /oOO· oiJ Tuir UuNct r<>d Dollars and ~n Cents per Each 10. 44 EA Two-Way Sn tary Sewer Service Cleanout $ ~.gco_oo J ub U .t-J d fed Dollars $~Q).oo and l',l:Q Cents per Each 11. 14 EA Remove Existing Sanitary Sewer Manhole 300.DO f oD '--fh ~.JJ LA~ l'e6 $ $ ~, :J_oo - Dollars and NQ Cents per Each B-5 ITEM NO. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. QTY. 1 ,000 16 35 4 17 46 20 3 20 1 ,705 2 ,910 UNIT DESCRIPTION OF ITEM WITH UNIT COST WRITTEN IN WORDS LF Grout Existing 18" Sanitary Sewer "To Be Abandoned" EA VF EA VF VF EA EA EA LF LF £.b--al-'-'.f1H)1~+-,---_______ Dollars anU /'10 Cents per Linear Foot Standard 4 ' Dia. Sanitary Sewer Man hole (0-6') Si Xie e N /..J UNd l'()d Dollars and NQ Cents per Ea ch ' Added Depth for Std . 4' Dia . SSMH >6' o~)t. llu,JJ ~d FIH'-(, Dollars and tyO Cents per ertica l Foot Standard 4' Dia . (Drop) Sanitary Sewer Manhole (0-6') Jwo=t1 )('U<y) () d Dollars and NO Cents per Each Added Depth for Std. 4' Dia . (DROP) SSMH >6' ~0 b/-uf'.l G ~O Dollars and NO Cents per Vertical Foot Interior Corrosion Protection Coa ti ng for Sanitary Sewer Manhole °"w).JUNo~o Sruwt~B,~ollars and Ne Cents pe r erti cal Foot Watertight Insert for Sanitary Sewer Manhole ~~-'~f+~·--/-________ Dollars and_,J'l~~Q~ ___ Cents per Each Concrete Collar for Sanitary Sewer Manhole and NO Cents per Each Vacuum Test New Sanitary Sewer Manhole _r-_u"-c-.:~._~-t--------Dollars and NO Cents per Each Pre-Construction Cleaning & TV Inspecti on of Existing Sanitary Sewer "To Be Abandoned " r-th I\R,.L. and l\,lt) Dollars Cents per Linear Foot Post-Construction TV Inspection of New Sanitary Sewer 'fl __ u)()~ ________ Dollars and (\)'D Cents per Linear Foot B-6 UNIT COST $ z?.00 $ /'50.00 $ J CfX>,oO I $ ~oo.tJJ $ 1--,5.oO $ 5o.00 $ 50.00 $ ;) .oo TOTAL COST $ 3' (C/)·oO I $ ~ coc,.oo $ 3, 'f a::;,oo $ 8', (150-oo $ 5,IJ 5-DD $ 5;~o.D0 ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT UNIT COST TOTAL COST NO. COST WRITTEN IN WORDS 23. 3,181 LF Temporary Asphalt Pavement Repa ir $ 7. oO Per Fig . 2000-1C $ d..o./;~°l.oo l(~ Dollars nd 1 ty_O Cents per Linear Foot 24 . 35 LF Permanent Aspha lt Pavement Repair Per Fig . 2000-1A $ roo. oo $ ~,100.00 .<;'j ~:i ~J Dollars and t,JO Cents per Li near Foot 25 . 650 LF Block Sodding $ 5()'0 :3 ~5V·oo Ei lf,.Q" $ Dollars I and NO Cents per Linear Foot 26. 2 ,593 LF Trench Safety for Excavations > 5' Depth $ 5, /8(p . eo /WO Dollars $ d.ot> and ,.JO .-Cents per Linear Foot 27 . 100 LF Concrete Encasement for 6" and 8" Sanitary Sewer $ to.ob $ / (CO,oo Tew Dollars I and 61.0 Cents per Linear Foot 28. 80 LF Concrete Encasement for 18" Sanitary Sewer $ q (pO· <:>t> "luv£} ,t--L.- $ /)... oO Dollars and t:JO Cents per Linear Foot 29. 100 CY Type "B" Backfill Fifteen $ 15.00 $ 1,500.00 Dollars and 00 Cents per Cubic Yard 30. 5 CY Type "B" (2500# PSI) Concrete for Misc. Placement $ (0. Ol) $ so.oo leN Dollars and 1'1Q Cents per Cubic Yard 31 . 5 CY Type "E" (1500# PSI) Concrete for Misc. Placement $ 50-Ob "Ier.J Dollars $Jo.OD and ,~11.2 Cents per Cu bic Yard ... 32. 4 EA 6" Connection to Existing Sanitary Sewer 011-t ./-I W..J cl l'tQ $ soo. o O $~,oco,00 Dollars and l>JQ Cents per Each 33 . 1 EA 12" Connection to Existing Sanitary Sewer ~oo .oo $ LP()(). oo 5; )( /-.tu1--1 c~ r-o d $ Dollars and Cents per Each 34. 1 EA 18" Connection to Existing Sanitary Sewer $\1SooOO I' SO{)·oo [i.\--l~e~ LluNOl"td $ Dollars and ~}O Cents per Each B-7 ITEM NO. 32. QTY. UNIT DESCRIPTION OF ITEM WITH UNIT UNIT COST TOTAL COST COST WRITTEN IN WORDS 1 LS SWPPP Implementation for Sanitary Sewer Work 500 .00 '600 ,0 0 J:' ,vt_ H uNd ~c-$ $ Dollars and ,v\? Cents per Lump Sum ?(},, KrK _ov TOTAL AMOUNT OF BID FOR UNIT IB SANITARY SEWER LINE IMPROVEMENTS = $ .::::>1 of... JV.......> __ _,_ __ _ NOTE: TRANSFER TOTAL AMOUNT OF BID FOR UNIT IB SANITARY SEWER LINE IMPROVEMENTS TO BID SUMMARY, PAGE B-17 • B-8 UNIT II -Paving and Drainage Improvements -Alternate A (Concrete Pavement) ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT UNIT COST TOTAL COST NO. COST WRITTEN IN WORDS 1. 1 LS Misc. Utility Adjustment Seven Thousand Five Hundred Dollars $ 7,500.00 $ 7,500.00 and 00 Cents per Lump Sum 2. 4 EA Provide and Install Standard Project Designation Sign Two Hundred $ 200.00 $ 800.00 Dollars and 00 Cents per Each 3 . 4.442 LF Remove and Dispose of Existing Concrete Curb $ (o • .00 $ d-(, I (p 5). o0 and Gutter St< Dollars and MO Cents per Linear Foot 4 . 7 ,151 SF Remove and Dispose of Existing Concrete Sidewalk $ ~~J.{53-00 and Driveways $ 3.00 ,hN..e._..., Dollars and Cents per Square Foot 5 . 52 CY Controlled Density Fill (Borrow Material) ~+~ $ a_o.DD $ I OtfO. oo Dollars I and ,D)O -Cents per Cubic Yard 6. 3 ,668 CY Unclassified Street Excavation $ '-/5, f56,0D 1we lrJ"L $ /')..SO Dollars and I=" i +-f~ Cents per Cubic Yard 7. 173 TN Lime for Subgrade (30 lbs/SY) $ ,,o.00 $ I 1,030 .00 0~ U.ut.Jdr-€d-1-eN Dollars and NQ Cents per Ton 8 . 11 ,523 SY 6" Lime Stabilized Subgrade $3. D 0 $ 3'-f, 5ft,1, DD -th (\QJL Dollars and l'\l 0 Cents per Square Yard 9. 10,096 SY 6" Reinforced Concrete Pavement $ 3~/:J.D. DD ,h \ (h, --( IWO Dollars $'?,~_so and l="\ f;.. + -!./ Cents per Square Yard I 10. 4.442 LF 7" Integral Concrete Curb $ d..oo $ &; gg'-j, 0() )wO Dollars and No. Cents per Linear Foot 11 . 8 ,305 LF Silicone Joint Sealant $ J. '50 $ /~ if 57. SC> o~ Dollars and E}.' I;_~ f Cents per Linear Foot B-9 ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT UNIT COST TOTAL COST NO. COST WRITIEN IN WORDS 12. 1,141 LF Saw-Cut Concrete Pavement ;)._ 'C)D $ ,;) ;). g;)., o D -rwo $ Doilars I and t:£.D Cents per Linear Foot 13. 90 CY 6" Flexlble Baae for Temporary Driveway Access $ /0, oo $ C/OO·oo TerJ Dollars and t:::!.D Cents per Cubic Yertl 14. 7 ,151 SF ff' Reinforced Concrets Driveway oD $ '"'I~, 906. oo SiK Dollars $ ~- and ~Q Cents per Square Foot , 15. BOO SF Match and Install Exposed Aggregate Concrete , i.oo $ &, ,'fOO· oD Surface Treatment c:i-~Y'I+ Dollars and "'11::i Cents per Square Foot . ;..._ HI. 271 SF 4 • Reinforced Concr&te Sidewalk s 3. oo $ 8/300 Th~ Dollars and a.ro Cents per Square Foot 17. 171 SY 6" HMAC Pavement for TransiHons ~ 0 .oo 3,tJ-;).0.60 l W~l:'.J+-----l $ $ Dollars and N t> ' CenlS per Square Yard 18. 14 EA Adjust Gate Valve Box ID New Pavement Grade Them 1:t1,1ndred Dollars $ 300.00 $ 4,200.00 and 00 Cents per Each 19. 25 EA Adjust Sanitary Sewer or S1Drm Drain Manhole 1o N-Pavement Grade $ 350.00 s 8,750.00 Th!lP.i Hundred Elftv Dollars and 00 Cents per Each 20. 65 CY !!"Top Soll Eourteen Dollars $ 14.00 $ 910.00 and 00 Cents per Cubic Yard 21 . 1 ,865 CY Trench Excavation and Backflll for Storm Drains 3,00 S 'f, CJCJ5 0 0 ·--rh('~ $ Dollars and ~lQ Cents per Cubic Yard 22. 7 EA Remove Existing Curb Inlet s Suo . 00 $ 3) 5'Cb· oo {::/IN. bl.C,d~ drw Dollara and 11'-,.lQ Cen1a per Each 23 . 39 LF Remove and Dispose Existing 18" Storm Drain Pipe $/().60 s 390. 00 -re~ Dollars and NI) Cents per Linear Foot B-lOR ,- ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT UNIT COST TOTAL COST NO. COST WRITTEN IN WORDS 12. 1,14 1 LF Saw-Cu t Concrete Pavement $ $ Dollars and Cents per Linear Foot 13. 90 CY 6" Flex ible Base for Temporary Driveway Access $ $ Dollars and Cents per Cubic Yard 14. 7 ,151 SF 6" Rei nforced Concrete Driveway $ $ Dollars and Cents per Square Foot 15. 800 SF Match and Install Exposed Aggrega te Concrete Surface Treatment $ $ Dollars and Cents per Squa re Foot 16. 271 SF 4" Rei nforced Concrete Sidewalk $ $ Dollars and Cents per Square Foot 17 . 171 SY 6" HMAC Pavement for Trans itions $ $ Dolla rs and Cents per Square Ya rd 18. 14 EA Adjust Gate Valve Box to New Pavement Grade Three Hundred $ 300 .00 $ 4,200.00 Dollars and 00 Cents per Each 19. 25 EA Adjust Sanitary Sewer or Storm Dra in Man hole to New Pavement Grade $ 350.00 $ 8,750.00 Three Hundred Fiftv Dollars and 00 Cents per Each 20. 370 SY 6" Top Soil Eleven $ 11.00 $ 4,070.00 Dollars and 00 Cents per Square Yard 21. 1,665 CY T rench Excavation and Backfill for Storm Drains $ $ Dollars and Cents per Cubic Ya rd 22 . 7 EA Remove Existing Curb Inlet $ $ Dollars and Cents per Each 23. 39 LF Remove and Dispose Existing 18" Storm Drain Pipe $ $ Dollars and Cents per Linear Foot B-10 ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT UNIT COST TOTAL COST NO. COST WRITTEN IN WORDS 24. 30 LF Remove and Dispose Existing 30" Storm Drain Pipe $ (pOO .aTJ :!:~ati-$ .Jo.OO Dollars Cents per Linear Foot 25. 1 EA Plug Ex isting 30" Storm Drain $~()().<JO S; ~ lltu-1d red Dollars $ r;oo . oo and t,,J.Q Cents per Each 26. 39 LF 24" (Class 111) RCP Storm Drain Pipe $ e,o. oo $ ..-2, 3 yo. 0 'D .Sixt f-Dollars and .,...JQ -Cents per Linear Foot 27. 460 LF 42" (Class Ill) RCP Storm Dra in Pipe 0A}f 1Ju,Jci~ J Ni N 'e+-rcollars $ 1q0 oo $ <(i 7 L/CX> 'dJ I and ~() Cents per Linear Foot 28. 940 LF 42" (HOPE) Corrugated Storm Drain Pipe $ I'-/ I td>·6 i) Of%J·tlt 1.J dvfd £,'-f :f--/Dollars $ iso.6 D ) and _ Q_ Cents per Linear Foot 29. 1 EA Dual Concrete Headwall (TXDOT Std. CH-F-0) $ 51 (X)() · DO 'i(X)O ,co Fi ff_ Th Dl..lS&tll d $ Dollars I and J-.J Q Cents per Each 30. 5 EA Standard 10' Storm Drain Curb Inlet -r;,.)Q ,h()vsa r1 d Dollars $ -4 ooo/>0 $ /010CO· oc:) and 1,,/-0 Cents per Each 31 . 2 EA Standard 20' Storm Drain Curb Inlet ~1cttJ ,oo ~cu r [housa. flcl $ ~(i)(). oo $ Dollars and ~o Cents per Each 32. 6 EA Standard 5' x 5' (Square) Storm Drain Manhole $ 3/JJo.0 6 $ / ~/Jfb-()0 '":th N..() : l:bo1A.4'.t,,... c} Dollars and t':! Q Cents per Each 33. 32 CY 18" Rock Rip-Rap ,c; ~ ¥:I-J /:;' .µ_ Dollars $ (p.5DO $:) I Ct;()' Q-0 and , 1.,l, Cents per Cubic Yard 34. 65 SY Geotextile Filter Fabric for 18" Rock Rip-Rap $ /0. DO 6:50, ~t) rJ;' A.I Dollars $ and ,AJ Q Cents per Square Yard 35. 65 SY Grout for 18" Rock Rip-Rap $ ;2_0 . D 0 $ I 300-00 ~ i-Dollars , /uJQn-J and A,/\) -Cents per Square Yard B-11 ITEM QTY. NO. 36. 3 ..,37 . 925 38. 56 39. 120 40. 693 41 . 1 UNIT DESCRIPTION OF ITEM WITH UNIT UNIT COST TOTAL COST COST WRITTEN IN WORDS EA Reinforced Concrete Manhole Collar $ Soo -oo $ 'f(X),o'D Th r'2R-Uu /Vd,,.ed Dollars and t,,J.Q Cents per Each LF Trench Safety for Excavations > 5' Depth $ 'f 60 four Dollars $ :5, 700,oD and No Cents per Li near Foot SF Remove and Reconstruct 6" Reinforced Concrete Cart Path $ lb .oo $ 5foC>.OD -:p_,J Dollars and ,.., n Cents per Square Foot I LF Remove and Replace Existing Fence $ df). ()0 $ ~/>(to. OD 1b..>eVJ1-l Dollars and NQ ] Cents per Linear Foot LF Block Sodd ing g ,o $ ~.,5 if '-j, oD C::~n+ $ Dollars Cents per Linear Foot and .-O LS SWPPP Implementation for Pav ing and Drai nage $ 5 DD-60 500 .00 Work $ J:,·,;e L-1 l,( r1Jre d. Dollars and r-1!2 Cents per Lump Sum TOTAL AMOUNT OF BID FOR UNIT II -PAVING AND DRAINAGE 0, {p Cf)j. f::>D IMPROVEMENTS -ALTERNATE A (CONCRETE PAVEMENT)= $_0_ /~'---- NOTE: TRANSFER TOTAL AMOUNT OF BID FOR UNIT II -PAVING AND DRAINAGE IMPROVEMENTS - ALTERNATE A (CONCRETE PAVEMENT) TO BID SUMMARY, PAGE B-17 B-12 ... UNIT II -Paving and Drainage Improvements -Alternate B (Asphalt Pavement) ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT UNIT COST TOTAL COST NO. COST WRITTEN IN WORDS 1. 1 LS Misc. Uti lity Adjustment Seven Thousand Five Hundred Dolla rs $ 7,500.00 $ 7 ,500.00 and 00 Cents per Lump Su m 2. 4 EA Provid e and Install Standard Proj ect Des ignation Sign Two Hundred $ 200.00 $ 800.00 Dollars and 00 Cents per Each 3 . 4 ,442 LF Remove and Dispose of Ex isting Concrete Curb and Gutter $ $ Dollars and Cents per Li near Foot 4 . 7,151 SF Remove and Dispose of Ex isting Concrete Sidewa lk and Driveways $ $ Dollars and Cents per Square Foot 5. 52 CY Controlled Density Fill (Borrow Material) $ $ Dollars and Cents per Cubic Yard 6. 3 ,888 CY Unclassifi ed Street Excavation $ $ Dollars and Cents per Cubic Ya rd 7 . 192 TN Lime for Subgrade (38 lbs/SY) $ $ Do ll ars and Cents per Ton 8 . 11 ,523 SY 8" Lime Stabilized Subgrade $ $ Dollars and Cents per Squa re Ya rd 9. 10,096 SY 6' HMAC Pavement $ $ Dollars and Cents per Squa re Ya rd 10. 4,442 LF 7" Concrete Curb W/18" Concrete Gutter $ $ Dollars and Cents per Linear Foot 11. 1,155 LF Laydown Curb with 18" Concrete Gutter at Driveway Transition $ $ Dollars and Cents per Linear Foot B -13 ,. !:: -- ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT UNIT COST TOTAL COST NO . COST WRITTEN IN WORDS 12. 150 SY 7" Reinforced Concrete Valley Gutter $ $ Dollars and Cen1s per Square Yard 13. 1,141 LF Saw-Cut Concrete Pavement $ $ DoUars and Cents per Ll~r Foot 14. 90 CY 6" Flexible Base for Temporary Driveway Access $ $ Dollars and Cents per Cubic Yard 16. 7,161 SF 6" Reinforced Concrete Driveway $ $ DollaiS and Cents per Square Foot 16. 800 SF Maleh and Install Exposed Aggregate Concrete Surface Treatment $ $ Dollars and Cents per Square Foot 17. 271 SF 4" Re inforced Concrete Sidewalk $ $ Dolars and Cents per Square Foot .18. 171 SY a• HMAC Pavement for Transitions $ $ Dolars and Cents per Square Yard 19. 14 EA Adjust Gate Valve Box to New Pavement Grade and Install Concrete CoDar $ 300.00 s 4,200.00 Three !:lumlCid Dollars and QQ Cent& per Each 20 . 25 EA Adjust Sanitary Sewer or Stonn Drain Manhole to New Pavement Grade and Install Concrete Collar $ 350.00 s 8,750.00 Th~ ljyndred F~ Dollar& and 00 Cents per Each 21. 66 CY 6" Top Soll EQude~a Dollars $ 14.00 $ 910.00 and 00 Cen1s per Cubic Yard 22. 1,665 CY Trench Excavation and Backfill ror Storm Dra ins $ $ Dollars and Cents per Cubic Yard 23. 7 EA Remove Existing Curb Inlet $ $ Dollars and Cents per Each B-14R • :-- ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT UNIT COST TOTAL COST NO. COST WRITIEN IN WORDS 12. 150 SY 7" Reinforced Concrete Valley Gutter $ $ Dollars and Cents per Square Yard 13. 1,141 LF Saw-Cut Concrete Pavement $ $ Dollars and Cents per Linear Foot 14. 90 CY 6" Flexible Base for Temporary Driveway Access $ $ Dollars and Cents per Cubic Yard 15. 7,151 SF 6" Reinforced Concrete Driveway $ $ Dollars and Cents per Square Foot 16. 800 SF Match and Install Exposed Aggregate Concrete Surface Treatment $ $ Dollars and Cents per Square Foot 17. 271 SF 4" Reinforced Concrete Sidewalk $ $ Dollars and Cents per Square Foot 18. 171 SY 6" HMAC Pavement for Transitions $ $ Dollars and Cents per Square Yard 19. 14 EA Adjust Gate Valve Box to New Pavement Grade and Install Concrete Collar $ 300.00 $ 4,200.00 Three Hundred Dollars and 00 Cents per Each 20. 25 EA Adjust Sanitary Sewer or Storm Drain Manhole to New Pavement Grade and Install Concrete Collar $ 350.00 $ 8,750.00 Three Hundred Fiftv Dollars and 00 Cents per Each 21. 370 SY 6" Top Soil Eleven Dollars $ 11.00 $ 4,070.00 and 00 Cents per Square Yard 22. 1,665 CY Trench Excavation and Backfill for Storm Drains $ $ Dollars and Cents per Cubic Yard 23. 7 EA Remove Existing Curb Inlet $ $ Dollars and Cents per Each B-14 ~ ,. ' ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT UNIT COST TOTAL COST NO. COST WRITTEN IN WORDS 24. 39 LF Remove and Dispos e Exi sti ng 18" Storm Dra in P ipe $ $ Dolla rs and Cents per Lin ear Foot 25. 30 LF Remove and Dispose Existing 30" Storm Dra in Pipe $ $ Doll ars and Cents per Linear Foot 26. 1 EA Plug Existing 30" Storm Dra in $ $ Doll ars and Cents per Each 27. 39 LF 24" (Class 111) RCP Storm Drain Pipe $ $ Doll ars and Cents per Linear Foot 28. 460 LF 42" (Class Ill) RCP Stonm Drain Pipe $ $ Dollars and Cents per Linear Foot 29. 940 LF 42" (HOPE) Corrugated Storm Drain Pipe $ $ Dollars and Cents per Linear Foot 30. 1 EA Dual Concrete Headwall (TXDOT Std . CH -F-0 ) $ $ Doll ars and Cents per Each 31 . 5 EA Standard 10' Storm Dra in Curb In let $ $ Doll ars and Cents per Each 32. 2 EA Standard 20' Storm Dra in Curb In let $ $ Dollars and Cents per Each 33. 6 EA Standard 5 ' x 5 ' (Square) Storm Dra in Manhole $ $ Dollars and Cents per Each 34. 32 CY 18" Rock Rip-Rap $ $ Dollars and Cents per Cubic Yard 35. 65 SY Geotextile Filter Fabric for 18" Rip-Rap $ $ Dolla rs and Cents per Square Yard B-15 .......... ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT UNIT COST TOTAL COST NO. COST WRITTEN IN WORDS 36. 65 SY Grout for 18" Rip -Rap $ $ Dollars and Cents per Square Yard 37. 3 EA Re inforced Concrete Manhole Collar $ $ Dollars and Cents per Each 38. 925 LF Trench Safety for Excavations > 5' Depth $ $ Dollars and Cents per Li near Foot 39. 56 SF Remove and Recon struct 6" Reinforced Concrete Ca rt Path $ $ Dollars and Cents per Square Foot 40. 120 LF Remove and Replace Existi ng Fen ce $ $ Dollars and Cents per Linear Foot 41 . 693 LF Block Sodding $ $ Dolla rs and Cents per Linea r Foot 42. 1 LS SWPPP Implementati on for Paving and Drainage Work $ $ Dollars and Cents per Lump Sum TOTAL AMOUNT OF BID FOR UNIT 11 -PAVING AND DRAINAGE IMPROVEMENTS -ALTERNATE B (ASPHALT PAVEMENT)=$ ______ _ NOTE: TRANSFER TOTAL AMOUNT OF BID FOR UNIT II -PAVING AND DRAINAGE IMPROVEMENTS- ALTERNATE B (ASPHALT PAVEMENT) TO BID SUMMARY, PAGE B-17 B-16 BID SUMMARY TOTAL UNIT IA-Water Line Improvements TOTAL UNIT IS-Sanitary Sewer Line Improvements TOTAL UNIT I BID (UNIT 1A + UNIT IB) TOTAL UNIT II -Paving and Drainage Improvements -ALTERNATE A (Concrete Pavement) TOTAL UNIT II-Paving and Drainage Improvements -ALTERNATE B (Asphalt Pavement) TOTAL BID (UNIT I+ UNIT II-ALTERNATE A) TOTAL BID (UNIT I + UNIT II -AL TERNA TE B) B-17 $ J.a.1._. (., )/. oO ) $ D9') 505. oO $ tR 17. L 7 <, . 00 ) $ $ $_/v_O_P:>-=--...:c, ...... ·d""--- CITY APPROVED PRODUCT FORM* *Contractor shall select the type of pipe to be used. STANDARD SPECIFICATION NO. DIAMETER (in.) ~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 Fort 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". B-18 Within ten (10) days after notification by the City, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of this contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has been furnished at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the Specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7 400. (Complete A or B below, as applicable:) A. The principal place of business of our company is in the State of ____ _ Nonresident bidders in the State of , our principal place of business, are required to be __ percent lower than resident bidders by state law. A copy of the statue is attached. Nonresident bidders in the State of _____ , our principal place of business, are not required to underbid resident bidders. The principal place of business of our company or our parent company or majority owner is in the State of Texas. 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 Eighty (180) Working 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. B-19 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)/~ Addendum No. 2 (Initials) ____ _ Addendum No. 3 (Initials) ____ _ Addendum No. 4 (Initials) ____ _ (SE AL) Date: :J{;)o/o~ j B-20 Res1?ectively submitted, -r-v L ('\ C~or1a+se r f\Srl rv.-ut--k>1.. , l'-1 1" By:/~- fry Co-nOl-fS.e, Title: -:P, e.t;id er H- Address: To eox r ~4'-f e- Fot bWod:h 1t.X '7t,// q Telephone ('6llJ53'-! -(7L-f2> PARTC GENERAL CONDITIONS ...... -NOTE: The foilowing revisions to Item CG-6.12. CONmACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS shall replace, to its entirety, that which is currentl~1.-shown on Pages C6-6 (8) to .C6-6 (10) herei~. · . _ .. · .-· . CS-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS · Contractor covenants and agrees to in.dem.nify Cit'/s engine~r and archited, and their personnei· at the_ projed site for Cor:tractor's sole negligence. In addition, Contract_or covenants and agrees to indemnify, hold harmless and defend, at its own expense, ~e Owner, its.officers, servants and employees, from . and against any and all claims or su_its : for property loss, property damage,. personal injury, including death, arising out of, or alleged to arise out of, the work and sefVices to be performed f1ereunder by Contractor, its officers, a_gen~. employees,_ subcontractors, licensees or invitees, whether or not any such injurv, damage or death is caused. In whole or in p~rt. bv the negliaence or alle.aed negligence of Owner. its officers. servants. or employees. Contractor like_wise covenants and agrees to indemnify and nold harmless the Owner from and against any ~d all inju_ries to Owner's officers, servants and employe~s and any damag~. loss c:- dt:..dtructicn .~~·property .the Own~r ~.~.::.:~ :;IJ,.-, J,c: µ&dc_rmance 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 b ·,, the nealigence or alleced neoliaence of Owner. its officers. servants or emcloyees. ·. . . . . ;, i u'ie 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 thai. the claim has been settled and/or a release frcM the claimant involved. or (b) provides Owner with a let!er from .Contractcr's liability insurance carrier that the claim has been referred to the insurar:ca 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 d~.tnages is outstandir:g as a result of work performed under a City Contract.. · 1 -. .• Cl-1 Cl-1. l Cl-1. 2 Cl-1. 3 Cl-1.4 Cl-1. 5 Cl-1.6 Cl-1.7 Cl-1. 8 Cl-1. 9 c1.:..1.10 Cl-1.il Cl-1.12 · Cl-1.13 Cl-1.14 Cl-:l :15 Cl-1.16 Cl-1.17 Cl-1.18 Cl-1.19 Cl-1.20 Cl-1.21 Cl-1,.22 Cl-1.23 Cl-1.24 .c1-1. 2s Cl-1.26 Cl-1. 27 Cl-1.28 Cl-1.29 Cl-1.30 Cl-1. 31 Cl-l.32 C2-2 C2-2.l C 2-2. 2 C2-2.3 C2-.2. 4 C2-2.5 C2-2.6 PART C -GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER, 1, 1987 - TABLE OF CONTENTS DEFINITIONS Definit:cn of Terms Contrac': Documents Notice tc Bidders Proposal Bidder General Conditions Special Conditions Specifica':ions Bond Contract Plar:s Citv -. City Cc:.:.::=il Mayor City Ma::a;-.e= City Ate;::rney Director cf Public Wo=ks Di!"ector, City Wate= Depart:me:it Engineer Contrac:.::r sureties The Wc=k v-Project Wo::<!cing :ay Cale~dar Jav Lec;al Ecl:.day Abbrevia.t:.ons Change Or=er Paved S':reets and Alleys Unpaved Streets and All.eys City Streets Roadway Gravel St:-eet INTERP~~~ATION AND PR~?ARATION OF .PROPOSAL Proposal ?orm Interp:-etation of Quan ti ties Examination of Contract Documents and Site Submitti~g of Proposal Rejectio~ of Proposals Bid Sec:.irity ( l) Cl-1 Cl) Cl-1 Cl) Cl-1 C 2) Cl-1 ( 2) Cl-1 . ( 2) Cl-1 (2) Cl-1 ·{ 2) Cl-1 (2) · Cl-1 (2) Cl-1 (3) Cl-1 C 3 > Cl-1 (3) Cl-1 C 3) c1~1 C3> Cl-1 (3) Cl-1 { 3) Cl-1 (4, Cl-1 C 4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 C 5) Cl-1 C 6) Cl-1 ( 6) Cl-1 (6) Cl-1 (6) Cl-1 (6) Cl-1 C 6). C2-2 Cl) C2-2 C 1) C2-2 (2) C2-2 C 3) C2-2 C 3) C2-2 C 3) C2-2.7 C2-2. 8 C2-2. 9 C2-2.10 C2-2 .11 C2-2.12 C3-3 C3-3.l C3-3.2 C3-3.3 C3-3.4 C3-3.S C3-3.6 C3-3.7 C3-3.8 C3-3. 9,_ C3-3.10 C3-3.ll C3-3.12 C3-3.13 C3-3.14 C3-3.15 C4-4 C4-4.l C4-4.2 C4-4.3 C4-4.4 C4-4.S C4-4.6 C4-4.7 cs-s CS-5.1 cs-s.2 cs-5.3 CS-5.4 CS-5.5 CS-5.6 cs-5.7 CS-5.8 CS-5.9 CS-5.10 CS-5.11 CS-5.12 CS-5.13 CS-5.14 CS-5.15 CS-5.16 CS-5.17 CS-5.18 Delivery of P r oposal Withdrawing Proposals Teleg;aphic Mo dification of Proposals Public O?ening of Proposal Irregular Proposals Disqualification of Bidders - AWARD AND EXEC UTION OF DOCU~NTS Consideration o f Proposals Min6ritv Busin e ss Enteroise Women-O~~ed Bu s iness Enterprise complian~e Equal Employment Provisions . Withdrawal of P roposals Award of Contr a ct · Return of Prop o sal Securities Bonds Execution of Contract Failure to Execute Contract Beginning Work Insura::.ce Contractor's Obligatiocs : Weekly Payroll Contracto:-·1 s Co n tract Administration Venue SCOPE 0-:, WORK Intent of Contr a ct Oocuments Special P=ovisi o ns Increasec or De c reased Quantities Alteration of Co nt.=act Documents Extra Wc.:-k Schedule of Ooerations Progress Schedules for Water and Sewe= Plant Facilities CONTROL OF WORK AND MATERIALS Authority of Engineer Conformity with Plans Coordination of Contrac~ Documents Cooperation of Contractor Emergency and/o~ Rectification Work Field Office Construction Stak es Authoritv and Dut ies of Inspectors Inspection Removal of -Defec t ive and Unauthorized Work Substitute Mater i als or Equipment Samples and Tests o f Materials Storage of Mater i als Existing Structur es and Utilities Interruption of S ervice Mutual Responsib i.li ty of Contractor~ Cleanup Final Inspection C2-2 (4) C2-2 (4) C2-2 (4) C2-2 (4) C2-2 .(4) C2-2 (5) C3-3 Cl) C3'-3 C 1) · · C3-3 (1) C3-3 (2) C3-3 ( 2) . C3-3 (2 ) C3-3 (2) C3-3 (4) C3-3 (4) C3-3 (4) C3-3 (4) C3-3 (7) C3-3 ( 7) C3-3 (7) C3-3 C 8) C4-4 Cl) C4-4 Cl) C4-4 Cl) C4-4 (2·) C4-4 (2) C4~4 (3) C4-4 (4) CS-5 cs-s cs-s cs-s CS-5 cs-s cs-s cs-s cs-s cs-s cs-s CS-5 cs-s cs-s cs-s CS-5 cs-s cs-s (1). l' (1) (2) ( 2) ( 3) (3) ( 3) { 4) (5) (5) (5) (6) (6) (7) (7) C 8) ( 8) ( 9) -. C6-6 C6-6.l C6-6.2 C6-6.3 C6-6.4 C6-6.S C6-6.6 C6-6.7 C6-6.8 C6-6.9 C6-6.10 C6-6.ll C6-6.12 C6-6.13 C6-6.14 C6-6. 15 C5-6.16 C6-6.17 C6-6.18 C6-6.19 C6-6.20 C6-6.21 C7-7 C7-7.l C7-7.2 C7-7.3 C7-7.4 C7-7.5 C7-7.6 C7-7.7 C7-7.8 C7-7.9 C7-7.10 C7-7.ll C7-7.12 C7-7.13 C7-7.14 C7-7.15 C7-7.16 C7-7.17 cs-a C8-8.l C8-8.2 LEGAL ?.:::L;..TIONS AND PU3LIC RESPONSIBILITY Laws ~o be Observed Fermi ts and Licenses Patentee Devices, Mat.e.=ials and Processes Sanita=y Provisions Public Sa:ety and Convenience Privileges of Contractor in Streets, Alleys, and Right-of-Way Railwav c=ossinas Barrici.aes, War~ings and Watchmen Use of Ex?losi ves, Drop Weight, etc. Work Within Ea semen ts. Indepencent Contractor Contractor's Respons ibil~ ty for Damage Claims Contractor's Claim for· Damages Adju.stme:it of Relocation of -Public Utilities, etc. Tempo:ra:-y Sewer Drain Connections Arrange~e~t and Cha=ges of Water Furnished by City Use of a Section of '?c=tion of the Work Cont:-ac:.:::,:-'s Resoons ibil.i tv fer Work No Waive:-cf Legal. Right.s - Personal Liability o= Public Officials State Sales .Tax PROSECUT:ON AND PROG;'~ESS Sublett.:.ng Assign.ne:1t cf Cont=a.ct P:rosec1..1tion of the Wo.!:'k Limitatic:is of Ope=ations Characte= of Workman and Equipment Work Schedule Ti:ne of Corr.rnencemen t a:id Comoletion Extension of time of Completion Delays Time of Comoletion Suspension by Court Order Temoora=v Susoension Termination of Con trac::. due to National Emergency Suspension of Abandonment of the Work and Annulment of Contract Fulf illrnent of Contract Termination for Convenience of the Onwer Safety Methods and Practices MEASUREMENT AND PAYMENT Measurement of Quantities Unit Prices C6-6 Cl) C6-6 Cl) C6-6 Cl) C6-6 C2) C6-6 {2) C6-6 C3) C6-6 C4) C6-6 ( 4) C6-6 ( 5) C6-6 C 6} C6-6 (8) C6-6 C 8) C6-6 (10) C6-6 ClO) cs~6 c 10 > C6-6 C6-6 C6-6 C6~6 C6-6 C6-6 C7-7 C7-7 C7-7 C7-7 C7-7 C.7-7 C7-7 C7-7 C7-7 C7-7 C7-7 c ·7-7 Cll) Cll) (11} {12) {12) (12) ( l ) ( l) ( l) ( 2) ( 2 } ( 3 ) ( 4 ) ( 4) ( 4} ( 5) ( 6 ) ( 6) · C7-7 C 7) C7-7 (7) C7-7 ( 9) C7-7 (10) C7-7 (13) CS-8 Cl) CS-8 Cl) ~~ ~ ,, " CS-8.3 CS-8.4 CS-8.5 CS-8.6 CS-8.7 cs-a.a cs-8.9 cs-a.10 CS-8.11 'r CS-.8 .12 CS-8.13 .. .. .. Lump Sum Scope of Payment Partial Estimates and Retainage Withholding Payment Final Acceptan c e Final Payment Adquacy of Des i gn General Guaran t y Subsidiary Wor k Miscellaneous P lac ement of Material Record Documen t s ,· .. r ·I ' !' • i •' ' •' .. • t " I> '. l· ;! . •' ( 4 ) )' '' ,·, / tt < • " .. ~ ca-a ca-a ca-a ca-a ca-a ca-a ca-a ca-a ca-a ca-a ca-a " ; ( 1) Cl ) (2) { 3) { 3) (3) { 4). { 4) (5) CS) ·1 (5) PART C -GENERAL CONDITIONS Cl-1 DEFINITIONS · SECTION Cl-1 DEFIN:TIONS Cl-1 ~ 1 DEFINITIONS OF TERMS: Whenever in these Contract Documents. the following terms or pronouns in place . cf them are u s e d , t h e . i n t e n t a n d me a n i n g s h a 11 · be u n de:: s too d and interpreted · as follows: Cl-1. 2 CONTRACT DOCiJMENTS: The Contract Doc:iments a:-e all of . the written and d=a.wn documents, such as speci:ications, bonds, addenda., plans, etc.~ which govern the terms and performance of the contract. These are contained in the · General· Con tract Dccumen_ts and the Special Contract Docu!'lents. a. GENE;{.:,..L CONTRACT DOCUMENTS: The Gene=al Contract Docume::':.s govern all Water Department P=ojects a ·nd b. include the followina i terns: · -. . PART A -NOTICE TO BIDDERS (Sample) PA...qT B -?.RO?OSAL (Sar..ple) PART C -G:::NERAL CONDITIONS (CITY) (Develope!:') PART D -S?:::CIAL CONDIT!:ONS PART E S?EC!FICATIONS P-~u-~c;-,--~-N~s .C:..~"J L -.... .:..:-\:, ~ •• .:. .!. PART F BONDS PART G -CONTRACT (Sample) (Sample) Wh.:.te \,. Whi~e Car:ary Yellow Brown Green .El-~hite E2-Golden Rod E2;-White Blue · Wh.:.te White SPECIAL CONTRACT ' DOCUMENTS: The Soecial Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following i terns: PART A -NOTICE TO BIDDERS (Advertisemei:t) Sarne as above PART B -pg,oPOSAL (Bid) PART C -GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART E -SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS PART G CONTRACT PART H -PLANS (Usually bound separately) Cl-l Cl) Cl-1. 3 NOTICE TO BIDDE R S: All of the leaal o~blications either actually publi s hed in public advertising r;iediums or furnished direct to i n terested parties pertaining to the work contemplated under th e Contract Documents constitutes the notice to bidders. cl-1.4 PROPOSAL: The c ompleted written and signed offer or tender of a bidder to p e rform the work which the· Owner desires to have done, together with the bid security, constitutes the Proposal, which becomes binding upon the Bidde.= when it is officially recei•;ed by the Owner, has been publicly ooened and read and not rejected by the Owner.. • Cl-1.5 BIDDER: Any person,· persons, firm, pa.:-tnership, company, associa-tion, cor poration, acting directly or through a duly authorized repr e sentative, submitting a proposal for · performing the work cont e mp l ated under the Contract ~ocuraents, constitutes a bidc.e.=. . , Cl-,,1. 6 GENER~.L CO~DITI ONS: The General Conditions are the usual construction and c o ntract reauirements which covern the oerforrnance of the wo r k so that it will be car=ied on in accordance with the cust o ma.r y procedure, the local statutes' and requirements of t h e '"' City o .f Fort Worth's c::a=te:-and p=omulgated ordina~ces. Wherever there :nay be a conflict between the Gene.=al Conditions and Special C onditions, the latte= s::all ta k e p=ecedence and shall gove r n. Cl-1. 7 · S?ECIAL CONDITIONS: Special conditions are the specific requirements whi c h are necessary for the particular p:::-oject covered by the Co ntract Documents and not s;,ecificall y covered in the _General Co n ditions. When considered with the General Conditions and other elements of the Contract Documents they provide t h e information which the Contractor and Owner should ha-;:e in order to gait) a thorough k::10wledge of the project. Cl-1. 8 SPECIFICATIONS: The Specifications is that -section or part of the Contrac~ Docume nts which sets forth in detail the requirements · which must b e met by all materials, construction, workmanshio, ecrui:,;:ient a n d services in order to render a completed ~nd i.iseful pro j ect. Whenever reference is made to standard specifications, r e gu l ations, requirements, statutes , etc., such referred to d o cuments shall become a part of the Con tract Docurnen ts just as though they were embodied therein. C 1-1. 9 BOND: The bond o r bonds are . the written guarantee or s e cu!" i t y f u .r n i s h e d by t h e C o n t r-a c to r f or. t h. e prompt and Cl.-1 C 2) - faithful perfo:r:nance . of the contract and i:1clude the :=allowing: a. Performance Bond (see paragraph C3~3.7) b. Payment Bond (see paragrap~ C3-3.7) c. Maintenance Bond (see paragraph C3-3.7) d. Proposal or Bid Security (s.ee Special !nst=uctions to Bidde=s, Part A and C2-2.6) Cl-1.10 CONTRAC'I': The Contract. is the formal signed agreement between the Owner and the Contractor cove=ing the mutual understanding of t:ie two contracting parties about the oroject to be completed under the Contract Documents. • Cl-1.11 PLANS: T::e plans are the d ·rawings or reproductions thereftom made by the Owner's rep=esentative showing in detail the location, dimension and position of the various elements o f the. pro j e c t , inc 1 u d i n g s u ch prof .i 1 es , t y p i ca 1 cross-sections, layout diagrams, working drawings, preliminary c=aw·ings -and such supplemental c..=awings as the Owne::-may issue t o c La r i f y o t her d r aw i n g s o = for the purpose of showing changes in · the wo::-k hereinafter authorized by the Owner. The clans are usuallv bound secarately from other ca=ts of the contract Documents , but they a r . e a par t of the Contract Documents just as though they weie bound the~ein. . . Cl-1.12 CITY: The City of ?ort Worth, Texas, a munici?al corporation, authorized ~nd chartered under the Texas State Statutes, acting by a ·nd through its governing body or its City ~anger, each of wjich is re~~ired by c[arter to ·perform s n e c i f i c du t i e s . Res o on s i b i 1 i t y for final enforcement of Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms Gity and Owner. are synonymous. Cl-1.13 CITY COUNCIL: The duly elected and qualified ~~~e=ning body of the Cicy of Fort Worth, Texas. Cl-1.14 MAYOR: The officially elected Mayor,. or in his absence, the Mayor ?ro tern of the City of Fort Worth, Texas. Cl-1.15 CITY MA~AGER: The officially appointed and aut:iorized Cit.y Manager . of the City of Fort Worth, Texas, o= his duly a~thorized representative.. · Cl-1.16 CITY ~.TTORN~Y: The officially appointed City Attorney o:= the City of Fort Worth, Texas, or his duly authorized representative. Cl-1 C 3) t Cl-1. l 7 DIRECTOR OF PUBLIC WORKS: The duly appointed official . of the City of Fort Worth, refer::-ed to in the Cha::::-ter as the city Engineer, or his d u ly authorized representative. Cl-1.18 DIRECTOR, CITY WATER DEPARTMENT: _ The duly appointed Director of the City Wa ter Department of the City of Fort Worth, Texas, or hi s duly authorized representative, assistant, or agents. Cl-1.19 ENGINEER:. The Di r ector of P.ublic Works, the Director of the Fort Worth Cit y Water Department, or their duly authorized assistants, agents,· engineers, inspectors,. or .. superintendents, acting w i thin the scope · of the particular duties entrusted to them. Cl-1.20 CONTRACTOR: T he person, persons, pa=tnership, company, firm, association , or corporation, ente=ing into a con tract with the Owner for the execution of the wo:-k, acting directly or through a d u ly authorized representative. A sub-contr·act.or is a pers o n, firm, corporation, or others under contract with the piinci p al contractor, supplying labor and materials or only labor, f or. work at the site of the p:-oject .. Cl-1. 21 SURETIES: The C oroorate bodies which a=e bound by such bonds are required with and ·for the Contractor. The sareties engaged are to be fully responsib.le for t::e entire and satisfactory fulfillm e nt of the Con tract and for az:iy and all · requirements as set fo r th in the Con tract Doc~ents and approved changes _ therein. Cl-1.22 THE WORK OR PRO J EC T : The comoleted work contemolated in and covered by the Co n tract Documents, including but not 1 imi ted to the furnish i ng of all labor, materials, tools, equipment, and incidenta l s necessary to produce a completed and serviceable oroject. Cl-1.23 WORKING DA~:. A working day is defined as a calendar day, not including Saturday s, Sundays, and legal holidays, in which the weather or other conditions not under the control of . the Contractor permit the p erformance 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 perrni _tted i n paragraph C7-7.6. Cl-1. 2 4 CALENDAR DAYS: A calendar day is any. day of the week or ~onth, no days being ex c ep t ed. Cl-1. 2·5 LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Cou n cil of the .City of Fort Worth for observance by City employe e s a s fallows: Cl-1 (4) ,. 1. 2. 3. 4 • s. 6. 7. 8. 9. New Year's Day M. L. King, Jr. Birthday Memorial Day Independence Day · Labor Day Th~nksgiving Day Thanksgiving Friday Christmas Day Such other days in lieu 0£ holidays as the City Council may determine January 1 Third Monday in January Last Monday in May July 4 First Monday in Seotember Fourth Thursday in.November Fourth Friday in November December 25 When one of the above named hol.idays or ·a special holidav is declared by the. City Council, falls on Saturday, the holidav shall be . observed on the preceding Friday or if it falls on Sunday;· it shall be observed on the following Monday, by those eriLolovees workinc on workina day ooerations. Errmlo•,.rees working calendar day operations will ·consider the calencar holiday as the holi=ay. c 1-1.:2 6 ABBREVIATICNS: Where .. Ter the abbreviations def i:ied herein appear in C::::t.ract Documents, the intent a:.d meaning shall be as follows: ;._:;s::TO - ~.SCE LAW ASTM A..-ne!:"ican ;.ssociation of MGD State Highway Transportation Officials America:1 Society of Civil Engin-ee=s In Ac~orda~ce With American Society of Testing Materials A..i1e= ican Wa :er Works Association Million Ga:lcns ?er Day CFS Cub.:.~ -Foot per Second Min. -Mini:r1~u . Mono.-Monol.:.thic ·% -Percentum R -Radius • AW'r'iA ASA HI Arne!:"ican Standards Association Hydraulic Institute I.D. -Insice Diameter O.D. -Outside . Diar.ieter P..s·ph. A·.Je. olvd. CI CL GI Lin. lb. Mn Max. Asphalt Avenue Boulevard · Cast Iron Center Line Galvanized I=on Linea= or Li~eal Pound Manhole Maximum Cl-1. ( 5) Elev.-Elevation F -FahreQheit C -Centigrade In. Inch Ft. -Foot St. CY Yd. SY L.F. D.I. -Street -Cubic Yard -Yard -Square Yard -Linea= Foot -Ductile Iron ,• • •lQ: ~ ~ l. -.,/ " : ~t,., . Cl-1.27 CHANGE ORDE R : A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted i tern or feature which may be . found necessary and whic h was not specifically included in the scope of the project o n wh ich bids were submitted. Increase in unit quantities stated i n the propo~~l are not the ~ubject matter of a Change Ord e r unless the increase or decrease is more than 25% of the amo u nt of the particular item or items in the orig~nal proposal. All "Change Orders" sha l l be prepared by the City from information as necessary furnished by the Contractor. Cl-1.28 PAVED STRE~TS AND ALLEYS: A paved street or al l ey shal+ be defined as a street .or alley having one of the following types-of wearing surfaces . applied over the natural unimpr.oved surface: 1. Any type of asphaltic concrete with or· without seoarate base material. 2. An-y type of asphalt surface treat:nent, not including an oiled surface, with or without seoarate base material. 3. ·Brlck, wi~h or without .separate base material. 4. Concrete, with or without separate base =aterial. 5. Any corabi:1ation of .the above •. Cl-1.29 UNPAVED S'!'?.EETS OR AL°LEYS: An unpaved street, alley, roadwav or other surfac e is any area except those ~efined . above for "Paved St.=ee.ts a nd Alleys." Cl-1. 3 O CITY STREETS: A c i ty street is defined· as that area between the right-of-way l ines as the street is dedicated. C1-l.31 ROADWAY: The r o adway is defined as the area between parallel lines two C2') f eet back of the curb lines or four C 4' ) feet back of the a v er a ge edge of pavement where no curb exists. Cl-1.32 GRAV~L STREET:· A gravel street is any unpaved .street to which has been a~ded o n e or more applications of 9ravel or similar material other tha n the natural material found on the street surface befo=e any improvement was made. Cl-1 ( 6) . . '"' = - SECTION .C -GENERAL CJND!TIONS C2-2 INTERPRETATION -;.~m PREPARATION OF PRO?OSAL SECTION C2-2 INTE?..??.ETATION AND PREPARATION OF PROPOS;.L C2-2.l PROPOSAL F0?..!1: The Owner will furnish bicde:rs with proposal .form, which will contain an itemize4 ~ist of the i terns of work to be done or materials to be furnishe~ and uoon which bid . pr_ices a:re requested. The Proposal form will state the Bidder's gene=al understanding of the p:::cject to be completed,. provic.e a space for furnishing the amount of bid security, and state the basis for ent~ring into a formal contract. The Owner will furnish forms for the 3idder • s "Experience Record, n "Equipment Schedule, n and n?inancial Statement," all of which must be properly executed and filed with .the. Director of the City Water Department one ;.;eek orior to the hour for onenina of bids •. The -financial sta':.e:::ent required shall ha•;e been ;::-eparec by an inde.pendent cert.i:ied public accountant or an i::~ependen t public ac.countant holding a valid permit iss;.:ed by an appropriate state licensing agency, and shall have been so oreoared as to re=.lect the current financial st.at::s. This statement must be cu=::-ent . and not more than one C 1) •.:ear old. In the ;case that a biddina date falls within the time a new statement is being prepared: the previous statement shall _ be updated by proper ve=ification. Liquid assets in t:1e amount o f ten C 1 0 % ) percent -of the · es t:. i mated pro j e ct cc s-; w i 11 be ..... =-au i ,.. ""d --.-----. Far an exoer ience record to be considered to be acce:,table for a given pr-eject, it must reflect the experience o{ the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids a=e to ~e receiv-ed, and such experience must have been on projects completed not more than five C 5 > 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 qualif icatior. to bid on any Fort W6=th water Department project. The orosoective bic=== shall sc:iedule the eauiome:it. he has a v·a i iable for the project and St ate . that he -,,w'iil rent S UC h additional equipment as ·may be required to complete the project on which he submits a bid. C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work a:1d materials -to be furnished as may be · listed in the proposal C2-2(1) " ! :forms or other ;;arts o f the Contract Docume::ts wil l be considered as ao=roxi mate only and will be usec for the ;-urpose of compa=i.ng b i ds on a uniform basis. Pay:uent will be ::-:-.ade to the Contra::tor f or only the actual quantities of wcrrk :>erformed or mate::ials fu r nished in strict accordance with the Contract Documents and Pl a ns. The ·quantities of work to be performed and materials to be furnished may be increased or . decreased as he::eina f ter provided, without in any way J.nvalida.ting the un _i t p r ices bid or any other req:1i::-ements of the Contract Documents. C2-2. 3 EXAMINATION OF C ONTRACT DOCUMENTS AND SITE O? PROJECT:· Bidders are advisee. that the Contract Documents ori :file with the Owner shall ccnsti t ute all ·of the information which the Owner will furnish. All additional information and data which the o .~ner will s:1pply a f ter promulgation of the formal contract documents sha l l b e issued in the form of writ t en addenda and shall beco me p art of the Contract Dcct:....1ents just as though such adte~da we ::-e actually written into t~e o=icinal Contract Documents. - Bidders a~e requi::ed, prior to the filing of proposal, to r ·ead and become familiar with the Contract Documents, to vis~t the site of the project and examine carefully all local conditions, to in=crm t h e mselves .by their own incependent research and inves~igat i ons~ tests, boring,· and by such other means as .may be necessary to gain a complete· knowledge of the conditions which w~ll b e encountered during the construction of the project. The y mu~t judge for themselves the di£ f i cult i es of the· wo rk and all a ttend-ing cir~::.hlstances a.£ fecting the cost cf doi n g t he work or the time re~::.ired for its cornoletion, anc obta i n a11 information required to make an intellig-ent proposal. No information given by the Owner or any representative of t h e Owner other than that contained in the Contract Documents a nd ·officially promulgated addenda thereto, shall be bindi n g u pon the Owner. Bidders shall rely exclusively and solely upon their own estimates, iri vestigation, resea·rch, tests, explorations, and other data which are necessary for · fu l l and complete information upon which the proposal is to be based. It is mutually ag=-eed that the submission of a ;roposal is pr ima-f acie evidence that the bidder has made the invest i gations, examinations and tests herein required.· Claims fo r additional compensation due to variations between co n ditions actually encountered in construction and as indicate d in the Contract Documents will not be allowed. T'.:"le logs of So i l Bo=ings, if any, showing on the plans are for general information c~ly a n d may not be correct. Neither the C2 -2(2} -= - - Owner nor the · E:igineer guarantee that the data shown is representative of conditions which actually exist. C2-2. 4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. . All blank soaces applicable to the project contained in the form shail be correctly filled in and the Bidder shall state the p::ices written in ink in both words and numerals, for which h~ proposes ·to do the work contemplated or furnishe tne materials required. All such prices shall be written legibly. In case of discrepancy between the pr ice written in woz:-ds and the price W?:"itten in numerals, the price most advantaaeous to the City shall govern. · · If a proposal is submitted by · an ·· individual, his or he:: name must be signed by him Cher) or his Cher) duly autho:-ized aaent. If a ··proposal is submitted by a firm, association-, or oartnership, the name and address of each me~be= must be given, and the proposal must · be signed by a me=.be:-of the firm, association, or partnership, or by a pe:son duly aut·horiz.ed. If a .proposal. is submitted by a cor.ipa:iy or corporation, the company or corporate name a::d bus.:ness address :must be g:ven, and the proposal signed by an official or duly authorized aqent. The corgorate seal must ::e affixed. P o we r o f At to r n ey. au tho r i z i n g agents or o th e = s to s i g n proposal must be p=ope!:'ly certified · and must be in w=i t-ing and submitted with the p=oposal. · · C2-2". 5 REJECTION OF PROPOSALS: Proposals may be re.jected if they show any al te:-a~·ion 0£ words or figures, adciti.ons not called for, conditional or unca~led fo ·r alternate biC::s, incomplete bids, e::-asures, or irregularities of any kine, or contain unbalance value of any i terns. Proposal tendered or delivered after the official time designated for receipt of orooosal shall be returned to the Bidder unooened. --- C2-2. 6 BID · SECURITY: No orooosal will be considered unless it is accompanied by a "?ropo-sal Security" of the characte!:' and i ri the arnoun t indicated in the "Notice to Bidde::-s" and the 11 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 reauired time execute a formal contract anc fu=nish the required perfo.::-mance. and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other dispo.sition is made thereof. The bid security of all other bidders may be returned promptly after the .canvass of bids. C2-2(3) C2-2. 7 DELIVERY OF PR O POSAL: No proposal will :;e considered unless it is delivered ,· accompanied by its o:::-ooer Bid Security, to the City Ma n ager or his representativ~ in the official place of bus i ness as set forth in the "Notice .to Bidders." It is the B idder's sole responsibility to deliver t.he proposal at the prop er time to the . proper place. The mere fact that a proposal was dispatched wi _ll not be considered. The Bidder mu 'st have t h e proposal actually deli-;ered. Each ·proposal. shall be in a sea led envelope plainly marked with the word "PROPOSAL," and the name or descriptio·n of the projec t as designated ·in the "Notice to Bidder-s." The envelooe shall be addressed to the City Manager,· City Hall_, Fort Worth: Texas. C2-2. 8 WITHDRAWING PRO P OSALS: Proposals · actually filed with the City Manager cannot b e withd-rawn prior to the ti:ne set for opening proposals. A request for-non-conside=ation of a propo·sal must be made in writing, addressed to the ·City Manage~, and filed wi t h him prior to the time set for the opening of proposals. Af ter all proposals not re~~.iested for non-consideration are opened and publicly read aloud, the crocosals-for which no n -consideration requests have been properly filed ~; at the c;>ption of the Owner, :ie returned unopened •.. C2-2. 9 TELEGRAPEIC . MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by t e leg raphic · communic~tion a~ any time prior to the time set f or opening proposals, prcYided such t.elegraphic commi.::1i-ca~i o n is received by the City Manager prior to the said proposal opening time, and provided furth·er, · that the City Manager i s satisfied that a _writte:1 and duly authenticated confirmat i on of such telegraphic co=..11uriicat i on over the signature of t h e bidder w _as mailed prior to the proposal opening time. If such confirmation is not received within forty-eight C 48) h o urs after the proposal ope~ing time, no further consideration will be given to the proposal. c2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for wh ich no "Non-consideratio:i Requestn has been received will b e publicly opened and read aloud by the City Manager or his a u thorized representative at the time and place indicated in t h e "Notice to Bidders." All ·proposals which have been ooened an d read will remain on file with the Owner until the .·contract h a s been awarded. Bidde:::-s .or their authorized representatives a r e invited to be present for the opening of bids. · C2-2 .11 IRREGULAR PROPOS AL S: P=ocosals shall be considered as being "Irregular" if they show any omissions, alte=ations of form, additions, or cond i tions not called for, u::authorized alternate bids, or irregul a rities o= any _kind. Ho· ... ever, the C2 -2(4) - ~ - - - Owner reserves · t:1e right to waive any and all ir:-eaularities and to make the a · .. ard of the contract to the best intere.st of the City. Tende:-ing a proposal after the closing hour is an irregularity whic;: cannot be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidde:-s may be disqualified and ~heir proposals not conside?:"ed for any of, but not 1 imi ted tc, the fallowing reason: a. b. c. d. e. f. g. h. Reasons for believing that collusion exists among bidders. Reasona:,le grounds for believing that a:iy bidder is interes':ed in more than one proposal for wo·rk contemplated. T h e b. i d d er b e i n g i n t er e s t e d i n any l i t i g a t i o n against the Owner or where the Owner may have a - claim. ~_qainst or be engaged in litiga':ion against the b1.a~er. The bicce::-being in a=:::ears on any existinc cont:-act or havi::g defaulted on a previous contract. - The bid::er having pe::: for med a prior co::':=act in an unsatisfa=':ory rnanne:::. Lack of competency as revealed by the financial s ta ter:1en t, experience record, equi;,me:1 ': schedule, and such inquiries as the_ Owner may see f .:.t to make. Uncompleted work which, in the judgruent of the Owner, w:11 prevent or hinder the prompt completion of addi ':.::..(:"nal work i £ awa::-ded. The b l c·,: .:::,-not .:: l 1 ; ,._ ~ •.• ·: ..._ h tho ow-OT' Q'1~ •-•ee" l.• n· • _ -_ -~ ---•• '-ff~ \-4 -4.l --/ •• -w ~ advance cf the hour ofJ t.he openin_g of p::-o;,osals the f ol.1 owin=: 1. 2. 3. Fi::ancial Stat.ement showing the financial cc::c.ition of the bidder as specified in Part "A" -Soecial Inst.ructions. A curr~nt experience record showing especially the projects of a nature similar to the one under consideration, which have been su::::::::essfully completed by the Bidder. . An equipment schedule showing the . equipment the bidder has available for use on the ~reject. The Bid Proposal of a bidde::: who, in the judgment of the Engineer, is dis~~alified under the requirements stated herein, shall be set aside and not opened~ C2-2(5) - - - - - - - PART C -GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS . SE:CTION C3-3 AWl1.RD ;..~m EXECUTION OF DOCUMENTS: C 3 -3 .1 CONSIDERATION OF PROPOSALS: ~fter prop.osals have been opened and read aloud, the proposals will be taoulated on the basis of· t ·he· quoted prices, the quantities shown in the p=oposal, and the application of such formulas or .other methods of bringing items to · a c6mmon basis as may be established in the Contract Documents. The to.tal obtained by taking the sum of the produc~s of unit prices quoted and t:ie estir.1ated quantities plus any lump sum i terns and such othe:-quoted amounts as may enter i~to the cost of the completed project wi 11 be conside=ed as t:1e amount of the ·bid. Until the award o: the cont=act is made by the Owner, the right will be rese=ved to · reject any or all proposals and waive technicalities, to re-adve=tise for new proposals, or to proceed with the wc:-k in any rnann.er as maybe considered for · b • ' ... .. --h 0 t:ie es ... in 1..eres '-oz: 1..i e wne~ ! C 3-3. 2 MINORITY 3US!NESS ENT~~PRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE:. Contractor agrees to provide to Owner; upon request, complete and accurate irifqrmation r~garding actual work perforraed by a Minority Busine~s Enterp=ise CMBE) a n d or a a woman -owned B u s i n e s s En t er pr i s e < W3E ) on the contract and the pay~ent therefor. Contractor further ag~ees, up o n r e q u e s t by own er , t o a l l ow ·and au di t and/or an examination of any books, records, or files in the possession of Con tr-actor that will substantiate the actual wc;,rk performed by the MBE or WEE. Any material misrepresentation of any nature will be grounds for termination of the contract and for i ·n i ti a ting any action under appropriate federal, , state o~ local laws and ordinances relating to false s .tatements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for b i d ding on future Con tracts w i th the Owner for a period o f time of not less than six C 6 > man ths. C3-3. 3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinance prohibiting disc=imination in employment practices. C3-3 (1.) The Contractor. shall post the required notice to th_at effect o n the pro j e ct s it e , an a·, at h is re q u es t , w i 11 be . provided assistance by the C i ty of Fort Worth's Equal Employment officer who will refer any qualified applicant he may have .on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Ernployrnent .Officer. C 3 -3. 4 WITSDRAWAL OF PROPOSALS: After a proposal has · been read by the Owner it can not be withdrawn by the ·Bidder within forty-five (45} days a fter the date on which the orooosals were opened~ . • • C3-3.5 AWARD OF CONTR ACT: The _Owner · reserves the right ~o withholdfinal action on the proposals for· a reasonable ~time, not to exceed forty-£ i ve C 4 5) · days after the date of opening proposals, and in no eve nt wil.l. an award be made until after inve~ftiga tions have be~n made as to the responsibility of the proposed awardee. The award of the contra ct, if an award is made, will be to the lowest and best resconsible bidder. The award . of the contract shall. not become effective until the owner has notified the Contractor in writing of such award • ... C 3-3. 6 RETURN OF PROPOSAL SECURITIES:· As soon as orooosed orice tot.al.s have ::ieen d e te r mined for comparison of bids: the owner may, at its disc r etion, return ·the proposal security which accompanied the pr o posals ·which, in its judgment, would . not be considered · f o r the award. All other oroposal .securities, usually thos e of the three lowest bidde::::-s; will be retained _by the Owner u ntil the re.quired contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, a f ter which they ~ill be retur:ned by the City Secretary. C3-3. 7 BONDS:· With the execution and delivery of the Cont!:'act Documents, the Contracto r s h all furnish to, and file with the Owner in the amounts her e .in required, the following bonds: a. PERFORMANC E BOND: A good and su·f ·f.icient .· performance bond in an amount not less than 100 percent of the amount of the contract, as evidenced b y th e p r op o s ·a 1 . t a b u 1 a t i o n o r o t h e r w i s e , guaranteeing· the full and faithful execut.ion of the work and performance of the contract, and for the protection o f the owner and all other persons against dama g e by reason of negligence of the Contractor, o r i mproper execution of the work or the use of in f erior materials .. This .performance C 3 -3 (2) - - - - -· - - - -· bond sha2.l guarantee t:he payment for all labor, materials, equi·prnent, supplies, and ser-;ices used in the c~::struction of the work, _and stall remain in full fo~ce and effect until provisions as above stipulatec are accomplished and final payment is made on t:;e project by the City. b. MAINTENANCE BOND: A good and su=f icient maintenance bond, in the amount of · not less than 100 perce:it of the amount of the car.tract, as ~videncee by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general ·guaranty which is s~t forth in paragraph C8~8 .10. c •. · PAYMENT 3CND: A good and sufficient pa1-::ent bend, in an amc:J.nt not less than 100 perce::1t of the amount of the contract, as evidenced by the ~roposal tabulation or otherwise, guaranteeing the prompt, f~ll and faithful payment of all clai.zna:its ~s defined·in Article 5160, Revised Civil Statutes 9f Texas, 19 25, as amended by Eouse Bill 344 Acts 56th .Legis:ature, Regula= Session, 1959, effective April 27, 1959, and/er the latest version thereof, supplying labor and mate=ials in the prosecution of the work provided for in the cont=act being constructed under these specifications. ?ayment Bond shall remain in force until all pa~r~ents a.s above sti;n:l~ted are mace. d. OTHER BONDS: Such ct.he_· b-onds as may be required by these C=ntract Docu:nents shall be fu=.::ished by the Contract.or. No sureties will be accepted bv the Owner which a=e 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::-oved ·surety cc=npany -doing business in the City of Fort Worth, Texas, and which is acceptabie 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 amoun~ 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 Contrac.tor and Surety Company. - Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will pe given the Contractor to that ef feet and the Contractor shall immediately provide a C3-3 C 3) new surety satisfactory ~o the Owner. No payment will be made .. ~. under the contract unt i l the new surety or sureties, as required, have qualified a nd have been accepted by the owner. The contract shall not b e operative nor will any payments be · due or paid until approval of the bonds by the Owner. ·. · C3-3. 8 EXECUTION O? CON T RACT: Within ten (10) days after the awrier has by appropriite r esolution, or otherwise, awarded the contract., the Contractor shall execut;e ~nd file with the Owner the Contract and such bond s as may be required in the Contract Documents. No con tract shall be bi n ding upon · the owner until it has beeh attested hy the City Secretary, approved as to form and legality by the ~i ty At t orney, and executed for the . Owner by either ~he Mayor or City Manager. · C3-3. 9 FAILURE TO EXEC UTE CONTRACT: The failure of the Awardee to execute the re q uired · bond or bonds or to sign the required _contract within ten < 10) days after the contract is awarded shall be considered by the :owner as an abandonment of his proposal, and the Owner may annul the Award. By reason of. the uncertainty of the market prices of material and labor, and it being impractic a ble and difficult to accurately determine the amount of d amages · occur ing to the Owner by reason of said awa=aee' s failure to execute said bonds arid con.tract within ten Cl O ) days, the proposal security accompanying the propo s al shall _be the agreed amount of damages which Owner wil~ s u ffer by reason of such failure on the part of the .Awardee a nd shall thereupon immed!.ately be f orf ei t·ed to the Owner. · The filing of a proposal wi l l be considered as an acceptance o= this provision by the Bi dder. C3-3.10 BEGINNING WORK: · The Contractor shall not commence work un t1.l authorized in w r i t ·i ng to do so by the Owner . Should the Contractor fail to commence work at th~ site of the project within the ti m e stipulated in the written au~horization usually termed the "Work Order" or •proceed Order", it is agreed that t h e Surety Company will, within ten < 10) days after the commencement date set forth in such written authorization, comm e nce the physical execution of the contract. C3-3. ll INSURANCE: The c ·ontractor shall not commence work under this contract until h e has obtained all the insurance recuired under the Contrac t Documen.ts, and such insurance has be~:1 approved by the Owne r . The prime Contractor shall be responsible for deliverin g to the Owner the sub-contractors' C3-3 ( 4) - - - ' .-. - - - - - - - - - ' - ··" certificate of .insu:-ance for approval. The prime contractor shall indicate ori the certificate of insurance inc~~ced in the c.ocumen ts for execution whe the!:' or not his ins~:-ance covers sub-contractors. It is the intention of the Owr:e= that the insurance coverage required herein shall include the coverage of all sub-contract~rs. - a. b. c. COMPENSATION INSURANCE: The Cont::actor shall maintain, during the J.ife of this _ contract, Workers' Compensation Insurance on all of his employees to be engaged _in work on t:ie project under this con tract, and for all sub-contractors. In case any class of emp·loyees engaged i:. hazardou·s work on the project under this cont=act is not protected under the Workers' Compensation Statute, the Contractor sha21 provide adequate employer I s general liability insurance for the pro~ection of such of his employees not so protected. COMPREEENS IVE GENERP.-L LIABILITY INSU?-ANCE: The Contracto~ shali procure and shall main~ain du=ing t h e l i f _ e o f t h i s c o n t r a c t · C o n t = a c t o r I s -Comprehe.i.sive General Liability Insurance C?ublic Liability and Prope=ty Damage Insu==-==e) in an amount net less than ·$500,000 cove=ing each occurrence on accou:i t of .bodily _injury, including death, and in an amount not less than $500,000 cover inc each occu= = ence on account c.: ~rooe::-t.v damage with $2,000,000 umbrella policy cc-..•e;age-. - ADDITIONAL LIA?ILITY: The Contrac~or shall furnish insurance as separate policies or by additional endo=sement to one of the above-mentioned policies, and -in the amc~~t as set forth fo::-oublic . liability and property damage, the following i~surance: · · 1. 2. 3. Co .. tingent .Liability (covers G.eneral Contractor ' s Li ab i 1 it y for acts of. sub-contractors). Blasting, prior to any blasting being done. Collapse of buildings or struc~u.:-es adjacent to excavation C if excavations a=e to be performed adjacent to same). 4. Damage to underground utilities for $500,000. C3-3 (5) r , 5. -Builde r's ·risk C where above-qround structures are . i n vo l ved) • 6. Contractual Liabil1ty (covers all indemnif i cation requir.ements of Contract). d. AUTOMG3ILE INSURANCE -BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain, durina . the life of this Contract, Comorehensive Autom;bile Liability ins.urance in an a·moun t not less than $250,000 for injuries including accidental death to any . one person and subject to the same limit for each person . an amount not less . than $500,000 on account of one accident, and automobile p roperty damage · insurance in an amount not less than $100,000. e. SCOPE OF INSURANCE AND SPECIAL g;..zARD: The f. g. . insurance recr uired under the above oaracraohs shall provide ade q uate ·protection for the Ccnt~actor and his st:~-contr actor s, respectively, against damage claims whic h may arise from operations under this contrac~, wh e ther such operations be by the insured or by anyone dir ectJ.y. Or indirectly . employed by him, a~d ·als 6 against any of the following special hazards which may be encountered in the performance of the Contr a ct. PROOF O:' CA R RIAGE OF INSURANCE: The Contractor shall furnish the Owner with satisfactory proof of covera;e QY insurance required in these Contract Documents in amounts and by carriers satisfactory to the Owne r . C SamoJ.e attached.) All insurance· requirements made up~n the Contractor shall apply to the sub-contractor, should the Prime cdn~racto r 's insurance not cover the sub-cc~tractor 's work operations. LOCAL AGEN T FOR. INS URAN CE AND BONDING: The insurance a n d bonding companies with whom the Contractor's insurance and performance, payment, mainte:1ance a nd all such other bonds · a=e written shall be rep r esented by a .n agent or agents having in office lo c ated within the ~ity limits of t he C3-3 C 6) . l - - - - - ,.. - - - - - city .o: Fort Worth, Ta!:"rant County, T=xas. Each such agent shall be a duly qualified, one unon whom service of process may be had, and ,mist have authority and power to act on behalf of the insurance and/or bonding company to ne~otiate and settle with the City of Fort Worth, or~ anv other clairnan':., any claims that the City of Fo=t Worth or other clairnan t or any property owner who has been damaged, may have against the Contractor, insurance, and/ or bonding company. · If the loca 1 i _nsurance representative is not so empowered · by the insurance or bonding compan·ies, then such authority must be vested in a l.ocal agent or clai:ns officer residing in the Me tr op lex, the Fort Wc=th-Dalla s area. The· name of the agent or· agents shall be set forth ·on all of such bonds and certificates of insurance. C3-3.12 ·coNTRACTO~'S 'OBLIGATIONS: Under the Cont=act, the Contractor shall pay for all: materials, labor a;:d se1:vices when· due •. C3-3 .13 WEEKLY P.l..YROLL: A certified copy of each payroll covering payment of wages to all person engaged in wo=k on the project at the site of the project shall be furnis:1ed to the Owner's reoresentative within seven C 7) days afte= the close of each payroll pe:-iod. A ·copy or copies · of the applicable min irnt!m was; e rates as set forth in the Con tract Doc~men ts s hal·l be keot oosted in a consoi.cuous olace at the site of -the project at all-ti:nes. during -the course of the Contract.· Coo i es of the wace rates will be furnished . the Co;.t=actor. by the Owner; however, posting and prote'ction of the · .. age rates shall be the respc~sibili ty of the· Contractor. · C 3-3 .14 CONTR.;CTC~' S CONTRACT F-.DMINISTRATION: Any Cont=actor, whether a pe:::-son, persons, partnership, company, rirm, association, cor?oration or other who is app=oved to do business with and enters into a contract with t::e City for construction of water and/or sanitary sewer facilities, will ha·,1e or shall establish a fullv ooerational business office · within the Fort Worth-Dalias-metropolitan a=ea. The Contractor shall charge, delega~e, or assign this office (or he may delegate his Project. Supe.?:"intendent) with full authority to transact all business actions requi=ed in the oerformance of the Con .tract. This local authori:.•1 shall be made responsible to act for the Contractor in ali matters pertaining to the work governed by the Contract whether it be acministrative or otherwise and as such shall be ernoowered, thus delegated ar1c directed, to settle all mate.rial, ·labor or other expenditures, all claims against the work o.r any other C3-3 (7) matter associated such as . maintaining adequate and appropriate insurance or security c overage for the project. · Such local authority for adminis t ra t ion of the work under the Contract shall be maintained unt i l all, business transactions exec u ted as part of the __ Contract are complete. should the Con tractor 's principal base of operations be other than in the Fort Worth-Dal l as metropolitan area, notification of the Contractor's a s signment of local· authori-ty shal l be made in writing to the Engineer in ad_vance of any work on the project,· all ·appropriately signed and sealed, as applicable, b y t h e ic on t r a c tor ' s r e s p o n s ; b l e . o f f i c e r s w i t h t h e . understanding that thi s written assignme!Jt of authority to· a local representative shall beco~e part of the project Contract as though boun-d directly into .the project documents. The intent of these recuire ments is that all matters associated with the Contractor's a dministration, whether i-: be oriented in furthering the work, o r other, be governed direct by local authoritv. This same r eauireinent is imoosed 'on insurance and surety coverage. Should the Contractor Is -local re;=esen tative fail to perform to ·the s atisfaction of Engineer, tie :::ngineer, at his sole discret i on, may demand that such local representative be repl a ced and the Engineer may, at his sole discretion, stop all work un ti 1 a new local author L ty s a t i s fa c tor y to the E n g i n e er i _s as s i g n e d . No credit . ·of working time will be for periods in which work stc;,pages are in effect for this reaso n . · C3-3 .15 VENUE: Venue of any action hereinuncer ·shall be exclusively in Tar::::-ant Co unty, Texas. C 3 -3 (8) - - - - - - -.. - - - - -. - S2CTION C4-4 SCOPE O? WORK PART C -GENERAL COND!iIONS C4-4 SCOPE OF WOP.K C4-4.l INTENT OF. CONTRACT DOCUMENTS:. It is the definite int.ention of these Contract Documents to pro7ide for a complete, useful project which the Contractor uncertakes to construct ~r 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 orovided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the pro-ject in a satisfactory and acceptable mann-er. The Contractor shall, unless otherwise specifically stated in these Contract Doc:.::nents, furnish all labor, tools, =aterials, machinery, equipment, special services, and i~cidentals necessary to the prosecution anc9: completion of the p=oject. C 4 -4. 2 SPECIAL PROVISIONS: Should any work or conditions - which are ~ot thoroughly and satisfactorily stip~lated or covered by General or Special Conditions · of these Contract Documents be antic!oated, or should there be anv· additional proposed work wh-i _ch is not ·co.vered by the .. se Contract Documents, then "Speci-1 Provisions" covering all such work wi 11 be prepared by the Owner previous to the time of recei.ving bids or p:-oposals for such work and furnis:;ed to the Bidder in the forra of . Addenda. All such "Special ?:-ovisions" shall be cons iderec to be a oar.t of the c -ontract ;:)oc:.r.men ts just as though they were originally written therein. C 4 -4. 3 INCREAS:::D OR DECREASED QUA..~TITIES: The Ow:1e= 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 wo !:'k as altered, L:icr.eas ed or · d ec reas ed at the u~: t o:r ices. Such increased or decreased quantity shall not be more fhan 25 pe=cent of the c ·ontemplated quantity of such item or items. When such changes increase or decrease the original .quantity of any i tern or i terns of work to be done or materials to be furnished by ·the 25 percent or more, then either pa=ty to the contract shall uoon written recruest to the othe= oart·I' be en~itl~d to a revis.ed consideration upon that portio~ 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 c:ianges in · an~icipated profits nor shall such changes be conside!'."ed as C4-4 Cl) waiving or inva.lidatin g any conditions or provisions of the Contract Documents. variations in quantit i es of sanitary sewer pipes ·in deoth categories, shall be i n te r preted herein as applying to the overall quantities or s an i tary sewer · pipe in each pipe size, but not to the various d e pth categories. · C 4 -4. 4 ALTERATION OF CO NTRACT DOCUMENTS: By Change Order, the . Owner reserves the right to make such changes in the Contract Documents and· in the character or q ·uanti ties of the work as may be necessary or desirable to in~ure completion in the most . , . satisfactori'.' ~anner, provided such chang~s do not materially alter the original Contract Documents or change the general · nature of the project as a who.le. Such changes shall not be considered as waiving or in·validating any condition or provi_sion of the Contract Documents. c 4-4. 5 EXTRA WORK: Additional · work made necessary by changes and alterations of the Contract Documents or of auantities or for ·· other reasons -for which no prices are provided' in the Contract Documents, shall be defined as "Extra Work" and shall . be perfor·med by the C o ntractor in accordance with thes-e . Contract Documents or approved additions thereto; provided; however, that before an y extra wo;k is begun a "Change Order"· shall be executed o= ·written order is sued by the Owner to do the work for payments or credits as shall be determined by one or· more combination of the followina methods: . - a. Unit ·bid price previously approved. b. ·An agreec lump sum. c. The actual rea sonable cost of Cl} labor, (2) rental of equipment u s ed on the extra work for the time so used at Assoc i ated General Contractors of America current equipment rental rates; (3) materials entering permanent.Ly into the project, and (4) act u a l cos t ·o f in s u r an c e , b o n d s , a n d s o c i a l security as d e termined by the Owner, plus .a fixed fee to be agreed upon but not to exceed 1:0% of the actual cost o f such extra work. The fixed fee is not to inclu d e 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 Cl), (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 signed by each of the Co~tracting parties. No claim for Ext.:-a Work of any kind will be allowed unless ordered in writing by the Owner. In case -any orders or instruct~ons, either oral or written, appear to the Contractor to involve .Extra Work for whi _ch he should receive compensation, he shall make writt~n request to the Engineer for written orders authorizing such ·Extra Work, prior to beginning such work. Should a difference arise as· to · what does or does not consti'tute Extra Work, or as to the payment the.:-eo:, and the Engineer insists upon 1ts performance, the Contractor shall proceed with the work after making written request for written orders and shall keeo an· accurate account of the actual reasonable: cost thez:-eof as provided under method C Item C} • · Claims for extra work will not be paid unless · the Contractor shall file his claim with the owner . within five C 5} days before the time fer making the first estimate after st:ch work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon· the said. Extra Work. The · Co~tractor s::a.11 fu::-nish the Owner such i::stallation records of all devb.tions from the original Contract Docurnen ts -as way be necessary to enable the Ow::er to prepa=e for oermanent record a corrected set of plans showing the actual. installation. The compensation agreed upon £or 'extra work' wne~:ier or not ini i tiated by . a 'change order' shall be a full, complete and final payment for all costs Con tractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foz:-eseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead,· ripple or impact cost, or any other effect on ·changed or unchanged wo~k as a result or the change or extra wo:::-k. C 4-4. 6 SCHEDULE OF OPERATIONS: Before commencing any work under this contract, the Con tractor shall submit to the Owner and rece:i.ve the Owner's approval thereof, a "Schedule of Op~rations," showing by a straight line method the date of commencing and finishing each of the major elements of the contract. There shall be also shown the estimated monthly cost of work for which estimat:.es ar·e to be ex;iected. There C4-4 (3) t shall be pres·ented a ls.o a composite graph sh .owing the. anticipated progress of construction with the time being p 1 ot ted horizon tally a n d the percentage of completion plotted vertically. The progress charts shall be prepared on . 8-1/2 n ·x 11" sheets and at leas t five black or blue · line orints shall be furnished to the Owne r . · - C 4 -4. 7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES: Within ten (10} days prior to submission of first monthly progress payment, t,he Contractor shall oreoare and submit to the Owner for approval six cooies of the· schedule in which the Con trac.tor proposes to carry on . the work, the date of wh i ch he will start the several major activities (including procurement of materials, plans, and equipment) and the cont e mplated dates for completing the same. !I.'he schedule shall be in the form -of a time schedule Critical Path Method CCPM) network diagram. As the work progress.es, the Cor:trac t or shal.l enter · on the diagram the actual progress at the end of each partial payment period or at such intervals a s · directed by the Engineer. The contractor shall also revise the schedule to reflect any adj us.tmen ~s in contract time app~oved by the Engineer. Three copies . of the t:?date d schedul.e shall be delive:-ed at ... such intervals as directed by . the Owµer. As a minimum, the construc t ion schedule shall incoroorate all work elements ar1c act i vities i:idicated in the p=o:>osal and in the technical spec i fications. Prior to the final drafting of the detailed constructiqn schedule, the Contractor shall review the draft schedule with the Engineer to ens u re the Contractor I s under-standing of the contract requi=emen t s. The fallowing guidelines shall be adhered to in preparing the construction schedule: a. Milestone a·ate s and final project completion dates shall be developed to conform to time constraints, s equencing r ·equirements and · completion time • . b. The corist::-uctio n process shall be divided· into activities with t ime durations of approximately four teen C 14) days and construction values not to exceed $50,000 . Fabrication, delivery ·and submittal acti v it i es are exceptions to this guideline. C4-4 C 4) ,.,;:,. . - - - - - - - - - - - - C. Durat.ions shall be in calendar days and normal holidays and weather conditions over the duration of the con tract shall be accounted for within the duration of each activity. d. O n e c r i t i c a · 1 p a t h s -h a 11 b e s h o w n o ri t h e construction schedule. e. f. Float time is defined as the amou_nt of time between the earliest start date and the latest start dat.e of a chain of activities of the CPM construction schedule. Float time is not for the exclusive use or benefit of either the Contractor or the Owner. Thirty days shall be used for submittal review unless ot:ierwise specified. The construction schedule shall as a minimum be divided into general categ.ories as indicated . in the Proposal" and Technical Specifications and each gene.::-al category shall be broken down into activities in enous-h detail to achieve activities. of app:-oximately f ou=teen ( 14) days duration. For each general ca :egory, the construction sche-::::.l.e shall identify all t.::-a~es or subcontracts whose ;.;ork is represented by activities that follow the guic.elines of this Section. For each of the t:-aces or subcontracts, the co::stiuctio,n $ C h e d U l e S ha l i i !1 C. i C a t e t h e f O 11 0 W i n g ·p r O CU :-e :n e n t S , c o n s t r u ct i c n a .. d p =ea cc e pt an c e a c t 'iv i ties and e •.-en ts in their logical seque~ce for equi~Ment and materials. 1. Preparation an:: transmittal of subraittals. 2. Submittal review periods. 3·. Shop fabrication and deli very. 4. Erection or i~stallation. 5 • Transmittal of manufacturer's operation and maintenance ·i::structions. 6. Installed egui?ment and materials testing. 7. Owner's ope.::-ator instruction ( if applicable). 8. Final inspection. C4-4 (5) ., . . ' 9. Operati9nal testing. 10. Final inspection. If, in the opinion of t he Owner, work accomplished fails behind that scheduled, t h e 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 con t-ra.ct time. If the Owner · finds the proposed plan not acceptab1-e, he may require the · Con tractor 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 Cont=acto r to compl.y with these regui=ements shall be considered grounds for determination. by the Owner that the Contractor is f ailing to prosecute the .work with such· diligence as will i nsure its completion within the time · specified. ·' • ~- 1, " • I . C 4-4 (6) ., '1' .. 1 .. J ' . 1 ,- .. .... ' ~ . ';r .-... .. - - - - -- - - - - - - -. PART C -GENERAL CONDITIONS CS-5 CONTROL OF WORK AND MATERIALS SECTION CS-5 CONTROL OF WORK AND l-L~TERIALS CS-5. l AUTHORITY OF ENGINEER:. The work shall be ·:,erformed to the satisfaction of the Enginee= and in · strict compl.iance with the Contrac·t ·oocu:nents. He shaJ.J. decide all questions which arise as to the quality and acceptability o: materials furnished, work performed, rate of progress of the work; overall sequence of the construction/ interpretation of the Contract Documents, acceptable fulfillment of the contract, compen?ation, mutual rights between Contractor and Owne= under these Cont?:"act Documents, supervision of the work, resu:nption of ooerations, and ' all other aues tions or disoutes which ma:v arise. Engineer will not be · responsible f~r Ccntractor's means, methods, techniques, sequences or procedu=es of construction; or the s.afety precaution and prog:-a::is incident thereto, a,nd he will not be ::-esponsible for Cc~tractor 's failure to perfor;n the work in accordance with the contract c.ocuments. E e s h a 11 d e t e rm i. n e th e a ·m 9 u n -=. and q u a.1 i t y o: _ th e w o r k completed and ma':erials fu?:".1.ished, and his de::::.sic:1s and estimates shall be final. Eis estimates in suc:i event shall be a condition to the .right of the Contractor to receive money c.:1e him under the Contract. The Owner shall have executive authority to enfo:-ce and make ef.fective such necessary decisions and o=de:-s as the Contractor fails tc car=y out p.=omptly. In the event of any dispute between the Enc!.neer and Contractor over the deci·sion of ·the Engineer on any such matters, the Engineer must, within a reasonable ':.!.:ne, upon written request of the Contractor, render and deliver to both the owner and Contractor, a w.= i tten decision on the matter in controversy ; CS-5. 2 CONFORMI .TY WITH PLANS: The finished project in all cases shall conform with · lines, grades, cross-sections, finish, and dimensions shown on the plans or any other recruirements otherwise des er ibed in the Contract Documents. Any deviation from the approved Contract Documents requir.ed by the · Engineer during coristruction will in all cases be determined by the Engineer and authorized by the Owner by Change Order •. CS-5 Cl) , ' CS-5. 3 COORDI'NATION OF CON'!'R.;.CT DOCUMENTS: The Contract Documents are made up o f several sections~ w~ich, taken together, are int'ende d to describe and provide for a comolete and useful project, and an y requirements appearing in o~e -of the sections is as b i nding as though it ·occu:-red in all sections. In case of d i screpancies, figured dimension shall govern over scaled d i mensions, plans shall govern over specifications, special conditions shall govern over general conditions and standard spec if ica tions, and quantities shown on the pl_ans_ shall govern over those shown in the proposal. The Contractor shall not take advantage of any ancaren,t error or omission in the Contract Documents, and the ow;"e:-shall · be • .. permitted to make such corrections or interpretations as may be deemed necessary for t he fulfillment of· the intent of the Contract Documents. I n the event the Contractor discovers an appar~nt error o~ discrepancy, he shali immediately call this condition to the attent i on of the Engineer. In the event of . a . conflict in the drawings , specifications, or other portions of the Con tract Documents which were not reported p:-ior to the · awa=d of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflic-;. , cs-5;4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of the Contract Documen-;s and shall have available on the site of t,he project at all t:::es one set of such Contract Documents. · The Contract shall give to the work the constant attention n e c · es s a r y to f a c i l i tat e t he pr ogres s t hereof and s ha 11 cooperate with the E n gineer, his inspector, and other · Contractors in eve=y poss i ble way. The Contractor shall at all times have competent pe:-sonnel available to the project site for proper performa~ce of the work. The Contractor s h all provide and maintain a-; all times at the site of the project a competent, English-speaking suoerintendent and an assistant who are fully at.:thorized to a c ~t a s th e C o n t r a c t o r • s a g e n t o n t ~ e w o r k • S u c h superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receiv~ and fulfill instructions from the Owner, the Engineer, or his authorized represer:tatives. Pursuant . to this responsibility of the Contractor, the Contractor shall designate in writing to the project superinte n dent, to act as the Contractor'~ aaent on the work. Such assistant project superintendent . · s~all be a resident of T ~rrant County, Texas and shall . be subject to call, as is th e project Superintendent, at any time of the day or night on a ny day of the week on which the Engineer determines that c ircumstances require the presence on the project· site ot a re p resentative of the ·Contractor ,to CS-5 C 2) - - - - - - - - - -· - adequately provide for the safety or convenie:ice of the t=aveling public· o= the owners of property across which the p:::-oject extends or the safety of property · contigu·ous to the project routing. The Contractor shall provide all f~cilities to enable the Engineer and his inspector to examine · and inspect the wcrkmanship and mate.::-ials entering into the work. C 5-5. 5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion of the Owner or Engineer, a . condition o: emergency exists related to any part of the work, the Contrac:.or, or the contractor through his designated representative, shall · respond with dispatch to a verbal request made by t:ie Owner or Engineer to alleviate the emergency condition. Such a respon~e shall occ!lr day or night, whether the project is scheduled on a cale:1eiar-~ay or on a working-day basis. Should the Contrac:or fail to ·respond to a request from the Engineer to rectify any discrepancies, omissions, or c orrectio·ns necessarv to conform with the recruire::ients of the project specifications-or plans, the Engineer-shall give the Con tractor written notice ·that such work or chancres are to be oe!:'forrned. The w::-itten notice shall direct attent:.on to the discrepant condition and request the Cont:::-actor to take remedial action to correct t.he condition. In the event the contractor does not take positive steps to fulfill this ·....-=itt:en request, or does not show just cause for not taking the proper action, within 24 hours, the City may -take such · remedial action with City fc=ces or by contract. The City shall then· deduct a:1 amount eauaJ. to the entire costs ·for such remedial action, plus 25%, from any funds due the Contractor on the project. cs-5. 6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called £or. The field of:ice shall '.'.Je _ not less than 10 hy 14 feet in floor area, substantially constructed, well heated, air conditioned, lighted, and weather-proof, so that documents will not be damaged by the elements. CS-5. 7 CONSTRUCitION STAKES: The City, through its Engineer, will furnish the Contractor with all lines,· grades, and measurements necessary to the proper prosecution and control of the work contracted for under these Contract Documents, and lines, grades and measurements will be established by means of st.akes or other customary method of marking as may be found consistent with good practice. CS-5 ( 3) These stakes or mar k in g s shall be set sufficiently in advance of construction ope r at i ons to avoid delay. Such stakes or markings as may be e stablished for the Contractor's use or guidance shall be preserved by the Contractor until he is- authorized by the Engi n eer to remove them. Whenever, in the opinion of the Engineer, any stakes.or markings have been carelessly or willfully destroyed, disturbed, er 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 4ue the Contractor. CS-5.8 AUTHORITY AND DUTIES OF CITY INSPECTORS: City Inspectors will be aut h orized to inspect all work done and to be done and all materials furnished. Such inspection may exten~ to all or-any p a rt of the work,· and the preparation or man uf 'act ur ing of the mater i al.s to be used or ec~i.::>ment to be . installed. A City Ins p ector 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 b eing performed,. to report a:iy evidence that the .-materials be i ng furnished or the work bei:.g performed by the Contractor fai l s to £ul.f il.1 the requirements of the Contract . Documents , and to c.all the attention of the Contractor to any such failure or other infringe:.ients. Such · i n S p e C t i O n O r l a Ck O £ in Sp e C t . i On W i 11 n O t rel i e Ve ~ ~ e Con tractor from any ob l ig _a ti on · to perform the work :in acc.ordance with the r e au i remen ts of the Contract Documents. In case of any dispute a ri s ing ·between the Contractor and the City Inspector as to t he mate= ials · or equipment f11rqished or· the manner of performi ng the work, the City Inspector wi 11 .have authority · to rej e ct mate?:"ials or equ-ipment to .-suspend work· until the cu.es ti on at is sue can be referred to and be decided by the-:S:igin e er. The City Inspector will not, however, be authorized to revoke, alter, enlarge, o: release any requirement of these Contract Documents, nor to approve or accept any portion or section of the work, nor to issue any . instructions contrary to the _requirements of the Contract Documents. He will. i n no case act as superintendent or foreman or perform any other du ties for the Contractor, or . interfere with the mana g ement or operation of the .work~ ·.He ·, will not accept from t h e Contractor any compensation in any form for performing any d uties. The Contractor shall regard and obey the · directions and instructions of the City Inspector or Engine·er when the same are consistent with the obligations of the Contract Documents, provided, however, should the Contractor object to an y orders or instructions of the City Inspector., the Contrac t or may within six days make written app.eal to the Engineer for his decision on the matter in controversy. CS-5 C 4) - - - - - - - - cs-5. 9 INSPECTim:: The. C:>nt.::-actor shall. f~rnis:: the Engineer with every reasona::ile facility for ascerta1n1ng w:1ether or not the work as perfc:-rned_ is in accordan<:e with the requirements of the Contract Documents. If the · Eng 1neer so reauests the Contractor shall, at any time before acceptance of the ~ork remove or uncover such portion of the .finished wc.::k as may b~ directed. After examination, the Contractor shall restore said portions of the work to the standard req:iired by the Co.n tr act ·Documents . . Should t"he work exposed or examined prove acceptable, the uncovering or removing and replaci~g of the coveri:ig or making cood of the parts removed shall be paid for as extra work,· but should be work so exposed or examined p.::ove to be unacceptable, the uncovering or remo_ving and the replacing of all adjacent defective or damaged parts shall be at the - Con tractor I s expe~se. No work shall be don·e or materials used without suitable s~pervision or inspection. CS - 5 • l O REMOVP..L O? DE?ECTIVE .tl.ND UNAOTHORIZED WOR..-:Z:: AJ 1 work, materials, or eqt!i?ment wn.1.ch has been rejected shall be remedied or removed and replaced in an accepta~le manner by the Contractor at his own expense. Work done beyond the lines and grades given o:-as shown on . the plans, except as herein specifically provic:ed, or any ·Ext=a Work done without written authoritv, will be ·considered as unauthorized anc. done at the expense. of the Co~tractor and will . not be paid for by _the Owner. Work so done may be ordered remc·v·ed at the Contractor's exoer:se. Uoon the failure on the oart of the Contractor . to comply· with~ any ·orc.·e= of the _Enginee:-m~de under -the provisiC'ns of this paragraph, th ,e Engineer wi.11 have the authority to cause defective wcrk to be remedied or removed and reolaced and u:.authorized wo:::-k to be removed, and the cost thereof rr. "-Y be dec::.:cted from any money ·due or to ~ecome due to the Cont::actor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such works. -CS-5 .11 · SOBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law, ordinance, codes · or regulatiqns permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if Contractc= wishes to furnish or use ·a proposed substi_tute, he shall, prior to the preconstruction conference, make written application to E~GINEER for approval of such substitute certifyin; in writing that the proposed substitute will perform adequately the · functions called for by the general design, be similar and of eaual substance to that s oec i £ i ed and be suited to the same use and. capable of perlorming th~ same function as · that specified; and identifying all ·..Tariations of the proposed CS-5 C 5) ~· ' . . substitute fr.om tha t specified and indicating avai l able -· maintenance service. No substitute shall be ordered or installed without the wr i tten approval of Engineer who will be the judge of the equ a lity and may require Contractor .to furnish such other d a ta about the proposed substitute as he considers pertinent. No substitute shall be ordered or installed without s u ch performance guarantee · and bonds as Owner may require wh i ch shall be furnished at Contractor• s expense.· Contractor shall indemnify and hold ·ha=mless Owner · and Engineer and anyone directly qr indirectly employed by either of them from and against the claims, damacres, losses and expenses ( including attorneys f _ees} arising out of the use of substituted material s or equipment. · · CS-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 t:1e testing agency by the Owner u n less otherwise specifically provided~ The failure of ·the Owner to make any tests of mate=ials shall be in no : way relieve t he Con tractor of his responsibility of furnishing materials a nd equipment fully conforming to the requirements of the Co ntract Documents. Tests and sampling of materials, unles,s othe r wise specified, will be made -in accordance with the l a test metho~s prescribed by t:.e American Society for Testing . Mat e rials ~ or specific requirements of the Owner. The Con':=acto r s h all· crovide such facili ':ies as the Eng_ineer may requi=e fo r c o llecting and forwarding samples . an<i shall not, without specific written permission of the Engineer, use the mater i als represented by -the sa:..pl~s until tests have been made a nd the mater~als approved fer use. The Contractor will furnish adequate samples without cha=ge to the Owner. · · In case of concrete, t he aggregates, design minimum, and the mixing and transporti n g ·equipment shall be approved by the E!1 ·gineer before any c oncrete is placed, and the Contactor shall be responsible "fo r r e placing any concrete which does not meet the requirements of the Contract Documents. Tests shall be made at least 9 da y s prior to .the placing of concr~te~ using samples from t h e same aggregate, ce,ment, ·and morfar which are to ·be used lat er in the concrete. Should the source of supply change, new te s ts shall be made prior to the use of the new materials. · CS-5 .13 STORAGE OF MATER.I ALS: All materials which are to be used in the constructi o n operation shall be stored so as . to insure the prese!"vation of the quality and fitness of the work. When directed by the En g in e er, t~ey shall be placed o·n wooden platforms or other har d ,· clean dura_bl:e surfaces and not on the . cs-s (6) - - - - - - ground, and shall be placed under cover when di.!'."e(::eG. stored materials shall be placed and located so as to facilitate prompt inspection. . cs-s .14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the Plans · relative to existi::g utilities are based on the best information available. Omission from, or the inclusion of utility loc at i ans on the Plans is r.ot to be considered as the nonexistence of, or a defini~e location of, existing underground utilities.· The location of many gas mains, wat~r mai:1s, conduits, sewer lines and se:-vice lines for all utilities, etc., is unknown to the Ow~e.!'.", and the owner assumes no responsibility for failure to sho·..; any or · all such structures a~d utilities on the plans or to show them in their exact loca~ion. It is mutually agreed that such failure w i 11 n o t be c o·n s id e = e d s u f f i c i en t bas i s for cl aims f o r addi tionai comne!!sation for Extra Work or for in:::-easina the pay qu.anti ties in a~y manner whatsoever' unless an cbs:.ruction encountered is s.:c:i as to necessitate changes in t:1e lines and grades of conside=a'.:Jle magnitude or requires the :i:!.ilding of soeci3.l works, or:·;:.sion fc= which is not made i:1 ';he Contract Documents, in wh:.=:i case the provision in these Cont:-act Documents for Extra Work shall apply. It shall be the Ccz:':racto!:'s responsibility to ve:-:.:y :ocations of adjacent and/o=. conflict_ing utilities suf::.:ciently in advance of const=:zction in ore.er that he may ne;o:..:.ate such local adjustments as necessa=y in the construction p=ocess to orovide adeauate clearances. The Contractor shall take all ;.eces ·sary preca.;1':ions in order to protect all existing u t i 1 i t i e s , s tr u:: ': :1 r e s an d s e r v ice l in es . Ver if i .c at ion of existing utilities, structures and service lines shall include notification of all utilit~,r companies at least forty eight C 48) hours in adva:1ce of construction _including exploratory ex ca va tion if nec ·es s-ary. AJ.. l ver if ica tion cf existing utilities and their adjustment shall be considered as subsidiary work. CS-5 .15 INTERRUPTION OF SERVICE: a. Normal ?=osecution: In the normal prosectuion of work whe=e the inte!:'ruption of service is necessary, the Co -ntractor, at least 24 hours in ac:vance, shall be !:'equ:=ed tq: 1. Notify the· Water Department's Dist:-ibution Division as to location, time, and schedule of sen·ice interruption. -CS-5 C 7) l' k b. 2. 3. ·Notify each customer personally through respons i ble personnel as to · time and schedule of the i nt e rruption of their service, or In the ·event that personal noti!icatiori of · .a customer cannot be made, a prepa!:'ed tag form shall b e a ttached to the custome=' s · en trarice door k n ob. The tag shall be durable in composi t ion , and in large bold type_ shall say: "NOTICE" Due to Utility Irnorove.rn.ent in y our neighborhood: your (wa~er) ~ (sewer) ·service will be inter- r upted on be~ween t he hours of and T hi s inconvenience will be as s hort as possible. Thank you, Cont:::-actor Ad dress Phor:e Emeraencv: I n the event that an unforeseen service inte.rruotion o ccurs ·, notice shall be as above·, but immediate •. CS-5.16 MUTUAL RESPONS I BILITY OF CONTRACTORS: .!.r, through acts or neglect on the part of the Contractor, any other Contractor or any sub-c on t ractor sha.11 suffer loss or damage on the work, the Contrac t or agrees to settle with such other Contractor qr sub-contractor by agreement or arbitration. If such other Contractor or sub-contractor shall asse:::-t anv claim a ·gainst the Owner on a c co u nt of any damage alleged to have been sustained, the Owner will notify the Contractor, who . shall indemnify and save h armless the Owner agai.:st any such . claim. · · · CS-5. 1 7 CLEAN-UP: Clea n -up of surplus and/or waste materials accumulated on the job .si t e during the prosecution · of the work under these Contract Documents shall be accoc.olished in keeping . with a daily ·routine established to the · the satisfaction of the Engineer. Twenty-fours fours aft~r written notice is given t o t h e Con tractor that the . clean-up on the job site is proceed i ng in a manner unsatisfac-=o-ry to the E n g i n e e r ,· i f t h e C o n t r a c t o r f a i 1 s t o c o = r e c t t h e C S -5 C 8) -->. - - - - - u n satisfactory · procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean~up deficiencies citec to the Contractor in the wr-itten notice and the costs of s:.:ch direct action, plus 25% of such costs' shall be deducted from monies due or to become due to th~ Con tractor. Upon the completion of the project as a whole as covered by these Co~tract Documents, and before final acce~tance and final payment will be made, the Contractor shali clean and remove from ·the site of the project all surplus and discarded materials, tempora:-y structures, and debris of every kind. He shall leave the site of al1 wo·rk in a neat anc orderiy condition equal to that which o _riginally existed. Surplus and waste materials. removed from the site of the wc=k shall be dispos .ed of at locations satisfactory to the E~;i:ieer. Th·e Contractor shall thcroughly clean all equipment a~d materials ins~alled by him a~d shall deliver ove!'.' such ma.:e=ials and equipment in a b:!:'ight, clean,· polished and new appearing condition. No extra compensation will be m~c.e to the Contractor for any c1..ean-up requi=ed on the project. CS-5.18 FINAL INS?:::CTION: Whenever the work pro·.-iced for in and contemplated under the Contract Documer:':s has been satisfactorily ccmpleted and final cleanup pe=.:ormed, the . . 11 • . -· • h --. . , f ·' O d E::g 1..neer Wl. no ... :.:y '-e prope!:' or::.: 1.c1.a_s o ... :ie wner an reacest that t:..e ?.:.nal insoection be made. Suc:i i:isoection wiil be .nade with i:: l O da vs-af te= such nc ~ :..: ica tion. · After such. final inspection, if -the wo=k and materials a::c equipme:it· a=e found satisfac':ory, the Contractor wi+l be ncti£ied in w=iting of the accepta~1.ce of the . same after the proper - =esolution has been passed by the City Council. No time charge will be mate against the Contractor between said date of notification of the Engineer and the date of final inspection of the wc~k. C-5-5 . C 9) - - - - - - - - - jf C P.::\.RT C -GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND FUSI.IC RESPONSIBILITY SECTION C6-6 LEG~L RELATIONS AND PUBLIC RESPONSIBILITY C6-6.l LAWS TO BE OBSERVED: The Contractor shall at all times observe ?-nd comply with all Federal and State Laws and city ordinances and reg~lations 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 b~dies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall i~demnify and save harmless the City and all of its of_f icers, agents, and employees against any and all claims or lia·bility a?:ising from or based on the ·violation of anv such law, ordinance, regulat.i en, or o _rder, whet::.e= it be by himself or his employees. C 6-6. 2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges, costs and fees~ and give all notices necessary and incident to the due and lawful prosecution of the work. C 6-6. 3 PATENTED DEVICES, MATERIALS AND PROCESSES: If the Con tractor is requi=ed or des ires to use any des .:.g~, device, material, or process covered by letter, patept, or copyright, he shall provide fo::: such use by suitable legal ag=eement with· the patentee or ow:1er of such patent, lett_er, or copy=ighted design. It is mutually agreed and -understood that w~thout exception the contract prices shall include all royalties or cost arising .from patents, trade-marks, and copy rights in any way involved in the work. The Contra-ctor and his sureties shall indemnify and save harmless the Owner from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trade-mark or copy right in connection with the work agreed to be· performed under these Contract Documents, and -shall . indemnify the Owner for any cost, expense, or damag_e which it may be obliged to pay by reason of such infringement at any time during t_he prosecution of the work or after completion of the work, provided, however, that the Owner ~ill assume the responsibility to defend any and all suits brought for the infringement of an~t patent .claimed to be infringed upon by the design, type of ~onstruction or material or equipment s-oecified in the Contract. Documents furnished the Contractor by the Owner, and to hold the Con tractor ha=mless on account of such suits. C6-6 · ( 1.) I' C6-6. 4 SANITARY PROVI S IONS: The Contractor shall establish and enforce among his e mployees such regulations in · reg arc: t ·o cleanliness and dispo s al of garbage and waste as will tend to prevent the inception a n d spread of infectious or contagious diseases and to effect i ve l y prevent the creation of a nuisance about the work on any p r operty either public or · p:-ivate, and ·. such regulations as a re requi·red by Law shall be put into immediate force and eff e ct by the Contractor. ·Tqe necessary · sanitary conveniences for use of laborers on the work, p r op er 1 y s· e c 1 u de d f r om . p u b 1 i c obs e r vat i on , s h a 11 be constructed and maintained by the Contractor and their use . shall be strictly en£ o re ed by the Con tractor ·. All sucb·-· facilities ~hal~ b~ kept in a clean and sanitary condition, free from obJect1onanle odors so as not to cause -a nuisance. All sanitary laws an·d regulations of the State o: Texas and the city shall be strictly complied with. · C6-6. 5 PUBLIC SAF:::TY A N D CONVEN!ENCE: Materials o:-ecuinment stored about the wc:-ic s hall be so placed and usec, and the work sha.11 at all _ times be so conducted, as to cause no greater obstruction or inconvenience to · the p~blic than ··is considered to be a~sol u te l y necessary by the Eng::ieer. Th.e Contractor is =ecui=ed t o maintain at all times all ohases of his work in su~h a manner as ·not to impair the safety ·'or convenience of the publi c , i ncluding, but not. limited to, safe and convenient ing=ess and ·egress to property contiguous-to the work area. The Contr actor shall make adecruate orovisions to render reasonable ingress and egress for -normai vehicular · traffic, except .during· a c tual trenching or pipe installation operations, at all driveway crossings. Such provisions may include bridging, placement of crushed stone or gravel or such other ·means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate. Such other means may include the diversion of driveway traffic, with specific approval by the Engineer. If diversion of traffic i s approved by the Engineer at a:1y location, the Contractor s hall make arrangements satisfactory to the Engineer at any .location, the Contractor shall make arrangements satisfactory to the Engineer for the ·div~rsion ~f traffic, and shall, at h is own expense, provide all materials and perform all work n e cessary for the construction and maintenance of roadway s and bridges for such diversion of traffic. Sidewalks must n ot be obstructed exceot bv soecial permission of the Enginee r . • -• The. materials excavated a nd the construction materials such as o ·i::>e used in the construc t ion of the work shall be nlaced so · ~s -not to endange!:' the wo rk or prevent free access . to all fire hydrants, f i .re alarm boxe s , p ol ice call boxes, wate:: ·valves, C6-6 (2) ;/ - - - - -. - - - - gas valves, or rna:iholes in the vicinity. The Q·,.;~er reserves . the right to remedy any neglect on the J?art of the Con tractor as regards to public convenience and safety which may come to its attention, after t:"en ty-f our hours not ice i:1 writing to the Contractor, sa•,e 1.n cases of emergency when it shall have the right to remedy any neglect without notice, and in either case, the cost of such work done or materials furnished by the owner or by the Ci ':.y shall be deducted from monies due or to become due to the Contractor. The Con tractor, after approval of the Engineer,· shall notify the Fire Department Headquarters, Traffic Engineer, and Police Department, when any street or alley is requested to be clos€d or obstructed or any fire hydrant is to· be made inaccessible, and, when so directed by the Engineer, shall keep any street streets, or highways in condition for unobstructed use by fir~ apparatus. The Contractor shall promptly notify the Fire Deoa=tment F.eadcuarters when all such obstructec streets, ali~ys' or hydrants are ·again placed back in service. Where . the Contractor is requi:!:'ed to co_nstruc':. ter:iporary bri_dg.es · or make ot'her arrangements for crossing ov·er ditches or streams, his responsibility for accidents in connection with such ·crossincs shall include the roadwav approaches as well as the st=uc~-'..!=es of such · c±'ossings. - The Con tractor shall at all. times· conduct his ope!:'ation and the use of construction machine:.-y so as not to damage or des.troy trees anc. shrubs located in close proxim:ty to or on t:ie site of the wc=k. Wherev·er any such damage may · be d ·on_e, t h e Contractor sh a 11 i mm e d i a t e 1 y s at i? f y a 11 claims of -p=operty owners, a~d no payment will , be made by the ·owner in settlement of such claims. The Contractor shall file with the :::::ngineer a written statement showing all such claims adjusted. C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND RIGHT-OF-WAY: For the performance of the contract, the Contractor will be permitted to use and occupy such portions o .f _ the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be·_ specifically authorized in writing by the Engineer. A reasonable amount of tools, materials·, and equipment for construction purposes may be stored in such space, but no more than is necessa:-y to avoid delay irt · the construction operations. Excavated and waste materials shall be piled or stacked in such a way as not to interfere with the use of S?aces that maJ be designated to be left free and unobstructed a:1d so as not to i:iconvenience occupants of adjacent property. If the street is occupied by railway tracks, the wcrk shall be C6-6 (3) c a r r i e d 6 n i n such man n .er a s n o t to · i n t er f er 1; w i th th e operation of trains, lo a di n g or unloading of cars, e:.c. Other. con tractors of the Own e r may, for all purposes required by the contract, enter upon the work and premises used by the Contractor and shall b e p r ovided all reasonable facilities and assistance for the c o mpletion of adjoining work. Any additional grounds des i red by the Contractor for his use shall be provided by him at h i s own cost and expense. C6-6.7 RAILWAY CROSSINGS : When the work encroaches upon any right-of-way of any r ailway, the· City will secure the necessary easement for the work. Where . the railway tracks are to be crossed, the C ontractor shall observe all the . regulations and instruct i ons qf the railway company as to the . methods of performing the work and take all precautions for safety of property and t he public. Negotiations with the railway .companies for permits shall be done by and through the City. The Contractor shall give the City notice not less than five days prior to the time of h'is intentions to be~ :.n work on that portion of the project which is related to the rai'l way properties. The Cont r actor will not be given extra or additionq.l compensation for such railway crossi:1gs unless soecifically set forth in the Contract Documents. -. . C 6-6. 8 BARRIC.;DES,. WAR N INGS AND WATCH .MEN: Where t~e work is carried on in or adjac e nt to any street, alley, or public place, the Contractor s h all at his own expense fur=iish, erect, and maintain such bar r icades, fences, lights and danger signals, shall provide such . watchmen, and shall take ·all such· other precautionary meas u res for the protect.ion of persons or ·Property and of the wo r k as · a::-e necessary. Barricades and fences shall be painte d in a color · that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least on e easily visible burning light at each barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away from, and vehicles from being driven on o r in to, · any work under cor.st=uction or being maintained. Th·e C o ntractor shall furnish watchmen and keep them at their respective assignments in sufficient. numbers to protect the wo rk and prevent accident or ?amage •. ·• : All installa·tions and p rocedures shall be consistent with the orovisions set .forth i n t h e "1980 Texas Manual on Uniform Traf fie Control Devices fo r Streets and Highways" issued under the authority of the "S t ate of Texas Uniform Act Regulating Traffic on Highways", c od i fied as Article 6701d Veron' s Civil Sta"tutes ,-' pertinent sect i ons being Section Nos. 27, 2 9, · 3 0 . and 31. · . C 6-6 C 4) ·., ,. ' ,.- - - - - - - - - T h e c;: o n. t r a c t C: r w i 11 n o t r e m. o v e a n y r e g u 1 a : or y s i g n , instructional sign, street name s.1.gn, or other sign which has been erected by the City. If it is determined ~~a~ a sign must be removed to permit required construction, the contractor shall contact the . Transportation and P~blic Works department, Signs and Markings Di .vision (phone number 8780-8075), to reraove the sign. In the case of regulatory signs, the Contracto:-must replace the permanent sic:n with a temporary sign meeting the re.qui!:'ements oft-he above referenced manual and such temporary sign must be installed prior to the removal of the pe=manent sign. If the ternoorary sign is not installed correctly or if it does no~ rne 'e-t th.e required specifications, the permanent sign shall be left in place until the temporary sign requirements are ::iet. Wheri construction work is completed to the extent that the permanent sign can be re-installed, the Contractor shall acain contac·t the Signs and Markings Division to re-i:istall-the permanen.t sign and shall leave his temporary sig:1 in place until such . re-ins~allation is completed. rhe Contractor will be held resoonsible for all da.::age to the work or the public· due to fa ii ure of barricades, signs, fences, 1 -ights, er watchmen to protect them.· Whenev~r e"'~·idence is found o= such damage to the work the Er:g ineer may o=der the damaged portion immediately removed and replaced by the Contractor at the Contractor's own exoe:lse. The Con tractor's responsibility fo·r ·the maintenance of :,a=:-icades, sis;ns, fences and l:.;:i':.s, and fc= providing watchmen shall not ceas ·e until the ;:-~ject shall have been completed a::c ac=epted - by the Owner. No compensation, except as specifically prov1aea in these Contract Documents, wil.l be oaid to the Contractor for the work and materials involved ln the constructing, providing, and maintaining of barricades, signs, fences, and lights. or for salaries of watchmen, for the subsequent removal and disposal of such barricades, signs, or for any other incidentals necessary for the proper protection, safety, and convenience of the pu::ilic . during the contr~ct period, as this wo=k is considered to be subsidiary to the several items for · which unit or lump sum prices are requested in the Proposal. C6-6.9 USE OP ZX?!.OSIVES, DROP WEIGHT, ETC.: Should the Contractor elect to use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be exercised at a 11 t i rn e s s o as not to ,en d an g e r · l i f e or pr ope::-t y • Th e Contractor shall notify the proper representative of any ;:n.:':Jlic service corporation, any company, individual, or utility, and the Owner, not less than twenty-four hours in C6-6 C 5) . advance of the use o f 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 t wenty-four hours . prior to commencing and shall furnish evid e nce that he has . insurance coverage to protect against any da mages and/or injuries arising out of such use pf 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 afte= receipt of written notice of the claim to the Contractor from either the City or the claimant'. The City shall proceed to give notice to the·· Contractor of any such claim. The use of explosives . may be suspended by the Engineer if any complaint is received and such use shall not b e resumed until the cause of the complaint has been accres s ed. Whenever explosives· are stored or kept, they shall be stored in a safe and secure man n er. and all storage places shall be :,lainly marked "DANGERO US EXPLOSIVES" and shall be under the. ca=e of a comoetent watchman at all times. All vehicles in which explosives a=e bei n g transported shall . be plainly marked as mentioned above and shall,. i~sofar as possible, not use heavy traffic routes. ' C 6-6 .10 WORK WITHIN EASEMENTS: Where the . work passes over, through, or i~to private property, the Owner will provide such right-of-way or easeme n t privileges as the City may deem necessary for the prosec u tion of the work. Any additional rights-of-way or work· a rea cons ider.ed necessary by the 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 notified in wr-i ting as to the rights s o acquired before work begins in the affected area. The Contr a ctor shal.1. 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 s t ore equipment or material on private property unless . and until the specified ·approval of the property owner has been secured in writing by the Contractor and a copy furnished tci 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 construct i on operations. The Contractor · shall be responsible for the p=-eservation of and shall use , C 6-6 . (6) "- - - - - every precautior: t.c prevent da.nage to all trees, shrubbery, plan ts, lawns, fe::~es, culverts, curbing, and all other tyoes of structures or i:::;,rovements, to all water, sewe=, and gas lines, to all con=~its, overhead pole lines, or appurtenances thereof, including the construct.ion of temporary fences, and to all other public or private proper~y along ac:jacent . to the work. The Contractor shall notify the proper represe::tatives of owners or. occupan~s cf public or private lands or · interest in lands which migh~ be affected by the work. Such notice shall be made at least 48 hours in advance of the beqinning of ·the work. . Notices shall be appl.icable to both public and orivate utility companies or any corporation, company, individual, or other, either ~s owners or occupants, whose land or interest in land might affec:.ed by the wo=k. The Contractor shall be - =espo:nsible for all damage o= injury to p=o~H~=ty of any character resul:.ing from any act, omission, neglect, or . d t . '". ....h d '-' -k ra.i.scon uc 1.n 1..ne :ianner or me ..... o or execu1..1.cn c.: the wor. , or at any time d~e to defective work, material, c::-ecu:.oment. r When and where a;;y direct or indirect or inj1.:.=y is done to publi1c or ·private ;,roperty on account of any ac:., omission, :1 eg lect, or misc:::1duct in . the execution of the wo=k, or ·in conseauence of the non-execution ·thereof on the oart of the Cdn tr,actor, he s:.all res tore or have resto:-ed at h:.s own cost and expense such ;,=:::;:,erty to· a condition ·at leas-:. equal to that existing be.:;:::=e such da::iage or inju:-y ~as done, by repairing, rebuild:ng, or othe=wise replacing and rest.or ing as may be directed by· the Owner, or he shall rna~e ;ood such .damages or injury in a manner accep~able to the cw:ier of the crooertv and the :::~=i=ieer. ~ · - --- All fences encounte::-ed arid removed during constri.:ction of t:.nis project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be c::-ossed, the Co::t=ac:tor shall set cross braced posts on either side of pe=.:;.anent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross braced posts at point of the proposed cut in addition to the cross braced posts pro,;::.ded at the permanent easements limits, before the fence is cut. Temporary fencing shall pe 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 const=uction area. The cost for fence removal, ter::porary closures and replacement shall be s -:J. b s i d i a r y to the var i o u s i t e rn s ·b i d i n t h e p r o j e c t C6-6 (7) ,-; : /. proposal. Ther·efore, n o $eparate payment shall be allowed for any service associa t ed with this work. In case of failure on the part of the Contractoi to restore such property to make g ood such damage or injury, the Owner may, upon 48 hour writ t en notice under ordinary circumsta n ces~ and without noti=e wh e n a nuisance or hazardous condi t ion results, proceed to reo ai r , rebuild, -or otherwise restore such property ·as may be det e rmined by the Owner to ·b~ necessa=-y,- and the cos;t thereby wil l be deducted from any monies due or to become due -to the Co n tractor under· this Contract. C6-6 .11 IN.DEPENDENT CONTRACTOR: . It is understood and agreed:>_; by the parties hereto t h at Contractor shall perform all work and services hereunder as an independent contractor, and not as an, officer, agent, servant or employee of the Owner. Con tractor shall have exclusive control of and t:ie exclusive right to control the d e tails of all t.he work anc. services · performed hereunder, an d all· persons performing same, and shall be solely responsible for _ the acts and omissions of its officers, agents, s e r v ants, employees, contractors, subcontractors, licens e es and invitees. The doct::::ine of respondeat superior shall not apply as between Owner and Contractor, its officers, agents,_ employees, contractors and subcontractors, and not h ing herei.n shall be construed..:as c=eating a partr.ership o r joint en·terprise between Owner and Contractor. C 6...:. 6. 12 CONTRACTOR'S RE S?ONS IB IL!TY FOR DAMAGE · CLAIMS:· Contractor covenants and ag r ees to, and does . hereby indemnify, ·hold harmless a:1d defend Owner, its officers, -agents, servants, and employees f rom and against any an all claims or suits for prope=ty damage or loss and/or personal injury, including death, to any a nd all persons, of whatsoeve= kind or character, whether re a l or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunde r by Contractor, its officers, agents, employees, contractors, s ubcontractors, licensees or invitees, whether or not caused., in whole or in part, by alleged n e g 1 i gen c e on the par t of o f f ice rs , agents , s er van.ts , , employees, cont=actors, subcontractors, licensees · and invitees ,· of the Owner; .and · said C ontractor does hereby covenant and agree to assume all liability and responsibility of Owner, i ts officers agents, se1;vants a n d employees for property damage or loss, and/or personal i n j u ries, including death, to any and all persons of whatsoever 'k i nd or character, whether real or asserted, arising out o f or in connection with, directly or indirectly, the work and s ervices to be performed hereunder by Contractor, its offic e r ·s, agents employees, contractors, s:.1bcon tractors, licensees and invitees, whether or not caused, C 6 -6 (8) -"" ,. - - - in whole or in · pa=t, by alleged neg'iige!lce of officers, agents, s ervan~s, . e:.iploye·.:s, con tr actors, su bee:: tr actors, l 'icensees or inv.:.:.ees or the Owner. Contracto:-likewise covenants and ag:-ees to, and does hereby, indemnify and hold· ha=mless . Owner fr:::: and agains't. any and all injl!=:es,loss or damages to property of the Owner during the perfor;;.a~ce 0 .f any of the terms and c::ndi t: ions of this Contract, whethe= arising out. of or in conne~':ion with or resulting · from, in · t,,;hole or in part, any and all alleged acts or omissions cf cf£icers, agents, ~ez:-v~nt~, e::p~oyees, contractors, subccnt=actors, licenses, or "lnvltees ot the Owne=. In the event a w=itten claim for damages ·acainst the co:itractor or its S-!bcontractors remains Unsettlec. a':.. the time · al.l work on the project has been completed to the sa':isfaction cf the Director o: t:ie Water Department, as e•;ide!!ced bv a f ina.l i-·nspection, fi~al payment to the Contractor s~all not· be recom:nended by the Director of the Water Depart;:e::t for a :;i e:: i od of 3 0 days after the date of such f'inal i~s:;,ection, t:.!:"lless the Col"l~=act.or shall. subm:it written e7idence satisfactory to t::.e -Director that the claim has bee:i settled a::d a release has =eer: obtained f=om the claima:it i~·;cl.ved. If the claim conce:-:,.ed re;..iains u::settled as of the ex:iiration of the above 30-day period, the Contractor may be c.ee!:ed to be e~titled to a se::.:.-final pa_y:r:.e::t for work com;,:eted., such s a::ii-f i:1al pay:ne~': t~ be in ail a:noun t equal to t~e total do l.lar amount then d~e less the dol.lar value of a:::;. w:-itten cl ai:ns p endina aca.:.::st the Co r. t: = actor ar is inc c;.1 t · of the· :,e?.""formance of such work, and s-:.:.ch semi-fina1 pa~-:i.'le::t may then Sa recommended by t:!e Di.r:ctor. '!'he Di::ector shall :.ct recorrunenc. final payment to a Ccnt.ractor· acai:ist whom such a claim for c.a..mages · is o~tsta::c.inc: for a o~=iod of six rnon':hs following the date of the ac::eptance of t:1e work perfor:nec. u::less the Con tractor submi t"s e•:idence in ·-,r:: i ti:ig satisfac':o=y to the Director that: l. The clai:n has been set. tled and a release has been . obtained :=om the clai:.!.ant involvec., or 2. Good f.ai:.h efforts ha-.ra been made to settle such outstar::En:: claims, a:id such good faith e::o=ts he.,,,...."" ~a i 1c~~ i;;,.v-.., ----• I:= conc.ition Cl) above is ::> e.?::-iod, the Directc= shall t.he Contractor be r.tade. t.i~e within the six :nonth ~ha= the final ~a~::uent ~- met at any time within the six month recom.-:1end that the final payment to If con di. t:.ion C 2) above is met at any period, the .Director may =ecornrnend to the Cont=act.or be i:;.ac.e . · At the C6-6 (9) -:- ex9iration of the six mo z:ith period the Director may recorrunend t.hat final payment .be made if all other work has been · oerformed and all other o b ligations of the Cont=act_or have been met to the sat:.s:act i on of the Director._ The Director may, if he d eems it approp~iate, refuse to acceot bids on other Water Depar t me n t Coe tract work from a Contractor against whom a clai:i for damages is outstanding _ as a result of work perf·o~:ned under a Ci t y cont::-act. C 6-6. 13 CONTRACTO?.' S CLA I M FOR D&"!...~GES: Should the Contractor claim compensatio:. for any alleged damage by reason of the . acts or omissions of th e Owner, he shall within three days after the actual sustaining of such alleged damage, rnak .e a w=itten statem~nt t:> the Engineer, setting out in detail the nature of the alleget damage, and on or before the 25th dav of t.he mon .. th succeeci::g th:at in which any such damage is cla-imed to have • been sustained, t he Con tractor shall fi!.e with the Enc ine·er ·an i te.!:J.ize~ sta t ement of the details and amount of such alleged damage anc., u p on request, shall give t:ie Enc ineer access to' all book~ of a c count, receipts, vouchers, bills of lac.inc;; and other books or papers containing any evidence a:s ~o the · amount of s.:.::h al l eged camage. Unless such statenents shall be filed as ha=ein2.b o va· recru.ired, the Cont=actc=' s claim =o'!: compensation s~all be wa i vee,' and he shall not be entitled ~o-~ p ·a::tmen~ on accoui:t of s u.ch ·:.da.-:lages. ·. ~-::-: . - C5-€ .14 ADJUSTM~NT OR RELOCATION OF Pu:CL!C OT!LIT!::.S, ETC_-: In case it is necessa.ry to cha:ige, move, or alte=· in any manner the prope=ty of .a public utility or othe=s, the said p=c:;,erty shall net be mov e d or interfered with until: orde:-s . th·e=eucon have bee:: iss u ed bv the Engineer. The ::-iaht is reserved to the ow::e=s o f cubl.ic utilities . to enter the geographical limits of the Cont=act for the pu=pcse o: making . such changes or re;iairs to the.ir property that may be necessary by ~he ?er:ormance of t!lis contract. C6-6 .15 TEMPORARY s==;.,r:R AN D DRATN CONNECTIONS: When existing sewer 1 ines have to be ta k en up or removed, the Contractor shall, at his own expen s e and cost, provide and maiI1tain t.emporary outlets and conn e ctions for all private ·or . public drains and sewe.:-s. The Co n tractor shall also take care of all sewaae and drainage which w i ll be received from these dralns and -sewers, and for . th l s pu=pose he shall provide and u1aint.ain, at his own cos t and expense, adequate pumping facilities and tempora=y outle t s or diversions. The Con.tractor, at his own cost. and expense, shall construct s u.ch troughs,-pipes, or othe r structures necessary, and be prepared at all ti::ies to d i spose· ·of drainage and sewage · C6-:6 C 1q 2 t .. rt . - - - - - received from these temporar~-connections until such times as the pe::-rnanent con:.ections . are bui 1 t and are in se.r~,ice. The existing sewers a:.d connections sha_ll be kept in service and . maintaineq~under the_ Contract, except when s::Jecified or ordered to .. b: .ab.a:idoned ~y the_ Eng~neer. A~l water, sewage, and othe::-was .... e snall be disposea of _in a satisfactorv manne·r . so that no nuisa::ce is created and so that the wo~k under construction will be adequately proteC?te·d .. C 6-6 .16 ARRANGEME!i'!' AND CHARGES FOR WATER FORNISEED BY TEE CITY:. ~hen ~he Contractor d_esires to use City water in connection with any construction work, he shall make cornolete and satisfactory a!':-angemen ts with the Fort Worth City water De par t::nen t for so coing. City water . furn·is:ied to the Con tractor shall be delivered to the Con tracto= ::rem a connection on an existir.c-Ci tv ma in. A.!.l p·iping requi:-ed b ·eyond the poin _t · of deli•,1e=·., shall be i~stalled by the Cc::tractor at · his own expense. - The Contractor's =esoonsibili-::v in the use of all ·exis:.ine fire hydrant and/o= ·valves is detailed · in Sectio:i E2-i~ 2 USE OF . FIRE HYDRANTS AND VALVES in these Ge:ie=al Ccr.t=act Documents. When meters a-.:,. us:c. to meas~== ·the water, the charges, if a ... ~,. ·-Fe-<J--.:,.-.. :;·~ i-.e .:,_ .. _ .. 1-,.:,. -..=,,--~, .:,.,-,::,.5•a7-,i; c:'l-,e,:; -="' .. c: r.~l,,,::,.n _.v 1 __ nC.'---w ___ .., '-'·-_ ---;;-4----'------·· _ -----• n._"--· me-ters are not used, the c'.:1ar;es, if a::.y, w:11 be as p=es-cribed by . the City Ordinance·, or . where no ordinance aoolias; oavme:it shall be z:tade on estimates and rates e S fa b 1 i s .h id -by t ':le D i r e c t o r o f t h e ::· o = t W o = t :1 w ate r Department. C 6 -6. 1 7 USE OF A S'.::CTION OR PORTION OF . TEE WOR..,: 'Whenever, in the opinion at the E.:1gineer, any section or po=ticn of the work or any stru=tu=e is· in suitable condition, it may be put into use uoon the written order of the Engineer, and such usage s hali not be held to be in any way· an acceptance of said work or . structure or any ·part thereof or as a waiver of any of the provisions of these Contract Documents. All necessary. repairs and removals of any section of the work so put · into use, due to ce f ec':ive materials or workmanship, es:".!ipment, or to deficient operations on the part of the Cont=actor, shall be performed by the Contractor at his own expei'lse. C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR TEE WORK: Until w:=itten acc _eptance by the Owner as provided for in these Contra.ct Documents, the work shall be under the charge and ca=e of the ·.cont=ac~or, and he shall take every necessary o!:"ecaution to p::eve~t injury or da:nage to the wo::lc or any pa=t C6-6 ( 1.1) thereof by aG:tion o f t he elements or fro=n any cause whatsoever, whether ari s ing· from the execution or nonexecu t i6n of the work. The Con t ra c tor shall rebuild, .repair, restore and make good at his o wn· e x pense all injuries or: damage to an~ portion of the work o ccasioned by any of the hereinabove causes~ C 6-6. 19 NO WAIVER OF LEGAL RIGETS: Inspection b_v t:i .., · . e .c.ng 1n eer or any order by ~he Own e r by payrn.en t of money or any payment for or a~ceptance of any work, or any extension· of time , or any possessi'on taken by the City shall not operate as a waiver of any provision of the Contract Documents. Any wai·1er of ·any_ b:?:"each or Contract sha l l -not be held to be a waiver of anv · other or subsequent breac h. - The Owner reserves the . right to correct any ·er=o:-t:iat may be discoV'ered in any esti mate that may have ·been paid a _nd to adjust the same to meet the requirements of the Contract Documents. C6-6. 20 PERSONAL LIA3!L ITY OF PU3L!C OFFIC!1'.!.S: In carrying out the provisions of t h ese Contract Documents or in ex ere is ing any power o f a u thority granted there~::de:-, the.te shall be no liab.:li:·: uo o n t he a~ thor i zed re::Jrese::':a':.ives of -~e Own°r e; ·n· ·.,_ ;;Q_S-O"'a 1 , y o-. o•h.o,..wiso a-s •l.i::,,• -=--"'-ac:e ... ~s '-'•• ~ -I -'---~--•• --_. "-1 ----'-••-1 • ••~ and representatives of t h e City. , 6 21 s ........ ry,-s"--c: '""'V o • .. · d b • •"I, c·~ -Co-• _ ~-"\-!:. .'"-l.,.:. ... ...-~-..: n a con .... rac ... awarc.e ~ ..... ~ 1. ... y or Fort Worth, a~ or;an.iz a tion which · qualifies for exemption . cursuant the prov;.sio n s of Article 20.04. Ca) of the Texas Limited Sales, excise, an d Ose Tax: Act, the Cont=actor may ::,urchase, rent or lease a l l rnate~ials, supplies a::c: equipment used or consumed in th e perfo=~ance of this contract by issuing to his supplier . a n exemption .certificate in lieu of the tax, said exem;,tion certi.f icate to comply with State Comptroller's Ruling • O 07 . · Any such exemption certificate_ issued by the Contractor in lieu: of the tax shall be subject t ·o an::. shall com;,lr with the provisions of State Comptroller's Ruling .011, and any o t her applicable State Comptroller rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. On a con tract awarded by a developer for the construct.ion of a p1.!blicly-owned improvement in a street right-of-way or other easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption · oursuant to the orovisi o ns of Article 20. 04 CB) of the Texas " iimited Sales, Excise, a nd tJse Tax Act, the Contractor can ?Z::-Obably be · exerr.pted in t h e · sa:ne manner stated above:. . .;..--·· . -. -· ...... -~ . . ~.:-.; C 6 -6 (12) ~ ·1 ' . Limited Sale, Excise and Use Tax permits and information can obtained from: Comptroller of Public Accounts Sale Tax Division Capitol Station Austin, TX .......__ .,,. ," 'f ~ ,,r \ . ',-. ' C6-6 C 13) -- - - - PART C -GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROS::'.CUT!ON AND PROGRESS: C7-7 .1 SUBLETTING: The Cont=actor shall p~!"form wi~h his own o=ganizat _ion, and with the assistance of workman under his immediate superinter:.dance, work of a value of n·ot less than fifty (50%} _l?ercent of the val.ue embraced iri the cont:-act. If the Contractor su::>lets any part of _the work to be done ·.unde!" these Contract Doc:.::.ten':.s, _he wil.1. not under any c.:.:-c~:.istances· be rel.i eved of the respons ibiJ.i ty and obligation ass~:r.ed unde:-· these Contract Doc~.nents. Al.l. . t=ansactions of the Engineer wil.l be with the Contractor. Subcontractors will be consic.ered only in t:ie capacity of employees o= wo=k1:1en o: the Con tractor a:id s:iall be ·subject to the same regu.i=er:e!lts as to c:iaracter_ and compe:.ency. The . Owner w111 not recognize any subco~tractor on t:!e ~erk •. The Contra_ctor shall a:._all tiies; ....-h~n the wo::::-k is i:-: c::ie=ation, be =eoresented eith:= · in oerson --. .. .,.. ·cv a · s,,;....,.-;,.,t=-...:.::. .. ·-or o ... he,-a-e-.1.·gn-... .::.~ re,...,-ec:.::.-....... ; .. o C-_ · "'-!:----·· -4 •---·-_ '-"' -.::, c:.\_.--,:'• --··----v-S. c1-1:2 ASSIGNM.::NT OF CONTRACT: The Contz:-actc= s!'lall not assign, t!"ansfer,-s~~let, convey, or .otherwise d!s~ose of the ccnt=act or his :-iq:1:.s, title, er in t erest . in er-to the sa:ne ·c= anv oart therecf without the . orevious conse~t c:: the Ow~er ex::,ressed by resolution of the City Council anc. concurred in ' -t;· su-~ri.::,.5 oy :ie ... ,.. ___ . I=·· the · Con t:::-actcir cces·, without s::.ch previous conse:it, · assign~ t:ansfe.::-, ·st:.blet, con•..,·ey' or othe=·..ris~ dispose of the cont:-act o= bis ·right,: tit.le, or interest the;-ein or any part thereof, to ·any person or persons, partnership, company, firm, or. co.:::poration, or does by bankruptcy, voluntary or involuntary, er by assignment ur:cer the insolvency laws of any state, at.tempt to dispose o:: the cont.::-act may, at the option of the owner be revoked and annull.ed., unless the Sureties shall successfully comple:.e said contract, and in the et.tent of any such .revocation or a~nulment, any monies due or to become due unde:::: or by virtue of said con tract shall be retained by the Owner as liqui':1ated damages for the reason that it would be im;:,::-acticable a·nd extremely di£f~cult to fix the act·ual c.a~ges. C7-7.3 PROSECUTION OF TEE WORK: Prior to beginning any construction operation, the Con tractor shall submit to the Engrn ·eer in. five or-more copies, if requested by the Engin~er, a p::-ogress _ schedule preferably in c;hart or diagram form, or a '.'.:J:::-ie= _outlining _ i::1 detail a:1d step by step the manner of C7-7-Cl) prose·cuting the wor k and orde=ing materials anc equioment ' which he expects to fo l low in order to complete t!'le· proje~t in . the scheduled time. Th e re shall. also be submitted a table of e ,stimated amounts to b e e a rned by the Con tractor .during each ... monthly estimate pe=iod . The Contractor shall co mmence the work to be pe=.formed unde:- this contract within t h e time 1imit . stated in these Contract · Document-s and shall c o nduct the work in a continuous mann.er and with sufficient e q uipment, materials, and labor as is necessary to ins::re its completion within the time limit. . .. The sequence requested of all. · construction operations .· shall be at all times as specifi e d in the Special · Contract Documents.·· Any deviation f!'om sc u h sequencing shall be submitted to the Engineer for his approva l. Cont!:"actor shall not proceed with · any d.,eviation until _h e has received written approval from the Engineer~. Such speci f°ication or approval by the Eng iriee~ . shall not relieve the Co n tractor from the full responsibility .: the comD1 e ... c oe ... ~o· ,....,.,2.nce of -;..,~ Ccnt.,..act . . '. · o .-. - - -.._._ • ----.:.J,,J,. ... -\-. •• --• • The contract time ·may ·be changed only as set forth in Section C7-7.8 "E;,ctensicn cf T i me of Completion" of this Ag=eement, and a progress .sc::.edule shal.l. not constitute a change in . the cont=act time. · · :.:. C 7-7. 4 LIMITATIONS OF OPERATIONS: The wc=ki::,.g ope:::-ations shall at all tiJtes be c onducted. by the Contra.etc= so as to c=eate a minimum 2.:.cun t of inconvenience to the ·public.· At t . h . .. . . ~ ---· "!:'nai.· nee..-... C .. ... a!'ly 1.me w en, 1.n -~e . JU c gmen 1... o:: 1..ne ~. _ . --, ... ~e on ... r ac .. or has· obstructed or clos e d or is carrying on ope:::-at.ions in ·a ·p6rtI6n"of ·a st=eet or p ubli.c 'way·greater than is ·necess·ar·y for the proper exec~tion o f the work, the Engi:1eer may require t:ie Contractor to finish the section on which operations ~are in · progress befo~e . the work is commence_d on any additional section or street. C 7 - 7 ~ 5 CHARACTER O? WORKMEN AND EQU!PMEN'!': Local labor shall be used by the Con~ract o r i s available. The Contractor may bring in from outside the City of Fort Worth his key men and .. his superintendent. Al l other workmen, . including. eqµipment . operators, _may be imp o rted on1.y after the local · supply is · · exhausted. ';l'he Contractor shall employ only such suoerintendents, fore men, and workmen who a=e Cq.reful, competent, and fully qual i fied to perform the duties . or tasks assigned to them, and t h -e Engineer may demand and secure the sun:i:nary dismissal of an y person or persons employed by the Contractor in or about o r on the work who, in the opinion of t.he Owner, shall misc o nd u ct himsel°f or be found to be incomtietent, dis=espe c tf u l, intemperate,· dishonest, or C 7 -7 ( 2) - - - otherwise. objec:.ionable or neglectful in the pro:,er per forrnance of his o= their· duties, or who neglects o= refu;es to comply with or carry out the dir.ections of the o·,mer., and such · person or pe!'sons shall not be employed agair: thereon without written consent of the Engineer. ,_, 1. workmen shall have sufficient s. kill,· a-...,1·1 :~v .n. .., __ .__, experience to · prope=:y perform the work assigned .to them operate ·any equi;,ment necessa=y to properly·.car=y out performan~e o~ the assigned duties. · · and and the '!'he Contractor shall furnish and maintain on the work all such equipment as is considered to be necessa·ry. for prosec':.!tion o·f· the work in an ac::eptable rna:1ne.= and. at a satisfacto=v rate of progress. All ~q~ipment, tooJ..s, and machinery used for handling· materials and executing any part of the work shall be . subject to the a;,prov~l of the Engineer and shall be .maintained in a satisfactory, safe and efficien~ working condition~ Equipment on any port.ion of the work shall be such that no inju::-y to the work, workmen or adjacent prope:.-ty wi11 · = es ult from its use.'. c 7-7. 6 WORK SC::~!JUL!'.: Elapsed working days shall be comp1:ted starting with the f i=st . day of work completed as de: ined .1.n Cl-1. 23 "WORKING !).!..Y" or the date stipulated in the nwoR~ O?.DERn .for oegi~:ii::; ~ork, wh~che .. .rer comes fi;:-st. Nothin .a in these Cont=act Documents shall be cor:st=uec'. as :;,rohibiting t:ie Cc::~=a.c~or from working on Saturc.ay, S::ncay or "I:..egal Eolic.ays, pr=viqi.:ig tha~ the followi~g req...:i=e=en.ts a=e a. A re~uest to work on a specific Saturday, Su:iday or Legal Ecliday must be r:uade to· the Enginee!:' no later t:ian the p=oceediI?,g Thu=sd.ay. b. Any wo=k to be don·e on the project en such a specific sa·turday, Sunday or Legal Holiday :iust be, in the opinion of the 'Engineer, essential to the timely completion of the project. The Engineer .1.s ~ecision shall. be final in response to such a =equest for approval to work on a specific Satµrday, Sunday or Legal Holiday, and no extra com:;,ensation shall be allowed to the Cont::::-actor fo= any wo::::-k pe=formed on ·such a specific Saturday, Su!"lday or Le;al E:ol.ic.ay. Calendar Days shall be defined in Cl-1.24 and the Ccntractor may work as he so desires. -: -, C7-7 (3)··· .. C7-7. 7 TIME OF ·coMME:NCE M E .NT AND COMPLETION: The Contractor shall commence the wo r king operations· within the time specified in the Contra c t Documents and set forth in the Work order. Failure to do so s hal.l. be considered by the owner as a~andonment of the Cont r act by the Contractor and the owner way proceed as he sees fi t . · · · · The Con tractor shall ma i ntain a rate· of progres.? such as will insure th·at the whole wor k wi l.l be performed_ and t .he premises cleaned _up .-in accordance with the Contract Documents and within the time established in such documents and such extension of time as may b e properly authorized by the Owner •. .. . C7-7.8 EXTENSION O:' TIME COMPLETION: The Contractor's recruest for an extension of time of complet~on ·shall be considered only ~hen the request for such extension is submitted in writing to the Engineer·wi thin seven days fro~ anc. after the time alleged cause of delay sh_aii have occurred. Should an ext.ension of the time of comcletion be recruested such request will be forwarded t ... the City Council. for approval • In aq j us t:ing the con tr a ct ti. Ille for completion of work_, consideration will be given to un.forsee·able causes beyond the control of and withou t the fa.ult or negligence o: th.e Cont.ract.or, incluc.b.g but limi_ted t9 acts of the publ.ic enemy, act·s of the Owne=, fi r e, -flood, tornadoes, e;iidemic_s,. <;"..!arantine restrictions, s t rikes, freight embargoes, c= delays of sub-cont!'.'actors d'!.!e to s uch ·causes·-. When the date of cc~oi.et i on is based on a calendar day bid, a =ecuest for exterlsicn of time because of incleme~t weat!'ler wiil not be conside=ed. A recruest for extension c= time due to inability to obtain suppiies and materials will be considered only when a review of the -Contractor's purchase o=der dates and other pe r tinent data as requested by the Engineer indicates that t he Contractor has· ma·de a bonafide at.tempt to secure deliver y on schedule. This shall include efforts to obtain the su p plies . and materials from alternate sources in case the first · s ource cannot make delivery. ( . . . If satisfactory execution and complet~on of the cont.::-act should require work and materials in greater amounts or auan tit ies tha·n those set for th in the approved Con tract Documents, then the contra c t time may be increased by Change Order. C7-7. 9 DELAYS: ·The Cont r actor shall receive no comcensation =or delays or hindrances t o the work, except when df:-ect and .· u:1avoidable extra cost t o the Contractor is caused bv the =a i lu=e of the City to p r ovide information or _.materiai, if -~ ·-. ( 4_) .• C7-7 ;•_-: -, ., l • any, which is 1;.o be furnished by the City. When such extra compensation is claimed a writ ten statement thereof shall be presented by the Contractor to the Engineer a:1d if by him found correct shall be approved and referred by him to the council .for final approval o= disapproval; and the action ~hereon by the Coun_ci_l ~hall be ~ i na~ · and bindi!1g. _ If delay 1.s caused by specific orders given ·by the Engineers to stoo work, or by the performance of extra work, or by the failure of the City to p?:'ovide _material" or necessary inst:-uc~ions for c a r r y i n g _ on the work , th en s u c h de 1 a y w i 11 en ti t 1 e t h e contractor , to an equivalent extension of : time, his aoolication for which shall, however, be subject to.,. the approva.·1 of the City Council; and no such extension · of time shall release the Contractor or .the surety on his performance bond fro~ all -his obligations here!!nder which shall remairi in full ·force untii the discharge of ·t~e contract. C 7-7 .10 TIME OF COMPLETION: The time of comoletion is an esse~tia_l element of the contract •. Each bidder shall indicate i:-i the ·appropria:e place on t:ie last _ page of the ?::ooosal the nu.Jnber ·of _ working C:ays or calendar days that he wili rt::cr'..!ire to fully · co~plete thi.s cont=ac~ er the time of com?letion-will. be s ·p ,ecified by t:ie City in the Proposal section of · the ccn tract documents. The number of davs · indicated · shall oe a realistic estimate of -. . t -,...::. -:~m.::o· roc•,;ro~ .. ,;· COm.,...,lo•o .._-..,o · W0.,.1, CO'"ere;; bv -1.,~ s--ec; .:;C ••-, .... :~ --~----.,,. --· ;:' ----"-••-••• V - -_. '-••'-z' -~- " . con_t=act being hie. upon. The amount of time so stated by the successful bidc.e:-or the City will become the -time· of the Ccn~=act Documents. . , d • h t·. . ' . h , ,.· .. , .. d .?or eac:i. ca_en a:-aav t a any war,.< s a __ rema2.~ uncomp_e_e after the ti:ne s;,ecif ied · in the Cont::act Doc'!.lw.e::ts, or the inc=-e ·ased · time g:-anted by the Owner~ ·or as automatically increased. by addi:!.onal work or material°s ordered after the c o ri tract i s s i g n e c. ; the . s u ·m per. · day g iv en i IJ. the f o 11 owing schedule, unless otherwise specified in ·other parts of the Contract Documents; wil..l be deducted from monies due the C6rit=act.ar, not as a penalty, but as liquidated damages suffered by the Owner . . - ;._1-!0UNT OF CONT~AC'!' .. -Less than $ 5,000 inclusive $ 35.00 s -··s-,·001 to $ is,ooo · .inclusive $ 45.00 s _15,001 to $ 25,000 inclusive $ 63.00 $ 25,001 to $ 50,000 i ·nclusive $ 105.00 s 50;001 to $ l00,000 inclusive $ 154.00 $ . _1~9 ~ ~-~l to $ 500,000 inclusive $ 210.00 --: -·, ... C7-7 CS) $ 500,001 to S 1 , 0 O O , 0 O 1 to S 2,000,001 and ove:: $1,000,000 s2,ooo,ooo inclusive$ 315.00 inclusive s ~· 420.00 s · 630.00 Th~· parties hereto und e r s tand-and agree that any harm to the city caused by the Contractor's dela·y in completin=. the wo=k hereunder in the time s p ecified by the Contract-Documents would be incapable or ve r y difficult. of accurate estimation, and that· the "Amount . o f Liquidated Damages Per .Day", as set out above_, is a reasonab l e forecast of just compensation due the City f o·r .harm caused by any delay.. · Ci-7 .11 SUSPENSION BY COURT ORDER: The Contractor ·shail susoend ooerations on su c h part or parts of the wo=lc ordered by -any court{ and will no ·t be entitled to atditional compensation by vir:ue of s u ch court · order. Nei the= will he be liable to the City i n the event the work is susoended bv a C o u rt Order • Neither w i 11 t h e _ 0 w n ·er · be 1 i ab l. e t o . th e Con tractor . by virtue of any court Order or action for which the owner _is . not solely r e sponsible • ... , C 7-7. 12 TEMPORARY SiJS?E NSION: The Owner shall hat;e :.ne right to suspend the wc=k operat i on wholly or in pa=t =o= such oe=iod or oeriods of t i me as he may c.eem necessa::-., due·. t o unsuitable· ~eather con d itions . or any other un={vorab.le concii tions which in the ooin ·ion of the Owner or Enci::eer cause fu . .rther pro.secution of. t he .·wo=k · ·to be unsatis-fa=tory··o ·r de "=.r imen tal· to the inter e st of t.he project. During te!llporary suspension of wo!'k covered by this contract, for an~· reason, the Owne= will make no e xt=a oavment fo:.c:: stand-:::·.; time of c~ns truction ecuioment and/or con-struction crews. -. . .-~ ' If it sh.ould become n e cessary to suspend wo=lc for · an indefinite pe.riod, the Con t racto= shall .store all mate=ials in such manner that they wi l l .not obst!."uct or impec.e t:le public unnecessarily nor become damaged . in any way, and ·he shall tak_e every precaution to prev e nt damage or deterioration of the. work performed; he shall prov i de suitable drainage abo_ut ·the work, and erect temporary-s t ructures where necessary. · should the Cont=ac:or not b e able to complete .a port"ion of the project due to causes beyo n d the control of and wi t:i.out the fault or negl·igence of the Contractor as set forth in Paragraph C7-7. 8 EXTENSIO N OF THE TIME OF COMPLETION, and should it be · determined ~y mutual consent of the Contractor and the Engineer that a s o lution to allow construction to o roceed is not available w ith in a reasonable pe=iod of time, then the Contractor may be r eimbu:=sed for the cost of moving h i s e q u i pm en t . a ff ·the j ob an c. returning the n e c es s a r y equipment t .o the job when it is det:e!'.'mined by .the ::::1gineer C 7 -7 (6) ~ . :-· . .-_ .... .. that cons tructio.n ::.ay be resumed. Such reimburse.:r.ent shall be based on actual cost to the Cont~actor 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 Wcr-th. The Contractor shall not suspend work without written notice from the -Engineer a::d shall proceed with the wo::-k ooe::-ations promptly when notified by. the Engineer to ·s·o resume ope.!:"ations. . C 7-7 .13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY·: Whenever, because of National Emergency, ~o declared by the President of the United States ·or other lawful au~horitv, it becomes imoossible for the Cont=actor to obtain all of the necessary iabor, materials; and equipment for the prosecution of the work with reason-able continuity for a oeriod of two months, . the Contrac~or shall within seven days· n-otify the City • 't • • • -.. '1 d· .. .. t · f t· h F-• h' h in w=i i.ng, giving a ae ... ai e s ... a,_emen o ,e e-=~=--s w. i.c. have-bee·n made and _ listlng all necessary items of labor, mate=ials, and eguipment not obtainabl,e. !f, after investigations, the Owner finds that such conditions existing and that the inabi:_ity of the Contractor to proceed is not at tr ibu table in whole or in cart to the fault or neclect of the Contract, then i= the Owner cannot after reasona:::)le~ effort assist the Contractor _in ·procuring and making a,;aila:,le the necessary labor, materials and equipment with in t:ii=ty days, the Con tractor may :-equest the Ow:-ier to terminate the _contract and the Owner may .cc~ply with the =equest, a~d the termination sh all be conditic:1ed and based upon a final se:.tiement mu'tually acceptable to both the Owner· and the Cont:-actor and final payment shall be made in accordance with t:ie teruis of the agreed settlemen~, which shall include, but not be limited to, the payment for all work executed but no a::ticipated profits on work which has not been performed. C7-7 .14 SUSPENSION C:t A3AND0NM:S'NT O? THE WORK AND Ai.\~wLl-f~NT OF C o ·N TRACT : The w or le op e r a t i o n s o n a 11 or any port i on or section of the work under Contract shall be suspended immediately on written order of the Engineer or the ·contract may be declared cancelled by the City Council for any good and sufficient cause.· T:ie following, by way of example, but not of limitation, may be considered grounds for suspension or cancellation: a. F a i 1 u r e o f· t h e C o n t r a c t o r t o c om rn e n c e work o ·perations within the time specified in the Work Order issued by the Owner. C7-7 (7) ,' -' . b. Substantial e vidence that progress of the work ope r a t i o:: s b y C on t r a c t o r i s i n s u f f i c i e n t t 0 · complete t:1e wo rk within the specified time. c. Failure of th e Contractor to provide and maintain sufficient labo r and equipment to properly execute the working op e ra t ions. d. e. f. ·g. . h. i. j. k. S u b s tan t i a 1 e vi den c_ e that th e Contra c tor has a9andoned the work. Substantial evidence · that the. Contractor has become insolvent or bankrupt, ·or otherwise financially unable to carry on the work satisfactorily. . . . Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders give.n by the ·Enginee= or Owner provided for in ·these · Contract Documents. , Failure o=. the Contractor promptly to make good any defect in mater i als or workmanship, or any defects of any nature the correction of which has been directed iz:. wri t ing by the Engineer or the Owner._: -. Substantial. ev i dence . of collusion for the pur?ose of illegally procur in-g a contract or perpet=ating- fraud on t:ie Ci ty in ~he construction of work under contract. A substantial i ndication ·that the Contractor has mac;le an unauthorized assignment ·of the contract or any funds due . theref ram for the benefit of any creditor c:-for any other purpose. If the Contractor shal.l. for any cause whatsoever not carry en the working operation in an acceptable manner. If the Con~ractor commences legal action · against _. . , . the Owner. A copy of the susper.sion order or action of the City Council shall be served on the Con tractor's Sureties. When work· is suspended for any cause or causes, or when the cont:-act is cancelled, the Contractor s h al.l discontinue the work or such part thereof as the Own e r shall. designate, whereupon the Sureties. may, at thei= op t ion, assume the contract or that portion thereof whic:1 the Owner has ordered the Contractor to . discontinue, and may perform the same or·may, with . the w=itt-=n · c7-7 ca> ... • consent of the Ow::er, sublet the work or that po::tion of the work as taken over, provided however, that the .Sureties shall exercise their opt.ion, if at all, within two wee k s after the written notice to discontinue the work has been served upon the Contractor a:1d upon the Sureties or their authorized agents. The Sureties, in such event shall assume the ·contractor's place in all respects,. and shall be paid by the owner for all work performed by them in accordance with the terms of. the Cont::act Documents. All monies remaining due the Con tractor at the time of this default shall thereuoon become due and payable to the Sureties as the work progresses, subject to all of t:ie terms of the Contract Documents. In case the Sureties do not, with.in the hereinabove specifi~d time, exercise thei= right and option to assume the contract responsibilitie~, or that portion thereof which the Owner has ordered by the Cont::actor to discontinue, then the Owner shall have the power to complete, by contract or otherwise, as it may determine, the work herein described or such part thereof as it may deem necessary, and · the Contractor hereto aarees that the Owner shall have the right to take possession of and use any materials, .plants, tools, equipment, supplies, and property · of any kind provided by the Contractor for the purpose of· carrying on the · work and to procure other tools, ecuiornent, materials, labor and oro:>erty for the co::noletion of the -work, and to charge to the ac·coun t of the Contractor of said contract expe::.se for labor, materials, ~cols, equipment, and all expenses i::cidental the::-eto. The expense so charged shall be deducted bv the Owner from such monies as :nav be due o = may become due -at any ti.me thereafter to the Co·~tractor ur:~er and by virt:..1e of the Contract or any part the:-eof. The ow:ier shall not be =eauired to obtain the · :owest 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 exper.ses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contractor, then the Contractor and his Sureties shall pay the amount of such · excess to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or o_therwise u:ider 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 manne.:-as to not hinder or interfere with performance of the work by the Owner. C7-7.15 FULFILLM~NT OF CONTRACT: The Contract will be considered as having been fulfilled, save as provided in any bond or bonds or by law, when all the work and all sections or :::,a!:'~s of the project covered by the Contract Documents have C7-7 (9) been finished and comp l et~d, the final inspection made by the Engineer, and the final a cceptance and final payment made . by the Owner •. C7-7 .16 TERMINATION FOR C ONVENIENCE OF THE OWNER: A. NOTICE OF TERMINATION: The performance of the work under this contract may be terminated ·by the Owner i~ whole, o r from time to time in _part, in accordance with th is section, whenever the Owner shall determine that such termination is in the best interest of the · awrier. Any such termination s h a 11 b e e f f e c t e d b y m a i 1 ·i n g a n o t i c e of tetmin~tion to the Contractor specifying the extent to which perf o rmance of work . under the contract is t e rm i n at e d ·, . a n d t h e d a t e up o n w h i c h s u c h termination b ecomes effective. Receiot of t h e notice shall b e deemed conclusively presumed and established wh en the 1etter is placed in the United States Mail b y t h e Owner. Further, . it shall be deemed conclu s ively presumed and established that ·such terminati o n is made with just cause as therein ·. stated; and n o proof in any claim, demand or suit -shall be .required of the Owner regarc.ing such discretionary actiofi. · ·~,. B. CONTRACTOR ACTION: After receipt of a notice of termination, and _except as otherwise di=e·cted by the Engineer; t h e Con tractor shall; 1. Stoo wor k ·under the con tract on the date and to the e x tent sp~cified in the notice of te:-:.iir:iati o n; 2. place no ·further orders or subcont!'acts-for materials , services or facilities except as may be necessary for completion of such portion o f the work under the contract as is not terminated; · 3. · terminate all orders and subcontracts to the ·extent that they relate to the perfor~ance of work te~minated by the notice of termination; transfer 'title to the Owner and deliver in the manner, at the times, and to the extent, if any, di r ected by the Engineer: C 7-7 (10) ::. ,... c. ·a. the fabricated or unfabricated· parts, work in process, completed work, supplies and other material oroduced as a part of, or acquired in connection with the performance of, the wo ·rk terminated .by the notice of terminatidn: and . . b. the completed,· or partiall•1 comoleted plans, drawings' information ... and-other property whi~h, if the cont=act had been comple~ed, would have . been required to ~e furnished to the Owner. 5. .complete performance of such part of the wo=k as shall not have been terminated by the ·notice of termination;' and 6. take such action as may be necessa:::-y, or as t:ie Engineer may direct~ for the protect.ion and preservation of the property related to its . contract which is in the possession of the Con tractor and . in which the Owner has or may acquire-the rest. At a time not later ·than 30 days after the termination date. soec'ified in the notice of termination, the· Contractor may submit to the Engineer a list, certified as to quant:.ty and guality, of any or all items of termination -invento!""y not previously disposed of, exclu~ive of i terns the disoosition of ·.rhich has been directed or authorized by the Engineer'.· Not later than 15 days therea:te?:, the Owner shall accept title to such items p:-ovided, that the list submitted shall be subject to verification by the Engineer upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, ar:~ any necessa=y adj us tmen ts to correct the list as submitted, shall be made prior to · final . settlement. TERMINATION CLAIM: With i:1 6 0 days after notice of terrni'nation, the Contractor shall submit his termination claim to the Engineer in the form and with the certif i.cation prescribed by the Engineer. ·unless one or more extensions in writing are granted by the owner upon request of the Con tractor, made in writing within such 60-day . period or authorized ext.ens ion thereof, any and all such claims shall be co!"lclusively deemed waived. C7-7 Cll) D. '· E. F. G. AMOUNTS: Subject to the provisio:is 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 t ermination of .work pursuant hereto; provided, t hat such agreed amount or amounts shall never exc e ed the total contract price as reduced by the amoun t of payments otherwise made and as further reduced by the contract price· of wo r k not terminated. The contract shall be amended accordingl y , and the Contractor shall be paid the agreed amou n t. No amount shall be due for lost or . an t i c i p at e d p r o f i t s • No th-in g in C 7 - 7 • 16 C E ) , hereafter, p rescribing the amount to be paid to the . Contractor in the event of failure of the . Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict o r otherwise determine or affect the amount or a mounts which may be . agreed u;:on to be paid to the Contractor pursuant to this pa=ag=aph. FAILURE TO A GREE: In the event of the failure of the Cont=act o r and the Owner to agree as prov i ded in C7-7 .16 CD) unon the whole amount to be oaid . ." to the Cont=actor by -reason . of the termination of work pursuant to this se_ction the Owner shall determine, on the basis of information available to it, the amount~ if a n y; due to the Contractor by reason of . the terminati o n and shall pay to the Cont=actor the amounts det e rmined. No amount· shall be due for lest or antic i pat ed profi~s. ' DEDUCTIONS: · In arriving at the amount due the contractor u n der this section, there shal 1 be deducted Ca) all unl.iquidated advance or other payments on a ccount theretofore ma4e to the Con tractor, a p plicable to the terminated portion of this con tract ; ( b) any claim which the Owner may have aaainst t he Cont=actor in connection with th i s cont:ra~t; and ( C) the agreed pr ice. for:~ .· or the proceeds of sale of, any materials, supplies or other. things kept by the Contractor . o;-sold,- pursuant to the provisions of this clause, and not otherwise recov e red by or credited to the Owner. ADJUSTM==NT: If the termination hereunder be partial, prior t o t he settlement of the terminated portion of thi s contract, the Contractor .may file w~th the Engineer a requ~st in writing for an C 7-7 Cl2) l ' ' ., = - H. equi'table adj us tme n t of the price or prices. specified in the contract relating to the continued portion of the ~ontract (the portion not terminated by the notice of termination), such eauitaole adjustment as . may be agreed upon shall b; made in such price or prices: nothing contained herein, however, shall limit the right of the Owner and the Contractor to agree upon the .amount o= amounts to be paid to the Con tractor for the completion of the continued portion of the contract when said contract does not contain an established contract price fer such continue~ portion. 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 Ci-7.14 hereof entitled nsusoension of Abandon:ie:1t of the work and Amendment -of Contract" or any ether right which Owner may have for default or breach of contract by Contractor. C 7-7 .1 7 SAFETY l'-f..ETEODS AND PRACTICES: The Contractor shall be responsible for ini-:iating, maintaining, and supe!'.'vising all safety precautions and programs in connection with the work at all times and shall assume all r~sponsibilities for their enforcement. The . Contractor stall comply with federal, state, and local laws, ordinances, a~d regulations so as to protect person arid property from inj-::=y,· includins; death, er d _amage i:i connection with the work. C7-7 (13) • = - - PART C -GENERAL CONDITIONS ca-a MEASUREMENT AND PAYMENT SECTION ca-a MEASUREMENT "AND PAYMENT C 8-8 .1 MEASUREMENT OF QUANTITIES: The determination of auantities of work performed by the Contractor and authorized by the Con tract Documents acceptably completed under the terms of the Contr~ct 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 a _ctual length, area,. solid contents, numbers, and weights of the materials and items installed. CS-8. 2 ·uNIT PRICES: . When in the Proposal a "Unit Price" is set forth~ the said "Unit Price" _shall include ·the furnishing by: the'" Con tractor of · all labor, tools, materials, machinery, equipm~nt, ap~lianc~s and appurtenances necessary for the const·ruction of and ·the completion in a manner acceotable to the Engineer of all work to. be done under these Contract Docume·n ts. The "Unit Price" shall include all permanent and temporary protection of ove!:'head, surface, and underground st::-uctures, cleanup, finished, overhead expense, bond, insu=an::a, patent fees,·-royalties, risk due to the elements and other causes, delays, profits, injµries, damages claims, taxes, ·and all othe.r items not specifically mentioned that may be re~uired t:> fully construct each item of the work -complete in place and in a satisfactory condition for operation. ~ CS-8.3 LUMP SUM: When in the Proposal a "Lump Su.n" is set for~h, the said "Lump Sum" shall. represent the total cost fo~ the Contractor to furni"sh aJ.1 l.abor, tools, materials, machinery,· equipment,. appurtenances, and all subs idary work necessary for the construction and completion of all the work to provide a complete and functional item as · detailed in the Special Contract Documents and/or Plans. · c 8 -8. 4 SCOPE ·oF PAYMENT: The Con tractor shall receive and accept the compensation, as here in provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work .contemplated and embraced under these con tract 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 ca-a CJ.) ·i .. before its f ina·l acc e ptance by the Owner, (except as provided in paragraph CS-5.14) fo r ·all risks of whatever description connected with the prosecution of the work, for all exoense · incurred by or in cons e quence of suspension or discontinuance of such prosecution of the working operations as herein ·· specified, or any a nd all infringements of patents, trademarks, copyrights , or other legal _reservations, and for . cornpleteing the work in ~n acceptable manner according to th~ terms ~f ·the Contract Do cuments. The payment · o _f any cur rent or partial estimate prior to final acceptance of the work b y t he Owner shall in no way constitute .· an acknowledgment of t h e acceptance of the work, materials, or , i= .. equipment, ·nor in any wa y prejudice or af f e-ct the . obligations :·_=. : of the Con~ractor to r e pair, correct, renew, or replace at h _is own and proper expense a n y defects o·r imperfections ln fhe construction or in the strength or quality of the material used or .equipment or ma chinery furnished in or about the construction of the work under contract and its appu=tenances, or any damage due or attributed to such defects, ·which defects, :imperfection, o r damage shall have been discovered on or before the final · in s pection and acceptance of work or during the one year gu a ranty per.iod after final acceptanc~. 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 orovi-d.ed ' . . - herein. -'· . C8-8. 5 PARTIAL ESTIMATES AND RETAINAGE: Between the 1st and 5th day . of each _ month· t h e Contractor shall submit to the 3ng ineer a statement sh o wing an estimate of the value-of the work done dµring the prev i ous month, or estimate period under the Contract Documents. Not later 'than the 10th day of the month the Engineer shall verify such estimate, ·and if it is found to be acceptable a nd the value of work performed since the last partial payment was · made ~xceeds one hundred dollars ($100.00) in amount, 90% of such estimated sum will be oaid to the Contrai:tor if the t o ta l con tract · amount is less than $400,000, or 95% of suc h estimated sum will be paid to the Contractor if the total contract amount is $400,000 or greater within twenty-five C 25 > days after the· regular estimate period~ · The City will _ ~ave the option of preparing estimates on· forms furnished by the City. The partial estimate may . include acceptable nonperishable ma terials delive;ed to the work which are to be incorporate·d into the work as a permanent part thereof, but which at the ·the time of the estimate have not beer:i . installed. ( such pa y ment will be allowed on a basis o f 85% of the net invoice va l ue thereof.) The Contractor · shal l furnish the Engineer such information as he may request to aid CB -:-8 C 2) - - - - him as a guide in the verification or the prepa=ation of partial estimates·. It is understood that 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 foll_owing the discovery of an error in any previous · estimate, and such estimate shall not, in _any respect, be taken as an admission of the Owner of the amount of work done or of its quality of sufficiency, or as an acceptance .o= the work done or ·the release of the Contractor of any of his res pons ibili ties under the Con tract Documents. ··The City reserves the right to withhold th·e payme!'lt of. any . monthly estimate if the contractor fails to perform the work s tr ic tly in accordance with the spec~fications or provisions of this ' contract. CB-8.6 WITHHOLDING PAYMENT: . Payment on any estimate or estimates ·may be held in abeyance if the perfo=mance of the construction operations is not in accordance with the requi=·emen·ts of the Contract Docurne!'lts. C8-8.7 FINAL ACC::?TANCE: Whenever the imorovements orovided for by the Contract Documents shall have been corn:;ile-ted. and all r:equirements of. the Contract _Documents shall have .been fulfilled on the ca=t of the Contractor, the Cont=actor shall notify the Enginee= in writing . that the improvements are ready for th'e final ins:iection. The Engineer shall notify the aoc:>rooiiate officials of the Owner, will within a ·=easonable . ti. ffi e -make S UC h . f in a l i n S O e C t i O n , and i f the WO r k i S satisfactory,. in an acceptable condition, and has been comoleted in accordance with the terms of the Contract Documents and all anoroved modifications thereof, the Engineer will initiate the-processing of the · final estimate a _nd recommend final acceptance· of the project and final payment therefor as outlined in cs-a. 8 below. C 3 .-8. 8 FINAL PAYMENT: Whenever all the improvements provided for by the Contract Documents and all approved -rnodif ications thereof shall have been comcleted and all requirements of the Contract Documents have bee-n fulfilled on the pait of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon .as the necessary measurements, computations, and checks can be made. All prior estimates upon which payment has bee:1 made are s;.:.bject to necessa=y corrections OI:'. revisions in the final payment. ca-a c 3) The amount of the fi n al estimate, less previous payments and any sum that have b e en ·deducted or retained under the provisions of the C o ntract Documents, will be paid to the Contractor within 60 d a ys after final acceptance by the Owner on a proper resolut i on of the City Council, provided t ·he Contractor has furnish e d to the Owner satisfactory evidence of payment as follows: Prior to submission. of the final estimate for paym~nt, the Contractor shall execute an affidavit, .as furnish~d by the City, certifying that all persons, firms, associations, corporations, or other organizations· furnishing labor and/dr . materials have been paid in full, that the wage scale established by t he City Coun~il in the City of Fort .. Worth has been paid, a nd that there·· are no claims pending · f6r:_··. personal injury and/or property damages. · · The acceptance ·by the Contractor of the last or final payment is aforesaid shall ooer a te as and shall release the Owner from all claims or liabiiit i es 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 r .elie.ve the Contractor of any guarantees or other requirements of_the Con tract Documents which specif ical . .ly continue thereafter;· · .. . ·--.· ca:.a.9 ADEQUACY OF DES I GN: It is understood that the·owner believes it has employed competent Engineers and designers to pre·pare the Contract Documents and· all modifications of ·th~ approved C~ntra~t Docume nts. It is, ther~fore, agreed that the Owner shall be res p onsib1e for the adequacy of :its own design features, suffic i ency of the Contract Documents, the s ·afet.y of the structure, and the practicability of the operations of the comple t ed project, pi;ovided the Contractor has complied with· the reguireme:?nts of the said Contract Documents, all approved mod if ica tions thereof, and additions and alterations thereto approved in writing by the Owner. The burden of proof of -such comp1iance shall be upon the Contractor to show ~hat he has complied with the said requirements of the Contract Documents, approved modifications .. thereof, and all approved additions and alte~ations thereto. ca-a .10 GENERAL GUARANT Y : Neither the final certificate of payment nor any prov~s i on in the Contract Documents nor partial or entire occu p ancy or use of the premises by the Owner shall constitute a n acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability i n respect to any · express warranties or responsibility for f a ulty materials or workmanship. The Contractor shall remedy a n y defects or. damages in the work and ca-a <4> - - - - - - - - -· pay for any damage to other work resulting therefrom which shall appear withi:1 a period of one year f ram the date of final acceptance of the work unless a longer pe:-iod is specified andshall f:irnish a good and sufficient maintenance bond in the amount: of_ 100 percent of the amount of the contract which shall assure the per:formance of the general guaranty as above outline. The Owner will give notice of observed defects wit~ reasonable promptness. · C8-8 .11 SUBSIDIARY WORK: Any and all work s~ecifically governed by :documentary requirements for the project, such as conditions imposed by the Plans; the General Contract Documents or these Special Con tract Documents, in which n·o specific item for bid has been provided for in _ the Proposal,· shall be considered as a subsidiary item of work, the cost of which shall be included in the price ·bid in the P:-cposal, for each b.id item. Su=face restoration, rock excavation and cleanup are gene::-al items of wo=k which fall in tie category of subsidiary work. cs-a .12 MISCELL:..NEO'O'S PLACEMENT OF MATERIAL: M~te=.:.al may be allocated under va::-icus bid items in the Proposal to establish· unit pr ices for mis=ellane.ous pl.acemen t of mate::-ial. The_se materials shall be -:.:.sed only when directed by t:1.e Engineer, depending on fielc. conditions. -Payment for miscellaneous olacement of mate=ial will _be made for only that ar:iount of :n a t .:e r i a l us e d , meas u. r e d to . t h e n ea re s t one -t e :i th u n i t . Payment for miscella:ieous place:ne.:1t of material shall be in acco·rdance with the General Con t=act Documents ::-efardless of the actual amount use1 .for the project. C8-8.l3 RECORD DOCD!-!ENTS: Cont=act-or shall keeo 0:1 record a copy of all speci£i::::ations, plans, addenda, modifications, shop drawings and samples at the sit:.e, in good order and annotated to show all changes made during the construction process. These shall be delivered to Engineer upon completion of the work. ca-a cs> - - - - PART C1 SUPPLEMENTARY CONDITIONS TO PART C - - - - - - ..... - - - A . B. C. D. SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. C8-8.5 PARTIAL ESTIMATES AND RETAIN AGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent (10%). For contracts of $400,000 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be · subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in . strict accordance with the specifications or other provisions of this contract. Part C -General Conditions: Paragraph C3-3.l 1 of the General Conditions is deleted and replaced with D-3 of Part D -Special Conditions. C3-3.l l INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised 10/24/02 Pg. 1 - - - - - - - - - - - E. F. G. 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 agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss , property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees , whether or not any such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner 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 iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its offlcers, servants or employees. In the event Owner receives a written ciaim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. INCREASED OR DECREASED QUANTITIES: Part C-General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 {l), 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 . · C3-3.l 1 INSURANCE: Page C3-3 (7): Add subparagraph "h. ADDITIONAL Revised 10/24/02 Pg.2 - - - - - - - - - - - -- - INSURANCE REQUIREMENTS" a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be · delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c . Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City 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. l. Contractor's liability shall not be limited· to the specified amounts of insurance required herein. Revised 10/24/02 Pg. 3 - - - - - - - - - - - ...... - - -. H. L m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph CS-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance 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 completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or 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. C8-8.10 GENERAL GUARANTY: Delete C8-8 .10 , General Guaranty at page C8-8(4) is deleted in its entirety and replaced with the followmg : 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 which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. Revised 10/24/02 Pg.4 - - - - - - J. Any reference to any shorter period of tiine of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications , it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2 . 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 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 en velope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, P.O. Box 17027, Fort Worth, Texas 76102. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration 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. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenti_cated confirmation of such telegraphic communication over the signature of the b idder 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: 1. Page C3-3(3); the paragraph after paragraph C3 -3.7d Other Bonds should be revised to read: In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of Revised 10/24/02 Pg.5 - - -- - - - - - - - ',. L. authority from the United States secret~ry of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City , in its sole discretion, will determine the adequacy of the proof required herein. 2. Pg. C3-3(5) Paragraph C3-3. l l INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3 . l l INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING". RIGHT TO AUDIT: Part C-General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following : C8-8 .14 RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions ofthis 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, invol v ing 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: 1. 50 copies and under -IO cents per page 2, More than 50 copies -85 cents for the first page plus fifteen cents for each page thereafter Revised 10/24/02 Pg. 6 - - -· - - - - - - - - ·- - M. SITE PREPARATION: The Contractor shall clear rights-of-way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project construction operations . The contractor's attention is directed to paragraph C6-6. l O work within easements, page C6-6(4), part C -General Conditions of the Water Department General Contract Document and General Specifications . Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe. N. Reference Part C -General Conditions, Section C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: 0. P. 1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the word flagmen. 2. In the first paragraph, lines five (5) and six (6), change the phrase take all such other precautionary measures to take all reasonable necessary measures. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts ( other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such 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. 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 Revised Pg. 7 I 0/24 /02 - - - - - - - Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Section C-1, L. Right to Audit (Rev. 9/30/02) pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. ( d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Revised 10/24/02 Pg. 8 PARTD SPECIAL CONDITIONS D-1 D-2 D-3 D-4 D-5 D-6 D-7 D-8 D-9 D-10 D-11 D-12 D-13 D-14 D-15 D-16 D-17 D-18 D-19 D-20 D-21 D-22 D-23 D-24 D-25 D-26 D-27 D-28 D-29 D-30 D-31 D-32 D-33 D-34 D-35 D-36 D-37 D-38 D-39 D-40 D-41 D-42 D-43 D-44 D-45 D-46 D-47 D-48 D-49 D-50 D-51 11129/04 PART D -SPECIAL CONDITIONS GENERAL ............................................ · .......................................................................... 3 COORDINATION MEETING ...................... : .................................................................. .4 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ................. 5 COORDINATION WITH FORT WORTH WATER DEPARTMENT ................................. 7 CROSSING OF EXISTING UTILITIES.: ......................................................................... ? EXISTING UTILITIES AND IMPROVEMENTS ............................................................... 7 CONSTRUCTION TRAFFIC OVER PIPELINES ................................................. : .......... 8 TRAFFIC CONTROL ....................................................... .' ............................................. 9 DETOURS ........................................... : ......................................................................... 9 EXAMINATION OF SITE ................................................................................................ 9 ZONING COMPLIANCE ............................................................................................... 10 WATER FOR CONSTRUCTION .................................................................................. 10 WASTE MATERIAL ............................. ; ....................................................................... 10 PROJECT CLEANUP AND FINAL ACCEPTANCE ...................................................... 10 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK ................................. 10 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ............................ 10 BID QUANTITIES ......................................................................................................... 11 CUTTING OF CONCRETE · .......................................................................................... 11 PROJECT DESIGNATION SIGN ................................................................................. 11 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ...................................... 12 MISCELLANEOUS PLACEMENT OF MATERIAL.. ...................................................... 12 CRUSHED LIMESTONE BACKFILL .... : ....................................................................... 12 2:27 CONCRETE ................................... : ..................................................................... 12 TRENCH EXCAVATION, BACKFILL, AND COMPACTION ......................................... 12 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS ............ 14 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ................ 15 SANITARY SEWER MANHOLES ........ : ....................................................................... 16 SANITARY SEWER SERVICES .................................................................................. 18 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES ................ 20 DETECTABLE WARNING TAPES ............. ; ................................................................. 22 PIPE CLEANING ........................................ : ................................................................. 22 DISPOSAL OF SPOIUFILL MATERIAL. ...................................................................... 22 MECHANICS AND MATERIALMEN'S LIEN ................................................................. 23 SUBSTITUTIONS ........................................................................................................ 23 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............. 23 VACUUM TESTING OF SANITARY SEWER MANHOLES .......................................... 26 BYPASS PUMPING ............................. : ....................................................................... 27 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER. .......... 27 SAMPLES AND QUALITY CONTROL TESTING ......................................................... 29 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................................................ 30 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ......................... 31 PROTECTION OF TREES, PLANTS AND SOIL. ......................................................... 31 SITE RESTORATION .................................................................... ~ ............................. 32 CITY OF FORT WORTH STANDARD PRODUCT LIST ...... ·: ....................................... 32 TOPSOIL, SODDING, SEEDING & HYDROMULCHING ............................................. 32 CONFINED SPACE ENTRY PROGRAM ..................................................................... 37 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ............................ 37 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ...................... 38 CONCRETE ENCASEMENT OF SEWER PIPE ........................................................... 38 CLAY DAM ............................................. ; ..................................................................... 38 EXPLORATORY EXCAVATION (D-HOLE) ..... '. ............... '. ............................................ 38 SC-1 . PART D -SPECIAL CONDITIONS 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-lns .......................................................................................................................... 40 52.5 Connection of Existing Mains ....................................................................................... 40 52.6 Valve Cut-Ins .............. : ......................... · ....................................................................... 40 52. 7 Water Services ............................................................................................................. 41 52.8 2-lnch Temporary Service Line ............... : ................................................................... .43 52.9 Purging and Sterilization of Wa te r Lines ...................................................................... .44 52.10 · Work Near Pressure Plane Bou ndaries ........................................................................ 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 .......................................................................................................... 45 D-57 TREE REMOVAL ......... : ............... : ............................................................................... 46 D-58 TEST HOLES .............................................. · .................................................................. 46 D-59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND . NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION ........................................ : ................................................................ 47 TRAFFIC BUTTONS ............................. : ....................................................................... 48 SANITARY SEWER SERVICE CLEANOUTS ............................................................. .48 TEMPORARY PAVEMENT REPAIR ....... ; .............................. : .................................... .48 CONSTRUCTION STAKES ......................................................................................... 48 EASEMENTS AND PERMITS ...................................................................................... 49 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ................................................ 49 WAGE RATES ............................................................................................................ 50 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ..................................... 51 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) ....................................... : .................................................................... 52 COORDINATION WITH THE C ITY'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 11/29/04 SC-2 PART D -SPECIAL CONDITIONS This Part D -Special Conditions is complimentary to Part C -General Conditions and Part C1 - Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is additive to any provision in Part C -General Conditions and part C1 -Supplementary Conditions to Part C of the Contract are to be read together. Any conflict between Part C -General Conditions and Part C1 -Supplementary Conditions of the Contract and this Part D, Part D shall control. FOR: 2004 CIP CONTRACT #17 PAVMENT RECONSTRUCTION AND WATER AND SANITARY SEWER MAIN REPLACEMENT UNIT IA: Water Project No. P253-541200 604170016183 UNIT IB: Sanitary Sewer ProjectNo. P258-541200 704170016183 UNIT II: T/PW Project No. C200-541200 204400016183 D.O.E. No. 4879 D-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2. Contract Documents 3. Special Conditions The following Special Conditions shall be applicable to this project under the provisions stated above. The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes. Subject to modifications as herein contained,· the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions, are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents and the rules, regulations, requirements, instructions, .drawings or details referred to by manufacturers name, or identification include therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications, which general specifications shall govern performance of all such work. This contract and project, where applicable, may also be governed by the two following published specifications, except as modified by these Special Provisions: 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 11/29/04 SC-3 PART D ... SPECIAL CONDITIONS 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents. A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applica ble to each pay item are indicated by the call-out for the pay item by the designer. If not shown, t hen applicable published specifications in either of these documents may be followed at the disc retion 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. Fail u re 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· proposa l 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 des cription of the project as designated in the "Notice to Bidders". The envelope shall be ad d ressed . to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102. B. WITHDRAWING PROPOSALS: Pro posa ls 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 p roposals. After all proposals not requested for non- consideration are opened and publi cl y read aloud, the proposals for which non-consideration requests have been properly filed ma y, 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 ti me p rior to the time set for opening proposals, provided such telegraphic communication is rece ived 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 p ro posal 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 me eting s at the job site may be required to maintain the project on the desired schedule. The con tractor shall be present at all meetings. 11/29/04 SC-4 PART D -SPECIAL CONDITIONS D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW · A. Definitions: 1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84 ), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the contractor has ·undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or 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 govemmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 1. A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 2. No later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 11/29/04 SC-5 PART D -SPECIAL CONDITIONS G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known,, of any 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 Co mpensation Commission, informing all persons provid ing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of co verage. I. The contractor shall contractually requi re each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4 . Obtain from each other person w ith whom it contracts, and provide to the Contractor: a.) A certificate of coverage, prio r to the other person beginning work on the project; and b.) A new certificate of coverag e showing extension of coverage, prior to the end of the coverage period, if the cove rage 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 writi ng 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 certi fi cates 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 se rvices on the project will be covered by worker's compensation coverage for the d uration 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 th e appropriate insurance carrier or, in the case of a self- 11129104 SC-6 PART D -SPECIAL CONDITIONS insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity . J. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered , and stating how a person may verify current coverage and report failure to provide coverage . 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 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 11/29/04 SC-7 PART D .. SPECIAL CONDITIONS to show them in their exact location . It is mutually agreed that such failure shall not be considered sufficient basis for claims fo r additional compensation for extra work or for increasing the pay quantities in any manner whats oeve r. The Contractor shall be responsible fo r 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 app ro ved or authorized by the applicable utility company) for the support, protection and/or tempora ry relocation of all utility poles, gas lines, telephone cables, utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and structures both above and be low 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 construction. The Con t ractor is · liable for all damages done to such exis ting facilities as a result of his operations a nd 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 fo ot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED. Where existing utilities or servi9e lines are cut, broken or damaged the Contractor shall replace or repair the utilities or service lines with th~ same type of original material and construction, or better, unless otherwise shown or no te d 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 a lignment. 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 th e p lans are for information only and are not guaranteed by the City of the Engineer to be accu ra te as to extent, location, and depth; they are shown on the plans as the best information availa b le at the time of design, from the owners of the utilities involved and from evidences found on th e ground. D-7 CONSTRUCTION TRAFFIC OVE R PIPELINES It is apparent that certain construction ve hicles 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 rep a ired 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 p rov ide additional protection of the pipes so that more frequent crossings of the pipes are a llowed. It still is, however, the responsibility of t he Contractor to repair any damage to the existi ng or proposed lines, if the damage results from any phase of his construction operation . 11/29/04 SC-8 PART D -SPECIAL CONDITIONS D-8 TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways ," codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos . 27, 29, 30 and 31. A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer at (817) 871-8770, at the pre-construction conference. Although work will not begin until the traffic control plan has been reviewed. the Contractor's time will begin in accordance with the time frame established in the Notice to the Contractor. The Contractor will not remove any regulatory sign, instructional sign , street name sign or other sign , which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 871-7738) to remove the sign . In the case of regulatory signs, the Contractor, must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent Sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. · Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." The cost of the traffic 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 ofvehicular 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. 11/29/04 SC-9 PART D .. SPECIAL CONDITIONS D-11 ZONING COMPLIANCE During the construction of this project, t he Contractor shall comply with present zon ing requirements of the City of Fort Worth in the use of vacant property for .storage purposes . D-12 WATER FOR CONSTRUCTION The Contractor at his own expense will f urnish water for construction . D-13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by th e 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 prop erty . · D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keep ing the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work .progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include, but not be limited to: · • Sweeping the street clean of dirt or debris • Storing excess material in appropri ate and organized manner • Keeping trash of any kind off of resid ents ' property If the Engineer does not feel that the j obsite has l)een kept in an orderly condition, on the next estimate payment (and all subsequent paym ents until completed) of the appropriate bid item(s) will be reduced by 25 %. Final cleanup work shall be done for this proj ect 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 th e satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the wo rk before acceptance by the City of Fort Worth or its representative. This cleanup shall inclu de removal of all objectionable rocks, pieces of asphalt or concrete and other construction materia ls, and in general preparing the site of the work in an orderly manner and appearance . The C ity 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 sh all 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 ti me being allowed for cleanup. The Contractor shall not commence with water and/or sanitary sewer installation until such time that the survey cut-sheets have been received from the City inspector. D-16 SAFETY RESTRICTIONS-WO RK NEAR HIGH VOLTAGE LINES The following procedures will be followe d reg a rding the subject item on this contract: 11/29/04 SC-10 PART D -SPECIAL CONDITIONS 1. A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING -UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." 2. Equipment that may be operated within ten feet of high voltage lines shall have insulating cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hook connections. 3. When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (ONCORE) who will erect temporary mechanical barriers, de- energize the lines, or raise or lower the lilies .. 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 1 '-0" by 2'-0" in size. The information box shall have the following information: For Questions on this Project Call: 11/29/04 (817) 871-8306 M-F 7:30 am to 4:30 p.m. or (817)871-8300 Nights and Weekends SC-11 PART D -SPECIAL CONDITIONS Any and all cost for the required materi al s, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a s ubsidiary 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 a re required to be placed under existing sidewalks and/or driveways, such sidewalks and/or drivew ays 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 wi t h City of Fort Worth Transportation/Public Works Department Standard Specifications for Cons t ruction, Item 504. At locations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced to m~tch type a nd 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, fo rming materials and all other associated appurtenances required, shall be included in the squa re 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 materia l 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 amo unt used for the project. D-22 CRUSHED LIMESTONE BACKF ILL 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 Dra in Construction Division 2 Item 208.2 -Materials and Division 2 Item 208 .3 -Materials Sou rces . Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Bac kfill, 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 Specifica tions, and General Contract Documents. D-23 2:27 CONCRETE Transportation and Public Works Depa rt ment typical sections for Pavement and Trench Repair for Utility Cuts Figures 1 through 5 refer to us irig 2:27 Concrete as base repair. Since this call-out includes the word "concrete", the consistent interpretation of the Transportation and Public Wo rks Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete. D-24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under pa rking lots , driveways, gravel surfaced roads, within easements, and within existing or future R.0 .W . shall be in accordance with Sections E1-2 11/29/04 SC-12 PART D -SPECIAL CONDITIONS Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein. 1. TRENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom. The expense of such remedial measures shall be entirely the Contractor's own. All trenchirig 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 wlth the Trench Safety Systems Special Condition of this document. 2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P.I . of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas, with a map showing the location and depth of the various test holes. If excavated material is obviously granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type "C" or "D" Backfill, and E2-2 .11 Trench Backfill for additional requirements. When Type "C" back-fill material is not suitable, at the direction of the Engineer, Type "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% passing the #200 sieve • P.I. = 10 or less Additionally, the crushed limestone embedment gradation specified in Section E 1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following : Sieve Size 1" 1/2" 3/8" #4 #8 % Retained 0-10 40-75 55-90 90-100 95-100 All other provisions of this section shall remain the same. 3. TRENCH COMPACTION: All trench backfill shall be placed in lifts per E2-2 :9 Backfill. Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90% Standard Proctor Density (A.S.T.M. D698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a 11/29/04 SC-13 PART D -SPEClAL CONDITIONS combination of methods subject to approval by the Engineer. Backfill material to be compacted as described above must be within +-4% of it s 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 li fts ap propriate to the material being used and the operation can be performed without dam age to the installed pipe. The City, at its own expense, will perform tre nch 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 ba c kfill 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 tre nch safety. system for tests conducted by the City. 4. MEASUREMENT AND PAYMENT : A ll ma terial, with the exception of Type "B" backfill, and labor costs of excavation and backfill wjll be included in the price bid per linear foot of water an d sewer pipe . Type "B" backfill shall be pa id for at a pre-bid un it price of $15.00 per cubic yard. D-25 TRENCH PAVEMENT (PERMAN E NT) 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 de.tailed 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 w ith 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 sh a ll be filled with required materials as shown on paving details, compacted and level with the fi nished · street surface. This finished grade shall be maintained in a serviceable condition until the . paving has been replaced . All resident ial driveways shall be accessible at night and over weekends. It has been determined by the Transpo rtation 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 e,xisting pa vement is two (2) feet or less in width. Therefore, at the locations in the project w here the trench wall is three (3) feet or less from the lip of the existing gutter, the Contractor sh a ll 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 repavin g. If paving conditions are not suitable for repaving, in the opinion of the Owner, the repaving sh a ll be done at the earliest possible date. A permit must be obtained from the Depa rtment of Engineering Construction Services Section by the Contractor in conformance with Ordina nce No. :3449 and/or Ordinance No. 792 to make utility 11/29/04 SC-14 . PART D -SPECIAL CONDITIONS cuts in the street. The Department of Engineering will inspect the paving repair after construction. This permit requirement may be waived if work is being done under a Performance Bond and inspected by the Department of Engineering. D-26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A. GENERAL: This specification covers the trench safety requirements for all · trench excavations exceeding depth of five (5) feet, in order to protect workers from cave-ins. The requirements of this item govern all trenches for mains, manholes, vaults, service lines, and all other appurtenances. The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas. The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. B. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1. 926, Sub-Part P -Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS: 1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the ·ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen (15) feet. 2. BENCHING SYSTEM -Benching means excavating the sides of a trench to form one or a series of horizontal level or steps, usually with vertical or near-vertical surfaces between levels. 3. SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are inclined away from the excavation. 4. SHIELD SYSTEM -Shields used in trenches are generally r~ferred 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. 11/29/04 SC-15 PART D -SPECIAL CONDITIONS D-27 SANITARY SEWER MANHOLES A. GENERAL: The installation, replace ment, and/or rehabilitation of sanitary sewer manholes will be required as shown on the pla n s, and/or as described in these Special Contract Documents in addition to those lo cated 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 Va ul t and Manhole Construction of the General Contract Documents and Specifications, un le ss amended or superseded by requirements of this Special Condition. For new sewer li ne installations, the Contractor shall temporarily plug all lines at every open manhole under cons truction in order to keep debris out of the dry sewer lines. The plugs shall not be rem ove d until the applicable manhole complete with cone section has been constructed and th e 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 INS ERTS: Watertight gasket manhole inserts shall be installed in all sanitary sewer ma n holes . Inserts shall be constructed in accordance with Fort Worth Water Department Sta nda rd E100-4 and shall be fitted and installed accord ing to the manufacturer's recomm enda t ions. Stainless Steel manhole inserts shall be required for all pipe diameters 18" an d greater. 3. LIFT HOLES: All lift holes shall be plugged with a pre-cast concrete plug. The lift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved eq ual sealant. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout. 4. FINAL RIM ELEVATIONS: Ma nh ole .rims in parkways, lawns and other improved lands shall be at an elevation not more tha n one (1) nor less than one-half (1/2) inch above the surrounding ground. Backfill s hall ·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 ma nho le. 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 sh a ll have pick slots in lieu of pick holes. Manhole frames and covers shall be McKinley, Ty pe N, with indented top design, or equal , with pick slots. Covers shall set flush with the ri m of t he frame and shall have no larger than 1 /8-inch gap between the frame and cover. Bea ring surfaces shall be machine finished . Lock ing manhole lids and frames will be restricted to locations within the 100-year floodpla in and areas specifically designated on the plans. Certain teed Ductile Iron Manhole Lids and Frames are acceptable for use w here 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 bl.lilt 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. 11/29/04 S C-16 PART D -SPECIAL CONDITIONS 7. MANHOLE STEPS : No manhole step·s . are to be installed on any sanitary sewer manhole. 8. EXTERIOR SURFACE COATING: Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black" Tnemec "46- 450 Heavy Tnemecol," or equal to, a minimum or 14 mils dry film thickness. 9. MANHOLE JOINT SEALING: All interior and/or exterior joints on concrete manhole sections constructed for the City of Fort Worth Water Department, excluding only the joints using a trapped type performed 0-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent- Seal, Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross-sectional area or flat-tape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or any other chemical action for either its adhesive properties or cohesive strength. The Joint sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of the length of time 'it is exposed to the elements. The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre-formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years. B. EXECUTION : 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above-specified materials. All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in accordance with the recommendations. The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench . After removal of the protective wrapper, the joint sealant shall be kept clean. Install frames and cover over manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer. 2. SEALING AND/OR ADJUST.ING 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. 11/29/04 Remove manhole frame from the manhole structure and observe the condition of the frame and grade rings. Any frame or grade ring that is not suitable for use as determined by the Engineer shall be replaced. Grade rings that are constructed of brick , block materials other than pre-cast concrete rings, or where necessary and approved by the Engineer, shall be replaced with a pre-cast flattop section. Pre-cast concrete rings, or a pre-cast concrete flattop section will be the only adjustments allowed. In brick or block manholes, replace the upper portion of the manhole to a point 24 inches below the frame . If the walls or cone section below this level are structurally unsound, notify the Engineer prior to replacement of the grade rings and manhole frame. Existing brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense. SC-17 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 hydra ulic cement to provide a smooth working surface. If the inside diameter of the man hole 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 ou ts ide 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 Eng in eer 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 ofthe paved surface. The top of the casting shall be 1/8 inch below the finished elevation. Allowances for !he compression of the joint material shall be made to assure a proper final grade eleva ti on . · 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 prote ct 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 sea li ng, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for adjusting and/or sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting and/or sealing the manhole, including but not limited to, joint sealing, lift hole sealing, and exterior surface coating . Payment for concrete collars will be made per each. Payment for manhole inserts will be made per each. D-28 SANITARY SEWER SERVICES Any reconnection, relocation, re-routes , rep lacement, or new sanitary sewer service shall be required as shown on the plans, and/o r as described in these Special Contact Documents in addition to those located in the field an d identified by the Engineer as active sewer taps. The service connections shall be . constructed by · the Contractor utilizing standard factory 11129104 SC-18 PART D -SPECIAL CONDITIONS manufactured tees. City approved factory manufactured saddle taps may be used, but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case basis. The Contractor shall be responsible for coordinating the scheduling of tapping crews with building owners and the Engineer in order that the work be performed in an expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be required. Severed service connections shall be maintained as specified in section C6-6.15. D. SEWER SERVICE RECONNECTION: When sewer service reconnection is called for the Contractor shall vertically adjust the existing . sewer service line as required for reconnection and furnish a new tap. The fittings used for vertical adjustment shall consist of a maximum bend of 45 degrees. The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using · pipe enlargement methods shall be replaced to the property or easement line or as directed · by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four ( 4) feet of service line which is included in the price bid for Sanitary Sewer Taps. Payment for work such as backfill, saddles, tees, fittings incidental four ( 4) feet of service line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps. E. SEWER SERViCE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line. If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line, all work shall be performed by a licensed plumber. The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as approved by the Engineer. For situations involving sewer service re-routing, whether on public or private property, the City shall provide line and grade for the sewer service lines as shown on the project plans. Prior to installing the applicable sewer main or lateral and the necessary service lines, the Contractor shall verify (by de-holing at the building clean-out) the elevations ( shown on the plans) at the building clean-out and compare the data with the elevation at the proposed connection point on the sewer main, in order to ensure that the two (2) percent minimum slope (or as specified by the Engineer) requirement is satisfied. Elevations shall also be verified at all bend locations on the service re-route . All applicable sewer mains, laterals and affected service lines that are installed without pre-construction de- holing at the affected residences (to verify design elevations) shall be removed and replaced as necessary at the Contractor's expense in the event grade conflicts are brought to light after de-holing is conducted. All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that the two (2) percent minimum slope is not satisfied. If the Contractor determines that a different alignment for the re-route is more beneficial· than shown on the plans, the Contractor shall obtain and submit all relevant elevation information for the new alignment to the Inspector and shall be responsible for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is satisfied. Prior to backfilling, the Contractor shall double check the grade of the installed service line and submit signed documentation verifying that the line has been installed as designed to the Engineer. The Contractor, at its sole expense, shall be required to · uncover any sewer service for which no grade verification has been submitted. All re-routes that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense. The Contractor shall ensure that the service line is backfilled and compacted in accordance with the City Plumbing Code. Connection to the existing sewer service line shall be made with appropriate adapter fittings. The fitting shall be a urethane or 11129104 SC-19 PART D -SPECIAL CONDITIONS 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 li ne 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 prio r to beginning work on the sanitary sewer service re-route and proof of final acceptance by the Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-route. Payment for work and materials such as backfill, removal of existing clean-outs, plugging the abandoned sewer service line, double checking the grade of the installed service line, pipe fittings, surface restoration on priva te 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 righ t of way. Payment for all work and mate rial involving the "tap" shall be included in the price bid for sanitary sewer service taps. D-29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as shown on the plans, and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. . This work shall be done in accordance with Section E2-1.5 Salvaging of Material and E2-2.7 Removing Pipe, of the General Contract Documents and Specifications, unless a mended 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 Sectio n 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 Eng ineer. Surface restoration shall be compatible with existing surrounding surface and g rade. 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 11/29/04 SC-20 PART D -SPECIAL CONDITIONS with Section E2-1.5 Salvaging of Materials. The void area caused by the valve removal shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. If the valve is in a concrete vault, the vault shall be demolished in place to a 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. F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top slab and lid removed and vault walls demolished to a point not less than 18" below final grade. The void area caused shall then be backfilled and compacted in accordance with . backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with the existing surrounding grade. G. ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes entering or exiting the structure plugged with lean concrete. Manhole top or cone section shall be removed to the top of the full barrel diameter section, or to point not less than 18 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 backfilling, plugging of pipe(s) and all other .appurtenances required, shall be included in the appropriate bid item -Abandon Existing Sewer Manhole . H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting the structure disconnected. The complete manhole, including top or cone section, all full barrel diameter section, and base section shall be removed. The excavation shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be with Type C Backfill or Type B Backfill, as approved by the Engineer. Surface restoration shall be compatible with surrounding surface. I. 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 i.n 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, a bandoning and/or removing all other existing facilities when said facility is not being repla ced in the same trench (i.e., when removal requires a separate trench). L. ABANDONMENT OF EXISTING SEW ER LINES: Where plans call for abandonment of existing sewer mains after the constructio n of a new sewer main, the Contractor shall be responsible for TV inspection of 100% of t he existing sewer main to be abandoned to make a final determination that all existing se rv ice 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 TAPE S Detectable underground utility warning ta pes 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" manu factured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thicknes s 0.3 5 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 th ickness of the tape shall be 5.5 mils, and the width shall not be less than two inches with a minim um unit weight of 21h pounds/1 inch/100'. The tape shall be color coded and imprinted with the me ssage as follows: Type of Utility Color Code Water Safety Blue Sewer Safety Gree n Legends Caution! Buried Water Line Below Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for opti m um protection and detectability. Allow a minimum of 18 inches between the tape and the pipe. Payment for work such as backfill, bedding, blocking, detectable tapes, and all other associated appurtenances required shall be included in the unit price bid for the ~ppropriate 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 ins tallation : A temporary night plug shall be installed on all exposed pipe ends during any period of w ork stoppage. D-32 DISPOSAL OF SPOIUFILL MATE RIAL Prior to the disposing of any spoil/fill material , the Contractor shall advise the Director of Engineering Department, acting as t he City of Fort Worth's Flood Plain Administra tor ("Administrator"), of the location of all s ites where the Contractor intends to dispose of such material. Contractor shall not dispose of s uch material until the proposed sites have been determined by the Administrator to mee t 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 flo odpla in. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Admi n istrator 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 11129104 S C-2 2 PART D -SPECIAL CONDITIONS the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering Department, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinances of the City and this section. D-33 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a rerease 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 us.ed 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. 11/29/04 Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter around the outer periphery to ensure removal of grease. If sewer cleaning balls or other equipment, which cannot be collapsed, is used, special precautions to prevent SC-23 PART D -SPECIAL CONDITIONS flooding of the sewers and publi c 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: T he designated sewer manholes shall be cleaned using high-velocity jet equipment. Th e equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes. If cleaning of an entire section cannot be successfully performed from one manhole, t he 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 en t ire manhole section, it will be assumed that a major blockage exists, and the cleaning effort shall be abandoned. When additiona l 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 an y water from the City Water Distribution System, the Contractor shall apply for and rece ive 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. 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 eq uipment, 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 MANHO LES. 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; a nd 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 ca se w ill the television camera be pulled at a speed greater than 30 feet per minute. Man ual 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. 11/29/04 SC-24 PART D -SPECIAL CONDITIONS When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected . to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized . All television inspection videotapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed . Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape , or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost of retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection . 2. DOCUMENTATION: Television Inspection Logs : Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service taps observed during inspection . In addition, other points of significance such as locations of unusual conditions, roots , storm sewer connections, broken pipe , presence of scale and corrosion, and other discernible features will be recorded, and a copy of such records will be supplied to the City . 3. PHOTOGRAPHS: Instant developing, 35 mm , or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of :the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. 11/29104 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 1.ines 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 rev iew. SC-25 PART D .. SPECIAL CONDITIONS All costs associated with this work s hall be incidental to unit prices bid for items under Television Inspection of the Proposal. C . PAYMENT OF CLEANING AND PRE-C ONSTRUCTION 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 qua lity that the particular piece of sewer can be readily evaluated as to existing sewer con ditions 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 anal ysis. The primary purpose of cleaning is for television inspection and rehabilitation; when a portion of a line is not or cannot be televise d 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 u se d for securing passage of the camera are to be at the option of the Contractor, and the co sts must be included in the bid price for TV Inspections. The cost of retrieving the TV Came ra, 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 sewe r service to the area residents. All bypass pumping shall be incidental to the project. . D-36 VACUUM TESTING OF SANITARY SEWER MANHOLES D. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes. B. EXECUTION: 1. TEST PROCEDURE: Manholes sha ll be vacuum tested prior to any interior grouting with all connections in place. Lift ho les shall be plugged, and all drop-connections and gas sealing connections shall be installed prior to testing . 11/29/04 The sewer lines entering the ma n hole shall be plugged and braced to prevent the plugs from being drawn into the manh ole. The plugs shall be installed in the lines beyond t he drop-connections, gas sealing co n nections, etc. The test head shall be placed inside the frame at the top of the manhole a nd 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 req u ired test time shall be determined from the Table I below in accordance with ASTM C 1244-93: SC-26 PART D -SPECIAL CONDITIONS Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (10"Hg -9"Hg) (SEC) Depth of MH. 48-lnch Dia. 60-lnch Dia . (FT.) Manhole . Manhole 0 to 16' 40 sec. 52 sec. 18' 45 sec. 59 sec. 20' 50 sec. 65 sec. 22' 55 sec. 72 sec. 24' 59 sec. 78 sec. 26' 64 sec. 85 sec. 28' 69 sec. 91 sec. 30' 74 sec. 98 sec. For Each 5 sec. 6 sec. Additional 2' 1. ACCEPTANCE: The manhole shall be considered acceptable, if the drop in the level of vacuum is less than one-inch of mercury (1" Hg) after the required test time. Any manhole, which fails to pass the initial test, must be repaired by either pressure grouting through the manhole wall or digging to expose the exterior wall of the manhole in order to locate the leak and seal it with an epoxy sealant. The · manhole shall be retested as described above until it has successfully passed the test. Following completion of a successful test, the manhole shall be restored to its normal condition, all temporary plugs shall be removed, all braces, equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material, labor, equipment, and all incidentals, including all bypass pumping, required to complete the test as specified herein . D-37 BYPASS PUMPING The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated and/or replaced. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to 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. 11/29/04 SC-27 PART D ~ SPECIAL CONDITIONS Work shall consist of furnishing all labor, material, and equipment necessary for inspection of the sewer lines by means of closed circuit television . Satisfactory precautions shall be taken to protect the sewer lines from dam age t hat might be inflicted by the improper use of cleaning equipment. B. TELEVISION INSPECTION EQUIP M ENT: 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 syste m s hall 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 unsatisfa ctory inspection. C. EXECUTION: 1. TELEVISION INSPECTION: T he camera shall be moved through the line in either direction at a moderate rate, sto p ping when necessary to permit proper documentation of any sewer service taps. In no ca se 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 (lot obstruct the camera view or interfere with proper documentation shall be used to move the earner~ through the sewer line. No more than 2000 linear feet of pipe will be tel evised at one time for review by the Engineer. When manually operated winche s are used to pull the television camera through the line, telephones or other suitable me a ns of communications shall be set up between the two manholes of the section being ins pected 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 grou nd by means of meter device. Marking on the cable, or the like, which would require in terpolation 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 accu racy shall be satisfactory to the Engineer. The City makes no guarantee tha t 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. T he cost or retrieving the Television camera, under all circumstances , when it becom es lodged during inspection, shall be incidental to Television inspection. Sanitary sewer mains must be la ced 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 bei ng 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 d uring inspection. All television logs shall be referenced to stationing as shown on the pla ns. A copy of these television logs will be supplied to the City. 11/29/04 S C-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 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 11/29/04 SC-29 PART D ... SPECIAL CONDITIONS specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsi bility 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 cons ist 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 construct ion operations. The temporary measu res 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 dra ins 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 th e CONTRACTOR to provide temporary pollution-cont rol measures to prevent contamination of adj acent streams, other water courses, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basi ns, 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 co nstruction prior to installation of permanent pollution control features, but are not associa ted w ith permanent control features on the project. The Engineer will limit the area of prepa ri ng 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 acce pted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil-e ros ion-control measures shall be performed as directed by the Engineer. 2. Waste or disposal areas and co nstruction roads shall be located and constructed in a manner that will minimize the am o unt of sediment entering streams. 3. Frequent fordings of live stream s will not be · permitted; therefore, temporary bridges or other structures shall be used w herever an appreciable number of stream crossings are necessary. Unless otherwise app roved in writing by the Engineer, mechanized equipment shall not be operated in live strea ms. 11129/04 S C-30 PART D ... SPECIAL CONDITIONS 4. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream . Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 5. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. 6. The Contractor shall take sufficient precautions to prevent pollution of streams , lakes and reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams , lakes and reservoirs and to avoid interference with movement of migratory fish. 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 Contractor's expense. Trimming or pruning to facilitate the work will be permitted only by experienced workmen in an approved manner (No trimming or pruning without the property owners' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal, or root pruning) can be done on trees or shrubs growing on public property including street Rights-of-Ways and designated alleys . This permit can be obtained by calling the Forestry Office at 871-5738 . All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees 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. 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 11129104 SC-31 PART D .. SPECIAL CONDITIONS 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 a pproval 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 STANDA RD PRODUCT LIST Proposed products submitted in the bid doc uments must appear in the latest "City of Fort Worth Standard Product List, for the bid to be considered responsive. Products and processes listed in the "City of Fort Worth Standard Prod uct List shall be considered to meet City of Fort Worth minimum technical requirements. D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accord a nce with the City of Fort Worth Parks and Community Services Department Specifications for To psoil, Sodding and Seeding. 1. TOPSOIL DESCRIPTION: This item yvill consist of furnishing and placing a minimum of six (6) inches of topsoil, free from rock and foreign mate rial, in all parkways and medians to the lines and grades as established by the Engine e r. CONSTRUCTION METHODS : Tops o il will be · secured from borrow sources as required to supplement material secured from stree t 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. To pso il material secured from street excavation shall be stockpiled at locations approved by t he Engineer, and at completion of grading and paving operations, topsoil shall be placed o n parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. 2 . SODDING DESCRIPTION: Sodding will con sist 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 t his Specification. Recommended Buffalo grass varieties for sodding are Prairie and 609. MATERIALS: Sod shall consist of live a nd growing Bermuda, Buffalo or St. Augustine grass secured from sources where the soi l 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, t hickly 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 matte d roots throughout a one (1) inch minimum thickness of native soil attached to the roots. The sod shall be free from obnoxi o us weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existin g lawn . 11/29/04 SC-32 PART D -SPECIAL CONDITIONS Care shall be taken at all times to retain native· soil on the roots of the sod during the process of excavating, hauling, and planting . Sod material shall be kept moist from the time it is dug until planted . When so directed by the Engineer, the . sod existing at the source shall be watered to the extent required prior to excavating . Sod material shall be planted within three days after it is excavated. CONSTRUCTION METHODS: After the designated areas have been 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. 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 tirnes and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth . 3. SEEDING DESCRIPTION: "Seeding" will consist of preparing ground, providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance with these Specifications. MATERIALS: 11/29/04 SC-33 PART D -SPECIAL CONDITIONS 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 furn ished for analysis and testing when directed by the Engineer. The specified seed shall equal or exceed the following percentages of Purity 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% Tab le 120.2.(2)a. URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS) Dates Feb 1 to May 1 Mixture for Clay or Tight Soils ( Eastern Sections) Bermudagrass 40 Buffalograss 60 (Western Sections) Buffalograss 80 Bermudagrass 20 Total: 100 Total: 100 Table, 120.2.(2)b Mixture for Sandy Soils (All Sections) Bermudagrass 60 Buffalograss 40 Total: 100 TEMPORARY COOL-SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS) Dates Aug 15 to May 1 {All Sections) Tall Fescue Western Wheatgrass Annual .Rye Total: 50 50 50 100 and 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. 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. 11/29/04 SC-34 - - - - PART D -SPECIAL CONDITIONS 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 rolled with a corrugated roller of the "Cultipacker" type. All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The soil over Jhe 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 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 11/W/04 SC-35 PART D ... SPECIAL CONDITIONS to insure that slit-seeding equipmen t will be able to cut through the turf and achieve adequate soil penetration. * Slit-seeding, is achieved through th e use of an implement which cuts a furrow (slit) in the soil and places the seed in the slit w hich 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%. Co ntractor shall ensure that the grass establishes. 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF .PARK AREAS: FERTILIZER DESCRIPTION: "Fertilizer" will cons ist of providing and distributing fertilizer over such areas as are designated on the Drawings a nd in accordance with these Specifications. MATERIALS: All fertilizer used sh a ll , be delivered in bags or containers clearly labeled showing the analysis. The fertiliz e r is subject to testing by the City of Fort Worth in accordance with the Texas Fertilize r 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 th e 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 fert ili zer 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. Fertil izer 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 fro m 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. Acceptable material for "Seeding" will be measured by the linear foot, complete in place . Acceptable material for "Sodding" will be measured by the linear foot, complete in place. Acceptable material for "Fertilizer" sh a ll be subsidiary to the price of sodding or seeding. PAYMENT: All work performed as o rdered 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 11129104 S C-36 - - - PART D -SPECIAL CONDITIONS for each item of work. Its price shall be full compensation for excavating ( except as noted below), loading, hauling, placing and furnishing all labor, equipment, tools, supplies, and incidentals necessary to complete work. 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. "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard , complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all 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 7. Prior to the final inspection being conducted for the project, th~ contractor shall contact the city inspector in writing when the entjre · project or a designated portion of the project is substantially complete. . . 8. The inspector along with appropriate City staff and the City's consultant shall make an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected. 9. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected . 10. Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price . Contractor shall still be required to address all other deficiencies, which are discovered at the time of final inspection . 11. Final inspection shall be in conformance with general condition item "C5-5.18 Final Inspection" of PART C -GENERAL CONDITIONS. 11129104 SC-37 PART D -SPECIAL CONDITIONS D-48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS} 1. The Contractor shall be respo ns ible for taking measures to minimize damage to tree limbs, tree trunks, and tree ro ots at each work site . All such measures shall be considered as incidental work in cl uded in the Contract Unit Price bid for applicable pipe or structure installation except for s hort t u nneling/tree augering. 2 . Any and all trees located within t he 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 betwee n tree and the construction area. 3. Contractor shall inspect each wo rk si te 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 t ree ro ot system within the drip line area of any tree. 5. Before excavation (off the roadway) w ithin the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 f eet. 6 . At designated locations shown o n 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 a nd replaced with the same type and diameter tree at the contractor's expense. · 8 . Contractor shall employ a qualifi ed landscaper for all the work required for tree care to ensure utilization of the best agric ultura l 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 th e outside pipe diameter. Voids remaining after pipe installation shall be pressure grouted. D-49 CONCRETE ENCASEMENT OF S EWER PIPE Concrete encasement of sewers shall be pa id for at the Contract Unit Price per linear foot of concrete encasement as measured in p lace along the centerline of the pipe for each pipe diameter indicated. The Contract Unit Price s hall include all costs associated with installation and re inforcement of the concrete encasement. D-50 CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Construction , figure in the Drawings in these Specifications, at locations indicated on the Drawings or as directed by the City. Cla y dams shall be keyed into undisturbed soil to make an impervious barrier to reduce groundwate r pe rcolation through the pipeline trench. Construction material shall consist of compacted bento nite clay or 2:27 concrete. Payment for work such as forming, placing and finishing shall be subsidia ry to the price bid for pipe i nstallation. D-51 EXPLORATORY EXCAVATION (D-HOLE} 11/29/04 SC-38 PART D -SPECIAL CONDITIONS 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 ~odifications. 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 fo 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 .· 11/29/04 52.1 Polyvinyl Chloride (PVC) Water Pipe POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance with the material standard contained in the General Contract Documents. Payment for work such as backfill, bedding, blocking, detectable tapes and all other associated appurtenant required, shall be included in the linear foot price bid of the appropriate BID ITEM(S). 52.2 Blocking Concrete blocking on this Project will necessarily be required as shown on the Plans and shall be installed in accordance with the General Contract Documents. All valves shall have concrete blocking provided for supporting .. No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the linear foot bid price of the pipe or the bid price of the valve. 52.3 Type of Casing Pipe 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. · The steel casing pipe shall be supplied as follows: For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch. SC-39 PART D -SPECIAL CONDITIONS Stainless Steel Casing Space rs ( centering style) such as manufactured by Cascade Waterworks Manufacturing Co mpany or an approved equal shall be used on all non- concrete pipes when installed in cas ing. Installation shall be as recommended by the Manufacturer. 2. SEWER: Boring used on this project sha ll be in accordance with the material standard E 1-15 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 t he unit price bid per foot. 52.4 Tie-Ins The Contractor shall be respons ible for making tie-ins to the existing water mains. It shall be the responsibility of the Co ntractor to verify the exact location and elevation of the existing line tie-ins . And any di fferences in locations and elevation of existing line tie-ins between the contract drawings an d what may be encountered in the field shall be considered as incidental to con structi on .. The cost of making tie-ins to existing wate r or sanitary sewer m~ins shall be in cluded in the linear foot bid price of the pipe. 52.5 Connection of Existing Mains The Contractor shall determine th e exact Ideation, elevation, configuration and angula ti on of existing water or sanitary sewer lines prior to manufacturing of the connecting piece . Any differences in locations, ele vation, configuration, and or angulation of existing lines between the contract drawings and what may be encountered in the said work shall be considered as incidental to const ruction. Where it is required to shut down existing ma ins in order to make proposed con nections, such down time shall be coordinated with t he 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 CS-5.15 INTERRUPTION OF SERVICE, Page CS-5(5), PART C -GEN ERA L CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOC UMENTS . AND GENERAL SPECIFICATIONS . The Contractor shall notify the custo mer both personally and in writing as to the location, time, and schedule of the service interruption. The cost of removing ·any existing concrete blocking shall be included in the cost of connection. Unless bid separately all cost incurred shall be included in the linear foot price bid for the appropriate pipe size. 52.6 Valve Cut-Ins It may be necessary to cut-in gate valves to isolate the water main from which the extension and/or replacement is to be connected. This may require closing valves in other lines and putting consumers out of service for that period of time necessary to cut in the new valve; the work must be expedited to the utmost and all such cut-ins must be coordinated with the engineer in charge of inspection. All consumers shall be individually advised prior to the shut out and advised of the approximate length of time they may be without service. Payment for work such as backfi ll, bedding, fittings, blocking and all other associated . appurtenants required, shall be in cluded in the price of the appropriate bid items. 11129104 S C-40 PART D -SPECIAL CONDITIONS 52. 7 Water Services The relocation, replacement, or reconnection of water services will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All service's shall be constructed by the contractor utilizing approvedfactory 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 CS-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 reconstruction . The contractor shall replace the existing service line with Type K copper from the main to the meter, curb stop with. lock wings, and corporation stop. Payment for all work and materials such as backfill, fittings, type K copper tubing, curb stop with lock wings, service line adjustment, and any relocation of up to 12-inches from center line existing meter location to center line proposed meter location shall be included in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the service installation. Payment for all work and materials such as tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. 1. WATER SERVICE RECONNECTION: Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction. The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop. The contractor will be paid for 11/29/04 SC-41 PARTD -S PECIAL CONDITIONS one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. 2. WATER SERVICE METER AN D METERBOX RELOCATIONS: When the replacement and relocation of a water service an d meter box is required and the location of the meter and meter box is moved more t han twelve (12) inches, as measured from the center line of the existing meter to Jocation to th e 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 w ill be paid for separately. Relocations made along the centerline will be paid of in feet of copper service line. When relocation of service mete r and meter box is required, payment for all work and materials such as backfill, fitting s, five (5) feet of type K copper service and all materials, labor, and equipment used by a nd for the licensed plumber shall be included in the price bid for the service meter reloca ti on. 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 t he service line is not being replaced . Adjustment of only the meter box and customer se rv ice 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 an d me ter box relocation. 4. NEW SERVICE: When new services are required the contractor shall install tap saddle (when required), corporation sto p, ty pe 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 re inforced 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 be hin d the meter. Payment for all work and mate ri als such as tap saddle, corporation stops, and fittings shall be included in the price bid fo r Service Taps to Mains. Payment for all work and materia ls such as furnishing and setting new meter box shall be included in the price bid for furnis h and set meter box. 1. MULTIPLE SERVICE BRANCH ES: When multiple service branches are required the contractor shall furnish approved factory manufactured branches. Payment for multiple service bra nches will include furnishing and installing the multiple service branch only and all other cost will be included in other appropriate bid item(s). 2 . MULTIPLE STREET SERVICE LI NES 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 Engin eer. Payment shall be made at the un it bid price in the appropriate bid item(s). 11/29/04 S C-42 PART D -SPECIAL CONDITIONS 52.8 2-lnch Temporary Service Line A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide temporary water service to all buildings that will necessarily be required to have severed water service during said work. The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service 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, all 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 amourit 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 mains that cannot be metered from a hydrant will be estimated as accurately as possible. At the pre-construction conference the contractor will advise the inspector of the number of meters that will be needed along with the locations where they will be used. The inspector will deliver the hydrant meters to the locations. After installation, the contractor will take full responsibility for the meters until such time as the contractor returns those meters to the inspector. Any damage to the meters will be the sole responsibility of the contractor. The Water Department Meter Shop will evaluate the condition of the meters upon return and if repairs are needed the contractor will receive an invoice for those repairs. The issued meter is for this specific project and location only. Any water that the contractor may need for personal use will require a separate hydrant meter obtained by the Contractor, at its cost, from the Water Department. 11/29/04 SC-43 11/29/04 PART D -S PECIAL CONDITIONS 52.9 Purging and Sterilizatio n 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. Th e City will provide all water for INITIAL cleaning and sterilization of water lines . A ll materials for construction of the project, including appropriately sized "pipe cleani ng pigs ", chlorine gas or chlorinated lime (HTH) shall be furnished by the Contractor. Ch lorinated 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, chlorina te d water shall be "de-chlorinated" prior to disposal. The line may not be placed in servi ce until two successive sets of samples, taken 24 hours apart, have met the established standards of purity. Purging and sterilization of the water lines shall be considered as incidental to the proj ect and all costs incurred will be co nsidered to be included in the linear foot bid price of the pipe. 52.10 Work Near Pressure Pla ne, Boundaries Contractor shall take note that th e wa ter line to be replaced under this co~tract may cross or may be in close proximity to a n 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 p ressure planes 52.11 Water Sample Station GENERAL: All water sampling station insta ll ations 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 req uired 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 t he 3/4~inch type K copper service line will be shall be included in the price bid for copp e r Service Line from Main to Meter. Payment for all work and materi a ls necessary for the installation tap saddle (if required), corporation stops, and fittings sh a ll be included in the price bid for Service Taps to Main . Payment for all work and materia ls necessary for the installation of the sampling station, concrete support block, curb sto p , fi ttings , and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the pric e b id 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 materi al s necessary for the installation of the sampling station, modification to the vault, fittings, a nd all type K copper service line which are required to S C-44 PART D -SPECIAL CONDITIONS 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 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 Cfadle. 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. ~53 SP~NKLINGFORDUSTCONTROL 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. D-56 TREE PRUNING A. REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2. Vermeer V-1550RC Root Pruner 11/29/04 SC-45 . PART D ... SPECIAL CONDITIONS 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 : "Tu ndra" weight, International fluorescent orange or red color. 6 . Combination Fence: Comme rcia ll y manufactured combination soil separator fabric on wire mesh backing as shown o n the Drawings. D. ROOT PRUNING 7. Survey and stake location of ro ot 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 t he undisturbed root zone. 9. Backfill and compact the tren ch 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 flus h wit h ground and backfill any exposed roots due to construction activity. Cover with wood chips of mulch in order to equalize soil temperature and minimize wa ter 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 be ing cut unless cut by hand or cut by specified methods, equipment and prot~ction. E. MULCHING : Apply 2-inches to 4-inches of wood chips from trimming or cleari ng operation on areas designated by the Engineer. F. Tree Pruning shall be considered s ubsidi~ry to the project contract price. D-57 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. Th e Contractor shall immediately repair or replace any damage to utilities and private property including,. but not limited to, water and sewer services, pavement, fences, walls, sprinkler syste m pip ing, etc., at no cost to the Owner. All costs for tree removal, including temporary service cos ts, 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 asce rt ain t.he nature of the soils, including the amount of rock, if any, through which this pipeline insta ll ation is to be made is the responsibility of any and all prospective bidders, and any bidder on th is project shall submit his bid under this condition. Whether prospective bidders perform th is s u bsurface exploration jointly or independently, and 11/29/04 SC-46 PART D -SPECIAL CONDITIONS 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 s_hall 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 incluqe the following information: Name of the project, DOE number, the date of the interruption of service, the period the interruption will take place, the name of the contractor's foreman and his phone number and the name of the City's inspector and his phone number. A sample of the temporary water service interruption notification is attached. A copy of the temporary interruption notification shall be delivered to ttie 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. 11/29/04 SC-47 PART D .. SPECIAL CONDITIONS Electronic versions of the sample flyers can be obtained from the Construction office at (8 17) 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 eve nt 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 C LEANOUTS 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 sha ll 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 asp halt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repa ir shall be rolled with a steel asphalt roller to provide smooth rideability on the street as we ll 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 ma intaining the temporary pavement until the paving contractor has mobilized . The paving co ntractor shall assume maintenance responsibility upon such mobilization. No additional comp ensat ion 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 a nd utility construction, and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving. It shall be the sole responsib ility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until complet ion of the construction phase of the project for which they were furnished. 11/29/04 S C-48 PART D -SPECIAL CONDITIONS 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 flagmen 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 con~tructi6n is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. 11/29104 SC-49 . PART D -SPECIAL CONDITIONS D-66 WAGE RATES Compliance with and Enforcement of Prevail i ng Wage Laws Duty to pay Prevailing Wage Rates. The contractor shall comply with all requ i rements 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 preva ili ng 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 Determ ina tion of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall reta in 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 o f 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 Arbit ration 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 fin al and binding on all parties and may be enforced in any court of competent jurisdiction. Records to be Maintained. The contractor and each subcontractor s hall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the constru ction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worke r . The records shall be open at all reasonable hours for inspection by the City. The prov isions of the Audit section of these contract documents shall pertain to this inspection. · · Pay Estimates. With each partial payment estimate or pa yroll 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. 11/29/04 S C-50 PART D -SPECIAL CONDITIONS Posting of Wage 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 in 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 .) (Attached) 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. 11/29/04 SC-51 PART D -SPECIAL CONDITIONS D-68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) PERMIT: As defined by Texas Commiss ion on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination Sy stem (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 In ternet at http://www.tnrcc.state:tx.us/permitting/water perm/wwperm/construct.html. Soil stabi l ization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual fo r Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual w ill 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 th an 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 con t ractor moving on site and shall include the required $100 application fee. The NOi shall be mailed to: Texas Commission on Environme ntal quality Storm Water & General Permits Te am ; 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 a ll sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payme nt, 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: 11/29/04 Texas Commission on Environmental Quality Storm Water & General Permits Te am; MC-228 P.O. Box 13087 Austin, TX 78711-3087 SC-52 PART D -SPECIAL CONDITIONS STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Five of the project SWPPP's are available for viewing at the plans desk of the Department of Engineering. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY-DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SWPPP . Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construdion 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 lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. 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 11129104 SC-53 PART D -SPECIAL CONDITIONS valves of existing water system . Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Crim in al Mischief) and the Contractor will be prosecuted to the full extent of the law. In addition , the Con t ractor will assume all liabilities and responsibil ities as a result of these actions. D-70 ADDITIONAL SUBMITTAL$ FO R 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 add itional 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 th e apparent low bidder( s) to deliver a quality product and successfully complete projects for the a mount 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. Fai lure to submit the additional information if requested may be grounds for rejecting the appare nt low bidder as non-responsive. Affected contractors will be notified in writing of a recommendatio n to the City Council. D-71 EARLY WARNING SYSTEM FO R CONSTRUCTION Time is of the essence in the completion of th is contract. In order to insure that the contractor is responsive when notified of unsatisfacto ry performance and/or of failure to maintain the contract schedule, the following process shall be appli cable: The work progress on all construction proj ects 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 fo ll owin~ proactive measures will be taken: 1. A letter will be mailed to the co ntra ctor. by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received , it provide sufficient equipment, material s and labor to ensure completion of the work within the contract time. In the event th e co ntractor 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, th e C ity Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may, in the City 's sole discretion, be required to be provided to interested individuals will distrib uted by the Engineering Department's Public Information Officer. 4 . Upon receipt of the contractor's response, the appropriate City departments and directors will be notified . The Engi neering Department's Public Information Officer will, if necessary, then forward upd ated notices to the interested individuals. 5. If the contractor fails to provid e an acceptable schedule or fails to perform satisfactorily a second time prio r to the completion of the contract, the bonding company will be notified appro priately. 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 des ignated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. -10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION .. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day . On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. -6:00 p.m ., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month . 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 to the contract cost and no additional compensation shall be made. 11129/04 SC-55 · FORT WORTH . ' DOENO.XXXX Project_ Name: -... "' ~ NOTICE OF T.EMl!OURY WATER SERV,CE -_: INTERRUPTION ,. ' DUE · TO· UTILITY IMPROVEMENT S ., IN YOUR NEIGHBORHOOD, YOUR · ,.,. WATER SERVICE WILL BE INTERRUPTED ON ----------------BETWEEN THE HOURS .OF AND _____ _ :1· ' IF·YOU HA VE .QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: ; . Ma AT -----------(CONT RAC TORS S.UPERINTENDENT) (TELEPHONE NUMBER) '. OR Ma ____________ AT __________ _ (CITY INSPEC'.fOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, _____________ _,CONTRACTOR PART D -SPECIAL CONDITIONS :~. '.\"t/:f;. ·; >.:';<·:< :, ".' -J.1._ ,;, "" • F . TEXAS DEPARTMENT OF HEAL TH DEMOLITION / RENOVATtON . NO'flFiCATIQNfdRM ··•,c ' '? ~::~..;.~:<,;:~~ \'0:-··~1;··;.~ ' ,-NOTE: CIRCLE ITEMS THAT ARE AMENDED NOTIFICATION#_.---------- . TOH Licen=,e Nu mber:._· -'------. Address : -.-------... ~C~i~,.-:-. ·""· __ ,... .. -,-.,-... -. ,.....,.: :,...· -, ..,.<",...:,,;c-:-, ,-, .=.... ... · St~te.: . • .. ·. ' , 4ip: ...,·· ~. ,.......,= :·; Office Rhon~ Nutflber: (.., r, . ",.~,.,,J"-,, \0':.Job Site Pho. ne Numbot: . _:: _ ,·. •, ~ ·,,...,,, '" $'·"' "·'t'. l " I!:.-y .... ~ - -• ' ,~ "<!-" ,.,. • Site ,SUpervisor: ' • · ~ • . <,'. ·"'"'" TI'.>1:1 li0er'l$t Number...;.~---,----------'.,-----=----,---.....,.---S'lte SOporvisor: > . ' ' . ' , · · , ·•et· ,t,,',< " JDt·:l'UceriSe. Numbe r: ... ·"_">_,.,_;, ------------ Trair!ed 0n-:5ite NESHAP Individual~ · -Certification Date._· ---,----- DemeilitiM Contractor: O{llce Phon o N'umbet -' ...._.__~---------Ad dr ~: ' Cily: S(Bt!!l;-· ___ .-~ap : ___ _ . 2) Proje:ct Conwllanl or Ope~or:. ______ __,.----~-----101"1 Lroense.Numl)~.·-_. ·_,_ .. ___ _ :MeilJng .Address: _____ .. ------~-----~-_;;,..-.,-----,.--,-,------- City.. , S taie: __ ~. Zip;,_· _. ___ Office Phone, Number:.._( _ _.)._. '-·-· ----~ . 3) ... Facllf~.Owner.._ ___ -"""--------','-------'---.,..-c.....-----------,--........ AUenrion · .... " . . Mailing Add ress: .. . . . __ .. . . _ .. ,. City: ·. · . . . . . S1at'l!: ' · ' Zip: . Owner P,hone Number{ · ) · .· · . . . .. · . . . . · t'Noto ; .tho invoico for tho notilica~on fuo wlll be aonUo the .owner of the bullct!ng ~J,d tho b illli\9 oildrus tor tho lmtdce win be d :, 0~1111,-ed 'fr~l'J"~O lnror m:ition that.ls ptovided In thh,5 ~tlon. . . . .. ' , . . . ·~ .t -4.)Descrlplion ot Facility Name:. ____ "--·-·._,·_··,_., __ ,·-------------------- E . f'hY$ical Ad dress; . . Co unt~ City: ___ _,_ __ ...,Zip; ___ _ p 1 · facllify Phone N umber · Facility Contact P~rson:. . · ·1 · H Oescription 'of Area/Room Number. . · · · . Prior Us e: C ' ·;. ,f utur e Use:._· ·-..,;_;---''------~'-'· -"-------:<Age of BuildiflQlfacill1y: , . Sim: N.(!ml,er of floors.:~: ____ . School (K -. 12):-a ~$. Cf NO ~· . -~ . l,.J ; 5) Type of Work ~ o Demolition i0 iReh ovatlon (Abatement) . r1 Ann~'at Con~lidated . 'T .· Work wi ll be during: Cl 1Day o Ev ening . ·. o Night · ·· Ph~cJ project .' · · · (. · >·,, ~ [ ~scfiptlon of work sched u3 o.:. ________ ---'-'-'----'-------.;._7•-... -. ---------- 11129/04 r· fl).1.s lt)isaPubllcBuildlng? O YES O NOFederal .FaclUty?o YES .,.NOlndusJriaJSite?CJ YE:$ O NO e ' ~ESHAP-Only .Facility?. o YES o NO . . Is e~itding/FQCllity Oocupier:f? b , ~S O No 7)· Notification Type CHECK O~LY ONE · , · Y ',, ,· lf Origlna]{10 Worl(in9 bays) . CanceUatiQO O Amendme~t · · o Em~enc·y;o·,d~d j • . . . . ' ' . ' '. ' .. '. ·. ., '. ' ' ,. 1 :': '~ l) I a . t'i ,, 0 n 1 . ' ·'(: . :.," -n ~ls is a1 ~rn,e n~~m!, whidi _a111erutm~r:i.\ l"!l!rrtberl~ this ?..:_ (Encl(,)~ copy)of orlglnal a~d/ot 1~1;t arn~dtn.er:it) · . · ,If ~Ii erne~cy. who dl~you talk wJth ;atTOH? . · ·. ··· . · ... · Emergency#; · . _· . · ' ; Oat, ~l!ld l:igu r or ~Gtganey (Ht:tlM~.NDQlYYJ· i · , · <' , >> ,, ,· ,,, , ~> · · · .. . : · .. · Oesetiptlon :of Die $1Jdden, unexpected event and explanation of how tl)c 'O\t'ent caused un:i;afe CQndifiom;I ~ Would cause ' equipment damage (computets,.maehinery, eti:: .. ;; . • . ' . sj'.DesCl'ipnon of procedures to be :followed In the event 1hat une'J<pected asbestos is found or previous.Jy nQTl.,ffil!ble as~stos malerlal becomes ctumbled. pul\·mized, or redu ced to powlkir; ·: :. , . ·· · ., · ' · ~ l.{'I ·:t:~ .~ .~ ~ ~ ;.: -.. ; :.. ;,,. -~ i:i') Wa $· i!A Asbes tos S"JrVeY performed? !J · Yes · o NO Da l e: /' · I TOH Inspector ~nse No: . ....,. ____ _ An~cal Me1Jiod ; D PU,4 D TEM D Assumed . \ TDH labora!ory l.i~~ No ; .. · ··· ·: ·· . · . · · (For TAHPA (public building) projects: an 9SsumpUon inus t be made by a _TDH Licensed Inspector) i' :~> Oes:crlp®n or pl~nned demol i~on or tariQva\/6n \YOtk '. ~pe of material ! ~f d melh?d{~} ·t~ ~··used . ..,·,.-. ---~-- -,!.l! ·7> •' ' SC-57 PART D -SPECIAL CONDITIONS '..:,_-'·:· t~ .;;:•:<. j 12} · Ai.d,ppllcablc ltcri'is iri th~ roIIOWi ng ~ble must be complete<J : IF NO ASBESTOS PRESE~T CHECK HERE o .::; :i:-~ -,;_~_ .. , -t~ -:~.:. ~ <.>I_ "' •· t,, .1 <:< · _ ·, : _i · ~--:·;;~::-:: , Ctieck unit of measu;:;,mcnt:? (Date} ASBESTOS NOTIFICATION SECTION TOXIC SUBSTANCES CONITROL DIVISI ON TEXAS DEPARTMENT OF HEAL T.H . PO BOX 143S38 , . . .. . · A0$TIN, TX 787f4-353B F>H! o 12~34:.{jsOo, .1-800-572-5548 SC-58 (Teleph one) {Fax Num ber) Hrly Rts Air Tool Operator $10 .06 Scraper Operator $11.42 Asphalt Raker $11 .01 Servicer $12.32 Asphalt Shoveler $8.80 Slip Form Machine Operator $12.33 Asphalt Distributor Operator $13.99 Spreader Box Operator $10.92 Asphalt Paving Machine Operator $12.78 Tractor operator, Crawler Type $12.60 Batching Plant·Weigher $14.15 Tractor operator, Pneumatic $12.91 Broom or Sweeper Operator $9 .88 . Traveling Mixer Operator $12.03 Bulldozer operator $13.22 Truck Driver-Single Axle (Light) $10.91 Carpenter (Rough) $12 .80 Truck Driver-Single Axle (Heavy) $11.47 Concrete Finisher-Paving $12 .85 Truck Driver-Tandem Axle Semi-Trailer $11.75 Concrete Finisher -Structures $13.27 . Truck Driver-Lowboy/Float $14.93 Concrete Paving Curbing Mach. Oper. $12 .00 Truck Driver-Transit Mix $12.08 Concrete Paving Finishing Mach. Oper. $13.63 Wagon Drill , Boring Machine, Post Hole Driller $14.00 Concrete Paving Joint Sealer Oper. $12 .50 Welder $13.57 Concrete Paving Saw Oper. $13.56 Work Zone Barricade Servicer $10.09 Concrete Paving Spreader Oper. $14.50 Concrete Rubber $j 0.61 Crane, Clamshell, Backhoe , Derrick , Dragline , Shovel $14 .12 Electrician $18.12 Flagger $8.43 Form Builder-Structures $11 .63 Form Setter-Paving & Curbs $11.83 Foundation Drill Operator, Crawler Mounted $13.67 Foundation ·Drill Operator, Truck Mounted $16.30 Front End Loader $12 .62 Laborer-Common $9.18 Laborer-Utility $10.65 Mechanic $16.97 Mill ing Machine Operator, Fine Grade $11.83 Mixer Operator $11.58 Motor Grader Operator (Fine Grade) $15 .20 . Motor Grader Operator, Rough Oiler $14 .50 Painter , Structures $13.17 Pavement Marking Machine Oper. $10.Q4 Pipe Layer $11 .04 Roller, Steel Wheel Plant-Mix Pavements $11 .28 Roller, Steel Wheel Other Flatwheel or Tamping $10 .92 Roller, Pneumatic, Self-Propelled Scraper $11.07 Reinforcing Steel Setter (Paving) $14.86 Reinforcing Steel Setter (Structure) $16.29 PART DA ADDITIONAL SPECIAL CONDITIONS DA-1 DA-2 DA-3 . DA-4 DA-5 DA-6 DA-7 DA-8 DA-9 DA-10 DA-11 DA-12 DA-13 DA-14 DA-15 DA-16 DA-17 DA-18 DA-19 DA-20 DA-21 DA-22 DA-23 DA-24 DA-25 DA-26 DA-27 DA-28 DA-29 DA-30 DA-31 DA-32 DA-33 DA-34 DA-35 DA-36 DA-37 DA-38 DA-39 DA-40 DA-41 DA-42 DA-43 DA-44 DA-45 DA-46 DA-47 DA-48 11/02/04 PART DA -ADDITIONAL SPECIAL CONDITIONS AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS ...... · ................... .4 PIPELINE REHABILITATION CURED-IN-PLACE PIPE ................................. OMITTED PIPE ENLARGEMENT SYSTEM ................................................... :; .... , ............ OMITTED FOLD AND FORM PIPE .................................................................................. OMITTED SLIPLINING ....................................................................................................... OMITTED PIPE INSTALLED BY OTHER THAN OPEN CUT ........................................................ .4 TYPE OF CASING PIPE ...................... ;· ......................................................................... 7 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR ............................................... 8 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ................... 11 MANHOLE REHABILITATION ........................................................................ OMITTED SURFACE PREPARATION FOR MANHOLE REHABILITATION ................... OMITTED INTERIOR MANHOLE COATING-MICROSILICATE MORTAR SYSTEM ..... OMITTED INTERIOR MANHOLE COATING-QUADEX SYSTEM .................................. OMITTED INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM .......................... OMITTED INTERIOR MANHOLE COATING-RAVEN LINING SYSTEM .................................... 13 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER ................................................................................................. OMITTED INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM ......................... OMITTED RIGID FIBERGLASS MANHOLE LINERS ...................................................... OMITTED PVC LINED CONCRETE WALL RECONSTRUCTION .................................... OMITTED PRESSURE GROUTING ................................................................................. OMITTED . VACUUM TESTING OF REHABILITATED MANHOLES ................................ OMITTED FIBERGLASS MANHOLES ............................................................................. OMITTED LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES .................... 16 REPLACEMENT OF CONCRETE CURB AND GUTTER ................................ OMITTED REPLACEMENT OF 6" CONCRETE DRIVEWAYS ........................................ OMITTED REPLACEMENT OF H.M .A.C. PAVEMENT AND BASE ............................................ 17 GRADED CRUSHED STONES ................................................................................... 18 WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE ............................................... OMITTED BUTT JOINTS -MILLED ................................................................................. OMITTED 2" H.M.A.C. SURFACE COURSE (TYPE ''D" MIX) ......................................... OMITTED . REPLACEMENT OF 7" CONCRETE VALLEY GUTTER ................................ OMITTED NEW 7" CONCRETE VALLEY GUTTER. ........................................................ OMITTED NEW 4" STANDARD WHEELCHAIR RAMP ................................................... OMITTED 8" PAVEMENT PULVERIZATION ................................................................... OMITTED REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT} .............. OMITTED RAISED PAVEMENT MARKERS .................................................................... OMITTED POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING ..... OMITTED, LOADING. TRANSPORTATION. AND DISPOSAL OF CONTAMINATED SOIL ................................................................................................................. OMITTED ROCK RIPRAP ·GROUT· FILTER FABRIC .............................................................. 18 CONCRETE RIPRAP ....................................................................................... OMITTED CONCRETE CYLINDER PIPE AND FITTINGS ............................................... OMITTED CONCRETE PIPE FITTINGS AND SPECIALS ............................................... OMITTED UNCLASSIFIED STREET EXCAVATION .................................................................... 22 6" PERFORATED PIPE SUBDRAIN ........................................................................... 22 REPLACEMENT OF 4" CONCRETE SIDEWALKS .................................................... 23 RECOMMENDED SEQUENCE OF CONSTRUCTION .................................... OMITTED PAVEMENT REPAIR IN PARKING AREA ...................................................... OMITTED EASEMENTS AND PERMITS ..................................................................................... 23 ASC-1 DA-49 DA-50 DA-51 DA-52 DA-53 DA-54 DA-55 DA-56 DA-57 DA-58 DA-59 DA-60 DA-61 DA-62 DA-63 DA-64 DA-65 DA-66 DA-67 DA-68 DA-69 DA-70 DA-71 DA-72 DA-73 DA-74 DA-75 DA-76 DA-77 DA-78 DA-79 DA-80 DA-81 DA-82 DA-83 DA-84 DA-85 . DA-86 DA-87 DA-88 DA-89 DA-90 DA-91 DA-92 DA-93 DA-94 DA-95 DA-96 DA-97 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS HIGHWAY REQUIREMENTS .......................................................................... OMITTED CONCRETE ENCASEMENT ....................................................................................... 24 CONNECTION TO EXISTING STRUCTURES ............................................................ 24 TURBO METER WITH VAULT AND BYPASS INSTALLATION ..................... OMITTED OPEN FIRE LINE INSTALLAT IONS ........................................................................... 24 WATER SAMPLE STATION ........................................................................................ 25 CURB ON CONCRETE PAVEMENT ............................................................... OMITTED SHOP DRAWINGS ...................................................................................................... 25 COST BREAKDOWN .................................................................................................. 26 STANDARD STREET SPECIFICATIONS H.M.A.C •. OVERLAY ...................... OMITTED H.M.A.C. MORE THAN 9 INCHES DEEP ........................................................ OMITTED ASPHALT QRIVEWAY REPAIR ...................................................................... OMITTED TOP SOIL ..................................................................................................................... 26 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT .................. 26 BID QUANTITIES ......................................................................................................... 26 WORK IN HIGHWAY RIGHT OF WAY ............................................................ OMITTED CRUSHED LIMESTONE (FLEX-BASE) ...................................................................... 27 OPTION TO RENEW ................. ~ ................................................................................. 27 NON-EXCLUSIVE CONTRACT ................................................................................... 27 CONCRETE VALLEY GUTTER ...................................................................... OMITTED TRAFFIC BUTTONS ......................................................................................... OMITTED PAVEM.ENT STRIPING .................................................................................... OMITTED H.M .. A.C. TESTING PROCEDURES ............................................................................ 27 SPECIFICATION REFERENC ES ................................................................................ 28 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX ........................................................................................................ 28 RESILIENT-SEATED GATE VALVES ......................................................................... 28 EMERGENCY SITUATION. JOB MOVE-IN ................................................................ 29 11h'' & 2" C·OPPER SERVIC·ES ................................................................................... 29 SCOPE OF WORK (UTIL. CUT) ...................................................................... OMITTED CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT} .......................................... OMITTED CONTRACT TIME (UTIL. CUT} ....................................................................... OMITTED REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) ..................... OMITTED TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) ...................................... ~OMITTED LIQUIDATED DAMAGES (UTIL. CUT) ............................................................ OMITTED PAVING REPAIR EDGES {UTIL. CUT) ........................................................... OMITTED TRENCH BACKFILL (UTIL. CUT) ................................................................... OMITTED CLEAN-UP (UTIL. CUT) .................................................................................. OMITTED PROPERTY ACCESS (UTIL. CUT) ................................................................. OMITTED SUBMISSION OF BIDS (UTIL. CUT} .............................................................. OMITTED STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) .................................... OMITTED CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. CUT) .................. OMITTED 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) .................................................. OMITTED ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT)OMITTED MAINTENANCE BOND (UTIL. CUT) ............................................................... OMITTED BRICK PAVEMENT (UTIL. CUT) .................................................................... OMITTED LIME STABILIZED SUBGRADE (UTIL. CUT) ................................................. OMITTED CEMENT STABILIZED SUBGRADE (UTIL. CUT) .......................................... OMITTED REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) ............................. OMITTED "QUICK .. SET" CONCRETE (UTIL. CUT) ......................................................... OMITTED ASC-2 DA-98 DA-99 PART DA -ADDITIONAL SPECIAL CONDITIONS UTILITY ADJUSTMENT (UTIL. CUT) .............................................................. OMITTED STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS ._ (UTIL. CUT} .... ~ ................................................................................................ OMITTED DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) ....................... OMITTED DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT} ......................................... OMITTED DA-102 PAYMENT (UTIL. CUT) ............................................................................... OMITTED DA-103 DEHOL.ES {MISC. EXT.) ............................................................................... OMITTED DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) ........................................... OMITTED DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) ............................... OMITTED DA-106 BID QUANTITIES (MISC. EXT.} .................................................................. OMITTED DA-107 LIFE OF CONTRACT (MISC. EXT.) ............................................................ OMITTED DA-108 FLOWABLE FILL (MISC. EXT.} ..................................................... ; ............ OMITTED DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) .............................................. OMITTED DA-110. DETERMINATION AND INITIATION OF WORK (MISC. REPL.) ................ OMITTED DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) ................................. OMITTED DA-112 MOVE IN CHARGES (MISC. REPL.) ........................................................... OMITTED DA-113 PROJECT SIGNS (MISC. REPL.) ................................................................ OMITTED DA-114 LIQUIDATED DAMAGES (~ISC. REPL.) .................................................... OMITTED DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.} ................................. OMITTED DA-116 FIELD OFFICE ............................................................................................. OMITTED DA-117 TRAFFIC CONTROL PLAN ......................................................................... OMITTED DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNI.TS .OMITTED 11/02104 ASC-3 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS The City reserves the right to abandon w ithout obligation to the contractor, any part of the project, or the entire project, at any time before t he contractor begins any construction work authorized by the City. Award, if made, shall be to the lowest responsible bidder. The following shall apply for contract documents with multiple units of work. Each unit represents a separate project, each with an individua l M/WBE specification and proposal section. The proposal sections are arranged to allow prospective bidders to submit bids on one unit, some of the units, or all of the units. Award of cont ract(s), if made, shall be to the lowest responsible bidder for each individual unit. If a contracto r is the low bidder on two units or more, a single set of contract documents consisting of all a pplicable units will be created and one single award of contract shall be made. The Contracto r shall comply with the City's M/WBE Ordinance for the applicable unit or combination of units and shall submit monthly M/WBE reports for the applicable unit or combination of units. Construction time on all units will run co ncurrently. For situations involving approved contracts with multiple units, the total allowable co nstruction completion time period for all the units shall be .the same as the unit with the longest con struction time period . DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE -OMITTED DA-3 PIPE ENLARGEMENT SYSTEM -OMITTED DA-4 FOLD AND FORM PIPE -OMITTED DA-5 SLIPLINING -OMITTED DA-6 PIPE INSTALLED BY OTHER T HAN OPEN CUT A. GENERAL: 1. Furnish materials and necessary accessories, with strengths, thickness, coatings, and fittings indicated , spe c ified and/or necessary to complete the work. 2. All excavation shall provi de an open area conforming to the outside diameter of the casing and/or carrier conduit. The excavation shall be to an alignment and grade which will allow the carrier conduit to be installed to proper line and grade as shown on the Plans and as established in the Specifications . 3 . Work shall be performed in accordance with the requirements of the City of Fort Worth Water Department , the Texas Department of Transportation, or railroad company, as applicable. B. MATERIALS: 11/02104 1. Casing Pipe: Casing pi pe shall be steel conforming to ANSI B36.10 and the following: a. Field Strength: 35 ,0 00 psi minimum. b. Wall thickness: 0.3 12 in. minimum (0 .5 for railroad crossings). A SC-4 PART DA -ADDITIONAL SPECIAL CONDITIONS c. Diameter: As shown on the drawings (minimum size requirements). d. Joints: Continuous circumferential weld in accordance with AWS 01 .1. 2. Carrier Pipe in · Casing: Carrier pipe shall be as shown on drawings and as specified in the General Contract Documents. 3. Sewer Pipe without Casing Pipe: Shall be minimum Class 51 ductile iron pipe, or as designated on the plans. 4. Grout: Grout shall be Portland Cement grout of min. 2000 psi compressive strength at 28 days. Proportioned not less than 1 cu. ft. of cement to 3 cu. ft. of fine sand with sufficient water added to provide a free flowing thick slurry. C. EXECUTION 11/02104 1. Where sewer pipe is required to be installed under railroad embankments or under highways, streets or other facilities in other than open cut, construction shall be performed in such a manner ~o as to not interfere with the operation of the railroad, street, highway, or other facility, and so as not to weaken or damage any embankment or structure. During construction operations, barricades and lights to safeguard traffic and pedestrians shall be furnished and maintained, until such time as the backfill has been completed and then shall be removed from the site. 2. Pits and Trenches: a. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking or tunneling operations and for placing end joints of the pipe. Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted securely and braced in a manner to prevent earth from caving in. b. The location of the pit shall meet the approval of the Engineer. c. The pits of trenches excavated to facilitate these operations shall be backfilled immediately after the casing and carrier pipe installation has been completed. 3. Boring and Jacking Steel Casing Pipe: Steel casing pipe shall be installed by boring hole with the earth auger and simultaneously jacking pipe into place. a. The boring shall proceed from a pit provided for the boring equipment and workmen. The holes are to be bored mechanically. The boring shall be done using a pilot hole. By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. Excavated material shall be placed near the ASC-5 11/02/04 PART DA -ADDITIONAL SPECIAL CONDITIONS top of the working pit and disposed of as required. The use of water or other fluids in con nectio n with the boring operation will be permitted only to the extent require d to lubricate cuttings. Jetting or sluicing will not be permitted . b. In unconsolidated soi l formations, a gel-forming colloidal drilling fluid consisting of at least 1 O percent of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furn ish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. c. Allowable variatio n from the line and grade shall be as specified under paragraph A.2 . A ll vo ids between bore and outside of casing shall be pressure grouted . 4. Installation of Carrier Pipe in Casing: a. Sanitary sewer pipe Jocated within the encasement pipe shall be supported by "skids" or "ban ds" to prevent the pipe and bells from snagging on the inside of the casin g, and to keep the installed line from resting on the bells. b. All skids shall be treated with a wood preservative. Skids should extend for the full length of th e pipe with the exception of the bell area and spigot area necessary for asse mbly unless otherwise specified . c. The Contractor sh a ll prevent over-belling the pipe while installing it through the casing. A method of restricting the movement between the assembled bell and spigot where applicable shall be provided. d. At all bored, jacked, or tunneled installations, the annular space between the carrier pipe an d casing shall be filled with grout. Care must be taken that not too much water is forced into the casing so as not to float the pipe. The backfill materi a l wi ll not be required unless specified on the plans and specified by the En g ineer. e. Closure of the cas in g after the pipe has been installed shall be plugged at the ends of the casing as shown on the drawings or as required by the Engineer. 5 . Boring and Jacking Ductile Iron Pipe without Casing Pipe: a. As indicated on drawings and as required and directed by the Engineer sewer shall be con structed of bore and jacked ductile iron pipe . b. When a casing pip e is not designated on the drawings, the contractor shall provide a casing pi pe if necessary to achieve line and grade . Casing pipe shall be provided at no additional cost and shall be subsidiary to the cost bid for installation By Other than Open Cut. C. Bore and jack in accordance with paragraph C.3. above. A SC-6 PART DA -ADDITIONAL SPECIAL CONDITIONS d. Short length of sewer consisting of a single pipe section may be installed by jacking without a bore hole if permitted by the Engineer and . in soft soil layer. All voids outside of installed pipe shall be pressure grouted. 6. Tunneling: Where the characteristics of the soil, the size of the proposed pipe, or the use of monolithic sewer would make the use of tunneling more satisfactory than jacking or boring, or when shown on the plans, a tunneling method may be used, with the approval of the Engineer or railroad/highway officials. a. When tunneling is permitted, the lining of the tunnel shall be of sufficient strength of support the overburden. The Contractor shall submit the proposed liner method to the Engineer for approval. The tunnel liner design shall bear the seal of a licensed professional engineer in the State of Texas. Approval by the Engineer shall not relieve the Contractor of the responsibility for the adequacy of the liner method. b. The space between the tunnel liner and the limits of excavation shall be pressure grouted or mud-jacked. c. Access holes for placing concrete shall be space at maximum intervals of 10 feet. D. MEASUREMENT AND PAYMENT: Installation of pipe by other than open cut will be measured by the linear foot of pipe, complete in place. Such measurement will be made between the ends of the pipe along the central axis as installed. The work performed and materials furnished as prescribed by this item will be paid for at the Contract Unit Price bid per linear foot for Pipe Installed by Other Than Open Cut of the type, size, and class of pipe specified as shown on plans. The furnishing of all materials, pipe, liner materials required for installation, for all preparation, hauling and installing of same, and for all labor, tools, equipment and incidentals necessary to complete the work, including excavation, backfilling and disposal of surplus material shall be included in the Contract Unit Price as shown in the Bid Proposal. Payment shall not include pavement replacement, which if required, shall be paid separately. DA-7 TYPE OF CASING PIPE 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: A. For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. B. Touch-up after field welds shall provide coating equal to those specified above. 11/02/04 ASC-7 PART DA -ADDITIONAL SPECIAL CONDITIONS C. Minimum thickness for casing pipe used shall be 0.375 inch. Casing Spacers ( centering style) such as manufactured by Cascade Waterworks Manufacturing Company, Advanced Products and Syste ms, Inc ., or an approved equal shall be used on all non- concrete pipes when installed in casing. Installation shall be as recommended by the manufacturer. 2. SEWER: Boring 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, labo r, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. DA-8 SERVICE LINE POINT REPAIR / CLEANOUT REPAIR A. GENERAL: The work covered by t his item consists of furnishing all labor, material, equipment, supervision, etc. ne cessary to construct a point repair on the portion of a service line located within a utili ty easement, street right-of-way or on private property. Point repairs on private property s hall only be addressed after the Contractor has received written permission from the property owner to do the work. A blank Right-of-Entry Agreement form to be completed by t he Contractor and the individual property owners is included at the end of this section. The Contractor shall keep a record copy of all Right- of-Entry forms obtained and have it on hand at all times during construction. The street addresses and approximate location of service line repairs are shown in Table_ and the Field Survey Forms in Attachment_. It shall be the Contractors responsibility to accurately field locate the exact point of repair. B. MATERIALS: The pipe replacement material shall be gasketed joint, gravity PVC sewer pipe (ASTM D- 3034, SOR 26) and have a min imum cell classification of 12454 A or B as defined in ASTM D-1784. Installation shall be in strict compliance with the manufacturer, recommendations and the Uni-Be ll Plastic Pipe Association. The method of jointing the ends of the replaced pipe with the existing pipe shall be water tight. C. EXECUTION: 1. 11/02/04 After the location of the point repair is determined, the Contractor shall excavate and remove the damaged pipe and replace with new pipe. The minimum length of pipe replaced shall be th ree (3) feet. All work shall be performed by a licensed plumber. Determine whether additional lengths of line beyond "minimum length" criteria need replacemen t. Report need for additional replacement to City and obtain approval before proceeding. A SC-8 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS 2. The Contractor shall excavate, shape the bottom of the trench and place the required pipe bedding so that the grade of the replaced pipe matches the existing service line grade. 3. Numerous service line point repairs along with lateral line point repairs and obstruction removals are located in areas which in many instances will require the removal of existing landscaping, structures, sidewalks, driveways, etc. Items removed or disturbed shall replaced or restored to original conditions or better. 4. Removal of Debris: Excess excavated material and debris are to be removed from the work site daily. Cost of hauling excess excavation and debris is to be included in the price bid for "Service Line Point Repair". 5. Roof and Yard Drains: At the locations indicated in Table of the Attachments. The Contractor shall disconnect roof and yard drains from the sanitary sewer service line. For yard drains, the Contractor shall excavate and remove the drain from the yard and plug the line at the property line. For roof drains, the Contractor shall remove the downspout from the drain line and plug the line to prevent inflow. In addition, the Contract~r shall install an elbow fitting at the bottom of the downspout to direct runoff, away from the building, and a concrete splash pad to prevent erosion. 6 . Disconnected Service Lines: At the locations indicated in Table_ of Attachments __ to the Special Contract Documents, the Contractor shall remove the service line no longer in use by excavating at the property line and plugging the service line. 7. Abandonment of Point Repair: If a pipe is exposed and found in good condition, not requiring a point repair, notify City Engineer who will record abandonment of point repair . Backfill the excavation, replace pavement or sidewalk and repair and seed or sod unpaved areas. 8. Cleanout Repair: The Contractor shall make appropriate repairs to cleanouts as indicated in Table and as shown on the PLANS. All cleanout repair work shall be performed by a licensed plumber. a. General This special condition describes the repair of sanitary sewer cleanouts located on private property as designated on the 1/1 Elimination Repair plans. Repair of the cleanouts shall consist of replacing defective cleanout · caps or installing new caps where none exist, such that inflow is eliminated. There will be no repairs made to the existing cleanouts that require excavation, other than what is required to expose the top of the cleanout so that the new caps can be installed. ASC-9 PART DA -ADDITIONAL SPECIAL CONDITIONS b. Materials Replacement clea nout caps shall be Dal-Caps as manufactured by Dallas Specialty & Mfg. Company, or equal. The rubber caps are held down by stainless steel cla m ps . c. Excavation 1) The Contractor shall submit shop drawings on all materials and equipment to be installed. 2) The Contractor is responsible for obtaining right of entry from the property owners prior to performing any work . Property owners should be no ti fied 48 hours in advance of any work on their property. 3) The Contracto r shall restore any disturbed surface to its original or better condi ti on at no separate pay. D. MEASUREMENT AND PAYMEN T: 1. 2. 3. 4. 5. 6. 7 . 11/02/04 Payment for service line point repair shall be on a unit price basis for each repair performed on all sizes of service lines for the respective depths. The minimum length of service line poin t repair shall be three (3) feet. No separate pay if the work is done within the li m its of a service line reconnect as defined in Special Condition , D-28, "Sanitary Sewer Services". Measurements for extra le ngth repair is on a linear foot basis for repairs in excess of the minimum 3 foot repl acement length . All pipe fittings, adapte rs, concrete collars , bedding, and removal and replacements of grass sodding required shall be considered incidental to service line point repair. If no pay item is included fo r any work required to properly complete a service line point repair as specified, the cost to perform said work, including any required removal and replacement of materials, shall be considered incidental to the service line point repair. Depth of Bury is to be measured from Natural Ground Level to the Flow Line of the Sanitary Sewer Service Li ne at the Point of Replacement. The minimum trench width shall be 3 '-0". All excavation, backfill, removal and replacement of grass sodding and landscap ing, plugs, fitting s , and splash pads shall be considered incidental to removal of yard drains , d isconnecting roof drains and plugging disconnected service lines. No separate payment will be made for the Contractor to obtain written permission to enter private property. A SC-10 PART DA -ADDITIONAL SPECIAL CONDITIONS 8. Payment will be made for Abandonment of Point Repairs at the Contract Unit Price for Excavation and Backfill Abandoned Point Repairs. 9. · Payment shall be made at the Contract Unit Price for each sanitary sewer cleanout successfully repaired. Payment shall be full compensation for all materials, equipment, and labor required to perform the work. DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION A. GENERAL: 1. Scope: This section governs all work, materials and testing required for the application of interior protective coating. Structures designated to received interior coating are listed on the construction drawings. The structures are to be coated, including interior wall, top and bench surfaces. Protective coating for corrosion protection shall meet the requirements of this Specification (and items DA-14 and DA-15) and the Manufacturers recommendations and ·specifications . 2. Description: The Contractor shall be responsible for the furnishing of all labor, supervision, materials,. equipment, and testing required for the completion of protective coating of structures in accordance with manufacturer's recommendations. 3. Manufacturer's Recommendations: Materials and procedures utilized for the lining process shall be in strict accordance with manufacturer's recommendations. 4. Corrosion Protection : Corrosion protection may be required on all structures where high turbulence or high H2S content is expected. B. MATERIALS : 1. 2. 3. 4 . 11/02104 Scope: This section governs the materials required for completion of protective coating of designated structures . Protective Coating: The protective coating shall be a proprietary two component, 100 percent solids, rig id polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc. or a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. Specialty Cement (If required for leveling or filling): The specialty cement-based coating material shall be either Quadex QM-1s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. Material Identification: The protective coating material sprayed onto the surface of the structure shall be a urethane or epoxy resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the minimum physical properties as follows: ASC-11 PART DA -ADDITIONAL SPECIAL CONDITIONS Property Tensile Strength Flexural Stress Flexural Modulus Standard A STM D-638 A STM D-790 A STM D-790 Long Term Value 5,000 psi 10,000 psi 550,000 psi 5. Mixing and Handling: Mi xin g and Handling of specialty cement material and protective coating materia l, wh ich may be toxic under certain conditions shall be in accordance with the reco m mendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protect ive measures to ensure that materials are under control at all times and are not ava ilable to unauthorized personnel or animals. All equipment shall be subj ect to the approval of the Engineer. Only personnel thoroughly familiar with th e handling of the coating material shall perform the spray coating operations and co ating installations. C. EXECUTION : 11/02/04 1. General : Protective coat in g shall not be installed until the structure is complete and in place. 2 . Preliminary Repairs: a. All foreign materia ls shall be removed from the interior of the structure using high pressure water spray (3500 psi to 4000 psi at spray tip). b. All unsealed liftin g ho les, unsealed step holes, and voids larger than approximately one-half (1/2) inch in thickness shall be filled with patching compound as reco m mended by the material supplier for this application . c. After all repairs have been completed, remove all loose material. 3. Protective Coating: a . The protective coa t ing s hall be applied to the structure from the bottom of the frame to the bench, down to the top of the trough. The top of the structure shall also be coated. b. The protective coati ng shall be installed in accordance with t he manufacturer's reco mmendations and the following procedure. 1) 2) 3) The surface shall be thoroughly cleaned of all foreign materials a nd matter. Place covers over the invert to prevent extraneous material from entering the sewers. If required for filling or leveling, apply specialty cement product to provide a s mooth surface for the coasting material. ASC-12 PART DA -ADDITIONAL SPECIAL CONDITIONS 4) Spray the urethane or epoxy onto the structure wall and bench/trough to a minimum uniform thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. After the walls are coated, the wooden bench covers shall be removed. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur inside the structure within 24 hours after application. 4. Testing of Rehabilitated Manholes: Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with the Section D-36 -VACUUM TESTING OF SANITARY SEWER MANHOLES. D. MEASUREMENT AND PAYMENT: Payment shall be based on the Contract Unit Price Bid per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing required to complete the work. Pressure grouting, if necessary to stop active infiltration prior to application of the protective coating, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular structure, if required by the Engineer, shall be paid for separately, as specified in Section DA-10, MANHOLE REHABILITATION. DA-10 MANHOLE REHABILITATION -OMITTED DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION -OMITTED DA-12 INTERIOR MANHOLE COATING-MICROSILICATE MORTAR SYSTEM -OMITTED DA-13 INTERIOR MANHOLE COATING-QUADEX SYSTEM -OMITTED DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM -OMITTED DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM A. GENERAL 11/02/04 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed of the Manhole Rehabilitation Schedule, listed in Section I. Interior manhole coating shall meet the requirements of this Section, or of Section DA-12, DA-13, DA-14, DA-16 or DA-17. . ASC-13 PART DA -ADDITIONAL SPECIAL CONDITIONS 2. Description The Contractor shall be responsible for the furnishing of all labor, superv1s1on, materials, equipment, and testing required for the completion of interior coating of manholes in accordance w ith the Contract Documents. 3. Manufacturer's Recomme ndations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations. 4. Manholes Manholes to be coated are of brick, block, or concrete construction. All manho les shall have a minimum of one-half (1/2) specialty cement-based coating material (Quadex QM-1s or Reline r MSP) sprayed or trowelled on coating over the original interior surface. B. MATERIALS 11/02104 1. Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating Raven Ultra High-Build ep oxy Coating, a two-part epoxy resin system using 100% solids based epoxy binde r with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. 3. Specialty Cement The specialty cement-bas ed coating material shall be either Quadex QM-1s as manufactured by Quadex , Inc . or Reliner MSP as manufactured by Standard Cement Materials. 4. Material Identification 5. Contractors will completely identify the types of grout, mortar, sealant, and/or root control chemicals proposed and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance. These grouting materials shall be compatible with Raven 40 5 interior coating. The contractor shall be responsible for getting approval from Raven Lining systems and/or the grout manufacturers for the use of these grouting mate ri als . Mixing and Handling Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor ASC-14 PART DA -ADDITIONAL SPECIAL CONDITIONS to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Coating shall be performed only by certified applicators approved by the manufacturers. C. EXECUTION 11/02104 1. General Manhole coating shall not be performed until sealing of manhole from frame and grade adjustments, partial manhole replacement, manhole grouting or sewer replacement/repairs are complete. 2. Temperatures Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. 3. Interior Manhole Coating a. Manholes scheduled for interior coating are shown on the Manhole Rehabilitation Schedule. The interior coating shall be applied to the manhole from the bottom of the manhole frame to the bench/trough, including the bench/trough. b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) 2) 3) 4) 5) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE RESTORATION. Apply a minimum of one-half (1/2) inch specialty cement-based product (Quadex QM-1s or Reliner MSP) smooth surface for the urethane coating material. The surface prior to application may be damp but shall not have noticeable free water droplets seeping or running water. Material shall be spray applied per manufacturer's recommendations with a minimum thickness of 125 mils (0.125 inch). After the walls are coated , the wooden bench covers shall be removed and the bench sprayed to the same average and minimum thickness as required for the walls. The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. ASC-15 PART DA -ADDITIONAL SPECIAL CONDITIONS 6) No applica tions shall be made to frozen surfaces or if freezing is expected to occur in side the manhole within 24 hours after application . 4 . Testing of Rehabilitated Manholes a. After the epoxy li ner has set (hard to touch), all visible pinholes shall be repaired. Repairs shall be made by lightly abrading the surface and brush ing the lining material over the area. All blisters and evidence of uneven cover shall be repaired according to the manufacturer's recommendations . . Spot check of coating th ickness may be made by Owner's Representative, and the contractor shall re pair these areas as required, at no additional cost to the Owner. b. Testing of rehabili tated manholes for watertightness shall be performed by the Contractor afte r operations are complete in accordance with Section DA- 21 -VACUUM TE STING OF REHABILITATED MANHOLES. D. MEASUREMENT AND PAYMEN T Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of th e bench. The Contract Unit Price shall be payment in full for performing the work and for f urni shing all labor, supervision, materials, equipment all testing necessary to complete the work. Payment for grouting of pipe seals, bench and trough and manhole walls shall be based on the Contract Unit Price for each manhole actually grouted. DA-16 INTERIOR MANHOLE COATIN G : PERMACAST SYSTEM WITH EPOXY LINER -OMITTED DA-17 INTERIOR MANHOLE COATIN G-STRONG-SEAL-SYSTEM-OMITTED DA-18 RIGID FIBERGLASS MANHOLE LINERS -OMITTED DA-19 PVC LINED CONCRETE WALL R ECONSTRUCTION -OMITTED DA-20 PRESSURE GROUTING -OMITTED DA-21 VACUUM TESTING OF REHABILITATED MANHOLES-OMITTED DA-22 FIBERGLASS MANHOLES -OMITTED DA-23 LOCATION AND EXPOSURE O F MANHOLES AND WATER VALVES The contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this co ntract before the resurfacing process commences fo r a particular street. The contractor shall attempt to includ e the Construction Engineer (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum of two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the contractors responsibility to notify the utility companies that he has commenced work on the project. As the resurfacing is completed (within same day) the contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a 11102104 A SC-16 PART DA -ADDITIONAL SPECIAL CONDITIONS street the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons : Company Telephone Number Southwestern Bell Telephone Texas Utilities Lone Star City of Fort Worth, Street Light and Signal 338-6275 336-9411 Ext. 2121 336-8381 . Ext. 6982 871-8100 Contact Person "Hot Line" Mr. Roy Kruger Mr. Jim Bennett Mr. Jim Bob Wakefield Of course, under the terms of this contract, the contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5) working days after completing the laying of proposed H.M .A.C. overlay adjacent to said facilities . Any deviation from the above procedure and allotted work ing days may result in the shut down of the resurfacing operation by the Construction Engineer. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER -OMITTED DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS -OMITTED DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE The contractor shall remove all existing deformed H.M.A.C. pavement and/or bad base material that shows surface deterioration and/or complete failure . The Engineer will identify these areas upon which time the contractor will begin work. The failed area shall be saw cut, or other similar means, out of the existing pavement in square or rectangular fashion. The side faces shall be cut vertically and all failed and loose material excavated. As a part of the excavation process, all unsatisfactory base material shall be removed, if required, to a depth sufficient to obtain stable sub-base. The total depth of excavation could range from a couple of inches to include the surface-base-some sub-base removal for which the Engineer will select the necessary depth . The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated material shall be hauled off site, the same day as excavated, to a suitable dump site. After satisfactory completion of removal as .outlined above , the contractor shall place the permanent pavement patch, with "Type D" surface mix . This item will always be used even if no · base improvements are required. The proposed H.M.A.C . repair shall match the existing pavement section or the depth of the failed material , whichever is greater. However, the patch thickness shall be a minimum of 2 inches. Generally the existing H.M .A.C. pavement thickness will not exceed 6". Before the patch layers are applied, any loose material, mud and/or water shall be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth , made in preparation to accept the recycling process. 11/02104 ASC-17 PART DA -ADDIT IONAL SPECIAL CONDITIONS All applicable provisions of Standard Specification Item Nos. 300 "Asphalts, Oils, and Emulsions", 304 "Prime Coat", and 312 "Hot-Mix As phaltic Concrete" shall govern work . The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the wo rk. DA-27 GRADED CRUSHED STONES This item shall be used to repair the fai le d base material in areas exceed 8" deep as directed by the Engineer. The material shall be grad ed c rushed stones. For specifications governing this item se e Item No. 208 "Flexible Base". The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the w ork. DA-28 WEDGE MILLING 2" TO O" DE PTH 5.0' WIDE -OMITTED DA-29 BUTT JOINTS -MILLED -OMITTl;D DA-30 2" H.M.A.C. SURFACE COURS E (TYPE "D" MIX} -OMITTED DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER-OMITTED DA-32 NEW 7" CONCRETE VALLEY GUTTER-OMITTED DA-33 NEW 4" STANDARD WHEELCHAIR RAMP -OMITTED DA-34 8" PAVEMENT PULVERIZATION -OMITTED DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT)-OMITTED DA-36 RAISED PAVEMENT MARKERS -OMITTED DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING -OMITTED DA-38 LOADING, TRANSPORTATION , AND DISPOSAL OF CONTAMINATED SOIL -OMITTED DA-39 ROCK RIPRAP -GROUT -FILT ER FABRIC A. GENERAL: 1. General Conditions, Supplementa l Conditions, applicable requirements of Division 1 - General Requirements and the North Central Texas Council of Governments (NCTCOG) Standard Specific atio ns , are hereby made a part of this section. 2. This item shall govern for the installation of rock riprap of the various sizes shown on the plans . B. DESIGN CRITERIA: 11/02104 1. The toe of the riprap revetment shall be entrenched in stable channel bottoms . If the channel bottom is not stable, the design shall incorporate other requirements needed to stabilize the revetment toe . 2 . The channel side slope shall be as shown on the drawings. 3. Engineering filter fabric material shall be placed underneath the riprap . A SC-18 PART DA -ADDITIONAL SPECIAL CONDITIONS 4. Riprap shall extend up the bank to an elevation where vegetation will provide adequate protection. See cross sections. C. PRODUCT: 11/02104 1. RIPRAP MATERIAL: Stone for riprap shall be durable and of a suitable quality to insure permanence in the structure. It shall be free from cracks, seams and other defects that would tend to increase deterioration. Rock shall be reasonably well graded between the following prescribed limits: 24" Riprap 18" Riprap Sieve Size (Square Mesh) 24inch 18inch 12inch 6inch Sieve Size (Square Mesh) 18inch 12inch 6inch 3inch Percent Passing 100 80-90 45-55 0-20 Percent Passing 100 60-85 15-45 0-15 2. RIPRAP WEIGHT: Weight of rock shall be one hundred fifty five pounds per solid cubic foot (min.) calculated from the bulk specific gravity (saturated surface dry). 3. FILTER FABRIC BLANKET: Approved Manufacturer: • Supac -Heavy Grade 8NP (UV) • Trevira 011/280 • Amoco4553 • or Equal Heavy Grade 4. RIPRAP GROUTING a. FINE AGGREGATE: Fine aggregate for grouting mix shall consist of natural sand, manufactured sand, or a combination of natural and manufactured sands. The grading and uniformity of the fine aggregate shall conform to the following requirements as delivered to the mixers: Sieve Designation, U.S. Standard Square Mesh 3/8 in. (9.5 mm) No. 4 (4.75 mm) No. 8 (2.36 mm) No. 16 ( 1.18 mm) No. 30 (600 um) No. 50 (300 um) No. 100 (150 um) ASC-19 Permissible Limits Percent by Weight. Passing 100 95 -100 80-95 55-75 30-60 12-30 2-10 PART DA -ADDIT IONAL SPECIAL CONDITIONS D. EXECUTION: 1. CONSTRUCTION: a . The channel side slope a nd the toe excavation shall be prepared to the requi red lines and grades. b. Filter fabric and riprap shall be placed in succession to the required thicknesses and elevations. Riprap shall be hand placed around structures to prevent damage to the structures. 2. INSTALLATION OF THE FI LTER FABRIC (GEOTEXTILE): The geotextile shall be placed in the manner and at the locations shown on the drawings. At the time of installation, the geotextile shall be rejected if it has defects, rips, holes, flaws, deterioration or damage incu rred during manufacture, transportation or storage. The surface to receive the geotextile shall be prepared to a relatively smooth condition free of obstructions, depressions , debris, and soft or low density pockets of material. Erosion features such as rill s, gullies, etc. must be graded out of the surface before geotextile . placement. The geotextile shall be placed with the long dimens ion perpendicular to the centerline of the channel and laid smooth and free of tension, stress, folds, wrinkles, or creases. The strips shall be placed to provide a minimum width of 24-inches of overlap for each joint. Temporary pinning of the textile to help hold it in place until the rock riprap is placed . The temporary pins shall be removed as the riprap is placed to relieve high tensile stress which may occur during placement of material on the geotextile. The specified placement procedure requires that the length of the geotextile be greater than the actual slope length. The Contractor shall adjust the actual length of the geotextile used based on initial installation experience. The geotextile shall be protected at all times during construction from contamination by surface runoff and any geotextile so contaminated shall be removed and replaced with . uncontaminated geotextile. Any geotextile damaged during its installation or during placement of riprap shall be replaced by the Contractor at no cost to the Owner. The work shall be scheduled so that the covering of the geotextile with a layer of the specified material is accompl ished within seven (7) calendar days after placement of the geotextile. Failure to comply shall require replacement of geotextile. The geotextile shall be protected from damage prior to and during the placement of rock riprap . Before placement of gab ion units, the Contractor shall demonstrate that the placement technique will prevent damage to the geotextile. In no case shall any type of equipment be allowed on t he unprotected geotextile. 3. RIPRAP PLACEMENT: Stone fo r riprap shall be placed on the filter fabric blanket in such a manner as to produce a reasonably well graded mass of rock with the minimum practicable percentage of voids and shall be constructed within the specified tolerance to the lines and grades shown on the drawings. The intent of these specifications is to require placement of riprap to the thickness shown and to allow isolated stones to extend as much as six inches above grade. Riprap shall be placed to its full course thickness at one operation and in such a manner as to avoid displacing the fabric. The larger st ones shall be well distributed and the entire mass of stones in their final position shall conform to the gradation specified hereinbefore. The finished riprap shall be free from objectionable pockets of small stones and clusters of larger stones. The desired d istribution of the various sizes of stones throughout the 11102104 A SC-20 - E. 11/02104 liiiil PART DA -ADDITIONAL SPECIAL CONDITIONS mass shall be obtained by selective loading of the material at the quarry or other source, by controlled dumping of successive loads during final placing, or by other methods of placement which will produce the specified results. Rearranging of individual stones, by mechanical equipment or by hand will be required to the extent necessary to obtain a reasonably well graded distribution of stone specified above. The Contractor shall maintain the riprap protection until accepted. Any material displaced by any cause shall be replaced at his erosion to the lines and grades shown on the Drawings. 4. GROUT PLACEMENT: Grout shall be composed of cement, water and air-entraining admixture and sand mixed in the proportions of 1 part of Portland cement to 3 parts of sand, sufficient water to produce a workable mixture, and that amount of admixture which will entrain sufficient air to produce durable grout, as determined by the ENGINEER. Sand for grouting shall conform to the requirements of paragraph: FINE AGGREGATE. The grout shall be mixed in a concrete mixer in the manner specified for concrete except that the time of mixing shall be increased to that necessary to produce a mixture having a consistency such as to permit gravity flow into the interstices of the riprap with the help of limited . spading and brooming. The grout shall be used in the work within a period of one (1) hour after mixing . Retempering of ground will not be permitted. Riprap shall not be grouted when the ambient temperature is below 35 degree F. or above 95 degrees F. unless approved by the ENGINEER in writing; nor when the grout, without special protection, is likely to be subjected to freezing temperatures before final set has occurred. Prior to grouting, all surfaces of riprap shall · be wetted. The riprap shall be grouted in successive longitudinal strips, approximately 1 O feet in width, commencing at the lowest strip and working up the slope. Grout shall be brought to the place of final deposit by approved means, and in no case will grout be permitted to flow on the riprapped surface a distance in excess of 10 feet. Immediately after dumping the batch of grout, it shall be distributed over the surface of the strip by the use of brooms and the grout worked into place between stones with suitable spades, trowels, or vibrating equipment. As a final operation, the grout shall be removed from the top surfaces of the upper stones and from pockets and depressions in the surface of the stone protection. After completion of any strip as specified, no workman or any load shall be permitted on the grouted surface for a period of at least 24 hours. The grouted surface shall be protected from rain, flowing water, and mechanical injury. The surface of all grouted riprap shall be cured by keeping the surface continuously wet for a period of not less than 7 days. MEASUREMENT AND PAYMENT 1. FILTER FABRIC: Filter fabric will be measured by the square yard for material used including that required at toes and thickened edges of riprap. Payment for filter fabric will be made at the contract unit price per square yard which includes all plant, labor, material, and all installation costs in-place, complete. 2. STONE RIPRAP : Stone (rock) riprap will be measured by the cubic yard using actual plan dimensions . Payment for riprap will be made at the contract unit price per cubic yard which includes all plant, labor, material, and installation costs in-place, complete. ASC-21 PART DA -ADDITIONAL SPECIAL CONDITIONS 3. GROUT: Grout for rock ripra p will be measured by the square yard using actual plan dimensions. Payment for gro ut w ill be made at the contract unit price per square yard which includes all plant, labor, ma terial, and installation costs in-place, complete. DA-40 CONCRETE RIPRAP -OMITTE D DA-41 CONCRETE CYLINDER PIPE A ND FITTINGS -OMITTED DA-42 CONCRETE PIPE FITTINGS AN D SPECIALS -OMITTED DA-43 UNCLASSIFIED STREET EXCAV ATION This item will be used if additional exca vation is needed that is not covered by "8" PAVEMENT PULVERIZATION". Additional Excavatio n is the removal of the excessive crown and base to bring the new base to proper grade and City standard specifications for street reconstruction . All applicable provisions of Item No . 106 "Unclassified Street Excavation" shall apply, work shall be paid per cubic yard. DA-44 6" PERFORATED PIPE SUBDRAIN This item shall consist of furnishing and installing 6" perforated subdrain and filter material all as shown on the enclosed details, or as directed by the Engineer. All applicable provision of standard Spec ifica t ions Item 500 "SUBDRAINS" shall apply except as herein modified. The pipe material shall be poly vinyl chloride (PVC) with the standard dimensional ratio of 35 (SDR35) and meet t he ASTM D 1784. Filter shall have the capability of passing ground water without transporti ng the soil placed around the filter fabric . The fabric shall be constructed exclusively of synthetic thermoplastic fibers and may be either woven or non- woven to form a mat of uniform quality. Fabric fiber may be either continuous or discontinuous and oriented in either a random or an a ligned pattern throughout the fabric. The fabric shall be mildew resistant, rot proof, shall be sati sfactory for use in a wet soil and aggregate environment, contain ultraviolet stabilizers and have no nravelling edges. The fabric shall meet the following require ments when sampled and tested in accordance with the methods indicated. Test Original Physical Properties Fabric weight, on an ambient Temperature air-dried tension free sample, expressed in oz/sq.yd. Water flow rate by falling head method, 7.9 inches (20 cm) to 3.9 inches (10 cm) on 2 inch ID cylinder with 1 inch diameter orifice, with flow rate expressed in gal/sq. ft/minute. 11/02/04 Method SDHPT Test Method Tex-6 16-J "Te sting of Construction Fibers" Te x -616-J A SC-22 Requirements 4.0 minimum for under drains and Slope Stabilization, 6.0 minimum for Gabions Revetment 80 minimum liiiil PART DA -ADDITIONAL SPECIAL CONDITIONS Breaking load in either machine or ASTM Designation: 100 minimum cross-machine direction, expressed D 1682 grab method G as in pounds . modified by Tex-616-J Equivalent opening size Standard sieve no.) (US CW-02215, US Army Corps of 70 to 100 Engineers, Civil Works Construction Guide Specification. "Plastic Filter Fabric: November, 1977. "Apparent elongation" at breaking AST, Designation: 100 maximum load in either machine or cross-D 1682 grab method G as machine direction, expressed as modified by Tex-616-J percent. The "Filter Fabric" shall be installed in accordance with the manufacturer's recommendations, as indicated or as directed by the Engineer. When lapping is required, it shall be in accordance with the manufacturer's recommendations. Backfilling around the Filter Fabric shall be done in such a way as not to damage the Filter Fabric material during the placement. The unit price bid per L.F. shall be full compensation for all labor, materials, equipments, tools, and incidentals necessary to complete the work. DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS This item shall include the removal and replacement of existing concrete sidewalk due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item see Item No. 104 "Removing Old Concrete", and Item No. 504 "Concrete Sidewalk and Driveways". The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the removal and replacement work. DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION -OMITTED DA-47 PAVEMENT REPAIR IN PARKING AREA -OMITTED DA-48 EASEMENTS AND PERMITS Easements and permits, both temporary and permanent, have been secured for this project at this time and made a part thereto. Any easements and/or permits, both temporary and permanent, that have not been obtained by the time of publication shall be secured before construction starts. No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained . The Contractor's attention is directed to the easement description and permit requirements, as contained herein, along with any special conditions that may have been imposed on these easements and permits. 11/02/04 ASC-23 • PART DA -ADDITIONAL SPECIAL CONDITIONS Where the pipeline crosses privately owned property, the easements and construction areas are shown on the plans. The easements shall be cleaned up after use and restored to their original conditions or better. In the event additional work room or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. DA-49 HIGHWAY REQUIREMENTS -OMITTED DA-50 CONCRETE ENCASEMENT Concrete encasement shall be Class E ( 1500 psi) concrete and for sewer line encasements shall conform to Fig. 113; for water line en casements it shall conform to Fig. 20 of the General Contract Documents. Requirements for such encasement are specified in Sections E1-20 and E2-20 of the General Contract Documents. Payment for work such as forming, placing, and finishing including all labor, tools, equipment and material necessary to complete the work shall be included in the linear foot price bid for Concrete Encasement. DA-51 CONNECTION TO EXISTING STRUCTURES All connections between proposed and existing facilities, shall consist of a watertight seal. Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements of Section E1-20 and E2-20 of the General Contract Documents. Prior to concrete placement, a gasket, RAM-Nek or appr_oved equal shall be installed around penetrating pipe. Payment for such work as connecting to existing facilities including all labor, tools, equipment, and material necessary to complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM. DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION-OMITTED DA-53 OPEN FIRE LINE INSTALLATIONS All open fire line installations will be per attached Figure 32 unless otherwise directed by the Engineer. The appropriate size detector check meter, 3/4-inch meter and class 'B' meter box will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up the items at the Field Operations Warehouse . Payment for all work, materials, and all necessary appurtenances from the City side flange coupling adapter to the customer side gate valve and box; including incidental 5 linear feet of pipe, which are required to provide a complete and functional open fire line installation shall be included in the price bid for each . Payment for the City side gate valve or tap valve depending on which is required will be paid for under the appropriate bid item( s ). 11/02/04 ASC-24 - - PART DA -ADDITIONAL SPECIAL CONDITIONS DA-54 WATER SAMPLE STATION GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR 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 if1Cidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for the water main. PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials 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. DA-55 CURB ON CONCRETE PAVEMENT -OMITTED DA-56 SHOP DRAWINGS 1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material schedules as may be required by the Engineer for his review . Submittals may be checked by and stamped with the approval of the Contractor and identified as the Engineer may require . Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated actions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data. Processed shop drawing submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to · use. If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after submittals are processed, the design drawings and specifications shall govern. The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the 11102104 ASC-25 PART DA -ADDITIONAL SPECIAL CONDITIONS job site, fabrication processes and techn iques of constriction, coordination of his work with that of other trades and satisfactory performanc e hi s work. The Contractor shall check and verify all measurements and review submittals p rior to being submitted, and sign or initial a statement included with the submittal, which si g nifies compliance with plans and specifications and dimensions suitable for the applicatio n. Any deviation from the specified criteria shall be expressly stated in writing in the submitta l. T hree (3) copies of the approved submittals shall be retained by the Contractor until completi o n of the project and presented to the City in bound form. 2. Shop drawings shall be submitted for t he following items prior to installation: List the required submittals here Additional shop drawing requirements are described in some of the material specifications. 3. Address for Submittals -The submittals shall be addressed to the Project Manager: Joseph Bergeron, P .E. City of Fort Worth . 1000 Throckmorton Fort Worth, TX 76 102 DA-57 COST BREAKDOWN In order to establish a basis upon which partial payments to the Contractor may be authorized, immediately after execution of the contra ct the Contractor shall furnish a detailed cost breakdown of his contract price arranged and itemized to meet the approval of the Engineer. DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY· OMITTED DA-59 H.M.A.C. MORE THAN 9 INCHE S DEEP -OMITTED DA-60 ASPHALT DRIVEWAY REPAIR -OMITTED DA-61 TOP SOIL Where directed by the Engineer, top so il shall be applied in accordance with the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction, Item 116, exce pt as follows: All labor, equipment, tools and incidentals shall be included in the square yard bid price for the top soil. DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT This item shall include raising or loweri ng an existing meter box to the parkway grade specified No payment will be made for adjusting existing boxes which are within 0.001 feet of specified parkway grade. The unit price bid shall be full and sufficient payment for all labor, equipment and materials used in the adjustment of the meter box. DA-63 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect t he actual quantities. There is no limit to wh ic h a· bid item can be increased or decreased . 11/02104 A SC-26 PART DA -ADDITIONAL SPECIAL CONDITIONS -Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. In particular, the Contractor shall be aware that it is the City's intention that the quantities in Unit I be used on an "emergency" basis only. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding and awarding the contract. A contract in the amount of $200,000 (see Options to Renew) shall be awarded with final payment based on actual measured quantities and 'the unit price bid in this proposal. Moreover, there is to be not limit on the variation between the estimated quantities shown and actual quantities performed. It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City bit will in not case exceed $200,000 (see Options to Renew) including all change orders. · DA-64 WORK IN HIGHWAY RIGHT OF WAY -OMITTED DA-65 CRUSHED LIMESTONE (FLEX-BASE) Crushed limestone required for use as a flexible base material shall conform to Specification Item No. 208 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. DA-66 OPTION TO RENEW The City has the right to renew this contract for three (3) one year terms/expenditures of $200,000 under the same terms, conditions, and unit prices. The City shall give at least sixty (60) days notice prior to the expiration of one year from the date of execution of this contract or of an option period or a like notice at such time as there is less than $20,000 left unexpended. DA-67 NON-EXCLUSIVE CONTRACT This contract is non-exclusive. During the term of this contract or any renewal hereof, the City reserves the right to advertise and award another contract for like or similar work. If a second contract is awarded, the City further reserves the right to issue work orders under either contract as it deems in its best interest, without recourse. DA-68 CONCRETE VALLEY GUTTER -OMITTED DA-69 TRAFFIC BUTTONS -OMITTED DA-70 PAVEMENT STRIPING -OMITTED DA-71 H.M.A.C. TESTING PROCEDURES The contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference. This design shall not be more than two (2) years old. Upon submittal of the design mix a Marshal (Proctor) will be calculated, if one has not been previously calculated, for the use during density 11102104 ASC-27 PART DA -ADDITIONAL SPECIAL CONDITIONS testing . For type "B" asphalt a maximum of 20% rap may be used . No Rap may be used in type "D" Upon approval of an asphalt mix des ign a nd the calculation of the Marshal (proctor) the contractor is approved for placement of the asphalt. The contractor shall contact the C ity Laboratory, through the inspector, at le ast 24 hours in advance of the asphalt placement to schedule a technician to assist in the mo ni toring of the number of passes by a roller to establish a rolling pattern that will provide the required densities. The required Density for Type "B " and for Type "D" asphalt will be 91 % of the calcu lated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing. After a rolling pattern is established, dens ities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B" and "D" asphalt. Densities on type "B" must be done before Type "D" asphalt is a pplied. Cores to d~termine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied. Upon completion of the applicatio n of Type "D" asphalt additional cores must be taken to determine the applied thickness . DA-72 SPECIFICATION REFERENCES When reference is made in these specifi cations to a particular ASTM, AWWA, ANSI or other specification, it shall be understood that the latest revision of such specification, prior to the da te of these general specifications or revision s the reof, shall apply. DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX The relocation and reconnection of spri nkler system control valve and box will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. A minimum of twenty-four (24).hours adva nce notice shall be given when service interruption will be required. When the relocation is requ ired , separate payment will be allowed for the relocation of sprinkler back-flow preventer or contro l val ve and box. Payment for all work and material such as back-fill , fittings, five (5) feet of PVC Schedule 40 and all material labor, and equipment used by and for the licensed plumber shall be included in the price bid for the relocation of sprinkler back-flow preventer or control valve and box. All other costs will be included iri other appropriate bid item( s ). DA-74 RESILIENT-SEATED GATE VALVES Any resilient-seated gate valves supplied fo r this contract shall conform to Material Standard E1-26, STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES, with the exception of size requirements in sectio ns E-26 .1. All resilient-seated gate valves shall be mechanical joints and be approved on the City of Fort Worth Standard Product List. 11/02/04 ASC-28 - - PART DA -ADDITIONAL SPECIAL CONDITIONS DA-75 EMERGENCY SITUATION, JOB MOVE-IN The Owner or Engineer shall determine when an emergency situation shall exist. When water emergency work is required , the Contractor shall mobilize to the said location within twenty-four (24) hours after given notification from the Inspector and/or Project Manager. The Contractor shall make all necessary arrangements for bypass pumping, setting up barricades , notifying citizens, etc., while waiting for other utilities to · be located as directed by the Engineer. The Contractor shall work continuously until the emergency work order has been completed at a time agreed to by the Project Manager, Inspector, and Contractor. After the emergency work order . has been completed, there will be no additional "Job Move-In " charges paid to remobilize back to the previous project location site. DA-76 1 %" & 2" COPPER SERVICES The following is an addendum to E1-17, Copper Water Service Lines and Copper Alloy Couplings: All fittings used . for 1 Y:z" and 2" water services lines shall be compression fittings of the type produced with an internal "gripper ring " as manufactured by the Ford Meter Box Co ., Inc., Mueller Company , or approved equal. Approved equal products shall submit shop drawings and manufacturer's catalog information for approval. Contractor shall make all cuts to the copper tubing with a copper tubing cutter tool specifically designed for this purpose in order to provide a clean, square cut. The use of hacksaws or any other type of cutter will not be allowed . Prior to installing the compression fittings, the copper tubing will be made round by the use of a "rounding tube" specifically made for that purpose. Payment for all work and materials associated with 1 Y:z " and 2" copper services shall be included in the price of the appropriate bid item . DA-77 DA-78 DA-79 DA-80 DA-81 DA-82 DA-83 DA-84 DA-85 DA-86 DA-87 DA-88 DA-89 DA-90 DA-91 DA-92 . DA-93 • DA-94 11/02104 SCOPE OF WORK (UTIL. CUT) • OMITTED CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) -OMITTED CONTRACT TIME (UTIL. CUT) -OMITTED REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) -OMITTED TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) LIQUIDATED DAMAGES (UTIL. CUT) PAVING REPAIR EDGES (UTIL. CUT) -OMITTED TRENCH BACKFILL (UTIL. CUT) -OMITTED CLEAN-UP (UTIL. CUT) -OMITTED PROPERTY ACCESS (UTIL. CUT) • OMITTED SUBMISSION OF BIDS (UTIL. CUT) -OMITTED STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT)-OMITTED CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. CUT) -OMITTED 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT)-OMITTED ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) -OMITTED MAINTENANCE BOND (UTIL. CUT) -OMITTED BRICK PAVEMENT (UTIL. CUT)-OMITTED LIME STABILIZED SUBGRADE (UTIL. CUT)-OMITTED ASC-29 DA-95 DA-96 DA-97 DA-98 DA-99 DA-100 'DA-101 DA-102 DA-103 DA-104 DA-105 DA-106 DA-107 DA-108 DA-109 DA-110 DA-111 DA-112 DA-113 DA-114 DA-115 DA-116 DA-117 DA-118 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS CEMENT STABILIZED SUBGRADE (UTIL. CUT) -OMITTED REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) -OMITTED "QUICK-SET" CONCRETE (UTIL. CUT) -OMITTED UTILITY ADJUSTMENT (UTI L. CUT) -OMITTED STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) -OMITTED LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) -OMITTED CONCRETE CURB AND GUTTER (UTIL. CUT) -OMITTED PAYMENT (UTIL. CUT)-OM ITTED DEHOLES (MISC. EXT. ) • OMITTED CONSTRUCTION LIMITATIONS (MISC. EXT.)· OMITTED PRESSURE CLEANING AND TESTING (MISC. EXT.) -OMITTED BID QUANTITIES (MISC. EXT .)-OMITTED LIFE OF CONTRACT (MISC. EXT.) • OMITTED FLOWABLE FILL (MISC. EXT .) -OMITTED BRICK PAVEMENT REPAIR (MISC. REPL.) • OMITTED DETERMINATION AND INITIATION OF WORK (MISC. REPL.)-OMITTED WORK ORDER COMPLETION. TIME (MISC. REPL.) -OMITTED MOVE IN CHARGES (MISC. REPL.) -OMITTED PROJECT SIGNS (MISC. RE P L.) • OMITTED LIQUIDATED DAMAGES (M ISC. REPL.)-OMITTED TRENCH SAFETY SYSTEM DES IGN (MISC. REPL.) -OMITTED FIELD OFFICE -OMITTED TRAFFIC CONTROL PLAN • OM ITTED COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS -OMITTED A SC-30 - PART DB SPECIAL PROVISIONS FOR STREET AND STORM DRAIN CONSTRUCTION - - - 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17 . 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. 28. 29 . 30. 31. 32. 33 . 34. 35. 36. 37. 38. 39. 40. SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents SCOPE OF WORK ...... , ............................................................................................................ , ............... SP-4 A WARD OF CONTRACT ....................................................................................................................... SI'~4 PRECONSTRUCTION CONFERENCE .................................................................................................. SP-4 EXAMINATION OF SITE ...................................................................................................................... SP-4 BID SUBMITTAL .................................................................................................................................. ,.SP-5 WATER FOR CONSTRUCTION ...........................................................•....................... , ........................ SP-5 SANITARY FACILITIES FOR WORKMERS ........................................................................................ SP-5 PAYMENT ................................................................................................................................................ SP-5 SUBSIDIARY WORK ...... ,. ............................ : ............. : .............................................. , ............. , ... , ... , ....... SP-5 LEGAL RELATIONS AND RESPONSIBILITIES TO TIIE PUBLIC ..... , .................................................................... , ............. , ............................................. SP-5 WAGE RATES ......................................................................................................................................... SP-5 EXISTING UTILITIES ............................................................................................................................. SP-6 PARKWAY CONSTRUCTION ............................................................................................................... SP-7 MATERIAL STORAGE ........................................................................................................................... SP-7 PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS .......................................................................................................................... SP-7 INCREASE OR DECREASE IN QUANTITIES ...................................................................................... SP-7 CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS .......................................................... SP-7 EQUAL EMPLOYMENT PROVISIONS ............................. , .................................................................. SP-8 MINORITY AND WOMENS BUSINESS ENTERPRISE (M/WBE) COMPLIANCE ........................................................................................................................ SP-8 FINAL CLEAN UP, .................................................................................................................................. SP-9 CONTRACTOR'S COMPLIANCE WITH WORKER'S COMPENSATION LAW .......................................................................................................................... SP-9 SUBSTITUTIONS ......................................... : ........................................... , .............................................. SP-12 MECHANICS AND MATERIALSMEN'S LJEN .................................................................................... SP-12 WORK ORDER DELAY ....................................................................................................................... ,. SP-12 WORKING DAYS .............................................................................................. , .... , ............................... SP-12 RIGHT TO ABANDON ........................................................................................................................... SP-12 CONSTRUCTION SPECIFICATIONS ....................... : .. ; ......................................................... , .............. SP-12 MAINTENANCE STATEMENT ..................................... , ............................. , .... , ................................... SP-13 DELAYS ........................................................................................ : .........................•................ SP-13 DETOURS AND BARRICADES .......•... , .................................................. : ............................................. SP-13 DISPOSAL OF SPOIL/FILL MATERIAL .............................................................................................. SP-13 QUALITY CONTROL TESTING ......................................................................................... , ................. SP-14 PROPERTY ACCESS ........................................................ , ..................................................................... SP-14 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ............. , ................ , ................ SP-14 WATER DEPARTMENT PRE-QUALIFICATIONS ........................................ ; ................................ , ... SP-15 RIGHT TO AUDIT .................................................................................................................................. SP~ 15 CONSTRUCTION STAKES ............................................................................................................... , ... SI?-15 LOCATIONOF~WWALKSANDDRIVEWAYS ...........•................................................................ SP-16 EARLY WARNING SYSTEM FOR CONSTRUCTION ........................ ; ............................................ , ... SP-16 AIR POLLUTION WATCH DAYS ............................................. ; ........................................................... SP-16 05/27/05 SP-1 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents CONSTRUCTION ITEMS : 41. PAY ITEM -UNCLASSIFIED STREET EXCAVATION ...................................................................... SP-17 42. PAY ITEM-6" REINFORCED CONCRETE PAVEMENT ................................................................... SP-17 43. PAY ITEM-SILICONE JOINT SEALING ............................................................................................. SP-18 44 . PAY ITEM-7" CONCRETE CURB ........................................................................................................ SP-21 45 . PAY ITEM-REPLACE EXIST . CURB AND GUTfER. ........................................................................ SP-21 46 . PAY ITEM-HMAC TRANSITION ......................................................................................................... SP-22 47 . PAY ITEM-6" PIPE SUBDRAIN ........................................................................................................... SP-22 48 . PAY ITEM -TRENCH SAFETY ............................................................................................................. SP-22 49 . PAY ITEM -8" THICK LIME STABILIZED SUBGRADE AND CEMENT FOR SUBGRADE SiABILIZA TION ................................................................................................................ SP-22 50 . PAY ITEM -6" HMAC PAVEMENT {THICKNESS TOLERANCES AND HMAC TESTING PROCEDURES) .................................................................................................................. SP-22 51 . PAY ITEM -CONCRETE FLAT WORK (CURB, CURB & GUTIER, SIDEWALKS, LEADW ALKS, WHEELCHAIR RAMP S AND DRIVEWAYS) ................................................................. SP-23 52 . PAY ITEM-REMOVE EXISTING CONCRETE SIDEWALK, DRIVEWAYS, STEPS, LEADW ALKS AND WHEELCHAIR RAMPS .................................................................. SP-24 53 . PAY ITEM-REMOVE EXISTING CURB AND GUTfER ................................................................... SP-24 54. PAY ITEM -REMOVE EXISTING CURB INLET ................................................................................. SP-24 55 . PAY ITEM -6" REINFORCED CONCRETE DRIVEWAY ................................................................... SP-24 56 . PAY ITEM-4' STANDARD CONCRETE SIDEWALK, LEADWALK AND WHEELCHAIR RAMP ....................................................................................................... SP-24 57. PAY ITEM-REMOVE AND REPLACE FENCE ................................................................................... SP-25 58 , PAY ITEM-STANDARD 7" CURB AND 18" GUTIER ...................................................................... SP-25 59 . PAY ITEM-BORROW ........................................................................................................................... SP-25 60. PAY ITEM-CEMENT STABILIZATION .............................................................................................. SP-25 61. PAY ITEM-CEMENT ........................................................................................................................... SP-25 62. PAY ITEM -NEW 7" CONCRETE VALLEY GUTTER ........................................................................ SP-26 63 . PAY ITEM-STORM DRAIN INLETS ................................................................................................... SP-26 64 . PAY ITEM -TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN ......................................................................................................... SP-26 65. PAY ITEM -STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS EQUAL TO OR GRE ATER THAN 1 ACRE) .................................................................... SP-26 66. PRE BID ITEM -UTILITY ADJUSTMENT .......................................................................................... SP-28 67. PRE BID ITEM -PROJECT DESIGNATION SIGN ............................................................................... SP-28 68 . PRE ·BID ITEM " TOP SOIL ..................................................... : .............................................................. SP-29 69 . PRE BID ITEM -ADJUST WATER VAL VE BOX ................................................................................ SP-29 70. PRE BID ITEM -MANHOLE ADJUSTMENT ............................ : .......................................................... SP-29 71. PRE BID ITEM-ADJUSTWATERMETERBOX ................................................................................ SP-29 72 . NON-PAY ITEM -CLEARING AND GRUBBING ................................................................................ SP-29 73. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL ................................................................... SP-29 74 . NON-PAY ITEM - PROTECTION OF TREES , PLANTS AND SOILS ................................................ SP-29 75. NON-PAY ITEM -CONCRETE COLORED SURFACE ....................................................................... SP-30 76 . NON-PAY ITEM -PROJECT CLEAN-UP .............................................................................................. SP-30 77. NON-PAY ITEM-PROJECT SCHEDULE ............................................................................................ SP-30 78 . NON-PAY ITEM -NOTIFICATION OF RESIDENTS .......................................................................... SP-31 05/27/05 SP-2 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 79. NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION .............. SP-31 80. NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING ........................................ SP-31 81. NON-PAY ITEM -WASHED ROCK .......................................................................................... , ........... SP-31 82 . NON-PAY ITEM -SA WCUT OF EXISTING CONCRETE ................................................................... SP-31 83. NON-PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES .......................................................................................... SP-32 84. NON-PAY ITEM -TIE-IN INTO STORM DRAIN STRUCTURE ........................................................ SP-32 85. NON-PAY ITEM -SPRINKLER HEAD ADWSTMENT ...................................................................... SP-32 86. NON-PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ............................... SP-32 87. NON PAY ITEM-TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL {FOR DISTURBED AREAS LESS TIIAN 1 ACRE) , .. SP-33 88. NON PAY ITEM -TRAFFIC CONTROL .................................................................................. , ........... SP-34 05/27/05 SP-3 SPECIAL PROVISIONS FOR STREET A ND ST ORM DRAIN IMPROVEMENTS FOR: 2004 CIP CONTRACT #17 PAVMENT RECON STRUCTION AND WATER AND SANITARY SEWER MAIN REPLACEM ENT UNIT IA: Water Project No. P253-541200 604170016183 UNIT IB: Sanitary Sewer Project No. P258-541200 704170016183 UNIT II: T/PW Proj ect No. C200-541200 204400016183 0.0.E. No. 4879 1. SCOPE OF WORK : The work covered by these plans and specifications consist of the following: Reconstruction of Martha Lane (M ilam Street to Barron Lane), Malinda Lane North (Jenson Road to Malinda Lane South), Malinda La ne South (Jenson Road to Malinda Lane North), Storm Drain lmprovements_and all other miscell aneous items of construction to be performed as outlined in the plans and specifications which are necessary to satisfactorily complete the work. 2. AWARD OF CONTRACT: Subm iss ion of Bids : Unit 1 and Unit II constitute a package. If the Contractor submits a bid on both Unit 1 and Unit II and has the lowest responsive proposal price, the Contractor will be the apparent successful bidder for th is project. The Contractor can bid e ither the HMAC alternate and/or the Concrete alternate. The additive alternate must be included in any bid. Bidders are hereby informed that th e Director of the Department of Engineering reserves the right . to evaluate and recommend to the City Council the best bid that is considered to be in the best interest of the City. 3. PRECONSTRUCTION CONFERENCE : The successful Contractor, Engineer, and City -City shall meet at the call of the City for a preconstruction conference before any of its work begins on th is project. At this time , details of seq uencing of the work, contact individuals for each party, request for survey, and pay requests will be covered . Prior to the, meeting, the Contractor shall prepare schedules showing the sequencing and progress of their work and its effect on others. A final composite schedule will be prepared du r ing this conference to allow an orderly sequence of project construction. As used herein, the term "Engineer" shall mean the design engineer who prepared and sealed the plans, specifications and contract documents for this project. 4 . EXAMINATION OF SITE : It shall be th e responsibility of the prospective bidder to visit the project site and make such examinations a nd explorations as may be necessary to determine all conditions that may affect constru ction 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 a nd d isposition of all materials to be removed. Proper consideration should be given to t hese details during preparation of the Proposal and all unusual conditions that may give rise to late r contingencies should be brought to the attention of the City prior to the submission of the Proposal. During the construction of this project, it is required that all parkways be excavated and shaped including bar ditches at the same ti me t he roadway is excavated. Excess excavation will be disposed of at locations approved by the Engineer. 05/27/05 SP-4 - - During construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. 5. BID SUBMITTAL: Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids as appropriate and as determined by the Director of the Department of Engineering. 6. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor at his own expense. 7 . SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project site. Specific attention is directed to this equipment. 8. PAYMENT: The Contractor shall receive full payment from the City for all the work based on unit prices bid on the proposal and specified in the plans and specifications and approved by the Engineer per actual field measurement. 9. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirement for the projects, such as conditions imposed by the Plans, the General Contract Documents or these special Contract Documents, in which no specific item for bid has been provided for in the · Proposal, shall be considered as a subsidiary item or work, the cost of which shall be included in the price bid in the Proposal for each bid item, including but not limited to surface restoration cleanup and relocation of mailboxes. All objectionable matter required to be removed from within the right-of-way and not particularly described under these specifications shall be covered by Item No. 102 "Clearing and Grubbing" and shall be subsidiary to the other items of the contract. 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's particular attention is directed to the requirements of Item 7, "legal Relations and Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain Construction". 11. WAGE RATES: 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. 05/27/05 SP-5 Complaints of Violations and City Deter mination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violatio n 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 cl aimant 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. Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. 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 Wage 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 in 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 o f this section.) 12. EXISTING UTILITIES: The locations and dimensions shown on the plans relative to existing utilities are based on the best information available . It shall be the Contractor's responsibjlity to verify location of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as are necessary in the construction process in order to provide adequate clearance. The Contractor shall take all necessary precautions in order to protect all services encountered. 05/27/05 SP-6 - - Any damage to utilities and any losses to the utility City due to disruption of service resulting from the Contractor's operations shall be at the Contractor's expense. 13. PARKWAY CONSTRUCTION: During the construction of this project, it will be required that all parkways be excavated and shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Director of the Department of Engineering. 14. MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has obtained permission from the property City. 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures, improvements and utilities, which may be encountered. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City or the Engineer to be accurate as to extent, location and depth, they are shown on the plans as the best information available at the time of design, from the Owners of the utilities involved and from evidences found on the ground. 16. INCREASE OR DECREASE IN QUANTITIES: The quantities shown in the Proposal are approximate. It is the Contractor's sole responsibility to verify all the minor pay item quantities prior to submitting a bid. No additional compensation shall be paid to Contractor for errors in the quantities. Final payment will be based upon field measurements. The City reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in anticipated profits or shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of storm drain pipes in depth categories shall be interpreted herein as applying to the overall quantities of storm drain pipe in each pipe size but not to the various depth categories. 17. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants and agrees to indemnify City's Engineer and Arc;hitect, and their personriel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend , at its own expense, the City, its officers, servants and employees; from and against any and all claims or suits for property loss , property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City's officers, servants and employees and any damage, loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of City, its officers, servants or employees. I In the event City receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to City satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. 05/27/05 SP-7 The Director may, if deemed appro priate , refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 18. EQUAL EMPLOYMENT PROVISI O NS: Contractor shall comply with City Ordinance Number 7278 as amended by City Ordinance N u mber 7 400 (Fort Worth City Code Sections 13-A-21 through 12- A-29) prohibiting discrimination in e mpl oyments practices. The Contractor shall post the req u ired notice to that effect on the project site , and at his request, will be provided by assistance by the C ity of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may hav e on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employ ment Officer. 19. MINORITY AND WOMEN BUSIN ESS ENTERPRISE (M/WBE) COMPLIANCE: In accordance with City of Fort Worth Ordinance No . 15530, the City has goals for the participation of minority business enterprises and women business enterprises in City contracts . The Ordinance is incorporated in these specifications by reference. A copy of the Ordinance may be obtained from the Office of the City Secretary. Fa ilure to comply with the ordinance shall be a material breach of contract. M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM, as applicable, must be submitted within fine (5) city business days after bid opening. Failure to' comply shall render the bid non-responsive. Upon request , Contractor agrees to provide the City complete and accurate information regard ing actual work performed by a Minority or Women Business Enterprise (M/WBE) on the contract and payment thereof. Contractor furth e r ag rees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of a cts (ot her than a negligent misrepresentation) and /or the commission fraud by the Contracto r will be grounds for termination of the contract and/or initiating action under appropriate federal, state, or local laws or ordinances relating to false statement. Further, any such misrepresentatio n (ot her 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 peri od of t ime not less than three years. The City will consider the Contracto r's performance regarding its M/WBE program in the evaluation of bids . Failure to comply with the City's M/WBE Ordinance, or to demonstrate "good faith effort", shall result in a bid being rendered non-responsive to specifications. Contractor shall provide copies of s ubcontracts or co-signed letters of intent with approved M/WBE subcontractors prior to issuance of the Notice to Proceed. Contractor shall also provide monthly reports on utilization of the subcont ractors to the City's M/WBE office. The Contractor may count first and second tier subcontractors and/or suppliers toward meeting the goals. The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the pe rcentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed. All M/WBE Contractors used in meeting the goals must be certified prior to the award of the Contract. The M/WBE Contractor(s) must be certified by either the North Centra l Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TxD OT), Highway Division and must be located in the nine (9) county marketplace or currently d oi ng business in the marketplace at time of bid . The Contract or shall contact all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith effort form s as applicable. Failure to contact the listed M/WBE subcontractor or supplier prior to bid opening may result in the rejection of bid as non-responsive. 05/27/05 SP-8 Whenever a change order affects the work of an M/WBE subcontractor or supplier, the M/WBE shall be given an opportunity to perform the work. Whenever a change order exceeds 10% of the original contract, the M/WBE coordinator shall determine the goals applicable to the work to be performed under the change order. · D1,.1ring the term of the contract the contract shall: 1. Make no unjustified changes or deletions in its M/WBE participation commitments submitted with or subsequent to the bid, and, 2. If substantial subcontracting and/or substantial supplier opportunities arise during the term of the contract which the Contractor had represented he wotJld perform with his forces, the Contractor shall notify the City before subcontracts or purchase orders are let, and shall be required to comply with modifications to goals as determined by the City, and, 3. Submit a REQUEST FOR APPROVAL OF CHANGE FORM, if the Contractor desires to change or delete any of the M/WBE subcontractors or suppliers. Justification for change may be granted for the following: a. Failure of Subcontractor to provide evidence of coverage by Worker's Compensation Insurance. b. Failure of Subcontractor to provide requir~d general liability of other insurance. c. Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his M/WBE Participation plan. d. Default by the M/WBE subcontractor or supplier in the performance of the subcontractor. Within ten (10) days after final payment from the City, the Contractor shall provide the M/WBE Office with documentation to reflect final participation of each subcontractor and supplier used on the project, inclusive of M/WBEs. 20. FINAL CLEAN-UP: Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been completed. No more than seven days shall elapse after completion of construction before the roadway and ROW. is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City or its representative. This cleanup shall include removal of all objectionable rocl<s, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. 21. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a. DEFINITIONS: b. Certification of coverage ("Certificate"). A copy of a certificate of insurance, a certi~cate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, OR TWCC-84 ), showing statutory workers' compensation insurance coverage for the person's or entity's employees provi.ding services on a project, for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the 05/27 /05 SP-9 project, regardless of whether th at person contracted directly with the Contractor and regardless of whether that person has empl o yees . This includes, without limitation, independent Contractors, subcontractors, lea si ng companies, motor carriers , City-operators, employees of any such entity, or employees of any e ntity which furnishes persons to provide services on the project. "Services" include, with o ut li mitation, providing , hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply · deliveries, and delivery of portable toilets . The Contractor shall provide cove rage , based on proper reporting of classification codes and payroll amounts and filing of any c overage agreements, which meets the statutory requiremen ts of Texas Labor Code, Section 40 1.011 ( 44) or all employees of the Contractor providing services on the project, for the duration of t he 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 th e 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 govern mental entity showing that coverage has been extended . e. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for a ll persons providing services on the project ; and (2) no later than s eve n days after receipt by the Contractor, a new certificate of coverage show ing extension of coverage, if the coverage period shown on the current certifi c ate of coverage ends during the duration of the project. f. The Contractor shall retain all req uired certificates of coverage for the duration of the project and for one year thereafter. g. The Contractor shall notify the gov ernmental entity in writing by certified mail or personal delivery, within ten (10) days after the Con tractor knew or should have known, or any change that materially affects the provision of c overage of any person providing services on the project. h. The Contractor shall post on each project site a notice , in the text, form and manner prescribed by the Texas Worker's Compensation , informing all persons providing services on the project that they are requ ired to be covered, a nd st ating 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) (2) 05/27/05 provide coverage, based on proper reporting on classification codes and payroll amou nts a nd filing of any coverage agreements, which meets the statutory requ irements of Texas Labor Code, Section 401.011 ( 44) for all of its employees provid ing services on the project, for the duration of the project; provide to the Contractor, prior to that person beginn ing work on the project, a certificate of coverage showing that coverage is being provided for all SP-10 j. k. B. 05/27/05 employees of the person providing services on the project, for the duration of the project; (3) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; ( 4) obtain form each other person with whom it contracts, and provide to the Contractor: (a) a certificate of coverage , prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; ( c) retain all required certificates of coverage o·n file for the duration of the project and for one year thereafter. ( d) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (e) contractually require each person with whom it contracts, to perform as required by paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom they are providing services . By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative, criminal, civil penalties or other civil actions. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten day after receipt of notice of breach from the governmental entity. The Contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage . This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish .and any other language common to the Worker population. The text for the notices shall be the following text, without any additional words or changes: SP-11 "REQUIRED WORKER'S COM PENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by worker's compensation insurance. This includes persons providing , hauling, or delivering equipment or materials, or provid ing labor or transportation or other service related to the project, regardless of the identify of their employer or status as an employee." Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the lega l requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". 22 . SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material that has been specified . Where the term "or equal", or "or approved equal" is used, it is understood that if a material , prod uct, o r piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed substitutes is procured by the Contractor. Where the term "or equal", or "approved equal" is not used in the specifications , t his does not necessarily exclude alternative items or material or equipment which may a ccomplish the intended purpose. However, the Contractor shall have the full responsibility of providing that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of the sub-section as related to "substitutions" shall be applicable to all sections of these specifications. 23. MECHANICS AND MATERIALME N'S LIEN: The Contractor shall be required to execute a release of mechanics and materialmen's lie ns u pon receipt of payment. 24. WORK ORDER DELAY: All utilities and right-of-way are expected to be clear and easements and/or permits obtained on this project within sixty (60) days of advertisement of this project. The work order for subject project will not be issued until all utilities, right-of-ways, easements and/or permits are cleared or obtained. T he Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work o rder for this Contract. , 25. WORKING DAYS: The Contractor agrees to complete the Contract within the allotted number of working days. 26. RIGHT TO ABANDON: The City reserves the right to abandon, without obligation to the Contractor, any part of the project o r the entire project at any time before the Contractor begins any construction work authorized by the City. 27. CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two following published specifications, except a s modified by these Special Provisions : STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH STANDARD SPECIFICATIONS FO R PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS 05/27/05 SP-12 A copy of either of these specifications may be purchased at the Office of the Department of Engineering, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item by the Engineer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document.· 28. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. 29. DELAYS: The Contractor shall receive no compensation for delays or hindr~nces to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presenteq by the Contractor to the _ Director of the Department of Engineering and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 30. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall protect construction as required by Engineer by providing barricades. Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs,· Item 524 and/or as shown on the plans. Construction signing and barricades shall conform with "1980 Texas Manual on Uniform Traffic Control Devices, Vol. No. 1." 31. DISPOSAL OF SPOIUFILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the Department of Engineering acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall notdispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a . permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain fill Permit authorizing fill within the flood plain . Any expenses ~ssociated with obtaining the fill permit, including any necessary engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill materials at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. 05/27/05 SP-13 32. QUALITY CONTROL TESTING : (a) The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on th e 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 th e pi t from which the material was taken . The Contractor shall provide manufacturer's certificatio ns for all manufactured items to be used in the project and will bear any expense related thereto. (b) Tests of the design concrete m ix s hall be made by the Contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. (c) Quality control testing of on s ite material on this project will be performed by the City at its own expense. Any retesting requ ired as a result of failure of the material to meet project specifications will be at the ex pense 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 re s ponsibility 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 Contrac tor s hall 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 pr ice 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 s pecify the name of the pit supplying the fill material. 33. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 34. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (a) A warning sign not less than fi ve inches by seven inches, painted yellow w ith black letters that are legible at twelve feet sha ll be placed inside and outside vehicles such as cranes, derricks , power shovels, drilling rigs, p il e drivers , hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING-UNLAWFUL T O OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insu lating cage-type of guard about the boom or arm, except back hoes or dippers and insulator lin ks on the lift hood connections. (c) When necessary to work with in s ix feet of high voltage electric lines, notification shall be given the power company (TU Electric Service Company) which will erect temporary mechanical barriers , de-energize the line or ra ise or lower the line . The work done by the power company shall not be at the expense of the City of Fort Worth . The notifying department shall maintain an accurate log of all such c all s to TU Electric Service Company and shall record action t aken in each case . 05/27/05 SP-14 (d) The Contractor is required to r;nake arrangements with the TU Electric Service Company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. (e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (c). 35. WATER DEPARTMENT PRE-QUALIFICATIONS: Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications which general specifications shall govern performance of all such work. 36. RIGHT TO AUDIT: (a) Contractor agrees that the C ity shall, until the expiration of three (3) years after final payment under th is contract have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Contractor reasonable advance notice of intended audits . (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, under the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor involving transactions to the subcontract and further, that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c ) hereof. City shall give subcontractor reasonable advance notice of intended audits. (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of copies at the rate published in the Texas Administrative Code in· effect as of the time copying is performed. 37. CONSTRUCTION STAKES: The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary methods of markings as may be found consistent with professional practice to establish line and grade for roadway and utility construction and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage, etc.), one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter and/or pavi11g. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If, in the opinion of the Engineer, a sufficient number of stakes or markings provided by the City have been lost, destroyed, or disturbed , that the proper prosecution and control of the work contracted for in the Contract Documents cannot take place, then the Contractor shall replace such stakes or markings as required. An individual registered by the Texas Board of Professional Land Surveying as a Registered Professional Land Surveyor shall replace these stakes, at the Contactor's expense. No claims for delay due to a lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. 05/27/05 SP-15 38. LOCATION OF NEW WALKS AND DR IVEWAYS; The Contractor will make every effort to protect existing trees within the parkway, with the approval of the engineer the Contractor may re-locate proposed new driveways and walks around existing trees to minimize damage to trees . 39. EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the completion of this contract. In order to insure t hat the Contractor is responsive when notified of unsatisfactory performance and/or of failure to main tain the contract schedule, the following process shall be applicable: The work progress on all constructi on 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 fo ll owing proactive measures will be taken: 1. A letter will be mailed to the Contractor by certified mail, return receipt requested demanding that, withi n 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 even t 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 tim e. 2 . The Project Manager and the Directors of the Department of Engineering, Water Department, and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. 3 . Any notice that may , in the City's sole discretion, be required to be provided to interested individual s will distributed by the Engineering Department's Public Information Officer. 4. Upon receipt of the Cont ractor'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 fa ils to provide an acceptable schedule or fails to perform satisfactorily a seco nd time prior to the completion of the contract, the bonding company will be notified appropriately. 40. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. -10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION. The Texas Commission on Env ironmental 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 ha ve been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA 05/27/05 SP-16 as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG . If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a .m. -6:00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. · CONSTRUCTION 41 . PAY ITEM -UNCLASSIFIED STREET EXCAVATION: See Standard Specifications Item No. 106, "Unclassified Street Excavation" for specifications governing this item. Removal of existing penetration or asphalt pavement shall be included in this item. Operations necessary to windrow existing gravel base in order to lower or raise subgrade shall be considered as subsidiary to this item and no additional compensation shall be given as such. During the construction of this project, it is required that all parkways be excavated and shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the engineer. The intention of the City is to pay only the plan quantity without measurement. Should either contracting party be able to show an error in the quantities exceeding 10 percent, then actual quantities will be paid for at the unit prices bid . The party requesting the payment of actual rather than plan quantities is responsible for bearing any survey and/or measurement costs necessary to verify the actual quantities. 42 . PAY ITEM -6" REINFORCED CONCRETE PAVEMENT: (a) All applicable provisions of standard Specifications Item 314 "Concrete Payement,· shall apply. The Contractor shall use a six (6) sack concrete mix for all hand placement in the intersections. The unit price bid per square yard shall be full payment for all labor, material, equipment and incidentals necessary to complete the work. (b) Once an evaluation of the pavement is made to determine whether the crack is due to distress or minor shrinkage, the following policy will apply: (1) When the crack is minor and due to shrinkage (cosmetic), then no further treatment will be needed. (2) If the crack is due to distress (structural), the failed pavement must be removed and repl~ced a minimum of 5 feet. In no case should the remaining portion of the panel be less than 5 feet wide after repairing the failed panel. (3) Any crack within 12 inches of any joint must be removed and replaced a minimum of 5 feet to prevent future spalling of the pavement. (c) All concrete pavement not placed by hanci shall be placed using a fully automated paving machine as approved by the Construction Engineer. Screeds will not be allowed except if approved by the Construction Engineer. 05/27/05 SP-17 43. PAY ITEM -SILICONE JOINT SEALING FOR CONCRETE PAVEMENT: 1. SCOPE CITY OF FORT WORTH , TEXAS TRANSPORTATI ON AND PUBLIC WORKS DEPARTMENT SPECIFICATION for S ILICONE JOINT SEALING (Revision 1, October 18, 1989) (Rev ision 2, May 12, 1994) This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 3 14.2 . (11) • Joint Sealing Materials" of STANDARD SPECIFICATIONS FOR STRE ET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH, and Item 2.210 ·Joint Sealing" of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH TEXAS COUNCIL OF GOVERNMENTS . 2. MATERIALS 2 .1 The silicone joint sea la nt s hall meet Federal Specification TT -S-001543A for Class A sealant except as modified by the test requirements of this specification. Before the installation of the joint sealant, the Contractor shall furnish the Engineer certification by a n independent testing laboratory that the silicone joint sealant meet these req uirements. 2.2 The manufacturer of t he silicone joint sealant shall have a minimum two-year demonstrated, docume nted successful field performance with Portland Cement Concrete pavement s ilicone joint sealant systems. Verifiable documentation shall be submitted to the Engineer. Acetic acid cure sealants shall not be accepted. The silicone sealant shall be cold applied . 2.3 Self-Leveling Silicone J oint Sealant The joint sealant sha ll be Dow Corning 890-SL self-leveling silicone joint sealant as manufactured by Dow Corning Corporation, Midland, Ml 48686-0994, or an approved equal. Test Method AS SUPPLIED **** MIL-S-8802 ASTM D 1475 **** **** **** AS CURED -AFTER 05/27/05 Self-Leveli ng S ili cone Joint Sealant Test Requirement Non Vol atile Content, % min. 96 to 99 Extrusio n Ra te, grams/minute 275 to 550 S pecific Gravity 1.206 to 1.340 Skin-Ove r Time, minutes max. 60 Cure T ime, days 14 to 21 Fu ll Adhesion, days 14 to 21 SP-18 - - ASTM D 412, Die C ASTM D 3583 (Sect. 14 Mod.) ASTM C 719 ASTM D 3583 (Sect. 14 Mod.) ASTM D 3583 (Sect. 14 Mod.) Mod. Elongation,% min. Modulus @ 150% Elongation, psi max. Movement, 10 cycles@ +100/-50% Adhesion to Concrete, % Elongation min . Adhesion to Asphalt, % Elongation min. 1400 9 No Failure 600 600 2.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. Reference is made to the ·construction Detail" sheet for the various joint details with their respective dimensions. 3. TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement, the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the "Construction Detail" sheet or as directed by the Engineer within 12 hours of the pavement placement. (Note that for the "dummy" joints, the initial 1/4 inch width •green" saw-cut and the "reservoir" saw cut are identical and should be part of the same saw cutting operation. Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints.) The pavement shall be allowed to cure for a minimum of seven (7) days. Then the saw cuts for the joint sealant reservoir shall be made, the joint cleaned, and the joint sealant installed. During ttie application of the joint sealant, the weather shall not be inclement and the temperature shall be 40F (4C) and rising. 4. EQUIPMENT 4.1 All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the Engineer prior to the beginning of the work. The minimum requirements for construction equipment shall be as follows: 4.2 Concrete Saw: The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. 4.3 High Pressure Water Pump: The high pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry .from the saw-cut joint. 4.4 Air Compressors: The delivered compressed air shall have a pressure in excess of 90 psi and 120 cfm. There shall be suitable reaps for the removal of all free water and oil from the compressed air. The blow-tube shall fir into the saw-cut joint. 05/27/05 SP-19 4.5 Extrusion Pump: The o utput shall be capable of supplying a sufficient volume of sealant to the joint. 4.6 Injection Tool: This mecha n ical device shall apply the sealant uniformly into the joint. 4. 7 Sandblaster: The design shall be for commercial use with air compressors as specified in Paragraph 5.4 . 4 .8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and free of contamination . Th ey shall be compatible with the join depth and width requirements. 5. CONSTRUCTION METHODS 5.1 General: The joint res ervoi r saw cutting, cleaning, bond breaker installation, and joint sealant placement shall be performed in a continuous sequence of operations 5.2 Sawing Joints: The joints shall be saw-cut to the width and depth as shown on the ·construction Detail" s heet. The faces of the joints shall be uniform in width and depth along the f ull length of the joint. 5.3 Cleaning Joints: Imm ediately after sawing , the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high pressure water. The w ater flushing shall be done in one-direction to prevent joint contamination. When the Contractor e lects to saw the joint by the dry method , flushing the joint with high pressure wa t er may be deleted . The dust resulting from the sawing shall be removed fro m the j oint by using compressed air. (Paragraph Rev. 1, October 18, 1989) After complete drying , the j oints shall be sandblasted . The nozzle shall be attached to a mechan ical aiming device so that the sand blast will be directed at an angle of 45 degrees an d at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate, one directional passes . Upon the term ination of the sandblasting, the joints shall be blown-out using compressed air. The blow tube shall fit into the joints. The blown joint shall be checked for residual dust or other contamination . If any dust or contamin ation is found, the sandblasting and blowing shall be repeated until the joint is cleaned. Solvents will not be permitted to remove stains and contaminati on. Immediately upon clea ning , the bond breaker and sealant shall be placed in the joint. Open, cleaned j oints shall not be left unsealed overnight. Bond Breaker Rod and Ta pe: The bond breaker rod and tae shall be installed in the cleaned joint prio r to the application of the joint sealant in a manner that will produce the required d imensions. 5.4 Joint Sealant: Upon p lacement of the bond breaker rod and tape , the joint sealant shall be appli ed us ing the mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less 05/27/05 · SP-20 - 6. 7. than 40F (4C). Joints shall not be sealed unless they are clean and dry. Unsatisfactorily sealed joints shall be refilled . Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints. The pavement surface shall present a clean final condition. Traffic shall not be allowed on the fresh sealant until it becomes tack-free. Approval of Joints: A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and the Engineer the acceptable method for sealant installation . The manufacturer's representative shall approve the clean, dry joints before the sealing operation commences. WARRANTY The Contractor shall provide the Engineer a manufacturer's written guarantee on all joint sealing materials. The manufacturer shall agree to provide any replacement material free of charge to the City. Also, the Contractor shall provide the Engineer a written warranty on all sealed joints. The Contractor shall agree to replace any failed joints at no cost to the City. Both warranties shall be for two years after final acceptance of the completed work by the Engineer. BASIS OF PAYMENT Payment will be made at the Contract bid item unit price bid per linear foot (L.F.) as provided in "MEASUREMENT" for "SILICONE JOINT SEALING", which price of shall be full compensation for furnishing all materials and for all preparation, delivery, and application of those sealing materials and for all labor, equipment, tools and incidentals necessary to complete the silicone joint sealing in conformity with the plans and these specifications. 44. PAY ITEM -7" CONCRETE CURB: The Contractor may, at his option, construct either integral or superimposed curb. Standard Specification Item 502 shall apply except as follows: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab. If the Contractor fails to backfill behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb shall be reduced by 25% until the backfill operation is complete. 45. PAY ITEM -REPLACE EXIST. CURB AND GUTTER: This item is included for the purpose and removing and replacing existing curb and gutter in transition areas as determined by the Engineer in the field. The proposed curb and gutter will be of the same dimensions as the existing curb and gutter to be removed . Quantities for this pay item are approximate and are given only to establish a unit price for the work The price bid per linear foot for "REPLACE EXIST. CURB AND GUTTER" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 05/27/05 SP-21 46. PAY ITEM -HMAC TRANSITION : This item will consist of the furnishing and placing at varying thicknesses an HMAC surface in transmon areas where indicated on the plans, a s specified in these specifications and at other locations as may be directed by the Engineer. This item shall be governed by all applicable provisions of Standard Specifications Item 312. The price bid per ton HMAC Transition as shown in the Proposal will be full payment for materials including all labor, equipment, tools a nd incidentals necessary to complete the work. · 47. PAY ITEM - -6" PIPE SUBDRAIN: No specific location for this item is designated on the plans. Subdrain shall be installed only if field conditions indicate ground water at su bgrade level after excavation and if deemed necessary by the Engineer. 48. PAY ITEM -TRENCH SAFETY: Description: This item will consist of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench. The Contractor shall develop, design and implement the trench excavation safety protection system. The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing ·a safe place to work" for the workman. The trench excavation safety protection system shall be used for all trench excavations deeper than five (5) feet. The Excavating and Trenching Operation Manual of the Occupational Safety and Health Administration, U.S. Department of Labor, shall be the minimum governing requirement of this item and is hereby made a part of this spec ification. The Contractor shall , in addition, comply with all other applicable Federal, State and local ru les, regulations and ordinances. Measurement and Payment: All methods used for trench excavation safety protection shall be measured by the linear foot of trench a nd paid at the unit price in the Proposal, which shall be total compensation for furnishing design, materials, tools, labor, equipment and incidentals necessary, including removal of the system. Trench depth for payment purposes for Trench Safety Systems is the vertical depth as measured from the top of the existing ground to the bottom of the pipe. 49. PAY ITEM-8" THICK LIME STABILIZED SUBGRADE & CEMENT FOR SUBGRADE STABILIZATION: See Standard Specifications Item No. 210 , "Lime Treatment (Material Manipulation)" and Specification Item No. 212, "Hydrated Lime and Lime Slurry" for specifications governing this item . Quantities for this pay item are approximate and are give n only to establish a unit price for the work. The price bid per square yard for "8" THICK LIME STABILIZED SUBGRADE" as shown in the Proposal will be full payment for all labor, equipment, tools and incidentals necessary to complete the work. The price bid per ton for "LIME FOR SUBGRADE STABILIZATION" as shown in the Proposal will be full payment for materials necessary to complete the work. 50. PAY ITEM -6" H.M.A.C. PAVEMENT (Thickness Tolerances and HMAC Testing Procedures): The base course shall be a 3" deep T ype "B" course placed in one lift. The surface course shall be a 3• deep Type "D" course placed in one lift. All provisions of Standard Specificati on No. 312.7 'Construction Tolerance' shall apply except as modified herein: 05/27/05 SP-22 - - 1) After completion of each asphalt paving course, core tests will be made to determine compliance with the contract specifications . The hot~mix asphaltic concrete pavement will be core drilled by the City of Fort Worth. The thickness of the asphaltic surface will be determined by measurement cores taken at locations determined by the Engineer. The thickness of individual cores will be determined by averaging at least three (3) measurements. If the core measurements indicate a deficiency, the length of the area of such deficient thickness shall be determined by additional cores taken along the length of the pavement in each direction until cores are obtained which are at least of specified thickness. The width of such area shall not be less than % of the roadway width . 2) When the thickness of the base course (as determined from core samples) is more than 15% deficient of the plan thickness, the Contractor shall remove and replace the deficient area at his own expense. If the thickness is less than 15% deficient, the Contractor shall make up the difference in the base thickness with surface course material. 3) The surface course must be the plan thickness. This does not include surface course material used to make up deficiencies in the base course as described in item 2). 4) The overall thickness of asphaltic concrete pavement must be a minimum of the plan thickness. Deficient areas (as determined in item 1) found to be less than the plan thickness will be removed and replaced at the Contractor's expense. 5) No additional payment over the contract price will be made for any hot-mix asphaltic concrete course of a thickness exceeding that required by the plans and specifications. 6) HMAC Testing Procedure: The Contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be . used for each project. This should be submitted at the Pre-Construction Conference. This design shall not be more than two (2) years old. Upon submittal of the design mix a Marshal (Proctor) will be calculated, if one has not been previously calculated, for the use during density testing. For type "B" asphalt a maximum of 20% rap may be used. No Rap may be used in type "D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the Contractor is approved for placement of ttie asphalt. The Contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities. The required Density for Type "B" and for Type "D" a~phalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing. After a rolling pattern is established, densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B" and "D" asphalt. Densities on type "B" must be done before Type "D" asphalt is applied . Cores to determine thickness of Type "B" asphalt must be taken before Type "D" a~phalt is applied. Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness. 51. PAY ITEM -CONCRETE FLAT WORK (CURB, CURB & GUTTER, SIDEWALKS, LEADWALKS, WHEELCHAIR RAMPS AND DRIVEWAYS): Concrete flatwork is defined as curb, curb and gutter, sidewalks, leadwalks, wheelchair ramps and driveways as shown in the plans. This provision governs the sequence of work related to concrete flatwork and shall be considered a supplement to the specifications governing each specific item. 05/27/05 SP-23 Required backfilling and finished grad ing adjacent to flatwork shall be completed in order for the flatwork to be accepted and measured as completed. No payment will be made for flatwork u ntil t he pay item has been completed, which includes backfilling and finished grading. 52. PAY ITEM -REMOVE EXISTING CONCRETE SIDEWALK. DRIVEWAYS, STEPS, LEADWALKS AND WHEEL CHAIR RAMPS : This item includes removal of existing concrete sidewalks, driveways, steps, leadwalks and wheelchair ramps at location shown on the plans or as designed by the Engineer. See Item No. 104 "Removing Old Concrete", for Specifications governing this item. 53. PAY ITEM -REMOVE EXISTING CURB AND GUTIER: Where shown on the plans or where designated by the Engineer, existing curb and or gutter and existing laid down curb shall be removed and disposed of in a manner satisfactory to the Engineer. Measurement will be by the linear foot for curb and gutter, laydown curb removed, and for all labor, tools, and incidentals necessary to complete the job. 54. PAY ITEM -REMOVE EXISTING CURB INLET: This item shall include all labor, materials, and equipment necessary to remove and dispose of the existing inlet and removal and connect ion of the existing RCCP lead pipe inlet as shown on the Plans and as directed by the Engineer. 55. PAY ITEM -6" THICK REINFORCED CONCRETE DRIVEWAY: See Standard Specification Item No. 504, "Concrete Sidewalks and Driveways" for specifications governing this item as well as details S-S5 and S-S5A. The price bid per square foot for "6" THICK REINFORCED CONCRETE DRIVEWAY" as shown in t he Proposal will be full payment for materials including all labor, equipment, tools and incidentals ' necessary to complete the work. 56. PAY ITEM -4' STANDARD CONCRETE SIDEWALK. LEADWALK AND WHEELCHAIR RAMP: All applicable provisions of standard Specifications Item 104 "Removing Old Concrete" and Item 504 "Concrete Sidewalk Driveways" shall a pply except as herein modified. The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed details, or as directed by the Engineer. The Contractor shall not remove any regulatory sign, instruction sign, street name and sign or other sign which has been erected by the C ity. The Contractor shall contact Signs and Marking Division, TPW (Phone 871-7738). All concrete flared surfaces shall be colored with LITHOCHROME color hardener as manufactured by L.M. Scofield Company or equal. The color hardener shall be brick red color and dry-shake type, and shall be used in accordance with manufacturers instructions. "Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specification . The sample, upon approval by the Engi neer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item. 05/27/05 SP-24 The method of application shall be by screen, sifter, sieve or other means in order to provide for a uniform color distribution." 57. PAY ITEM-REMOVE AND REPLACE FENCE: This item shall include the removal and reconstruction of the existing fence at the locations shown on the plans or where deemed necessary by the Engineer. The Contractor shall exercise caution in removing and salvaging the materials to they may be used in reconstructing the fence. Their constructed fence shall be equal in every way, or superior, to the fence removed. The Contractor shall be responsible for keeping livestock within the fenced areas during construction operation and while removing and relocating the fence, and for any damage or injury sustained by persons, livestock or property on account of any act of omission, neglect or misconduct of his agents, employees, or subcontractors. The unit price per linear foot shown on the Proposal shall be full compensation for all materials, labor, equipments , tools and incidentals necessary to complete the work. 58. PAY ITEM -STANDARD 7" CURB AND 18" GUTTER: All provisions of Standard Specification No. 502 'Concrete Curb and Gutter' shall apply except as modified herein : Subsidiary to the unit price bid per linear foot shall be the following: a. A minimum of 5" or greater as required depth of stabilized subgrade properly compacted under the proposed curb and gutter as shown in the construction details. b. If the Contractor fails to backfill either in from of the gutter or behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb and gutter shall be reduced by 25% until the backfill operation is complete. Standard Specifications Item No. 502, shall apply except as herein modified. Concrete shall have minimum compressive strength of three thousand (3,000) pounds per square inch in twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) gallons per sack (94 lbs.) of Portland Cement. The slump of the concrete shall not exceed three (3) inches. A minimum cement content of five (5) sacks of cement per cubic yard of concrete is requ ired . 59. PAY ITEM-BORROW: The non-expansive earth fill should consist of soil materials with a liquid limit of 35 or less, a plasticity index between 8 and 20, a minimum of 35 percent passing the No. 200 sieve, a minimum of 85 percent passing the No. 4 sieve, and which are free of organics or other deleterious materials. When compacted to the recommended moisture and density, the material should have a maximum free swell value of 0.5 percent and a maximum hydraulic conductivity (permeability) of 1 E-05 cm/sec, as determined by laboratory testing of remolded specimens of the actual materials proposed for the non- expansive earth fill. 60. PAY ITEM-CEMENT STABILZATION: All applicable provisions of Item 214 , 'Portland Cement Treatment' shall apply. 61. PAY ITEM -CEMENT: All applicable provisions of Item 214, 'Portland Cement Treatment' shall apply. 05/27/05 SP-25 62. PAY ITEM..,.. NEW 7" CONCRETE VAL L EY GUTTER: This item shall include the constructio n of concrete valley gutters at various locations to be determined in field . Removal of existing , asphalt pavement, concrete base , curb and gutter, and necessary excavation to install the concrete valley gutters all s hall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsidiary to this Pay Item . See standard specification Item No . 314", Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base." Measu rement for final quantities of valley gutter will be by the square yard of concrete pavement and the cu r b an d gutter section will be included. Contractor may substitute 5" non-rei nforced (2 :27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pa vement". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley gutter at a time, and the other half shall be open to traffic . Work shall be completed on each half within seven (7) calendar days. 63. PAY ITEM -STORM DRAIN INLETS: An alternative method of construction fo r th ese items will be "Pre-Cast" manholes and inlets. If the Contractor desires to use this method, he must submit details for the construction to the Transportation and Public Works Department fore review and approval if said details are acceptable. The Pre-Cast construction must be equal or superio r to the strength requirements for this item as set out in Item 444 , "Manholes and Inlets" and said construction shall be in compliance with all other requirements of Item 444 where applicable. 64. PAY ITEM -TRENCH EXCAVATIO N AND BACKFILL FOR STORM DRAIN: Work under this item includes all the proposed excavation and backfill in the project area and the necessary fill area. Payment will be made for the quantity of earth excavated/backfilled . The placing of fill shall be subsidiary to the trench excavation/backfill price. Excess material which is obtained from excavating the trench shall be used for fill placement subject to the provisions of Item 114 of the City of Fort Worth Standard Specifications. All excavated material which is unacce ptable as fill material ·shall become the property of the Contractor to be hauled off the site an d disposed of properly. Unacceptable material shall be, but not limited to : rocks; concrete, asphalt, debris, etc. The cost for removal and disposal of unacceptable material shall be subsidiary to the unit prices. 65. PAY ITEM -STORM WATER PO LLUTION PREVENTION {FOR DISTURBED AREAS EQUAL TO OR GREATER THAN 1 ACRE): PERMIT: As defined by Texas Com mission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination Syste m (TPDES) General Construction Permit is required fo r 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 In te rn et 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 Ce ntral Texas Council of Governments Best Management 05/27/05 SP-26 - Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized , can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. 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 Contri3ctor 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 project SWPPP's are available for viewing at the plans desk of the Department of Engineering. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES : A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporc;:1ted 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 05/27/05 SP-27 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, wh e n another permitted operator assumes control over all areas of the site that have not been finally stab ilized . SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRE S: Su bmission 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 descri bed above, shall be implemented at least 48 hours before the commencement of construction activi ties. 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 contro l measures shall be installed and maintained throughou t the construction to assure effective and conti nu ous 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 slo pe drain, inlet protection, stabilized construction entrances , seeding, sodding, mulching, soil rete ntion 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 Man ual." Deviations from the proposed control measures must be submitted to the engineer for approva l. PAYMENT FOR SWPPP IMPLEMENT ATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. FOR DISTURBED AREAS LESS T HAN 1 ACRE, SPECIAL PROVISION 23 -40 SHALL BE APPLICABLE. 66. PRE BID ITEM -UTILITY ADJUST MENT: This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary ad ju stments required due to street improvements to water, sanitary sewer and natural gas service lines and ap purtenances where such service lines and appurtenances are the property owner's responsib il ity to maintain. An arbitrary figure has been placed in the Proposal ; however, this does not gua ra ntee any payment for utility adjustments, neither does it confine utility adjustments to the amount show n in the Proposal. It shall be the "Contractor" responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be mad e for utility adjustments except those adjustments determined necessary by the Eng ineer. Should t he Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be . repaired and adjusted by the Contractor at the Co ntra ctor's expense.· The payment to the Contractor for utility adjustments shall be the actual cost of th e adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. 67. PRE BID ITEM-PROJECT DESI G NAT ION SIGN: The Contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the Contractor to ma intain the signs in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. T he quality of the paint, painting and lettering on the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of~" fir plywood , grade A-C (exterior) or better. These signs shall be installed on barr icades or as directed by the Engineer and in place at the project site upon commencement of constructi on . 05/27/05 SP-28 The work, which includes the painting of the signs, installing and removing the signs, furnishing the materials, supports and connections to the support and maintenance shall be to the satisfaction of the Engineer. The unit price bid per each will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work . . 68. PRE BID ITEM -TOP SOIL: The proposed quantities shown are calculated to provide topsoil 4 to 6 inches in depth ( compacted) over the parkway area and do not include deeper than design depth behind the curb. The pay item is intended to pay for topsoil that must be imported where suitable material is either not available on the job or cannot reasonably be stored on-site. Payment will be made on the basis of loose truck volume (full truck with sideboards up) tickets and material must meet City of Fort Worth standards for topsoil. Only the volume imported will be paid for and may be substantially less than the proposal quantities listed. 69. PRE BID ITEM -ADJUST WATER VALVE BOX: Contractor will be responsible for adjusting water valve boxes to match new pavement grade. The water valves themselves will be adjusted by City of Fort Worth Water Department forces . The unit price bid will be full payment for materials including ali'labor, equipment, tools and incidentals necessary to complete the work . 70. PRE BID ITEM -MANHOLE ADJUSTMENT: This item shall include adjusting the tops of existing and/or proposed manholes to match proposed grade as shown on the plans or as directed by the Engineer. Standard Specification Item No. 450 shall apply except as follows: Included as part of this pay item shall be the application of a cold-applied preformed flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole sections as per current City Water Department Special Conditions. 71 . PRE BID ITEM -ADJUST WATER METER BOX: This item shall include ra ising or lowering an existing meter box to the parkway grade specified. No payment will be mad~ for existing boxes, which are within 0.1' of specified parkway grade. The unit price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 72. NON-PAY.ITEM -CLEARING AND GRUBBING : All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and Grubbing.· However, no direct payment will be made for this item and it shall be considered incidental to this contract. 73. NON-PAY ITEM-SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200 , "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incident~! to this contract. 74. NON-PAY ITEM-PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards, shrubs, trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. 05/27/05 SP-29 By ordinance, the Contractor must o btain a permit from the City Forester before any work (trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys. This permit can be obtained by calling the Forestry Office at 871- 5738. All tree work shall be in compli ance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to pu blic trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contra ctor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. 75. NON-PAY ITEM-CONCRETE COLORED SURFACE: Concrete wheelchair ramp surfaces, excluding the side slopes and curb, shall be colored with UTHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M . Scofield Company or equal, shall be used in accordance with manufacturers instructions. Contractor shall provide a sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specifications. The sample, upon approval of the Engineer, sha ll be the acceptable standard to be applied for all construction covered in the scope of this Non-Pay Item . No direct payment will be made for this item and it shall be considered incidental to this contract. The method of application shall be by screen , sifter, sieve, or other means in order to provide for a uniform color distribution. 76. NON-PAY ITEM -PROJECT CLEAN-UP: The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the o pinion of the Engineer it is necessary, clean up shall be done on a daily basis. Clean up work shall inclu de, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of re sidents' property If the Engineer does not feel that the j obsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments unti l completed) of the appropriate bid item(s) will be reduced by25%. Final cleanup work shall be done for t his project as soon as the paving and curb and gutter has been constructed. No more than seven day s shall elapse after completion of construction before the roadway and right-of-way is cleaned u p to the satisfaction of the Engineer. 77. NON-PAY ITEM-PROJECT SCHEDULE: Contractor shall be responsible for producin g a project schedule at the pre-construction conference. This schedule shall detail all phases of construction, including project clean up, and allow the Contractor to complete the work in the allotted time. Contractor will not move on to the jobsite nor will work begin until said schedule has been received and approval secured from the Construction Engineer. However, contract time will start even if the project schedule has not been turned in . Project schedule will be updated and resubmitted at the end of every estimating period. All costs involved with producing and maintaining the project schedule shall be considered subsidiary to this contract. 05/27/05 SP-30 - 78. NON-PAY ITEM -NOTIFICATION OF RESIDENTS : In order to cut down on the number of complaints from residents due to the dust generated when saw- cutting joints in concrete pavement, the Contractor shall notify residents, in writing, at least 48 hours in advance of saw-cutting joints during the construction of paving projects . All costs involved with providing suqh written notice shall be considered subsidiary to this contract. 79. NON-PAY ITEM-PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any block in the project, the Contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: ( 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 blofk, the name of the Contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction notification' flyer is attached. The Contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The Contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. An electronic version of the sample flyer can be obtained from the construction office at 871-8306. All work involved with the pre-construction notification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. 80. NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING: After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The Contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions. Every 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. 81. NON-PAY ITEM -WASHED ROCK: All washed rock used for embedment or backfill or as otherwise directed by the Engineer shall washed, crushed stone and shall meet the following gradation and abrasion: (Actual washing not required if gradation is met) Sieve Size 1" 1/2" 3/8" #4 #8 % Retained 0-10 40-75 55-90 90-100 95-100 Los Angeles Abrasion Test: 50% Maximum wear per A.S.T.M. Designation C-131. 82. NON-PAY ITEM -SAWCUT OF EXISTING CONCRETE: When existing concrete or H.M.A.C. is cut, such cuts shall be made with a concrete saw. The Contractor may break out curb and gutter to the nearest joint if he chooses . All sawing shall be subsidiary to the unit cost of the respective item . 05/27/05 SP-31 • 83. NON PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES: The Contractor shall be responsible for locati ng and marking all previously exposed manholes and water valves in each street of this contra ct before the recycling process commences for a particular street. The Contractor shall attempt to include t he construction engineer (if he is available) in the observation and marking activity. In any event a street s hall be completely marked a minimum to two (2) working days before recycling begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the Contractor's responsibility to notify the utility companies that he has commenced work on the project. As the recycling is complet ed (within the same day) the Contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the Contractor shall notify the utilities of th is completion and indicate that start of the next one in order for the utilities to adjust facilities accordingly . The following are utility contact persons : Company Southwestern Bell Telephone Texas Utilities Lone Star Telephone Number (817) 338-6275 (817) 336-9411 ext. 2121 (817) 336-8381 ext. 372 Contact Person "Hot Linen Mr. Roy Kruger Mr. Jim Bennett Of course, under the terms of this contract, th e Contractor shall complete adjustment of the storm drain and Water Department facilities , one traffic lane at a time within five (5) working days after completi ng the laying of proposed H.M .A.C. overlay adjacent to said facilities. Any deviation from the above procedu re and allotted working days may result in the shut down of the recycling operation by the Construction Engineer. The Contractor shall be responsible fo r all materials, equ ipment and labor to perform a most accurate job and all costs to the Contractor shall be figured subsidiary to this contract. 84. NON PAY ITEM -TIE IN INTO STO RM DRAIN STRUCTURE: The cost for making lateral tie-ins to the storm drain structure shall be su bsidiary to the bid price for the respective lines. 85. NON PAY ITEM-SPRINKLER HEAD ADJUSTMENT: The adjustment and/or relocation of sprinkler heads encountered shall be paid for under utility adjustment in the proposal section. No ot her compensation will be provided . 86 . NON PAY ITEM -FEE FOR STRE ET USE PERMITS AND RE-INSPECTIONS: A fee for street use permits is in effect. In addition, a s eparate fee for re-inspections for parkway construction, such as driveways , sidewalks, etc., will be requ ired . The fees are as follows: The street permit fee is $50 .00 per perm it w ith payment due at the time of perm it application. A re-inspection fee of $25.00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to th e City performing re-inspection. Payment by the Contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additional co mpensation shall be made. 05/27/05 SP-32 87. NON PAY ITEM -TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE}: A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measure unless otherwise directed by the engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dames, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other devices. B. CONSTRUCTION REQUIRMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface are of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamir:ic;1tion of adjacent streams, other water course, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary poliution-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 cond itions make such limitations unrealistic, temporary sqil-erosion-control measures shall be performed as directed by the Engineer. 1. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams . 2 . Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossing are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live,streams. 3 . When work areas or material sources are located in or adjacent _to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream . 4. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not part of the finished work. 5. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumens, calcium chloride or other harmful materials . He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. E. SUBMIITAL: Prior to the start of the applicable construction, the Contractor shall submit for approval his schedules for accomplishment of soil-erosion-control work and his plan to keep the area of erodible-earth material to a minimum. He shall also submit for acceptance his proposed method of soil-erosion control on construction and haul roads and material sources and his plan for disposal of 05/27/05 SP-33 waste materials. No work shall be sta rted until the soil-erosion control schedules and methods of operations have been reviewed and a p prov ed by the Engineer. F. MEASUREMENT AND PAYM EN T : 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. 88. NON PAY ITEM -TRAFFIC CONT ROL: The Contractor will be required to obtain a ·street Use Permit" prior to starting w ork. As part of the ·street Use Permit" a traffic control plan is required . The Contractor shall be res pons ible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highw ays" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways ; codified as Article 6701 d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31 . A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer at (817) 392-8712, at the pre-construction conference . Although work will not begin until the traffic control plan has been reviewed , the Contracto r's time will begin in accordance with the time frame established in the Notice to the Contractor. The Contractor will not remove any reg ulato ry sign , instructional sign, street name sign or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 871-77 38) to remove the sign . In the case of regulatory signs , the Contractor must replace the permanent sig n with a temporary sign meeting the requirements of the above-referenced manual and such tem porary 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 sha ll 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 Sig ns 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 certa in 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 Construct ion and Maintenance Work Areas." 05/27/05 SP-34 - - (To be printed on Contractor's Letterhead) Date: ----- DOENo: PROJECT NAME: Water/Sanitary Sewer and Paving/Storm Drain Improvements for: MAPSCO LOCATION: __ LIMITS OF CONST.: -------------Estimated Duration of Construction on your Street : _ days THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL< REPLACE WATER AND/OR SEWER LINES -RECONSTRUCT THE STREET> ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HA VE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <rELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT <rELEPHONENO.> I AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. 05/27/05 SP-35 PART DC HOPE STORM DRAIN SPECIFICATION HIGH DENSITY POLYETHYLENE (Bl)PE) CORRUGATED AND SMOOTH LINED THERMOPLASTIC PIPE SPECIFICATION: (FOR GRAVITY FLOW DRAINAGE PIPE APPLICATIONS) 1. Description: 11ris item shall govern for the furnishing and installing of all High Density Corrugated Polyethylene (HOPE) Smooth Lined Pipe and / or materials for constructing of culverts, side road pipes, storm sewers, stubs, and all related connections and fittings, all of which shall conform to ASTM F 2306, latest edition. The pipes shall be of the sizes, types, and dimensions shown on the plans, and contained in this specification. In addition, it shall include all connections and joints to new or existing pipes, storm sewer manholes, inlets, headwalls, and other appurtenances as may be required to complete the work. 2. Materials: Unless otherwise specified on the plans or herein, thermoplastic pipe and joint fittings shall conform to the following: A. High Density Polyethylene (HOPE) Corrugated and Smooth Lined Pipe & Fittings shall be manufactured in accordance with requirements of ASTM F 2306, latest edition. Type S: This pipe shall have a full circular cross section, with an outer comigated pipe w~l and a smooth inner wall. B. High Density Polyethylene (HOPE) Corrugated and Smooth Lined Pipe shall be manufactured from virgin PE compounds which conform with the requirements of cell class 335400C as defined and described in ASTM D 3350. C. Minimwn Pipe Stiffness (PS) at five percent deflection shall be as descn'bed in ASTM F 2306, Section 6.3 when tested in accordance with AS1M D 2412. D. All HOPE Corrugated and Smooth Lined Pipe shall be certified through the Plastics Pipe Institute (PPI) Third Party Certification program. All HDPE pipe delivered and used shall bear the Tltird Party Administered PPI seal. 3. Installation: Installation shall be in accordance with ASTM D 2321, "Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity Flow Applications". A. General Installation Requirements: Thennoplastic pipe shall be unloaded and handled with reasonable care. Pipe shall be placed in the bed starting at the downstream end. Trenches must be excavated in such a manner as to insure that the sides will be stable under all working conditions. Trench walls shall be sloped or supported in conformance with all standards of safety. Only as much trench as can be safely maintained shall be 1 opened. All trenches shall be backfi1led as soon as practicable, but no latter than the end of each working day. Trench details, including foundation, bedding, haunching, initial backfill, final backfill, pipe zone, and trench width are shown in Figure 1. B. Trench Widths: Trench width shall be in accordance with AS1M D2321 and shall be sufficient to ensure working room to properly and safely place and compact haunching and other backfill materials. Minimum trench width shall not be less than 1.25 times the pipe outside diameter plus 12 inches. (1.25 x O.D. + 12'') Note: On multiple pipe barrel runs the clear distance between pipes is as follows: 12"-24'' Diameters: Clear span =12" 24" & Greater Diameter: Clear span ::;;; ~ x Diameter C. Outside the Right-of-Way Bedding and Backfill: Bedding material shall meet the requirements of ASTM D2321 Class I or Class TI material. A minimum of 6" of bedding shall be provided prior to placement and shall be loosely compacted. Bedding material size shall be 1 W' maximum granular material. Backfill material shall meet the same requirements as the bedding material and shall extend to 12" over the top of the pipe. Backfill material shall be placed in 6 inch lifts and compacted to 90% Std. Proctor Density. D. Inside the Right-of-Way Bedding and Backfill: Bedding material shall meet the requirements of ASTM D2321 Class I material. A minimum of 6" of bedding shall be provided prior to placement and shall be loosely compacted. Bedding material size shall be 1 W' maximum granular material. Initial backfill material shall meet the same requirements as the bedding material and shall extend to 12 inches above the top of the pipe. Final backfill material shall meet the requirements of ASTM D2321 Class II material. All initial and final backfill material shall be placed in 6 inch lifts and compacted to 900/o SPD. E. Minimum Cover: The minimmn cover is one foot (1.0') for HS-25 Live Loads (4"-48" Diameters) and two feet for (2.0') for larger diameter structures (60" Diameter); however, care should be taken when heavy construction equipment loads cross the pipe trench during construction. If the passage of construction equipment over an installed pipeline is necessary dming project construction, compacted fill in the form of a ramp shall be constructed to a minimum elevation of three (3.0') feet over the top of the pipe. Any damaged pipe shall be replaced at the contractor's expense. 2 F. Installation Deflection: At the Engineer's discretion, all pipe exceeding 7.5% deflection may require replacement at the con1ractor's expense when measured or inspected not less than 60 days following completion of installation. Deflection is defined per ASTM D 2321. G. Joints: Joints shall be installed so that the connection of pipe sections will form a continuous line free from irregularities in the flow line. Joints shall meet one of the following: 1.) Soll tight joints shall be as specified in ASTM F2306. 2.) Watertight Joints must meet a 74kPa (10.8 psi) laboratory test per ASTM D3212 and utilize a bell and spigot design with a gasket meeting ASTM F477. 4.. High Groundwater Table In installations where a high groundwater table is encountered, a soil filter fabric as per manufacturer's recommendations shall be installed around the initial backfill material. In tlowable fill or high groundwater installations, pipe shall be restrained as per manufacturer's recommendations. S. Measurement and Payment: This item shall be measured for payment by the linear foot. Such measurements shall be made between the ends of the barrel along its flow line. For multiple pipes, the measured length shall be the sum of the lengths of the barrels, measured as described above. Pipe shall be paid for at the contract unit price per linear foot, complete in place, as provided by the proposal and con1ract. The contract price per linear foot shall be the total compensation for the furnishing of all labor, materials, tools, equipment, and incidentals necessary to complete the work including excavation, backfill, and disposal of surplus materials in accordance with the plans and these specifications. 3 - - PARTE CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKER'S . COMPENSATIONLAW VENDOR COMPLIANCE TO STATE LAW EQUIPMENT SCHEDULE EXPERIENCE RECORD PAYMENT BOND PERFORMANCE BOND MAINTENANCE BOND 0 f- -,. ACORQM CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) 09/15/2006 PRODUCER (817)457-6700 FAX (817)457-7246 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION THE SWEENEY COMPANY ONLY AND CONFERS NO RIGHTS UP ON THE CERTIFICATE HOLDER . THIS CERTIFICATE DOES NOT AMEND , EXTEND OR 1121 E. Loop 820 South ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P O Box 8720 Fort Worth, TX 76124-0720 INSURERS AFFORDING COVERAGE NAIC # INSURED Conatser Construction TX, LP IN SURER A : Bituminous Casualty Corp ,~+ IX P.O.Box 15448 IN SURER B : Bituminous Fire & Marine Ins Co A+ IX Fo rt Worth , TX 76119 IN SURER C: IN SURER D: IN SURER E: C THE POLI C IE S OF INSURANCE LISTED BELOW HAVE BEEN IS SUED TO THE IN SURED NAMED ABO V E FOR T HE POLI CY PERIOD INDICATED. NOTWITH STANDING ANY REQUIREME NT , TE RM OR CONDITI O N OF A NY CO NTRACT OR OTHER DO C UMENT WITH RESPECT TO WH IC H THI S CERTIFI CATE MA Y BE ISS UED O R MA Y PERT A IN , TH E IN SURAN C E A FF O RDED BY THE POLI C IE S DE SCRIB ED HERE IN IS SUBJE CT TO ALL THE TERM S, EXCLUS IO NS AND CO NDITI O NS OF SUCH POLI C IES . AGG REGATE LIMIT S SHO W N MA Y HAV E BEEN REDU CED BY PAID CLA IMS . l~f: ~~~i TYPE OF INSURANCE POLICY NUMBER P~}.l.~~Jf.~~~IJ~~ P~!;;lf/,~.~~~.e!~N LIMITS GENERAL LIABILITY CLP 3 231 053 08/01/2006 08/01/2007 EAC H OCCURRENCE $ 1,000 ,000 .___ Q~~~~~J:9_ RENTED X COMMERCIAL GENERAL LIABILITY $ 100,000 OVERAGES 1 CLA IM S MADE 0 OCCUR MED EXP (An y one perso n) $ 5,000 A X CONTRACTUAL, XCU PERSONAL & ADV INJURY $ 1,000,00C X INDEP CONTRACTORS GENE RAL AGGREGATE $ 2 ,000,00C .___ GE N'L AGGREGAT E LIMIT APPLI ES PE R: PRODUCTS · COMP/OP AGG $ 2,000,000 (80HOOZ) sz mm::rv CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C .A. Labor Code §406.96 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Engineering No. 4879 and City of Fort Worth Project No . 00161. ST ATE OF TE X AS CO UNTY OF TARRANT § § § CONTRACTOR CONATSER CONST Na Before me, the undersigned authority, on this day personally appeared Ada cl Po, o/7cu , known to me to be the person whose name is subscribed to the fore going instrdment , and acknowledged to me that he executed the same as the act and deed of CONATSER CONSTRUCTION TX, LP for the purposes and consideration therein ex p ressed and in the capacity therein stated . Given Under My Hand and Seal of Office this 2 /~y of ~ SYDNEY JONES Notary Public, State of Texas My Commission Expires May 09 , 2010 , 20 ...... IJ-"-G_ THE STATE OF TEXAS COUNTY OF TARRANT Bond No: S350820 PERFORMANCE BOND § § § KNOW ALL BY THESE PRESENTS: That we, ( 1) ----"-C...a..O..a...N=A=T=S-=E=R;;_C;:;_O=N:;..;.=..ST=R=U-=-=C-=T-=-10-=-N::..;.....;:T=X=,-==L=P-------- -----------' as Principal herein, and (2) _E_m_.p_l __ oy.._e __ r __ s _ ___;;,;M=u=t=u=a=l-----=C=a=s=u=al:.::t .... Y Company and Union Insurance Company of Providence ___ , a corporation organized under the laws of the State of (3) Iowa , 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 Four Hundred Ninety Three Thousand, Five Hundred Seventy One ------------and 50/100 Dollars ($ __ 1~,4...;..9...;..3~,5_7_1_.5_0 ___ ~) for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, ~ entered into a certain written contract with the Obligee dated the __ day of ________ , 2006 , a copy of which is attached hereto and made a part hereof for all purposes, for the construction of __ =P...;..a...;..v __ e...;..m....;e"""'n"""t"""'R'"'"e'""'c'"""o'"""n'"'"st=r"'""u"'"'c'""'ti--o=n'--'a=n=d~W..;.....;;,;;a--te=r-'a=n=d Sanitary Sewer Main and Replacement on Malinda Lane North, Malinda Lane South and Martha Lane NOW, THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans , specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED , HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute , to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SEP 26 2006 SIGNED and SEALED this ___ day of __________ , 20_. ATTEST: (Principal) Secretary (SE AL) ATTEST: Secretary (SE AL) wttness1oSurety Carolyn Maples NOTE: ( 1 ) (2) (3) Title: VICE PRESIDENT OF CONATSER MANAGEMENT GROUP, INC ., GP Address: P. 0. Box 15448 Fort Worth TX 76119 EMPLOYERS MUTUAL CASUAL TY COMPANY AND UNION INSURANCE CO OF PROVIDENCE s~dy{I-B. ~ ~ Name: Glenna S. Davis Attorney in Fact Address : ---------P . 0. Box 712 Des Moines, IA 50303 Telephone Number: (515) 280-2689 Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated . In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Bond No: S350820 PAYMENT BOND THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS: That we, (1), __ C ___ O_N_A_T_S_E_R_C_O_N_S_T_R_U_C_T_I_O_N_T_X-,_L_P ___ as Principal herein, and (2) EMPLOYERS MUTUAL CASUALTY COMPANY AND UNION INSURANCE COMPANY OF =-P=R=O-'-V-=ID=E=N:...c...=C=E ___________________ , a corporation organized and existing under the laws of the State of (3) __ IO_W_A ____ , as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of ONE MILLION FOUR HUNDRED NINETY THREE THOUSAND FIVE HUNDRED SEVENTY ONE --- - -- - ---- -AND 50/100 _________ Dollars ($ 1,493,571.50 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents : WHEREAS, the Principal has entered into a certain written contract with the Obligee made a part hereof as if fully and to the same extent as if copied at length, for the following project: __ ...;;;P...;;;a'"""ve=m=e=n=-=-t --=R=e=c=on=s=tr;..;;u=ct=io=na......a.;a=nd.a;._W~at=e~r --=a=n=d-'S=a=n=it=ar'-'y--=S=ew-'e=r-=M=a=in"---,;;a=n=d-'R=e=p=Ia=c=em=en=t---=.:.:con Malinda Lane North, Malinda Lane South and Martha Lane NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal :::an~d~th;,:;e::..----:-:-. Surety have executed this instrument. c,H\C1~l ~~t©~g SIGNED and SEALED this day of Sl="P ? ?nn 6 ' 20 . tlW ~~e~~~~l ~l W#~~1~. YUt ATTEST: (Pr incipal) Secretary (SE AL) ATTEST: Secretary (SE AL) Witness a~ Surety Carolyn Maples NOTE : ( 1) (2) (3) Title: Vice President of Conatser Management Group,lnc.1 GP Address: ---------P . 0 . Box 15448 Fort Worth TX 76119 EMPLOYERS MUTUAL CASUAL TY COMPANY AND UNION INSURANCE CO OF PROVIDENCE :~~~----~.........:;...---=::;......:::;a,·_ N~:Mavis . Attorney in Fact Address: ---------P. 0 . Box712 Des Moines.Iowa 50303 Telephone Number: (515)280-2689 Correct name of Principal (Contractor). Correct name of Surety . State of incorpo ration of Surety Telephone numbe r of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL BY THESE PRESENTS: § § § MAINTENANCE BOND That CONATSER CONSTRUCTION TX, LP Bond No: S3508 20 and S350821 ______ ("Contractor"), as principal, and , EMPLOYERS MUTUAL CASUALTY COMPANY AND UNION :.:.;IN=S=U=RAc.,::N..:..:C:.:E:.....;C::..;O::..:.M=P-=-A=Nc.:...Y..;:Oc.:..F_,P...:.R=O:...:.V=ID=E-'-'-NC=E=---------------a corporation organized under the laws of the State of 1owA , ("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 Four Hundred Ninety Three Thousand Five Hundred Seventy One --------and 50/100 Dollars ($ __ 1""""-'-49 ___ 3...._5 ___ 7_1_.5 ___ 0 ______ ), lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort .. .J Worth, dated the __ of , 20_; a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Pavement Reconstruction and Water and Sanitary Sewer Main and Replacement on Malinda Lane North, Malinda Lane South and Martha Lane ________ __._the same being referred to herein and in said contract as the Work and being designated as project number(s) 00161 and D.O.E. No. 4879 and said contract, including all of the specifications, conditions , addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) years ; and WHEREAS , said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering , it be necessary; and, 1-fA~l{:li~il f&~©i~ -\ tint ~~t~~i~v ---·• ..-.~f\A WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise , this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF , this instrument is executed in eight (8) counterparts , each of which shall be deemed an original, this_ day of _________ , A.O. 20 __ . ATTEST: (SE AL) Secretary Secretary Title : Vice President of Conatser Management Group, Inc . GP Employers Mutual Casualty Company and Union Insurance Com an of Providence Surety B .~~??4<1~) N~v:S Title: Attorney-in-Fact P . 0 . Box 712 Des Moines Iowa 50303 Address THE FACE OF THIS DOCUMENT HAS A COLORED BACKGROUND ON WHITE PAPER• BACK OF THIS DOCUMENT HAS A SIMULATED WATERMARK-HOLD AT AN ANGLE TO VIEW. •E,MCins"ran~e ....... ~~ni~.~ ..... . No ~ . ..694584 f pJb:.j!Q'){712 i• DesMoiries, IA50303~11i .................... . ~N?t;:~}~~~t~:;t~::~~Jt!~!~l~,~t~;/ 2. EMCASCO Insurance Company, an Iowa Corporation .. > { •. DakolaFJr~IIJS\lfofice.Co111p;diy,'a~Qfth.Qakofa Corpo rati on 6. EMC Property & Casualty Company, an Iowa Co rporation 3. Union ln suran~9Pmpany 9.tpr9vide9~,!m !!),V'a Cqrppriiti~n .·· 4. Illin ois EMCA~C0l(lsurap¢e CQJi'IP!!¥iY,' il!l !owaCorpotation )'. ,·,,·, • ·. ·, •·• ·.·:··· •• ,::·:, •.•.,-•i,'•''•'•·' •,:,, ··,·,:-. .. .. · . .;·-:·:· 7. J:tc1mi!ton M4~~! li;isuran~ ~~[!lp~ny, ~ !<>.re.'! porp~r,t!Ol1 .. its true and lawful attorney-in-fact, with full power and authority conferred to sign, seal , and execute its lawful bonds , undertakings, and other obli gatory inst ruments of a 1~m!N%~~~~r:1:Nb1J,EXCEgp!NGT1=N~iL~iqNqql iJ;R S.,:;: ....... ;,;t'.:f;. ...... }:t .. '.:.\ .. :.,::i.:;,:;:~:::'.:,;.,.j;f '..'.'::}:t~;?:::::'.'.:i'.i/'.($1 p,ooo ,ooo .oo) ·•::.·····••·········J~:·~~:···:ooner ··;:~~:~:;•·•·•·.·•·.·····•••·•·••·••····· AUTHORITY FOR POWER Of A TTOFINEY Qr(lhis •~4th f:l$Yof ... · .• ;'1u~e ............ AP< n200 6 befo re me a Nptary P,4blic to angf or the $lat!:) 9t .loW1:1, p~rsona'.f[y$pp~~~ ~r.yce ~. Kelley and Jeff rey S. B1t4sley~ who{pei11ghy me duty sWQm.;)djd Afly t~~ tn~y ~re, an d*.e tnown to me to be the Ch~irman, President, \Jice Chairman an.ti CijO, ~ndtot ~istant $ecr.e)ary , respectively , of eaclj of Ttie Cbll)paniElS a~ve; thatthe. $e~ affix'i1<J to th!$ in strum~nt:ar e the sea ls of sa id co rporati6M$1fhaf said tr:istrumertwas ~lgnE1qand s~aled cmwti rufbf.$ach of the Companies by autlio(ify oktheir respe~iveBqards oFQirec;)qf$: an d lhi.:tf the said Bruce G. Kelley and Jeffrey S?Bitdsley, as such Officers; acknowledge the eifocirtfoif of sa id in strument to be the voluntary act and deed of each of the Compani es. My Commission Expires N~o l:ier 1, 2008 . Cl /[t :. -. " " i i WJu&.f<X3 ~~rt-w otary Pub1lc in and for the Slate of Iowa IMPORTANT NOTICE : TO OBTAIN INFORMATION OR MAKE A COMPLAINT: l 1 You may con t act Employers Mutual Casualty Company, Union Insurance of , Providence, and /o r EMCASCO Insurance Company for information or to make ' , a complaint at: ; < ! Employers Mutual Casualty Company Attn: Surety Claims P.O. Box 712 Des Moines, IA 50303 (515) 280-2689 (515) 280-2994 Fax ~ You may contact the Texas Department of Insurance to obtain information on companies , coverages , rights or complaints at: J ~ Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-048, Government Code , and Section 53.202 , Property Code , effective September 1, 2001 . I [ ! I i T HE STATE OF TEXAS COUNTY OFT ARRANT CITY OF FORT WORTH, TEXAS CONTRACT KNOW ALL BY THESE PRESENTS This agr eement made and entered into this the __ day of __ A.D ., 20 0 6, by and between the C ITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtu e o f a special charter adopted by the qualified voters within said City on the 11th day of December, A.D . 1924 , under the authority (vested in said voters by the "Home Rule" provision) of the Co n stitution of Texas, and in accordanc e with a resolution duly passed at a regular meeting of the City Co uncil of said c ity , and the City of Fort Worth being hereinafter tenned Owner, CONAT SER CONSTRUCTION TX, LP, HEREINAFTER CALLED Contractor. WITNESS E TH: T hat said parties have agreed as follow s: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made an d perfom1ed by th e Owner, and under the conditions expres sed in the bond bearing even date herewith , the s aid C ontractor hereby agrees with the said Owner to commence and complete the construction o f ce rtain improve m ents d es cribed as follows : Pavement Reco structio n and Water and Sani tary Sewer Main and Rep lacement on Malind a Lane North, Malinda Lane South and Martha Lane 2 . T hat th e w ork herein contemplated shall consist of furnishing as an independent contractor all labo r , tool s, appli ances and materials necessary for the construction and completion of said project in accordance w ith th e Plans and Specifications and Contract Documents prepared by the Department of l~ngineerin g fo r t he Transportation and Public Works Department of the City of Fort Worth adopted by the C ity C o uncil of the Ci ty of F ort Worth , which Plans and Specifications and C ontract Documents are here to atta ched and m ade a part of this contract the s ame as i f written herein . 3 . T h e Co n h·actor hereby agre es and binds himself to commence the construction of said work w it hin t en (1 0) days after being notified in writing to do so by the Department of Engineering of the City of Fort W orth . 4 . The Co ntractor her eby agrees to prosecute sa id w ork with r e a s onable diligence after the C()mrnencement thereof and to fu ll y co mpl ete and fi nish the sam e ready fo r th e insp ection and a rov al o f th e Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 200 working days . If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of$ 420 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety s hall be liable to the Owner for such deficiency . 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to ca rry on and co mplete the same according to the true meaning of the intent and terms of said Plans, Spe cifications and Conh·act Documents, then the Owner shall have the right to either demand the surety to t ake over th e w ork and complete same in accordance with the Contract Documents or to take charge of and complete t he work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said Ci ty shall exceed the contract price or prices set forth in the said plans and specifications made a paii hereof, the Conh·actor and /or its Surety shall pay said City on demand in writing, setting forth and s pecifying an itemi z ed statement of the total cost thereof, said excess cost. 6 Co nh·actor co venants and agrees to indemnify City's engineer and architect, and their personnel at the project site for C onh·actor 's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmles s and defend , at its own expense, the Owner, its officers, servants and employees, from and ag ainst any and all claims or suits for property loss, property damage, personal injury, including death, :i ris ing out of, or a lleged to arise out of, the work and services to be perfonned hereunder by Contractor, 1 ts officers , a gents, employees , subcontractors, licensees or invitees, whether or not any such iniury, dam.age or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, Joss or destruction to property of the Owner arising from the performance of any of the term s and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, s ervants or employees .. In the event O w ner receives a written claim for damages against the Contractor or its subcontractors prior to final paym en t, final payment shall not be made until Contractor either (a) submits to Owner sat isfa ctory e v id ence that the claim has been settled and/or a release from the claimant involved, or (b) pro vides Owner with a Jetter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. T he Director m ay, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public wo rk from a Contractor against whom a claim for damages is outstanding as a result of work performed und er a C ity Co ntract. 7 . ij~~ltlt1l ~~t@iD f>2 11'1,; ,~fi'hln\ic:'i?i !N V ~inV 0.s vm;~~tu :C11' \(;i.,J:~?i~:n:1 1f'~l( r U, "" 1 _.· .. ·~ u ' u c""' The Conh·a ctor agrees , on the execution of this Contract, and before beginning work, -t o-m ak~,~-- exe c ute and deliver to said City of Fort Worth good and suffici ent surety bonds for the faithful pe r formance of the t e1111s and stipulation s of the C ontract and for the p ay ment to all claimants for labor The C ontractor agrees, on the execution of this Contract, and before beginning work, to make, exec ute and de li ver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor an d/or material s furnished in the prosecution of the work, such bonds being as provided and required in Ar ticle 5160 of the Revised Civil Statutes of Texas, as amended, in the form included in the Contract Documents, and such bonds shall be for 100 percent of the total contract price, and said surety shall be a surety company dul y and legally authorized to do business in the State of Texas, and acceptable to the C:ity Counci l of the City of Fort Worth. 8. Said C ity agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the ,i foresaid work, an d for all additions thereto or deductions therefrom, the price shown on the Proposal submitted b y the succe ss ful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of in voice from the C ontractor. The agreed upon total contract amount (including/excluding) alternates n/a, s ha ll be One Million Four Hundred Nintythree Thousand Five Hundred S ev entyone ................................................................................................... 50/lOODollars, ($1,493,571.50). 9 . It is further agreed that the performance of this Contract, either in whole or in part, shall not be sub let or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10 . The C ontractor agrees to pay at least the minimum wage per hour for all labor as the same is c lass ified , promul gated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto ~m d mad e a part he r eof the same as if it were copied verbatim herein. 11. It is mutually agre ed and understood that this agreement is made and entered into by the parties he reto with referen ces to the existing Charter and Ordinances of the City of Fort Worth and the laws of 1 he Sta te of Tex a s with re ferences to and governing all matters affecting this Contract, and the Contractor dgrees to fully comply with all the provisions of the same . IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in ~ counterpart s in its name and on its behalf by the City Manager and attested by its Secretary, with the co rporate seal of the C ity of Fort Worth attached. The Contractor has executed this instrument through its d uly au thori ze d officers in~ counterparts with its corporate seal attached. Done 111 Fort Worth , Texas, this the day of ..,_A.D., 2006. REC OMMENDED: BY: I D IRECTOR, D EPARTMENT OF ENGINEERING I TRANSPORTATION/PUBLIC WORKS DIRE C TOR CONATSER CONSTRUCTION TX, LP PO BOX 15448 F ORT WORTH, TX 76119 C ONTRACTOR ,d/?V;) Jhyya.5 7 ice -&es/de/}t T ITLE P (). Box !Sl/'lf but lt)2ct/, 1X 7 (p I I 9 7 ADDRESS Nove mber 196 0 Rev ised May 198 6 Revis ed Septemb er 1992 CITY OF FORT WORTH CITY MANAGER ffi ~Q9b Marc A. Ott, Assistant City Manager ATTEST: r CITY SECRETARY (SE AL) C -~17'{' Contr ac t Authorization APPROVED AS TO FORM AND LEGALITY: 03/08/2002 03:20 3325478 Fl~ vll,,I PR'3M VCH PAGE Ill . WATER: SIZES UP TO AND INCLUDING 12,. n'P£ -~ BACKFILL SEE SPEC. El-2.+ c.c.n. 0~~-CRUm sm_.1E OR SANO ·MATERAL !NllAL .'8>.Qa!lU. ~ SPEC. E1-2.1(b) OR ~:-2.J G.C.O. . . MINIMUM r/'·--t~rtr-'~,:.o-.i EMBEOMENT .. WATER: SIZES 16,. AND LARGER SEWER: ALL SIZES STORM DRAIN: . AU, SIZES :::f ti: 6 c( CD ~ I- ~ ::E .o LLJ CD ::I=: w c., z ;: O · ::c: en ~ ~ 1---------------------------~ .......... -------tCl SAND GRADA110N •L£SS THAH · f~ PAS9NO pm 51£\E: •PJ. • 10 C'JR l.£SS CRUSHED SroNE . ~AllON SIEVE SIZE S RETAINED 0-10 40-~ 55-90 ao-100 95-100 MATERIAL SPECIFJCATIONS ._J _J ~ er. c -~ 2 C c.; WATER, SEWER &: STOR.M DRAIN j: EMBEDMENT AND · BA~Kf'llli. ·.oETAl~ u. .-------------------------tC CITY OF FORT WORTH:..:.C0NSTRUCTION STANDARD · er. L-------------.._FI_cu_HE_>.._. -------1.·D_A_:re::_·_2-_1_~ ... '.o~.2--.:.---~ F EXISTING CURB & GUTIER NOTES: TRENCH REPAIR LIMITS EXISTING BASE (IF ANY) BACK~~ t.1A1ERIAL (SEE r 01E #3) I I I TRENCH REPAIR W PERMANENT HMAC PAVEMENT AND NON-REINFORCED CO~CRETE BASE TYPICAL SECTION EXISTING CURB & GUTIER 1. PLACE A MIN. OF 2• HMAC SURFACE COURSE (TYPE •o• MIX) TO MATCH EXISTING HMAC PAVEMENT GRADE AS OWN. i PLACE A MIN. OF s• 2: 27 CONCRETE AS SHOWN. 3. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS. IF FLOWABLE FILL IS REQUIRED, A SEPERATE PAY ITEM WILL BE PROVIDED FOR SUCH. FOR STORM DRAIN INSTALLATION, BACKFILL SHALL MEET SPECIFIED ITEM 402 OF THE STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION, CITY ·OF FORT WORTH. FOR WATER OR SANITARY SEWER INSTALLATION,BACKFILL SHALL BE PER FIGURE A. 4. ALL ~ONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPEC FlCA TIONS FOR STREET AND STORM DRAl~ CONSTRUCTION. \ REV. 05/2006 CITY OF FORT WORTH, TE S DATE: 09/2005 PERMANENT ASPHALT PAVEM~T ·REPAIR · WITH NON-REINFORCED CONC ETE BASE 2000-1A EXISTING HMAC PAVEMENT N0 .3 BARS ON 24 • CENTERS BOTH WAYS WITH MIN. 2 BARS LONGITUDINAL IN DITCH NOTES TYPICAL SECTION 1. REINFORCED CONCRETE PAVEMENT SHALL BE REPLACED TO ORIGINAL THICKNESS OR TO A MINIMUM THICKNESS OF 5 • WHICHEVER IS GREATER . 2. IF STEEL EXISTS IN CONCRETE PAVEMENT TO BE CUT, THE STEEL SHALL BE CUT AND SALVAGE AS POSSIBLE. A MINIMUM LAP SPLICE DISTANCE OF 12" SHALL BE PROVIDED. 3. REINFORCED CONCRETE PAVEMENT WILL BE REPLACED OVER TRENCH, AS SHOWN, IN THE EVENT NON-REINFORCED CONCRETE PAVEMENT IS REMOVED . 4. ALL EXISTING ASPHALT COURSE SHALL BE REPLACED TO THE ORIGINAL DEPTH . MINIMUM PAVEMENT ON ALL ASPHALT STREETS SHALL BE 2" OF FINE GRADED SURFACE COURSE. 5. BEDDING OF PIPE TO MATCH ADJACENT SECTIONS . 6. 2: 27 CONCRETE MAY BE DELETED IF HALF THE SPECIFIED THICKNESS OF 2: 27 IS ADDED TO THE CLASS •A" CONCRETE. EXIST BASE --BACKFILL MATERIAL (SEE NOTE f/7) EXIST CONC. BASE 7. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS. IF FLOWABLE FILL IS REQUIRED, A SEPERATE PAY ITEM WILL BE PROVIDED FOR SUCH. FOR STORM DRAIN INSTALLATION, BACKFILL SHALL MEET SPECIFIED ITEM 402 OF THE STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION, CITY OF FORT WORTH . FOR WATER OR SANITARY SEWER INSTALLATION, BACKFILL SHALL BE PER FIGURE A. 8 . ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION. REV. 05/2006 CITY OF FORT WORTH, TEXAS PERMANENT ASPHALT PAVEMENT REPAIR WITH REINFORCED CONCRETE BASE DATE: 09/2005 2000-18 EXISTING CURB & GUTTER NOTES: TRENCH REPAIR . LIMITS EXISTING HMAC PAVEMENT TRENCH REPAIR W/TEMPORARY HMAC PAVEMENT TYPICAL SECTION . BACKFILL MATERIAL (SEE NOTE #3} ( EXISTING CURB & GUTIER 1. PLACE A MIN. OF 2" HMAC SURFACE SOURSE (lYPE "D" MIX) TO MATCH EXISTING HMAC PAVEMENT GRADE AS SHOWN. 2. PLACE COMPACTED FLEX . BASE MA TERI AL AS SHOWN. 3. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS, AND IS OPTIONAL IN OTHER AREAS. IF FLOWABLE FILL IS REQUIRED, A SEPERATE PAY ITEM WILL BE PROVIDED FOR SUCH. FOR STORM DRAIN INSTALLATION, BACKFILL SHALL MEET SPEOFIED ITEM 402 OF THE STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION, CITY OF FORT WORTH. FOR WATER OR SANITARY SEWER INSTALLATlON,BACKFILL SHALL BE PER FIGURE A. 4. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTlON. REV. 05/2006 CITY OF FORT WORTH, TEXAS TEMPORARY ASPHALT PAVEMENT REPAIR DATE: 09/2005 2000-1C 5' MIN. EXISTING BASE (IF ANY) NOTES: DOWEL CLASS •A• ENFORCED . CONCRETE PAVEMENT REPLACEMENT TO THE NEAREST JOINT OR CURB. EXISTING CONCRETE JOINT TRENCH REPAIR W/REINFORCED CONCRETE PAVEMENT TYPICAL SECTION EXISTING CO CRETE PAVEMENT EXISTING CURB 1. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS . IF FLOWABLE FILL IS REQUIRED, A SEPERATE PAY ITEM WILL BE PROVIDED FOR SUCH . FOR STORM DRAIN INSTALLATION, BACKFILL SHALL MEET SPECIFIED ITEM 402 OF THE STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION, CITY OF FORT WORTH. FOR WATER OR SANITARY SEWER 3. PLACE 6" OF 2: 27 CONCRETE AS SHOWN. 1 • OF REINFORCED CONCRETE MAY BE SUBTITUTED FOR EVERY 2!' OF 2: 27 CONCRETE. INST ALLA llON,BACKFILL SHALL BE PER FIGURE A. 2. REINFORCED CONCRETE PAVEMENT SHALL BE REPLACED TO ORIGINAL DEPTH, OR TO A MINIMUM DEPTH OF 5• WHICHEVER IS GREATER. 4. REINFORCEMENT OF CONCRETE MUST MEET CITY STANDARD OR MATCH EXISTING, WHICHEVER IS GREATER. 5. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION. CITY OF FORT WORTH, TEXAS TRENCH . REPAIR W/REINFORCED . CONCRETE PAVEMENT REV. 05/2006 DATE: 09/2004 2000-2 ..i". .• Roadway Base If Valve Operating ~ut is More Than 3' Below Pave- ment Surface -Prov i"de Extension Stem To 1' Below Pavement Surface. Detail Pertains to All Gate Valve Sizes ~11 Thru 12" rll, I I ..L-......L.. .:::..,-.-~ I I I McKinley Iron and Steel Co., No. YBS three piece valve box or ·equal • .....__~_Gate Valve --+-+---I------------·-------ct- Main ... TYPICAL GATE VALVE AND BOX, EXTENSION STEM -DETAIL / 1-1-78 FIGURE 3 E J -10 Mate rf a I E 2-10. Construct I on- .'. A t z• CO\ltll FOR 1-1-78 ©+@ -1©~ I NOTi 4 ,:,• ... NO, S IAIII, ra 4111 NO, 6 IAIIS, I"~ D IICNS IOII TAlll 20'1 20" SI l/1" 22" 19" 11" 11" S6 $/II" 26" ..... 1211 J°.1" 6' ,, ... 28'' 11" 11" 12" 80 $/8" )2" ... 11" 12" 90 1'16" J'" , .. 15" ,.. 107 JI~" )6" ... , , .... 10'' ~II I S/1° J6" '•" 9" 15" 1~1 1/1" ••••• lb·· f2'• U" z,. .. 1z·· ,a,• IJU t211 z .... t6•' ~Ct· II'' I~·• )0" Ill" 2~" 18" 18" JO'' 20" JO" ..... 72° 111• 18° 1•·· 1•·· )61 • S0 71" t .. •• ZO" J6 " JO"' lt.z .. , .. 90'' 1, .. 26" ,1° )6" '-i" )" 102" 1~" )1" L6" ~O" S~" OiMA1lon1 •r• b.l"'•d nn Altwrlt•1t D•rll"i V•lv• •"4 1119. Co, o,..,,,,Z llo, 6J97, d•ud J-1•5', revlted 5•11•70, I u -1•t• vAlve dlflllt•'h Ion\ ••• i..u• Oft ~••lot Ho, 10, p•go• 20 -,4 U, 51t*1 91'te valve dhnen1IOftl are b•H• °" Dr.,.,,11,1 No, ,Z•IJISI, ••tad 11•17•70, CONCRETE · TOP VIEW, LESS MANHOLE COVER AND RIM INSTALLATION 6 9.\115, •• '>-to (TVP.) O. I 114115, 12• ""' (TYP.) ')' i.om Jt,,••loO'' ,.,.., llorth tU~d.rd ))6 I~. ,...o,ole caver with the 1it10rd ''IMTUt11 c.•n In 2•11"C.h l•tt•r,. }/'. -~----H!"'fmili:t-------------r 2. Valve • ..,Jt tide .,.11, 1holl be pracHt ••l•farud a C » SECTION A-A VAULT DETAIL concrete ,,,. of the ton,-•"• groove dell>i"• ••11"9 ,,.. ,e.,lr-nu of A,S.T ,N, C-76, Cl•n Ill, or •..al, uilnt llt/Jll•MK plaulc w•I. or ,outecf•ln•ttlace 2500 • rehtforce:2 COftCrete •It'-&· "41 h. COl'ICreu •I h ,,..,. N reh·forced .1th _... cfrc.ular b•n, tPKed 61' clc horlron111lh ttnd 6° clc vert lea tty . Powred•l"•tt1 Kl concrtt• •n have 11 flt1t wrfac.e rubbl,-,, .. 11 \J'Klfl•• in l 1•", IS•tl) of the General Coi,tricl ,oc..,.ntl Mid S,.Clflutl0ft1, J. Plenhole 11t11t11, ,ch •t PtRf\\•STt, •100-2. or ,..,,,. 1hall be provided lor ,2 .... u •• 1 .. , 111cl •••9"•· !~.;!::\:"::!...~.~"~!:.!t:. •i'!'l)~ly ·~ .!!I.A --· - 4, ,,.,in cor,o,•t Ion aatd cun, stop, • ... i,_,. of 11" ,,.... OICII ...i of gau •• , ••• u ·-· Corporation · Md curb ,cop ,11,, 1Mlt be I" fH f611, zou Mfl 2,..1 ,,,. "°"'•"•• dJ.,.cer•: JI• tor )O'', oo4 l•r,-r dl-ter<, 1" Upt llloll N Nde •1 1 1'1 flMt«cl ..vt let, wit .. 1n1 .. uced •dtptor ~,t . t,."r rl•ert 1"411 ._ ~ro•ldecl bet-• the cor~a1, 10ft Md c-1rb th>PI , Curo ~t0p1 ~•1 I be h•uatle4 At an ,tavi&tltHI IJ0 above the too ,.,, • .fK• of vwh bftttfta 1••b• · S htf '"retft.lne c-.sftf.>n NCI, ,, t111pJlltd by re,•, ,1 ... tlc.1 Katerr1lt c..,,1, t01N•••111. Fort Wortft, Teu,, or•••'· · 6 . tl'Ollt "It" ... ,u, 16" ANO LARGER GATE FIGURE · 4 VALVE t l•I"' "4tl,1ALS l 1• 1• COIIST,UCllON Concrete __ ..,,. Blocking Main--~ 6 11 Lead from H.Jfns. 12" ar,4 urger to Have Gate Valve ••,1 ••• :· 4',• . . ,., ... !. ·: : ~ ...... ~-:~· .. or Proposed Curb Bottom Rest Concrete Blocking Fire Hydrant &.-.~-Exercise care to avoid Plugging Drain HolE. With Concrett Existing or Proposed Cur~---~---. PavelTlE'nt or Other Surface-~~-- Fi re Hye ra,t to be Set Plumb Trcnch,----. Anchor f ng Coup· I i n.s tor Connec- t ion ·off of Cori- cr~te Pipe 12" Diameter and Larger * Bury Depth: (1) 3 1 -611 for Cast . Iron Pipe (2) 5'-0'' for A-C Pipe Ref. Fl gure 6 2 1 -6 11 Fire Hydrant Le:ad .._.~~-Varlas-----------_... Park~·;ay Extension Barrel and Stem for Extra Bury Depth ff Necessary Mfnimum 7 C.F. Gravel Proportionally Around Base Blocki;i~ Concrete Rest ]211 X 12 11 X 611 STANDARD . . .. Fl RE HY.DRANT DETAIL · F"·1Gu·· RE . 5··. E1-12Mat . i-1::78 · E2-12 Const I i l .. ,•.;:. ~ I o • t ...... ·.· : . . .. ... , . ..... :""·. I • • , .. J .9 I I'° 1-1-78 ... ,f.~ L_Typlcal Blocking for Valve Installed i n Asbestos-Cement Pressure Line~ I I I / I I I / Typical Blocking for Fire Hydrant Installed in Asbestos-Cement Pressure Lines 1-----' 3 1 -611 Bury with 1 1 -6 11 Barrel and Stem Extension for A-C Pipei------.... SECT ION A-A Reinforcing Rod shall be No. 4 Deformed Bar unless otherwise~-../ spe c If I ed C ·- NOTE: Although the arrangement of A-C pipe adapters, short lengths, and couplings .are shown I n this detail for a fire line, this arrangement shall be typ[cal for Installation of valves or specials along the route of the water main. TYPICAL INSTALLATION FOR ON VALVES a SPECIALS ASBESTOS '· CEMENT .PRESSURE PIPE FI Gu RE 6 El-8 Materials · · · E2-8 Construct Ion ,· .. ·": ·" ' i -~--l . ' . I ... - ... -~ ... ~ '- - "" -- "" ·-' "" - Plug .. Pipe Size 411 6" 8" 10 11 12" 16 11 20'1 24 11 30 11 36 11 42 11 4811 ·;i.11 NOTES: NOTE: Bearing Areas shown are based on 150 P;S.1.G test pressure and 3000 p.s.F. soll bearing value. 1500# Concrete Bend 1500# Concrete HORIZONTAL BLOCKING TABLE *Dimension "X" Hay Vary If Necessary To Provide Bearing Against Undisturbed Tre.nch WaJJ · x-~·( JI O -) 5 I 22° -30 1 45° . ·' .' ~ " ' ~oo Tee & P,I t.ig • Dim. n1n. ........ 1n In. Max • Min. ~ax.· Min. M~f· ~M -in. ·Ma·x Ft. "A" ArP., Vol II R" IArea Vol "C" IArea '01 • · 11011 !Area Vo • 1 IS:11 . .-.. a Un'l J .• .90 .8( .05 .95 .go .05 .95 .go .05 • 9 t .ai .05 ' , • J 6 ~st .05 1. 5" .90 :sc .os .95 .90 .os 1.05 1 • l 0 .os 1.73 1.99 .05 1. 1 ~ 1.41 .os 1 • ,; .90 . 8( .os .95 .go .05 J.41 2.00 .05 J.86 3,47 • I 1.57 2.4E • I 1. 5 .90 • BC .os 1.26 L60 .05 l.79 3.20 • 1 2. 18 5,b2 . .2 1.99 3.C}f • 15 I. 5 I. I 0 1.20 • or; J.48 2.30 . I 2. 14 4.50 .2 2.83 8.oo .J 2.38 5.6~ .2 2 I. 41 2. oc • 1 2.00 4.oo • l 2.83 8.oo .4 3.75 -,... 10 • 65 3. 16 10. 0( .s 2 J. 77 3.10 .2 2.54 6.20 .3 3.52 12.40 .6 4.70 ~ .oo I. 15 3.(}4 15 ,55 .75 2 2.14 4.so • 2,; 3.00 9.00 .s 4~25 1a.10 .95 5.65 32. 00 1.85 4.76 22. 6( . ). 05 2~5 2.66 7.1c ,55 3,78 14.20 1.0 5.30 ~20 J.75 -7 .os 't9,80 3 .4 5.91 35.33 2. 1 2.,; l.H 10, O!l • 7r;, 4. ,;o 20.40 1.4 6.% ~0.80 2.65 8.50 72.00 5. I 7,20 '>1. oc 2.95 -:i 1.72 11-~,., L2 . c; -2i:; nJ,n 2.2 7 41 ~r;_ -:i·n 4_·1 q an n.i::n 7_q 8.lO E:9. 00 4. 75 3 4. 38 1a. ~o l. 6 6.oo .'~OC)" 2,g 8.48 7ZC)O 5.4 11. 14 1as.r;o 10. 4 Q.c;o <ll.0'" 6.1 r; Lf. 0 Lf.00 ~2 .sc ~.oo 6.70 45.00 7.00 .. 9.Lto aaoo o.oo 13 .oo ~ 62-0C 16.01'. 1 o. 1c nsro 12 .oc 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. HORIZONTAL BLOCKING DETAIL l-1-78 FIGURE 9 E - I -2 O Mater i a I E-2-20 Construction Bell Bell NOTE: Trench width: 1. Pipe 24" l .d. and smaller = 2411 or o.d. + 12 11 whichever Is greater. 2. Pipe larger than 2411 "'o.d. of Pipe + 18 11 • 3. Cradle shall extend a min. of. 6 1' beyond each side of pipe. RUBBER . GASKET JOINT H.J. Bel J ..;.Be 11 Bend 150.0# Concrete Keep a min. of 1 1 -0~ clearance between cone. and joints or bolts on C. I. Pfpe. or in excess of 1 1 -O" · as detal 1 ed. . 1-1-78 -~·- ( MECHANICAL JOINT I 2 1 -ou . 4 Typ. ~I BELL AND SPIGOT JOINT CRADLE DETAIL FIGURE 10 Hain Note: When cr-dle ls shown or specified for Installation on concre~e pipe the f u 11 jot nt length of the pipe or fitting shal _~ cradled. ,' E 1-20 Materials E 2-20 Construct l _on ' 0 i r r ,, Concrete or Crushed Stone For Permanent 1-1-78 J- Pipe Si ZI Ditch Wi dtl "W" "I . D. II c. I. Pioe 2t" 2 .1 .. 011 411 2'' -011 ~II ?•-n11 8" ' 2' .:.0 11 10 11 2 1 -011 '2" 2 1 -2 11 16 11 · 2 • .. 611 20 11 2 1 -JO" 24 11 3 1 -2 11 ~O" - 3611 - 42 11 - 48 11 - Di tch Widt~ Dltch .Widtil ''W'' "W" Pretensione~ Prest res set! -- -. ' - - -.. --. - -- 2!-7'1 - 3 1 -011 - . 3 1 -411 -· -4i-611 ... 5'-0" -5'-7" -6 1 -2 11 Granular Embedment To Be Jetted or Tamped Crushed Limestone Bedding For Water Mains 16" Dia. and Larger and San. Sewer lines (See El-3;E2-3} Ditch wa 1 n Clearance "A" - q_611 8.611 7.5" 6.5 11 6" 6!.'- 6" b" (jll ~ C II ;., S'' 9" Note: Granular embedrnent Is to be included in the price bid per 1 inear foot of p.lpe. TYPICAL -EMBEDMENT DETAIL FIGURE 19 E 1-2 Material E Construction e,tt st Ing 1-1-78 (!) @ ® . . . • .. I I .. . • • • . . . .. • • . ' • • • • .. 611 min. ··dimens i on. 611 max. for pay purposes when bid per cubic y ard. 6 11 min. dimension. Max -. for pay purposes shall be 6 11 on main 2411 and smaller, 9 11 on mains 3011 and larger, wh e n bid per cubic y·ard. 411 min. dimension. 411 max. for pay _ purposes when b l _d per c u b I c ya rd~ Class "E" 1500# concrete. Concrete encasement sha11 stop 1 1 e lthe_r stde of Joint, and ·when enca16ng concrete pressure pipe, full lengths of pfpe shall be encased, Joints excluded. •• specified CONCRETE ENCASEMENT FIGURE 20 DETAIL E l-7 E 2-7 Material Construction ) '-. . . C )( -IU X X -0 0 -. N Lt\ '\.._ Backf I I I~ 411 and ~arger Water Line Embedment Embedment 211 Gate Valve 2 11 Short Nipple 2 11 Tee i------After Steril izatlon Remove Plptn~ and Install Plug NOTE: .P_l ug after Samp 11 ng STANDARD DETAIL 2" Coupling to be plugged w/2 11 c. I. Plug after samp1 fng . Cht9rinatlon blowoff and sample point for deadend water plplng. Contractor Is to furnish all labor and materials. Material wf11 be removed and retained by the Con- tractor after satis- factory.samples have -been obtained. Concrete Blocking, -~~ per Fig. 9. · END PLUG CHLORINATION BL.OWOFF AND SAMPLING POINT . . FIGURE27 1-1-78 E 2-24 Construction Spec. NOTES: G) @ 611 bl ind flange tapped 211 with 211 brass plug. 125# pattern bl ind flange dril l ed and tapped for 611 bl Ind flange. 611 bl ind fla nge attached with bronze bolts. Gaskets shall be full faced as otherwise required in E 2-4 .· Lifting tugs shal 1 be provided in quantities sufficient to loft and handle t he f lange as a balanced load. @ Attach ,the i2S# pattern bl lnd -'flange with steel bolts and .bronze nuts then cov e r wi th . ® cement grout .after lnstal lat Ion . 125# pattern flange, unless required otherwise. Flanges and bl Ind flanges to be designed to withstand pressure rating of p i pe. @ Wye branch to be one size large r than, but tapered to standard run normal diameter unless otherwise specified. (j) Standard run ·dfameter. 1-1-78 STANDARD CLEANING WYE DETAIL Material Specificatio~ E 1-4 Constructio'1 Speclficatio-E 2-4 FIGURE -28 ./.,..., .. ... I 1-1-78 When a fire hydrant is located at end of Hains 611 and 8 11 In diameter, wye may be omitted Contractor will make a reasonable effort to prevent back-flow of purged water (See E2-24) 1 • 2 • 3. ~. EXTENo ·· PI PE RISER GROUND LEVEL ... ··,.·,.' ·t •' CAP 'i\FTER DITCH HAS - BE~N .DEWATEREi> . - Install ~J Wye at terminal e~dof main . Closu.re on ·A'~c pipe, wf 11 req~-i f e "Ring-Tight" to plain en.d _adapter in addftlo11 to HJ Wye Block Wye s,_tre r gh-t run end plug r . After clea'n tng with 11 Polly ... Pig11• fnstall branch end plug~~ ··· · :'< • ·CLEANING ·:-'..· ;W:YE DETAIL FOR NON -.-._lOOPED :SYSTEM 1211 AND UNDER ·FIGUR ·E . 29 El-7 Material E2-7 Construction ,-PMS 167 (Copper) ' ' ' \ \ \ , I 311 \ 3' -1.5 11 / I \ \ \ ,. \ I \ / I I I I , r-PMS 2aa , . ___ Ae) / 8 1 -0 11 311 , I I I I ,.-PMS 288 (Blue) I \ . , \ , \ . , , ' I I / \ 4' -1.5" ' ' ' \ I \ . 311 2.25 11 --' , -.FdRt WORTH -C") I \ I \ Your\ Water ' \ 3.75 11 -I. I -~ 2.25" -- 0 . I . -· C'! 09/18/96 ' ' Funds ln Action _ _.._ 0 = ' \ \ ' \ \ ' ' \ ' ' \ . \ \ ' . 1 '--.:... White \ \ . \ \ \ ' . , LL PMS 288 (Blue) PROJECT SIGN Figure 30 3.75 11 I\) . - I 0 = 4.5 11 Scale 1 11 = 1' E2-1 Construction ~ 0 I I ,· 6" . . - 2'-6" PLAN VIEW CONC. r ··. , -~ r ) =co _, -· 5 ·I · 80 2'-611 2'-6" , . FIRE HYDRANT . BARRICADE . DETAIL FIGURE 31 t-PROPERTY LINE I 1 $" Min.. 4 -6" DIA . STEEL GUARD POST FILLED WITH CONC. SET POST IN CONC. EI ~ 12 MATERIAL E2-12 ·~ CONSTRUCTION R.H. TYPICAL DETECTOR CHECK INSTALLATION 1 GR9U~~-~NE G)TEE (OR TAPPING TEE) (2) GATE VALVE G) VAL VE BOX & COVER @METER BOX @ FLANGED COUPLING ADAPTER @ 3/4" GATE VALVE (i) 314•• CHECK VALVE . (o) DETECTOR CHECK @ 5/8"X·3/4" METER & FITTINGS (METER TO IE PURCHASED FROM CITY) @METER YOKE FIGURE D T ·4-15·82 P.LAN VIEW PROFILE E1-12 MATERIAL E2· 12 CONSTRUCTION 32 - /7-' .. , j UOf~~n~~SUOJ ~[-?3 1epalew til-13 1'&(>4' _,ID Jll,1~""4:',P fo'/.>Af .,,._,J~:,. /,l1J? >~.1d o; pva,;~ y 'o/,Ot!'J., .:ivo., W,t?'M 'f'-'V~~ ,, V· II:, 8l-l-l (""-"'"YS ,114'.,t>Jd) -~'P .. 4€ "" tm r ->~Mas ""o/ ~¥' .. t , ·4:,p .. /Z o; tf'p a J70/'/IY~.W t:7d'~tT/VV.L$ ~OI .J'd'bt;t,,r-,, JIJAl~S' JC_t ~? .. ; G... "JP,'.:,4'.,~Vf?,:, J>Mll$ .,<...,~;.,ves ./1y ;0>;;,4,1sv.1 w&J.,1:>IJ11l~t:V ,'>~"';/.P Aq P~,P.1.AO.Jd' P/•/ .i'. .. .s'"'J -"J4,1JOU, f"A>M ,1AOJQ -,,,4";,d' /HI$., 9G ..... ~ .----.. ""'"VS' ,~ pa..,,,;;,,.,,, pvtP';6n,ft> --'" 'Z-()(7/1* d.7.LS'-~IYd'~d ·,- ----;/-:2-.:;,-.~a~ ·~"'160 ~ .PV".>.,1.,~I °2'.)0~IU" p»:,..1~,»., ,1S4RJ4' 11~6·,7 °JY~'$"Y JO •,1~..1.,i,;o,:> i!'l',A'JOl.tr7J,II' - ~-',16'A>/' IP.~ l'.P."":V ""'l#/'69'-~ ~;,1t:1 ;.a~,~ d'~ (°VM'Of",1" ;e,v ~y) "o.h?/,NJ;v~.:, ,z;,~-',1-' ;(9' "'~-',14,,J,l',1~' J'l,' ,.08,P.M"4A:T ~,P P,1 ,t:,, .l'~"'d' >J".IV.9 / I \ \ ,,,,..,,.- ' '- .-..... . ' / -- " \ I / J - / l. \ ) UO!~~nJ~SUOl ~l-Z3 1e1.1aiew t,l-l3 ( """"YI ;1,~~~d) 77t'J~/NPH' de?l'l'd/VVJS' ~t'.1/ .?d'/1/)/-" . ~'r'"'''-a ,,.,.,~ Yl."~V .Mo/•9 .. .Fl' VO.'~~a, . . ~VP9' llr~J:Nh:V ,!1" d"t.( . P/· 3 _;, : -,IV • .,,,./"t" .,~!~ J" .l'/'/.I .,.,_,i::1' W.'M'HYN l''"A' 1 l~J",H VtvJ ;1,1 ~~,,y.:,w "~ 11n6-a 1.JMo.:, . .,,a,,_,G,,.;, ~9.>n.,;1"'°.7 1-,.,0;111 ~ ,.,~d a+'lil A'9' ,0~,1.,.,,{1111,0 ~~,I. 4' P,Z -~.,1.J4',.,,,,.,., tt1M,a, . AJ'1';,,~N '°"' .,~~ht ~y,a ·.A't9 />1,0.MII.J'c:,' ~ ·~~-t,~ "°"' IIU,A,/ ll)l>Y"'K---~ I • Where M.H.1 s are In street Install two or more courses of brick or concrete grade rings r--~tween casting and top of brick Jne, or concrete slab. Where M.H.'s are built f n streets to be paved, H.H. rim to be set to proposed paving grade Use standard McKinley, · No. A24 AM. or Equal M.H. Frame -r----i:~==-=:k-:~---,----....c;~~~,__,..,,. ___ .acd Cover -Use cast Iron Pipe to Ffrst Joint Behind· Limit of Excavation Cone. -.c ,1..1 J Q. ..... ---:-Cl) Q Q) Limit of -.JJ Excavation I'll L. IO > L. Cl) ... ! Ill Q Cl) -.!l I'll I.. IO > ~-..._;,---Set In Mortar --~~-Install M.H. Step Same as in Standr M.H. Push-on . Plug :---1~.£1-----Ins ta l 1 Nuts If Required ~ovide Stub Extension At 'Q?lof P.E. in M.H • c::::, 111/ 1 I Aw~y from M.H. Wall on H.J. Fitting COR-TEN Bolts ---Concrete -See Standard 4 1 Dia. M. H. Detail Ff gure 103 ,,1----~:;......,..t----Vertical to 3/4 Point of Pipe l\tl ~ ,: ·. •, •.: :' :·. ".': ::·4 .......... : .. • • • • • • •• ' 41 .. • • iiii Thrust Block to Extend 6 11 In All Direct ions from Outside Diameter Grouted Use 4000# of Pipe ______ __, TYPICAL SECTION 4 1 dia. for sewer pipe up to21 11 dia. 5' dia. for sewer pipe 21" to 39 11 ciia. ;., . 1-1-78 STANDARD FOUR FOOT DROP ACCESS . MANHOLE FIGURE ·107 E 1~14 Material E 2-14 Construction NOTE: }-1-78 A. Standard Pipe Fittings shall be used to form inverts ot junction manholes when possible, with instal_lation as tollows: I • Pipe f it t i ng, 2. Pour manhole iloor to sp r ing line ot titting. 3. Break out top o1 fitting to spring I ine. 4. Pour remainder of manhole Jn v ert to provide vertical invert wal I up to 3/4 point ot the larger ·pipe involved, as detailed. ·5. Steel trowel t inish invert o f manhole. B .• When special situations prohibit use ot standard pipe fittings as above outl in~o, the Invert sh.all be formed of concrete and steel trowel finished to proviae !:-i;-:ilar functional c·haracterlstlcs to those a1torded by the above installation. Inverts thus formed shall be accomp l ished to the Engineer's satisfactiol"\. A Typical Plan of M.H. Bott om In Junct l on Manholes . . .. . .. , a •• :. • i .. ·• .· . . 4 ,• ·' ~ . .. . . .. .. :, . .. . . . . ' . •6. ~ ... ": Sect tori A-A JUNCTION MANHOLE FIGURE 108 BOTTOM . .._ ...... · Material El-14 Construct ion E2-J4 APPENDIXB PERMITS AND EASEMENTS NOTICE!!! EASEMENT DOCUMENTS ARE NOT CURRENTLY AVAILABLE. THE CITY OF FORT WORTH ANTICIPATES THESE DOCUMENTS WILL BE AVAILABLE PRIOR TO ·A CONSTRUCTION NOTICE . TO PROCEED. APPENDIXC SOIL BORE LOG CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: MARTHA LN, MALINDA LN, NORTH & SOUTH DOE NO .: 4879 FUND CODE : 01/02 HOLE# 1 LAB NO: 59183 LOCATION : 5100 MALINDA LN. S/4 3 . 7 5" HMAC 6 .75" ROCKS & GRAVEL, SAND 5.50" BROWN SANDY CLAY W/ ROCKS & GRAVEL 8.00" ORANGE BROWN SANDY CLAY W/GRAVEL ATTERBURG LIMITS : lL: 36 .1 PL : 19.2 PI: 16 .9 SHRKG: 12 .0% MUNSELL COLOR CHART : lOYR 6/.4 LIGHT YELLOWISH BROWN CLAY UNIT WEIGHT : 142 .0 #/CFT HOLE# 2 LAB NO: 59184 LOCATION : 5108 MALINDA LN . C/4 4 .00" HMAC 5.25" .ROCKS & GRAVEL 6 . 7 5" BROWN SAND W/ROCKS ·& GRAVEL .. 6 .00" BROWN SANDY CLAY W/ROCKS & GRAVEL ATTERBURG LIMITS: LL: 44.2 PL: 18.8 PI : 25.4 SHRKG: 12.0% MUNSELL COLOR CHART: lOYR 7/3 VERY PALE BROWN CLAY UNIT WEIGHT: 146.0 #/CFT HOLE# 3 LAB NO: 59185 LOCATION: 5124 MALINDA LN . W/4 3 .50" HMAC 5.25" ROCKS & GRAVEL 6 .00" BROWN SAND W/ROCKS & GRAVEL v . 6 .25" BROWN SANDY CLAY W/ROCKS & GRAVEL ATTERBURG LIMITS : LL: 28.5 PL : 19 .1 PI: 8 .4 SHRKG : 6 .0 % MUNSELL COLOR CHART: lOYR 6/3 PALE BROWN SANDY CLAY UNIT WEIGHT: 142.0 #/CFT HOLE# 1 LAB NO: 59186 LOCATION: 5133 N . MAL I NDA LN. N/4 4.25" HMAC 6.25" ROCKS & GRAVEL 5 .00" BROWN SAND W/ROCKS & GRAVEL 6.50" BROWN SANDY CLAY W/ROCKS & GRAVEL ATTERBURG LIMITS: LL: 33.3 PL : 18.1 PI: 15.2 SHRKG: 11. 0% MUNSELL COLOR CHART: lOYR 6/4 LIGHT YELLOWISH BROWN CLAY UNIT WEIGHT: 146 .0 #/CFT - HOLE# 2 LAB NO : 5918 7 LOCA TION: 5136 N. MALINDA LN.C/4 2.00" HMAC 4 . 0 0" ROCK S & GRA VEL 5 .5 0 " SAND , ROCKS & GRA VEL 9 .00" BRO WN SANDY CLAY W/GRAVEL ATTERBUR G LIMITS : LL : 3 3 .8 PL : 16 .8 PI: 17 .0 SHRKG : 11. 0% MUNSELL COLOR CHART : lO YR 6/4 L I GHT YELLOW I SH BROWN CLAY UNI T WE I GH T: 133 .0 #/CFT HOLE# 3 LAB NO: 59188 LOCA TI ON : 5144 N . MALINDA LN. S/4 2 .5 0 " HMAC 7.00 " ROCKS & GRAVEL 6 .5 0 " BRO WN SANDY CLAY W/ROCKS & GRAVEL 7.00" REDDISH BROWN SANDY CLAY W/ROCKS & GRAVEL ATTE RBURG LIMITS : LL : 26 .7 PL: 16.1 PI: 10 .6 SHRKG: 7.0% MUNSELL COLOR CHART: lOYR 6/4 LIGH T YELLOWISH BROWN SANDY CLAY UNIT WEIGHT : 135.0 #/CFT HOLE# 1 LAB NO: 591 8 9 LOCATION: 6900 MARTHA LN . S/4 7 .00" HMAC 6 .50 " BROWN SAND Y CLA Y W/GRAVEL 7.50"·REDDISH DARK BROWN SANDY CLAY ATTERBURG LIMITS : LL : 3 0 .1 PL: 1 7 .5 PI : 12.6 S HRKG : 7 .0% MUNS ELL COLOR CHART : lO YR 5/2 GRAYISH BROWN SANDY CLAY UNI T WEIGHT : N/A '#/CFT -HOLE # 2 LAB NO: 5919 0 LOCATION : 6908 MARTHA LN. C/4 7 .75" HMAC 3 .00 " BROWNISH GRA Y SANDY CLAY W/ROCKS & GRA VEL 1 5 .0 " GRAY SANDY CLAY ATTERBURG LIMITS: LL: 21. 9 PL : 13.6 PI: 8.3 SHRKG : 4 .0% MUNSELL COLOR CHART: lOYR 4/1 DARK GRAY SANDY CLAY UNIT WEIGHT: N/A #/CFT HOLE# 3 LAB NO : 59 1 91 LOCA T ION : 7000 MARTHA LN . N/4 7 .5 0 " HMAC 4 .75 " TAN SANDYCLAY W/ROCKS & GRA VEL 9.00 " BROWNISH GRAY SANDY CLAY ATT ERBUR G LIM I TS : LL: 37 .9 PL : 1 8 .2 PI : 19 .7 SHRKG : 10 .0 % MUNSELL COLOR CHART : lO YR 5/3 BROWN CLAY UNIT WEIGHT : N/A #/CFT ,_ HOLE# 4 LAB NO: 59192 LOCATION: 7012 MARTHA LN. S/4 7.25" HMAC 4.00" TAN SANDY W/ROCKS & GRAVEL 11.00" BROWNISH LIGHT GRAY SANDY CLAY W/GRAVEL ATTERBURG LIMITS: LL: 27. 4 PL: 13.4 PI: 14.0 SHRKG: 12.0% MUNSELL COLOR CHART: lOYR 6/4 LIGHT YELLOWISH BROWN SANDY CLAY UNIT WEIGHT: N/A #/CFT HOLE# 5 LAB NO: 59193 LOCATION: 7100 MARTHA LN. C/4 10.50" HMAC 6.50" BROWN SANDY CLAY W/LIGHT GRAVEL ATTERBURG LIMITS: LL: 29. 8 PL: 14.1 PI: 15.7 SHRKG: 9.0% MUNSELL COLOR CHART: lOYR 5/3 BROWN CLAY UNIT WEIGHT: N/A #/CFT HOLE# 6 LAB NO: 59194 LOCATION: 7108 MARTHA LN. N/4 LAST TEST HOLE@ THIS LOCATION 8.00" HMAC ' 4.00" BROWN SANDY CLAY W/GRAVEL 10.00" YELLOWISH BROWN SANDY CLAY ATTERBURG LIMITS: LL: 29. 3 PL: 14.8 PI: 14.5 SHRKG: 10.0% MUNSELL COLOR CHART: lOYR 5/4 YELLOWISH BROWN SANDY CLAY UNIT WEIGHT: N/A #/CFT APPROVAL: RYAN JERI DATE TESTED: 9-30-05 DATE REPORTED: 10-29-05 TESTED BY: W.ODEN ROUTING ABE CALDERON JOE BERGERON FILE