Loading...
HomeMy WebLinkAboutContract 35806r-:n SECRETARY. J . ----· -'-.:: D.O .E. ~IL CONTR;.\ T' 1R:S BONDIN G "'"C ·-_SPECIFICATIONS AND CONTRACT DOCUMENTS C "';NSTRuc·-10N 1S COPY ;LL:1"lT :OEPARTME Nl FOR 2004 CAPITAL IMPROVEMENTS PROJECTS CONTRACT 18 FOR THE 2004 CAPITAL IMPROVEMENTS PROJECT, CONTRACT 18 Street Reconstruction, Water and Sanitary Sewer Replacement On ANDREWS Avenue (ELGIN TO BOOKER T.), DALLAS Avenue (BENTON TO EAST LANCASTER), HEITT COURT (WEILER TO CUL DE SAC & WEST DEAD END TO CANNON) and LIBERTY STREET (CALUMET TO WILLIE) City Project No. 00162 Unit I: Water & Sanitary Sew eplacem~nt Unit II: Paving Reconstruction & Storm Drain Improve ments .. IN THE CITY OF FORT WORTH, TEXAS Water Project No.: P253-541200-60517-0016283 Sewer Project No.: P258-541200-70517-0016283 T/PW Project No.: C200-541200-20550-0016283 S . Frank Crumb , P.E. Director Water Department DOE No . 4838 A. Douglas Rademaker, P .E. Director Department of Engineering PREPARED BY Dannenbaum Engineering Corporation 6421 Camp Bowie Boulevard, Suite 400 Fort Worth, Texas 76116 Phone 817-763-8883 Fax 817-377-2956 June,2006 Robert Goode , P.E . Director T/PW Department QORIGINAL ~ . ()(p/z,7 /00 City of Fort Worth Employee I nt1ranet www.~fwnet.org Home I Covnc1! Agenda I M&C I Employee Directory I AC Today I Employee C lamfteds I PRS I IT Online I Departments I Srte Map Print M&C COUNCIL ACTION: Approved on 8/28/2007 -Ord. No. 17737-08-2007 DATE: CODE: 8/28/2007 C REFERENCE NO.: C-22350 LOG NAME: PUBLIC TYPE: NON-CONSENT HEARING: 302ANDREW00162 NO SUBJECT: Authorize Execution of a Contract with Conatser Construction Texas , LP , for Pavement Reconstruction and Water and Sanitary Sewer Main and Replacement on Portions of Andrew Avenue , Dallas Avenue, Heitt Court and Liberty Street (Project No. 00162) and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council : 1. Authorize the transfer of $1 ,736,483 .66 from the Water and Sewer Operating Fund to the Water Capital Projects Fund in the amount of $369 ,214.00 and Sewer Capital Projects Fund in the amount of $1,367 ,269.66 ; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of $369 ,214 .00 and the Sewer Capital Projects Fund in the amount of $1 ,367 ,269 .66 , from available funds ; and 3. Authorize the City Manager to award a contract to Conatser Construction Texas , LP , in the amount of $3 ,315 ,747 .50 , for pavement reconstruction and water and sanitary sewer main replacement on Andrew Avenue (Elgin Street to Booker T Street), Dallas Avenue (Benton Avenue to East Lancaster Avenue}, Heitt Court (Weiler Boulevard to East Cul De-Sac), Heitt Court (West Dead End to Canton Drive) and Liberty Street (Calumet Street to Willie Street). DISCUSSION: On May 24 , 2005 , (M&C C-20750) the City Council authorized the City Manager to execute an engineering agreement with Dannenbaum Engineering Corporation for Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Portions of Andrew Avenue , Dallas Avenue , Heitt Court and Liberty Street (DOE 4838). 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 gutter and driveway approaches and sidewalks , as indicated on the plans . The Water Department has determined that severe ly deteriorated water and sanitary sewer lines should be replaced prior to street reconstruction . The project was advertised on June 29, 2006, and July 6 , 2006. On August 3 , 2006 , the following bids were received : Bidders Conatser Construction, TX, LP McClendon Construction Company , Inc . Alternate 'A' (AsRhalt} No Bid No Bid Alternate 'B' (Concrete} $3,315,747.50 $3,650 ,644.00 JLB Contracting , LP Oscar Renda Contracting Jackson Construction , Ltd. Time of Completion : 300 -Working Days No Bid $3 ,906,290 .00 . No Bid $3 ,780 ,388 .10 $3 ,878 ,000 .00 $4,056 ,545.00 The new pavement will consist of 6-inch concrete over 6-inch lime stabilized subgrade with 7-inch concrete curb . This contract will be awarded without the inclusion of Addendum No.3 . Funding in the amount of $58 ,333 .16 is included for associated water and sewer construction survey, proj ect management, pre-construction , material testing , inspection and project close out (water $26 ,667.00 and sewer $31 ,666 .16). The contingency funds to cover change orders total $55,213.00 (water $16,312.00 and sewer $38,901 .00). Funding in the amount of $109 ,143.79 is required for associated paving and drainage construction survey , project management, pre-construction , material testing , inspection and project close out. The contingency fund for possible change orders for pav i ng and drainage improvement is $50 ,784.00 . Conaster Construction Texas, LP , is in compliance with the City 's M/WBE Ordinance by committing to 6 percent M/WBE participation and documenting good faith effort on this combined project. Conaster Construction Texas , LP , identified several subcontracting opportunities. However, the M/WBE's contacted in the areas identified did not respond or did not submit the lowest bids . The City's M/WBE goal on this combined project is 22 percent. This project is located in COUNCIL DISTRICT 5, Mapsco 79 G , L and D. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval of the above recommendations , and adoption of the attached appropriation ordinance , funds will be available in the current capital budgets , as appropriated , of the Water Capital Projects Fund , the Sewer Capital Projects Fund and the Street Improvements Fund . TO Fund/Account/Centers 1&2 ) P253 472045 6051700162ZZ 1&2 ) P258 472045 7051700162ZZ 2 P253 531350 605170016210 2)P253 531350 605170016220 2)P253 531350 605170016233 2 P253 531350 605170016252 2 P253 531350 6051 70016280 2 P253 531350 605170016282 2)P253 541200 605170016283 2 P253 531350 605170016284 2 P253 531350 605170016285 2 P253 531350 605170016291 2 P258 531350 705170016220 2 P258 531350 705170016252 $369,214 .00 $1,367,269 .66 $2 ,626 .00 $300 .00 $3 ,545 .00 $4 ,320.00 $324 .00 $216 .00 $342 ,547 .00 $2 .160 .00 $12 ,960 .00 $216 .00 $180 .00 $§.,7 35 .01 FROM Fund/Account/Centers 1 PE45 538070 0609020 $366 ,245 .00 1)PE45 538070 0709020 $1 ,367 ,269.66 3)P253 54 1200 605170016283 $369 ,2 14.00 3 P258 541200 705170016283 $1,296 ,7 02 .50 3 C200 541200 205400016283 1 692 810 .00 2 P258 531350 705170016280 2 P258 531350 705170016282 2 P258 541200 705170016283 2 P258 531350 705170016284 2 P258 531350 705170016285 2)P258 531350 705170016291 $505.13 $336.75 $1 ,335 ,603 .50 $3,367.50 $20 ,205.02 $336.75 Submitted for City Manager's Office by: Marc Ott (8476) Originating Department Head: Additional Information Contact: Douglas Rademaker (6157) Gopal Sahu (7949) ATTACHMENTS 302ANDREWOO 162 .doc • JUL .21 .2006 4 :49PM DANNENBAUM FTW CITY OF FORT WORTH, TEXAS DEPARTMENT OF ENGINEERING ADDENDUM NO. 1 for 2004 Capital Improvements Projects, Contract 18 Reconstruction of Andrew Avenue (from Elgin to Booker T.) Dallas Avenue (from Benton to East Lancaster) Heitt Court (from Weiler to Canton) and Liberty Street (from Calmet to Willie) Unit I: Water& Sanitary Sewer Replacement N0.194 P.2 Unit II: Paving Reconstruction & Storm Drain Improvements TPW PROJECT NO. C200 541200 20550 0016283 WATER PROJECT NO. P253 541200 80517 0016283 SEWER PROJECT NO. P258 541200 70517 0016283 0.0.E. NO. 4838 Bid Receipt Date -July 27, 2006 Date Addendum Issued -July 21, 2006 This Addendum No. 1 forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans. Acknowledge receipt of this Addendum in the space provided below, in the Proposal (page 20 of 21) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject the bidder to disqualification. The Contract Documents for the subject project are hereby amended as follows: A. Minority and Women Business Enterprise Specifications: 1. The M/WBE goals are modified as follows: a. 24% for Asphalt Alternate b. 22% for Concrete Alternate ~ JU L.2 1.2006 4 :4 9PM DANN ENBAUM FTW N0 .194 P.3 B. Section 2: Comprehensive Notice to Bidders from the bid documents shall be replaced with the attached Comprehensive Notice to Bidders. C. Section 5: Minority and Women Business Enterprise Specification, Special Instruction to Bidders from the bid documents shall be replaced with the attached Minority and Women Business Enterprise Specification, Special Instruction to Bidders. D. Section 6: Proposal from the bid documents shall be revised to include the attached pages 6(20) and 6(21 ). E. Section 6: Proposal -Remove and replace Proposal pages 6(6A) and 6(8A) with the attached Proposal pages. F. Clarifications: 1. Sewer Bid Items 5 and 6, PVC Sanitary Sewer wfth Cement stabilized Backfill -The limits of the cement stabilized backfill is in the embedment zone to one foot above the top of pipe. All other provisions of the addendums, plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. The Contractor shall acknowledge receipt of th is Addendum in the space provided below, in the Proposal (page 20 of 21) and acknowledge receipt on the outer envelope of your b1d . Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering the bid non-responsive. A signed copy of th is addendum shall be placed into the proposal at the time of bid submittal. Department of Engineering Dena Johnson, P.E. Manager, Department of Engineering A-2 I· JU L.25.2006 4 :24PM DANNENBAUM FTW CITY OF FORT WORTH, TEXAS DEPARTMENT OF ENGINEERING ADDENDUM NO. 2 for 2004 Capital Improvements Projects, Contract 18 Reconstruction of Andrew Avenue (from Elgin to Booker T .) Dallas Avenue (from Benton to East Lancaster) Heitt Court (from Weiler to Canton) and Liberty Street (from Calmet to Willie) Unit I: Water& Sanitary Sewer Replacement N0 .205 P .2 Unit II: Paving Reconstruction & Storm Drain Improvements TPW PROJECT NO. C200 541200 20550 0016283 WATER PROJECT NO. P253 541200 60517 0016283 SEWER PROJECT NO. P258 541200 70517 0016283 D.O.E. NO. 4838 Bid Receipt Date -August 3, 2006 Date Addendum Issued -July 25, 2006 This Addendum No. 2 forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans. Acknowledge receipt of this Addendum in the space provided below, in the Proposal (page 20 of 21) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject the bidder to disqualification. The Contract Documents for the subject project are hereby amended as follows: A. Extend Bid Date to Thursday, August 3, 2006, with Sealed Proposals received until 1 :30 PM, and then publicly opened and read aloud at 2:00 PM in the Council Chambers. A-1 G:\1210\4135-32\PROJECT\Speclfleallons\Addendum #2\Contr.ict 18 Addendum #2.doe -·-v-J UL, 25 , 2006 4: 24PM DANNENB AUM FTW N0 .205 P.3 All other prov1s1ons of the addendums, plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. The Contractor shall acknowledge receipt of this Addendum in the space provided below, in the Proposal (page 20 of 21) and acknoW!edge receipt on the outer envelope of your bid. Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. Receipt Acknowledged: Department of Engineering Gopal Sahu. P.E. Project Manager Department of Engineering By: /S/ ~ ~C#Sl'0'l)rQ.SJden+-Dena Johnson, P.E. Cornpany:COX'Crl$e r U)n 51: tlJ,, td:kln I re I LP Address:Y D -fu. r '.SY:LJ<S city: ,~-L w o v±h State:]]\ A-2 G:\1210\4135-32\PROJl:CT\Speclflca Uon:i\Addendum ~Contract 18 Addendum #2.doe J UL , c:'.'.l:!. d :l l:::lb 1 c:'.'.: 1 1:::ll-'M JJRNNl:..NBRUM FTW CITY OF FORT WORTH, TEXAS DEPARTMENT OF ENGlNEERING ADDENDUM NO. 3 for 2004 Capital Improvements Projects, Contract 18 Reconstruction of Andrew Avenue (from Elgin to Booker T.) Dallas Avenue (from Benton to East Lancaster) Heitt Court (from Weiler to Canton) and Liberty Street (from Calmet to Willie) Unit I: Water& Sanitary Sewer Replacement N0 .237 P.2 Unit II:. Paving Reconstruction & Storm Drain Improvements TPW PROJECT NO. C200 541200 20550 0016283 WATER PROJECT NO. P253 541200 60517 0016283 SEWER PROJECT NO. P258 541200 70517 0016283 D.O.E. NO . 4838 Bid Receipt Date -August 3, 2006 Date Addendum Issued -July 28, 2006 This Addendum No. 1 forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans. Acknowledge receipt of this Addendum in the space provided below, in the Proposal (page 20 of 21) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject the bidder to disqualification. The Contract Documents for the subject project are hereby amended as follows: A. Section 6: Proposal -Remove and replace Proposal page 6(8A) and add page 6(8B) with the attached Proposal pages. A-I J UL .28 .2006 12:11 PM DANNENBAUM ~ IW NO.c:'.3( -P .3 8. Clarifications: 1. Section 6: Proposal -Bid Item No. 17 in Unit II: Section B, Drainage Improvements -HMAC replacement for storm drain construction shall be temporary pavement replacement as all storm drain construction is within the limits of proposed pavement construction. 2. All Permanent HMAC Pavement Repair shall be per Figure 2000-1A. 3. All Temporary HMAC Pavement Repair shall be per Figure 200D-1C. 4. All Backfill & Embedment (unless specified cement stabilized backfill) shall be per Figure A. All other provisions of the addendums, plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect The Contractor shall acknowledge receipt of this Addendum in the space provided below, in the Proposal (page 20 of 21) and acknowledge receipt on the ou ter envelope of your bid. Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. Receipt Acknowledged: By._,, .. Company : __ ""'i ..... -...,---"'--"-......._ __ _ Department of Engineering Dena Johnson, P.E . Manager, Department of Engineering By: /S/ Dena Johnson, P.E. Address :_ ~...._~~-----...,....-·, - City:~-..------State:·. --r-- A-2 1 2 3 4A 48 5 6 7 9 1Q 11 12 13 14 15 16 17 1.§ 19 20 21 22 23 24 -.. NOTICE TO BIDDERS COMPREHENSIVE NOTICE TO BIDDERS PREVAILING WAGE RATES SPECIAL INSTRUCTIONS TO BIDDERS -WATER DEPARTMENT SPECIAL INSTRUCTIONS TO BIDDERS -T/PW DEPARTMENT MINORITY AND WOMEN BUSINESS ENTERPRISE SPECIFICATIONS) PROPOSAL GENERAL CONDITIONS (Water Department) SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS (WATER DEPARTMENT) SPECIAL CONDITIONS (Water Department) ADDITIONAL SPECIAL CONDITIONS (Water Department) SPECIFICATIONS (Water Department) DETAILS (Water Department) PROJECT DESIGNATION SIGN (Water Department) SPECIAL PROVISIONS (T/PW Department) DETAILS (T/PW Department) PROJECT DESIGNATION SIGN (T/PW Department) VENDOR COMPLIANCE TO STATE LAW CONTRACTOR COMPLIANCE WITH WORKERS ' COMPENSATION LAW CERTIFICATE OF INSURANCE PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND CITY CONTRACT SOIL TEST Pa ge 1 of 1 G :\12 10\4135-32 \PROJ ECT\S pecifica tions\TOC .doc -1- NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals for the following: FOR: YEAR TWO 2004 CAPITAL IMPROVEMENTS PROJECT, CONTRACT 18 Street Reconstruction, Water and Sanitary Sewer Replacement on Andrews Avenue (Elgin to Booker T .), Dallas Avenue (Benton to East Lancaster), Heitt Court (Weiler to Cul de sac & West Dead End to Cannon) and Liberty Street (Calumet to Willie) City Project No. 00162 D.O.E. No . 4838 /11,( JIA.St 5 Addressed to Mr. Charles R. Boswell, City Manager of th ity of Fort Worth , Texas will be received at the Purchasing Office until 1 :30 PM, , 2006 and then publicly opened and read aloud at 2:00 PM in the Council Chambers . Plans , Specifications and Contract Documents for this project may be obtained at the Office of the Department of Engineering, Municipal Office Building , 1000 Throckmorton Street, Fort Worth, Texas . One set of documents will be provided to prospective bidders for a non-refundable deposit of fifty dollars ($50 .00). These documents contain additional information for prospective bidders . Bid security is required in accordance with the Special Instruction to Bidders . Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all Addenda may be rejected as being nonresponsive. Information regarding the status of Addenda may be obtained by contacting the Department of Engineering at 817-871-7910 . For additional information, contact Mr. Brian O 'Neill, P.E. at (817) 763-8883 or Mr. Gopa l Sahu, P.E. at (817) 392-7949 . CHARLES R. BOSWELL CITY MANAGER Advertising Dates : June 29, 2006 July 6, 2006 Page 1 of 1 MARTY HENDRIX CITY SECRETARY A. Dou las Rademaker, P.E. Direc , Department o ering By 1ck Trice , P.E. Acting Assistant Director C:\Documents and Settings\sahug\Lo ca l Settings\Temporary Internet Fil es\OLK7B\1 -NTB .doc Covers.doc -2- COMPREHENSIVE NOTICE TO BIDDERS . ... JUL.21.2006 4 :49PM DANNENBAUM FTW # N0 .19~ -::£,,serf el j'er Acl/e,,Jurn JC'/ COMPREHENSIVE NOTICE TO BIDDERS Sealed Proposals for the following: FOR: YEAR TWO 2004 CAPITAL IMPROVEMENTS PROJt::CT, CONTRACT 18 P.4 Street Reconstruction, Water and Sanitary Sewer Replacement on Andrews Avenue (Elgin to Booker T.), Dallas Avenue (Benton to East Lancaster), Heitt Court (Weilef to Cul de sac & West Dead End to Cannon) and Liberty Street (Calumet to WIiiie) City Project No. 00162 DOE NO .: 4838 UNIT I: WATER & SANITARY SEWER REPLACEMENT Water Project No.: P253-541200-60517-0016283 Sewer Project No.: P258-541200-70517-0016283 UNIT II: PAVING RECONSTRUCTION & STORM DRAINAGE IMPROVEMENTS TPW Project No.: C200-541200-20550-001628 Al.\914st 3 Addressed to Mr. Charles R. 8oswe\"~~~)1anager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1 :30 PM, , 2006, and then publicly opened and read aloucf at 2:00 PM in the Council Chambers. Plans, Specifications and Contract Documents for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Stteet, Fort Worth, Texas. A fifty-dollar ($50.00) non-refundable deposit is required for the documents. These documents contain additional information for prospective bidders. A Pre-Bid Conference will be held on Tuesday, July 18, 2006 at 11 :OO AM in Room 270 of the Department of Engineering conference room. All bidders are encouraged to attend . All bidders will be required to comply with Provision 5159a of "Vernon's Annotated Civil Statutes· of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No. 727B, es amended by City Ordinance No. 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices . Bid security Is required in accordance with Paragraph 1 of the Special Instructions to Bidders. The major work on the above-referenced project shall consist of the following: Unit I: Water & Sanitary Sewer Replacement 3 ,550 LF 27 EA 8 EA 63 EA 8,180 LF 290 LF 275 LF 55 EA 8-in (DR-14) PVC Water Pipe Gate Valves Fire Hydrants Water Service Connections 8-in PVC Sanitary Sewer by Open Cut 10-in (DR-26) Sanitary Sewer w/ cement Stabilized Backfill 8-in (DR-26) Sanitary Sewer w/ Cement Stablflzed Backfill Sanitary Sewer Manholes Unit II: HMAC Paving Reconstruction & Storm Drainage Improvements 14,000 SY 9,100 LF 16,500 SF 17,500 SF 70 CY 5,000 SF 17 EA 250 LF 3,068 LF 6-in HMAC Paving Curb and Gutter 6-in Concrete Driveway 4-in Concrete Sidewall< Reinforced Concrete Retaining Wall Reinforced Concrete Valley Gutter Curb Inlets 1 O'x5' Reinforced Concrete Box Culvert 18" to 27" Diameter RCP Page 1 of2 G:\ 1i10\4135-32.\PROJECT\Specifications\Addendum #1 \2 -Comprehensive NTB Addendum #1.doc \ COMPREHENSIVE NOTICE TO BIDDERS Sealed Proposals for the FOR: YEAR TWO 2004 PITAL IMPROVEMENTS PROJECT, CONTRACT 18 Street Reconstructio , Water and Sanitary Sewer Replacement on Andrews Avenue (Elg in to Booker T.), Dallas Av nue (Benton to East Lancaster), Heitt Court (Weiler to Cul de sac & West Dead End to Cannon) nd Liberty Street (Calumet to Willie} City Project No . 00162 DOE NO .: 4838 UNIT I: WATER & SANITARY UNIT II : Water Project No .: P25 -541200-60517-0016283 Sewer Project No .: P258-41200 -70517-0016283 PAVING RECONSTRUCT! N & STORM DRAINAGE IMPROVEMENTS Water Project No .: P253-54 200-60517-0016283 Sewer Project No .: P258-541 00-70517-0016283 Addressed to Mr. Cha r les R. Boswell , City anager of the City of Fort Worth , Texas , will be received at the Purchasing Office until 1 :30 PM , July 29 , 006 , and then publicly opened and read aloud at 2:00 PM in the Council Chambers . Plans , Specification and Contract Documents for this project may be obtained at the office of the Department of Engineering , unicipal Office Building , 1000 Throckmorton Street , Fort Worth , Texas . A fifty-dollar ($50 .00) non-refu able deposit is required for the documents . These documents contain additional information for pros ective bidders . A Pre -Bid Conference will be held on Tuesday , July 18 , 2006 at 11 :00 AM in Room 270 of the Department of Engineering conference room . All bid ers are encouraged to attend . All bidders will be required to comply with Provision 5 59a of "Vernon 's Annotated Civil Statutes " of the State of Texas with respect to the payment of prevaili wage rates and City Ordinance No . 7278 , as amended by City Ordinance No . 7 400 (Fort Worth "ty Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices . Bid security is required in accordance with Paragraph 1 of th Special Instructions to Bidders . The major work on the above-referenced project shall consist Un it I: Water & Sanitary Sewer Replacement 3 ,550 LF 27 EA 8 EA 63 EA 8,180 LF 290 LF 275 LF 55 EA 8-in (DR-14) PVC Water Pipe Gate Valves Fire Hydrants Water Service Connections 8-in PVC Sanitary Sewer by Open Cut 10-in (DR-26) Sanitary Sewer w/ Cement Stabi ed Backfill 8-in (DR-26) Sanitary Sewer w/ Cement Stabilize Backfill Sanitary Sewer Manholes Unit II : HMAC Paving Reconstruction & Storm Drainage Improvements 14,000 SY 9,100 LF 16,500 SF 17,500 SF 70 CY 5 ,000 SF 17 EA 250 LF 3 ,068 LF 6-in HMAC Paving Curb and Gutter 6-in Concrete Driveway 4-in Concrete Sidewalk Reinforced Concrete Retaining Wall Reinforced Concrete Valley Gutter Curb Inlets 1 O'x5 ' Reinforced Concrete Box Culvert 18" to 27" Diameter RCP Page 1 of2 C :\Documents and Settings\sahug\Loca l Settings\Temporary Internet Files\OLK78\2 -Comprehensive NTB.doc NOTE: Full length sidewalk construction is not included in this contract. Unit II (Alternate Bid): Concrete Paving Reconstruction & Storm Drainage Improvements 16 ,500 SY 9,100 LF 16,500 SF 17 ,500 SF 70 CY 17 EA 250 LF 3,068 LF Reinforced Concrete Paving 7-in Attached Curb 6-in Concrete Driveway 4-in Concrete Sidewalk Reinforced Concrete Retaining Wall Curb Inlets 1 O'x5' Reinforced Concrete Box Culvert 18" to 27" Diameter RCP Included in the above will be all other items of construction as outlined in the Plans and Specifications. The City reserves the right to reject any and/or all bids and waive any and/or irregularities . No bid may be withdrawn until the expiration of ninety (90) days after the opening of bids, but in no case will the award be made until all the necessary investigations to be made as to the responsibility of the bidder to whom it is proposed to award the contract have been verified. SUBMISSION OF BIDS: The proposal consists of Unit I (water and sewer) and Unit II (paving and storm drain). The City reserves the right to award the contract to the responsive low bidder. 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 Department of Engineering at (817) 871-7910 . Bids that do not acknowledge all applicable addenda may be rejected as non-responsive. In accordance 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 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 ., within five (5) City business days after 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 . The Managing Department for this project is the Department of Engineering . For additional information , please contact Mr. Brian O'Neill, P.E. at (817) 763-8883, or Mr. Gopal Sahu, P.E. at (817) 392-7949. ADVERTISING DATES : June 29, 2006 July 6 , 2006 CHARLES R. BOSWELL CITY MANAGER MARTY HENDRIX CITY SECRET ARY DEPARTMENT OF ENGINEERING A. DOUGLAS RADEMAKER, P .E., DI ECTOR --IC IC , .. Acting Assistant Director Page 2 of2 C:\Documents and Settings\sahug\Local Settings\Temporary Internet Files\OLK7B\2 -Comprehensive NTB .doc Covers .doc -3- PREVAILING WAGE RATES --,. --City of Fort Worth -,l ; -" ' Highway (Heavy) Construction )'.; Prevailing Wage Rates For 2006 Classifications Hrly Rts Classifications 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 Distri butor 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 Mixe r Operator $1203 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 -Str uctures $13 .27 Truck Driver-Lowboy/Float $14.93 Concrete Paving Curb ing Mach . Oper. $12.00 Truck Driver-Transit Mi x $1208 Concrete Paving Finishing Mach . Oper. $13 .63 Wagon Drill , Boring Machine , Post Hole Dri lle r $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 Spreade r Oper. $14 .50 Concrete Rubber $10 .61 Crane , Clamshell , Backhoe , Derrick , Dragline , Shovel $14 .12 Electrician $18 .12 Flagger $8.43 Form Bui lder-Structures $11 .63 Form Setter-Pavin g & Curbs $11 .83 Foundation Drill Operator, Crawle r Mounted $13 .67 Foundation Drill Operator, Truck Mounted $16 .30 Front End Loader $12 .62 Laborer-Common $9 .18 Laborer-Utility $10 .65 Mechanic $16 .97 Milling Machine Operator, Fine Grade $11 .83 Mixe r Operator $11 .58 Motor Grader Operator (Fine Grade) $15.20 Motor Grader Operator, Rough Oiler $14 .50 Painter, Structures $13 .17 Pavement Marking Machine Oper. $10.04 Pipe Layer $11 .04 Roller, Steel Wheel Plant-Mix Pavements $11 .28 Roller, Steel Wheel Other Flatwheel or Tamping $10 .92 Roller, Pneumatic, Self-Propelled Scraper $11 .07 Reinforcing Steel Setter (Paving) $14 .86 Reinforcing Stee l Setter (Structure) $16 .29 Covers.doc -4A- SPECIAL INSTRUCTIONS TO BIDDERS WATER DEPARTMENT SPECIAL INSTRUCTIONS TO BIDDERS 1) PREQUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids . This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one (1) year old . In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification . b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered . g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification . 2. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth, in an amount of not less than five (5%) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (10) days after the contract has been awarded To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas . In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law . Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 3 . BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred (100%) percent of the contract price will be required, Reference C 3-3.7 . Page 1 of 4 G :\ 1210\4135-32\PROJECT\Specifications\4A -Special Instructions for Bidders -Water.doc 06/04/03 4 . WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code . Such prevailing wage rates are included in these contract documents. {b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of D-3 Right to Audit pertain to this inspection . (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and {b} above. {d} With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times . 5 . AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7 . NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located. "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent 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 Page 2 of 4 G:\1210\4135-32\PROJECT\Specifications\4A -Special Instructions for Bidders -Water.doc 06/04/03 against persons because of their age except on the bases of a bona fide occupational qualification , retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers , members , agents, employees, subcontractors , program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract , a maximum age limit for such emp loyment 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 Pol icy 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 availabil ity , terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors . Contractor warrants it will fully comply with ADA's provisions and any other applicable federal , state and local laws concerning disability and will defend , indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No . 15530 , 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 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 comm ission 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 reta inage will be included with the final payment after acceptance of the project as being complete . Page 3 of 4 G :\ 1210\4135-32\PROJECT\Specifications\4A -Special Instructions for Bidders -Wate r .doc 06/04/03 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 . Page 4 of 4 G:\ 1210\4135-32\PROJECT\Specifications\4A -Special Instructions for Bidders -Water.doc 06/04/03 Covers.doc -48- SPECIAL INSTRUCTIONS TO BIDDERS T/PW DEPARTMENT T/PW DEPARTMENT SPECIAL INSTRUCTION TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than five (5%) per cent of the total of the bid submitted must accompany the bid , and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten (10) days after the contract has been awarded. To be an acceptable surety on the bond, (1) the name of the surety shall be included on the current U .S. Treasury, or (2) the surety must have capital and surplus equal to ten times the limit of the bond . The surety must be licensed to do business in the state of Texas. The amount of the bond shall not exceed the amount shown on the treasury list or one-tenth (1/10) the total capital and surplus . 2 . PAYMENT BOND AND PERFORMANCE BOND: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded . In this connection, the successful bidder shall be required to furnish a performance bond as well as payment bond, both in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Article 5160 of the Revised Civil Statutes of Texas, as amended. In order for a surety to be acceptable to the City, (1) the name of the surety shall be included on the current U .S . Treasury List of Acceptable Sureties (Circular 870), or (2) the surety must have capital and surplus equal to ten times the amount of the bond . The surety must be licensed to do business in the State of Texas. The amount of the bond shall not exceed the amount shown on the Treasury list or one-tenth (1/10) of the total capital and surplus . If reinsurance is required, the company writing the reinsurance must be authorized, accredited or trusteed to do business in Texas . No sureties will be accepted by the City which are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. If the contract amount is in excess of $25,000 a Payment Bond shall be executed , in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the contract amount is in excess of $100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of fort Worth . 3. LIQUIDATED DAMAGES: The Contra_ctor's attention is called to Part 1, Item 8 , paragraph 8 .6 , of the "General Provisions" of the Standard Specifications for Construction of the City of Fort Worth , Texas, concerning liquidated damages for late completion of projects . 4. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. Page 1of 7 G :\1210\4135-32\PROJECT\Specifications\48 -Special Instructions -TPW.doc 5. EMPLOYMENT: All bidders will be required to comply with City Ordinance No . 7278 as amended by City Ordinance No . 7400 (Fort Worth City Code Section 13-A-21 through 13-a-29) prohibiting discrimination in employment practices. 6 . WAGE RATES: Section 8 .8 of the Standard Specifications for Street and Storm Drain Construction is deleted and replaced with the follow ing : (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 , mainta in records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract ; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of the special provision titled "Right to Audit" pertain to this inspection . (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b} above . (d) With each partial payment estimate or payroll period, whichever is less , an affidavit stating that the contractor has complied with the requirements of Chapter 2258 , Texas Government Code. (e) The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times . Section 8.9 of the Standard Specifications for Street and Storm Drain Construction is hereby deleted . 7. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Engineering if required for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency . 8. INSURANCE: Within ten (10) days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds , proof of insurance for Worker's Compensation and Comprehensive General Liability (Bodily lnjury- $250,000 each person, $500,000 each occurrence; Property Damage -$300,000 each occurrence). The City reserves the right to request any other insurance coverages as may be required by each individual project. 9. ADDITIONAL INSURANCE REQUIREMENTS: a . The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth , contract administrator in the respective department as specified in the bid documents , 1000 Throckmorton Street , Fort Worth , TX 76102 , prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein . Page 2of 7 G:\1210\4135s32\PROJECT\Specifications\48 -Special Instructions -TPW.doc d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium . e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g . Other than worker's compensation insurance , in lieu of traditional insurance , City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage . h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance . j . Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k . In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss . Contractor's liability shall not be limited to the specified amounts of insurance required herein . m . Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents . 10. NONRESIDENT BIDDERS: Pursuant to Article 601g , Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state . 'Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds . The appropriate blanks of the Proposal must be filled out by all non resident bidders in order for its bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. Page 3of 7 G:\1210\4135-32\PROJECT\Specifications\48 -Special Instructions -TPW.doc 11 . MINORITY AND WOMEN BUSINESS ENTERPRISES: In accordance with City of Fort Worth Ordinance No . 15530, the City of Fort Worth has goals for the pa rticipation 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 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) Ci ty 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 to owner complete and accurate information regarding actual work performed by Minority 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 initiation action under appropriate federal , state or local laws or ordinances relating to false statement ; further , any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participa ti on in City work for a period of time of not less than 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 unt il the expiration of forty-nine (49) days from the date the M/WBE UTILIZATION FORM , PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation ") and/or the JOINT VENTURE FORM as appropriate is received by the City. The award of contract , if made, will be within forty-nine (49) days after this documentation is received, but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. 13. PAYMENT: The Contractor will receive full payment (minus 5% 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 Department of Engineering Construction D ivision 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 : 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 durat ion of the project. Page 4of 7 G:\1210\4135-32\PROJECT\Specifications\4B -Special Instructions -TPW .doc 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 compl eted and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406 .096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project , regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes , without limitation , independent contractors, subcontractors , leasing companies , motor carriers, owner-operators , employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include , without limitation , providing , hauling , or delivering equipment or materials , or providing labor, transportation , or toner services related to a project. "Services " does not include activities unrelated to the project, such as food/beverage vendors , office supply deliveries, and delivery of portable toilets . b. The contractor shall provided coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements , which meets the statutory requ irements of Texas Labor Code, Section 401 .011 (44) or all employees of the contractor providing services on the project , for the duration of the project. c . The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d . If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project , the contractor must , prior to the end of the coverage period , file a new certificate of coverage with the governmental entity showing that coverage has been extended . e . The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage , prior to that person beginn ing 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. h . The contractor shall post on each project site a notice , in the text, form and manner prescribed by the Texas Worker's Compensation Commission , informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage . I. The contractor shall contractually require each pe rson with whom it contracts to provide services on a project , to : Page 5of 7 G :\1210\4135-32\PROJECT\Specifications\48 -Special Instructions -TPW .doc (1) provide coverage , based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and {b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in wiring by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project ; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. j . By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions . 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 Page 6of 7 G:\1210\4135-32\PROJECnSpecifications\48 -Special Instructions -TPW.doc any other language common to the worker population . The text for the notices shall be the following text , without any additional words or changes : "REQUIRED WORKER 'S COMPENSATION COVERAGE " The law requires that each person working on this site or providing services related to this construction project must be covered by worker" compensation insurance. This includes persons providing, hauling or delivering equipment or materials , or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee". Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage ". 16. NON DISCRIMINATION: The contractor shall not discriminate against any person or persons because of sex, race , religion, color, or national origin and shall comply with the provisions of City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13A-21 through 13A-29}, prohibiting discrimination in employment practices . 17. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that ne ither 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. 18. Contractor further covenants that neither it nor its officers , members, agents, or employees , or person act ing 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. 19. 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. 20 . DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or current employees of Contractor. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this Contract. Page ?of 7 G :\1210\4135-32\PROJECT\Specifications\48 -Special Instructions -TPW .doc 08 -0 3 -0 6 PO 1 • ·4 8 I N -5- MINORITY AND WOMEN BUSINESS ENTERPRISE SPECIFICATIONS ., JUL .21.2006 4:50PM DANNENBAUM FTW , N0.19 ~ P.5 FORT WORTH ·-·,,... Repf~ad pt.r AJJendi..rn ~ / City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY 08-03-06 PO : If the total dollar value of tha contract Is $25,000 or more, the M/Wf31= g~l ls appllcable. If the total ~Ollar >1alue of. the col'ltraot Is less than $25,000, th; MiWBE l:)al i$ nbt a lica.ble. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equ itable 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 MBE/WBI: goal on this project is 24% for the Asphalt Alternate or 22% for the Concrete Alternate of the base bid value of the contract. COMPLIANCE TO BlD SPECIFICATIONS On City contracts of $25 ,000 or more, bidders are required 1o comply with the Intent of the City's M/WBE Ordinance by either of the following: 1, Meet or exceed tho above stated M/Wl:IE: goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents !!1Y§! be received by the Managing Department, within the followin~ times allocated, In order for the entire bid to be considered responsive to the specifications. 1. Subcontractor Utlllmtlon Form, if goal is met or exceeded: 2, Good Paith Effort and Subcontractor Utilization Form, if participation is less than stated oal: 3. Good Faith Effort and Subcontractor Utlllzetion Form, if no M/WBE artici ation: 4. Prime Contractor Waiver Form, if you will erform all subcontractln su lier work: 5. Joint VentL1re Form , if utilize a Joint venture to met or 111xeeed 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 enln 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 nln date, exclusive of the bid o enln date. ftA.ILURE TO COMPI.Y WITH THE CITY'S M/WBE ORDINANCE, WILL RESUI-T IN THI: BID BEJNG COfQSIDERED . NON-RESPONSIVE TO SPf:CJFICATIONS . Any questions, please contact the M/WBE Office at (817) 392-6104. Page 1 of 1 W :\ 1210\4135-32\PAOJECl\Specificatioris\Addendum #1\5 • tvrW BE Special Instructions for Bidders Addendun #1.docRev . 5/30/03 JUL .2 1.200 6 4:5 1PM FORT WORTH • DANN ENBAUM FTW .. -. -. City of Fort Worth Prime Contractor Waiver Form -N0.194 P.8 A.TIACHMENT 18 Page 1 of 1 PRIMf! COMPANY NAME: Check applicable block to <f•s:crlbe onme PROJl!CT NAME: I MNI/DBE I I NON-MNI/OBE YEAR 'TWO 2004 CAPITAL IMPROVEMENTS PROJECT, CONTRACT 18 BID DATE Street Recor,structlon, Water and Sanitary Sewer Replacement on Andrews July 27, 2006 Avenue, Dallas Avenue Heitt Court and Llbertv Street City's MIWBE Project Goal: PROJECT NUMBER: Water Project No.: P253-541200-605H-D016283 24% • Asphalt Alternate Sewer Project No.: P258-541200-70517-0016283 22% -Conorete Altemata T/PW Project No.: C200.541200-20550-0016283 D.O,E. No .: 4838 If both answers to this form are YES, do r:,ot 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 1 C. This form is only applicable if gQlb answers are yes . rai1ur,. to o<irnpl.ie this fonn in ita ant~ an~ be t~JvjKJ by !b! Manqtng P!P!rtm,.Qt ~A or d»t,re 5;00: , .m. five C buslnes• s a r bid • e · , ~xctualve of the bld ope"lng: t;Saltt. WIii result th .the l;tid . ,. · being cQ11sl non-res om;lve to bid s~lfl ·o,-s.~.' · .. . · ·· · '. .. , · · '·· · : Will you perform this entire contract without subcontractors? YES It yes, please provide a detailed explanation that proves based on the size and scope of this project, NO 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 pro\les based on the size and scope of this project, this is your normal business practice and provide an inventory pr'Ofile of your business. NO The bidder turther 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 l:>id . 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 C ity. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debannent from C ity 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 w ith this ordinance creates a material breach of contract may result in a determination of arr irresponsible offeror and barred from participating in City work for a ~riod of time not less than one (1Jyear. Avthorizl!d Signature Pr1mocj Sign aMe TIiie Contact Name (ii dlffefQnt) Company Nam e Phone Numblilr Fax Number AcldrQSS !;;mall Addrei;s Ctty/Stata/Zlp Date W ;\1210\4135·32\PROJECl\Speelflcatlons\Addgndu m #1\5 • MWaE Prim& COntracior Waiver Fa nn.doc Rev. 5130/03 J UL.21.2006 4 :51 PM DAN NE NBAUM FTW · /?ep/a.ced pu AJ)e,.Ji.,.,,.... :.I!/ City of Fort Worth N0 .194 P.7 ATTACHMENT 1A Pagel of 4 Subcontractors/Sypplters UtilizatiolJ)IJS!fffl.06 Po 1 : 4 8 1 N 24%-Asphalt Alternate 22% -concrete Alternate Check applicable block to eGCfi prime MW/DBE NON·M/WIDBE BID OP. <c/ 3/Db PROJl!CT NUMBER: DOE No. 4B38 Water Project No .: P253-5,120C>--£0617--0016283 Sewer Projact No .: P258-541200-70SF-001B283 T/PW Projeet No .: C200•541200·20550-0016283 Identify !ll subcontractors/suppliers you wlll use on this project Failure to corn):)lete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:QO p.m. five (5) City t;>1.l~iness d~ys after bid opening, exclusive of bid opening date, will result in the bid being considered non-reepo(lsive to bid specifications. . · · · .. The undersigned Offeror agrees to enter into a formal agreernerit with the M/WBt flrm(s) listed In this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. Toe· intention~! and/or knowing misrepres.entation of facts Is grounds tor consideration of disqt.raHflcation and will result In the bid being consldereq non-responsive to bid $peciflcations · 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 , Parl<er, Johnson, Collin, Dallas, Denton, Ellls, Kaufman and Rockwall counties. 1dentify each Tier' 1,val. Tier is the lev~I of subcontracting below the prime contractor, I.e., a dl_rect payment from the prime contractor to a subcontractor'is considered i st tiet, a payment by a subcontractor to its suppliet is oonsidered 2nd til;!r ALL 11.4/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, U,at have been determined to be bonafide minority or wornen businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX oon , highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterp ri se (M/WBE). If hauling services are utlllted, the pr ime will be given oredit as long as the M/WBE lis~d owns and operates at least one fully licensed and operat ional truck to be used on the contract The MM'IBE may lease trucks from another M/WB~ firm, including M/WBE owner-operators , and reCeiVe full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including ownar-operators, but will only rec~ive cred it tor the fees and oommisS1ons earned bv the M/WBE as outlined in the lease aareermmt.· Page 1 of 4 W :\1210\4135·32\PROJEC1\Spee ifl eatlons\Add9 ndum if1 \5 • MWBE Subcontra ctor-SOppHer'S Utillzatlon .doc Aev. S/30/03 FORT WORTH -~ DB -03 -06 Pn 1 ATTACHMENT 1A Page 2 of 4 ~'''lt5 IN Pri mes are req uired to identify ALL subco ntracto rs/s upp liers, rega rdl ess of stat us; i.e., Mino rity, W omen and no n-M/WBE s. Please lis t M/WB E fir ms fi rs t, use add itio na l sheets if necessary. Ce rtification N (check o ne) 0 SUBCONTRACTOR/SUPPLIER T n Company Name N T Deta il Detail i C X M Subcontracting Work Supplies Purchased Address e M w T D w Telephone/Fax r B B R 0 B E E C T E A / n.c c.,J:.. ,· f''j 'f--~oe,/C "r l)fv+ ROBERT GRANAD OS TRUCKING I /' Hc,u,•.I off 1J ,;l I, 300-0D 4608 Sandage Sur-pl us Fort Worth , Texas 7611 S (817) 875-2400 $ foe;, :500 Co YIGr\£2,+e ~;(VJ,)( COWTOWN RE DI-MIX PO Box 162327 1 v v Fort Worth , Texas 76 16 1 V (817)759-1 919 f (817)759-17 16 CEN TE X S EE DING, Inc. '3odq i ~ PO Box 2077 /' Ke ll er, Texas 76 11 6 I {8 17) 306-8510 fax (817) 306-890 I --(' ti rr15pev1 ,on Magnum Manhole Company d-Li (1-e.5 3 14 S. Kirby Street v~ Garland, Texas I v(2 l 4) 687-2293 fax(972) 231-3934 L/f fYl-L Universal Lime 17 SO Brennan Ave. I Fort Worth, Texas 76106 v phone : 817-3 78-9042 fax: 817-378 -9452 .. Page 2 of 4 G:\1210\4135-32\PROJE CnSpecifications\5 - MWBE Subcontractor-S uppliers Utilization .doc Dollar Amount 9f5 too on ,I $!t:,8;(ooooD $ ~3CO·o{J $l~bC0·00 $ J:J., ~00· oo Rev. 5/30/03 fORTWORTH ~ ATIACHMENT 1A Page 3 of 4 Pr imes are req uired to id entify ALL subcont ractors/supplie rs , regardless of status ; ~ Minority , Wome n and no n-M/WBEs . Please list M/WB E fi rm s firs t , use additional sheets if essa'ry.O 6 PO 1 : 4 8 I N Certification r (check one) ( SUBCONTRACTOruSUPPLIER T r Company Name N T Detail Detail i C X ' Subcontracting Work Supplies Purchased Address e M w T D \ Telephone/Fax r B B R 0 I E E C T I A NAT IO NAL WA TERW ORKS v r ;~, ,.,, ·tJ,~~ PO Box 840700 I v i v~, J"'~ D allas, Texas 75284 (800) 252 -1 557 REYN O LDS AS P HA L T & CO NST RUCT ION COM PANY I o/' PO Box 370 Eu l es s, Texas 76039 (8 17) 267-3 131 Page 3 of 4 G:\1210\4135-32\PROJECT\Specification s\5 -MWBE Subco ntracto r-Supp lie rs Utilization .doc Dollar Amount ~ qq <./00. ~ 7J $ /t,,d-d)oO Rev. 5/30/03 FORT WOR TH -~ Total Dollar Amount of M/WBE Subcontractors/Suppliers $ Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ ATTAC H M E NT 1 A Page 4 of 4 /qLj 100,DO J I q (p, {p{X)· oo TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 3111 500,00 The Contractor will not make additions, deletions , or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form , the Offeror further agrees to provide , directly to the City upon request , complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid . The 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 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. Company Name Address City/State/Zip 'Printed Signat Contact Name/Title (if different) r,., ,/' ?Nri .Q.... r'--"-r- gi 7 ,5':>L/ '! 7 LJ '?::, 717"531.f'L/SS /0 Telephone and/or Fax E-m J A~r~!s y @,,, CDnot{SJ?o . CD~ g/3/oto Date ' Pag e 4 of 4 G :\1 2 10\413 5-32\PROJECT\Specifica ti ons\5 -MWBE Su bcontractor-Suppli ers Utili za tio n.doc Rev. 5/30/03 . J UL.2 1 .2006 4:50PM DANN ENBAUM FTW ~epl~ced per AJdenJk,.,. :JJ. I f'ORT f qR,.TH City of Fort Worth Good Faith Effort Form PRIME COMPANY NAME: PROJ NAME1 YEAR TWO 2004 CAPITAL IMPROVEMENTS PROJECT, CONTRACT 1 B Street Reconstruction, Water and Sanitary Sewer Replacement on Andrews Avenue, Dallas Avenue, Heitt Court and Llbe Street ~.194 "' P.6 ATTACHMENT 1C Page 1 of 4 Check appliCi!ble block to describe nma M/W/DBE NON-M/W/OBE BID DATE S/3 D~ City's M/WBE Project Goal: PROJECTNUMBERi Water Project No.: P253-S41:200-60517-0016283 24% • Asphalt AHemate Sewer Project No.: P258-541200-70517-0016283 22% • Concrete Alternate D.O.E. No.: 4838 T/PW Pro·ect No .: C200-541200-205S0-00162.83 If you have taned to secure MIWH participation and you IMv'9 !i\.lbc.ant~il'lg amf/or supplier opportuiflfi&s or if your 081! articlp.i!tion la leo than tile City's project goal, . mustconrplete thrt form. . . If the bidder's method of compliance with the M/WBE goal ia 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 i"tentlonal discrimination by the bidder. Fallura to complete this form, In ltg entirety With supporting documentation, and rec~lved by the Managing Department on or before 5:00 p.m. five (5) City buslr,ea• days aft$!' l>iel opening, e#lu5lve of bid opaning date, Will '-•ult In the bid being considered non-responsive to bl~ s~ificatlons. 1.) Please 11st each and every subcontracting and/or supplier opportunity} for the completion of this proJect, regardless of whether It is to be provi~Qcf by a M/WBE or non-M/WBE. {DO NOT LIST NAMES og FIRMS) On Combined Projects, nst eac;h subcontracting and or $Upplier opportunity through the 2 tier. (Use additional sheets, ff necessary) W :\ 1210\4135-32\PROJECT\Specifications\Addan dum #1\5 • MW BE Good Faith Effort Form .doc Rev. 05/30/03 List of Subcontracting Opportunities ATTACHMENT 1C Page 2 of 4 List of Supplier Opportunities -03 06 -PO 1 : 4 9 I N 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. ___0es __ No Date of Listing ~/ / 0 / O(o 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? ~S (If yes, attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.) __ No 4.) 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 telephone, exclusive of the day the bids are opened? -~s (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 facsimile is used, attach the fax confirmation, which is to pr()vide 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 91ans and specifications in order to assist the M/WBEs? _y_Yes G :\1210\4135-32\PROJECT\Specifications\5 -MWBE Good Fa ith Effort Form .doc Rev . 05/30/03 ATTACHMENT 1C Page 3 of 4 __ 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 will 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 Scope of Work Reason for Rejection Ldc>o e:Aiaf~J rf) ,¥_9 J J 0 ' - 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 G :\1210\4135-32\PROJECT\Specifications\5 -MWBE Good Faith Effort Form .doc Rev . 05/30/03 ATTACHMENT 1C Page 4 of 4 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 l?r<E,1 deill: Title Cn ratsECCovrS-trtl l ±iQ{] Tl I Lf Company Name ?.o. ~of ( SYt{K Address City/State!Zip I ;rl~fli#.1~~nafst' r ~~/ Contact Name and Title (if different) (<tJ7) 6-:J'f-J7t.(3:, ~l7--S3L{-'-!SS0 Phone Number Fax Number I a ~ @cnnC,(,,istJ, .U)~ V Eail Address D~te 08 -03-06 PO 1: 49 IN G :\1210\4135-32\PROJECT\Specifications\5 -MWBE Good Faith Effort Form .doc Rev . 05/30/03 TO : Mr. Charles R. Boswell City Manager Fort Worth , TX PROPOSAL FOR: YEAR TWO 2004 CAPITAL IMPROVEMENTS PROJECT, CONTRACT 18 Street Reconstruction, Water and Sanitary Sewer Replacement on Andrews Avenue (Elgin to Booker T.), Dallas Avenue (Benton to East Lancaster), Heitt Court (Weiler to Cul de sac & West Dead End to Cannon) and Liberty Street (Calumet to Willie) FILE NO .: K-1957 & K-19038 DOE N0.:4838 UNIT I : WATER & SANITARY SEWER REPLACEMENT Water Project No .: P253-541200-60517-0016283 Sewer Project No .: P258-541200-70517-0016283 UNIT II : PAVING RECONSTRUCTION & STORM DRAINAGE IMPROVEMENTS T/PW Project No .: C200-541200-20550-0016283 Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly examined the plans , specifications and the si t e , understands the amount of work to be done , and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Department of Engineering Director 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 Performance and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated and for the following sums , to-wit: G:1121014135-32\Admin\Projectl Notes and Specs\Bid Items -Prices List 2006 02-16 6(1) UNIT I: SECTION A-WATER PAY APPROX DESCRIPTION OF ITEMS ITEM QUANTITY WITH BID PR ICES WRITTEN IN WORDS 8" (DR-14) PVC Wate r Pipe 1 3 ,550 LF Tb;c.tt -s;x. and A/0 6" (DR-14) PVC Water Pipe 2 100 LF I 6 l. r t. ¥-' two and .1110 12" Dia . X 0 .25" Thk . Welded Steel Casing 3 45 LF 1e ll<= n±.'.f--~; ve. and /VO Ducti le Iron Fillings 4 3 TON th QU.S~(J J_ '!bc.e.e and ..VO 12" Gate Val v e & Valve Box 5 1 EA £i £teen b. C,(o_ d (', J and NO 8" Gate Valve & Valve Box 6 16 EA [/otJ.t bul\dred £i£ev / ' a nd NO 6" Gate Va lve & Valve Box 7 10 EA b. tA.(J dred £,'£fl{_ -5 e 1t.e.t1 ' and NO Fire Hydrant (3'-6" Bury) 8 8 EA Ft·£te~n h.Y.11drt'd and .-vc Fire Hy dra nt Barrel Extension 9 15 V F 011 e.. h ul'\dre/ and ,A/() Air Re lease Va lve 10 2 EA &o fhatJ.,$_atJ. / a nd /Vt:} G :\ 1210\4135-32\Admin \Project\ N otes and Specs\6-Proposal.xls 6 (2) Dollars Cents per LF Doll ars Cents pe r LF Doll ars Cents pe r LF Dollars Cents per TON Doll ars Cents pe r EA Dollars Cents per EA Doll ars Cents per EA Dollars Cents per EA Doll ars Cents pe r VF Dollars Cents per EA UNIT TOTAL VALUE VALUE $ _1/....~o !2 l 300. ~(J $ 32.f)t 3,2b0.00 $ 7S.OO 3, 3 7S.~O $ 3,0oo.oo 9 ~O~.Oo $ I S00.00 ftSoo.oo $ 8!0 .0o llt~o .(Jo $ 7S"o.oo 7,Soo .oa $ tsoo.oo 12,()~o.oc $ I t)O.{)a 1,510.00 $ ,ZJ~{). 0() i ()00, (}() UNIT I: SECTION A -WATER PAY APPROX DESCRIPTION OF ITEMS ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS Furnish & Install Class "A" Meter Box 11 51 EA One b.Y.tJ.Jl'~d ~'ft'./. Dollars and /VO Cents pe r EA Furnish & Install Class "C" Mete r Box for Bullhead Service 12 15 EA 7w~ h C& t1 Jrc d Do ll ars and ,.YO Ce nts per EA 1" Copper Se rvice 13 1,400 LF 1h_l·rti Dollars and /VO Cents pe r LF 1" Water Service Tap to Main 14 47 EA /Jy,_ndr-ed /tJ{_U. Do ll ars and A/(') Cents per EA 1" Bullh ead Se rvi ce Tap to Main 15 16 EA /J. {,(l).Jrel_ i_w_e._t1t'1--f, ve 1Jl_/'e_tt. Do ll a rs and .N'O Cents per EA Cut , Plug & Abandon Water Main 16 9 EA 6 fd.lJdre_d_ E1ht Dollars and /VO Ce nts pe r EA Temporary Asphalt Pavement (6" Flex Base & 2" HMAC) 17 4 ,500 LF /f/';,,e Dolla rs and NI'> Cents pe r LF HMAC Pavement Repair (Fig . 4) 18 10 LF ~;!'tr:. Do ll ars . and .AJt, Ce nts pe r LF Remove & Salvage Ex isting Fire Hydrant 19 6 EA A~!JJre.d -r6ree Dollars and AJ() Ce nts per EA Remove & Sa lvage Existi ng Gate Valve 20 10 EA ....-.-~~11.d~eJ 7{A)o Dollars and .A/0 Cents pe r EA G :11210\4135-32\Admin\Projectl Notes and Specs\6-Proposal.xls 6 (3) UNIT TOTAL VALUE VALUE $ !so . P() 7, 6so.oo $ 2~P.oo Jooo.oo $ 3~.oo f./2 ~00· 00 $ 300.00 It /()O . 00 $ 3:zs:oo 5;200.00 $ too.oo -z200.oo $ 7.~o ~a s0o.oo / $ Si?.oo soo .oo $ 300.00 l,,J>~o .oo $ .2.0o.()O ~tJ()o.oo UNIT I: SECTION A -WATER PAY APPROX DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE Remo ve & Sa lvage Existi ng Meter Box & Meter 2 1 65 EA t1 cA.[J.dl'e_d One Dollars ~.,S()o.oo and A,/1') Cents per EA $ /()(),00 Tre nch Exca vatio n Sa fety Protection fo r Water 22 40 LF r,ve_ Doll a rs and ,oO Ce nts pe r LF $ S: 00 ;200.00 2" Te mp o ra ry Wa ter Se rvi ce 23 1 LS tAo.'-:i!.(:U1d £i.;-6t Do ll ars J., aoo.oo and A,/'l Ce nts per LS $ & ~00 ,00 Pre-Co nstructi on D-Hole fo r W ater 24 8 EA ~,· ve b u(J_Jc"d Do ll ars ~otJo.oo a nd /VO Ce nts pe r EA $ S()(),()O C rus hed Lim estone for Misc. Pl aceme nt 25 10 CY Or1 e_ Do ll ars /.~0 10 .00 and A./{) Cents pe r CY $ Type E (1500 psi) Concre te for Mi sc. Pl ace ment 26 5 CY 7et1 Do ll ars so.oo and ~uo Cents pe r CY $ /().Oo Type B (2 50 0 psi) Co ncrete fo r Misc. Pl ace m ent 27 5 CY let1. Dollars and /VO Ce nts pe r CY $ /~.oo S(). ()O TOTAL UNIT 1: SECTION A-WATER IMPROVEMENTS 3 2C;/ 23S. tJO $ NOTE THAT THIS SCHEDULE OF VALUES MUST EQUAL AMOUNT BID TRANSFER TOTAL UNIT I: SECTION A-WATER TO SUMMARY OF BIDS ON PAGE 6(19) G :I 121014135-3 2\Admin\Proj ectl Notes a nd Specs\6-Pro posa l.xls 6(4) UNIT I : S ECTIO N B -SANITARY SEWER PAY APPROX DESCRIPTION OF ITEMS ITEM QUANTITY WITH BID PRICES WRITTEN I N WORDS 12 " PVC Sanitary Sewer -Open Cut (All De pths) 1 110 LF 5i.i ti Dollars and /VO Cents per LF 10" PVC San itary Sewer -Open Cut (All Depths) 2 680 LF E,-f ty -f,·v~ Do ll ars and A/" Cents per LF 8" PVC Sanitary Sewer -Open Cut (All Depths ) 3 8,180 LF ;:()_, t jl-l_,· I('.~ Dollars and /VO Cen ts per LF 6" PV C Sanitary Sewer -Open Cut (All Depths ) 4 60 LF ,,Co I'" t '{_ Dollars I and ,...VO Cents pe r LF 10" (DR-26) PVC Sanitary Sewer w/Ce ment Stabi lized Backfill 5 290 LF Se v~n t:~ Dollars and /Vt'.> Cents per LF 8" (DR-26) PV C Sanitary Sewer w/Cement Stabilized Backfill 6 275 LF 5;x_tv-f.i"v, Dollars , and A.'0 Cents per LF 10" Sanitary Sewer -By Other than Open Cut 7 20 LF jne hr,&.aJrt!.d Dollars and .,A/0 Cents per LF 12" Dia . X 0 .25" Thk. W elded Stee l Casing 8 35 LF 5e le'.'.~~:t !,l-ir ve Do ll ars and ..vo Cen t s per LF Stand ard 4' Diamete r Sanitary Sewer Ma nhole 9 52 EA h'ft_ee,. /u,1/IJre.cl Dollars and rtlo Ce nt s pe r EA Sta nd ard 4 ' Di ame te r Sa ni tary Sewe r Drop Manhole 10 3 EA /WO fAQu.S:ecti J Dollars and NO Cents per EA * Con tracto r must co mplete C ity a pp roved Pro d uct a nd Meth od Fo rm on pa ge 6 (9 ) G :\1 21 0\4135-32 \Ad mi n\Proj ect\ Notes and Specs\6-Proposal.xls 6 (5) UNIT TOTAL VALUE VALUE $ 6tJ.oo ~ 6tJo.oo $ ss.oo 3l '/PO.OP ,, $ 'IS. 00 JC,f /,1(). 00 $ l(~.ao ,Z '100-0 0 $ 70.0~ ~4300.00 $ ~S.dO /~ K7S. Oo $ /()0 .0() .,Z tJOO.tJ() $ 7S.Oo Z (,2S.t;o $ /,5l)a.oo 7£000. cJo ,, $ .z~oo.()o , t)oo. oo ,,. .. JU L.2 1 .2006 4 :52PM DANNENBAUM FTW PAY APPROX ITEM QUANTITY 11 150 VF 12 55 EA 13 55 EA 14 15 VF 15 130 !!A 16 3 ,200 LF 17 180 EA 18 6 EA ,e 180 LF 20 6 EA /?ep/a ct!j per AJJe,,J'-<"" $1. / PROPOSAL DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS Extra Depth for San itary Sewer Manhole ~fdadu.l £1-£'/.:v One Dollars I and ND Cents per VF Watertight Manhole lnseru. Ftlt'/. Dollars and ,;v (J Cents per EA Concrete Coll;ir5 I.hree ~undf(.J Dollar& and ;A/O Cents per EA Interior Corros ion Protection for SSMH 0 lJ., 6.u.11Jr~)seve,,fl/..--B~c;,011ars and A/(J Cents per VF 4" sanitary Sewer S'ervlee Connection 7~te.e. ,,{ u 11drt:.d. Dolla rs and A.-0 Cent5per EA 4" Sanitary Sewer Service Lead -Z:.f:i,'rtv j Dollars and ,..vo Cents per I...F 4" Sanitary Sewer Service TWo Wrty Cleanout w/Housing & Rl$ar ---h '-<.11 J r,.J IWo Dollars and ,VI'> Cents per !A 611 Sanitary Sewer Service Connection t'hree, 6Cd nd.re.d ~: Ptl(. , Dollars and /VtJ Cents per EA 6" Sanituy Sewer Service Lead -£1:i., 'c. t-v-{:; I!'. e. I Ooll ;irs and A./0 Cents per LF 6" San itary Sewer Sel'V Jce Two Way Cleanout w/Hous lng & Riser LIA.I.a ~r.J.arkc.) £ilt:v 1 Dollars and A~rl Cenl.$ per EA G:\1210\4135-32\Project\S pe ciflca tl ons \ Adde ndum# 1\6-Proposa l Addend urn# 1 .x1s 6(6A) N0 .194 P.9 UNl1 TOTAL VALUE VALUE $ /StJ.Oo 2:i, soo .o, $ so.oo .2,. 7So .Oo $ 300.00 l~/'.f00,00 $ /lS.()O ~ ~.1.S.Oo s 300.00 Jl 000 · Oo ,$ 3().00 9, ... tJoo.oo $ .200.00 3? tJoo .oo s 3So .oo _ztoo .oo $ 3S.Oo ']dl/.d(J s ,tS{). oo !;soo.oo .- UNIT I: SECTION B -SANITARY SEWER PAY APPROX DESCRIPTION OF ITEMS ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS Extra Depth for Sanitary Sewer Manhole 11 150 VF Doll ars and Cents per VF Watertight Manhole Inserts 12 55 EA Dollars and Cents per EA Concrete Collars 13 55 EA Dollars and Cents per EA Interior Corrosion Prote ction for SSMH 14 15 VF Doll ars and Cents per VF 4" Sanitary Sewer Service Connection 15 130 EA Doll ars and Cents per EA 4" Sanitary Sewer Service Lead 16 6,000 LF Doll ars and Cents per LF 4" Sanitary Sewer Service Two Way Cleanout w/Housing & Riser 17 130 EA Dolla rs and Cents per EA 6" Sanitary Sewer Serv ice Connection 18 6 EA Dollars and Cents per EA 6 " Sanitary Sewer Service Lead 19 180 LF Dollars and Cents per LF 6" Sanitary Sewer Service Two Way Cleanout w/Housing & Riser 20 6 EA Dollars and Cents per EA * Contractor must complete City approved Product and Method Form on page 6(9) G :\1210\41 35-32\Adm in\Proj ect\ Notes and Specs\6-Proposal.xls 6(6) UNIT TOTAL VALUE VALUE $ $ $ $ $ $ $ $ $ $ UNIT I: SECTION B -SANITARY SEWER PAY APPROX DESCRIPTION OF ITEMS ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS 6" Th ick Topsoil 21 2,500 SY -rwQ Dollars and A/o Cents per SY Sodding 22 2,700 LF 16c.ee Dollars and NO Cents per LF Remove Existing Manho le 23 37 EA hC,!.lld!'ed 7b_t~~ Dollars and NO Cents per EA Cut, Pl ug & Aba ndon Ex isting San ita ry Sewer 24 19 EA Five. ~u.ndr~J Do llars and No Cents per EA Vacuum Test Manhole 25 53 EA h·Ptv Dollars • an d ,Un Cen ts per EA Temporary HMAC Pavement Repa ir 26 9,400 LF AJ,·tl.~ Dollars and /VO Cents per LF Co ncrete Pavemen t Repair (Fig . 1) 27 40 LF 5,'xf:'1-Dollars and A/0 Cents per LF HMAC Pavement Repair (Fig . 4) 28 4,450 LF hr1'f_-'5.£·x_ Dolla rs and /VC Cents per LF Trench Excavation Safety Protection for Sewer 29 9,595 LF One Dollars and /VO Cents per LF Pre -Construction TV Inspection 30 7,700 LF 7wo Dollars and ...VO Cents per LF * Con t ractor must complete City app ro ved Product and Method Form on page 6(9) G :11210\4135-32 \Admin\Proj ectl Notes and Specs\6-Proposal.xls 6 (7) -. UNIT TOTAL VALUE VALUE $ 2.00 s; Poo .oo $ 3. Oo 81 IO(J. 00 $ 300 .00 ll/00 ·00 / $ Soo.oo zsoo.oo $ so.oo 2 tsa.~o / $ 9 /JO f~fi,oo.oo $ (pt). 0 O -<t '/IJ(). 0 0 $ l/~.Oo :l.o'l 100. oo $ /. Oo t S9S.OO $ 2. Oo IS~ '/al). oo J UL.2 1 .2006 4 :52PM DANN ENBAUM FTW PAY APPROX ITEM QUANTrTY 31 9 ,615 LF 32 28 EA 33 200 LF 34 50 LF 35 10 CY 36 5 37 2,800 LF 38 , 140 LF Repla.ceJ per A.JJe,,J"'-n, :,I: I PROPOSAL DESCRIPTION OF ITEMS WITH BID PRIC~S WRITTEN IN WORDS Post-Construction lV Inspection One, Dollars :ind .f:,".ffv Cents per LF Pre-Construction 0-Hole for Sewer t.,· ve.-fi Cd. a dre d. Dollar& and A~(') Cents per EA Remove & Replace CQncrete Curb & Gutter ll)d.,11 t-¥-£,·ve., Dollars and .A.I{) C&nts per LF Remove & Replace Exl&tlna Fence r-QC. t~ Dollars and A./{") Cent& c,er LF Crust,ed Umestone for Misc. Placement One. Dollars and A/() Cents per CY Type E (1500 psi) Concntte for Misc. Placement -re,, Doders :ind A/1? Cents per 4" Sanitary Sewer Service Lead on Private Property ;::,·/Jc-11 ; Dollar. and ,/1/('J Cents per LF Remove & Replace Eldstlng Fence £12. /' t-'I-Dollars and #() Cents ()9f LF TOTAL UNIT I: SECTION B -SANITA~Y SEWER IMPROVEMENTS . - N0.194 P .10 UNIT TOTAL VALUE VALUE! $ I.So It l/zl.fo s ~tJ.00 l'ttJuo.oo $ 2s.oo .5; 000 .00 $ '/0.0a ,Z /)(){). O<J s /. /)() J0.00 0 $ /().PO So.oo $ so.oo /'f~ d~O.OG $ '/IJ.00 .5; 6~().0() $ i 2. 9~; 702. 5 0 NOTE THAT THIS SCHl:OULE OF VALUES MUST EQUAL AMOUNT BID TRANSFER TOTAL UNIT I: SECTION B • SANITARY Sl:WER TO SUMMARY OF BIDS ON PAGE 6(19) G :\121014 135-32\Project\Speciflcatlons\ Addel'ldum # 1\6-Propor;al Addendum # 1.x ls S(BA) UNIT I: SECTION 8 -SANITARY SEWER PAY APPROX DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE Post-Constructio n TV Inspection 31 9 ,615 LF Doll ars and Ce nts per LF $ Pre-Construction D-H ole for Sewer 32 28 EA Dollars and Cents per EA $ Remove & Rep lace Concrete Curb & Gutter 33 200 LF Do llars and Cents per LF $ Remove & Replace Ex isting Fence 34 50 LF Doll ars and Cents per LF $ C ru shed Limestone for Misc. Placement 35 10 CY Dollars and Cents per CY $ Type E (1500 psi) Concrete for Misc. Pla cement 36 5 CY Dollars and Cents per CY $ TOTAL UNIT I: SECTION B -SANITARY SEWER IM PROVEMENTS $ NOTE THAT THIS SCHEDULE OF VALUES MUST EQUAL AMOUNT BID TRANSFER TOTAL UNIT I: SECTION B -SANITARY SEWER TO SUMMARY OF BIDS ON PAGE 6(19) * Contractor must complete City approved Product and Method Form on page 6(9) G :\ 1210\4135-32\Admin\Project\ Notes and Specs\6-Proposal.xls 6(8) UNIT I: SECTION B -SANITARY SEWER CITY APPROVED PRODUCT & METHOD FOR* *CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED Standar~c No . V E1-31 ----- E1-25 E1-27 E1-28 E100-2 Size 4" through 30" 4" through 15" 4" through 15" 18" through 27" 18" through 48" .. Consult with "City of Fort Worth, Texas Standard Product List" to obtain the Generic/Trade Name and the Manufacturer for the pipes listed above . Failure to provide the information required above may result in rejection of bid as non-responsive . Only products listed above will be allowed for use in this project. Any substitutions shall result in rejection of bid as non-responsive. G :\1210\4135-32\Admin\Project\ Notes and Specs\Bid Items -Prices List 2006 02-16 6(9) UNIT 11: SECTION A -ASPHALT RECONSTRUCTION PAY APPROX DESCRIPTION OF ITEMS ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS Un classified Street Excavation /f/0 B ID 1 4 ,000 CY Dollars and Cents per CY Remove Existing Concrete Cu rb & Gutter /1/'o 8/D 2 5 ,800 LF - Dollars and Cents per LF Remove Existing Concrete Flatwork 3 12 ,000 SF /l,/0 13 I [) Dolla rs and Ce nts per SF 8" Thick Lime Stabi lized Subgrade 4 17 ,100 SY /VO 131 D Dollars and Cents per SY Lim e for Subgrade Stabi lization Bl D 5 342 TON /(/0 Dollars and Cents per TON Type "D" HMAC , 6" Th ick 6 14 ,200 SY /VO 13 I D -Dolla rs and Ce nts per SY Concrete Curb & Gutter 7 9 ,100 LF /VO 8/D Dol lars and Cents per LF Silicone Joint Sealant (Driveway) 8 6 ,250 LF /[/0 !3! !) Doll ars and Cents per LF Reinforced Concrete Valley Gutter 9 4 ,600 SF /f/0 Bl [) Dollars and Cents per SF 10 70 CY Reinforced Concrete Reta ining Wall /VO 131 [) Dollars and Cents per CY G :\ 1210\4135-32\Admin\Project\ Notes and Specs\6-Proposal.xls 6(10) UNIT TOTAL VALUE VALUE $ $ $ $ $ $ - $ - $ - $ "7 $ UNIT II : SECTION A -ASPHALT R ECONSTRUCTION PAY APPROX DESCRIPTION OF ITEMS ITEM QUANTITY W ITH BID PRICES WRITTEN IN WORDS 6" Th ick Reinforce d Conc rete Driveway A/0 !J //] 11 16,000 SF Doll ars and Ce nt s per S F 4" Thick Reinforce d Concrete Side walk & Leadwalk 12 18 ,200 SF A/0 /3 I[) Doll ars and Cents per SF AD A Wheelchair Ramp 13 11 EA ,/'t/0 !JI !) Doll ars and Cents pe r EA 6" Thick Topsoil , Compl ete in Place 14 3 ,000 CY /f/0 !3/!) Fourtee n Do lla rs and No Ce nts per CY Adjust Manhole Rim to F inished Grad e 15 22 EA /!/o 810 Three Hun d red Fifty Dol la rs and No Ce nts per EA Adj ust Mete r Box to Finished Grad e 16 66 EA 4,/0 Bl[) Thirty -Five Doll ars and No Cents per EA Adju st W ater V alve Rim to Finished Grad e 17 23 EA /t/O (] I !J Two Hundred F ifty Dollars and No Cents per EA HMAC Transiti on 18 76 TON ~o /]I!) Doll ars and Ce nts per TON Project Desig nation S ig ns /]/ (J EA /YO 19 8 T hre e Hundred Dollars and No Ce nts per EA Ut ility Ad justments /f/o 81 !) 20 1 LS Thirty-five t housand Dolla rs and No Cents per LS G :\ 1210\4135-32\Admin\Proje ct\ Notes and Specs\6-Prop os al.xls 6(11) UNIT TOTAL VALUE VALUE $ $ $ $ 14 .00 $ 42 ,000 .00 $ 350.00 $ 7,7 00 .00 $ 35 .00 $ 2 ,310 .00 $ 250 .00 $ 5 ,750 .00 $ $ 300 .00 $ 2,4 00 .00 $ 35 ,000 .00 $ 35 ,000 .00 UNIT II: SECTION A -ASPHALT RECONSTRUCTION PAY APPROX DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE 6" Sub Drain 81 !J 21 75 LF ~o Dollars and Cents per LF $ 22 8 EA Remove Existing Inlet d/0 !3 I!) Dollars and Cents per EA $ Traffic Control j]/ [) A/0 23 1 LS Dollars and Cents per LS $ Stormwater Pollution Prevention 24 1 LS /f/O (3 I I) - Dollars and Cents per LS $ Miscellaneous Landscaping 25 1 LS #o I];!) - Dollars and Cents per LS $ 10 ,000 .00 $ 10 ,000 .00 TOTAL UNIT II: SECTION A -Asphalt Paving Reconstruction /YO 8/D $ NOTE THAT THIS SCHEDULE OF VALUES MUST EQUAL AMOUNT BID TRANSFER TOTAL UNIT II: SECTION A-PAVING RECONSTRUCTION TO SUMMARY OF BIDS ON PAGE 6(19) G :\1210\4135-32\1\dmin\Project\ Notes and Specs\6-Proposal.xls 6(12) UNIT II : SECTION B -DRAINAG E IMPROVEMENTS PAY APPROX DESCRIPTION OF ITEMS ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS Un cl ass ifi ed Channe l Excavati on 1 140 CY ftve/11e.. Dollars and A/o Ce nts pe r CY 4'x4' Storm Drain Junction Box 2 7 EA 7tua tli. a Y. ~ a. a. d Do ll ars and A/o Cents per EA Sto rm Dra in Excav & Backfill 3 400 CY 5,·x D o ll ars and /VO Cents per CY Borrow 4 1,300 CY r-~G-t/' Dol lars and /f/0 Cents per CY 10' Standard Curb Inlet 5 15 EA 'LfAJea t.. ~-f tvQ h '< 11<:lreJ Do ll ars • and NO Ce nts per EA 15 ' Standard Curb Inlet 6 2 EA 7h ree t/J. Of.&.£ &'UI cf Do ll ars and NO Cents per EA 1 Ox5 Box Culvert 7 250 LF t~·(]/i_ t h (A. !l d c.e.J Dolla rs and / A/o Cents per L F Wingwalls (SW-0) 8 4 EA F/ i1e thousc,(ri J Dollars . and /YO Cents per EA Pedestria n Hand rai l (PR 1) 9 50 LF rJ ne_ hu.t1./,J_ /',-P t_~ D ollars and NO Cen ts per L F Co nc rete Ripra p (Channel Lin ing , A pons & Misc. - 6" T hick) 10 60 CY and G :\1210\4135-32\Admin\P roje ct \ Notes and Specs\6-P roposal.xls ,,CQU I' hl<11dred D ollars /VO Cents per CY 6 (1 3) UNIT TOTAL VALUE VALUE /2 .0o ~ 6, RtU)() $ .2,, ~ I) o. () () /'ttJ0().00 $ $ 0 .0o ;;; 'lao.oo $ {f.~O J: 200· 00 $ 2 2 ao .oo 33.. oao .oo $ i~oo .oo ~000,fJ O $ R()o.oo 2 tJ/JJ)0(). do $ J:~()0.00 / .2~000.0 o $ lso.tJo ?Soo .oo $ y'IJ().00 2't~M-OCJ UNIT 11: SECTION B -DRAINAGE IMPROVEMENTS PAY APPROX DESCRIPTION OF ITEMS ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS 27" Diam eter Rein fo rce d Con crete Pip e 11 1,010 LF .Se /Lt,t1. 't.Jt. and A/n 24 " Dia meter Rei nforced Con cre te P ipe 12 905 LF 5iit11- and NO 21" Diameter Reinforced Conc rete Pip e 13 150 LF /."i .Pt.I/- and /VO 18" Diameter Reinforced Concrete Pip e 14 3 LF ;:orfy._--E_;ve and Alo Rock Rip Rap 15 22 0 CY .Sl K tr--£i'11 e. and Al"' Trench Excavation Safety Protection for Drainge 16 2 ,200 LF 7h.c.e.e.. and /V O HMAC Pavement Repair 17 2 ,100 LF /V/o_ €.. and ,-1/ 0 Rem ove Ex isting Culvert 18 1 LS tli.aus 4a.d OrJ e and /1,/0 Pre-Construction D-Hole 19 2 EA b. Y.f\Jred r-,·ve and A/o G:\1 210\4135-32\Admin\Project\ Notes and Specs\6-Propo sal.xls 6(14) Doll ars Cent s per LF Dollars Cents per LF Doll ars Cents pe r LF Dolla rs Ce nts pe r LF Doll ar s Cents per CY Dolla rs Cents per LF Doll ars Ce nts per LF Dollars Cents per LS Dollars Cents per EA UNIT TOTAL VALUE VALUE $ ?o .oo 74 7()0.00 $ 60.oo se.100.00 $ Sl).00 zsoo.oo $ y S. tJO /JS. 00 $ 6S.oo 1i300 .oo $ 3 .0a t,.t{J~.l)O $ 9. Oo le, <Joo .oo $ ~00().0t, tOoo.oa $ s~o.oo ttJOO-0 0 UNIT II: SECTION B -DRAINAGE IMPROVEMENTS PAY I APPROX I DESCRIPTION OF ITEMS UNIT I TOTAL ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE TOTAL UNIT II: SECTION B -DRAINAGE IMPROVEMENTS 'I 8t1 21s.oo $ NOTE THAT THIS SCHEDULE OF VALUES MUST EQUAL AMOUNT BID TRANSFER TOTAL UNIT II: SECTION B -DRAINAGE IMPROVEMENTS TO SUMMARY OF BIDS ON PAGE 6(19) G :\ 1210\4135-32\Admin\Project\ Notes and Specs\6-Proposal.x ls 6(15) UNIT II: SECTION A -(ALTERNATE BID) CONCRETE PAVING RECONSTRUCTION PAY APPROX DESCRIPTION OF ITEMS ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS Unclassified Street Excavation 1 4,000 CY ;:-/ f' t. e ~ t:l and /VO Re m ove Exis ting C onc rete C urb & Gutte r 2 5,800 LF 5,'x and A/() Remo ve Exist ing Con cre te Fla twork 3 12,0 00 SF ~OCA/" and /VO 6" Thi ck Li me Sta bilized Sub grad e 4 17 ,100 SY 1hr,e. and #0 Lime fo r Subgrade Stabi liz at ion 5 342 TON S b_ <A!J.d re_d t e r1_ One and /VO 6" T hick Re info rced Conc rete Pa vi ng 6 16,500 SY -r 6. l'c. 't; ¥--.5.£0 tt an d ~o 7" A ttached Concre te C urb 7 9 ,100 LF JWQ and NO Silicone Joint Sea lant (Roa dway) 8 26,500 LF {)ll. ~ and -l'if t t/ Sili co ne Joint Sealant (Driveway) 9 6 ,2 50 LF !Jn e and -/J/fi:v Re in forced Con crete Retaining Wall 10 70 CY ;:Q Ut" A u.ndrr.J.. and A/0 G :\121 0 \41 35-32\A d min \Project\ Notes and Specs\6-Propos al.xls 6(16 ) Do ll ars Cents per C Y $ Do ll ars Cents pe r LF $ Do ll ars Cents pe r SF $ Do ll ars Cen ts pe r SY $ Dollars Ce nt s per TON ~ $ Do ll ars Cents pe r SY $ Dollars Cents per LF $ Dollars Cents per LF $ Dollars Cen ts pe r LF $ Dollars Ce nts pe r CY $ UNIT VALUE /S.IJo ~00 'I. Oo ]. Oo //(). Oo 36.(}o 2.00 /.So /,SO {f ()IJ.OtJ TOTAL VALUE 64 /)0() ·00 3 i 300.00 fl ()IJI} .ao St 300.00 37. (p20.0o ~ S9 t IJrJO.Ot 1£ z.oo.oo .? 9; 7SO .Oc Z 3 75~0 2ft /)00, {JO UNIT II: SECTION A -(ALTERNATE BID) CONCRETE PAVING RECONSTRUCTION PAY APPROX DESCRIPTION OF ITEMS ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS 6" Thick Reinforced Co nc rete Driveway 11 16 ,000 S F s;x and AIO 4" Thick Reinforced Concete Sidewalk & Leadwalk 12 18 ,200 SF 1hr(.~ and A/() ADA W hee lchair Ramps 13 11 EA 6"1.lllrcd £_,-£tr-E1-6t and NO 6" T hick Topsoil , Complete in Place 14 3 ,000 CY Fourtee n and No Adjust Manhole Rim to Finished Grade 15 22 EA Three Hundred Fifty and No Adjust Meter Box to Finished Grade 16 66 EA Thirty -Five and No Adjust W ater Va lve Rim to F inished G rade 17 23 EA Two H und re d Fifty and No HMAC Transition 18 76 T ONS 5t·K_tv-P,·v, • and NO Project Des ignation Signs 19 8 EA Three Hun dred and No Uti lity A djustments 20 1 LS Th,'rt-v -.P,·ve :t:&R J:bg 11 68A9 fho<Ai,a;\d and No G:\ 12 10\41 35-32 \Ad min\Project\ Notes and Sp ecs\6-Proposa l.xls 6 (17) Doll ars Cents per S F $ Dollars Ce nts per S F $ Doll ars Ce nts per EA $ Do ll ars Cents per CY $ Dolla rs Cents pe r EA $ Dollars Cents per EA $ Doll ars Cents per EA $ Doll ars Cen ts per TO NS $ Dollars Cents pe r EA $ Dollars Cents per LS $ UNIT VALUE ~t}() 3 .00 8So.oo 14 .00 350 .00 35 .00 250 .00 C,5:Po 300.00 35 ,000 .00 TOTAL VALUE f6' tJ()().tJO I Sr; ~oo.oo 9., 3StJ .OO $ 42 ,000 .00 $ 7 ,700 .00 $ 2,31 0 .00 $ 5 ,75 0 .00 ~ 9'ft.Oo $ 2,400 .00 $ 35 ,000 .00 UNIT II: SECTION A -(ALTERNATE BID) CONCRETE PAVING RECONSTRUCTION PAY APPROX DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE 6" Su b Dra in 2 1 75 LF ..-.-Zwe~t'f_. Dollars /,S~o.oo and ,vo Cents per LF $ :zo.oo Remove Ex isting Inlet 22 8 EA r/11e {Ju tJ.dt-~ d Dollars ftaoo.oo and A/0 Cents per EA $ .J/J().~O Traffic Control 23 1 LS t:bQ<&Sa.rJ.J ,,Cj ve Dollars and /VO Cents per LS $ J;ooo.oo s;~oo.oo Stormwater Pollution Preventi on 24 1 LS '!Aret: t6oCAI9..11d._ Dollars ' and ND Cents per LS $ jooo.oo 3/~00.00 Miscellaneou s Landscaping 25 1 LS /e tJ. f lJ. Of& S. o. 11 d.. Dollars and .A/ 0 Cents per LS $ 10 ,000 .00 $ 10 ,000 .00 TOTAL UNIT II: SECTION A -(ALTERNATE BID) CONCRETE PAVING RECONSTRUCTION $ t ,Zo~ S9S. IJO NOTE THAT THIS SCHEDULE OF VALUES MUST EQUAL AMOUNT BID TRANSFER TOTAL UNIT II: SECTION A-(ALTERNATE BIO) CONCRETE PAVING RECONSTRUCTION TO SUMMARY OF BIDS ON PAGE 6(19) G:\1210\4135-32\Admin\Project\ Notes and Specs\6-Proposal.xls 6(18) STATEMENT OF MATERIALS AND OTHER CHARGES BASE BID UNIT I: WATER & SANITARY SEWER REPLACEMENT Total Section A -Water (Page 6 (4 )) Total Section B -Sanitary Sewer Replacement (Page 6(8 )) TOTAL AMOUNT BASE BID UNIT I UNIT II : PAVING RECONSTRUCTION Total Section A -Asphalt Paving Reconstruction (Page 6(12)) Total Section B -Drainage Improvements (Page 6(15)) TOTAL AMOUNT BASE BID UNIT II SUMMARY OF TOTAL BASE BID Total Unit I + Total Unit II (Asphalt) ALTERNATE BID UNIT I: WATER & SANITARY SEWER REPLACEMENT Total Sect ion A -Water (Pag e 6 (4 )) Total Section B -Sanitary Sewer Replacement (Page 6(8 )) TOTAL AMOUNT BID UNIT I UNIT II : PAVING RECONSTRUCTION {ALTERNATE) Total Section A -Concrete Paving Reconstruction (Al t ernate) (Page 6(18)) Total Section B -Drainage Improvements (Page 6 (15)) TOTAL AMOUNT ALTERNATE BID UNIT II SUMMARY OF TOTAL ALTERNATE BID Total Unit I+ Total Unit II ALTERNATE (Concrete ) NOTE: Full length sidewalk construction is not included in this contract. G :\1 2 10\41 35-32 \Admin\Project \ Notes and Spec s\Bid Items -Pri ces List 200 6 02-16 6 (19) $ 3). '-t .2 3S. Oo $/, 2. 9'1_,, 702.so $~ ~ :i.:i., ~3l5() $ /1/o BID $ 'jl8,21S.oo $ 'fee_,). JS. 00 4/0 6//) ~..,. 17 -$., Ji 248= $ 3.:2,.235. OD $~, 2..?k,702 So $ /, w ;2).. '13 Z. so . ' $ /, J O'f, 5 95. oo $ 'f 8 8, 2.J s. 0 0 J UL.21.2006 4:52PM DANNEN BAU M FTW .. -·-.... T;, se~t:-ecl ,Per Acf d'e,,fu-. zLI STATEMENT OF MATERIALS AND OTHER CHARGES N0 .194 Within ten (10) days after acceptance of their Proposal, the Uf'ldersigned will execute the fonnal contract arid will deliver an approved Surety Bond and such other bonds as required by the Contract Documents , for the faithful performance of the Contract. The attached bid security In the amount of 5"/o is to becomo 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 certiHes that he has been furnished at least onlil set of the General Contract Documenl$ and General Specifications for Water Department Project diiited 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 . This contract is issued by an organization which qualifles for exemption pursuant to the provisions of Articl1:1 20.04(F) of the Texas Limited Sales , Excise and use Tax Act. Taxes. All equipment and materials not consumed by or Incorporated into the project construction are subject to State sales tax under House Bill 11, enacted August 15 , 1991. The succes!ful bidder shall be required to complete the attached Statement of Materials and Other Charges Contractor at the 1ime of executing the contract. The undersigned assures that its emp loyees 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 terms of City Ordinance No . 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction W1thln , 0 calendar days after Issue of the work order, and to complete the Unit I and Unit If combined contract within 300 working days aftlilr beginning construction as set forth In the written wort< order to be furnished by the owner. [ ] A. The principal place of business of our company Is in the State of ______ ~ Nonresident bidders in the State of our principal place of business. are required to be percent lower than resident bidders by state law _ A copy of the statute is attached. Nonres ident bidders in the State of---~--,, our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Te){as. Receipt Is acknowledged ot the following addenda: Addendum No . 1 ~ ~ (SEAL) If bidder Is Corporation Add-indum No. 2 Addandum No. 3 Respectfully submitted, 6(20) P .11 ' . JUL . 21. 2 006 4 :53 PM DAN NENBAUM FTW N0 .1 94 P.1 2 'J:;serT:,ed Per Adclendu,,.,,.. ~/ §TATeMENT OF MA!l:RIALS AND OTHER CHARGES aASEBID: MATERIAL INCORPORATED INTO THE PROJECT: $ _____ _ ALL OTHER CHARGES: $ _____ _ "'TOTAL: $==---===== AL T~FlNATE BID: MATERIAL INCORPORATED INTO THE PROJECT: $ _____ _ ALL OTHER CHARGES: $ ______ _ "'TOTAL: $.=====~= "'This total must agree with the total figure shown in Proposal, TOTAL AMOUNT BID for Unit I and Unit II in the bound contract. For Purposes of complying with the Texas Tax Code, the Contractor agrees that the charges for any material incorporated into the project in excess of the estimated quantity provided for herein will be no less than the invoice price for such material to the Contractor. NOTE: ONLY THE COPY OF THIS FORM IN THE BOUND CONTRACT IS TO BE FILLED OUT. 6(21} .r I ( ,, -7- GENERAL CONDITIONS (Water Department) . ' - __,., ;4,~ ...r ~ - - I TABLE OF CONTENTS C1 -1 DEF INITIONS C1-1.1 Definition of Terms C1 -1.2 Contract Documents C1 -1.3 Notice to Bidders C1 -1.4 Proposa l C1 -1.5 Bidder C1 -1.6 General Conditions C1-1.7 Special Conditions C1 -1.8 Specificat ions C1 -1.9 Bond C1-1 .10 Contract C1-1.11 Plans C1-1.12 City C1-1.13 City Counci l C1-1.14 Mayor C1-1 .15 City Manager C1-1 .16 City Attorney C1-1.17 Director of Public Works C1-1.18 Director, City Water Department C1-1.19 Engineer C1 -1 .20 Contractor C1-1.21 Suretie s C1-1 .22 The Work or Project C1-1 .2 3 Working Day C1 -1.24 Calendar Day C1-1.25 Legal Holiday C1-1 .26 Abbreviations C1-1.27 Change Order C1-1.28 Paved Streets and Alleys C1 -1 .2 9 Unpaved Streets and Alleys C1-1 .30 Cit y Streets C1-1.31 Roadwa y C1-1.32 Gravel Street Page 1 of 4 G:\1210\4135-32\PROJECnSpecifications\7 -General Conditions TOG-Water.doc PART C -GENERAL CONDITIONS TABLE OF CONTENTS NOVEMB ER, 1, 1987 C1-1(1) C1-1(1) C1-1(2) C1-1(2) C1-1(2) C1-1(2) C1-1(2) C1 -1(2) C1-1(2) C1-1(3) C1-1(3) C1-1(3) C1-1(3) C1 -1(3) C1-1(3) C1-1(3) C1-1(4) C1-1(4) C1-1(4) C1-1(4) C1-1(4) C1-1(4) C1-1(4) C1-1(4) C1-1(4) C1-1(5) C1-1(6) C1-1(6) C1-1 (6) C1-1(6) C1-1(6) C1-1(6) ' ~ ...: - V - - C2-21NTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 Proposal Form C2-2.2 Interpretation of Quantities C2-2.3 Examination of Contract Documents and Site C2-2.4 Submitting of Proposal C2-2.5 Rejection of Proposals C2-2.6 Bid Security C2-2.7 Delivery of Proposal C2-2.8 Withdrawing Proposals C2-2.9 Telegraphic Modification of Proposals C2-2.10 Public Opening of Proposal C2-2 .11 Irregular Proposals C2-2 .12 Disqualification of Bidders C3-3AWARD AND EXECUTION OF DOCUMENTS C3-3.1 Consideration of Proposals C3-3.2 Minority Business Enterprise Women-Owned Business Enterprise compliance C3-3.3 Equal Employment Provisions C3-3.4 Withdrawal of Proposals C3-3.5 Award of Contract C3-3.6 Return of Proposal Securities C3-3.7 Bonds C3-3.8 Execution of Contract C3-3.9 Failure to Execute Contract C3-3.10 Beginning Work C3-3.11 Insurance C3-3.12 Contractor's Obligations C3-3 .13 Weekly Payroll C3-3.14 Contractor's Contract Administration C3-3.15 Venue C4-4SCOPE OF WORK C4-4.1 Intent of Contract Documents C4-4.2 Special Provisions C4-4.3 Increased or Decreased Quantities C4-4.4 Alteration of Contract Documents C4-4.5 Extra Work C4-4 6 Schedule of Operations C4-4:7 Progress Schedules for Water and Sewer Plant Facilities Page 2 of 4 G :\1210\4135-32\PROJECT\Specifications\7 -Gen eral Conditions TOC -Water.doc C2-2(1) C2-2(1) C2-2(2) C2-2(3) C2-2(3) C2-2(3) C2-2(4) C2-2(4) C2-2(4) C2-2(4) C2-2(4) C2-2(5) C3 -3(1) C3-3(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(8) C4-4(1) C4-4(1) C4-4(1) C4-4(2) C4-4(2) C4-4(3) C4-4(3) -~ .. ' C5-5CONTROL OF WORK AND MATERIALS C5-5.1 Authority of Engineer C5-5(1) C5-5.2 Conformity with Plans C5-5(1) C5-5.3 --Coordination of Contract Documents C5-5(2) C5-5.4 Cooperation of Contractor C5-5(2) C5-5.5 Emergency and/or Rectification Work C5-5(3) C5-5.6 Field office . C5-5(3) C5-5.7 Construction Stakes C5-5(3) C5-5.8 Authority and Duties of Inspectors C5-5(3) -C5-5.9 Inspection C5-5(4) C5-5.10 Removal of Defective and Unauthorized Work C5-5(4) C5-5.11 Substitute Materials or Equipment C5-5(5) C5-5 .12 Samples and Tests of Materials C5-5(5) C5-5 .13 Storage of Materials C5-5(6) C5-5 .14 Existing Structures and Utilities C5-5(6) C5-5 .15 Interruption of Service C5-5(6) C5-5 .16 Mutual Responsibility of Contractors C5-5(7) C5-5 .17 Cleanup C5-5(7) C5-5 .18 Final Inspection C5-5(8) C6-6LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 Laws to be Observed C6-6(1) C6-6.2 Permits and Licenses C6-6(1) C6-6.3 Patented Devices , Materials and Processes C6-6(1) C6-6.4 Sanitary Provisions C6-6(1) C6-6.5 Public Safety and Convenience C6-6(2) <..: C6-6.6 Privileges of Contractor in Streets, Alleys, and Right-of-Way C6-6(3) C6-6.7 Railway Crossings C6-6(3) -C6-6.8 Barricades, Warnings and Watchmen C6-6(3) C6-6.9 Use of Explosives, Drop Weight, etc . C6-6(4) C6-6.10 Work Within Easements C6-6(5) C6-6 .11 Independent Contractor C6-6(6) C6-6 .12 Contractor's Responsibility for Damage Claims C6-6(6) C6-6.13 Contractor's Claim for-Damages C6-6(8) C6-6.14 Adjustment of Relocation of Public Utilities, etc . C6-6(8) C6-6.15 Temporary Sewer Drain Connections C6-6(8) C6-6 .16 Arrangement and Charges of Water Furnished by City C6-6(8) C6-6 .17 Use of a Section of Portion of the Work C6-6(9) C6-6.18 Contractor's Responsibility for Work C6-6(9) C6-6.19 No Waiver of Legal Rights C6-6(9) C6-6 .20 Personal Liability of Public Officials C6-6(9) C6-6 .21 State Sales Tax C6-6(10) ·- Page 3 of 4 G:\1210\4135-32\PROJECnSpecifications\7 -General Conditions TOG-· Water.doc - - C7-7PROSECUTION AND PROGRESS C7-7.1 Subletting C7-7.2 Assignment of Contract C7-7.3 Prosecution of the Work C7-7.4 Limitations of operations C7-7.5 Character of Workman and Equipment C7-7.6 Work Schedule C7-7.7 Time of Commencement and Completion C7-7.8 Extension of time of Completion C7-7.9 Delays C7-7.10 Time of Completion C7-7 .11 Suspension by Court Order C7-7.12 Temporary Suspension C7-7 .13 Termination of Contract due to National Emergency C7-7 .14 Suspension of Abandonment of the Work and Annulment of Contract C7-7.15 Fulfillment of Contract C7-7 .16 Termination for Convenience of the Owner C7 -7.17 Safety Methods and Practices C8-8MEASUREMENT AND PAYMENT C8-8.1 Measurement of Quantities C8-8.2 Unit Prices C8 -8.3 Lump Sum C8-8.4 Scope of Payment C8-8.5 Partial Estimates and Retainage C8-8.6 Withholding Payment C8-8.7 Final Acceptance C8-8.8 Final Payment C8-8.9 Adequacy of Design C8-8 .10 General Guaranty C8-8.11 Subsid iary Work C8-8.12 Miscellaneous Placement of Material C8-8 .13 Record Documents Page 4 of 4 G :\1210\4135-32\PROJECT\Specifications\7 -General Conditions TOC -Water.doc C7-7(1) C7-7(1) C7-7(1) C7-7(2) C7-7(2) C7-7(3) C7-7(3) C7-7(3) C7 -7(4) C7 -7(4) C7-7(5) C7-7(5) C7-7(6) C7-7(6) C7-7(8) C7-7(8) C7-7(11) C8-8(1) C8-8(1) C8-8(1) C8-8(1) C8-8(2) C8-8(2) C8-8(3) C8-8(3) C8-8(3) C8-8(4) C8-8(4) C8-8(4) C8-8(4) SECTION C1-1 DEFINITIONS PART C -GENERAL CONDITIONS C1-1 DEFINITIONS C1-1 .1 DEFINITIONS OF TERMS : Whenever in these Contract Documents the following terms or pronouns in place of them are used , the intent and meaning shall be understood and interpreted as follows: C1-1 .2 CONTRACT DOCUMENTS : The Contract Documents are all of the written and drawn documents , such as specifications , bonds , addenda , plans , etc ., which govern the terms and performance of the contract. These are contained in the General Contract Documents and the Special Contract Documents . a. GENERAL CONTRACT DOCUMENTS : The General Contract Documents govern all Water Department Projects and include the following items : PART A -NOTICE TO BIDDERS PART B-PROPOSAL PART C -GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART E -SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS PART G-CONTRACT (Sample) (Sample) (CITY) (Developer) (Sample) (Sample) White White Canary Yellow Brown Green E1-White E2-Golden Rod E2A-White Blue White White b. SPECIAL CONTRACT DOCUMENTS : The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items : PART A -NOTICE TO BIDDERS (Advertisement) Same as above PART B -PROPOSAL (Bid) PART C -GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART E -SPECIFICATIONS PERM ITS/EASEMENTS PART F -BONDS PART G-CONTRACT PART H -PLANS (Usually bound separately) C1-1 .3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertain ing to the work contemplated under the Contract Documents constitutes the not ice to bidders . C1-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which C1 -1(1) G :\1210\4135-32\PROJECT\Specifications\7 -C1-1 .do cC1 -1 the Owner desires to have done , together with the bid security , constitutes the Proposal , which becomes binding upon the Bidder when it is officially received by the Owner , has been publ icly opened and read and not rejected by the Owner . C1-1 .5 BIDDER: Any person , persons , firm , partnership , company , association , corporation , acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents , constitutes a bidder . C1 -1.6 GENERAL CONDITIONS : The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure , the local statutes , and requirements of the City of Fort Worth 's charter and promulgated ordinances . Wherever there may be a conflict between the General Conditions and Special Conditions , the latter shall take precedence and shall govern . C1 -1.7 SPECIAL CONDITIONS : Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions . When cons idered with the General Cond itions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. C1-1 .8 SPECIFICATIONS : The Specifications is that section or part of the Contra ct Documents which sets forth in detail the requirements which must be met by all materials , construction , workmanship , equipment and services in order to render a completed and useful project. Whenever reference is made to standard specifications , regulations , requirements , statutes , etc ., such referred to documents shall become a part of the Contract Documents just as though they were embodied therein . C1-1 .9 BOND : The bond or bonds are the written guarantee or security furnished by the Contractor for the prompt and faithful performance of the contract and include the following : a. Performance Bond (see paragraph C3-3.7) b. Payment Bond (see paragraph C3-3.7) c. Maintenance Bond (see paragraph C3-3.7) d. Proposal or Bid Security (see Special Instructions to Bidders , Part A and C2-2.6) C 1-1 .10 CONTRACT : The Contract is the formal signed agreement between the Owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. C1-1.11 PLANS : The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the location , dimens ion and position of the various elements of the project , including such profiles , typical cross-sections , layout diagrams , working drawings , preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work here inafter authorized by the Owner . The plans are usually bound separately from other parts of the Contract Documents , but they are a part of the Contract Documents just as though they were C 1-1(2) G :\ 1210\41 35-32 \PROJECT\Spec ifi ca tions\7 -C1-1 .docC 1-1 bound therein . C 1-1 .12 CITY: The City of Fort Worth, Texas , a municipal corporation , authorized and chartered under the Texas State statutes , acting by and through its governing body or its City Manager , each of wh ich is required by charter to perform specific duties . Responsibility for final enforcement of Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous . C1 ~ 1.13 CITY COUNCIL : The duly elected and qualified governing body of the City of Fort Worth , Texas . C1-1 .14 MAYOR: The officially elected Mayor, or in his absence , the Mayor Pro tern of the City of Fort Worth , Texas . C1-1 .15 CITY MANAGER: The officially appo inted and authorized City Manager of the City of Fort Worth , Texas , or his duly authorized representative . C1-1 .16 CITY ATTORNEY : The officially appointed City Attorney of the City of Fort Worth , Texas , or his du ly authorized representative. C1-1 .17 DIRECTOR OF PUBLIC WORKS : The duly appointed official of the City of Fort Worth , referred to in the Charter as the City Engineer , or his duly authorized representative . C1-1 .18 DIRECTOR, CITY WATER DEPARTMENT: The duly appointed Director of the City Water Department of the City of Fort Worth , Texas , or his duly authorized representative , assistant , or agents. C1-1 .19 ENGINEER: The Director of Public Works , the Director of the Fort Worth City Water Department , or their duly author ized assistants , agents, engineers , inspectors , or superintendents , acting with in the scope of the particular duties entrusted to them. C1-1 .20 CONTRACTOR : The person , persons , partnership , company , firm , association , or corporation , entering into a contract with the owner for the execution of the work , acting directly or through a duly authorized representative. A sub-contractor is a person , firm, corporation , or others under contract with the principal contractor , supplying labor and materials or only labor, for work at the site of the project. C1-1 .21 SURETIES : The Corporate bodies , which are bound by such bonds , are required with and for the Contractor . The sureties engaged are to be fully responsible for the ent ire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein . C1-1 .22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the furn ishing of all labor, materials, tools, equipment , and incidentals necessary to produce a completed and serviceable project. C1-1.23 WORKING DAY : A working day is defined as a calendar day , not including Saturdays , Sundays , and legal holidays , in which the weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 a.m. and C1-1(3) G :\1210\41 35-32\PROJECT\Specifi cations\7 -C1-1 .do cC1 -1 . 6:00 p.m., with exceptions as permitted in paragraph C?-7 .6. C1-1 .24 CALENDAR DAYS: A calendar day is any day of the week or month, no days being excepted . C1-1 .25 LEGAL HOLIDAYS : Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows : 1. 2. 3. 4. 5. 6. 7. 8. 9. .. New Year's Day January 1 M. L. King, Jr. Birthday Third Monday in January Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in Nov. Thanksgiving Friday Fourth Friday in November Christmas Day December 25 Such other days in lieu of holidays as the City Council may determine When one of the above named holidays or a special holiday is declared by the City Council, falls on Saturday, the holiday shall be observed on the preceding Friday or if it falls on Sunday, it shall be observed on the following Monday, by those employees working on working day operations . Employees working calendar day operations will consider the calendar holiday as the holiday . C1-1 .26 ABBREVIATIONS: Wherever the abbreviations defined herein appear in Contract Documents , the intent and meaning shall be as follows : AASHTO -American Association of State Highway Transportation Officials ASCE American Society of Civil Engineers LAW In Accordance With ASTM American Society of Testing Materials AWWA -American Water Works Association ASA American Standards Association HI Hydraulic Institute Asph. Asphalt . Ave . Avenue Blvd. Boulevard Cl Cast Iron CL Center Line GI Galvanized Iron Lin . Linear or Lineal lb. Pound MH Manhole Max . Maximum C1-1(4) G :\1210\4135-32\PROJECT\Specifications\7 -C1-1.docC1-1 MGD -Million Gallons Per Day CFS Cubic Foot Per Second Mono -Monolithic Min . Minimum % Percentum 1.0. Inside Diameter 0.0 . Outside Diameter Elev . Elevation F Fahrenheit C Centigrade In . Inch Ft. Foot St. Street CY Cubic Yard Yd . Yard L.F . Linear Foot 0.1. Ductile Iron C1-1.27 CHANGE ORDER: A "Change Order " is a written supplemental agreement between the owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on wh ich bids were submitted . Increase in unit quantities stated in the proposal are not the subject matter of a Change order unless the increase or decrease is more than 25 % of the amount of the particular item or items in the original proposal. All "Change Orders" shall be prepared by the City from information as necessary furnished by the Contractor. .,, C1-1 .28 PAVED STREETS AND ALLEYS : A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: 1. Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment , not including an oiled surface , with or without separate base material. 3. Brick , with or without separate base material. 4. Concrete , with or without separate base material. 5. Any combination of the above . C1-1 .29 UNPAVED STREETS OR ALLEYS : An unpaved street , alley, roadway or other surface is any area except those defined above for "Paved Streets and Alleys ." C1-1 .30 CITY STREETS : A city street is defined as that area between the right-of-way lines as the street is dedicated . C1-1 .31 ROADWAY : The roadway is defined as the area between parallel lines two (2) feet back of the curb lines or four (4) feet back of the average edge of pavemen t where no curb exists . C1 -1.32 GRAVEL STREET : A gravel street is any unpaved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. C1 -1 (5) G :\1210\41 35-32\PROJECT\Specifications\7 -C1-1 .docC1 -1 .,. SECTION C -GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2 .1 PROPOSAL FORM : The Owner will furnish bidders with proposal form , which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder's general understanding of the project to be completed , provide a space for furnishing the amount of bid security , and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experience Record," "Equipment Schedule ," and "Financial Statement," all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids . The financial statement required shall have been prepared by an independent certified publ ic accountant or an independent public ac countant holding a valid permit issued by an appropriate state licensing agency , and shall have been so prepared as to reflect the current financ ial status . This statement must be current and not more than one (1) year old . In the case that a bidding date falls within the time a new statement is being prepared , the prev ious statement shall be updated by proper verification. Liquid assets in the amount of ten (10%) percent of the estimated project cost will be required . For an 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 magnitude as that of the project for which bids are to be rece ived , and such experience must have been on projects completed not more than five (5) years pr ior to the date on wh ich are to be received . The Director of the Water department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid . C2-2 .2 INTERPRETATION OF QUANTITIES : The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furn ished in strict accordance with the Contract Documents and Plans . The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided , without in any way invalidating the unit prices bid or any other requirements of the Contract Documents . C2-2 .3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT : Bidders are advised that the Contract Documents on file with the Owner shall const itute all of the information , which the Owner will furnish. All additional information and data which the owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents . C2-2 (1) G :\ 121 0\41 35-32\PROJECT\Specifi ca tions\7 -C2-2 .do c Bidders are required , pri or to the filing of proposal , to read and become familia r with the Contract Documents , to visit the site of the project and examine carefully all local conditions , to inform themselves by their own independent research and investigations , tests , boring , and by such other means as may be necessary to gain a complete knowledge of the conditions wh ich will be encountered during the construction of the project. They must judge for themselves the difficult ies of the work and all attending circumstances affecting the cost of doing the work or the time req uired for its completion , and obtain all information required to make an intelligent proposal. No information given by the owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto , shall be binding upon the Owner. Bidders ..... shall rely exclusively and so lely upon their own estimates , investigation , research , tests , explorations , and other data which are necessary for full and complete information upon which the proposal is to be based . It is mutually agreed that the submiss ion of a proposal is prima-facie evidence that the bidder has made the investigations , examinations and tests herein required . Claims for additional compensation due to variations between cond itions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings , if any , showing on the plans are for general information on ly and may not be correct. Neither the Owner nor the Engineer 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 spaces applicab le to the project contained in the form shall be correctly filled in and the Bidder shall state the prices , written in ink in both words and numerals , for which he proposes to do the work contemplated or furnish the materials required. All such prices shall be written legibly . In case of discrepancy between the price written in words and the price written in numerals, the price most advantageous to the City shall govern . If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. If a proposal is submitted by a firm , association , or partnership , the name and address of each member must be given, and the proposal must be signed by a member of the firm, association , or partnership , or by a person duly authorized. If a proposal is submitted by a company or corporation , the company or corporate name and business address must be given , and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2 .5 REJECTION OF PROPOSALS : Proposals may be rejected if they show any alteration of words or figures , add itions not called for , conditional or uncalled for alternate bids , incomplete bids, erasures , or irregularities of any kind , or contain unbalance value of any items. Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened . C2 -2.6 BID SECURITY : No proposal will be considered unless it is accompanied by a 'Proposal Security " of the character and in the amount indicated in the "Notice to Bidders" and the "Proposal." The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder , and by way of a guaranty that if awarded the contract , the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is C2-2 (2 ) G :\1210\41 35-32\PROJECT\Spec ifi c ation s\7 -C2-2 .do c awarded or other disposition is made thereof . The bid security of all other bidders may be returned promptly after the canvass of bids . C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security , to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders . "It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place . The mere fact that a proposal was dispatched will not be considered . The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders ." The envelope shall be addressed to the City Manager, City Hall, Fort Worth , Texas. C2-2 .8 WITHDRAWING PROPOSALS : Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be 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 City 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 telegraph ic communication over the signature of the bidder was mailed prior to the proposal opening time . If such confirmation is not received within forty-eight (48) hours after the proposal opening time , no further consideration will be given to the proposal. C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no "Non- consideration Request" has been received will be publicly opened and read aloud by the City Manager or hi? authorized representative at the time and place indicated in the "Notice to Bidders ." All proposals which have been opened and read will remain on file with the Owner until the contract has been awarded . Bidders or their authorized representatives are invited to be present for the opening of bids. C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as being "Irregular" if they show any omissions , alterations of form, additions, or conditions not called for, unauthorized alternate bids, or irregularities of any kind . However , the Owner reserves the right to waive any and all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity , which cannot be waived . C2-2 .12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of, but not limited to , the following reason : a. Reasons for believing that collusion exists among bidders . b. Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. c. The bidder being interested in any litigation against the Owner or where the Owner may have a claim C2 -2 (3) G :\ 1210\4135-32\PROJECT\Specifications\7 -C2-2.doc - - - ...... d. e. f. g. h. against or be engaged in litigation aga inst the bidder . The bidder being in arrears on any existing contract or having defaulted on a previous contrac t. The bidder having performed a prior contract in an unsatisfactory manner . Lack of competency as revealed by the financial statement , experience reco rd, equ ipment schedule , and such inquiries as the Owner may see fit to make . Uncompleted work which , in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded . The bidder not filing with the Owner , one week in advance of the hour of the opening of proposals the following : 1. 2. 3. Financial Statement showing the financial condition of the bidder as specified in Part "A"-Special Instructions . A current experience record show ing especially the projects of a nature similar to the one under considerat ion , which have been successfully completed by the Bidder . An equ ipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of a bidder who , in the judgment of the Engineer , is disqualified under the requirements stated herein , shall be set aside and not opened . C2-2 (4) G :\ 1210\41 35-32\PROJECT\Specifi cations\7 -C2 -2.do c - PART C -GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS : C3-3.1 CONSIDERATION OF PROPOSALS : After proposals have been opened and read aloud , the proposals will be tabu lated on the basis of the quoted prices , the quantities shown in the proposal , and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents . The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Unt il the award of the contrac t is made by the owner , the right will be reserved to reject any or all propos al s and waive technicalities , to re-advert ise for new proposals, or to proceed with the wor k in any manner as may be considered for the best interest of the Owner . C3-3 .2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE -COMPLIANCE : Contractor agrees to provide to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and or a Woman-owned Business Enterprise (WBE) on the contract and the payment therefor . Contractor further agrees , upon request by owner , to allow and audit and/or an examination of any books , records , or files in the possession of Contractor that will substantiate the actual work performed by the MBE or WBE . Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal , state or local laws and ordinances relating to false statements ; further , any such misrepresentation may be grounds for disqualification of Contractor at owner's discretion for bidding on future Contracts with the owner for a period of time of not less than six (6) months . __ ,, C3-3 .3 EQUAL EMPLOYMENT PROVISIONS : The Contractor shall comply with Current City Ordinance prohibiting discrimination in employment practices . The Contractor shall post the requ ired notice to that effect on the project site , and , at his request , will be provided assistance by the City of Fort Worth's Equal Employment officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer . C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the Owner it cannot be withdrawn by the Bidder within forty-five (45) days after the date on which the proposals were opened. C3-3 .5 AWARD OF CONTRACT : The Owner reserves the right to withhold final action on the proposals for a reasonable time , not to exceed forty-five (45) days after the date of opening proposals , and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee . C3-3 (1) G :\1210\413 5-32\PROJECT\Sp ec ifi ca tion s\7 -C3 -3.d oc - The award of the contract , if an award is made , will be to the lowest and best responsible bidder. The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award . C3-3 .6 RETURN OF PROPOSAL SECURITIES : As soon as proposed price totals have been determined for comparison of bids , the owner may , at its discretion , return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities , usually those of the three lowest bidders , will be retained by the Owner unt il the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3 .7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to , and file with the Owner in the amounts herein required, the following bonds: a. PERFORMANCE BOND : A good and sufficient performance bond in an amount not less than 100 percent of the amount of the contract , as evidenced by the proposal tabulation or otherwise, guaranteeing the full and faithful execution of the work and performance of the contract , and for the protection of the Owner and all other persons against damage by reason of negligence of the Contractor , or improper execution of the work or the use of inferior materials. This performance bond shall guarantee the payment for all labor , materials, equipment , supplies , and services used in the construction of the work , and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City . b. MAINTENANCE BOND : A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph CB-8.10. c. PAYMENT BOND : A good and sufficient payment bond, in an amount not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all claimants as defined in Article 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill 344 Acts 56th Legislature , Regular Session, 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications . Payment Bond shall remain in force until all payments as above stipulated are made . d. OTHER BONDS : Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the owner which are at the time in default or del inquent on any bonds or which are interested in any litigation against the owner. All bonds shall be made on the forms furnished by the owner and shall be executed by an approved surety company doing business in the City of Fort Worth , Texas , and which is acceptable to the owner. In order to be acceptable , the name of the surety shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of bond written by any C3-3 (2) G :\1210\4135-32\PROJECT\Specifications\7 -C3-3 .doc one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company . Should any surety on the contract be determined unsatisfactory at any time by the owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties, as required , have qualified and have been accepted by the owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the owner. C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has by appropriate resolution , or otherwise , awarded the contract , the Contractor shall execute and file with the Owner the Contract and such bonds as may be required in the Contract Documents. No contract shall be binding upon the owner until it has been attested by the City Secretary , approved as to form and legality by the City Attorney, and executed for the Owner by either the Mayor or City Manager. C3-3.9 FAILURE TO EXECUTE CONTRACT : The failure of the Awardee to execute the required bond or 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 impracticable and difficult to accurately determine the amount of damages occurring to the Owner by reason of said awardee's failure to execute said bonds and contract within ten (10) days , the proposal security accompanying the proposal shall be the agreed amount of damages which owner will suffer by reason of such failure on the part of the Awardee and shall thereupon immediately be forfeited to the Owner. The filing of a proposal will be considered as an acceptance of this provision by .the Bidder. C3-3.10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner. Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed the "Work Order" or "Proceed Order", it is agreed that the Surety Company will, within ten (10) days after the commencement date set forth in such written authorization , commence the physical execution of the contract. C3-3.11 INSURANCE: The Contractor shall not commence work under this contract until he has obtained all the insurance required under the Contract Documents , and such insurance has been approved by the Owner. The prime Contractor shall be responsible for delivering to the owner the sub-contractors' certificate of insurance for approval. The prime contractor shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub-contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors . a. COMPENSATION INSURANCE : The Contractor shall maintain , during the life of this contract , Workers' Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub-contractors . In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Workers' Compensation Statute, the Contractor shall provide adequate C3-3 (3) G :\ 1210\4135-32\PROJECT\Specifications\7 -C3-3.doc .._, b . C. employer's general liability insurance for the protection of such of his employees not so protected . COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall maintain-during the life of this contract Contractor's Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in an amount not less than $500 ,000 covering each occurrence on account of bodily injury, including death , and in an amount not less than $500 ,000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance : 1. Contingent Liability (covers General Contractor's Liability for acts of sub- contractors). 2. Blasting , prior to any blasting being done. 3. Collapse of buildings or structures adjacent to excavation (if excavations are to be performed adjacent to same). 4. Damage to underground utilities for $500,000 . 5. Builder's risk (where above-ground structures are involved). 6. Contractual Liability (covers all indemnification requirements of Contract). d. AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain, during the life of this Contract, comprehensive Automobile Liability insurance in an amount not less than $250,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500,000 on account of one accident, and automobile property damage insurance in an amount not less than $100,000. e. SCOPE OF INSURANCE AND SPECIAL HAZARD : The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. C3-3 (4) G :\1210\4135-32\PROJECT\Specifications\7 -C3-3 .doc - f. g. PROOF OF CARRIAGE OF INSURANCE : The Contractor shall furnish the Owner with satisfactory proof of coverage by insurance required in these Contract Documents in amounts and by carriers satisfactory to the Owner. (Sample attached .) All insurance requirements made upon the Contractor shall apply to the sub-contractor, should the Prime Contractor 's insurance not cover the sub-contractor 's work operat ions . LOCAL AGENT FOR INSURANCE AND BONDING : The insurance and bonding companies with whom the Contractor's insurance and performance , payment , maintenance and all such other bonds are written shall be represented by an agent or agents having an office located within the city limits of the City of Fort Worth , Tarrant County , Texas. Each such agent shall be a duly qualified , one upon whom serv ice of process may be had , and must have authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth , or any other claimant , any claims that the City of Fort Worth or other claimant or any property owner who has been damaged , may have against the Contractor , insurance , and/or bonding company . If the local insurance representative is not so empowered by the insurance or bonding companies , then such authority must be vested in a local agent or claims officer residing in the Metroplex , the Fort Worth-Dallas area . The name of the agent or agents shall be set forth on all of such bonds and certificates of insurance . C3-3 .12 CONTRACTORS OBLIGATIONS : Under the Contract, the Contractor shall pay for all materials , labor and services when due . C3-3 .13 WEEKLY PAYROLL: A certified copy of each payroll cover ing payment of wages to all person engaged in work on the project at the site of the project shall be furnished to the Owner 's representative within seven (7) days after the close of each payroll period. A copy or copies of the applicab le minimum wage rates as set forth in the Contract Documents shall be kept posted in a consp icuous place at the site of the project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor , by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3.14 CONTRACTORS CONTRACT ADMINISTRATION : Any Contractor, whether a person, persons , partnership , company , firm , association, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities , will have or shall establish a fully operational business office within the Fort Worth -Dallas metropolitan area. The Contractor shall charge , delegate , or assign this office (or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters perta ining to the work governed by the Contract whether it be administrative or otherwise and as such shall be empowered, thus delegated and directed , to settle all material, labor or other expenditures, all claims against the work or any other matter associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local au thority for administration of the work under the Contract shall be mainta ined until all business transactions executed as part of the Contract are complete . Should the Contractor's principal base of operations be other than in the Fort Worth-Dallas metropolitan area , notification of the Contractor's assignment of local authority shall be made in writing to the Engineer in C3-3 (5) G :\1210\413 5-32\PROJECT'ISp ecifications\7 -C3-3 .doc -· _.. -. advance of any work on the project , all appropriately signed and sealed, as applicable , by the Contractor's responsible officers with the understanding that this written assignment of authority to a local representative shall become part of the pro ject Contract as though bound directly into the project documents. The intent of these requirements is that all matters associated with the Contractor's administration , whether it be oriented in further ing the work , or other , be governed direct by local authority . Th is same requirement is imposed on insurance and surety coverage . Should the Contractor's local representative fail to perform to the satisfaction of Engineer , the Engineer , at his sole discretion , may demand that such local representative be replaced and the Engineer may , at his sole discretion , stop all work until a new local authority satisfactory to the Engineer is assigned . No credit of working time will be for periods in which work stoppages are in effect for this reason. C3-3 .15 VENUE : Venue of any action hereinunder shall be exclusively in Tarrant County , Texas . C3 -3 (6) G :\12 10 \4135-32\PROJECT\Spec ifi ca ti o ns\7 -C3-3 .doc - PART C -GENERAL CONDITIONS C4-4 SCOPE OF WOR K SECTION C4-4 SCOPE OF WORK C4-4 .1 INTENT OF CONTRACT DOCUMENTS : It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish , all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents , shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner . The Contractor shall , unless oth~rwise specifically stated in these Contract Documents , furnish all labor , tools , materials , mach inery , equ ipment , special services , and incidentals necessary to the prosecution and complet ion of the project. C4-4 .2 SPECIAL PROVISIONS : Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documen ts be anticipated , or should there be any additional proposed work which is not covered by these Contract Documents , then "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for such work and furnished to the Bidder in the form of Addenda . All such "Special Provisions" shall be considered to be a part of the Contract Documents just as though they were originally written therein . C4-4.3 INCREASED OR DECREASED QUANTITIES : The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary , and the Contractor shall perform the work as altered , increased or decreased at the unit pr ices . Such increased or decreased quantity shall not be more than 25 percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more , then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal ; such revised consideration to be determined by special agreement or as here inafter provided for "Extra Work." No allowance will be made for any changes in 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 or sanitary sewer pipe in each pipe size , but not to the va rious depth categories . C4 -4.4 AL TERA TION OF CONTRACT DOCUMENTS: By Change Order , Owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner, prov ided such changes do not materially alter the original Contract Docume nts or change the general natu re of the project as a whole . Such changes shall not be considered as waiving or invalidating any condition or prov ision of the Contract Do cuments. C4-4 .5 EXTRA WORK : Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents , C4 -4 (1) G :\ 1210\41 35 -32\PROJECT\Specifi cations\7 -C4-4.do c ..., shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved add itions thereto ; provided , however , that before any extra work is begun a "Change Order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a. Unit bid price previously approved . b. An agreed lump sum . c. The actual reasonable cost of (1) labor, (2) rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates ; (3) materials entering permanently into the project, and (4) actual cost of insurance , bonds , and social security as determined by the owner , plus a fixed fee to be agreed upon but not to exceed 10% of the actual cost of such extra work . The fixed fee is not to include any additional profit to the Contractor for rental of equipment owned by him and used for the extra work . The fee shall be full and complete compensat ion to cover the cost of superintendence, overhead, other profit , general and all other expense not included in (1 ), (2), (3), and (4) above . The Contractor shall keep accurate cost records on the form and in the method suggested by the Owner and shall give the Owner access to all accounts, bills , vouchers , and records relating to the Extra Work . No "Change Order" shall become effective until it has been approved and signed by each of the Contracting parties . No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In case any orders or instructions , either oral or written , appear to the Contractor to involve Extra Work for which he should receive compensation , he shall make written request to the Engineer for written orders authorizing such Extra Work , prior to beginning such work. Should a difference arise as to what does or does not constitute Extra Work , or as to the payment thereof , and the Engineer insists upon its performance , the Contractor shall proceed with the work after making written request for written orders and shall keep an accurate account of the actual reasonable cost thereof as provided under method (Item C). Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five (5) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon the said Extra Work . The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for 'extra work ' whether or not initiated by a 'change order' shall be a full , complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work , whether said costs are known , unknown , foreseen or unforeseen at that time , including without limitation , any C4-4 (2 ) G :\1210\4135-32\PROJECT\Speci fications\7 -C4-4 .doc - -- -- - - costs for delay , extended overhead , ripple or impact cost , or any other effect on changed or unchanged work as a result of the change or extra work . C4-4 .6 SCHEDULE OF OPERATIONS : Before commencing any work under this contract , the Contractor shall submit to the owner and receive the owner's approval thereof , a "Schedule of Operat ions ," 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 estimates are to be expected . There shall be presented also a composite graph showing the anticipated progress of construction with the time being plotted horizontally and the percentage of completion plotted vertically . The progress charts shall be prepared on 8- 1 /2" x 11" sheets and at least five black or blue line prints shall be furnished to the owner . C4-4 .7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES : Within ten (10) days Prior to submission of first monthly progress payment , the Con tractor shall prepare and submit to the owner for approval six copies of the schedule in which the Contractor proposes to carry on the work , the date of which he will start the several major activities (including procurement of materials , plans , and equipment) and the contempla ted dates for complet ing the same . The schedule shall be in the form of a time schedule Crit ical Path Method (CPM) network diagram . As the work progresses , the Co ntractor shall enter on the diagram the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer. The Contractor shall also revise the schedule to reflect any adjustments in contract time approved by the Engineer. Three copies of the updated schedule shall be delivered at such intervals as directed by the owner. As a minimum , the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the techn ical specifications. Prior to the final drafting of the detailed construction schedule , the Contractor shall review the draft schedule with the Engineer to ensure the Contractor's understanding of the contract requirements . The following guidelines shall be adhered to in preparing the construction schedule : a. Milestone dates and final project completion dates shall be developed to conform to time constraints , sequencing requirements and complet ion time. b. C. d. e. The construction process shall be divided into activities with time durations of approximately fourteen (14) days and construct ion values not to exceed $50 ,000 . Fabrication , delivery and submittal activities are exceptions to this guideline . Durations shall be in calendar days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. One critical path shall be shown on the construction schedule . Float time is defined as the amount of time between the earliest start date and the latest start date of a chain of activities of the CPM construction schedule . Float time is not for the exclusive use or benefit of either the Contractor or the Owner. C4-4 (3) G :\ 1210\4 135-32\PROJ E CT\Spe cificatio ns\ 7 -C4-4. doc - -- ' . - f. Thirty days shall be used for submittal review unless otherw ise specified . The construction schedule shall as a minimum be divided into general categories as indicated in the Proposal and Technical Specifications and each general category shall be broken down into activities in enough detail to achieve activities of approximately fourteen (14) days duration. For each general category , the construction schedule shall identify all trades or subcontracts whose work is represented by activities that follow the guidelines of this Section . For each of the trades or subcontracts , the construction schedule shall indicate the following procurements , construction and p're-acceptance activities and events in their logical sequence for equipment and materials . 1. Preparation and transmittal of submittals . 2. Submittal review periods. 3. Shop fabr ication and delivery . 4. Erection or installation . 5. Transmittal of manufacturer's operation and maintenance instructions. 6. Installed equipment and materials testing . 7. Owner 's operator instruction (if applicable). 8. Final inspection. 9. Operational testing . 10 . Final inspection . If, in the opinion of the Owner, work accomplished falls behind that scheduled, the Contractor shall take such action as necessary to improve his progress. In addition , the Owner may require the Contractor to submit a revised schedule demonstrating his program and proposed plan to make up lag in scheduled progress and to insure completion of the work within the contract time. If the Owner finds the proposed plan not acceptable , he may require the Contractor to increase the work force , the construction plant and equipment , the number of work shifts or the overtime operations without additional cos t to the Owner . Failure of the Contractor to comply with these requirements shall be considered grounds for determ ination by the Owner that the Contractor is fai ling to prosecute the work with such diligence as will insure its completion within the time ~pecified . C4-4 (4) G :\1210\41 35-32\PROJECT\Spec ifi cation s\7 -C4-4 .do c - - --~ -- - - - PART C -GENERAL CONDITIONS C5-5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS C5-5 .1 AUTHORITY OF ENGINEER : The work shall be performed to the sat isfaction of the Engineer and in strict compliance with the Contract Documents . He shall decide all questions which ar ise as to the quality and acceptability of materials furnished , work performed , rate of progress of the work , overall sequence of the construction , interpretation of the Contract Documents , acceptable fulfillment of the contract , compensation , mutual rights between Contractor and Owner under these Contract Documents , supervision of the work , resumption of operations , and all other questions or disputes which may arise . Engineer will not be responsible for Contractor's means , methods, techniques , sequences or procedures of construct ion , or the safety precaution and programs incident thereto , and he will not be responsible for Contractor's failure to perform the work in accordance with the contract documents . He shall determ ine the amount and quality of the work completed and ma ter ials furnished , and his decisions and estimates shall be final. His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters , the Engineer must , within a reasonable time, upon wr itten request of the Contractor , render and del iver to both the Owner and Contractor , a wr itten decision on the matter in controversy. C5-5 .2 CONFORMITY WITH PLANS : The finished project in all cases shall confo rm with lines , grades , cross- sections, fi nish , and dimensions shown on the plans or any other requirements otherwise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the owner by Change order . C5-5.3 COORDINATION OF CONTRACT DOCUMENTS : The Contract Documents are made up of several sections , which , taken together , are intended to describe and provide for a complete and useful project , and any requirements appearing in one of the sections is as binding as though it occurred in all sections . In case of discrepancies , figured dimension shall govern over scaled dimensions , plans shall govern over specifications , special conditions shall govern over general conditions and standard specifications , and quantities shown on the plan·s shall govern over those shown in the proposal. The Contractor shall not take advantage of any apparent error or omission in the Contract Documents , and the Owner shall be permitted to make such corrections or interpretations as may be deemed necessary for the fulfillment of the intent of the Contract Documents . In the event the Contractor discovers an apparent error or discrepancy , he shall immediately call this condition to the attention of the Engineer . In the event of a conflict in the drawings , specifications , or other portions of the Contract Documents , which were not reported pr ior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furn ished with three se ts of the Contract Documents and shall have available on the site of the project at all times one set of su ch Contract Documents . C5-5 (1) G :\ 1210\4135-32\PROJECT\Specific ations\ 7 -C5-5.doc - _ _, - \ ..., ' - _.,. - - The Contract shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer, his inspector , and other Contractors in every possible way . The Contractor shall at all times have competent personnel available to the project site for proper performance of the work . The Contractor shall provide and maintain at all times at the site of the project a competent , English-speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the owner , the Engineer, or his authorized representatives. Pursuant to this responsibility of the Contractor , the Contractor shall designate in writing to the project superintendent, to act as the Contractor's agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas and shall be subject to call , as is the project Superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of property contiguous to the project routing . The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work . C5-5 .5 EMERGENCY AND/OR RECTIFICATION WORK: When , in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition . Such a response shall occur day or night , whether the project is scheduled on a calendar-day or on a working-day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies , omissions, or corrections necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition . In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall then deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due the Contractor on the project. C5-5 .6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer , if specifically called for. The field office shall be not less than 10 by 14 feet in floor area, substantially constructed, well heated, air conditioned, lighted, and weather-proof, so that documents will not be damaged by the elements. C5-5.7 CONSTRUCTION STAKES: The City , through its Engineer , will furnish the Contractor with all lines , grades, and measurements necessary to the proper prosecution and control of the work contracted for under these Contract Documents , and lines , grades and measurements will be established by means of stakes or other customary method of marking as may be found consistent with good practice . These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings as may C5-5 (2) G:\ 1210\4135-32\PROJECT\Specifications\7 -C5-5 .doc ._.. - - _, . ~ \ be established for the Contractor's use or guidance shall be preserved by the Contractor until he is author ized by the Engineer to remove them . Whenever , in the opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed , disturbed , or removed by the Contractor or any of his employees , the full cost of replacing such stakes or marks plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. C5-5 .8 AUTHORITY AND DUTIES OF CITY INSPECTORS : City Inspectors will be authorized to inspect all work done and to be done and all materials furnished . Such inspection may extend to all or any part of the work , and the preparation or manufacturing of the materials to be used or equipment to be installed . A City Inspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed, to report any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents, and to call the attention of the Contractor to any such failure or other infringements . Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents . In case of any dispute arising between the Contractor and the City Inspector as to the materials or equipment furnished or the manner of performing the work , the City Inspector will have authority to reject materials or equipment to suspend work until the question at issue can be referred to and be decided by the Engineer. The City Inspector will not , however , be authorized to revoke, alter, enlarge , or release any requirement of these Contract Documents , nor to approve or accept any portion or section of the work , nor to issue any instructions contrary to the requirements of the Contract Documents. He will in no case act as superintendent or foreman or perform any other duties for the Contractor , or interfere with the management or operation of the work . He will not accept from the Contractor any compensation in any form for performing any duties. The Contractor shall regard and obey the directions and instructions of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents , provided , however, should the Contractor object to any orders or instructions of the City Inspector , the Contractor may within six days make written appeal to the Engineer for his decision on the matter in controversy. C5-5 .9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertain ing whether or not the work as performed is in accordance with the requirements of the Contract Documents . If the Engineer so requests, the Contractor shall, at any time before acceptance of the work , remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract-Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work , but should be work so exposed or examined prove to be unacceptable, the uncovering or removing and the replacing of all adjacent defective or damaged parts shall be at the Contractor's expense . No work shall be done or materials used without suitable supervis.ion or inspection . C5-5 .10 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK : All work , materials , or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at his own expense. Work done beyond the lines and grades given or as shown on the plans , except as herein specifically provided , or any Extra Work done without written authority, will be considered as unauthorized and C5-5 (3) G:\1210\4135-32\PROJECT\Specifications\7 -C5-5.do c -, .... done at the expense of the Con tractor and will not be paid for by the Owner . Work so done may be ordered removed at the Contractor 's expense . Upon the failure on the part of the Contractor to comply with any order of the Eng ineer made under the provisions of this paragraph , the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed , and the cost thereof may be dedu cted from any money due or to become due to the Contractor . Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such works . C5-5 .11 SUBSTITUTE MATERIALS OR EQUIPMENT : If the Specifications , law , ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified , and if Contractor wishes to furnish or use a proposed substitute , he shall , prior to the pre-construction conference , make written appl ication to ENGINEER for approval of such substitute cert ifying in wr iting that the proposed substitute wil l perform adequately the functions called for by the general design , be similar and of equal substance to that specified and be suited to the same use and capable of performing the same function as that specified ; and identifying all variations of the proposed substitute from that specified and indicating available maintenance serv ice . No substitute shall be ordered or installed without the written approval of Eng ineer who will be the judge of the equality and may require Contrac tor to furn ish such other data about the proposed subst itute as he considers pertinent. No subst itute shall be ordered or installed without such performance guarantee and bonds as owner may require which shall be furnished at Contractor's expense . Contractor shall indemnify and hold harmless owner and Engineer and anyone directly or indirectly employed by either of them from and against the claims , damages , losses and expenses (including attorneys fees) ar ising out of the use of substituted materia ls or equipment. C5-5.12 SAMPLES AND TESTS OR MATERIALS: Where, in the opinion , or as the Contract Documents , tests of materials or equipment are necessary , such tests will be made at the expense of and paid for direct to the testing agency by the owner unless otherwise specifically provided . The failure of the owner to make any tests of materials shall in no way relieve the Contractor of his responsibility of furnishing materials and equipment fully conforming to the requ irements of the Contract Documents . Tests and sampling of materials , unless otherwise specified , will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not , without specific written permission of the Engineer, use the materials represented by the samples until tests have been made and the materials approved for use . The Contractor will furnish adequate samples without charge to the Owner . In case of concrete , the aggregates , design minimum , and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contractor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents . Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate , cement , and mortar which are to be used later in the concrete . Should the source of supply change , new tests shall be made prior to the use of the new materials. C5-5 .13 STORAGE OF MATERIALS : All materials which are to be used in the construction operation shall be stored so as to insure the preservation of the quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the ground , and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspect ion . C5 -5 (4) G :\1210\4135-32\PROJECT\Specifi cation s\7 -C5-5 .doc - - - ..... - ... .,J --~ ... C5-5 .14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the Plans relative to existing utilities are based on the best information available. Omission from , or the inclusion of util ity locations on the Plans is not to be considered as the nonexistence of, or a definite location of , existing underground utilities . The location of many gas mains , water mains, conduits, sewer lines and service lines for all utilities , etc ., is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all such structures and utilities on the plans or to show them in their exact location . It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for Extra Work or for increasing the pay quantities in any manner whatsoever, unless an obstruction encountered is such as to necessitate changes in the lines and grades of considerable magnitude or requires the building of special works, provision for which is not made in the Contract Documents , in which case the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractors responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances . The Contractor shall take all necessary precautions in order to protect all existing utilities , structures and service lines. Verification of existing utilities , structures and service lines shall include notification of all utility companies at least , forty eight (48) hours in advance of construction including exploratory excavation if necessary. All verification of existing utilities and their adjustment shall be considered as subsidiary work . C5-5.15 INTERRUPTION OF SERVICE : a. Normal Prosecution : In the normal prosecution of work where the interruption of service is necessary, the Contractor, at least 24 hours in advance, shall be required to : 1. Notify the Water Department's Distribution Division as to locat ion , time , and schedule of service interruption . 2. Notify each customer personally through responsible personnel as to time and schedule of the interruption of their service, or 3. In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer's entrance doorknob . The tag shall be durable in composition , and in large bold type shall say: "NOTICE" Due to Utility Improvement in your neighborhood, your (water) (sewer) service will be interrupted _________ on between the hours of and . This inconvenience will be as short as possible . Thank you, Contractor Address Phone C5-5 (5) G:\1210\4135-32\PROJECT\Specific ations\7 -C5-5 .doc -- - - ../ - b. Emergency : In the event that an unforeseen service interruption occurs , notice shall be as above , but immediate . C5-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If , through acts or neglect on the part of the Contractor, any other Contractor or any sub-contractor shall suffer loss or damage on the work , the Contractor agre~s to settle with such other Contractor or sub-contractor by agreement or arbitration . If such other Contractor or sub-contractor shall assert any claim against the Owner on account of any damage alleged to have been sustained , the owner will notify the Contractor , who shall indemnify and save harmless the Owner against any such claim . C5-5 .17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be accompl ished in keeping with a daily routine established to the satisfaction of the Engineer. Twenty-four hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the Contractor fails to correct the unsatisfactory procedure , the City may take such direct action as the Engineer deems · appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice , and the costs of such direct action, plus 25% of such costs , shall be deducted from mon ies due or to become due to the Contractor . Upon the completion of the project as a whole as covered by these Contract Documents, and before final acceptance and final payment will be made , the Contractor shall clean and remove from the site of the project all surplus and discarded materials , temporary structures , and debris of every kind . He shall leave the site of all work in a neat and orderly cond ition equal to that wh ich or iginally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such mater ials and equipment in a bright , clean , polished and new appearing condition . No extra compensation will be made to the Contractor for any clean-up requ ired on the project. C5-5 .18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final cleanup performed, the Engineer will notify the proper officials of the owner and request that the Final inspection be made. Such inspection will be made within 10 days after such notification. After such final inspection, if the work and materials and equipment are found satisfactory , the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work . C5-5 (6) G :\ 1210\4135-32\PROJECDSpecificatio ns\ 7 -C5-5 .doc -- - SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY PART C -GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6 .1 LAWS TO BE OBSERVED : The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and. comply with all orders , laws , ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof will be considered . The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers , agents, and employees against any and all claims or liability arising from or based on the violation of any such law , ordinance , regulation , or. order , whether it be by himself or his employees . C6-6 .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 . C6-6.3 PATENTED DEVICES, MATERIALS AND PROCESSES : If the Contractor is required or desires to use any design , device , material , or process covered by letter , patent, or copyright , he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract prices shall include all royalties or cost arising from patents, trade-marks, and copy rights in any way involved in the work . The Contractor and his sureties shall indemnify and save harmless the owner from any and all claims for infringement by reason of the 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 damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work , provided , however , that the owner will assume the responsibility to defend any and all suits brought -for the infringement of any patent claimed to be infringed upon by the design, type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits. ... C6-6.4 SANITARY PROVISIONS : The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work, properly secluded from public observation , shall be constructed and maintained by the Contractor and their use shall be strictly enforced by the City shall be strictly complied with . Contractor. All such facilities shall be kept in a clean and sanitary condition , free from objectionable odors so as not to cause a nuisance . All sanitary laws and regulations of the State of Texas. C6-6 (1) G:\ 1210\4135-32\PROJ ECT\Specifications\ 7 -C6-6 .doc -. _ _, C6 -6.5 PUBLIC SAFETY AND CONVENIENCE : Materials or equipment stored about the work shall be so placed and used , and the work shall at all times be so conducted , as to cause no greater obstruction or inconvenience to the public than is considered to be abso lutely necessary by the Engineer . The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public , including , but not limited to , safe and convenient ingress and egress to property contiguous to the work area . The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic , except during actual trenching or pipe installation operations , at all driveway crossings. Such provisions may include bridging , placement of crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate . Such other means may include the diversion of driveway traffic , with specific approval by the Engineer. If diversion of traffic is approved by the Engineer at any location, the Contractor shall make arrangements satisfactory to the Engineer at any location, the Contractor shall make arrangements satisfactory to the Engineer for the diversion of traffic, and shall , at his own expense, provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversion of traffic . Sidewalks must not be obstructed except by special permission of the Engineer. The materials excavated and the construction materials such as pipe used in the construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants , fire alarm boxes , police call boxes , water valves, gas valves, or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which may come to its attention, after twenty -four hours notice in writing to the Contractor , save in cases of emergency when it shall have the right to remedy any neglect without notice , and in either case, the cost of such work done or materials furnished by the Owner or by the City shall be deducted from monies due or to become due to the Contractor. The Contractor , after approval of the Engineer, shall notify the Fire Department Headquarters, Traffic Engineer, and Police Department , when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible , and , when so directed by the Engineer , shall keep any street , streets , or highways in condition for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets, alleys, or hydrants are again placed back in service . Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or streams , his respons ibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures of such crossings . The Contractor shall at all times conduct his operat ion and the use of construction machinery so as not to damage or destroy trees and shrubs located in close proximity to or on the site of the work . Wherever any such damage may be done , the Contractor shall immediately satisfy all claims of property owners , and no payment will be made by the owner in settlement of such claims. The Contractor shall file with the Engineer 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 of the public · streets and alleys, or other public places or other rights-of-way as prov ided 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 C6-6 (2) G:\ 1210\4135-32\PROJECT\Spec ifi cations\7 -C6-6 .doc reasonable amount of tools , materials , and equipment for construction purposes may be stored in such space , but no more than is necessary to avoid delay in the construction operations . Excavated and waste materials shall be piled or stacked in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property . If the street is occupied by railway tracks , the work shall be carried on in such manner as not to interfe re with the operation of trains , loading or unloading of cars , etc . Other contractors of the Owner may , for all purposes required by the contract , enter upon the work and premises used by the Contractor and shall be provided all reasonable facilit ies and assistance for the completion of adjoining work . Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. C6-6 .7 RAILWAY CROSSINGS : When the work encroaches upon any right-of-way on any railway , the City will secure the necessary easement for the work . Where the railway tracks are to be crossed , the Contractor shall observe all the regulations and instructions of the railway company as to the methods of performing the work and take all precautions for safety of property and the public. Negotiations with the railway companies for permits shall be done by and through the City . The Contractor shall give the City notice not less than five days prior to the time of his intentions to begin work on that portion of the project which is related to the railway properties. The Contractor will not be given extra or additional compensation for such railway crossings unless specifically set forth in the Contract Documents . C6-6.8 BARRICADES , WARNINGS AND WATCHMEN : Where the work is carried on in or adjacent to any street , alley , or public place , the Contractor shall at his own expense furnish , erect , and maintain such barricades, fences , lights and danger signals , shall provide such watchmen , and shall take all such other precautionary measures for the protection of persons or property and of the work as are necessary . Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away from , and vehicles from being driven on or into , any work under construction or being maintained . The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to protect the work and prevent accident or damage. All installations and procedures shall be consistent with the provisions set forth in the 111980 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 Art icle 6701d Veron 's Civil Statutes , pertinent sections being Section Nos. 27, 29 , 30 and 31 . 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 Publ ic Works department , Signs and Markings Division to remove the sign . In the case of regulatory signs , the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications , the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re-installed , the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed . C6-6 (3) G :\ 1210\4135-32\PROJECT\Specification s\7 -C6-6 .doc The Contractor will be held responsible for all damage to the work or the public due to failure of barricades , signs , fences , lights , or watchmen to protect them . Whenever evidence is found of such damage to the work the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor's own expense. The Contractor's responsibility for the maintenance of barricades, signs , fences and lights, and for providing watchmen shall not cease until the project shall have been completed and accepted by the owner . No compensation , except as specifically provided in these Contract Documents , will be paid to the Contractor for the work and materials involved in the constructing , providing, and maintaining of barricades, signs , fences , and lights or for salaries of watchmen , for the subsequent removal and disposal of such barricades , signs, or for any other incidentals necessary for the proper protection, safety , and convenience of the public during the contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal. C6-6.9 USE OF EXPLOSIVES, DROP WEIGHT, ETC .: Should the Contractor elect to use explosives, drop weighs, etc ., in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation, any company , individual, or utility , and the owner, not less than twenty-four hours in advance of the use of any activity which might damage or endanger their or his property along or adjacent to the work . Where the use of explosives is to be permitted on the project , as specified in the Special Contract Documents , or the use of explosives is requested , the Contractor shall submit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives . All claims arising out of the use of explosives shall be investigated and a written report made by the Contractor's insurers to the Engineer within ten (10) days after receipt of written notice of the claim to the Contractor from either the City or the claimant.· The City shall proceed to give notice to the Contractor of any such claim. The use of explosives may be suspended by the Engineer if any complaint is received and such use shall not be resumed until the cause of the complaint has been addressed . Whenever explosives are stored or kept, they shall be stored in a safe and secure manner and all storage places shall be plainly marked "DANGEROUS EXPLOSIVES" and shall be under the care of a competent watchman at all times. All vehicles in which explosives are being transported shall be plainly marked as mentioned · above and shall, insofar as possible , not use heavy traffic routes. C6-6 .10 WORK WITHIN EASEMENTS: Where the work passes over, through , or into private property, the Owner will provide such right-of-way or easement privileges, as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work area considered 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 writing as to the rights so acquired before work begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer. Unless specifically provided otherwise , the Contractor shall clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution . of the work as a part of the project C6-6 (4) G :\1210\4135-32\PROJECl'ISpecifications\7 -C6-6 .doc construction operations . The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage to all trees , shrubbery , plants , lawns , fences , culverts , curbing , and all other types of structures or improvements , to all water , sewer , and gas lines , to all conduits , overhead pole lines , or appurtenances thereof , including the construction of temporary fences, and to all other public or private property along adjacent to the work . The Contractor shall notify the proper representatives of owners or occupants of public or private lands or interest in lands, which might be affected by the work. Such notice shall be made at least 48 hours in advance of the beginning of the work . Notices shall be applicable to both public and private utility companies or any corporation , company , individual , or other, either as owners or occupants, whose land or interest in land might be affected by the work . The Contractor shall be responsible for all damage or injury to property of any character resulting from any act , omission , neglect, or misconduct in the manner or method or execution ofthe work, or at any time due to defective work, material , or equipment. When and where any direct or indirect or injury is done to public or private property on account of any act , omission , neglect, or misconduct in the execution of the work , or in consequence of the non-execution thereof on the part of the Contractor , he shall restore or have restored at his own cost and expense such property to a condition at least equal to that existing before such damage or injury was done , by repairing , rebui lding , or otherwise replacing and restoring as may be directed by the owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. All fences encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing , either wire mesh or barbed wire is to be crossed , the Contractor shall set cross braced posts on either side of permanent easement before the fence is cut. Should addit ional fence cuts be necessary , the Contractor shall prov ide cross braced posts at point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits, before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight , and/or at all times to prevent livestock from entering the construction area. The cost for fence removal , temporary closures and replacement shall be subsidiary to the various items bid in the project proposal. Therefore , no separate payment shall be allowed for any service associated with this work . In case of failure on the part of the Contractor to restore such property to make good such damage or injury, the owner may, upon 48 hour written not ice under ordinary circumstances, and without notice when a nuisance or hazardous condit ion results , proceed to repair , rebuild , or otherwise restore such property as may be determined by the Owner to be necessary , and the cost thereby will be deducted from any monies due or to become due to the Contractor under this Contract. C6-6.11 INDEPENDENT CONTRACTOR: IJ is understood and agreed by the parties hereto that Contractor shall perform all work and services hereunder as an independent contractor , and not as an officer, agent , servant or employee of the Owner. Contractor shall have exclusive control of and the exclusive right to control the details of all the work and services performed hereunder , and all persons performing same , and shall be solely responsible for the acts and omissions of it's officers , agents , servants , employees , contractors, subcontractors , licensees and invitees . The doctrine of respondeat superior shall not apply as between Owner and Contractor , its officers , agents, employees , contractors and subcontractors , and C6-6 (5) G :\ 1210\4135-32\PROJECT\Specifications\7 -C6-6.doc nothing herein shall be construed as creating a partnership or joint enterprise between owner and Contractor . C6-6.12 CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS : Contractor covenants and agrees to , and does hereby indemnify, hold harmless and defend Owner , its officers , agents , servants , and employees from and against any and all claims or suits for property damage or loss and/or personal injury, including death , to any and all persons , of whatsoever kind or character , whether real or asserted, arising out of or in connection with, directly or indirectly , the work and services to be performed hereunder by Contractor , its officers , agents, employees , contractors, subcontractors , licensees or invitees, whether or not caused , in whole or in part, by alleged negligence on the part of officers , agents, servants, employees , contractors , subcontractors, licensees and invitees of the owner ; and said Contractor does hereby covenant and agree to assume all liability and responsibility of owner, it's officers , agents , servants and employees for property damage or loss, and/or personal injuries, including death , to any and all persons of whatsoever kind or character , whether real or asserted, arising out of or in connection with, directly or indirectly , the work and services to be performed hereunder by Contractor , its officers, agents employees, contractors, subcontractors, licensees and invitees, whether or not caused , in whole or in part , by alleged negligence of officers , agents , servants , employees, contractors, subcontractors, licensees or invitees of the Owner . Contractor likewise covenants and agrees to, and does hereby , indemnify and hold harmless owner from and against any and all injuries , loss or damages to property of the Owner during the performance of any of the terms and conditions of th is Contract , whether arising out of or in connection with or resulting from , in whole or in part , any and all alleged acts or omissions of officers, agents, servants , employees , contractors, subcontractors , licenses, or invitees of the Owner . In the event a written claim for damages against the contractor or its subcontractors rema ins unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Water Department, as evidenced by a final inspection , final payment to the Contractor shall not be recommended by the Director of the Water Department for a period of 30 days after the date of such final inspection , unless the Contractor shall submit wr itten evidence sat isfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved . If the claim concerned remains unsettled as of the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed , such semi-final payment to be in an amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of the performance of such work , and such semi-final payment may then be recommended by the Director. The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory to the Director that: 1. The claim has been settled and a release has been obtained from the cla imant involved, or 2. Good faith efforts have been made to settle such outstanding claims , and such good faith efforts have failed . C6 -6 (6) G :\ 1210\4135-32\PROJECT\Specifications\7 -C6-6.doc If condition (1) above is met at any time with in the six-month period , the Director shall recommend that the final payment to the Contractor be made . If condition (2) above is met at any time within the six-month period , the Director may recommend that the final payment to the Contractor be made . At the expiration of the six-month period the Director may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the sat isfaction of the Director. The Director may , if he deems it appropriate , refuse to accept bids on other Water Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City contract. C6-6 .13 CONTRACTORS CLAIM FOR DAMAGES : Should the Contractor cla im compensation for any alleged damage by reason of the acts or omissions of the owner , he shall within three days after the actual sustaining of such alleged damage , make a written statement to the Engineer, setting out in detail the nature of the alleged damage , and on or before the 25th day of the month succeeding that in which any such damage is claimed to have been sustained , the Contractor shall file with the Engineer an item ized statement of the details and amount of such alleged damage and, upon request , shall give the Engineer access to all books of account , receipts, vouchers , bills of lading , and other books or papers containing any evidence as to the amount of such alleged damage. Unless such statements shall be filed as hereinabove required , the Co.ntractor's claim for compensation shall be waived , and he shall not be entitled to payment on account of such damages . C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES , ETC .: In case it is necessary to change , move , or alter in any manner the property of a public utility or others , the said property shall not be moved or interfered with until orders thereupon have been issued by the Engineer . The right is reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to their property that may be necessary by the performance of this contract. C6-6 .15 TEMPORARY SEWER AND DRAIN CONNECTIONS : When existing sewer lines have to be taken up or removed, the Contractor shall, at his own expense and cost , prov ide and maintain temporary outlets and connections for all private or public drains and sewers . The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers , and for this purpose he shall provide and maintain, at his own cost and expense , adequate pumping facilities and temporary outlets or diversions. The Contractor, at his own cost and expense, shall construct such troughs, pipes , or other structures necessary, and be prepared at all times to dispose of drainage and sewage received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers and connections shall be kept in service and maintained under the Contract, except when specified or ordered to be abandoned by the Engineer. All water, sewage , and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY : When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main . All piping required beyond the point of delivery shall be installed by the Contractor at his own expense. C6-6 (7) G :\1210\4135-32\PROJECT\Specifications\7 -C6 -6 .doc The Contractor's responsibility in the use of all existing fire hydrant and/or valves is detailed in Section E2 -1.2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents . When meters are used to measure the water, the charges , if any, for water will be at the regular established rates. When meters are not used , the charges, if any , will be as prescribed by the City Ordinance , or where no ordinance applies , payment shall be made on estimates and rates estab lished by the Director of the Fort Worth Water Department. C6-6.17 USE OF A SECTION OR PORTION OF THE WORK : Whenever , in the opinion of the Engineer, any section or portion of the work or any structure is in suitab le condition , it may be put into use upon the written order of the Engineer, and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents . All necessary repairs and removals of any section of the work so put into use , due to defective materials or workmanship , equipment, or to deficient operations on the part of the Contractor , shall be performed by the Contractor at his own expense . C6-6 .18 CONTRACTORS RESPONSIBILITY FOR THE WORK : Until written acceptance by the Owner as provided for in these Contract Documents , the work shall be under the charge and care of the Contractor , and he shall take every necessary precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work. The Contractor shall rebuild, repair, restore , and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove causes . C6-6.19 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any order by the owner by payment of money or any payment for or acceptance of any work , or any extension of time , or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents . Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach . The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requ irements of the Contract Documents C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exercising any power of authority granted thereunder , there shall be no liability upon the authorized representatives of the Owner, either personally or otherwise as they are agents and representatives of the City . C6-6.21 STATE SALES TAX : On a contract awarded by the City of Fort Worth , an organization which qualifies for exemption pursuant the provisions of Article 20 .04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor may purchase, rent or lease all materials , supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007 . Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to and shall comply with the provisions of State Comptroller's Ruling .011, and any other appl icable State Comptroller rulings pertaining to the Texas Lim ited Sales , Excise , and Use Tax Act. C6-6 (8) G :\1210\4 135-32\PROJECT\Specifications\7 -C6-6 .doc - - On a contract awarded by a developer for the construction of a publicly -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 pursuant to the provisions of Article 20 .04 (H) of the Texas limited Sales, Excise, and Use Tax Act, the Contractor can probably be exempted in the same manner stated above . Limited Sale , Excise and Use Tax permits and information can be obtained from : Comptroller of Public Accounts Sale Tax Division Capitol Station Austin , TX C6-6 (9) G :\ 1210\4135-32\PROJECT\Specifications\7 -C6-6 .do c - SECTION C7-7 PROSECUTION AND PROGRESS: PART C -GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS C7 -7.1 SUBLETTING : The Contractor shall perform with his own organizat ion , and with the ass istance of workman under his immediate superintendence, work of a value of not less than fifty (50%) percent of the value embraced in the contract. If the Contractor sublets any part of the work to be done under these Contract Documents , he will not under any circumstances be relieved of the responsibility and obl igation assumed under these Con tract Documents . All transactions of the Engineer will be with the Contractor. Subcon tractors will be considered only in the capacity of employees or workmen of the Contractor and shall be subject to the same requirements as to character and competency. The Owner will not recognize any subcontractor on the work . The Contractor shall at all times when the work is in operation , be represented either in person or by a superintendent or other designated representatives. C7-7 .2 ASSIGNMENT OF CONTRACT : The Contractor shall not assign , transfer , sublet , convey , or otherw ise dispose of the contract or his rights, title , or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in by the Sureties . If the Contractor does , without such previous consent , assign, transfer , sublet , convey , or otherwise dispose of the contract or his right, title , or interest therein or any part thereof , to any person or persons , partnership , company , firm , or. corporation , or does by bankruptcy voluntary or involuntary, or by assignment under the insolvency laws of any state , attempt to dispose of the contract may , at the option of the owner be revoked and annulled , unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retained by the Owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages . C7-7 .3 PROSECUTION OF THE WORK: Pr ior to beginning any construction operation , the Contractor shall submit to the Engineer in five or more copies, if requested by the Eng ineer, a progress schedule preferably in chart or diagram form , or a brief outlining in detail and step by step the manner of prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time . There shall also be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period . The Contractor shall commence the work to be performed under this contract within the time limit sta ted in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials , and labor as is necessary to insure its completion within the time limit. The sequence requested of all construct ion operations shall be at all times as specified in the Special Contract Documents. Any deviation from such sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the Engineer. Such specification or approval by the Engineer shall not relieve the Contractor from the full responsibility of the complete performance of the Contract. C7-7 (1) G :\ 12 HM 135-32\PROJECT\Spec ifi c ations\7 -C7-7 .doc - The contract time may -be changed only as set forth in Section C?-7 ."Extension of Time of Completion " of this Agreement, and a progress schedule shall not constitute a change in the contract time . C?-7.4 LIMITATIONS OF OPERATIONS: The working operations shall at all times be conducted by the Contractor so as to create a minimum amount of inconvenience to the public . At any time when , in the judgment of the Engineer , the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way greater than is necessary for the proper execution of the work , the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on any additional section or street. C?-7.5 CHARACTER OF WORKMEN AND EQUIPMENT : Local labor shall be used by the Contractor as available. The Contractor may bring in from outside the City of Fort Worth his key men and his superintendent. All other workmen, including equipment operators , may be imported only after the local supply is exhausted. The Contractor shall employ only such superintendents, foremen , and workmen who are careful , competent , and fully qualified to perform the duties or tasks assigned to them , and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who , in the opinion of the Owner , shall misconduct himself or be found to be incompetent , disrespectful , intemperate , dishonest , or otherwise objectionable or neglectful in the proper performance of his or their duties , or who neglects or refuses to comply with or carry out the directions of the owner , and such person or persons shall not be employed again thereon without written consent of the Engineer . All workmen shall have sufficient skill, ability, and experience to properly perform the work assigned to them and operate any equipment necessary to properly carry out the performance of the assigned duties. The Contractor shall furnish and maintain on the work all such equipment as is cons idered to be necessary for prosecution of the work in an acceptable manner and at a satisfactory rate of progress . All equipment , tools , and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition. Equipment on -any portion of the work shall be such that no injury to the work, workmen or adjacent property will result from its use. C?-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of work completed as defined in Cl-1.23 "WORKING DAY" or the date stipulated in the "WORK ORDER" for beginning work , whichever comes first. Nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturday , Sunday or Legal Holidays, providing that the following requirements are met: a. A request to work on a specific Saturday , Sunday or Legal Holiday must be made to the Engineer no later than the proceeding Thursday . b. Any work to be done on the project on such a specific Saturday , Sunday or Legal Holiday must be , in the opinion of the Engineer , essential to the timely completion of the project. C?-7 (2) G :\ 1210\4135-32\PROJECT\Specifications\7 -C?-7 .doc - - The Engineer's decision shall be final in response to such a request for approval to work on a spec ific Saturday , Sunday or Legal Holiday , and no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday . Calendar Days shall be defined in Cl-1 .24 and the Contractor may work , as he so desires . C7-7.7 TIME OF COMMENCEMENT AND COMPLETION : The Contractor shall commence the work specified in the Contract (within the time set forth in the Work Order). Failure to do so shall be considered by the Owner as abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit. The Contractor shall maintain a rate of progress such as will insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time estab lished in such documents and such extension of time as may be properly authorized by the owner . C7-7 .8 EXTENSION OF TIME COMPLETION : The Contractor's request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall have occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval. In adjusting the contract time for completion of work , consideration will be given to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor , including but limited to acts of the public enemy, acts of the Owner , fire , flood , tornadoes , epidemics , quarantine restrictions , strikes , freight embargoes , or delays of sub-contractors due to such causes. When the date of completion is based on a calendar day bid , a request for extension of time because of inclement weather will not be considered . A request for extension of time due to inability to obtain supplies and materials will be considered only when a review of the Contractor's purchase order dates and other pertinent data as reques ted by the Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on schedule. This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery . If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents, then the contract time may be increased by Change order. C7-7 .9 DELAYS : The Contractor shall receive no compensation for delays or hindrances to the work , except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material , if any , which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer 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 applicat ion for which shall , however , be subject to the approval of the City Council ; and no such C?-7 (3) G:\ 1210\4135-32\PROJ ECT\Specifications\ 7 -C7-7 .doc - - -· extens ion of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the co ntract. C7-7.10 TIME OF COMPLETION : The time of completion is an essential element of the contract. Each bidder shall indicate in the appropriate place on the last page of the Proposal the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the Proposal section of the contract documents The number of days syndicated shall be realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the successful bidder or the City will become the time of complet ion specified in the Contract Documents . For each calendar day that any work shall rema in uncompleted after the time specified in the Contract , Documents , or the increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is signed , the sum per day given in the following schedule , unless otherwise specified in other parts of the Contract Documents , will be deducted from monies due the Contractor , not as a penalty , but as liquidated damages suffered by the owner. AMOUNT OF CONTRACT Less than $5 ,000 inclusive $35 .00 $5 ,001 to $15 ,000 inclusive $45 .00 $15 ,001 to $25 ,000 inclusive $63.00 $25 ,001 to $50 ,000 inclusive $105.00 $50 ,001 to $100 ,000 inclusive $154.00 $100 ,001 to $500 ,000 inclusive $210 .00 $500 ,001 to $1,000 ,000 inclusive $315 .00 $1,000 ,001 to $2 ,000,000 inclusive $420 .00 $2 ,000 ,001 and over $630 .00 The parties hereto understand and agree that any harm to the City caused by the Contrac tor's delay in completing the work hereunder in the time specified by the Contract Documents would be incapable or very difficult of accurate estimation , and that the "Amount of Liquidated Damages Per Day", as set out above , is a reasonable forecast of just compensation due the City for harm caused by any delay . C7 -7.11 SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court, and will not be entitled to additional compensation by virtue of such court order . Neither will he be liable to the City in the event the work is suspended by a Court Order. Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible . C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unfavorable cond itions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of work C?-7 (4) G :\ 12 10\4135-32\PROJECT\Specifi cations\7 -C?-7.doc - - - - - ......... ·-· -- - covered by this contract , for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews . If it should become necessary to suspend work for an indefinite period , the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way , and he shall take every precaution to prevent damage or deterioration of the work performed ; he shall provide suitable drainage about the work , and erect temporary structures where necessary . Should the Contractor not be able to complete a portion of the project due to causes beyond the control of and without the fault or negligence of the Contractor as set forth in Paragraph C7-7 .8 EXTENSION OF THE TIME OF COMP LETION , and should it be determined by mutual consent of the Contractor and the Engineer that a solution to allow construction to proceed is not available within a reasonable period of time , then the Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer that construction may be resumed . Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed . No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth . The Contractor shall not suspend work without written not ice from the Eng ineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations. C?-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY : Whenever, because of National Emergency , so declared by the President of the Un ited States or other lawful authority , it becomes impossible for the Contractor to obtain all of the necessary labor, materials , and equipment for the prosecution of the work with reasonable continuity for a period of two months, the Contractor shall within seven days notify the City in writing , giving a detailed statement of the efforts which have been made and listing all necessary items of labor , materials , and equipment not obtainable . If, after investigations , the owner finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contract , then if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials and equipment within thirty days , the Contractor may request the Owner to terminate the contract and the Owner may comply with the request , and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include , but not be limited to , the payment for all work executed but no anticipated profits on work which has not been performed . C?-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT : The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Eng ineer or the Contract may be declared cancelled by the City Council for any good and sufficient cause . The following, by way of example , but not of limitation , may be considered grounds for suspension or cancellation : C7-7 (5) G :\ 1210\4135-32\PROJECT\Specifications\ 7 -C7-7 .doc a. Failure of the Contractor to commence work operations within the time specified in the work Order issued by the Owner. b. Substantial evidence that progress of the work operations by Contractor is insufficient to complete the work within the specified time . ·...-c. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the work ing operations . - - - - - d. Substantial evidence that the Contractor has become insolvent or bankrupt , or otherwise financially unable to carry on the work satisfactorily. e. Failure on the part of the Contractor to observe any requ irements of the Contract Documents or to comply with any orders given by the Engineer or owner provided for in these Contract Documents. f. Failure of the Contractor promptly to make good any defect in materials or workmanship , or any defects of any nature the correction of which has been directed in wr iting by the Engineer or the Owner. g. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract. h. A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose . i. If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. j. If the Contractor commences legal action against the Owner . A copy of the suspension order or action of the City Council shall be served on the Contractor's Suret ies. When work is suspended for any cause or causes , or when the contract is cancelled, the Contractor shall discont inue the work or such part thereof as the Owner shall designate , whereupon the Sureties may , at their option , assume the contract or that portion thereof wh ich the Owner has ordered the Contractor to discont inue , and may perform the same or may , with the written consent of the Owner , sublet the work or that portion of the work as taken over , provided however, that the Sureties shall exercise their option , if at all , within two weeks after the wr itten notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents. The Sureties, in such event shall assume the Contractor's place in all respects , and shall be paid by the owner for all work performed by them in accordance with the terms of the Contract Documents . All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses , subject to all of the terms of the Contract Documents. In case the Sureties do not , within the hereinabove specified time , exercise their right and option to assume the contract responsibilities , or that portion thereof which the Owner has ordered by the Contractor to discont inue , then the Owner shall have the power to complete , by contract or otherwise , as it may determine, the work C7-7 (6) G :\ 1210\4135-32\PROJECT\Specifications\7 -C7-7 .doc - - - - herein described or such part thereof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials , plants , tools , equipment , supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools , equipment , materials , labor and property for the completion of the work , and to · charge to the account of the Contracto r of said contract expense for labor , materials, tools , equipment, and all expenses incidental thereto. The expense so charged shall be deducted by the owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof . The owner shall not be required to obtain the lowest bid for the work completing the contract , but the expense to be deducted shall be the actual cost of the owner of such work . In case such expenses shall exceed the amount which would have been payable under the Contract if the same had been comp leted 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 otherwise under the provisions of this section , the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with performance of the work by the owner . C?-7 .15 FULFILLMENT OF CONTRACT : The Contract will be considered as hav ing been fulfilled, save as provided in any bond or bonds or by law , when all the work and all sect ions or parts of the project covered by the Contract Documents have been finished and completed , the final inspection made by the Engineer , and the final acceptance and final payment made by the Owner . C?-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER: A. 8 . NOTICE OF TERMINATION : The performance of the work under this contract may be term inated by the Owner in whole , or from time to time in part, in accordance with this section , whenever the Owner shall determine that such termination is in the best interest of the owner . Any such termination shall be effected by mailing a notice of termination to the Contractor specifying the extent to which performance of work under the contract is terminated , and the date upon which such termination becomes effective . Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Mail by the Owner . Further , it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim , demand or suit shall be required of the Owner regarding such discretionary action. CONTRACTOR ACTION : After receipt of a notice of termination , and except as otherw ise directed by the Engineer , the Contractor shall: 1. Stop work under the contract on the date and to the extent specified in the notice of termination ; 2. place no further orders or subcontracts for materia ls, services or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated ; C7-7 (7) G :\ 1210\41 35-32\PROJECT\Specifi cations\7 -C7-7 .doc ·- ---· - -C. 3. terminate all orders and subcontracts to the extent that they relate to the performance of work terminated by the notice of termination; 4. transfer title to the owner and deliver in the manner , at the times , and to the extent, if any, directed by the Engineer : a. the fabricated or unfabricated parts, work in process , completed work , supplies and other material produced as a part of, or acquired in connection with the performance of, the work terminated by the notice of termination; and b. the completed , or partially completed plans , drawings , information and other property which, if the contract had been completed , would have been required to be furnished to the Owner. 5. complete performance of such part of the work as shall not have been terminated by the notice of termination; and . 6. take such ac tion as may be necessary, or as the Engineer may direct , for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the Owner has or may acquire the rest. At a time not later than 30 days after the termination date specified in the notice of termination , the Contractor may submit to the Engineer a lis t, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by the Engineer. Not later than 15 days thereafter, the owner shall accept title to such items provided, that the list submitted 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 , and any necessary adjustments to correct the list as submitted , shall be made prior to final settlement. TERMINATION CLAIM: Within 60 days after notice of termination, the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more extensions in writing are granted by the Owner upon request of the Contractor, made in writing within such 60-day period or authorized extension thereof , any and all such claims shall be conclusively deemed waived . AMOUNTS: Subject to the provisions of Item C7-7.16(C), the Contractor and Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of work pursuant hereto; provided , that such agreed amount or amounts shall never exceed the total contract price as reduced by the amount of payments otherwise made and as further reduced by the contract price of work not terminated . The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. No amount shall be due for lost or anticipated profits . Nothing in C?-7 .16(E) hereafter , prescribing 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 C7-7 (8) G :\1210\4135-32\PROJECT\Specifications\7 -C7-7 .doc - - E. to limit , restr ict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph . FAILURE TO AGREE : In the event of the failure of the Contractor and the Owner to agree as provided in C7-7 . 16 (D) upon the whole amount to be paid to the Contractor by reason of the termination of work pursuant to this section the Owner shall determine , on the basis of information available to it , the amount, if any , due to the Contractor by reason of the term ination and shall pay to the Contractor the amounts determined . No amount shall be due for lost or anticipated profits. F. DEDUCTIONS : In arriving at the amount due the contractor under this section , there shall be deducted (a) all unliquidated advance or other payments on account theretofore made to the Contractor, appl icable to the terminated portion of this contract ; (b) any claim which the Owner may have aga inst the Contractor in connection with this contract; and (c) the agreed price for , or the proceeds of sale of, any materials , supplies or other things kept by the Contractor or sold , pursuant to the provis ions of this clause , and not otherwise recovered by or credited to the Owner. G. ADJUSTMENT : If the term ination hereunder be partial , prior to the settlement of the terminated port ion of this contract, the Contractor may file with the Engineer a request in writing for an equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by the notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or prices ; noth ing contained herein , however, shall limit the right of the Owner and the Contractor to agree upon the amount or amounts to be paid to the Contractor for the completion of the continued portion of the contract when said contract does not contain an es tablished contract price for such continued port ion . H. NO LIMITATION OF RIGHTS : Nothing contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C?-7 .14 hereof ent itled "Suspension of Abandonment of the work and Amendment of Contract" or any other right which Owner may have for default or breach of contract by Contractor . C7-7 .17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating , maintaining , and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. The Contractor sha ll comply with federal, state , and local laws, ordinances, and regulations so as to protect person and property from injury, including death, or damage in connection with the work . C7-7 (9) G :\ 1210\4135-32\PROJ ECT\Specifi c ations\ 7 -C7-7 .doc - - - -- - - SECTION C8-8 MEASUREMENT AND PAYMENT PART C -GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT C8 -8.1 MEASUREMENT OF QUANTITIES: The determination of quantities of work performed by the contractor and author ized by the Contract Documents acceptably comp leted unde r the terms of the Contract shall be made by the Engineer , based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice , and will be the actual length , area , solid contents , numbers , and weights of the materials and items installed . C8-8 .2 UNIT PRICES : When in the Proposal a "Unit Price " is set forth , the said "Unit Price " shall include the furnishing by the Contractor of all labor , tools , materials , machinery , equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents . The "Unit Price " shall include all permanent and temporary protection of overhead expense , bond , insurance , patent fees , royalties , risk due to elements and other causes , delays , profits , injuries , damages claims , ta xes , and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in a satisfactory condition for operation . C8-8.3 LUMP SUM : When in the Proposal a "Lump Sum " is set forth , the said "Lump Sum " shall represent the total cost for the Contractor to furnish all labor, tools , materials , machinery , equipment , appurtenances , and shall subsidiary 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 . C8-8.4 SCOPE OF PAYMENT : The Contractor shall receive and accept the compensation , as herein provided , in full payment for furnishing all labor , tools , materials, and incidentals for performing all work contemplated and embraced under these Contract Documents , for all loss and damage arising out of the nature of the work or from the action of the elements , for any unforeseen defects or obstructions which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph CS-5 .14) for all risks of whatever description connected with the prosection of the work , for all expense incurred by or in consequence of suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents , trademarks , copyrights , or other legal reservations , and for complet ing the work in an acceptable manner according to the terms of the Contract Documents . The payment of any current or partial estimate prior to final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials , or equipment , nor in any way prejudice or affect the obligations of the Contractor to repair , correct , renew, or replace at his own and proper expense an defects or imperfections in the construction or in the strength or quality of the mater ial used or equipment or machinery furnished in or about the construction of the work under contract and it appurtenances , or any damage due or attributed to such defects , which defects , imperfection , or damage shall have been discovered on or before the final inspection and acceptance of work or during the one year guaranty C8-8 (1) G :\1210\4135-32\PROJECT\Specifications\7 -C8-8.do c -· ·- - period after final acceptance . The Owner shall be the sole judge of such defects , imperfections , or damage , and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8 -8.5 PARTIAL EST IMATE AND RETAINAGE : Between the 1st and 5th day of each month the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month , or estimate period under the Contract Documents. Not later than the 10th day of the month the Engineer shall verify such est imate , and if it is found to be acceptable and the value of work performed since the last partial payment was made exceeds one hundred dollars ($100 .00) in amount , 90% of such est imated sum will be paid to the Contractor if the total contract amount is less than $400 ,000 , or 95% of such estimate sum will be paid to the Contractor if the total contract amount is $400 ,000 or greater within twenty-five (25) days after the regular estimate period . The City will have the option of preparing estimates on forms furnished by the City. The partial estimate may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work as a permanent part thereof, but which at the time of the estimate have not been installed . (Such payment will be allowed on a basis of 85% of the net invoice value thereof .) The Contractor shall furnish the Engineer such information as he may request aid him as a guide in the verification or the preparation of partial estimates . It is understood that the partial estimate from month to month will be approx imate only , and all partial month ly est imates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate , and such estimate shall not , in any respect , be taken as an admission of the Owner of the amount of work done or of the quality of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents . The City reserves the right to withhold the payment of any monthly estimate if the contractor fails to perform the work strictly in accordance with the specifications or provis ions of this contract. C8-8 .6 WITHHOLDING PAYMENT : Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the contracts. C8-8.7 FINAL ACCEPTANCE : Whenever the improvements provided for by the Contract Documents shall have been completed and all requirements of the Contract Document shall have been fulfilled on the part of the Contractor , the Contractor shall notify the Engineer in writing that the improvements are ready for the final inspection. The Engineer shall not ify the appropriate officials of the Owner, will within a reasonable time make such final inspection , and if the work is satisfactory, in an acceptable ; condition , and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment therefor as outlined in C8-8 .8 below . C8-8 .8 FINAL PAYMENT : Whenever all improvements provided for by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor , a final estimate show ing the value of the work will be prepared by the Engineer as soon as necessary measuremen ts, computations , and checks can be made. All prior est imates upon which payment has been made are subject to necessary corrections or revisions in the final payment. C8-8 (2) G :\ 1210\41 35-32 \PROJECT\Spe ci fication s\ 7 -CB-8 .do c _.., The amount of the final estimate , less previous payments and any sum that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after final acceptance by the Owner on a proper resolution of the City Council , provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows : Prior to submission of the final estimate for payment , the Contractor shall execute an affidavit, as furnished by the City, certifying that all persons, firms , associations, corporations , or other organizations furnishing labor and/or materials have been paid in full , that the wage scale established by the City Council in the City of Fort Worth has been paid, and that there are no claims pending for personal injury and/or damages. The acceptance by the Contractor of the last or final payment is aforesaid shall operate as and shall release the Owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under Contract Documents or furnished or relating to the work under Contract Documents or any act or neglect of said City relating to or connected with the Contract. The making of the final payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has employed competent Engineers and designers to prepare the Contract Document and all modifications of the approved Contract Documents. It is , therefore, agreed that the owner shall be responsible for the adequacy of its own design features , sufficiency of the Contract Documents, the safety of the structure , and the practicability of the operations of the completed project, provided the Contractor has complied with the requirements of the said Contract Documents , all approved modifications , thereof , and additions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the said requirements of the Contract Documents, approved modifications thereof, and all approved additions and alterations thereto. C8-8 .10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work resulting therefrom which shall appear within a period of one full year 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 outline. The Owner will give notice of observed defects with reasonable promptness. C8-8 .11 SUBSIDIARY WORK : Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work , the cost of which shall be included in the price bid in the Proposal , for each bid item . Surface restoration , rock excavation and cleanup are general items of work which fall in the category of subsidiary work. CB-8 (3) G :\1210\4135-32\PROJECT\Specifications\7 -CB-8 .doc - - - ..,, CB-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL : Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one-tenth (1/10) unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project . CB-8 .13 RECORD DOCUMENTS : Contractor shall keep on record a copy of all specifications, plans, addenda, modifications , shop drawings and samples at the site, in good order and annotated to show all changes made during the construction process . These shall be delivered to Engineer upon completion of the work . C8-8 (4) G :\1210\4135-32\PROJECT\Specifications\7 -C8-8 .doc -8- SUPPLEMENTARY CONDITIONS TO PART C GENERAL CONDITIONS (Water Department) SECTION C1: SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS A. General B . 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 RETAINAGE : Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each 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. C. Part C -General Conditions: Paragraph C3-3.11 of the General Conditions is deleted and replaced with D-3 of Part D -Special Conditions. D . C3-3.11 INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" E. C6-6 .12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and 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 Page 1of 6 G:\1210\4135-32\PROJECT\Specifications\8 -Supplementary Conditions to Part C -Section C1 .doc Revised 10/24/02 - destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner rece ives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved , or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor aga inst whom a claim for damages is outstanding as a result of work performed under a City Contract. F . INCREASED OR DECREASED QUANTITIES: Part C -General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 (1 ), revise paragraph C4-4.3 INCREASED OR DECREASED QUANTITIES to read as follows : The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents . Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. G . C3-3 .11 INSURANCE : Page C3-3 (7): Add subparagraph "h. ADDITIONAL INSURANCE REQUIREMENTS" a . The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d . Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation , non-renewal , and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium . e . Insurers must be authorized to do business in the State of Texas and have a current A .M. Best rating of A: VII or equivalent measure of financial strength and solvency. f . Deductible limits, or self-funded retention limits , on each policy must not exceed $10 ,000 .00 per occurrence unless otherwise approved by the City. Page 2of 6 G :\1210\4135-32\PROJECT\Specifications\8 -Supplementary Conditions to Part C -Section C1 .d oc Revise d 10/24/02 - 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. I. 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. H . C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following : I. 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 C5-5 .14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of 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 following : Neither the final certificate of payment nor any provision in the Contract Documents , nor partial or Page 3of 6 G:\1210\4135-32\PROJECT\Specifications\8 -Supplementary Conditions to Part C -Section C1 .doc Revised 10/24/02 J . 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 ex press 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 . Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of th is spec ifications , 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 w ith 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 envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division , P.O . Box 17027, Fort Worth , Texas 76102. C2-2 .8 WITHDRAWING PROPOSALS : Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the t ime 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-cons ideration 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 commun ication at any time prior to the time set for opening proposals , provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed pr ior 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 authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100 ,000 from a reinsurer that is authorized and admitted as a re insurer in the state of Texas and is the holder of a cert ificate of authority from the Untied States secretary of the treasury to qualify as a Page 4of 6 G:\ 1210\4135-32\PROJECT\Specifications\8 -Supplementary Conditions to Part C -Section C1 .doc Revised 10/24/02 L. 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 C3-3.11 INSURANCE delete subparagraph "a . COMPENSATION INSURANCE". 3. Pg. C3-3(6 ), Paragraph C3-3 .11 INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING ". 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 prov isions 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 provis ion 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 ex amine and photocopy any d irectly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities , and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article . City shall give subcontractor reasonable advance notice of intended audits. (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of cop ies as follows : 1. 50 copies and under -10 cents per page 2, More than 50 copies -85 cents for the first page plus fifteen cents for each page thereafter M . SITE PREPARATION : The 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 construct ion operations . The contractor's attention is directed to paragraph C6-6.10 work within easements , page C6-6(4 ), part C -General Conditions of the Water Department General Contract Document and General Specifications . Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe . N. Reference Part C -General Conditions , Section C6-6.8 BARRICADES, WARNINGS AND WATCHMEN : Page 5of 6 G:\1210\4135-32\PROJECT\Specifications\8-Suppl ementary Conditions to Part C -Section C1.doc Re vised 10/24/02 0 . 1. Wherever the word Watchmen appears in this paragraph , it shall be changed to the word flagmen . 2. In the first paragraph, lines five (5) 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 . P. WAGE RA TES: 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 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 . Page 6of 6 G :\1210\4135-32\PROJECT\Specifications\8 -Supplementary Conditions to Part C - Section C1 .doc Revised 10/24/02 -9- SPECIAL CONDITIONS (Water Department) 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 PART D -SPECIAL CONDITIONS GENERAL ........................................................................................................................ 3 COORDINATION MEETING ............................................................................................ 5 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW .................. 5 COORDINATION WITH FORT WORTH WATER DEPARTMENT .................................. ? CROSSING OF EXISTING UTILITIES ............................................................................ 7 EXISTING UTILITI ES AND IMPROVEMENTS ................................................................ 8 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 ACCEP1ANCE ....................................................... 10 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK .................................. 10 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ............................. 11 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 ........................................................................................................... 13 TRENCH EXCAVATION, BACKFILL, AND COMPACTION .......................................... 13 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 .................................................................................... 19 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES ................. 20 DETECTABLE WARNING TAPES ................................................................................. 22 PIPE CLEANING ............................................................................................................ 22 DISPOSAL OF SPOIL/FILL MATERIAL ......................................................................... 23 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 ............... · ........................................................................................ 28 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ........... 28 SAMPLES AND QUALITY CONTROL TESTING .......................................................... 30 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 ............................. 38 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ....................... 38 CONCRETE ENCASEMENT OF SEWER PIPE ............................................................ 39 SC-1 G :\1210\4135 -32\PROJECnSpecifications\9 -Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS D-50 CLAY DAM ..................................................................................................................... 39 D-51 EXPLORATORY EXCAVATION (D -HOLE) ................................................................... 39 D-52 INSTALLATION OF WATER FACILITIES ..................................................................... .40 52 .1 Polyvinyl Chlorid e (PVC) Wate r Pip e ............................................................................ .40 52 .2 Blocki ng .......................................................................................................................... 40 52 .3 Type of Ca si ng Pipe ...................................................................................................... .40 52 .4 Tie -Ins ............................................................................................................................ 40 52 .5 C o nn ection of Existing Mains ........................................................................................ .40 52 .6 Valve Cut-lns .................................................................................................................. 41 52.7 Water Service s ............................................................................................................... 41 52 .8 2-lnch Tempora ry Serv ice Line ..................................................................................... .4 3 52 .9 Purging and Ste rilization of Water Lin es ....................................................................... .44 52 .10 Work Near Pressure Plan e Bo und a ries ........................................................................ .44 52 .11 Water Samp le Station ................................................................................................... .44 52.12 Ducti le Iron and Gray Iron Fittings ............................................... , ................................. .45 D-53 SPRINKLING FOR DUST CONTROL ........................................................................... .45 D-54 DEWATERING ............................................................................................................... 46 D-55 TRENCH EXCAVATION ON DEEP TRENCHES ......................................................... .46 D-56 TREE PRUNING ........................................................................................................... .46 D-57 TREE REMOVAL ........................................................................................................... 47 D-58 TEST HOLES ................................................................................................................. 47 D-59 PUBLIC NOTIFICATION PRIOR TO BEGINN I NG CONSTRUC T ION AND NOTIFICATION D-60 D-61 D-62 D-63 D-64 D-65 D-66 D-67 D-68 OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION .. .47 TRAFFIC BUTIONS ...................................................................................................... 48 SANITARY SEWER SERVICE CLEANOUTS ............................................................... .48 TEMPORARY PAVEMENT REPAIR. ............................................................................ .49 CONSTRUCTION STAKES ........................................................................................... 49 EASEMENTS AND PERMITS ....................................................................................... .49 PRE -CONSTRUCTION NEIGHBORHOOD MEETING .................................................. 50 WAGE RATES .............................................................................................................. 50 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ....................................... 50 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) ......................................................................................................................... 51 COORDINATION WITH THE CITY 'S REPRESENTATIVE FOR OPERATIONS OF EXIST ING WATER SYSTEMS ...................................................................................... 53 D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD .................................................. 53 D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION ....................................................... 53 D-72 AIR POLLUTION WATCH DAYS ........................................ ~ .............................................. 54 D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ........................................... 55 SC-2 G :\1210\4 135-32\PROJECT\Specifications\9 -Part D.doc 10/27/04 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 CAPITAL IMPROVEMENT PROJECTS, CONTRACT 18 STREET RECONSTRUCTION, WATER AND SANITARY SEWER REPLACEMENT ON ANDREWS A VENUE, DALLAS A VENUE, HEITT COURT, AND LIBERTY STREET FORT WORTH, TEXAS CITY PROJECT NO. 00162 D.O .E. NO. 4838 WATER PROJECT NO. P253-541200-60517-0016283 SEWER PROJECT NO. P258-541200-70517-0016283 T/PW PROJECT NO. C200-541200-20550-0016283 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: SC-3 G :\1210\4135-32\PROJECT\Specifications\9 -Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH 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 Bu ilding, Fort Worth , Texas 76102 . The specifications applicable to each pay item are indicated by the call-out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A . DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered , accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place . The mere fact that a proposal was dispatched will not be considered . The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and the name or description of the project as designated in the "Notice to Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102 . B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for open ing 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 mav, at the option of the Owner, be returned unopened . C . TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals , provided such telegraph ic communication is received by the Purchasing Manager prior to the said proposal opening time , and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time . If such confirmation is not received within forty -eight (48) hours after the proposal opening time , no further consideration will be given to the proposal. SC-4 G :\121-0\4135-32\PROJECT\Specifications\9 -Part O.doc 10/27/04 PART D -SPECIAL CONDITIONS D-2 COORDINATION MEETING For coordination purposes , weekly meetings at the job site may be required to maintain the project on the desired schedule . The contractor shall be present at all meetings . 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 equ ipment or materials , or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors , office supply deliveries, and delivery of portable toilets . B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code , Section 401 .011 (44) or all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended . E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 1. A certificate of coverage , prior to that person beginning work on the · project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project ; and SC -5 G :\1210\4135-32\PROJECnSpecifications\9-Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS 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. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to : 1. Provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all of _i ts 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 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 SC-6 G :\1210\4135-32\PROJECT\Specifications\9 -Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS · 7 . Contractually require each person with whom it contracts , to perform as required by paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom they are providing services . 8 . By signing this contract or providing or causing to be provided a certificate of coverage , the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the proj ect will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts , and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured , with the commission's Division of Self- Insurance Regulation . Providing false or misleading information may subject the contractor to administrative, criminal , civil penalties or other civil actions. 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 inform ing 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 . Th is 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 SC-7 G :\1210\4135-32\PROJECnSpecifications\9 -Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping . The material for sanitary sewer serv ice lines shall be extra strength cast iron soil pipe with polyethylene wrapping . Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps . Backfill, fittings , tie-ins and all other associated appurtenances required are deemed subsidiary work , the cost of which shall be included in the price bid in the Proposal for each bid item. D-6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures . However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans , or to show them in their exact location . It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines , or other property exposed by his construction operat ions. Contractor shall make all necessary provisions (as approved or authorized by the applicable utility company) for the support , protection or relocation , and/or temporary 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 below ground during construction . The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed . NO ADDITIONAL COMPENSATION WILL BE ALLOWED . Where existing utilities or service lines are cut , broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction , or better, unless otherwise shown or noted on the plans, at his own cost and expense . The Contractor shall immediately notify the Owner of the damaged utility or service line . He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground . D-7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions . It will be the responsibility of the Contractor to protect both the new line and the existing lines from these possibly excessive loads . The Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the site. Any damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense , to the satisfaction of the City. SC-8 G :\1210\4135-32\PROJECT\Specifications\9 -Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more frequent crossings of the pipes are allowed . It still is, however, the responsibility of the Contractor to repair any damage to the existing or proposed lines, if the damage results from any phase of his construction operation . 0-8 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. 0-9 DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. 0-10 EXAMINATION OF SITE SC-9 G:\1210\4135-32\PROJECT\Specifications\9 -Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS 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. 0-11 ZONING COMPLIANCE During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. 0-12 WATER FOR CONSTRUCTION The Contractor at his own expense will furnish water for construction. 0-13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property. 0-14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as all construction has been completed. No more than seven days shall elapse after completion of construction before the roadway, right-of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative . This cleanup shall include removal of all objectionable rocks , pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. The City of Fort Worth Department of Engineering shall give final acceptance of the completed project work. 0-15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK SC-10 G :\1210\4135-32\PROJECT\Specifications\9 -Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS Prior to executing the Contract , it shall be the responsibility of the Contractor to furnish a schedule outlining the anticipated time for each phase of construction with starting and completion dates, including sufficient time being allowed for cleanup. The Contractor shall not commence with water and/or sanitary sewer installation until such time that the survey cut-sheets have been received from the City inspector. D-16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 1. A warning sign not less than five inches by seven inches , painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks , power shovels, drilling rigs, pile drivers , hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING -UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES ." 2 . Equipment that may be operated within ten feet of high voltage lines shall have insulating cage-type of guard about the boom or arm, except back hoes or dippers , and insulator links on the lift hook connections . 3 . When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (ONCORE) who will erect temporary mechanical barriers , de-energize the lines, or raise or lower the lines. The work done by the power company shall not be at the expense of the City of Fort Worth . The notifying department shall mainta in an accu rate 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 ent itled 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 un it 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 SC-11 G :\1210\4135-32\PROJECT\Specificat ions\9 -Part D .doc 10/27/04 PART D -SPECIAL CONDITIONS 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 : (817) 871-8306 M-F 7:30 am to 4 :30 p.m. or (817)871-8300 Nights and Weekends Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed . D-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks and/or driveways, such sidewalks and/or driveways shall be completely replaced for th ·e full existing width , between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works Department Standard Specifications for Construction, Item 504. At locations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced to match type and geometry of the removed curb and gutter shall be installed in accordance with City of Fort Worth Public Works Department Standard Specification for Construction, Item 502. Payment for cutting, backfill, concrete , forming materials and all other associated appurtenances required, shall be included in the square yard price of the bid item for concrete sidewalk or driveway repair. D-21 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. D-22 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208.2 -Materials and Division 2 Item 208.3 -Materials Sources . Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill, Construction Specifications, General Contract Documents . SC-12 G :\1210\4135-32\PROJECT\Specifications\9 -Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS Payment for crushed limestone backfill in place shall be made at the un it price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-2 .16 Measurement of Backfill Materials , Construction Specifications, and General Contract Documents. D-23 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts Figures 1 through 5 refer to using 2:27 Concrete as base repair. Since this call-out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete. D-24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lots, driveways, gravel surfaced roads , within easements, and within existing or future R.O .W . shall be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein. 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 trenching operations shall be confined to the width of permanent rights-of-way, permanent easements, and any temporary construction easements . All excavation shall be in strict compl iance with the Trench Safety Systems Special Condition of this document. 2 . TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill mustbe 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 E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following : Sieve Size 1" 1/2" % Retained 0-10 ' 40-75 SC-13 G :\1210\4135-32\PROJECnSpecifications\9 -Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS 3/8 " #4 #8 55-90 90-100 95-100 All other provisions of this section shall remain the same . 3. TRENCH COMPACTION : All trench backfill shall be placed in lifts per E2-2.9 Backfill . Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90% Standard Proctor Density (A.S.T.M . 0698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted as described above must be within +-4% of its optimum moisture content. The top two (2) feet of sewer line trenches and the top eighteen (18) i nches of water line may be rolled in with heavy equipment tires , provided it is placed in lifts appropriate to the material being used and the operation can be performed without damage to the installed pipe. The City , at its own expense, will perform trench compaction tests per A.S.T.M . standards on all trench backfill. Any retesting required as a result of failure to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City . These so il density tests shall be performed at two (2) foot vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested . No extra compensation will be allowed for exposing the backfill layer to be tested or provid ing trench safety system for tests conducted by the City . 4 . MEASUREMENT AND PAYMENT : All material , with the exception of Type "B" backfill , and labor costs of excavation and backfill will be included in the price bid per linear foot of water and sewer pipe. Type "B" backfill shall be paid for at a pre-bid unit price of $15.00 per cubic yard . 0-25 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing . pavement repair equal to or superior in composition, thickness , etc., to existing pavement as detailed in the Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts , Figures 2000-1 through 2000-3 . The results of the street cores that were conducted on the project streets , to determine HMAC depths on existing streets, are provided in these specifications and contract documents. All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls . The trench shall be backfilled and the top nine (9) inches shall be filled with required materials as shown on paving details , compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced . All residential driveways shall be accessible at night and over weekends . SC-14 G :\1210\4135-32\PROJECT\Specifications\9 -Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less in width . Therefore , at the locations in the project where the trench wall is three (3) feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter line. The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will permit repaving . If paving conditions are not suitable for repaving , in the op inion of the Owner, the repaving shall be done at the earliest possible date. A permit must be obtained from the Department of Engineering Construction Services Section by the Contractor in conformance with Ordinance No . 3449 and/or Ordinance No . 792 to make utility cuts in the street. The Department of Engineering will inspect the paving repair after construction . This permit requirement may 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 1926, Sub-Part P -Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety . C . DEFINITIONS : 1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width , where the width measured at the bottom is not greater than fifteen (15) feet. 2 . BENCHING SYSTEM -Benching means excavating the sides of a trench to form one or a series of horizontal level or steps, usually with vertical or near-vertical surfaces between levels. 3. SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are inclined away from the excavation . 4. SHIELD SYSTEM -Shields used in trenches are generally referred to as "trench boxes" or "trench shields". Sh ield 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 . SC-15 G :\1210\4135 -32\PROJECT\Specifications\9 -Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS 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 vert ical measurement from the top of the exist ing ground to the bottom of embedment or bottom of excavation . The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. E. PAYMENT -Payment shall be full compensation for safety system design , labor, tools , materials , equipment and incidentals necessary for the installation and removal of trench safety systems . D-27 SANITARY SEWER MANHOLES A. GENERAL: The installation , replacement , and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans , and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Eng ineer. All manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes , Valve Vaults, Etc ., and E2-14 Vault and Manhole Construction of the General Contract Documents and Specifications , unless amended or superseded by requirements of this Special Condition . For new sewer line installations, the Contractor shall temporarily plug all lines at every open manhole under construction in order to keep debris out of the dry sewer lines . The plugs shall not be removed until the applicab le manhole complete with cone section has been constructed and the lid installed to keep out debris as a result of additional construction . 1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per Figure 121 . 2. WATERTIGHT MANHOLE INSERTS: Watertight gasket manhole inserts shall be installed in all sanitary sewer manholes . Inserts shall be constructed in accordance with Fort Worth Water Department Standard E100-4 and shall be fitted and installed according to the manufacturer's recommendations. Stainless Steel manhole inserts shall be required for all pipe diameters 18 " and greater. 3. LIFT HOLES: All lift holes shall be plugged with a pre-cast concrete plug . The lift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout. 4. FINAL RIM ELEVATIONS: Manhole rims in parkways , lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the surrounding ground . Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground . The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regarded near the manhole. Manholes in open fields , unimproved land, or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade . 5. MANHOLE COVERS : All lids shall have pick slots in lieu of pick holes . Manhole frames and covers shall be McKinley , Type N, with indented top design , or equal , with pick slots. Covers SC-16 G :\1210\4135-32\PROJECT\Specifications\9 -Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS shall set flush with the rim of the frame and shall have no larger than 1 /8-inch gap between the frame and cover. Bearing surfaces shall be machine finished. Locking manhole lids and frames will be restricted to locations within the 100-year floodplain and areas specifically designated on the plans. Certain teed Ductile Iron Manhole Lids and Frames are acceptable for use where locking lids are specified . 6. SHALLOW CONE MANHOLES: Shallow manhole construction will be used when manhole depth is four (4) feet or less. All shallow cone manholes shall be built in accordance with Figure 105. All shallow cone manholes shall have a cast iron lid and frame with pick slots . NOTE : MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED . 7. MANHOLE STEPS : No manhole steps are to be installed on any sanitary sew~r 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 ADJUSTING EXISTING MANHOLES: Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. SC-17 G :\1210\4135-32\PROJECnSpecifications\9 -Part D .doc 10/27/04 PART D -SPECIAL CONDITIONS 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 Eng ineer, shall be replaced w ith a pre-cast flattop section . Pre-cast concrete rings , or a pre-cast concrete flattop section will be the only adjustments allowed . In brick or block manholes , replace the upper portion of the manhole to a point 24 inches below the frame . If the walls or cone section below this level are structurally unsound , notify the Engineer prior to replacement of the grade rings and manhole frame . Existing brickwork , if damaged by the Contractor, shall be replaced at the Contractor's expense . Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris . Coat exposed manhole surfaces with an approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface . If the inside diameter of the manhole is too large to safely support new adjustment rings or frames , a flat top section shall be installed . Joint surfaces between the frames , adjustment rings , and cone section shall be free of dirt, stones , debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint , or use trowelable material in lieu of pre-formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole. No steel shims , wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame . In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface . The top of the casting shall be 1/8 inch below the finished elevation . Allowances for the compression of the joint material shall be made to assure a proper final grade elevation . 3 . EXPOSED EXTERIOR SURFACES : All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"; Tnemec "46-450 Heavy Tnemecol", or equal, to a min imum of 14 mils dry film thickness. 4. The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant from 6- inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling . C . MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to , joint sealing, lift hole sealing and exterior surface coating . Payment shall not include pavement replacement, which if required , shall be paid separately . The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole, including, but not limited to, excavation , backfill , disposal of materials , joint sealing, lift hole sealing and exterior surface coating . Payment shall not include pavement replacement, which if required , shall be paid separately . SC-18 G :\1210 \4135-32\PROJECT\Specifications\9 -Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS The price bid for adjusting and/or sealing of existing manholes shall inc lude all labor, equipment and materials necessary for adjusting and/or sealing the manhole , including but not limited to , joint sealing, lift hole sealing, and exterior surface coating. Payment for concrete collars will be made per each . Payment for manhole inserts will be made per each . D-28 SANITARY SEWER SERVICES Any reconnection , relocation, re-routes , replacement , or new sanitary sewer service shall be required as shown on the plans , and/or as described in these Special Contact Documents in addition to those located in the field and identified by the Engineer as active sewer taps. The service connections shall be constructed by the Contractor utilizing standard. factory manufactured tees. City approved factory manufactured saddle taps may be used , but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-~ase 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 Enginee r. 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 . Elevat ions 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- SC-19 G:\1210\4135-32\PROJECT\Specifications\9 -Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS 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 fitt ings . The fitting shall be a urethane or neoprene coupling A.S.T.M. C-425 with series 300 stainless steel compression straps . The Contractor shall remove the existing clean-out and plug the abandoned sewer service line. The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocat ions located on private property. Furthermore , the contractor shall utilize the services of a licensed plumber for all service line work on private property . Permit(s) must be obtained from the City of Fort Worth Development Department for all service line work on private property and all work related to the service line must be approved by a City of Fort Worth Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-route . Payment for work and materials such as backfill, removal of existing clean-outs , plugging the abandoned sewer service line, double checking the grade of the installed service line , pipe fittings , surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of way . Payment for all work and material involving the "tap" shall be included in the price bid for sanitary sewer service taps . D-29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as shown on the plans, and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with Section E2-1.5 Salvaging of Material and E2-2 . 7 Removing Pipe , of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. A. SALVAGE OF EXISTING WATER METER AND METER BOX : Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1 .5 Salvaging of Materials. B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water meter and concrete vault lid shall be removed and returned to the Water Department warehouse by the SC-20 G :\1210\4135-32\PROJECT\Specifications\9 -Part D .doc 10/27/04 PART D -SPECIAL CONDITIONS Contractor in accordance with Section E2-1 .5 Salvaging of Materials. The concrete vault shall be demolished in place to a point not less than 18 inches below final grade. The concrete vault shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade . C. SALVAGE OF EXISTING FIRE HYDRANTS : Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1 .5 Salvaging of Materials . The void shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. D. SALVAGE OF EXISTING GATE VALVE : Existing gate valve and valve box and lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials'. The void area caused by the valve removal shall be 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 ~pecified 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 . SC-21 G :\1210\4135-32\PROJECT\Specifications\9 -Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS 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 ex isting 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. C. PAYMENT: Payment for all work and material involved in salvaging , abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe , except as follows : separate payment will be made for removal of all fire hydrants , gate valves , 16 inch and larger, and sanitary sewer manholes , regardless of location . Payment will be made for salvaging, abandoning and/or removing all other existing facilities when said facility is not being replaced in the same trench (i.e ., when removal requires a separate trench). L. ABANDONMENT OF EXISTING SEWER LINES : Where plans call for abandonment of existing sewer mains after the construction of a new sewer main , the Contractor shall be responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a final determination that all existing service connections have been relocated to the new main . Once this determination has been made , the existing main will be abandoned as indicated above in Item I. D-30 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pipe. The detectable tape shall be "Detect Tape" manufactured by Allen Systems , Inc. or approved equal , and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids , chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall not be less than two inches with a minimum unit we ight of 2~ pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows : Type of Utility Color Code Water Safety Blue Sewer Safety Green Legends Caution! Buried Water Line Below Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the pipe. Payment for work such as backfill, bedding, blocking, detectable tapes, and all other associated appurtenances required shall be included in the unit price bid for the appropriate bid item(s). D-31 PIPE CLEANING SC-22 G:\1210\4135-32\PROJECT\Specifications\9 -Part D .doc 10/27/04 PART D -SPECIAL CONDITIONS Joints shall be wiped and then inspected for proper installation by the inspectors. Each joint shall be swept daily and kept clean during installation . A temporary night plug shall be installed on all exposed pipe ends during any period of work stoppage. D-32 DISPOSAL OF SPOIL/FILL MATERIAL Prior to the disposing of any spoil/fill material , the Contractor shall advise the Director of Engineering Department , acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material . until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No . 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodplain . Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that ttie site is not in a known flood plain or by a Flood Plain Fill Perm it authorizing fill within the flood plain . Any expenses associated with obtaining the fill permit , including any necessary Engineering studies , shall be at the Contractor's expense . In the event that the Contractor disposes of spoil/fill material at a s ite 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 release of mechanics and material men 's liens upon receipt of payment. D-34 SUBSTITUTIONS The specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material, which has been specified. Where the term "or equal ", or "or approved equal" is used , it is understood that if a material , product , or piece of equipment bearing the name so used is furnished, it will be approvable , as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City . If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute . Where the term "or equal ", or "or approved equa l" 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 , sl ip-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 furnish ing all labor, material , and equipment necessary for the clean ing and inspection of the sewer lines by means of closed circuit television. Satisfactory SC-23 G:\1210\4135-32\PROJECnSpecifications\9 -Part D .doc 10/27/04 PART D -SPECIAL CONDITIONS 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 des ignated to be cleaned . Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream . The equipment shall carry its own water tank , auxiliary engines, pumps , and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in d iameter around the outer periphery to ensure removal of grease . If sewer cleaning balls or other equipment, which cannot be collapsed , is used , special precautions to prevent flooding of the sewers and public or private property shall be taken . The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 2. CLEANING PROCEDURES : The designated sewer manholes shall be cleaned using high- ve locity jet equipment. The equipment shall be capable of removing dirt , grease , rocks , sand , and other materials and obstructions from the sewer lines and manholes . If cleaning of an entire section cannot be successfully performed from one manhole , the equipment shall be set up on the other manhole and cleaning again attempted . If, again , successful cleaning cannot be performed or equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists , and the cleaning effort shall be abandoned. When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures , the water shall be conserved and not used unnecessarily . No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before using any water from the City Water Distribution System , the Contractor shall apply for and receive permission from the Water Department. The Contractor shall be responsible for the water meter and related charges for the setup, including the water usage bill. All expenses shall be considered incidental to cleaning . 3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other solid or . semisolid material resulting from the cleaning · operation shall be removed at the downstream manhole of the section being cleaned. Passing material from manhole section to manhole section , which could cause line stoppages, accumulations of sand in wet wells , or damage pumping equipment, shall not be permitted . · 4 . All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from the site no less often than at the end of each workday and disposed of at no additional cost to the City . 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES , CATCH BASINS , STORM DRAINS OR SANITARY SEWER MANHOLES. SC-24 G :\ 1210\4135-32\PROJECnSpecifications\9 -Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS 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 per iphery of the pipe . The camera shall be operative in 100% humidity conditions. The camera , television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection . B. EXECUTION : 1. TELEVISION INSPECTION : The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches , power winches , TV cable , and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line . 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 poihts 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 SC-25 G :\1210\4135-32\PROJECnSpecifications\9 -Part D .doc 10/27/04 PART D -SPECIAL CONDITIONS furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days . Equipment shall be provided to the City by the Contractor for review of the tapes. The Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re-televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made . Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS . Upon completion of review of the tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer are to be corrected . The Engineer will return tapes to the Contractor upon completion of review . All costs associated with this work shall be incidental to unit prices bid for items under Television Inspection of the Proposal. C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS : The cost for Pre-Construction Cleaning and Television Inspection of sanitary sewers shall be per linear foot of sewer actually televised . The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to existing sewer conditions and for providing appropriate means for review of the tapes by the Engineer including collection and removal, transportation and disposal of sand and debris from the sewers to a legal dump site. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The primary purpose of cleaning is for television inspection and rehabilitation; when a portion of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall be incidental and no payment shall be made. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included in the bid price for TV Inspections . The cost of retrieving the TV Camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to TV Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D-36 VACUUM TESTING OF SANITARY SEWER MANHOLES D. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes . SC-26 G:\1210\4135-32\PROJECT\Specifications\9 -Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS B. EXECUTION : 1. TEST PROCEDURE : Manholes shall be vacuum tested prior to any interior grouting with all connections in place . Lift holes shall be plugged, and all drop -connections and gas sealing connections shall be installed prior to testing. The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole. The plugs shall be installed in the lines beyond the drop- connections , gas sealing connections , etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations . A vacuum of ten inches of mercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed , the level of vacuum shall be read after the required test time . The required test time shall be determined from the Table I below in accordance with ASTM C1244-93 : Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (1 O"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. SC-27 G :\1210\4135-32\PROJECT\Specifications\9 -Part D.doc 10/27/04 - PART D -SPECIAL CONDITIONS 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. 0-37 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 . 0-38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television inspection performed by an independent sub-Contractor hired by the prime Contractor. Work shall consist of furnishing all labor, material, and equipment necessary for inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection . Lighting for the camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. C. EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute . Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer. When manually operated winches are used to pull the television camera through the line , telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew . The importance of accurate distance measurements is emphasized. All television inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device . Marking on the cable, or the like, which would SC-28 G :\1210\4135-32\PROJECnspecifications\9 -Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS require interpolation for depth of manhole, will not be allowed . Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape , or other suitable device , and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retr ieving the Television camera, under all circumstances , when it becomes lodged during inspection, shall be incidental to Television inspection. Sanitary sewer mains must be laced with enough water to fill all low pints . The television inspection must be done immediately following the lacing of the main with no water flow . If sewer is active , flow must be restricted to provide a clear image of sewer being inspected . 2 . DOCUMENTATION : Television Inspection Logs : Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection . All television logs shall be referenced to stationing as shown on the plans . A copy of these television logs will be supplied to the City . 3. PHOTOGRAPHS : Instant developing , 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations . 4 . VIDEOTAPE RECORDINGS : The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed . Video tape recording playback shall be at the same speed that it was recorded . The television tapes shall be 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. SC-29 G:\1210\4135-32\PROJECT\Specifications\9 -Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS . The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable , regular sewer service to the area residents . All bypass pumping shall be incidental to the project. D-39 SAMPLES AND QUALITY CONTROL TESTING A. The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken . The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto . B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate , cement, and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City . C. Quality control testing of in-place material on this project will be performed by the city at its own expense . Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested . E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. D-40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) A. DESCRIPTION : This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms , sediment basins , fiber mats, jute netting, temporary seeding , straw mulch, asphalt mulch , plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other devices. B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right-of-way , clearing and grubbing, the surface area of erodible-earth material exposed by excavation , borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water courses , lakes, ponds or other areas of water 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 SC-30 G :\1210\4135-32\PROJECT\Specifications\9 -Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features , but are not associated with permanent control features on the project. The Engineer will limit the area of prepar ing right -of- way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading , mulching , seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule . Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. 2 . Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 3. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the · Engineer, mechanized equipment shall not be operated in live streams . 4 . When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream . Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream . 5. All waterways shall be cleared as soon as practicable of false work, piling , debris or other obstructions placed during construction operations that are not a part of the finished work . 6 . The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils , bitumen, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. 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 SC-31 G :\1210\4135-32\PROJECnSpecifications\9 -Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS 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, th~ 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. D-43 SITE RESTORATION The contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one-tenth (0 .1) of a foot. D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List , for the bid to be considered responsive. Products and processes listed in the "City of Fort Worth Standard Product List shall be considered to meet City uf Fort Worth minimum technical requirements . D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Specifications for Topsoil, Sodding and Seeding . 1. TOPSOIL DESCRIPTION : This item will consist of furnishing and placing a minimum of six (6) inches of topsoil, free from rock and foreign material , in all parkways and medians to the lines and grades as established by the Engineer. CONSTRUCTION METHODS: Topsoil will be secured from borrow sources as required to supplement material secured from street excavation. All excavated materials from streets which is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a borrow source . Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways . SC-32 G :\1210\4135-32\PROJECnSpecifications\9-Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS 2 . SODDING DESCRIPTION : Sodding will consist of furnishing and planting Bermuda, Buffalo or St. Augustine grass in the areas between the curbs and walks , on terraces , in median strips , on embankments or cut slopes , or in such areas as designated on the Drawings and in accordance with the requirements of this Specification . Recommended Buffalo grass varieties for sodding are Prairie and 609 . MATERIALS : Sod shall consist of live and growing Bermuda , Buffalo or St. August ine grass secured from sources where the soil is fertile . Sod to be placed during the dormant state of these grasses shall be alive and acceptable . Bermuda and Buffalo grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum thickness of native soil attached to the roots . St. Augustine grass sod shall have a healthy , virile root system of dense , thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots . The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hard iness when transplanted. Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn. 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 ar,ound 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 SC-33 G :\1210\4135-32\PROJECnSpecificat ions\9 -Part D .doc 10/27/04 PART D -SPECIAL CONDITIONS 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 ex isting at the time sodding operations were begun . Any excess dirt from plant ing operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance . The sodded areas shall be thoroughly watered immediately after they are planted and shall be subsequently watered at such times and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth . 3. SEEDING DESCRIPTION : "Seeding" will consist of prepari ng ground , prov iding and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance with these Specifications . MATERIALS: a . General. All seed used must carry a Texas Testing Seed label showing purity and germination , name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season 's crop and the date of analysis shown on each tag shall be w ithin nine (9) months of t ime of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers . A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. The specified seed shall equal or exceed the following percentages of Purity and germination : Common Name Purity Germination Common Bermuda Grass 95% 90% Annual Rye Grass 95% 95% Tall Fescue 95% 90% Western Wheatgrass 95% 90% Buffalo Grass Varieties Top Gun 95% 90% Cody 95% 90% Table 120.2.(2)a. URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS) Dates Feb 1 to Mixture for Clay or Tight Soils (Eastern Sections) Bermudagrass 40 Buffalograss 60 (Western Sections) Buffalograss 80 Bermudagrass 20 SC-34 G :\1210\4135-32\PROJECT\Specifications\9 -Part D.doc Mixture for Sandy Soils (All Sections) Bermudagrass 60 Buffalograss 40 10/27/04 PART D -SPECIAL CONDITIONS May 1 Total : 100 Total : 100 Total : 100 Table, 120.2.(2)b TEMPORARY COOL-SEASON SEEDING RA TE; (lb.) Pure Live Seed (PLS) Dates (All Sections) Aug 15 Tall Fescue 50 to Western Wheatgrass 50 May 1 Annual Rye 50 Total : 100 CONSTRUCTION METHODS : After the designated areas have been completed to the lines , grades , and cross -sections shown on the Drawings and as provided for in other items of this Contract, seeding of the type specified shall be performed in accordance with the requirements hereinafter described . 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 d itches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross -section previously provided and existing at the time planting operations were begun . BROADCAST SEEDING : The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas shown on the Draw i ngs 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 the area shown on the Drawings, or as directed to be seeded , shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed . The area shall then be finished to line and grade as specified under "Finishing" in Section D-45 , Construction Methods. SC-35 G :\1210\4135-32\PROJECT\Specifications\9 -Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS 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 to insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil penetration . * Slit-seeding , is achieved through the use of an implement which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4. HYDROMULCH SEEDING : If hydro mulch seeding is provided , seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes. 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications. MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis . The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law . A pelleted or granulated fertilizer shall be used with an analysis of 16-20-0 or 16-5- 8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists. SC-36 G :\1210\4135-32\PROJECT\Specifications\9 -Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted or granulated fertil izer with a lower concentration . Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS : When an item for fertilizer is included in the Drawings and proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work . Fertilizer shall be dry and in good physical condition. Fertilizer that is powdered to caked will be rejected . Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings , fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of "Seeding". MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in place on the project site . Measurement will be made only on topsoils secured from borrow sources . Acceptable material for "Seeding" will be measured by the linear foot , complete in place . Acceptable material for "Sodding" will be measured by the linear foot , complete in place . Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding . PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work. Its price shall be full compensation for excavating (except as noted below), loading, hauling, placing and furnishing all labor, equipment, tools, supplies , and incidentals necessary to complete work . All labor, equipment, tools and incidentals 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. 0-46 CONFINED SPACE ENTRY PROGRAM SC-37 G:\1210\4135-32\PROJECT\Specifications\9 -Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS 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 be ing conducted for the project , the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete. 8 . The inspector along with appropriate City staff and the City 's consultant shall make an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected . 9. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected . 10 . Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price. Contractor shall still be required to address all other 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. D-48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) 1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs , tree trunks , and tree roots at each work site. All such measures shall be considered as incidental work included in the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering. 2 . Any and all trees located within the equipment operating area at each work site shall , at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the construction area. 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations. The Engineer shall be not ified at least 24 hours prior to any tree trimming work. No trimming work will be permitted within private property without written permission of the Owner. 4 . Nothing shall be stored over the tree root system within the drip line area of any tree . 5. Before excavation (off the roadway) within the drip line area of any tree , the earth shall be sawcut for a minimum depth of 2 feet. 6. At designated locations shown on the drawings, the "short tunnel" method using Class 51 D.1. pipe shall be utilized . SC-38 G :\1210\4135 -32\PROJECnSpecifications\9 -Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS 7. Except in areas where clearing is allowed , all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense . 8. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures . 9 . Short tunneling shall consist of power augering or hand excavation . The tunnel diameter shall not be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipe installation shall be pressure grouted . D-49 CONCRETE ENCASEMENT OF SEWER PIPE Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of concrete encasement as measured in place along the centerline of the pipe for each pipe diameter indicated . The Contract Unit Price shall include all costs associated with installation and reinforcement of the concrete encasement. D-50 CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Construction , figure in the Drawings in these Specifications , at locations indicated on the Drawings or as directed by the City . Clay dams shall be keyed into undisturbed soil to make an impervious barrier to reduce groundwater percolation through the pipeline trench . Construction material shall consist of compacted bentonite clay or 2 :27 concrete . Payment for work such as forming , placing and finishing shall be subsidiary to the price bid for pipe installation . D-51 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of ill! existing utilities prior to construction , in accordance with item D-6. At locations identified on the draw ings , 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 modifications . The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). Payment shall not be made for verification of existing utilities per item D-6 . Payment for exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer , shall include full compensation for all materials, excavation , surface restoration , field surveys , and all incidentals necessary to complete the work , shall be the unit price bid . No payment shall be made for exploratory excavation(s) conducted after construction has begun . SC-39 G :\1210\4135-32\PROJECT\Specifications\9 -Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS D-52 INSTALLATION OF WATER FACILITIES 52.1 Polyvinyl Chloride (PVC) Water Pipe POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance with the material standard contained in the General Contract Documents . Payment for work such as backfill, bedding, blocking , detectable tapes and all other associated appurtenant required, shall be included in the linear foot price bid of the appropriate BID ITEM(S). 52.2 Blocking Concrete blocking on this Project will necessarily be required as shown on the Plans and shall be installed in accordance with the General Contract Documents. All valves shall have concrete blocking provided for supporting . No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the linear foot bid price of the pipe or the bid price of the valve. 52.3 Type of Casing Pipe 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E 1-15, E 1-5 and E 1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects . The steel casing pipe shall be supplied as follows: For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec . 2.2 and related sections in AWWA C-203 . Touch-up after field welds shall provide coating equal to those specified above. C . Minimum thickness for casing pipe used shall be 0.375 inch . Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company 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 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 the unit price bid per foot. 52.4 Tie-Ins The Contractor shall be responsible for making tie-ins to the existing water mains. It shall be the responsibility of the Contractor to verify the exact location and elevation of the existing line tie-ins . And any differences in locations and elevation of existing line tie-ins between the contract drawings and what may be encountered in the field shall be considered as incidental to construction . The cost of making tie-ins to existing water or sanitary sewer mains shall be included in the linear foot bid price of the pipe. 52.5 Connection of Existing Mains SC-40 G :\1210\4135-32\PROJECT\Specifications\9 -Part D .doc 10/27/04 PART D -SPECIAL CONDITIONS The Contractor shall determine the exact location, elevation , configuration and angulation of existing water or sanitary sewer lines prior to manufacturing of the connecting piece. Any differences in locations, elevation, configuration , and or angulation of existing lines between the contract drawings and what may be encountered in the said work shall be considered as incidental to construction . Where it is required to shut down existing mains in order to make proposed connections, such down time shall be coordinated with the Engineer, and all efforts shall be made to keep this down time to a minimum . In case of shutting down an existing main , the Contractor shall notify the Manager, Construction Services , Phone 871-7813 , at least 48-hours prior to the required shut down time . The Contractor's attention is directed to Paragraph C5-5 .15 INTERRUPTION OF SERVICE, Page C5-5(5), PART C -GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS . The Contractor shall notify the customer both personally and in writing as to the location , time, and schedule of the service interruption. The cost of removing any existing concrete blocking shall be included in the cost of connection . Unless bid separately all cost incurred shall be included_ in the linear foot price bid for the appropriate pipe size. 52.6 Valve Cut-Ins It may be necessary to cut-in gate valves to isolate the water main from which the extension and/or replacement is to be connected . This may require closing valves in other lines and putting consumers out of service for that period of time necessary to cut in the new valve ; the work must be expedited to the utmost and all such cut-ins must be coordinated with the engineer in charge of inspection. All consumers shall be individually advised prior to the shut out and advised of the approximate length of time they may be without service . Payment for work such as backfill, bedding, fittings , blocking and all other associated appurtenants required, shall be included in the price of the appropriate bid items . 52. 7 Water Services The relocation, replacement, or reconnection of water services will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All service's shall be constructed by the contractor utilizing approved factory manufactured tap saddles (when required) and corporation stops , type K copper water tubing, curb stops with lock wings, meter boxes, and if required approved manufactured service branches. All materials used shall be as specified in the Material Standards (E 1-17 & 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. SC-41 G :\ 1210\4135-32\PROJECT\Specifications\9 -Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS A minimum of 24 hours advance notice shall be given when service interruption will be required as specified in Section C5-5 .15 INTERRUPTION OF SERVICE . All water service meters shall be removed, tagged , and collected by the contractor for pickup by the Water Department for reconditioning or replacement. After installation of the water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 1. WATER SERVICE REPLACEMENTS : Water service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street 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 w ith lock wings , service line adjustment, and any relocation of up to 12-inches from center line existing meter location to center line proposed meter location shall be included in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the service installation. Payment for all work and materials such as tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main . 1. WATER SERVICE RECONNECTION : Water service reconnection is required when the existing service is copper .and at adequate depth to avoid breakage during street reconstruction . The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop. The contractor will be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. 2 . WATER SERVICE METER AND METER BOX RELOCATIONS : When the replacement and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve (12) inches, as measured from the center line of the existing meter to location to the center line of the proposed meter location , separate payment will be allowed for the relocation of service meter and meter box . Centerline is defined by a line extended from the service tap through the meter. Only relocat ions made perpendicular to this centerline will be paid for separately. Relocations made along the centerline will be paid of in feet of copper service line . When relocation of service meter and meter box is required , payment for all work and materials such as backfill, fittings, five (5) feet of type K copper service and all materials, labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation . All other costs will be included in other appropriate bid item(s). This item will also be used to pay for all service meter and meter box relocations as required by the Engineer when the service line is not being replaced. Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate SC-42 G :\1210\4135-32\PROJECT\Specifications\9 -Part D.doc 10/27/04 -PART D -SPECIAL CONDITIONS payment at any time . Locations with multiple service branches will be paid for as one service meter and meter box relocation . 4 . NEW SERVICE: When new serv ices are required the contractor shall install tap saddle (when required), corporation stop , type K copper service line, curb stop with lock wings , and meter box . Reinforced plastic meter boxes with cast iron lid shall be provided for all 2 inch water meters or smaller. The reinforced plastic water meter boxes shall comply with section E 1-18A -Reinforced Plastic Water Meter Boxes . Payment for all work and materials such as backfill , fittings , type K copper tubing, and curb stop with lock wings shall be included in the Linear Foot price bid for Service Line from Main to Meter five (5) feet behind the meter. Payment for all work and materials such as tap saddle , corporation stops, and fittings shall be included in the price bid for Service Taps to Mains . Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box . 1. MULTIPLE SERVICE BRANCHES: When multiple service branches are required the contractor shall furnish approved factory manufactu red branches. Payment for multiple service branches will include furnishing and installing the multiple service branch only and all other cost will be included in other appropriate bid item(s). 2 . MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service line that is applicable for the size of the existing service meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid item(s). 52.8 2-lnch Temporary Service Line A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide temporary water service to all buildings that will necessarily be required to have severed water service during said work. The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service 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. SC-43 G :\1210\4135-32\PROJECT\Specifications\9 -Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS 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 I 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 amount of water used during construction , the Contractor will install a fire hydrant meter for all temporary service lines . Water used during construction for flushing new 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 responsib ility for the meters until such time as the contractor returns those meters to the inspector. Any damage to the meters will be the sole responsibility of the contractor. The Water Department Meter Shop will evaluate the condition of the meters upon return and if repairs are needed the contractor will receive an invoice for those repairs . The issued meter is for this specific project and location only . Any water that the contractor may need for personal use will require a separate hydrant meter obtained by the Contractor, at its cost, from the Water Department. 52.9 Purging and Sterilization of Water Lines Before being placed into service all newly constructed water lines shall be purged and sterilized in accordance with E2-24 of the General Contract Documents and Specifications except as modified herein . The City will provide all water for INITIAL cleaning and sterilization of water lines . All materials for construction of the project , including appropriately sized "pipe cleaning pigs ", chlorine gas or chlorinated lime (HTH) shall be furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to provide a chlorine residual of fifty (50) PPM. The residual of free chlorine shall be measured after 24 hours and shall not be less than 10 parts per million of free chlorine. Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary sewer not be available , chlorinated water shall be "de-chlorinated " prior to disposal. The line may not be placed in service until two successive sets of samples , taken 24 hours apart, have met the established standards of purity . Purging and sterilization of the water lines shall be considered as incidental to the project and all costs incurred will be considered to be included in the linear foot bid price of the pipe . 52.10 Work Near Pressure Plane Boundaries Contractor shall take note that the water line to be replaced under this contract may cross or may be in close proximity to an existing pressure plane boundary . Care shall be taken to ensure all "pressure plane" valves installed are installed closed and no cross connections are made between pressure planes 52.11 Water Sample Station SC-44 G :\1210\4135-32\PROJECT\Specifications\9 -Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge ; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops , and fittings shall be included in the price bid for Service Taps to Main . Payment for all work and materials necessary for the installation of the sampling station , concrete support block, curb stop, fittings , and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations . PAYMENT FOR FIGURE 33 INSTALLATIONS : Payment for all work and materials necessary for the installation tap saddle , gate valve , and fittings shall be included in the pr ice bid for Service Taps to Main . Payment for all work and materials necessary for the installation of the sampling station , modification to the vault , fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. 52.12 Ductile Iron and Gray Iron Fittings Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe, fittings , and Specials, Sub section E2-7.11 Cast Iron Fittings : E2-7.11 DUCTILE-IRON AND GRAY-IRON FITTINGS : All ductile-iron and gray-iron fittings shall be furnished with cement mortar lining as stated in Section E1-7. The price bid per ton of fittings shall be payment in full for all fittings, joint accessories, polyethylene wrapping , horizontal concrete blocking , vertical tie-down concrete blocking, and concrete cradle necessary for construction as designed . All ductile-iron and gray-iron fittings, valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E1-13 and Construction Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie-down concrete blocking , and concrete cradle . Payment for the polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking , and concrete cradle shall be included in bid items for vales and fittings and no other payments will be allowed . 0-53 SPRINKLING FOR DUST CONTROL SC-45 . G :\1210\4135-32\PROJECnSpecifications\9 -Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS 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 result i ng 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 C. NATURAL RESOURCES PROTECTION FENCE 3 . Steel "T" = Bar stakes , 6 feet long. 4 . Smooth Horse-Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 5. Surveyor's Plastic Flagging : "Tundra" weight, International fluorescent orange or red color. 6 . Combination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings . D. ROOT PRUNING 7 . Survey and stake location of root pruning trenches as shown on drawings. 8. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. 9. Backfill and compact the trench immediately after trenching . SC-46 G :\1210\4135-32\PROJECT\Specifications\9 -Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS 10 . Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 11 . Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity. Cover with wood chips of mulch i n order to equalize soil tempera ture and minimize water loss due to evaporation. 12 . Limit any grading work within conservation areas to 3-inch maximum cut or fill , with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection . E. MULCHING: Apply 2-inches to 4 -inches of wood chips from trimming or clearing operation on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price . D-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 . The Contractor shall immediately repair or replace any damage to utilities and private property including , but not limited to, water and sewer services , pavement, fences , walls , sprinkler system pip ing , etc ., at no cost to the Owner. All costs for tree removal , including temporary service costs , shall be considered subsidiary to the project contract price and no additional payment will be allowed . D-58 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock , if any , through which this pipeline installation is to be made is the responsibility of any and all prospect ive bidders , and any bidder on this project shall submit his bid under this condition .. Whether prospective bidders perform this subsurface exploration jointly or independently , and whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective bidders . If test borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location, or elevation, as shown on the boring logs . It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated. The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site. The cost of all rock removal and othe r-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 SC-47 G:\1210\4135-32\PROJECT\Specifications\9 -Part D .doc 10/27/04 PART D -SPECIAL CONDITIONS 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 t ime for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed . The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block . In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction , the contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as follows : The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption . The flyer shall be prepared on the contractor's letterhead and shall include the following information : Name of the project, DOE number, the date of the interruption of service , the period the interruption will take place , the name of the contractor's foreman and his phone number and the name of the City 's inspector and his phone number. A sample of the temporary water service interruption notification is attached . A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed . The contractor shall not be permitted to proceed with interruption of water service until the flyer has been delivered to all affected residents and bus inesses . Electronic versions of the sample flyers can be obtained from the Construction office at (817) 871- 8306 . All work involved with the notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made. 0-60 TRAFFIC BUTTONS The removal and replacement of traffic buttons is the responsibility of the contractor and shall be considered a subsidiary item . In the event that the contractor prefers for the Signals , Signs and Markings Division (SSMD) of the Transportation/Public Works Department to install the markings, the contractor shall contact SSMD at (817) 871-8770 and shall reimburse SSMD for all costs incurred , both labor and material. No additional compensation shall be made to the contractor for this reimbursement. 0-61 SANITARY SEWER SERVICE CLEANOUTS Whenever a sanitary sewer service line is installed or replaced , the Contractor shall install a two-way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high traffic areas SC-48 G :\1210\4135-32\PROJECnSpecifications\9 -Part O.doc 10/27/04 PART D -SPECIAL CONDITIONS such as driveways , streets , sidewalks, etc . whenever possible . When it is not possible, the cleanout stack and cap shall be cast iron . Payment for all work and materials necessary for the installation of the two-way service cleanout which are required to provide a complete and functional sanitary sewer cleanout shall be included in the price bid for Sanitary Sewer Service Cleanouts . 0-62 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base . The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideability on the street as well as provide a smooth transition between the existing pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary pavement repair pay item. The contractor shall be responsible for maintaining the temporary pavement until the paving contractor has mobilized . The paving contractor shall assume maintenance responsibility upon such mobilization . No additional compensation shall be made for maintaining the temporary pavement. 0-63 CONSTRUCTION STAKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary method of markings as may be found consistent with professional practice, establishing line and grades for roadway and utility construction, and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and Of!e set of excavation/or stabilization stakes , and one set of stakes for curb and gutter/or paving . It shall be the sole responsibility of the Contractor to preserve , maintain, transfer, etc ., all stakes furnished until completion of the construction phase of the project for which they were furnished . If the City or its agent determines that a sufficient number of stakes or markings provided by the City , have been lost, destroyed , or disturbed , to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for del_ay due to lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents . 0-64 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 SC-49 G :\ 1210\4135-32\PROJECnSpecifications\9 -Part D .doc 10/27/04 PART D -SPECIAL CONDITIONS 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 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 costs associated with compliance with the permit(s) including payment for flagmen shall be subsidiary to the bid item price for boring under the railroad. No additional payment will be allowed for this item . D-65 PRE-CONSTRUCTION NEIGHBORHOOD MEETING After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The contractor, inspector, and project manager shall meet with all affected residents and present the projecte d-' schedule, including construction start date, and answer any construction related questions . Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre- construction conference but in no case will construction be allowed to begin until this meeting is held. D-66 WAGE RA TES The labor classifications and minimum wage rates set forth herein have been predetermined by the __ City Council of the City of Fort Worth, Texas , in accordance with statutory requirements , as being the prevailing classifications and rates that shall govern on all work performed by the Contractor or an y-- Subcontractor on the site of the project covered by these Contract Documents. In no event shall less than the following rates of wages be paid. {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 th e-, 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 SC-50 G:\1210\4135-32\PROJECT\Specifications\9 -Part D .doc 10/27/04 PART D -SPECIAL CONDITIONS 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. 0-68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) PERMIT : As defined by Texas Commissior:i on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tnrcc.state.tx.us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater than 5 acres, the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOi shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee. SC-51 G :\1210\4135-32\PROJECT\Specifications\9 -Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS 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 T earn ; 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 prbject SWPPP's are available for viewing at the plans desk of the Department of Engineering . The selected Contractor shall be provided with three copies of the SWPPP after award of contract , along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY-DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the 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 SC-52 G :\1210\4135-32\PROJECT\Specifications\9 -Part D.doc 10/27/04 PART D -SPECIAL CONDITIONS be sent to th e C ity of Fort Worth Department of Environmental Management at the address listed above. A SWPPP , prepared as described above , shall be implemented at le ast 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 . Th e control measures sh all 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, d iversion dikes , interceptor swales , sediment traps and basins, pipe slope drain , inlet protection , stabilized construction entrances , seeding, sodding, mulching , soil retention blankets , or other structural or non -structural storm water pollution controls . The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION : Payment shall be made per lump sum as shown on the - proposal as full compensation for all items contained in the project SWPPP. FOR DISTURBED AREAS LESS THAN 1 ACRE , SPECIAL CONDITION D -40 SHALL BE APPLICABLE. 0-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative . The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project, the Contractor must coordinate this activity through the appropriate City representative . The Contractor shall not operate water line valves of existing water system . Failure to comply will render the Contra·ctor in violation of Texas Penal Code Title 7, Chapter 28 .03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. 0-70 ADDITIONAL SUBMITT ALS FOR CONTRACT AWARD The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in sole discretion may require, including but not limited to manpower and equipment records , information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame . Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested may be grounds for rejecting the apparent low bidder as non- responsive . Affected contractors will be notified in writing of a recommendation to the City Council. 0-71 EARLY WARNING SYSTEM FOR CONSTRUCTION --------------------------------------- SC-53 G :\1210\4135-32\PROJECnSpecifications\9 -Part D .doc 10/27/04 PART D -SPECIAL CONDITIONS Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive wh en notified of unsatisfactory performance and/or of failure to maintain the contract sch edule , the following process shall be applicable: The work progress on all construction projects will be closely monitored . On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than th e percentage of time allowed by 20% or more ( example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: 1. A letter will be mailed to the contractor by certified mail , return receipt requested demanding that, within 10 days from the date that the letter is received , it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time . In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time . 2. The Project Manager and the Directors of the Department of Engineering , Water Department, and Department of Transportation and Public Works will be made aware of the situation . If necessary , the City Manager's Office and the appropriate city council members may also be informed . 3. Any notice that may , in the City's sole discretion, be required to be provided to interested individuals will distributed by the Engineering Department's Public Information Officer. 4 . Upon receipt of the contractor's response, the appropriate City departments and directors will be notified . The Engineering Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals . 5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bond ing company will be notified appropriately . D-72 AIR POLLUTION WATCH DAYS The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6 :00 a.m. -10:00 a.m . being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION .. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m . on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that - such days have been designated Air Pollution Watch Days and as such shall not begin work until JI!!!! 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 . SC-54 G :\1210\4135-32\PROJECnSpecifications\9 -Part D .doc 10/27/04 PART D -SPECIAL CONDITIONS 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 . SC-55 G:\1210\4135-32\PROJECnSpecifications\9 -Part D.doc 10/27/04 - Date:------- DOENO.XXXX Project Name: NOTICE OF TEtlPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON --------- BETWEENTHEHOURSOF _______ AND _____ _ IF YOU HA VE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR AT -----------(CONTRACTORS S_UPERINTENDENT) (TELEPHONE NUMBER) OR MR ____________ AT ___________ _ (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ___________ _,CONTRACTOR - f 0 r 0 ff i C e u s e 0 n I y .J T A I~ ,A N E s H A p c; T u H 0 l, PART D -SPECIAL CONDITIONS TEXAS OEPARTMEN1 OF HEALTH --; .~ DEMOLITION J RENOVATION NOTIFICATION FORM NOTE: CIRCLE ITEMS THAT ARE Al',1ENDED {*~f= T n H NOTlFICATION# _________ _ 1 j Aba ,emen : Contract or ; _________ -_______________ TDH L:::e n se Number: ______ _ A<lcress : _____________ Cit'/: _____________ Stale: ____ Zip: ___ _ Office Phone Number: Jo!l Site P l1onc Numbet: ______________ _ Site S•,1p,er{sor: ____________ --:::-_TDH license Num!ler: -----------~--- Site Supcr.riso r: TOH l.icer..s.e Number: ______________ _ Trained On-Site NESHAP ln<li\•idual: ____________ Ceriiiic.ation Dale : _______ _ Demolition Contract:Jr : ______________ Otfice Phcnc Nurnt:er,__.,__ __________ _ .Adcress: ________________ Ci 1:,: __________ Sti;1e : Zip : ____ _ 2) Proje::t Consultant or Opi;r;;.Ior :. _________________ TDH Lic;mse Num!l9r: ______ _ Ma.i lingAddress:. __ ~--------------------------------Clty: -Slale: ____ Zip: _____ Office Phone Number : L,..._.,__ _____ _ 3) Facility o· .... ner:. ____________________________________ _ Aflcnliiir'l: ______________________________________ _ Ma i ling Add ,ess:. _____ ·--------------,----=---,-----,--,----------- City : _ . State : Zip : Ov,ner Pnone Number,.___...__ ____ _ ,.Nc>to: Th1;, inv1;,ic1;, for tho notification foo w[II be scmt to the owner of tile building Md 1hc billing ;';lddre.:;.:; for the invoice will be obt3lned from tho 1nra,rr,a;ign 1h;:it is provided in this section_ 4) Oescri,)tion er Facility Name: _______________________________ _ Physical Ad cl ress : _____ ~~------County: City: _______ Zip;, __ ~-- Facl!ity Phor,e Number Facil ity Contact Person ; ______ ~---~---- Descriplion of Area/Room Number=·--------~--------------------- Prior Use: .. ________________ Future Usa:. ________________ =~- Age o i B•Jilding,lfacili1'.>•; Siz:e : Number of Floors: _____ Sc.1001 (K -12): C YES CJ NO 5) Type of Work; : Demolition .. R~novat.lon (AbMcmcnt} .J Annual Consolidated Work will be during: ~· Day o E·,e~i ng C! Niglll ~ Ph2 sed Proj3ct Oescription of work. scnc<lu1c:. _______________________ _ 6) Is this a Public Building? ·: YES NESl-tAP-Only Facility? fJ YES I J NO f-e~era l Facility?:.::; YES : NO Industrial Site? C, YES n NO 0 NO ls Building /Faci li ty Om:upiecl? ~I YES :! NO 7) Nc1iftcatio0 T~·pe CHECK ONLY ONE V J Origi nal (10 Working Days) ~ Cancel.lation :_· Amendment o EmergencyfOrdcred 0 I a ti 0 n :? u y E s 8) If 111is is an amen dment. which amendment number is this?_ (Eoctosc copy of original andlor last amendment) If an emergency, who did ~'OU talk with ~t TOH? Emerg<!ncy#: ______ _ Date and Hour of Emsrgi!n::~· {HHIMMlDD/YY}: _______ ~ Descriplian of the sudden, unexpected event eno expla(latlon of 110w tile event caused unsafe conditions or Would cause equ ipment dama.ge {co:nputcrs. machinery. etc, ___________________ ....,~----- Descripiion of procedure5 to be followed in the e~·eot 1Mt unexpected as.bestos is found or pr l!'.riou5,I~· non-kiat>le .isb-estos rna1erial beccmes crumbled. pul·,erized. or reduced lo powder:-----~~---~------ 9) 1Nas an A.~bes1os. survey petformeo? J YES L NO 03\e: f TOH lnspgc(or L.icense No; ____ ~~ G Ana1).1ic-al Method: O PLM O iEM fJ Assumed TOH Lab:::ra:or; License No: ~-=-~----= N (For TAHPA (public buifdingj projeds: an .;isst,1mpt ion rnus l be made by c'1I TOH Licc;1sc<J lnsj)edor) i o) Descripf..on. of planned crcmoliliOn or rcncvation work. ty-pe of m .=,terii!I, s.nd method{s) to be used.,.:~------- 11) Dasetiplion oi w:irk pracl ices ~nd en9ir.eering controls 10 oe used to prevent emissions of asbes1os at the demolitim1/renova1ion :~.~__,__ ______ · ------------------------ G:\1210\4135-32\PROJECT\Specifications\9 -Part D .doc 10/27/04 PART D -SPECIAL CONDITIONS 12 } ALL ap pli~bfc itG·ms in i h c foll cwing t3ble must b2 complets!d : IF NO ASBESTOS PRESENT CHECK HE:RI:: Approximate amount of Checl< unit of measurement Asbestos-Containing Building M ateria I r--___ As_bre_s_to_s ____ 1 __ __,,--r-----.------.------.----t Type Pip-!!s Surface Area lrl Lil SQ SQ Cu Cu F t ~-~ Ft M Ft lu1 RACM to be rnm:ive d I RACM NOT re moved In te rio r C.;teo on I non-hiatl'.r:: rerno\·erl I· Ex,er ior Cate:iorv I non-friab !2 remo\•E'!;:l Catecor, I non-fd ~tlle _NOT retnO\'Cd ll)t er ior Cat~ot·-· ll non-lriablil removed I !---'-'-'-'-'-'-'--_;;__:;c..::..,,=-,'---"-"----'--'=:..;..c_c....::..;c..;..;;__;_:;_-+------.--------i--,---t---1" Exts rior Cateqcrv II non-friable remo'.'e<I Catec.or II 1'10fl ·fr l~ble N.OT rcmo·.C<l RACM Off-Facility Componeni 13) ·was te Tra ns por!er N~mc: _________________ T OH License N u mber: _____ _ A dd r es s : ____________ Ci ,•,r __________ Sta:e: ___ Zip: ___ _ Ccntac1 Per.;on : PhCn8 Num ber: ~~--------- "14 ) W asta Disposal S ite Name =---------:------~-----------------Address : __________ ~ ____ Cily: __________ State: ___ Zip: ___ _ Te:e phon e: TNRCC Pe;m it N 'llmbe r: _______ _ 15) For suuctura lly unsou0d fo cili ties. attach a cop:,, o f de mclil :o n order anc :denl ify G:ive mme nt<3 1 Offici?-1 ::ii:,lcw: Namo : Regi str;;.tion No:--------------- Ti tle=----,-,--,-,,-------~---- Dale of order (M MJ'0DJYY) .r D2le o rder to begin {lv1M/DD/YY) ---'---'-- 16) Schedu led Oa tes of As bes tos Abatem e,11 (MMi'DDIYY} Start:---'-----'''-' __ Ccrnple1e : 17) Schedule d Dates D e moliti on.rRem_:iw;ti.o n (MM/DD/YY) Slart: I Cor'rl p le te:._~.<-~i~· ___ _ .. Note: tf Ille start date on Uil.s notification C3!'l not bq m11t , 1h11 TOH Rvgional or Loc:al Program office Musl be contacted by phonv prior to the i;tart date. Failum to do so is 311lol3tion i" 3CCQfi;f;,ncc IQ TAMPA, Scctii;>n 295 .61. I hereby oerlify that ell informatlon I h~\'e pro•,idcd is cotrcct. complete , .:inc: true to tile be.st of my knowledge _ I acknaJ.·ledge that I <J:n respons i ble tor all aspects of the notification fur111. includ ing, bu t noi limiting . cor1teot and submission dates _ Ttro - maxim um penalty is $10,000 pe r d<>Y pe r vfo latio:i . (Signal u re of Building Owner.' O,)erator or Delegated Coosvuar,t/Conlrac~or) MAIL TO: (Printed Na m e) {Dale} ASDESl0S NOTIFICATION' SECTION TOXIC SUBSTANCES CONTROL ONIS!ON TEXAS DEPARTME NT OF HEAL m PO BOX 143538 AUSTIN , TX 78714-3536 Pli: 512 -83'1~5600, 1-800-572-5548 (Teleph one ) •F:ixcs .ire not accepted• F-orm APB f.5, dated 0 7129/02. Rep /~Cf:S TDH fatm datCd 07/13/01 _ For assis tance in comp leting iorm, Ci;!j/ 1-800-572 -5548 G :\1210\4135-32\PROJECnSpecifications\9 -Part D.doc 10/27/04 - -10- ADDITIONAL SPECIAL CONDITIONS (Water Department) 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 1 110 2/04 PART DA -ADDITIONAL SPECIAL CONDITIONS AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS .............. Omitted PIPELINE REHABILITATION CURED-IN-PLACE PIPE .................................... Omitted PIPE ENLARGEMENT SYSTEM ................................................................................. 4 FOLD AND FORM PIPE .................................................................................... Omitted SLIPLININ.G ....................................................................................................... Omitted PIPE INSTALLED BY OTHER THAN OPEN CUT .... .-............................................... 11 TYPE OF CASING PIPE ............................................................................................ 15 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR. ................................... Omitted PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ................. 15 MANHOLE REHABILITATION .......................................................................... Omitted SURFACE PREPARATION FOR MANHOLE REHABILITATION ...................... Omitted INTERIOR MANHOLE COATING-MICROSILICATE MORTAR SYSTEM ............... 18 INTERIOR MANHOLE COATING -QUAD EX SYSTEM ............................................ 20 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM .................................... 23 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM .................................. 25 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER .. 28 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM ................................... 31 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 ................... 33 REPLACEMENT OF CONCRETE CURB AND GUTTER .......................................... 34 REPLACEMENT OF 6" CONCRETE DRIVEWAYS .................................................. 34 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE ........................................... 35 GRADED CRUSHED STONES .................................................................................. 35 WEDGE MILLING 2" TOO" DEPTH 5.0' WIDE ................................................. Omitted BUTT JOINTS -MILLED ....................... ." ..... :· ................ ,. .................................... Omitted 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) ........ :: ......................................... 36 REPLACEMENT OF 7 '' CONCRETE VALLEY GUTTER ..... : .................................... 36 NEW 7" CONCRETE VALLEY GUTTER. .................................................................. 37 NEW 4" STANDARD WHEELCHAIR RAMP ............................................................. 37 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 SOILOmitted ROCK RIPRAP -GROUT-FILTER FABRIC .................................................... Omitted CONCRETE RIPRAP ......................................................................................... Omitted CONCRETE CYLINDER PIPE AND FITTINGS ................................................. Omitted CONCRETE PIPE FITTINGS AND SPECIALS .................................................. Omitted UNCLASSIFIED STREET EXCAVATION .................................................................. 38 6" PE RF ORA TED PIPE SUBDRAIN ......................................................................... 38 REPLACEMENT OF 4" CONCRETE SIDEWALKS ................................................... 39 RECOMMENDED SEQUENCE OF CONSTRUCTION ...................................... Omitted PAVEMENT REPAIR IN PARKING AREA ................. : ....................................... Omitted EASEMENTS AND PERMITS .................................................................................... 40 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 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS HIGHWAY REQUIREMENTS .................................................................................... 40 CONCRETE ENCASEMENT ............................................................................. Omitted CONNECTION TO EXISTING STRUCTURES ................................................... Omitted TURBO METER WITH VAULT AND BYPASS INSTALLATION ........................ Omitted OPEN FIRE LINE INSTALLATIONS .................................................................. Omitted WATER SAMPLE STATION .............................................................................. Omitted CURB ON CONCRETE PAVEMENT ......................................................................... 40 SHOP DRAWINGS .................................................................................................... 40 COST BREAKDOWN ................................................................................................ 41 STANDARD STREET SPECIFICATIONS H.M .A .C. OVERLAY ........... " ........... Omitted H.M.A.C. MORE THAN 9 INCHES DEEP .......................................................... Omitted ASPHALT DRIVEWAY REPAIR ........................................................................ Omitted TOP SOIL .................................................................................................................. 41 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT ................ .41 BID QUANTITIES ...................................................................................................... 42 WORK IN HIGHWAY RIGHT OF WAY ...................................................................... 42 CRUSHED LIMESTONE (FLEX-BASE) .................................................................... 42 OPTION TO RENEW ......................................................................................... Omitted NON-EXCLUSIVE CONTRACT ................................................................................. 42 CONCRETE VALLEY GUTTER. ............................................. : .................................. 43 TRAFFIC BUTTONS .......................................................................................... Omitted PAVEMENT STRIPING ...................................................................................... Omitted H.M.A.C. TESTING PROCEDURES .......................................................................... 43 SPECIFICATION REFERENCES .............................................................................. 43 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX ...................................................................................................... 43 RESILIENT-SEATED GATE VALVES ....................................................................... 44 EMERGENCY SITUATION, JOB MOVE-IN .... ,. ................................................. Omitted 1 %" & 2" COPPER SERVICES ................................................................................ 44 SCOPE OF WORK (UTIL. cun ................................................................................ 44 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT} ..................................................... 45 CONTRACT TIME (UTIL. CUT) ................................................................................. 45 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) ............................... 45 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT} .................................................. 46 LIQUIDATED DAMAGES (UTIL. CUT) ...................................................................... 46 PAVING REPAIR EDGES (UTIL. CUT) ..... _, ............................................................. .46 TRENCH BACKFILL (UTIL. CUT) ............................................................................. 46 CLEAN-UP (UTIL. CUT) ............................................................................................ 47 PROPERTY ACCESS (UTIL. CUT) ........................................................................... 47 SUBMISSION OF BIDS (UTIL. CUT) ........................................................................ 47 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) ....... --..................................... 47 CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. CUT) ............................ 47 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) ............................................................ 47 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) .......... 48 MAINTENANCE BOND (UTIL. CUT) ......................................................................... 48 BRICK PAVEMENT (UTIL. CUT} ....................................................................... Omitted LIME STABILIZED SUBGRADE (UTIL. CUT) ........................................................... 49 CEMENT STABILIZED SUBGRADE (UTIL. CUT} ............................................. Omitted ASC-2 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 /02/04 PART DA -ADDITIONAL SPECIAL CONDITIONS REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) ....................................... 49 "QUICK-SET" CONCRETE (UTIL. CUT) ................................................................... 49 UTILITY ADJUSTMENT (UTIL. CUT) ..................................................................... 50 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) 50 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) .......................... Omitted CONCRETE CURB AND GUTTER (UTIL. CUT) .................................................... 50 PAYMENT (UTIL. CUT) ......................................................................................... 51 DEHOLES (MISC. EXT.) ........................................................................................ 51 CONSTRUCTION LIMITATIONS (MISC. EXT.) ............................................. Omitted PRESSURE CLEANING AND TESTING (MISC. EXT.) ................................. Omitted BID QUANTITIES (MISC. EXT.) .................................................................... Omitted LIFE OF CONTRACT (M ISC. 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. REPL.) .................................................................. Omitted LIQUIDATED DAMAGES (MISC. REPL.}.. .................................................... Omitted TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) ................................... Omitted FIELD OFFICE ............................................................................................... Omitted TRAFFIC CONTROL PLAN ................................................................................... 52 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS .... Omitted ASC-3 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-3 PIPE ENLARGEMENT SYSTEM A. GENERAL: 11/02/04 .1. Description : Th is specificat ion includes requirements to rehabilitate ex isting sanitary sewers by the pipe enlargement system , herein called Pipe Bursting or Pipe Crush ing (P ipe Bursting/Crushing). This system includes splitting or bursting the existing pipe to install a new polyethylene pipe and reconnect existing sewer service connections . 2. Methods: Th is section specifies the approved system method or process to include all labor, materials , tools , equipment and incidentals necessary to provide for the complete rehabilitation of deteriorated gravity sewer lines by the Pipe Burst ing/Crushing systems . Approved methods include: the PIM Corporation (PIM System), Piscata Way, New Jersey ; Mclat Construction (McConne ll System for Pipe Crush ing), Houston , Texas; and Trenchless Replacement Systems , (TRS System), Calgary , Canada. Refer to Part D -SPECIAL CONDITIONS D-34 SIBSTITUTIONS for information regarding pre-approval procedures for alternative processes . 3. Definition : The Pipe Bursting/Crushing system is defined as the reconstruction of gravity sewer pipe by installing an approved pipe material, by means of one of the pre -approved methods set forth in Section A.2 of this specification . The process involves the use of a static, hydraulic or pneumatic hammer "moling" device, suitably s ized to break out the old p ipe or using modified boring "kn ife" with a flared plug that implodes and crushes the existing sewer pipe . Forward progress of the "mole " or t he "knife" may be aided by the use of hydraul ic equipment or other apparatus , as specified in the approved methods. The replacement pipe is either pulled o r pushed into t he bore . T he method allows for replacement of pipe sizes from 8" through 21" and/or ups izing in vary ing increments up to 21 ". This specification is based on the precedent that the Pipe Bursting/Crushing system used has been pre -approved by the C ity of Fort Worth Department of Eng ineering , and Fort Worth Water Department. 4 . Quality Assurance : The Contractor shall be certified by the particular Pipe Burst ing/Crushing system manufacturer that such firm is a licensed installer of their system . No other Pipe Bursting/Crush ing system other than those listed in Section A.2 . of these specifications is acceptable . a . b . Personnel directly involved with installing the new pipe shall receive training in the proper methods for joint fusing , handling , and installing the polyethylene pipe . Tra i ning shall be performed by a qualified representat ive as determined by the pipe manufacturer. Personnel di rect ly involved with installing the new pipe shall receive training in the pro per methods for joint fus ing , handling , and install ing the ASC-4 - PART DA -ADDITIONAL SPECIAL CONDITIONS polyethylene pipe . Training shall be performed by a qualified representative as determined by the pipe manufacturer. 5. Subm ittals : Submit for review and acceptance , the following Contractor's Work Plan and Drawings to the Department of Engineering (DOE): a. Shop drawings , catalog data, and manufacturer's technical data show ing complete information on material composition , phys ical properties , and dimensions of new pipe and fittings. Include manufacturer's recommendation for handling , storage , and repair of pipe and fittings if damaged. b. Location and number of insertion or access pits shall be planned by Contractor and submitted in writing prior to excavati_on for approval by DOE . C. Method of construction and restora ti on of existing sewer service connections . Th is shall include : 1) Detail drawings and written description of the entire construction procedure to install pipe, bypass sewage flow and reconnection of sewer service connections . 2} Working drawings for information only showing sewage flow bypass , and maintenance of traffic . Contractor shall provide for continuous sewerage flow . Dewatering shall be the Contractor's respons ibility. 3) Certification of workmen training for installing pipe. 4) Television inspection reports and video tapes made after new pipe installation . 6. Delivery , Storage , and Hand li ng: a. Transport , handle, and store pipe and fitt ings as recommended by manufacturer. b. C. If new pipe and fittings become damaged before or during installation , it shall be repaired as recommended by the manufacturer or replaced as required by the Project Manager at the Contractor's expense , before proceeding further. Deliver, store and handle other materials as required to prevent damage . B.-MATERIALS : 1. 11 /02104 Polyethylene Pip ing Material: The pipe and fitting material shall be high density , extra molecular we ight (EHMW) polyethylene pipe material conforming to ASTM 01248 , Type Ill , Class C, Category 5, Grade P34 , and have a PPI (Plastic Pipe ASC-5 PART DA -ADDITIONAL SPECIAL CONDITIONS Institute) recommended designation of PE3408 and cell classification 345434C per ASTM D3350 . The molecular weight category shall be extra high (250 ,000 to 1,500 ,000) as per the Gel Permeation Chromatography determination procedure with a typical value of 330,000 . a . The interior of the pipe shall be a light reflective color to facilitate closed circuit television inspection . b. The pipe material shall be listed by the Plastic Pipe Institute (PPI) in PPI TR-4 . The pipe material shall have as hydrostatic design basis of 1600 psi at 73 F and 800 psi at 140 F. C. The manufacturer's certification shall state that the pipe was manufactured from one specific resin and shall state the resin used and its source . All pipe shall be made of virgin material. No rework, except that obtained from the manufacturer's own production of the same formulation, shall be used . d. Pipe supplied under this specification shall have a nominal Ductile Iron Pipe Size inside diameter. The Standard Dimension Ratio (SOR) and minimum pressure rating of the pipe shall be SOR 17 -100 psi. Pipe with a lower SOR ratio and higher pressure rating may be used in lieu of the minimum specified . 2. Tests : The Contractor shall be required to send submittals to the City of Fort Worth on the production material. a . The pipe manufacturer shall provide certification that samples of the production product meets these specifications. The certification will state that product ion product has been tested in accordance with ASTM D2837 , and va li dated in accordance with the latest revision of PPI TR-3 . b. The pipe manufacturer shall provide certification that stress regression testing has been performed on the specific product. Certification shall include a st ress life curve per ASTM D2837 and testing shall have been performed in accordance with ASTM D2837 . c. Rejection : Polyethylene plastic pipe and fittings may be rejected for failure to meet any of the requirements of this specification. C. SEWER SERVICE CONNECTIONS : 1. 2. 11/02104 Sewer Service Co nnections: Sewer service connections shall be connected to the new pipe by mechanical or fusion methods . Once the saddle is secured , a hole shall be drilled in the pipe the full inside diameter of saddle outlet. Pipe Saddles : Mechanical saddles shall be made of polyethylene pipe compound that meets the requirements of ASTM D1248 , Class C, have stainless steel straps and fasteners, neoprene gasket and backup plate. Mechanical saddles shall be Strap-on-Saddle Type as manufactured by Driscopipe or Tapping Saddle manufactured by DuPont, or approved equal. Fusion saddles shall be ASC-6 - - - - , ; , ' 3 . PART DA -ADDITIONAL SPECIAL CONDITIONS electrofusion branch saddles as manufactured by Central Plastics Company , or approved equal. Connection to Existing Service : Connections to the existing sewer service connections pipe shall be made using flexible couplings. All flexible couplings shall conform to ASTM C425 and shall be as manufactured by Fernco Joint Sealer Co ., DFW Plastics , Inc. or approved equal. Backfill at service connections shall be cement stabilized sand (2 sacks per cubic yard) to a po int 12 inches above the service lateral to trench intersection and shall be in accordance with these specifications. The Contractor shall , upon request, permit the Engineer to take elevations on both the existing and new portions of the service connection pole to determine final grade and invert elevations . Elevation changes greater than 0 .10 feet from the house lateral piping and shall be reconnected as directed by the Engineer. 4. Service Interruptions: Service interruptions to homes shall not exceed 18 hours . D. PREPARATION : 11/02104 1. Bypassing Sewage : 2 . 3. a. The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated . The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or 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. b. The Contractor shall be responsible for continuity of sanitary sewer service to each facility connected to the section of sewer during the execution of the work . If sewage backup occurs and enters buildings , the Contractor shall be responsible for clean-up, repair, property damage costs and claims. Line Obstructions : If pre-installation (lV) inspection reveals an obstruction in the existing sewer (heavy solids, dropped joints , protruding service taps or collapsed pipe) which will prevent completion of the pipe bursting/crushing process , and cannot be removed by conventional sewer cleaning equipment , then an obstruction removal shall be made by the Contractor, with the approval of the Engineer. Sags in Sewer Line: ALL SAGS AND GRADE PROBLEMS IN EXISTING SEWER LINES SHALL BE CORRECTED AS PART OF THIS CONTRACT. If the pre- construction television inspection reveals a sag in the sewer line, the Contractor shall be responsible for bringing the proposed sewer pipe to an acceptable grade without a sag. A sag is defined as any sewer line segment more than 3 feet in length which ponds water in the absence of sewage flow . The contractor shall ASC-7 PART DA -ADDITIONAL SPECIAL CONDITIONS take the necessary measures to elim inate the sag by the method of: pipe replacement , digging a sag elimination pit and bring ing the bottom of the pipe trench to a uniform grade in line with the ex isting pipe invert or by other measures that shall be acceptable to the Eng ineer and the City . a. Identification of Sags : Sags shall be identified by television inspection in the absence of sewage flow . If available , the Contractor shall .be furnished television tapes from the City identify ing the sag location . Flow shall be blacked at an upstream manhole and diverted to another sewer line or downstream manhole below the segment of pipe to be inspected . TV inspection shall be performed in accordance with television inspection of sanitary sewer lines . Video tapes shall be submitted to the Department of Engineering f or review . b. Correction of Sags: Sags shall be corrected by open cut and by adding additional bedding material to bring the sag back to grade where access is available . For pipe enlargement methods , all sags identified on the pre- construct ion video tapes shall be corrected prior to commencing with pipe enlargement. In instances where sags are located under existing structures , the existing sewer line may be relocated us ing open cut or boring methods . The Department of Engineering sha ll specifically rev iew potential relocation 's and evaluate the · constructab ili ty , economics and engineering feasibility prior to cons t ruct ion work . c. Measureme nt and Payment: Measurement and payment to correct sags shall be pe r linea r foot of pipe construction to correct the sag . For pipe bursting met hods, open-cut or bore construction , the applicable bid prices in the proposal section shall apply . 4 . Television Inspection : Inspection of the pipelines shall be performed by experienced perso nnel trained in locating breaks , obstacles and service connections by closed circuit color television. Television inspection shall be in accordance with the specifications contained herewith for "Pre-and Post- Construction Telev ision Inspection of Sanitary Sewer Lines", Part D -Special Cond itions 0-35 an d 0-38, respectively . E. PIPE ENLARGEMENT SYSTEM AND PIPE INSTALLATION : 11/02104 1. Site Organization : a. b. Insertion or access pits shall be located such that their total number shall be minim ized and the length of replacement pipe installed in a sing le pull shall be maximized . Existing manholes shall be utilized wherever practical. Manhole inverts and bottoms may be removed to permit access for installation equipment. ASC-8 - 1110 2104 PART DA -ADDITIONAL SPECIAL CONDITIONS c . Equipment used to perform the work shall be located away from buildings so as not to create a noise impact Provide silencers or other devises to reduce machine noise as needed to meet requ irements . d. The actual pipe enlargement procedure shall commence prior to 11 :00 AM in order to afford the contractor ample time to complete all related work within the allotted workday, which is defined as the hours between 7 :00 AM and 6:00 PM , so as not to impose on the peace and comfort of persons in the immediate vicinity . No actual pipebursting work shall be started after 11 :00 AM ; all actual pipeburst ing activity shall cease at 6:00 PM . Other activities other than the actual pipebursting may continue after 6:00 PM . 2. Finished Pipe : The installed replacement pipe shall be continuous over the entire length of each pipe segment from manhole to manhole and shall be free from visual defects such as foreign inclusions, concentrated ridges , discoloration , pitting , varying wall thickness, pipe separation , other deformities . Replacement pipe with gashes , nicks , abrasions, or any such physical damage which may have occurred during storage and/or handling , which are larger/deeper than 10% of the wall th ickness shall not be used and shall be removed from the construction site . The replacement pipe passing through or terminating in a manho le shall be ,carefully cut out in a shape and manner approved by the Engineer. The invert and benches shall be streamlined and improved for smooth flow . The installed pipe shall meet the leakage requirements of the pressure test specified later. 3. Pipe Jointing : 4 . a. Sections of polyethylene replacement pipe shall be assembled and joined on the job site above the ground . Jointing shall be accomplished by the heat ing and butt-fusion system in strict conformance with the manufacturer's printed instructions . b . The butt-fusion system for pipe jointing shall be carried out in the fie ld by operators with prior experience in fusing polyethylene pipe with similar equipment using proper jigs and tools per standard procedures outlined by the pipe manufacturer. These joints shall have a smooth , uniform, double rolled back bead made while applying the proper melt, pressure , and alignment. It shall be the sole responsibility of the Contractor to provide an acceptable butt-fusion joint All joints shall be made available for inspection by the Engineer before insertion . The replacement pipe shall be joined on the site in appropriate working lengths near the insertion pit. The maximum length of continuous replacement pipe which shall be assembled above ground and pulled on the job site at any one time shall be 600 linear feet. c. For situations where the replacement pipe is not pulled all the way to the manhole or if it is impossible to pull the rnissle all the way through , the following sha ll apply : At the direction of the Engineer, a 12P -18" full circle steel clamp shall be utiliz.ed to connect segments of the HOPE pipe . New Pipe Installation : ASC-9 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS a . Thread winch cable or chain and associated lines through sewer section to be rehabilita t ed. Keep lines away from pedestrian and vehicular traffic . b. Existing manholes may be used for launch and receiving access. Remove manhole invert and bottom as required. Pull winch chain through sewer section and attach to cutter and machine head . Lower into launching manhole, apply winch tension pulling the cutter and head into the sewer until the rear of the machine is flush with the manhole wall. Attach steel starter pipe and advance assembly until the rear of the steel starter pipe is flush with the manhole wall. Lower hydraulic jack into the manhole and align. Insert new pipe by simultaneous operation of the. jack and winching the cutter and head forward . 5. Anchoring New Pipe and Sealing Manholes: a. After the new pipe has been installed in the entire length of the sewer section, anchor the pipe at manholes . The new pipe shall protrude in the manholes fo r enough distance to allow sealing and trimming. b. Sealing the new pipe at manholes shall not begin for a minimum of ten (10) hours after installation . Provide a flexible gasket connector in the manhole wall at the end of the new pipe, centered in the existing manhole wall. Grout flexible connector in the manhole, filling all voids the full thickness of the manhole wall. c. Restore manhole bottom and invert . 6. Field Testing : a. Low Pressure Air Test of Replacement Pipe : After a manhole-to-manhole section of sanitary sewer main has been pipe burst/crushed and prior to any service lines being connected to the replacement pipe, the pipe shall be plugged at each manhole with pneumatic plugs. The design of the plugs shall be such that they will hold against the test pressure without requiring external blocking or bracing. One of the plugs shall have three air hose connections ; one for the inflation of the plug , one for reading the air pressure in the sealed line, and one for introducing air into the sealed line. Low pressure air shall then be introduced into the sealed line until the internal air prel>sure reaches 4.0 psig greater than the average back pressure resulting from any ground water that may be over the pipe . At least two minutes shall elapse to allow the pressure to stabilize . The time required for the internal pressure to decrease from 3.5 to 2.5 psig greater than the average back pressure resulting from any ground water that may be over the pipe , shall not be less than the time shown for a given pipe diameter in the following table : ASC-10 - PART DA -ADDITIONAL SPECIAL CONDITIONS Carrier Pipe Minimum Elapsed Diameter (inches) Time (minutes) 8 4 10 5 12 6 15 7 b. Post-Construction Television Inspection of New Pipe : Refer to Special Condition for Post-Construction Television Inspection of Sanitary Sewer. F. MEASUREMENT AND PAYMENT: 1. 2 . Pipe Installation : Pipe installation will be measured for payment by the linear foot of pipe actually installed in the various diameters of sewers measured along the centerline of the sewer from centerline to centerline of manholes. Payment will be made for the quantities measured at the unit price per linear foot for the various sewer diameters listed. Service Reconnections : Installation of sewer service connections will be measured for payment by each actually reconnected to the installed pipe . Payment will be made for the quantities measured at the unit price per each listed . Payment shall include required excavation and backfill , saddles , flexible connections , and all other incidentals necessary to successfully reconnect sewer service lines to the rehabilitated sewer. Payment shall not include pavement replacement, which if required, shall be paid separately. 3. Sewer Cleaning by Bucket Machine : Heavy cleaning requiring more than hydraulic jet cleaning shall be performed by bucket machines. The payment for such cleaning shall be included in the bid item for Pre-Construction Television Inspection of Sanitary Sewer Lines . 4. By-pass Pumping : The Contractor shall provide diversion for the flow of sewage around the section or sections of pipe designated for rehabilitation . The pumps and by-pass lines shall be of adequate capacity and size to handle all flows . All costs for by-pass pumping required during installation of the pipe shall be subsid iary to pipe enlargement. . 5. Subsidiary Work: Any damage to utilities and property, resulting repairs , temporary service costs, etc . shall be borne by Contractor. Repair and/or replacement of fences , sprinkler system piping and other such restoration work resulting from Contractor activities shall be considered subsidiary to the cost of the project and no additional payment will be allowed . 6. Testing : All cost for testing the replacement pipe by a pressure method will be incidental to pipe installation . DA--6 PIPE INSTALLED BY OTHER THAN OPEN CUT A GENERAL: 11102104 ASC-11 PART DA -ADDITIONAL SPECIAL CONDITIONS 1. Furnish materials and necessary accessories, with strengths , thickness , coatings , and fittings indicated, specified and/or necessary to complete the work, 2 . All excavation shall provide 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 : 1. Casing Pipe : Casing pipe shall be steel conforming to ANSI 836, 10 and the following : a . Field Strength: 35,000 psi minimum . b . Wall thickness : 0 .312 in . minimum (0.5 for railroad crossings). c , Diameter: As shown on the drawings (minimum size requ irements). 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 sha ll 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 prov ide 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 so 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 ASC-12 -~·. 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 top of the working pit and disposed of as required . The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings . Jetting or sluicing will not be permitted . b. In unconsolidated soil formations , a gel-forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to consolidate cuttings of the bit , seal the walls of the hole , and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. c. Allowable variation from the line and grade shall be as specified under paragraph A.2. AU voids between bore and outside of casing shall be pressure grouted . 4 . Installation of Carrier Pipe in Casing: a . b. C. Sanitary sewer pipe located within the encasement pipe shall be supported by "skids" or "bands" to prevent the pipe and bells from snagging on the inside of the casing, and to keep the installed line from resting on the bells. All skids shall be treated with a wood preservative . Skids should extend for the full length of the pipe with the exception of the bell area and spigot area necessary for assembly unless otherwise specified . The Contractor shall 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 . ASC-13 PART DA -ADDITIONAL SPECIAL CONDITIONS d. At all bored , jacked, or tunneled installations , the annular space between the carrier pipe and 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 material will not be required unless specified on the plans and specified by the Engineer. e . Closure of the casing after the pipe has been installed shall be plugged at the ends of the casing as shown on the drawings or as required by the Engineer. 5 . Boring and Jacking Ductile Iron Pipe without Casing Pipe : a . As indicated on drawings and as required and directed by the Engineer sewer shall be constructed of bore and jacked ductile iron pipe . b. When a casing pipe is not designated on the drawings , the contractor shall provide a casing pipe 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 . 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 ta 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 furnish ing of all materials , pipe, liner materials 11102104 ASC-14 PART DA -ADDITIONAL SPECIAL CONDITIONS required for installation , for all preparat ion , 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. C. Minimum thickness for cas ing pipe used shall be 0 .375 inch . Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company , Advanced Products and Systems, Inc ., or an approved equal shall be used on all non- concrete pipes when installed in casing. Installation shall be as recommended by the manufacturer. 2. SEWER : Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig . 110 of the General Contract Documents . 3. PAYMENT : Payment for all materials , labor, equipment , excavation , concrete grout, backfill , and incidental work shall be included in the unit price bid per foot. DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION A. GENERAL : 1. 11/02104 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, includ ing 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. ASC-15 PART DA -ADDITIONAL SPECIAL CONDITIONS 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. Scope : This section governs the materials required for completion of protective coating of designated structures . 2. Protective Coating : The protective coating shall be a proprietary two component , 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sp rayroq, Inc . or a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405 . 3. Specialty Cement (I f 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 . 4. Material Identification : The protective coating material sprayed onto the surface of the structure shall be a urethane or epoxy resin system formulated for the application to a san itary sewer environment. The spray system shall exhibit the minimum physical properties as follows : 5. Property Tensile Strength Flexural Stress Flexural Modulus Standard ASTM 0-638 ASTM 0-790 ASTM 0-790 Long Term Value 5,000 psi 10 ,000 psi 550 ,000 psi Mixing and Handling : Mixing and Handling of specialty cement material and protective coating material , which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals . All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating installations . C. EXECUTION : 11102104 ASC-16 - - - ; __ .. , 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS 1. General : Protective coating shall not be installed until the structure is complete and in place . 2 . Preliminary Repairs: a . All foreign materials shall be removed from the interior of the structure using high pressure water spray (3500 psi to 4000 psi at spray tip). b. All unsealed lifting hales, unsealed step holes , and voids larger than approximately one-half (1/2) inch in thickness shall be filled with patching compound as recommended by the material supplier for this application. c. After all repairs have been completed, remove all loose material. 3. Protective Coating: a. The protective coating shall be applied to the structure from the bottom of the frame to the bench, down to the top of the trough . The top of the structure shall also be coated . b. The protective coating shall be installed in accordance with the manufacturer's recommendations and the following procedure . 4. 1) The surface shall be thoroughly cleaned of all foreign materials and matter. 2) Place covers over the invert to prevent extraneous material from entering the sewers . 3) If required for filling or leveling, apply specialty cement product to provide a smooth surface for the coasting material. 4) Spray the urethane or epoxy onto the structure wall and bench/trough to a minimum uniform thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods 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. 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. ASC-17 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 tap 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-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM A. GENERAL 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 on the Manhole Rehabilitation schedule . Interior manhole coating shall meet the requirements of this section or of Section DA-13, DA-14, DA-15, DA-16 or DA- 17 . 2 . Description -The Contractor shall be responsible for the furnishing ·of all labor, supervision , materia ls, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturers Recommendations -Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers' recommendations . 4. Manholes -Manholes to be coated are of brick, block, or concrete construction. Some manholes may have a cementitious 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 . 3 . Interior Coating -Reliner MSP proprietary pre-blended mixture of cementitious and pozzolanic materials, silica fume admixture, 100 percent polypropylene fibers and other selected ingredients, as manufactured by Standard Cement Materials. No material ( other than clean potable water) shall be used with or added to these standard products without prior approval or recommendation of the respective manufacturer. Material Identification -Contractor shall completely identify the types of grout, mortar. patching compounds, sealant, and/or root control chemicals used 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 , to the satisfaction of the Engineer. ASC-18 - - - - - PART DA -ADDITIONAL SPECIAL CONDITIONS 4 . 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 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. Only personnel thoroughly familiar with the handling and application of the coating material shall perform the coating operations . C. EXECUTION ··~~-.... -; 11/02104 1. General -Manhole coating shall not be performed until replacement of manhole cavers, sealing of manhole frame and grade adjustments, partial manhole replacement, or concrete collar construction is complete. 2. Temperature -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 . If ambient temperatures are in excess of 90°F, precautions shall be taken to keep mixing water below 85°F, using ice if necessary . · 3. Interior Manhole Coating a. The interior coating shall be applied to the manhole from the top of the corbel or flattop to the bench/trough, including the bench/trough . b. The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. 1) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE REHABILITATION . 2) The surface prior to application shall be damp without noticeable free water droplets or running water. Reliner MSP material shall be spray applied (using a manufacturer approved machine) to a minimum uniform th ickness of 1-inch minimum. Troweling shall begin immediately following the spray application. The trowelled surface shall be smooth with no evidence of previous void areas. After the walls are coated, the wooden bench covers shall be removed and the bench sprayed with Reliner MSP material in such a manner as to produce a bench having a gradual slope from the walls to the invert with the wall/bench intersection built up and rounded to a uniform radius for the full circumference of the intersection. The thickness of the bench shall be no less than 1-inch at the invert and shall increase in the direction of the wall so as to provide the required slope . ASC-19 PART DA -ADDITIONAL SPECIAL CONDITIONS 3) The final application shall have a minimum of four (4) hours cure time before being subjected to active flow. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. 4) Traffic shall not be allowed over manholes for 24 hours after reconstruction is complete . 4. Testing of Rehabilitated Manholes a . Testing of rehabil.itated manholes for watertightness shall be performed by the contractor after operations are complete in accordance with Section DA- 21 . b. At least two 3-inch diameter x 6-inch tall cylinders of the coating material shall be taken from each days work with the date, location .and job recorded on each . The cylinders shall be sent to a certified testing laboratory for testing . A compression test will be made per ASTM C780 or ASTM C-10, as recommended by the material manufacturer, and the results will be furnished to the Engineer and Owner on request. D. MEASUREMENT AND PAYMENT Payment shall be based o n the Contract Unit Price per vertical foot, measured from the top of the corbel or flattop to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and far furnishing all labor, supervision , materials, equipment and all material testing necessary to complete the work. Grouting, if necessary , shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole , if required by Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price. DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM A. GENERAL 11/02104 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 the Manhole Rehabilitation Schedule. Interior manhole coating shall meet the requirements of this Section or of Section DA-12, DA-14, DA-15, DA-16 or DA-17. 2. Description The Contractor shall be responsible for the furnishing of all labor, supervision , materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturers Recommendations ASC-20 PART DA -ADDITIONAL SPECIAL CONDITIONS Materials, m ixture ratios , and procedures util ized for the coating process shall be in accordance with manufacturers' recommendations . 4 . Manholes Manholes to be coated are of brick, block, or concrete construction . Some manholes may have a cementitious sprayed or trowelled on coating over the original interior surface. B. · MATERIALS 1. 2 . Scope This secti.on governs the materials required for completion of interior coat ing of manholes. Interior Coating Quadex QM-1 s and Quadex Excel proprietary pre-blended cement based synthetic granite (Donnafill) enhanced polypropylene fiber reinforced coatings as manufactured by Quadex, Inc. No material (other than clean potable water) shall be used with or added to Quadex QM-1 s or Quadex Excel without prior approval or recommendat ion from Quadex, Inc. 3. Material Identification Contractor shall completely identify the types of grout, mortar, patch ing compounds , sealant. and/or root control chemicals used and provide case h istories of successful use or defend the choice of grouting materials based on chemical and physical properties , ease of application, and expected performance, to the satisfaction of the Engineer. 4 . Mixing and Hand ling Mixing and handling of interior coating , which may be toxic under certain cond itions shall be in accordance with the recommendations of the manufacturer and in such a manner as to m inimize hazard to personnel. It is the responsibility of the Contracto r to provide appropriate protective measures to ensure that materials are under control at all t imes and are not available ta unauthorized personnel or an imals . All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly famil iar with the handling of the coating material shall perform the coating operations . C . EXECUTION 11/02/04 1. General Manhole coating shall not be performed until replacement of manhole covers , sealing of manhole frame and grade adjustments, partial manhole replacement, or concrete collar construction is complete . ASC-21 PART DA -ADDITIONAL SPECIAL CONDITIONS 2. Temperature Normal interior coa t ing operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. If ambient temperatures are in excess of 90°F, precautions shall be taken to keep mixing water below 85°F , using ice if necessary. 3. Interior Manhole Coating a . The interior coating shall be applied to the manhole from the top of the corbel or flattop to the bench/trough, including the bench/t~ough . b. The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. 1) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE REHABILIATATION . 2) The surface prior to application shall be damp without noticeable free wate r droplets or running water. QM-1 s material shall be spray applied (using a Quadex Model 9000 application mach ine or manufacturer approved equal) to a minimum uniform thickness of 1- inch minimum . Troweling shall begin immediately following the spray application . The trowelled surface shall be smooth with no evidence of previous void areas . 3) The final application shall have a minimum of four (4) hours cure time before being subjected to active flow . Ambient conditions in the manhole are adequate for curing as long as the manhole is covered . 4) Traffic shall not be allowed over manholes for 12 hours after reconstruction is complete . 4. Testing of Rehab ilitated Manho les a. Testing of rehabilitated manholes for watertightness shall be performed by the contractor after operations are complete in accordance with Section DA- 21 . b. At least two 3-inch diameter x 6-inch tall cylinders of the coat ing material shall be taken from each days work with the date. location and job recorded on each . The cylinders shall be sent to a certified testing laboratory for testing . A compression test will be made per ASTM C780 , and the results will be furnished to the Engineer and Owner on request. D. MEASUREMENT AND PAYMENT 11/02104 Payment shall be based on the Contract Unit Price per vertical foot measured from the top of the corbel or flattop to the top of the bench . The Contract Unit Price shall be payment in ASC-22 PART DA -ADDITIONAL SPECIAL CONDITIONS full for performing the work and for furnish ing all labor, superv is ion , materials, equipment and all material testing necessary to complete the work. Grouting , if necessary to stop act ive leaks in manhole wall areas , shall be included in the above unit price . Grouting of t he pipe seals , bench and trough , and lower portion of a particular manhole, if required by the Mpnhole Rehabilitation Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price , DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM A · GENERAL 1. Scope T his section governs all work, materials and testing required for the appl ication of interior manhole coating . Manholes designated for interior coating are listed on the Manhole Rehabilitation Schedule . Interior manhole coating shall meet the requ irements of this Section or of Section DA-12 , DA-13 , DA-15, DA-16 or DA-17 . 2. Description The Contractor shall be respons ible for the furnish ing of all labor, superv1s1on , materials , equ ipment , and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturer's Recommendations Materials , mixture ratios , and procedures uti lized 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 manholes shall have a minimum of one-half (1/2) inch specialty cement-based coating material (Quadex QM-1 s or Reliner 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 The interior coating shall be a proprietary two component, 100 percent solids , rig id polyurethane system designated as Spray Wall as manufactured by Sprayroq , Inc. ASC -23 PART DA -ADDITIONAL SPECIAL CONDITIONS 3. Specialty Cement The specialty cement-based coating material shall be either Quadex QM-1 s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4. Material Identification The interior manhole coating material sprayed onto the surface of the manhole shall be a urethane resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the physical properties as follows: Property Tensile Strength Flexural Stress Flexural Modulus 5. Mixing and Handling Standard ASTM D-638 ASTM 0-790 ASTM D-790 Long Term Value 5,000 psi 10,000 psi 550 ,000 psi Mixing and handling of specialty cement material and interior coating material , which may be toxic under certa in conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minim ize hazard to personnel. It is the respons ibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not ava ilable to unauthorized personnel or an imals. All equipment shall be subj ect to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating installations. C . EXECUTION 11 /02104 1. General Manhole coating shall not be installed until sealing of manhole frame and grade adjustments , or partial manhole replacement when required for the manhole per the Manhole Rehabilitation Schedule, is complete . 2 . Temperature Normal interior coating operation shall be performed at temperatures of 40°F or greater. No applicat ion shall be made when freezing is expected w ithin 24 hours. 3. Interior Manhole Coating a . b. The interior coating shall be applied to the manhole from the bottom of the frame to the bench , down to the top of the trough. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. ASC-24 PART DA -ADDITIONAL SPECIAL CONDITIONS 1) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi at spray tip), cleaning with muriatic acid, degreaser, or other solvents as needed in order to remove any film or residue on the surface. 2) Place covers over the invert to prevent extraneous material from entering the sewers . 3) Apply a minimum of one-half (1/2) inch specialty cement product (Quadex QM-1s or Reliner MSP) smooth surface for the urethane coating material. 4) Spray the urethane onto the manhole wall and bench/trough with a minimum thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. 5) Coat trough area with specialty cement product (Quadex QM-1 s or Reliner MSP). 1. Testing of Rehabilitated Manholes a . Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- 21 . D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price 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. Grouting, if necessary, shall be included in the above unit price . Grouting of the pipe seals, bench and trough. and lower portion of a particular manhole, if required by Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price . DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM A. GENERAL 11/02104 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-25 PART DA -ADDITIONAL SPECIAL CONDITIONS 2. Description _ The Contractor shall be responsible for the furnishing of all labor, superv1s1on, materia ls, equipment , and testing required for the completion of interior coating of manholes in accordance with the Contract Documents . 3. Manufacturer's Recommendations 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 manholes shall have a minimum of one-half (1/2) specialty cement-based coating material (Quadex QM-1s or Reliner 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 epoxy Coating , a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. 3. Specialty Cement The specialty cement-based coating material shall be either Quadex QM-1 s as manufactured by Quadex , Inc . or Reliner MSP as manufactured by Standard Cement Materials . 4. Material Identification 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 405 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 materials. 5. 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 minim ize hazard to personnel. It is the responsibility of the Contractor ASC-26 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-1 s 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 mil.s (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-27 PART DA -ADDITIONAL SPECIAL CONDITIONS 6) No applications shall be made to frozen surfaces or if freezing is expected to occur in side the manhole within 24 hours after application . 4 . Testing of Rehabilitated Manholes a. After the epoxy liner has set (hard to touch}, all visible pinholes shall be repaired . Repairs shall be made by lightly abrading the surface and brushing 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 thickness may be made by Owner's Representative , and the contractor shall repair these areas as required, at no additional cost ta the Owner. b. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- 21 -VACUUM TESTING OF REHABILITATED MANHOLES . D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from ·the bottom of the frame ta the top of the bench . The Contract Unit Price shall be payment i.n full for performing the work and for furnishing 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 COATING: PERMACAST SYSTEM WITH EPOXY LINER A. GENERAL This section prescribes the minimum standards for the safe and efficient rehabilitation of sewer structures, utilizing Permacast with Epoxy Liner. B. MATERIALS 11/02104 1. Leak Plugging Leak Plugging of the same or greater strength than the Liner Mix and/or chemical grouts may be used. If water pressures are severe, the contractor may drill relief holes at the bottom of the manhole wall to concentrate the leaks before plugging . 2 . Patching Mix Voids which have not compromised the structure in its overall soundness must be filled prior to lining with materials of the same or greater strength than the Liner Mix . ASC-28 - - PART DA -ADDITIONAL SPECIAL CONDITIONS 3. Liner Mix Shall be densely compacted, Reliner Microsilicate cement mortar, Quadex QM-ls and Quadex Excel cement mortar, or approved equal , applied uniformly at a minimum thickness of Yi inch . Liner Mixes shall attain strengths as follows: Compressive ASTM C-109 Flexural ASTM C-295 Elasticity ASTM C-469 24 HOURS 3500 psi 650 psi 180,000 psi 28 DAYS 10,000 psi 800 psi 1,150 ,000 psi It shall be delivered in factory prepared packaging suitable far mixing with just the addition of clean water in the prescribed dosage. No additives shall be used at the site without prior ... approval. AH visible leaks must be plugged prior to application of the cementitious liner with quick setting , non-shrink hydraulic cement mortar. C. EXECUTION 11102/04 1. Mixing The manufacture 's published technical specifications and directions for proportioning and mixing shall be strictly followed by the certified applicator. 2. Equipment Equipment shall be as recommended by the manufacturer to ensure proper mixing and pumping of the mortar and shall be clean and in good working order according to the manufacture's published recommendations for safe operation . Only factory certified workers shall operate with a controllable retrieval method shall be used to produce a uniform and dense application without the need to trowel which can weaken the mortar. 3. Application Once prepared , the application shall commence , in accord with the manufacturer's recommended procedures and in the presence of the owner's inspector in a single application to the prescribed thickness (1/2 inch or greater) without delay or interruption in order to produce a uniform and monolithic liner. Multiple layers with time between for drying are not allowed . Once completed , the manhole shall be covered to prevent air drying. 4. Testing & Verification Testing ·of rehabilitated manholes for water tightness shall be performed by the Contractor after operations are complete in accordance with Section DA-21 . ASC-29 PART DA -ADDITIONAL SPECIAL CONDITIONS The owner's inspector shall verify the thickness with a wet gauge . Any area found to less than the minimum prescribed thickness shall result in the minimum prescribed thickness shall resul t in the immediate rel ining of the entire interior. Two test cubes shall be made from each day's mix and tested for strength verification . D. CORROSION PREVENTION 1. Preparation & Procedure The liner shall be applied to the prepared interior as specified in proceeding sections at % inch thickness . 2 Protective Coating The protective coating shall be a 100% solids epoxy with no volatile organic compounds and white in color to optimize visual inspection . Min imum physical properties shall be : Hardness Tensile Strength Compressive Strength Flexural St rength ASTM D-2240 ASTM D-63860 ASTM D-69544 ASTM D-79058T 65 Shore D 10,000 psi 15 ,000 psi 1,000 psi It shall be uniformly spray applied or centrifugally cast onto the fresh mortar before new bacterial growth can contaminate the underlying mortar. It shall have a minimum th ickness of 125 mils and shall not run or sag during placement. 3. Safety If personne l are required to enter the confined space during the application procedure , each and all OSHA requirements as well as those required by the manufacturer's material safety data sheets shall be complied with fully . 4 . Testing & Verification The interior shall be visually inspected for thoroughness of coverage. When dry to the touch , the entire interior shall be tested with a Tinkor & Rasor holiday detector at the prescribed voltage to verify thickness and locate pinholes if any . Deficiencies shall be immediately corrected and retested . E. MEASUREMENT AND PAYMENT 11 /02104 Payment shall be based on the Contract Unit Price 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 all testing necessary to complete the work . Payment for grouting of pipe seals , bench and ASC-30 PART DA -ADDITIONAL SPECIAL CONDITIONS trough and manhole walls shall be based on the Contract Unit Price for each manhole actually grouted . DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM A GENERAL 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 in the Manhole Rehabilitation Schedule, listed in Part 1. Interior manhole coating shall meet the requirements of this Section or of Section DA-12 , DA-13, DA-14, DA-15 or DA-16 . 2 . Description . The Contractor shall be responsible for the furnishing of all labor, supervision , materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents , 3. · Manufacturers Recommendations . Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers recommendations . 4. Manholes. Manholes to be coated are of brick, block, or concrete construction . Some manholes may have a cementitious sprayed or trowelled-on coating over the original interior surface . R MATERIALS 1. 2 . 3 . 4 . 11/02104 Scope . This section governs the materials required for completion of interior coating of manholes. Interior Coating . Strong-Seal Systems MS-2A , factory-blended , cement-based , fiber-reinforced coating as manufactured by Strong-Seal Systems of Pine Bluff, AR. No material ( other than clean potable water) shall be used with or added to Strong-Seal MS-2A without prior approval or recommendation from Strong-Seal Systems . Material Identification . Contractor shall completely identify the types of grout, mortar, patching compounds , sealant, and/or root control chemicals used 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 , to the satisfaction of the Engineer. 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 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. Only personnel thoroughly familiar with the handling of the coating material shall perfOrm the coating operations. ASC-31 PART DA -ADDITIONAL SPECIAL CONDITIONS C. EXECUTION : 11/02104 1. General. Manhole coating shall not be performed until replacement of manhole covers , sealing of manhole frame and grade adjustments , partial manhole replacement , or concrete collar construction is complete. 2 . Preliminary Repairs a) All fore ign materials shall removed from the manhole interior using high pressure water spray (minimum 3500 psi). Loose and protruding brick , mortar, and concrete shall be removed using a masonry hammer and chisel and/or scrapers. Existing roots and manhole steps shall be removed by cutting them 1" below the surface of the manhole . b) All unsealed lifting holes , unsealed step holes, voids larger than approximately one-half (1/2) inch in thickness shall be filled with rapid- setting , trowel-applied patching compound prior to spray application of the MS-2A coating. c) Active leaks shall be stopped using rapid-setting hydraulic cement products specifically for that purpose and according to manufacturer's recommendation . Some leaks may require grouting to stop the inflow. Grouting shall be performed in accordance with Section DA-20 . Contact Strong-Seal Systems for grouting recommendations . d) After all repa irs have been completed , remove all loose material. 3. Temperature . Normal interior coating operation shall be performed at temperatures of 40 Degrees F or greater. No application shall be made when freezing is expected within 24 hours . If ambient temperatures are in excess of 90 Degrees F, precautions shall be taken to keep mixing water below 85 Degrees F, using ice if necessary. 4. Interior Manhole Coating a) The interior coating shall be applied ta the manhole from the tap of the bench/trough to the top of the corbel or flattop, including the bench/trough . b) The interior .coating shall be applied in .accordance with the manufacturer's recommendations and the following procedure . (1) (2) (3) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi). Place covers over invert to prevent extraneous material from ente ring the sewer. The surface prior to app li cation shall be damp without noticeable free water droplets or running water. MS-2A material shall be spray ASC-32 PART DA -ADDITIONAL SPECIAL CONDITIONS applied (using a manufacturer approved application mach ine) to a uniform thickness of 1" minimum . Troweling shall begin immediately following the spray application . The trowelled surface shall be smooth with no evidence of previous void areas . (4) The application shall have a minimum of four hours (4) cure time before being subjected to active normal flows. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered . (5) Traffic shall not be allowed aver manholes for 12 hours after reconstruction is complete. r 5. Testing of Rehabilitated Manholes a) Testing of rehabilitated manholes for water-tightness shall be performed by the contractor after operations are complete in accordance with Section DA-21 . b) At least four (4) 2-inch cubes of the coating material shall be taken from each day 's work with the date, location and job recorded on each. The cubes shall be sent to Strong-Seal Systems , Pine Bluff, AR. for testing . A compression test will be made according to ASTM C-109 , and the results will be furnished to the engineer and the owner. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per each manhole coated . The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision , materials , equipment and material testing necessary to complete the work . Grouting , if necessary to stop active leaks in manhole well areas, shall be included in the above unit price . Grouting of the pipe seals , bench and trough , and lower portion of a particular manhole , if required by the Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately . DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES The contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the resurfacing process commences for a particular street. The contractor shall attempt to include the Construction Engineer (if he is available) in the observation and marking activity . In any event a street shall be completely marked a minimum of two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a recommended procedure . It shall be the 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 11/02104 ASC-33 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 working days may result in the shut down of the resurfacing operation by the Construction Engineer. The contractor shall be responsible for all materials , equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER These provisions require the contractor to remove all failed existing curb and gutter, as designated by the Construction Engineer, and replace with standard concrete curb and gutter, laydown curb arid gutter, or in like kind , as governed by the standard City Specifications, Item No. 104 "Removing Old Concrete", Item No . 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-S4 . Pay limits for laydown curb and gutter are shown in Drawing No . S-S5 of the Standard Specifications . Contractor shall saw cut the curb and gutter and pavement prior to removal. Included, and figured subsidiary to this unit price, will be the required sawcut excavation , as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the curb and gutter. The pay limit will be 9" out from the gutter lip , with same day haul-off of the removed material to a suitable dump site. The street void shall be filled with H.M.AC. "Type D" mix as per specification No. 300 "Asphalts, Oils and Emulsions", Item No. 304 "Prime Coat" and Item No. 312 "Hot Mix Asphaltic Concrete" and compacted to standard City densities and top sail as per specification item No. 116 "Top Soil", if needed, shall be added and leveled to grade behind the curb. Existing improvements within the parkway such as water meters, sprinkler system, etc. damaged during construction shall be replaced with same or better at no cast to the City. Backfill for curb and gutter shall be completed within fourteen (14) calendar days from the day of demolition to date of completion . If the contractor fails to complete the work within fourteen (14) calendar days, a $100 dollar liquidated damage will be assessed per block per day. The unit price bid per linear foot shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS 11102104 ASC-34 PART DA -ADDITIONAL SPECIAL CONDITIONS This item shall include the removal and replacement of existing concrete driveways , due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site . For specifications governing this item see Item No . 104 "Removing Old Concrete". Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No . S-SS of the Standard Specifications. The unit price bid per square yard shall be full compensation for all labor, material. equipment, supplies, and incidentals necessary to complete the work. DA-26 REPLACEMENT OF H.M.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 . AH applicable provisions of Standard Specification Item Nos . 300 "Asphalts, Oils, and E~ulsions", 304 "Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work . The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-27 GRADED CRUSHED STONES This item shall be used to repair the failed base material in areas exceed 8" deep as directed by the Engineer. The material shall be graded crushed stones . For specifications govern ing this item see Item No. 208 "Flexible Base". The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work . 11102/04 ASC-35 PART DA -ADDITIONAL SPE.CIAL CONDITIONS DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) All applicable provisions of Standard Specifications, Item Nos. 312 "Hot-Mix Asphaltic Concrete", 300 "Asphalts, Oils and Emulsions", 304 "Prime Coat", and 313 "Central Plant Recycling-Asphalt Concrete" shall apply to the construction methods for this portion of the project. Standard Specification 312-5 ( 1) shall be revised as follows: The prime coat, tack coat, or the asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit and rising, the temperature being taken in the shade and away from artificial heat. Asphaltic material shall also not be placed when the wind conditions are unsuitable in the opinion of the Engineer. The contractor shall furnish batch design of the proposed . hot mix asphaltic concrete for City approval 48 hours prior to placing the H.M.A.C. overlay. The City will provide laboratory control as necessary. The unit price bid per square yard of H .M .A.C . complete and in place, shall be full compensation for all labor, materials, equipment, tools , and incidentals necessary to complete the work . DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER This item shall include the removal and reconstruction of existing concrete valley gutters at locations to be determined in field : Removal of existing concrete valley, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall . be subsidiary to this pay item . Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be subsidiary to this Pay Item . See standard specification Item No. 314, "Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete''. Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included . Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". Asphalt base material may be required at times as directed by the Engineer to expedite the work at locations identified in the field . The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. If the contractor fails to complete the work on each half within seven (7) calendar days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. 11102/04 ASC-36 PART DA -ADDITIONAL SPECIAL CONDITIONS The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials , labor, equipment, tools and incidentals necessary to complete the work . DA-32 NEW 7" CONCRETE VALLEY GUTTER This item shall include the construction of concrete valley gutters at various locations to be determined in field . Removal of existing, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furn ishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsidiary to this Pay Item . See standard specification Item No . 314", Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No . 104, "Removing Old Concrete", Item No . 106 , ''Unclassified Street Excavation" Item No . 208 "Flexible Base ." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included . Contractor may substitute 5'' non-reinforced (2 :27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch . Contractor shall work on one-half of Valley gutter at a time , and the other half shall be open to traffic . Work shall be completed on each half within seven (7) calendar days . If the Contractor fails to complete the work on each half within seven (7) calendar days , a $100 dollars liquidated damage will be assessed per each half of valley gutter per da)(. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials , labor, equipment, tools and incidentals necessary to complete the work . DA-33 NEW 4" STANDARD WHEELCHAIR RAMP The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed details, or as directed by the Engineer. The removal of existing substandard wheelchair ramps and sidewalk as required for the installation of new wheelchair ramps shall be subsidiary to this pay item . The removal and replacement of existing curb and gutter as required for the installation of new wheelchair ramps shall be included in Pay Item 5 (Removal and Replacement of Curb and Gutter). Pay limits for laydown curb and gutter are as shown in the Standard Pay Limit Detail (WR-1). The pay limit will extend from 9" outs ide the lip of gutter to 15" back from the face of curb . Any asphalt tie-in shall be subsidiary to the curb and gutter pay item . Pay limits for "Standard Wheelchair Ramp" will start 15" back from the face of curb and encompass the remainder of the ramp and sidewalk . All applicable provision of standard Specifications Item 104 ''Removing Old Concrete" and Item 504 "Concrete Sidewalk Driveways" shall apply except as herein modified. 11/02104 ASC-37 PART DA -ADDITIONAL SPECIAL CONDITIONS All concrete flared surface shall be colored with LITHOCHROME color hardener as manufactured by L.M . Scofield Company or eq ual. The color hardener shall be brick red color and dry-shake type , and shall be used in accordance with manufactures instructions. Concrete stain may be applied after concrete is poured (Product sold by BAER). "Contractor shall provide a colore d sample concrete panel of one foot by one foot by three inches dimension , or other d imension approved by the Engineer, meeting the aforement ioned specification . The sample, upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item . The method of applicat ion shall be by screen , sifter, sieve or other means in order ta provide for a uniform color distribution ." The unit price bid per square yard for 4" standard wheelcha ir ramp as shown on the proposal will be full compensation for materia ls, labor, equipment, tools and incidentals necessary to compete the work. DA-43 UNCLASSIFIED STREET EXCAVATION Th is item will be used if add itional excavation is needed that is not covered by "8" PAVEMENT PULVERIZATION ". Add itional Ex cavation 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 prov isions 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 con s,ist of furnishi ng and installing 6" perforated subdrain and filter material all as shown on the enclosed details , or as directed by the Eng ineer. All appl icable provision of standa rd Specifications Item 500 "SUBDRAINS " shall apply except as here in modified . The pipe material shall be poly vinyl chloride (PVC) with the standard dimens ional ratio of 35 (SDR35) and meet the ASTM D 1784. Filter sha ll have the capability of passing ground water without tra nsporting the soil placed around the filter fabric . The fabric shall be constructed exclus ive ly of synthetic thermoplastic fibers and may be either woven or non- woven to farm a mat of uniform quality. Fabric fiber may be either continuous or discontinuous and oriented in either a random or an aligned pattern throughout the fabric . The fabric shall be mildew resistant , rot proof, sha ll be satisfactory for use in a wet soil and aggregate environment , contain ultraviolet stabilizers and have nonravelling edges. The fabric shall meet the following requirements when sampled and tested in accordance with the methods indicated . Test Orig inal Physical Propert ies Method Requirements 11/0 2104 ASC-38 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 . SDHPT Test Method Tex-616-J "Testing of Construction Fibers" Tex-616-J 4 .0 minimum for under drains and Slope Stabilization , 6.0 minimum for Gabions Revetment 80 minimum 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 open ing 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 inc identals 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. 11/02104 ASC-39 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-48 EASEMENTS AND PERMITS Easements and permits , both temporary and permanent , have been secured for this project at this time and made a part thereto . Any easements and/or permits , both temporary and permanent , that have not been obtained by the time of publication shall be secured before construction starts . No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained . The Contractor's attention is directed to the easement description and permit requirements , as contained herein , along with any special conditions that may have been imposed on these easements and permits . Where the pipeline crosses privately owned property , the easements and construction areas are shown on the plans . The easements shall be cleaned up after use and restored to their original conditions or better. In the event additional work room or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item . DA-49 HIGHWAY REQUIREMENTS The Texas Department of Transportation requirements pertaining to the construction of this project are enclosed herein and made part of these specifications . appropriate pipe BID ITEM . DA-55 CURB ON CONCRETE PAVEMENT Standard Specification Item 502 shall apply except as herein modified. INTEGRAL CURB : Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30 ) minutes after the concrete in the slab . SUPERIMPOSED CURB : Concrete shall have a minimum compressive strength of three thousand (3 ,000) pounds per square inch at twenty-eight (28) days . The quantity of mix ing water shall not exceed seven (7) U.S. gallons per sack (94 lbs.) of Portland Cement. The slump of the concrete shall not exceed three (3) inches . A min imum cement content of five (5) sacks of cement per cubic yard of concrete is required . PAYMENT : Payment shall be made for cutting and replacing curbs and gutters required in this Project under the appropriate bid item and shall be in compliance with Public Works Department standard requirement Item 502. 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 inc lude checking for general conformance with the design concept of 1110 2/04 ASC-40 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 equ ipment 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 d iscovered, either prior to or after submittals are processed, the design drawings and specifications shall govern. The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site , fabricat ion processes and techniques of constriction , coordination of his work with that of other trades and satisfactory performance his work. The Contractor shall check and verify all measurements and review submittals prior to being submitted , and sign or initial a statement included with the submittal , which signifies compliance with plans and specifications and dimensions suitable for the application . Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form . 2. Shop drawings shall be submitted for the following items prior to installation : List the required submittals here Additional shop drawing requirements are described in some of the material specifications. 3. Address for Submittals -The submittals shall be addressed to the Project Manage~: (Project Manager) City of Fort Worth 1000 Throckmorton Fort Worth, TX 76102 DA-57 COST BREAKDOWN In order to establish a basis upon which partial payments to the Contractor may be authorized , immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown of his contract price arranged and itemized to meet the approval of the Engineer. DA-61 TOP SOIL Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction, Item 116, except as follows : All labor, equipment , tools and incidentals shall be included in the square yard bid price for the top soil. DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT 11 /02104 ASC-41 PART DA -ADDITIONAL SPECIAL CONDITIONS This item shall include raising or lowering an existing meter box to the parkway grade specified No payment will be made for adjusting existing boxes which are 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 the actual quantities . There is no limit to which a bid item can be increased or decreased . Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4 .3 conflicts with this provision. this provision controls . No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. In particular, the Contractor shall be aware that it is the City's intention that the quantities in Unit I - be used on an "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 When the Engineer directs the Contractor to perform work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (Tex-Dot}, the Contractor shall obtain approval from the Texas Department of Transportation prior to commencing any work therein . All work performed in the Tex-Dot right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation and Item E2-29.1 "Construction Within Highway Right-of-Way" of the General Contract Documents and ·Specifications. effective July 1, 1978, as amended . DA-65 CRUSHED LIMESTONE (FLEX-BASE) Crushed limestone required for use as a flexible base material shall conform to Specification Item No . 208 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. DA-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 11/02104 ASC-42 PART DA -ADDITIONAL SPECIAL CONDITIONS contract is awarded , the City further reserves the right to issue work orders under e ither contract as it deems in its best interest , without recourse . DA-68 CONCRETE VALLEY GUTTER This item shall include the repair/replacement of existing concrete valley gutters as directed by the Engineer. The proposed valley gutters will be constructed according to the detail included in these documents as well as conforming to Specification Item No . 314 of the Standard . Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. The unit price bid for this item shall be full compensation for all materials (includ ing applicable sub-base), labor, equ ipment and incidentals necessary to complete the work . DA-71 H.M.A.C. TESTING PROCEDURES The cont ractor is required to subm it a Mix Design for both Type "B" and "D" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference . This design shall not be more than two (2) years old . Upon submittal of the design mix a Marshal (Proctor) will be calculated , if one has not been previously calculated , for the use during density testing . For type "B" asphalt a maximum of 20% rap may be used . No Rap may be used in type "D" Upon approval of an asphalt mix design and ·the calculation of the Marshal (proctor) the contractor is approved for placement of the asphalt. The contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the mon itoring of the number of passes by a roller to establish a romn·g pattern that will provide the required densities . The requ ired Density for Type "B" and for Type "D" asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all aspha lt 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" asphalt is applied . Upon completion of the app lication of Type "D" asphalt additional cores must be taken to determine the applied thickness . DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particu lar ASTM , AWWA, ANSI or other specification , it shall be -understood that the latest revis ion of such specification , prior to the date of these general specifications or rev isions thereof, shall apply . DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX 11 /0 210 4 ASC-43 PART DA -ADDITIONAL SPECIAL CONDITIONS The relocation and reconnection of sprinkler system control valve and box will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. A minimum of twenty-four (24) hours advance notice shall be given when service interruption will be required . When the relocation is required , separate payment will be allowed for the relocation of sprinkler back-flow preventer or control valve and box. Payment for all work and material such as back-fill , fittings , five (5) feet of PVC Schedule 40 and all material labor, and equipment used by and for the licensed plumber shall be included in the price bid for the relocation of sprinkler back-flaw preventer or control valve and box. All other costs will be included in other appropriate bid item(s). DA-74 RESILIENT-SEATED GATE VALVES Any resilient-seated gate valves supplied for this contract shall conform to Material Standard E1-26 , STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES , with the except ion of size requirements in sections E-26 .1. All resilient-seated gate valves shall be mechanical joints and be approved on the City of Fort Worth Standard Product List. DA-76 1 1/i" & 2" COPPER SERVICES The following is an addendum to E1-17 , Copper Water Service Lines and Copper Alloy , Couplings : All fittings used for 1 Y2" 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 th is purpose in orde r 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 Y2 " and 2" copper services shall be included in the price of the appropriate bid item. DA-77 SCOPE OF WORK (UTIL. CUT) The work covered by these Specifications consists of the paving repair over utility cuts which have been backfilled previously by the City Water Department, as indicated by the details and possible adjacent areas damaged by blowout, etc . Included in this work will be the removal of the existing material in order to insure -a paving secti.on in conformity with existing pavement or the appropriate detail shown in this document as directed by the engineer and all other miscellaneous items of construction to be performed as outlined in the specifications , which are necessary to satisfactorily complete the work . 11/02104 ASC-44 PART DA -ADDITIONAL SPECIAL CONDITIONS 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. Final payment will be based on actual measured quantities and the unit price bid in this proposal. There will not be a direct payment for saw cutting the existing asphalt or concrete, compacting the existing subgrade or removal of the existing material. These items will be considered as subsidiary to the contract. The contractor will be required to maintain a capping course of hat mix-cold lay asphalt in areas where traffic has whipped out washed rock, until the paving repair can be accomplished . These items will be considered as subsidiary to the contract. The Inspector will pick up the repair tickets by 8:00 a.m . Monday through Thursday. The repair tickets will be issued to the contractor early the next day . Each repair ticket that is issued shall be completed within twenty-one (21) calendar days . The twenty-one (21) calendar days far completion of the job begins the day after the contractor receives the ticket. See special condition TIME ALLOWED FOR UTILITY CUTS . The Contractor shall identify to the Engineer possible locations for settlement of repaired pavement due to backfill of ditch by others . As directed by the Engineer, the Contractor shall remove and replace existing backfill with washed rock. The Water Department will estimate the necessary size of the pavement repair on each ticket. Upon receipt of each ticket the Engineer shall determine , by measurement, the required s ize of each repair. All repair sizes shall be approved by the Engineer prior to any repair work . DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) Contractor covenants and agrees to fully perform or cause to be performed , with good faith and due diligence , and in accordance with standards common to the industry and herein set forth in these Contract Documents which is hereby incorporated and made a part of this contract , pavement repair to be ordered by the City at various times and to be performed at various places by separate repair tickets. The City may designate pavement to be repaired by furnishing to the Contractor a marked drawing , or street addresses contained in a written order or by marking in the filed by paint or other means, or by any or all combinations of said methods of designation . The Contractor agrees that no work will be performed without written authorization from the individual designated in writing by the Director of the Engineering Department. DA-79 CONTRACT TIME (UTIL. CUT) It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City as the need arises . It is further agreed that the term of this contract is five (5) months from the date of execution of contract work order and no orders will be accepted by the Contractor after the contract has expired . At the end of contract -the Contractor will have twenty-one (21) additional calendar days to complete work already ordered and fifteen additional calendar days to bill said work for a total of thirty-six days after contract termination to complete and bill work authorized pursuant to this contract. DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) 11 /0 2104 ASC-45 PART DA -ADDITIONAL SPECIAL CONDITIONS The Contractor shall be requ ired to furnish sufficient personnel and equipment capable of completely finishing an average of fifty (50) utility cut tickets w ith an aggregate average of 750 S.Y . of permanent pavement repa ir each week . DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) The Contractor shall assist the Engineer in measuring each pavement repair before any work is started . A repair ticket will be issued for each utility cut after measurement and twenty-one (21) calendar days beginning the day after the ticket is issued will be allowed for final completion of each utility cut. See also SCOPE OF WORK. A calendar day is any day of the week or month , Sundays or legal holidays as defined on Page C1-1 (4) Section C1-1 .24 Calendar Days of Part C General Conditions . DA-82 LIQUIDATED DAMAGES (UTIL. CUT) Failure to complete work on time : The Owner and the Contractor agree that it will be most difficult or impossible ta ascertain the amount of damages that will be sustained by the Owner if the Contractor fails to complete the work in the allotted time, but they both agree that the Owner would sustain substantial damages in such event. Accordingly , if the Contractor fails to complete the contract in the calendar days specified , a time charge shall be made for each working day thereafter, not as a penalty but as liqu idated damages . The contractor shall pay liquidated damages of twenty-five dollars ($25 .00) per day per ticket for each repair cut not completed with in twenty-one (21) calendar days and liquidated damages shall end an day that repairs are comp leted . Should the amount otherwise due the Contractor be less than the amount of such ascerta ined and liquidated damages , the Cont ractor and his surety shall be liable to the City of such delivery . DA-83 PAVING REPAIR EDGES (UTIL. CUT) All paving repair edges shall be undamaged neat lines (by sawing or equal) and shall be parallel or perpendicular to the center line of the street DA-84 TRENCH BACKFILL (UTIL. CUT) The Water Department shall place the pipe embedment and backfill with washed rock per the fallowing spec ificat ion. Washed Rock : All washed rock used for embedment or as · otherwise directed by the engineer shall be washed gravel or washed crushed stone or washed crushed gravel and shall meet the following gradation and abrasion : Sieve Size 1 11102/04 % Reta ined 0-10 40 -75 ASC -46 PART DA -ADDITIONAL SPECIAL CONDITIONS 3/8'' #4" #8 55-90 90-100 95-100 Los Angeles abrasion test: 50% Maximum wear per ASTM. DA-85 CLEAN-UP (UTIL. CUT) Final clean up work shall be done for this project as soon as the paving and curb and gutter has been constructed . Contractor shall remove all excess cold mix, washed rock and debris from the street in the area of the repair. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. Refer also to Page C5-5 (8) Section C5-5.17 Clean-Up of Part C General Conditions . DA-86 PROPERTY ACCESS (UTIL. CUT) Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. DA-87 SUBMISSION OF BIDS (UTIL. CUT) The proposal sections of this special contract document is arranged to allow the Owner to make payment based on size of repa ir. The Contractor is required to submit a bid on all proposals Un it I, Un it II , Unit Ill and IV. Unit I will generally consist of small patch , less than or equal to 200 square feet. Unit II w ill generally consist of medium patch , greater than 200 square feet and less than or equal to 1000 square feet. Unit Ill will generally consist of large patch , greater than 1000 square feet. Un it IV will generally consist of items necessary for each size Utility Cut Repair. The total low b idder, Un its I, II , Ill and IV is the apparent successful bidder. If Contractor does not bid all four Units of the proposal , the bid will be considered as "non-responsive" and will be re j ected by the Engineering Department. DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) Regardless of the existing pavement type , base repair for Unit I shall be either min .. 8" concrete base (see D-23 , 2 :27 Concrete Base) or min . 5" reinforced concrete base (see DA-35 , Reinforced Concrete Pavement or Base) as d irected by the Engineer. Any deviation from standard repair shall be approved by the Water Department. DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. CUT) When concrete base is required for repairs > 200 square feet in area , the base repair shall be either min. 8" concrete base (see 0 -23 , 2 :27 concrete base) or as min . 5" reinfo rced concrete base (see DA-35 , Reinforced Concrete Pavement or Base) as directed by the Engineer. Any deviation from standa rd repair shall be approved by the Water Department. DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) These items will include the furnishing and placing of H.M .A.C . surface course as directed by the Engineer. 11/02104 ASC-47 PART DA -ADDITIONAL SPECIAL CONDITIONS . For Specifications governing Type "D" H.M.A.C . see the 1982 Texas State Department of Highways and Public Transportation, Spec . Item No . 340 "Hot Mix Asphaltic Concrete Pavement ". H.M.A.C. is also covered under Spec. Item No . 312 in the Standard Specifications for Construction , City of Fort Worth . Subsid iary to the H.M.A.C . pavement shall be sawing , removal of asphaltic material , gravel and excavation as shown on the details or as directed by the Engineer. The removed surfacing shall be loaded into trucks upon removal and hauled away from the job site as directed by the Engineer. In no case shall the removed surface be stockpiled on the job site . The following work method will be performed on each utility cut: 1. Place safety signs , barricades and/or other warning devices where necessary and as required . 2. The existing asphalt pavement shall be saw cut into a square or rectangular shape and cut side faces vertica ll y . The sawed asphalt pavement shall be a minimum of 1' outside the utility cut area . 3. Apply liquid asphalt tack to ve rti cal faces and bottom of excavated area in a uniform manner. Do not puddle tack coat on bottom of utility cut area .. Do not apply tack coat to washed rock . 4. Place H.M .A.C . surface mix in lifts not to exceed three (3) inches . Last or top lift shall not be less than two (2) inches in thickness . 5. Each lift shall be thoroughly compacted with a plate compactor or portable vibratory roller. Fifteen to twenty passes will be necessary with a vibratory roller and mix temperature above 250 F (121 C) to ensure a good compaction . Top lift when compacted shall be approximately 1/8 inch above surrounding pavement. 6. Apply liquid asphalt around edges of patch along cold joints. 7. Clean up surrounding area. Do not leave excess fill or excavated material on the pavement. 8. Remove safety signs , barricade and/or warning devices after job is complete . Payment shall be made at the unit price per S.Y . as shown on the proposal and shall be full compensation for furnishing all labor, materials , equ ipment tools and incidentals necessary to complete the work. DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT} Contractor will be responsible for adjusting water valve boxes, manholes and vaults to match new pavement grade . T he unit price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work . DA-92 MAINTENANCE BOND (UTIL. CUT) 11 /02104 ASC-48 -· PART DA -ADDITIONAL SPECIAL CONDITIONS A maintenance bond in the amount of one hundred percent (100%) of the contract amount shall be furnished for a period of two years from the date of final acceptance of the work will be required on this project. DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) Upon the direction of the Eng ineer, the Contractor shall provide a lime stabilized Subgrade or base in conformance ~with Specification Items 210 and 212 of the City of Fart Worth's Transportation and Public Works Department's Standard Specifications for Street and Storm Drainage Construction . Unless otherwise directed by the Engineer, lime shall be applied at the minimum rate of four pounds (4#) per square yard per inch depth . Payment shall be made by the square yard at the unit price bid for the quantity measured in place and shall include all labor, equipment, material , and incidentals necessary to satisfactorily complete the project. No payment shall be made for the hydrated lime as it shall be cons idered subsidiary to the bid pric-e for lime stabilization. DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) Th is pay item shall apply to all storm drain structures such as in lets , manholes , headwa ll s, or othe r facilit ies which , in the op inion of the Eng ineer require repair . The Contractor shall remove and replace the tops of existing drainage structures and a port ion of the walls of the structure as directed by the Engineer. The vertical reinforcing steel bars in the walls shall be cleaned of any concrete or dirt and exposed a minimum of twe lve ( 12) inches . New steel shall be used in the reconstruction of the walls and top. No payment shall be made for manhole frames, li ds , steps and other miscellaneous items of construction, as they shall be cons idered subsidiary to the unit price bid for Repair of Storm Drain Structures . Unless directed otherwise by the Engineer , the existing manhole frames , li ds , and other miscellaneous items may be reused . Storm Drain Structure Repair shall be performed in conformance with specification Item 444, "Manholes and Inlets",·· and Drawing No . S-SD1 through S-SD20 of the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction and shall further apply to all storm drainage facilities of a similar design and construction . · Payment for Repai r of Storm Dra in Structures shall be made by the cubic yard of concrete required to reconstruct the structures as well as all steel , etc. in conformance with the appropriate drawings . DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) In high traffic areas where the utility cut repair must be returned to service sooner than a normal cure time will allow, the Contractor shall use concrete admixtures as outlined in Item 422 , "Concrete Admixtures" or ready made mixes such as "Rapid Set" concrete mix or approved equal. Any and all materials used shall conform to the above mentioned Item 422 . 1110210 4 ASC-49 PART DA -ADDITIONAL SPECIAL CONDITIONS Payment for quick set concrete shall be made at the unit price bid per CY as shown on the proposal and shall be full compensation for furnishing all labor, materials , equipment, tools, and incidentals necessary to comp lete the work . DA-98 UTILITY ADJUSTMENT (UTIL. CUT) This item is included for the -basic purpose of establishing a contract price which will be comparable to the final cost of ma king necessary adjustments required due to utility cut repairs to water, sanitary sewer, and natura l gas service lines and appurtenances including irrigation lines (sprinkler systems), etc. where such lines and appurtenances are the property owner's responsibility to maintain . An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for ut ility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the Contractor's responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence, where such lines would not have required . adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense . The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the util ity adjustments. DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) All applicable provisions of Standard Specification Item 504 "Concrete Sidewalks and Driveways" shall apply . The Contractor shall construct sta ndard concrete sidewalk and wheelchair ramps as shown in the details or as directed by the Engineer . All concrete flared surfaces (wheelchair ramp wing or curb) shall be colored with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M . Scofield Company or equal , shall be used in accordance with manufacturer's instructions .- Contractor shall prov ide a colored sample concrete panel of one foot by one foot by three inches dimension , or other dimensions approved by the Engineer, meeting the aforementioned specification if needed . The sample , -upon approval by the Engineer shall be the acceptable standard to be applied for all wheelchair ramp construction . Surface coloring shall be subsidiary to the unit price for this pay item . . The method of application shall be by screen . sifter, sieve or other means in order to provide for a uniform color distribution. DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) This item shall apply for the placement of concrete curb and -gutter on H.M .A.C . paved streets . Specification item no . 502 of the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction shall govern this item . 11 /02104 ASC-50 - PART DA -ADDITIONAL SPECIAL CONDITIONS DA-102 PAYMENT (UTIL. CUT) Because of the unique nature of this contract, C8-8 .5 PARTIAL ESTIMATES AND RETAINAGE of the General Conditions shall not apply and shall be superseded by the following : (Please initial below) Whenever the improvements prescribed by an individual Work Order have been completed, the Contractor shall notify the Engineer. The Engineer or other appropriate official of the Owner will, within a reasonable time, perform the inspections. If such inspection reveals that the improvements are in an · acceptable condition and have been completed in accordance with the terms of the Contract Documents and all approved modifications t hereof, the Engineer w ill recommend acceptance of the work under that particular Work Order and recommend payment therefore . If the Engineer finds that the work has not been completed as required , he shall so advise the Contractor in writing , furnishing him an itemized list of all known items which have not been completed or which are not in an acceptable cond ition. When the Contractor has corrected all such items, he shall again notify the Engineer that the improvements are ready for inspection , and the Engineer shall proceed as outlined above . Whenever the improvements prescribed by the individual Work Order have been completed and atl requirements of the Contract Documents have been fulfilled on the part of the Contractor, an 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 . The amount of the estimate will be paid to the Contractor after acceptance by the Water Department Director, provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows : Prior to submission of the estimate for payment , the Contractor shall execute an affidavit , as furnished by the City , certifying that all persons , firms , associations , corporations , or other organizations furnishing labor and/or materials under that Work Order have been paid in full , that the wage scale established by the City Council in the City of Fart Warth has been paid , and that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the individual payment as aforesaid shall operate as and shall release the Owner from all claims or liabilities under the Contract for anything done or · furnished or relating to ·the work under that Work Order or any act or neglect of said City relating to or connected with the Contract. The making of the payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. Bidder's Initials --------- DA-103 DEHOLES (MISC. EXT.) The Contractor excavates for existing water and/or sanitary sewer main as detailed by work order together with a sketch. The location and dimensions shown on the plans relative to other existing utilities are based on the best information available. Omission from , or the inclusion of utility locations on the Plans is not to be cons idered as the nonexistence of, or a definite location of, existing underground utilities . It shall be the Contractor's responsibility to verify locat ions of 11102104 ASC-51 PART DA -ADDITIONAL SPECIAL CONDITIONS adjacent and/or confl icting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the dehole process to provide adequate clearances . The Contractor shall take all necessary precautions in order to protect all services encountered . Any damage to utilities resulting from the Contractor's operations, shall be restored at his expense . Payment for work such as backfill and all other associated appurtenants required , shall be included in the price of the approp riate bid item . DA-117 TRAFFIC CONTROL PLAN Traffic control shall be in accordance with item D-8 of the Special Conditions with the exception of the Contractor providing the traffic control plan . A traffic control plan has been prepared and is included in the project plans . All other requirements of D-8 shall apply. 11102/04 ASC-52 - -11 - SPECIFICATIONS (Water Department) CITY OF FORT WORTH, TEXAS WATER DEPARTMENT (January 1, 1978) All materials, construction methods and procedures used in this project shall conform to Sections E1, E2, and E2A of the Fort Worth Water Department General Contract Documents and General Specifications, together with any additional material specification(s), construct ion(s) or later revision(s). (See revisions listed on this sheet.) Sections E1, E2 and E2A of the Fort Worth Water Department General Contract Documents and General Specifications are hereby made a part of this contract document by reference for all purposes , the same as if copies verbatim herein , and such Sections are filed and kept in the office of the City Secretary of the City of Fort Worth as an official record of the City of Fort Worth . INDEX * CONTACT CITY OF FORT WORTH FOR COMPLETE DOCUMENTS : E1 E2 E2A MATERIAL SPECIFICATIONS CONSTRUCTION SPECIFICATIONS GENERAL DESIGN DETAILS Revisions as of April 20, 1981 , follow: E1-2.4 Backfill : (Correct minimum compaction requirement to 95 % Procter density and correct P.I. values as follows:) c . Additional backfill requirements when approved for use in streets : 1. Type 'B' Backfill (c) Maximum plastic index (Pl) shall be§ 2. Type 'C' Backfill (a) Material meeting requirements and having a Pl of§ or less shall be considered as suitable for compaction by jetting. (b) Material meeting requirements and having a Pl of~ or more shall be cons idered for use only with mechanical compaction. E2-2 .11 Trench Backfill : (Correct Minimum compaction requirement wherever it appears in this section to 95% Procter density except for paragraph a.1 . where the "95% modified Procter density" shall remain unchanged .) G:\1 210\41 35-32\PROJECT\Specifi cations\11 -Specs -Water.doc 11 -Sp ecs - W ater.doc Page 1 of 1 - -12- DETAILS (Water Department} MINIMUM 6" INITI AL--'l''!l:l.!~=~"'-l: B ACKFI LL COV ER MIN IM UM 6" --t-f=::''ffi+.~-""-1'· EMBEDMENT .__--TYPE "c" BACKFILL SEE SPE C. E1-2 .4 G.C.D. .......-,.~-SAND MATERIAL EMBEDMENT & INITIAL BACKFILL SEE SPEC . E1-2.3 G.C.D. WATER: SIZES UP TO AND INCLUDING 12" MINIM UM INITIAL BACKFILL COVER : ---'11"1:!al.1,F-,'--~~.,.'J' TYPE "c" BACKFILL SEE SP EC . E1-2 .4 G.C.D. WATER -6" SE WER -12 " STORM DRAIN -12" :LL.D'-r.---CRUSHED STO NE OR SAND MATERIAL INITI AL B ACK FILL SEE SPE C. E1-2.4(b ) OR E1 -2 .3 G.C.D. MIN IM UM 6 "---,H=:fhr'--"'---41.-.r-''--,,1 EMBEDMENT :;:aJl.lmm=ra::i[Jn!imTTII::s:;,w;:~----CRUS H ED s TONE SAND GRAD A TlON •LESS THAN 10% PASS IN G #200 SIEVE eP .1. = 10 OR LESS CRUSHED STONE GRADATION SI EVE SIZE 1'' 1/2" 3/8" #4 #8 % RETAINED 0-10 40-75 55-90 90-100 95-100 SEE SPEC. E1-2.3 G.C.D. WATER : SIZES 16" AND LARGER SEWER: ALL SIZES STORM DRAIN: ALL SIZES MATERIAL SPECIFICATIONS THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON THI S SHEET SHALL REPLACE APPROPRIATE PROVISI ONS OF BOTH THE E1-2.4(b) AND E1-2.3 OF THE G.C.D. AND STD. SPEC. ITEM 402 OF THE TPW STANDARD SPECIFICATIONS FOR STREET & STORM DRAIN CONSTRU CTIO N. ALL OTHER PRO VISION S OF THE SE ITEMS SHALL APPLY. WATER, SEWER & STORM DRAIN EMBEDMENT AND BACKFILL DETAILS CITY OF FORT WORTH-CONSTRUCTION STANDARD FIGURE A DATE: 2-19-02 . f.nJ/ C .o - ... ·. ·.'"": : :.:: ~ .. , ·) ·. ·::_-.:_ ::. ··:··.· ... .• ·~ ,, . ~:~ ., .. ··,.,_· .,_-.. -..r I, 1, ,. I' ' ' 'I I 1 ', _·1, ~ .. 1 , . i'-,-l 'I ·~·-·-1 ........... r.r.r_ ... ., ,·,, 'b . . ;: /;. -~ . '' J · .. . \J 1\., .. '-,."'-..,_.. ... ,"""'·'-· .. -' , , ~ ( ............ -.r.r..r.rJ.r.J: :A . ,, II II 11 1 ·, . ::~ ,, "¢. . '1 11 ·, '.: I: T) a.,-..r..rr _.8'.r..r.rj..r/, I., . . "L~ ,,~ ,, _, 1 1' . ,, , , I ~~_...,._""\rJ.r.r~ -..r -"-.'. . 1' . . ,, q 1'· . . ·I:: ' . :"t"\. . -Cw;' ........... ..,_-_-,.rt ' t-,J • . • . -': ~ t)., .· ~-: . :,:· b c:-. ~ ,:. -·~~ \)., 1, ··.", .... --ll · ....... ff . ::: . ··: ·t ~ : ·Ir ...._•,:,_,._..._,.,_~:::: -..-.. -~ < . " ' ~-- : \ . .' :·.:. ·, ~ • -.r,c ~ I . • . . \. ,._ -,_-.r.r.r.r.r.r..r-... ..... "\_\, .· .. .l' \. ()\J . ._11 • ~" II ·. 11 .' .·.,1 · 11 ,1 I .· 9< .1, ?o /:h: Oulk l" /or Tcrn,o.. S~< LJ~!a/1 /"or . k-h;t:-r Su,,op/y , ·.. . : ·, /ni.,..-_Hc/1~ Cro"s.j,~ . . ~-s=. ,c... :·-' '.'-;·:: / G' _7')P. . S ~ r v /c a · · / ;..-:....:..:.:...:_.::1-.:_....:...:..:.....c::.L..-.-~!.:-<.c._:..-'--'-:..c..!..-~..,._,_.--- . G~/v. ..,0/pa ~ . -·. C 11 Y W /\ T ER -0 EPA P. T i..,i, £ NT FOOT .WORTH, TEXAS TYPICAL M/4/N .B Yc,.~ASS LAYOUT FIG-UR£ I _ I . ', ! .. f,osl ,,{,.(e/qr Vau// S.:: C D(l /o11/ .ro r T(l rr, ;-:; . . S c r v t'c-c. Cann a cl/on . . . . . £ .. os/. Co. Cu/of/'· ~, . . . Con,rc?clo_;. she;// 6cz rcrr_u/rcd ,o covar rncl~r voiu/1 wii/7. p.rol(c//Y< .9Uc?rd I"·,. --,.~ .,,,(.dcJt0/" dS r~quire.d . JE..('1sl. .Prih::?N Seu-vie c · /o Haus c or 8id9 . ..-::, .,,(/(Z'/er sh-;J// 6 cr rarnovcrd .6y ..... C/ly /'arcc:s. · .. ·.,. ~-c ol?n< c,,on . l"ro rn .!.Jy -pas:s . . ·. /-o pr/Ya lcr· sarv/c~ Shc7// he rn<Ydc. hy Conr'rdcror. Cl TY WAT E F DE PART Y~ t. NT . F cx:n w_ 0 F-TH ,' TE X A 5 . _ T?Jd"P. S£RV!CE··COlvN£CT/0N DETAIL . . ·. FIGURE . J .. · ·. . ..r-' 35-uAY. S1ono0rd. F/n1Shlld c r6. /5 _.-: /tt).0!1n9 /r;:/1, JG -w'1de. . . . . . . . . ) . . ... : . . . .·· ·' .. :·:·-: ,_· . Cl1Y WATER . DEPAgTMENT -FOOT .WORTH, TEXAS INT£RS£.CT!0N CROSSING cDE TA IL F !GURE3 ·;. .. ~ . . .. · . .. : .· · .. ··. . . ' ....... "· '>i..:i,.J.\'.."'. ·, .. , r ., I . (I.Ii~/ ·A(_.: i I li[l'll (J /'11 1 t (LA~ -. -or,· :1 :~.· ·_: -· ::Ol'/CR[TE _ SEWER MAIi{ CLAY DAM PROFILE [XIS11NG GROUND COMPACTED BENTON/TE CLAY OR 2:_27 CONCRETE - :.·· ;. ·.·. UND IST UR BED , S-Oil .. · .. ~ · .. ··· ·, ... :: . ··-: >-.!iNIMUM TRENCH . _\\IDTH ·-PIPE DIA . + 1' CLAY DAM SECTION CLAY DAM CONSTRUCT ION .; . ··1 .. -., I ' ' .. i . ' . I ,·, ' .; ' I - ···1 ; . . , .. · 1 I L . :1 .. .·. • .,1r,,~3· '·." . ' . ' { I • : • ·. ~ .· . . . ( I • ' • •. /. I:,· .. ; :~ . . ... ·: .·. : ~ .. r . ! I·... . ·. . ..... ; .. _. :· .· . : ; : : ·. : .. :· .. :i . · ...... ;: · .... :_1·..-:· :. :·· . . STD1 ; \,/ ATER A~JD SE\/ER :SERVICE LOCATID(\!S ;:/< : .. (FIGURE ··2A) \ .. a:. :.i ·:-. :. i ·,:! .. ·-: ".-; ~ . . . P/L· . .'-. \. . . I . ::: l· ': · I • \ . :'! '. _: ',, I . i .· /:·:·-,1 :> ---~: ~-c-r-~-·.-·. . . ·. .· \. . . -· .. I .·· ..... · , P/L I I , ••. I I . I . . :-. /. \]_· :· . 2'·-~L. .~. J 7 ··::::·.-_ .. /_,·:.:· .. · .. ·,.·· · .. · ... ·. '. . -~ : ,•. ~,J .:?.·.p/( .... ·-;. .. . . ·.':· ·.·_•: ~ ... I P/L . ,, i •• • · .. I '. I . . ·.· ... i: : . ; . · ..... '. ~ ·; ·.· .. ·.· . . :.• ,· . . ·, .;· . : . . : : I • . •. :·· .. : ; . . !. : . .. ~ . ·.1 : . • ... ... -1·. .. :;··:. :.: ~ .i ' j-: .. ·: . __ .. ·.·::: r >· ...... · .. · .. :_ . I .. ;.:, ..... • I • ', I I •' ':::···•:, •, . I · 1 I I ' · · '' : i · i • . , . · 0 fjDUSE i HOU S E • '. ,> ••.. ,:. :: .. ··· .. · .. · ,(' : .. · .. :.f.·.··· I 4 ... ,. :·~ •• : .': ••• '.· .; ; ~: • .- 1 .. • . I · · l .. I . 1 ' :, :; (:' 1 : · Vi · HDLJ,SE . . , . I , \ ! . . I / . I · · • , , : . . · 11 I \\ . ,I ·. I ... i. ' ... ·, L./2--/I: . I . ·:.·'.:: :_ .. ;·.·'..:·_>:.: .. :.: ·.; : 1 ·. 1. ..· . \ · / -, i ·_-· . .· / .... .-.... I . :; : -. ! ·, , ·.· . · · · ~~-'_ ..... · __ jc[]_.~-,-~·--_1-r--··. -(-·.· _clL ____ -~~B.:._·_·_ .. ..---·~: ~?·~:._· .:,;-/-·:· :: .;:::· J • • ' J ... . . . .• ' • . • • .•. . . . . . .. . .. · .. _;:: ·j . : 6 ~-· MIN. 11. . : . · .. : S 2' nr. I r . • S . S .· : <, . : s ;rR EE T ·, .. .' _J TES HE FOUR SIDES OF THE CU T SHALL 1--/EATLY SA\-VED .WIT HOUT ROUG H ~ES . · .· . . · . · ,NY REMAINING PAVEMENT BETWEEN )T REPAIRS fv\UST BE A MIMJ/vlUM . 5' 11·4 /\NY OIRECTIOM. L on9 Ser.vices Shoct ror. area . < 5': go lo curb t, square bit. L •QI QI + C ·o ·- ;i: -. L L QI 11) + C O·~ . ;le '- Asphi:J it Co~crete ---~ tlep!'o~e lo 'edge ·or ~onelwhcre . lhe dislonc 'e . b~lween ·cul and e ·dge 6 r . panel is . ( 5'. Loi.9 Services Short For dreo ·( 5 '; ·go lo curb I, square oil. 0 . _E(neroency r epo i r ·. L Q) (l) +-C 0 ·- 3' - L Q . (l) · i -C C ·- 3' - Aspha It Coner e :1. e Replace erHire ·pone I f,om cen-ter I i ne to c u rb . L-- PAVE /vi ENT : ..) 10 YE AR S · PAVE/~ENT < 10 YEARS CRUlvtB: . Nfl DIRECTOR. W.6.TER DEPT. · .. Fo t-(r Wo F(TII . ~~&==-· WATE~-DEPAFlT 1\1 E 1~ r · :_,CITY ·or FO'RT vioRTH, TEXAS ·i.. .• APPRov'rn BY! ~~ATE:. z/H O \ DALE . F I SSE LER, DIR(CTOn , WATER 'DEPT. . FIG 2000-41'/ 1 "· •· • ... l ( . Q >-r- 0 .. (\J · STRE.ET DIRT ~.o· ·. 3• TYP .- ~l ------'--"-'---'-·-,-I -i--'---+--~-+-+-----1--4--+-l-+----... I \ . '- I \ '-\ '- . . . "'- I • ""-.. .. . •. I , ·. CONC. COLLA,q ·HEIGHT YA.RIES ·· ,_·. ·.·:. _PVHT.·: I Pl:'HT .. · . .. . ·.-· '-2: 27 ... . ·. C,i.,SE J -· .OSE 2 . · . CASE f COlLA.R SH.4LL EXTEND .TO .. : ·:· TOP OF ?: 2 7 COHCRE TE \·. .· .. -· ·. ·_ ._.: ( REBAR REO.) . · -. · C,i.,SE 2 . ·-. COLL /..R · SHAL l EX TENO 3' BELOJr' · . BOTTO;./ OF L.OfrfST GHAOE RJHG . (REBAR REG . J . . \ '-....._ ·. '--~ SECTION .A :.FIGURE · 121 - CONCRETE .-MANHOLE DETAIL ·.o .-~ ·.@ < C H AHFER TYP. HEIGHT :i1ARIES · . .. , ,'. COLL -AR Ei-20. 21 KA1ERI..\l · E:2-20, 2 i CONSTALJC TI ON 5/18/90 3/05/9 3 . 1 · ·,. ·.·· .. ·.·· ·. , . . ~ .... ~-- ··:~--~-.:. . .:' ··-·-.. ··· ·-:-·.·-· : . ...:..··..:..·-.. · .. · .. '·.·' .· · .... -.. ·.~ . ....:. ·: . .:.: .. · T\NO WAY. SERVl ·CE CLEANOUT · .. ··· .... lli}_I(;_ .... · . . PiPE /\llD Flllltics . SHAL.l B( · .. SOR-)5 OR SDR -1.6 PVC . ··. \',HE// PLACED \',1Tl-ll/l no\'/. . PROPERD' .. '"". ~ TOPSOIL ... OOVBLEBAI-IO _ . ST/dl-lLESS STEEL COUPLING CONCRETE Al :ICHOR 'CITY OF FORT \::;OR TH STAIID.AR O .. CL(ANOLIT :·. . CAP (P\'C OR CAST IRON) ........ · .. ·'. ., ..... · .... ·-~·----· . . : ... ,--~""'so-'n--""'J,..5_0_R--1L 1--s..::o..::· n---2-6-mi"'"'-""11""'1:,..E""'. ,..._S_L_o_PE--""v~. AR-_ ,E-s-.-'-v~-u~,1,...·11-u-v""'u11-~77- 4: Wl ·L L~J · .J.1111 •. ·. REOUIRED · lvlATERIAl ·.· .. ·. PRODUCT .ll'1f0RM AI10M srnrn . CLEANOU1 1'1DjES · 1. ·n."tE SWEEP TEE AIIO PIP( Fffnt-lGS iH.STAL.lED S HAll· BE SDR-)5 jOR SD R-26 PVC I.IA TERI AL I • 2 . COMl~(CTIOl ·IS TO TI-!( o:1sm1c · SERVICE ·sHAll BE I.IAOE USl~I G RUB8El1 SL[(V[ COUPUtlGS \',lTH sr,;lfll.ESS STEEL DOUBLE 8AIJO REPAl11 SLEEVES. THE . SLEEVES S HALL BE llGH TEMEO 10 TI1( TOROUE RECOl.11 .l(tJOEO BY TI ·IE u~u~c runrn . · · ). THE EU 8EO l.\(l-1T I.IA.T[RIAL USED SHALL s ·E SAIIO , GRAVEL OR; OTI-l(R APPROVED BEOOIIIG I.IA TERIAL: · 4 . SLOPE or THE I.I All lLIIIE S(R\1C( LATERAL -SHAU _. BE A Wtlll.lUI.I or ·2 PEllCEIH . 5. 111 HIGH TRAFFlC AREAS, (STREi:l ·s. DRIVEWAYS, SID[\'/Al.}(S , AND \'IAU<l'IAYS) \'IA STEYIA TER CLEAl~OlJ T STACK AHD CASTIIIG SHALL BE or CAs:r. IROI-I . 6. iH 1·101-1:... TTIAFFlC AREAS l'IASTE 0 \'/AITR CLJ:AIWUT CAP Al~O STACV. SHALL BE PVC I.IA TERIAL . 7 . COHCRETEl USED AROUtlD Cl.EMIOUT-ASSEJ.IBL Y SHALL BE 5 SAC~, :i .ooo PSI J.IIX •.. CAST IROM CLEAi\! OUT BOOT 5.3" SS Soils PVC o'. Co.•l _lron ·_c_i_c_on~u.\ Cop ... 5011-'-35 ·or . SO _f!-26 Ooubl.c · Clconou l From Sl~~ley Rob_ett~·-1, .~.:'..oc.," lnronno_li ?·~ Subject To -.~hong c,._· . Pl~c·,'·: :/::~,~~•if~~-p~~x?!: 91i~~~-1··.:)3.s;·~-~~-:·i.~,\~:;.1,i~_>:;~:.'..:c;'~~)~f~;~L :::~:":::p;A~L~,:~~ .. Son-:-JS ·or · .. S0n~26 SC~c·c Lolt:;o l on.d .nlstr IJ:1%;~:f ;iJ~lif 1::~i;~.:?::·· : ~-. : ~ / . .-._: ... · .·;~t .::::r:-!i.:-.:·.· ~~ ?:~.~;:· ;~~0\t.':,~~r'.~~~{:F:;:~i;'.:. · .":. • •. ·=···1 .P.lol.iic · 5-e.,,:ci Lotr.r~I · Cleoflou~, W/ss .. :~.~ls~:On _d: CoVpliiig · ·\: · .' · 2.~5 _lb~.·.·. -·. : ... ~A n-t 52.( ;:;")i~ilI~l~~ii_~~s[~t~il·[-t..,r .. '~':-;.;-( .. ,(;., .. ; .. iq! .. ;-i·:-i·f-i ·:-1-.i"'f ... ~.;i;;.:\,.;;;-~--~-\-;,-i"'f~J"',·.,·---------.... ----... --.. · ... ·:-: .. ,:-: .. : .. ::~ .. i .. i"':,"':; .. ;'"',: .. ,-f .. :~-.:.·_"'_~ ... -.. _--== .... . --.···· i I . .. · .. I::: I : i . !.·· .... ' .. -13- PROJECT DESIGNATION SIGN (Water Department) -· _. ', . ~~ J •, ,.-~f:~~~~. ·. ~PMS 167(copf),;r) z-~ PM~?'l8i.~['~?; .. ·. :~ PMS 288 (Blue) \ .·. .·, •.·:/·· ,' \ . ~ . ,. · . ·. 3' -1 .s··//: . · ·· ' 1 ·3;,- 1 • .· : .· ·. · · /( ··. \\ 4' -1.s" ·~~-· ·:.1 .·.:,,:_ .. ·.· .·· . ., ''/ .·, ..... 25 11 . ·. I . . , . · .... · ... _,,, .: . . . .... : · '· I I I •.. f _ ___.._....:....__--1 3.75 11 -~ --.. · Fd·R_TWQRTH . I Youf .. Water . ....J. .2 5 11 - 0 -N L5" . I I I •"'°'-... ; . :··. Funds in Action ~. --'----=.......aJt. . . : . ~n--. --'---'- --'----'~--------~~',dMI . . 0 = . nr · · R/qr, I I ·;·· ... I I ., . ··. \ · Whife . ~. . . ,· I I I I I I ' 1 L-PMS 288 (Blue) PROJEtCT 'SIGN Figure 3 o · .. 0,.._:,/, . 3.75 11 r-0 0 = 4.5 11 ··Scale ·-1"=1 1 E2--1 ConstrL1c ·-·n '·...___,;,' .p,. - 0 = -14- SPECIAL PROVISIONS (Transportation & Public Works Department) CITY OF FORT WORTH , TEXAS DEPARTMENT OF ENGINEERING SPECIAL PROVISIONS FOR: YEAR TWO 2004 CAPITAL IMPROVEMENTS PROJECT, CONTRACT 18 Street Reconstruction , Water and Sanitary Sewer Replacement on Andrews Avenue , Dallas Avenue , Heitt Court and Liberty Street (Calumet to Willie DOE NO.: 4838 UNIT I: WATER & SANITARY SEWER REPLACEMENT Water Project No .: P253-541200-60517-0016283 Sewer Project No .: P258-541200-70517-0016283 UNIT II: PAVING RECONSTRUCTION & STORM DRAINAGE IMPROVEMENTS T/PW Project No .: C200-541200-20550-0016283 1. SCOPE OF WORK: The work covered by these plans and specifications consist of the reconstruction of water, sewer and paving designated and is 6" HMAC and a 8" Soil-Lime treated subgrade . The proposed curb and gutter is 7" concrete curb with 1 '-6'' concrete gutter. The proposed sidewalk is standard 4" concrete sidewalk. The work shall include all other miscellaneous items of construction to be performed as outlined in the plans and specifications , wh ich are necessary to satisfactorily complete the work . 2 . AWARD OF CONTRACT AND WORKING DAYS: A. Bid : This project is designed as two units : UNIT I: WATER & SANITARY SEWER REPLACEMENT Water Project No .: P253-541200-60517-0016283 Sewer Project No .: P258-541200-70517-0016283 DOE No .: 4838 UNIT II: PAVING RECONSTRUCTION & STORM DRAINAGE IMPROVEMENTS T/PW Project No .: C200-541200-20550-0016283 DOE No.: 4838 B. Submission of Bids : Unit I and Unit II are a package . If the Contractor submits a bid on both Unit I and Unit II and has the lowest proposal price . The Contractor will be the apparent successful bidder for this project. C . The number of working days is as follows: D. The Contracts will be awarded to the lowest responsive bidder. 3. WORK ORDER DELAY: All utilities and right-of-way are expected to be clear and easements and/or permits obtained on this project within sixty (60) days of advertisement of this project. The work order for subject project will not be issued until all utilities, right-of-ways, easements and/or permits are cleared or obtained . The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 4. WORKING DAYS : The Contractor agrees to complete the Contract within the allotted number of working days . G :\1210\4135-32\PROJECT\Specifications\14 -Special Provisions -TPW .doc Page 1 of 16 5 . RIGHT TO ABANDON : The City reserves the right to abandon , without obligation to the Contractor, any part of the project or the entire project at any t ime before the Contractor begins any construction work authorized by the City. 6 . CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two following published specifications , e xcept as modified by these Special Provis ions : STANDARD SPEC IFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the Office of the Department of Engineering , 1000 Throckmorton Street, 2 nd 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. 7 . CONTRACT DOCUMENTS: Bidders shall not separate , detach or remove any portion , segment or sheets from the contract documents at any time . Failure to b id or fully execute contract without retaining contract documents intact may be grounds fo r designating bids as "nonresponsive" and rejecting bids or voiding contract as appropriate and as determined by the Director of the Department of Engineering. 8 . MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship , or both , for a period of one (1) year from date of final acceptance of this project by the City Council of the City of Fort Worth and will be required to replace at his e x pense any part or all of the project which becomes defective due to these causes. 9 . CONSTRUCTION STAKING : Construction stakes for line and grade will be provided by the City as outl ined on page 17 , Standard Specifications for Construction , C ity of Fort Worth . 10. TRAFFIC CONTROL: The contractor shall be respons i ble for prov iding , follow ing , and maintaining a traffic control plan during the construction of this project consistent with the provisions set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways " issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways ," codified as Article 6701 d Vernon 's Civil Statues , pertinent sections being Section Nos. 27, 29 , 30 and 31 . Th is traffic control plan shall be submitted for review and approval to Mr Charles R. Burkett, City Traffic Engineer @ 817-392-8774 at least 10 working days prior to the pre-construction conference . Although work will not begin until the traffic control plan has been reviewed and approved, the Contractor's time will begin in accordance with the time frame established in the Notice to Contractor. The Contractor will not remove any regulatory sign, instructional sign , street name sign or other sign which has been erected by the City. The Contractor shall not install any sign on a city post, pole , or structure w ithout first obtaining written permission from the Engineer. 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 817- 392-8107), to remove the s ign . In the case of regulatory s igns , the Contractor must replace the permanent sign with a temporary sign meeting the requ irements of the above referenced manual and such temporary sign must be i nstalled prior to the removal of the permanent sign . If the temporary s ign 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 a re met. When construction work is completed to the extent that the permanent s ign can be re installed 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. G :\1210\4135 -32\PROJECT\Specifications\14 -Special Provisions -TPW.doc Page 2 of 16 11 . DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work , except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material , if any , which is to be furnished by the City . When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer 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. 12 . 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 Dev ices , Vol. No . 1." 13 . DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material , the contractor shall advise the Director of the Department of Engineering acting as the City of Fort Worth 's Flood Plain Administrator ("Administrator"), of the location of all sites where the contractor intends to dispose of such material. Contractor shall not dispose of such materia l 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 perm it. 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 contractors 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 ex penses associated with obtaining the fill permit, including any necessary engineering studies , shall be at the contractors 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 ex pense and dispose of such materials in accordance with the Ordinance of the City and this section . 14 . ZONING REQUIREMENTS : During the construction of this project , the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes . 15 . 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 ex pense 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 . G :\1210\4135-32\PROJECT\Specifications\14 -Special Provisions -TPW.doc Page 3 of 16 (c) Quality control testing of in situ material on this project will be performed by the City at its own expense . Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City . The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. (d) Not less than 24 hours notice shall be provided to the City by the contractor for operations requiring testing . The contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested . (e) The contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site . The ticket shall specify the name of the pit supplying the fill material. 16 . PROPERTY ACCESS : Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 17. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES : The following procedures will be followed regarding the subject item on this contract: (a) A warning sign not less than five inches by seven inches , painted yellow with black letters that are legible at 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 ." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm , except back hoes or dippers and insulator links on the lift hood connections . (c) When necessary to work within six feet of high voltage electric lines , notification shall be given the power company (TU Electric Service Company) which will erect temporary mechanical barriers, de-energize the line or raise or lower the line . The work done by the power company shall not be at the expense of the City of Fort Worth . The notifying department shall maintain an accurate log of all such calls to TU Electric Service Company and shall record action taken in each case . (d) The contractor is required to make arrangements with the TU Electric Service Company for the temporary relocation or raising of high voltage lines at the contractor's sole cost and expense. (e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (c). 18 . 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 Spec ifications which general specifications shall govern performance of all such work . 19 . 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 G :\1210\4135-32\PROJECT\Specifications\14 -Special Provisions -TPW.doc Page 4 of 16 appropriate work space in order to conduct audits in compliance with the provisions of this section . The City shall give contractor reasonable advance notice of intended audits . (b ) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall , 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 photo copy such documents as may be requested by the City. The City agrees to reimburse contractor for the cost of copies as follows : 1. 50 copies and $0 .10 per page . under 2. More than 50 $0 .85 for first page plus $0 .15 for each page thereafter. copies (d ) "Contractor agrees that the City shall , until the expiration of three (3) years after final payment under th is contract have access to and the right to examine 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 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 ." 20 . CONSTRUCTION ST AKES: 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 exc avation/or stabilization stakes , and one set of stakes for curb and gutter and/or paving . It shall be the sole responsibility of the Contractor to preserve , maintain , transfer, etc ., all stakes furnished un til 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 . CONSTRUCTION NON-PAY ITEM No . 1 -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. NON-PAY ITEM No. 2 -SPRINKLING FOR DUST CONTROL: All app licable provisions of Standard Specifications Item 200 , "Sprinkling for Dust Control " shall apply . However. no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM No . 3 -PROTECTION OF TREES, PLANTS AND SOIL: G :\1210\4135-32\PROJECT\Specifications\14 -Special Provisions -TPW.doc Page 5 of 16 All property along and adjacent to the Contractor's operations including lawns , yards , shrubs , trees , etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work . By ordinance , the contractor must obtain a permit from the City Forester before any work (tr imm ing , removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys . This permit can be obtained by calling the Forestry Office at 871- 5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be prov ided by call ing 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 Internationa l Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus , all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended . NON -PAY ITEM No . 4 -CONCRETE COLORED SURFACE : Concrete wheelchair ramp surfaces , excluding the side slopes and curb , shall be colored with LITHOCHROME color hardener or equal. A brick red color , a dry -shake hardener manufactured by L.M . Scofield Company or equal , shall be used in accordance with manufacturers instructions . Contractor shall provide a sample concrete panel of one foot by one foot by three inches dimension , or other dimension approved by the Engineer, meeting the aforementioned specifications . The sample , upon approval of the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this Non-Pay Item . No direct payment will be made for this item and it shall be considered incidental to this contract. The method of application shall be by sc reen , sifter , sieve , or other means in order to provide for a uniform color distribution . NON-PAY ITEM No . 5 -PROJECT CLEAN-UP : The Contractor shall be aware that keeping the project site in a neat and orderly cond ition 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 di rected by the Engineer as the work progresses or as needed . If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis . Clean up work shall include , but not be limited to : • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents ' property If the Engineer does not feel that the jobsite has been kept in an orderly condition , on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been constructed . No more than seven days shall elapse after completion of construct ion before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. NON-PAY ITEM No . 6-PROJECT SCHEDULE: Contractor shall be responsible for producing a project schedule at the pre -construction conference . This schedule shall detail all phases of construction , including project clean up , and allow the contractor to complete the work in the allotted time . Contractor will not move on to the jobsite nor will work begin until said schedule has been received and approval secured from the Construction Engineer. However, contract time will start even if the project schedule has not been turned in . Project schedule will be updated and resubmitted at the end of every estimating period. All costs involved with producing and maintaining the project schedule shall be considered subsidiary to this contract. NON-PAY ITEM No . 7 -NOTIFICATION OF RESIDENTS : G :\1210\4135-32\PROJECT\Specifications\14 -Special Provisions -TPW.doc Page 6 of 16 In order to cut down on the number of complaints from residents due to the dust generated when saw- cutting joints in concrete pavement, the Contractor shall notify residents , in writing , at least 48 hours in advance of saw-cutting joints during the construction of paving projects. All costs involved with providing such written notice shall be considered subsidiary to this contract. NON-PAY ITEM No . 8 -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 de liver 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 . 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 compensati~n shall be made. NON-PAY ITEM No . 9-PRE-CONSTRUCTION NEIGHBORHOOD MEETING : After the pre-construction conference has been held but before construction is allowed to beg in 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. NON-PAY ITEM No . 10 -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" %" 3/8 " #4 #8 % Retained 0 0-15 55-90 90-100 95-100 Los Angeles Abrasion Test: 50 % Maximum wear per A.S.T.M . Designation C-131 . NON-PAY ITEM No . 11 -SAWCUT FOR REMOVAL OF EXISTING SIDEWALK OR CONCRETE : See Standard Specifications Item No. 520, "Sawing " for specifications governing this item . PAY ITEM No. 1 -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 . G:\1210\4135-32\PROJECnSpecifications\14 -Special Provisions -TPW.doc Page 7 of 16 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 owner 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. PAY ITEM No. 2 -REMOVE EXIST. CURB AND GUTTER: This item is included for the purpose of removing 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 "REMOVE 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 . PAY ITEM No . 3-REMOVE EXISTING CONCRETE : This item is included for the purpose of removing existing concrete areas as determined by the Engineer in the field. See Standard Specifications Item No . 104 , "Removing Old Concrete " for specifications governing this item . Quantities for this pay item are approximate and are given only to establish a unit price for the work The price bid per square foot for "REMOVE EXISTING CONCRETE " as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work . PAY ITEM No . 4 & 5 -8" & 6" (Alt.) THICK LIME STABILIZED SUBGRADE & LIME FOR SUBGRADE STABILIZATION : See Standard Specifications Item No . 210 , "Lime Treatment (Material Manipulation)" and Specification Item No . 212 , "Hydrated Lime and Lime Slurry " for specifications governing this item. Quantities for this pay item are approximate and are given only to establish a unit price for the work The price bid per square yard for "8" THICK LIME STABILIZED SUBGRADE " as shown in the Proposa l 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 . PAY ITEM NO . 6 -6" H.M.A.C . PAVEMENT (Thickness Tolerances and HMAC Testing Procedures); and PAY ITEMS NO . 18-HMAC TRANSITION : The base course shall be a 3" deep Type "B" course placed in one lift . The surface course shall be a 6" deep Type "D" course placed in one lift. All provisions of Standard Specification No . 312 .7 'Construction Tolerance ' shall apply except as modified herein : 1) After completion of each asphalt paving course , core tests will be made to determine compliance with the contract specificat ions. 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 . G:\1210\4135-32\PROJECT\Specifications\14 -Special Provisions -TPW.doc Page 8 of 16 2) When the th ickness 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 Jess than 15 % deficien t, 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 "8" 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 des ign mix a Marshal (Proctor) wi ll be calculated , if one has not been previously calculated , for the use during density testing . For type "8 " asphalt a maximum of 20% rap may be used . No Rap may be used in type "D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the contractor is approved for placement of the asphalt. The contractor shall contact the C ity 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 "8 " and for Type "D" asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge w ill 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 "8'' and "D" asphalt. Dens ities on type "B" must be done before Type "D" asphalt is applied . Cores to determine thickness of Type "8 " asphalt must be taken before Type "D" asphalt is applied . Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness . PAY ITEM No . 7 -CONCRETE CURB & GUTTER: See Standard Specifications Item No . 502 , "Concrete Curb and Gutter" for specifications govern ing this item . The price bid per linear foot for "CONCRETE CURB & GUTTER " as shown in the Proposal will be full payment for materials including all labor, equipment , tools and incidentals necessary to complete the work . PAY ITEM No . 6 (Alt.) -6" REINFORCED CONCRETE PAVEMENT: (a) All applicable provisions of standard Specifications Item 314 "Concrete Pavement," shall apply. The contractor shall use a six (6) sack concrete mix for all hand placement in the intersections. The un it 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 . G :\1210\4135 -32\PROJECT\Specifications\14 -Special Provisions -TPW.doc Page 9 of 16 (2) If the crack is due to distress (structural), the failed pavement must be removed and replaced a minimum of 5 feet. In no case should the remaining portion of the panel be less than 5 feet wide after repairing the failed panel. (3) Any crack within 12 inches of any joint must be removed and rep laced a minimum of 5 feet to prevent future spall ing of the pavement. (c) All concrete pavement not placed by hand shall be placed using a fully automated pav ing machine as approved by the Construction Eng ineer. Screeds will not be allowed except if approved by the Construction Engineer. PAY ITEM No . 7 (Alt.) -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. PAY ITEM No 8 & 9(Alt.), 8(Alt.) -SILICONE JOINT SEALING FOR CONCRETE PAVEMENT (DRIVEWAY, ROADWAY): 1. SCOPE CITY OF FORT WORTH , TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECI Fl CATION for SILICONE JOINT SEALING (Revision 1, October 18 , 1989) (Revision 2, May 12 , 1994) This specification for silicone joint seal ing Portland Cement Concrete pavement and curbs shall supersede Item 314 .2 . (11) "Joint Sealing Materials" of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH , and Item 2.210 "Joint Sealing " of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH TEXAS COUNCIL OF GOVERNMENTS. 3. MATERIALS 3.1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for Class A sealant except as modified by the test requirements of this specification . Before the installation of the joint sealant, the Contractor shall furnish the Engineer certification by an independent testing laboratory that the silicone joint sealant meet these requirements . 3.2 The manufacturer of the silicone joint sealant shall have a minimum two-year demonstrated, documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems. Verifiable documentation shall be submitted to the Engineer. Acetic acid cure sealants shall not be accepted . The silicone sealant shall be cold applied . 3.3 Self-Leveling Silicone Joint Sealant The joint sealant shall be Dow Corning 890 -SL self-leveling silicone joint sealant as manufactured by Dow Corning Corporation, Midland , Ml 48686-0994 , or an approved equal. G:\1210\4135-32\PROJECT\Specifications\14 -Special Provisions -TPW .doc Page 10 of 16 Self-Leveling Silicone Joint Sealant Test Method Test Requirement AS SUPPLIED **** Non Volatile Content, % min . 96 to 99 MIL-S-8802 Extrusion Rate , grams/minute 275 to 550 ASTM D 1475 Specific Gravity 1.206 to 1.340 **** Skin-Over Time , minutes max. 60 **** Cure Time, days 14 to 21 **** Full Adhesion , days 14 to 21 AS CURED - AFTER 21 DAYS AT 25C ASTM D 412 , Die C Mod. Elongation, % min . 1400 ASTM D 3583 Modulus @ 150% Elongation , psi max. 9 (Sect. 14 Mod .) ASTM C 719 Movement, 10 cycles@ +100/-50 % No Failure ASTM D 3583 Adhes ion to Concrete , % Elongation m in. 600 (Sect. 14 Mod .) ASTM D 3583 Adhesion to Asphalt , % Elongation min . 600 (Sect. 14 Mod .) 3.4 The joint filler sop shall be of a closed cell ex panded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient s iz e to prov ide a t ight sea l. 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 . 4. TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement , the joints shall be initially saw cut to the requ ired depth with the proper jo int 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 join ts.) The pavement shall be allowed to cure for a m inimum of seven (7 ) days . Then the saw cuts for the joint sealant reservoir shall be made , the joint cleaned , and the joint sealant installed . During the application of the joint sealant, the weather shall not be inclement and the temperature shall be 40F (4C ) and rising . 5. EQUIPMENT 5 .1 All necessary equ ipm e nt 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 : 5.2 Concrete Saw : The sawing equipment shall be adequate in size and power to comple te the joint sawing to the required d imens ions . G :\1210\4135-32\PROJECT\Specifications\14 -Special Provisions -TPW.doc Page 11 of 16 5.3 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. 5.4 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. 5 .5 Extrusion Pump : The output shall be capable of supplying a sufficient volume of sealant to the joint. 5.6 Injection Tool : This mechanical device shall apply the sealant uniformly into the joint. 5 .7 Sandblaster: The design shall be for commercial use with air compressors as specified in Paragraph 5.4 . 5.8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and free of contamination . They shall be compatible with the join depth and width requirements . 6 . CONSTRUCTION METHODS 6 .1 General : The joint reservoir saw cutting, cleaning , bond breaker installation , and joint sealant placement shall be performed in a continuous sequence of operations 6 .2 Sawing Joints : The joints shall be saw-cut to the width and depth as shown on the "Construction Detail" sheet. The faces of the joints shall be uniform in width and depth along the full length of the joint. 6.3 Cleaning Joints : Immediately after sawing , the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high pressure water. The water flushing shall be done in one-direction to prevent joint contamination . When the Contractor elects to saw the joint by the dry method , flushing the joint with high pressure water may be deleted . The dust resulting from the sawing shall be removed from the joint by using compressed air. (Paragraph Rev . 1, October 18 , 1989) After complete drying , the joints shall be sandblasted . The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate , one directional passes . Upon the termination of the sandblasting , the joints shall be blown-out using compressed air. The blow tube shall fit into the joints . The blown joint shall be checked for residual dust or other contamination. If any dust or contamination is found , the sandblasting and blowing shall be repeated until the joint is cleaned . Solvents will not be permitted to remove stains and contamination . Immediately upon cleaning , the bond breaker and sealant shall be placed in the joint. Open , cleaned joints shall not be left unsealed overnight Bond Breaker Rod and Tape : The bond breaker rod and tae shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions . 6.4 Joint Sealant: Upon placement of the bond breaker rod and tape , the joint G :\1210\4135-32\PROJECT\Specifications\14 -Special Provisions -TPW .doc Page 12 of 16 sealant shall be applied using the mechani cal inject ion tool. The jo int sealant app lication shall not be perm itted when the air and pavement temperature is less than 40F (4C). Joints shall not be sealed unless they are clean and dry . Unsatisfactorily sealed joints shall be refilled . Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints . The pavement surface shall present a clean final condition . Traffic shall not be allowed on the fresh sealant until it becomes tack -free . Approval of Joints : A representative of the sealant manufacturer shall be present at the job site at the beginning of the final clean ing and sea ling 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 . 7 . WARRANTY The Contractor shall provide the Eng ineer 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 wa rranties shall be for one year after final acceptance of the completed work by the Engineer. 8 . BASIS OF PAYMENT Payment will be made at the Contract bid item un it 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, equ ipment , tools and incidentals necessary to complete the silicone joint sealing in conformity with the plans and these specifications . PAY ITEM No. 9-REINFORCED CONCRETE VALLEY GUTTER: This Item shall be accomplished in accordance with the Plans and all applicable provisions of the Ci ty of Fort Worth 's Standard Specifications for Streets and Storm Drain Construction , Deta il S-S6 . The price bid per square foot for "REINFORCED CONCRETE VALLEY GUTTER" as shown in the Proposal will be full payment for materials including all labor, equipment , tools and incidentals necessary to complete the work . PAY ITEM No . 10 -RETAINING WALL: This item w ill consist of placing reta ining in locations and at heights determined by the engineer in the field. All applicable section of City of Fort Worth Standard Specification item 518 shall apply except as follows : Retaining wall shall be constructed per Standard Detail S-M13 or Special Retaining Wall detail on Sheet 6 of the Plans ; whichever is applicable . All ex isting brick and/or stone retain ing walls not significantly impacted by proposed grade changes will be protected . Replacement of retaining walls not impacted by proposed grade changes will be at the ex pense of the contractor. PAY ITEM No . 11 -6" THICK REINFORCED CONCRETE DRIVEWAY: See Standard Specifications Item No . 504 , "Concrete Sidewalks and Driveways " for spec ifications governing this item as well as details S-S5 and S-S5A. G :\1210\4135 -32\PROJECT\Specifications\14 -Special Provisions -TPW.doc Page 13 of 16 The price bid per square foot for "6 " THICK REINFORCED CONCRETE DRIVEWAY" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM No. 12 & 13-4" THICK REINFORCED CONCRETE SIDEWALK & LEADWALK & ADA WHEELCHAIR RAMPS : See Standard Specifications Item No . 504, "Concrete Sidewalks and Driveways " for specifications governing this item. The price bid per square foot for "4 " THICK REINFORCED CONCRETE SIDEWALK & LEADWALK" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM No. 14 -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 . PAY ITEM NO 15 -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 fle x ible 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 . PAY ITEM No. 16 -ADJUST WATER METER BOX: This item shall include raising or lowering an existing meter box to the parkway grade specified . No payment will be made for existing bo xes 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. PAY ITEM No. 17 -ADJUST WATER VALVE BOX: Contractor will be responsible for adjusting water valve boxes to match new pavement grade. The water valves themselves will be adjusted by City of Fort Worth Water Department forces . The unit price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work PAY ITEM No. 19 -PROJECT DESIGNATION SIGN : The contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the contractor to maintain the signs in a presentable condition at all times on each project under construction . Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of%" fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the Engineer and in place at the project site upon commencement of construction . 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. G :\1210\4135-32\PROJECT\Specifications\14 -Special Provisions -TPW .doc Page 14 of 16 The unit price bid per each will be full payment for materials including all labor, equ ipment, tools and incidentals necessary to complete the work . PAY ITEM No . 20 -UTILITY ADJUSTMENT: This item is included for the basic purpose of establishing a con tract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water , sanitary sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain . An arbitrary figure has been placed in the Proposal ; however, this does not guarantee any payment for utility adjustments , neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the "Contractor" responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those ad j ustments determined necessary by the Eng ineer. Should the contractor damage service lines due to his neg ligence , where such lines would not have required adjustment or repair otherwise , the lines shall be repaired and adjusted by the contractor at the contractor's expense . The payment to the contractor for ut il ity adjustments shall be the actual cost of the adjustments plus ten percent (10 %) to cover the cost of bond and overhead incurred by the contractor in handling the utility adjustments . PAY ITEM No . 21 -6 " PIPE SUBDRAIN: No specific location for this item is designated on the plans . Subdrain shall be installed only if field conditions indicate ground water at subgrade level after excavation and if deemed necessary by the Engineer. PAY ITEM No . 22 -REMOVE EXISTING INLET: See Standard Specifications Item No . 452 , "Removing Old Structures " fo r specifications governing th is item . The price bid per each for "REMOVE EXISTING INLET" as shown in the Proposal will be full payment for materials including all labor, equipment , tools and incidentals necessary to complete the work . PAY ITEMS No . 50 & 6D -STANDARD CURB INLETS : See Standard Spec ifications Item No. 444 , "Manholes & Inlets " for specificat ions govern ing th is item as well as Details S-SD2 and S-SD3 . The price bid per each for "STANDARD CURB INLETS " as shown in the Proposal will be full payment for materials including all labor, equipment, tools and in ci dentals necessary to co m plete the work . PAY ITEM No. 110 -27" DIAMETER REINFORCED CONCRETE PIPE : See Standard Specifications Item No . 440 , "Reinforced Concrete Pipe " for specifications governing this item as well as details in the Plans and Specifications . The price bid per linear foot for "27" DIAMETER REINFORCED CONCRETE PIPE " as shown in the Proposal will be full payment for materials includ ing all labor, equipment, tools and incidentals necessary to complete the work . PAY ITEM No . 12D-24 " DIAMETER REINFORCED CONCRETE PIPE: See Standard Specifications Item No . 440 , "Reinforced Concrete Pipe " for specifications govern ing this item as well as details in the Plans and Specifications . The price bid per linear foot for "24 " DIAMETER REINFORCED CONCRETE PIPE " as shown in the Proposal will be full payment for materials including all labor, equipment , tools and incidentals necessary to complete the work . PAY ITEM No . 130 -21 " DIAMETER REINFORCED CONCRETE PIPE : See Standard Specifications Item No . 440, "Reinforced Concrete Pipe " for specifications governing this item as well as details in the Plans and Specifications . The price bid per linear foot for "21 " DIAMETER REINFORCED CONCRETE PIPE " as shown in the Proposal will be full payment for materials including all labor, equipment , tools and incidentals necessary to complete the work . G :\1210\4135-32\PROJECT\Specifications\14 -Special Provisions -TPW.doc Page 15 of 16 PAY ITEM No. 140 -18" DIAMETER REINFORCED CONCRETE PIPE : See Standard Specifications Item No. 440 , "Reinforced Concrete Pipe " for specifications governing this item as well as details in the Plans and Specifications . The price bid per linear foot for "18 " DIAMETER REINFORCED CONCRETE PIPE " as shown in the Proposal will be full payment for materials including all labor, equipment , tools and incidentals necessary to complete the work. G:\1210\4135-32\PROJECT\Specifications\14 -Special Provisions -TPW.doc Page 16 of 16 -15- DETAILS (T/PW Department) ... EXISTING CURB & GUTIER NOTES: TRENCH REPAIR LIMITS EXISTING HMAC PAVEMENT EXISTING HMAC PAVEMENT ~~-BACKFILL MATERIAL (SEE NOTE #3) TRENCH REPAIR W/PERMANENT HMAC PAVEMENT AND NON -REINFORCED CONCRETE BASE TYPICAL SECTION 1 . PLACE A MIN . OF 2" HMAC SURFACE COURSE (TYPE "D" MIX) TO MATCH EXIST ING HMAC PAVEMENT GRADE AS SHOWN. 2. PLACE A MIN . OF 8" 2 : 27 CONCRETE AS SHOWN. EXISTING CURB & GUTIER 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 SPEC IFIED ITEM 402 OF THE STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION, CIT Y OF FORT WORTH . FOR WATER OR SANITARY SEWER INSTALLATION,BACKFILL SHALL BE PER FIGURE A. 4 . ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREE T AND STO RM DRAIN CONSTRUCTION . CITY OF FORT WORTH. TE XAS PERMANENT ASPHALT PAVEMENT REPAIR WITH NON-REINFORCED CONCRETE BASE REV. 05/2006 DA TE : 09 /2005 2000-1A \ ~tlSTING CURB \ GUTTER EXIST BASE EXISTING HMAC PAVEMENT N0 .3 BARS ON 24" CENTERS BOTH WAYS WITH MIN. 2 BARS LONGITUDINAL IN DITCH TRENCH REPAIR LIMITS MIN . 2" HOT MIX ASPHALT SAW CUT SAW CUT EXISTING HMAC PAVEMENT CLASS "A" REINFORCED CONCRETE BASE BACKFILL MATERIAL (SEE NOTE #7) EXISTING CURB & GUTT/ EXIST CONC. BASE REINFORCED CONCRETE BASE NOTES TYPICAL SECTION 1. REINFORCED CONCRETE PAVEMENT SHALL BE REPLACED TO ORIGINAL TH ICKN ESS 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 SURF ACE 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 . 7. FLOWABLE FILL MA Y 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 WATE R 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 DATE : 09 /2005 PERMANENT ASPHALT PAVEMENT REPAIR WITH REINFORCED CONCRETE BASE 2000-18 TRENCH REPAIR LIMITS EXISTING HMAC PAVEMENT EXISTING HMAC PAVEMENT EXISTING CURB & GUTTER NOTES: 2" TRENCH REPAIR W/TEMPORARY HMAC PAVEMENT TYPICAL SECTION BACKFILL MATERIAL (SEE NOTE #3) EXISTING CURB & GUTTER 1. PLACE A MIN . OF 2" HMAC SURFACE SOURSE (TYPE "D" MIX) TO MATCH EX ISTING HMAC PAVEMENT GRADE AS SHOWN . 2 . PLACE COMPACTED FLEX BASE MATERIAL 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 SPECIF ICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION, CITY OF FORT WORTH . FOR WATER OR SANITARY SEWER INSTALLATION.BACKFILL SHALL BE PER FIGURE A. 4 . ALL CONSTRUCTION MUST BE IN AC CORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION . REV . 05/2 0 0 6 CIT Y OF FORT WORTH, TEXAS DA TE : 09 /2005 TEMPORARY ASPHALT PAVEMENT REPAIR 2000-1C 5' MIN . EXISTING BASE (IF ANY) NOTES : DOWEL PIPE CLASS "A" REINFORCED CONCRETE PAVEMENT REPLACEMENT TO THE NEAREST JO IN T OR CURB . w EXISTI NG CONCRETE JOINT TRENCH REP AIR W/RE INFORCED CO NCRETE P AV EMENT TYPICAL SECT ION EXISTING CONCRETE PAVEMENT 1. FLOWABLE FILL MA Y BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS ANO IS OPTIONAL IN OTHER AREAS . IF FLOWABLE FILL IS REQUIRED, A SEPERATE PAY ITEM WILL BE PRO VI DED FOR SUCH . FOR STORM DRAIN INSTALLATION, BAC KFILL SHALL MEET SPECIFIED ITEM 402 OF THE STANDARD SPECIFICATIONS FOR STREET AND STORM DRA IN CONSTRUCTION, CITY OF FORT WORTH . FOR WATER OR SANITARY SEWER INSTALLATION.BACKFILL SHALL BE PER FIGURE A. 3. PLACE 6 " OF 2: 2 7 CON CRETE AS SHOWN. 1" OF REINFORC ED CO NCRETE MA Y BE SUBT ITUTED FOR EVER Y 2" OF 2: 27 CONCR ETE. 2 . REINFORCED CONCRETE PAVEMENT SHALL BE REPLACED TO ORIGINAL DEPTH , OR TO A MINIMUM DEPTH OF 5 " WHICHEVER IS GREATER . 4 . RE INFORCEME NT OF CONCRETE MUST MEET CITY STA NDAR D OR MAT CH EXISTING, WH ICHEVER IS GREATER . 5 . ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CIT Y OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION . CIT Y OF FORT WORTH, TE XAS TRENCH REPAIR W/REINFORCED CONCRETE PAVEMENT REV. 05/2006 DA TE : 09 /2 004 2000-2 ·.· ..... ,., . ~· l __ ·_:'--'. .,r ' ... ;-:~,:..;._ . . .. . ... . . :1sru,,~· co1-1 't'.. SHALL :,AW CUT .F ULL u t:PTH , ~fL L. Ai,i o CRour ~io.s ~-2,,· .. 'r1E 5 AT 21'.' C-C . PENAT RATE Ml~J . G" 1 EXISTING PAVEI..IEMT · ··~ ... :.·.:· .. ·.,_.:I ... ·! • PLiCE 1,1o'.3 ·BARS TO TH( ~,o.5 TI E BAR I A 1-IINlldUI.I 12" O'yER L AP .. · SA\V _' CUT MO. J BARS o 2'4". c-c E!OTH \'/A)'S T [XPMiS IOH ,IOIHT u s e REDWOO D . ANS10N JOINT F 1LLrn N-ID No .·G x 21" . · 0TH DOWEL AT 2·1" C-C - SAW -CUT,.;· EX ISTIMG STEEL If·/. PAV°(!A[MT I _ SHALL BE CUT ---'EX-'--'l..:....ST-.'-C~O~N-C-. -P/\_V_[-~.-,E~,,.,-T-_ ... -.----. -.. :-.. ~.:-:: ___ :-· ... -.-.;-.-.~ .• --.L---1--.. '-':-.-.-. -:-·l 7 · · · ·~··.:....:: E.:....;x_1s_T_._s_T_E E_L _ _,-~---1-~t-·-'-···._: ._ ... _·. _ .. _. ·--J ... : :. . . . . . . ··~ . : : :·: ... ·.·. :.· : .· · .. : .• ·• ·. ·1 · ·. .. .. : : : : :<.:. ~ --~~---- '-<·' ,-~ -18" .·. . • .. · . ~ .· 18" ... ~~ 6;;>- ·· •currn .,:~ .·· .. -s'·~rN) .· I .· I 1 ---i--I ••.. · .··.·.· L ··. SAWED OR CONSTRUCITD JONT -,..,.--~=·· ··=· 717T.-rl s_· ··~MI_N-;-'-L--'--'.rm······w.: ·w;r.1-'"·._ .. --c-· 'i . JOlf\lT I 15'· . .,., .· CURO ·:·. I I I I • i I I . TYPICAL · .PAR°TI AL ·· PAl~EL REPLACElviENT .. RE INFORCED CONCR,ETE PAVEMENT . -•FORT-WORTH ·' J 8JN T DEPTH PAVEl.lENT · JOIHT THI CJ<NESS DEPTH t-5". 1-1/ .{." · T-6" 1-1/ 2" T-7" . 1-J/.{." T· B" 2" · · • -':~,(t;:i;,~---Hue· o· · •1 1,L Ak/CA . . . . .. ''\'-'.)' . "' /\I ' I ' .: . ·.. o ·· OIREClOR, TPW IC[ A. 8[Hl,I A1'1[S H, ·. CITY or FoRt WORTH , TEXAS ,· TRN,SPOR r AT ION /P UGLI C WOriK S · 3T AN T OIRECTOrl, TPW _....::._ __ :....:__:...__ ___ __:__~~:...__-.:......_ _ _c__---"-'-~-··· ~-:~:, ·_ .. ~Et-_1c_,~_1E-:--E_R......,1~,c_o~· ,_,,_, s_,o_N-"-'-'---'----"--__J_--~----'----_:_:_---~r~,c. 2000 _ ,1 A / ~( 11 .· G[Hl,,IAJ\l [S H . i LE . I ! . . . I . I ... . . ·.· 't .• . .,.· .·.' . . . ·..... : ·:.·· .· _:, • : ••• : ••. • • . • • ~: . • • 7 • ·, • ' ' . • ·5• Ml1'1. ·: .. · .. ,·. . 25' G_J . ~___:__:__,__:_,_~-~:___--'-:'-----'-~~------:--;_~'"'--'--'----~--'---:----~ ASP,HALT . · 5' MIN. · .. ~ ~- ......... ~. · currn & CUTT rn . . ,, ' .. TYP!CA'L 2Bi WID~ PAVEMENT . I .. I . APPROVED T N~T . D IRE CTOR . TPW ·. HUGO 1-MLN-./GA ·. DIRECTOR, TPW I • I I I • I i I" I 28 1 I ·I I I I I ' I . I . cirY ar FORT 1·,onTH. -in;,.,s . . TRAi'1SPORT AT ION/PUBLIC WO Rl <S · ENGIHEERING blV I SION FIG 2000-·!8 ·,. 1_\ OVID( /ID(OUI\T[ OVEnL ,'P" or PLAT( 01-1 l ,AJ_ T TO AS SUR( NO SLIPPA GE or E /IHQ NO COLLN'SlilG or TRENCH rnuirn LENc°T1-1 is LESS ·TH ~1-i s-rEET S TEEL PLAT(S \'/Ill BE II~ PLACE L ES S I ~O H OURS . S TE EL PLAT(S 1.11\Y DE . :E:O OIRECTL Y OM 'O:IS Tll~C ASPH ALl wiTHOUT . : HG. PROVIOE l (l.tP ORN'lY AS PH AL l I SITIONS 0:f(NQll~G J -r((T BEYOND [DC( ;T(EL PLATES. CO LO 1-II X \ ·. \ '\ .. ·. E;1s TiNc · 1-1.i-t . on · VALV ( -"l GRAO(· . STEEL . PLA'fE ·:;;·• ,.:. ·: .. CbLD I.II )( .··· .. · .... · ·. '· .. ··. \·,'.I ,' '•. •., ... v·' .' /. •.\It;'-.. -,· ' '· ·.. .·.···1>': I.,\\,··-.. ::,. :,.",_··.· .. '-/··,'.-.·,1,';,·.· ... ·.y/';t·.~\!1· I \) .. ;· .. :·. ·.,,,.; i:.·· · .. 1 I· .. \' ;···\ 111· '·. ' . : /-.·:II.'·. 1 .'/·.J . / •.. ,I,/. \ _. / .. /. /1·.·,, 1,\, .. II .·· .. ·· . : .... · ..:~ , ~:·,-.:_~ .:·...:·_... . . . . ~ ----~-~~ ... ; . .,.,~~f·' .'~~:~.~ :~.-:,:_: · I . '~Yi.,' .. \.';.. .. ; .. ? 1· •.'.'I •, \:·. '7!· \ . , · .. , 1 . 1 , ,v'/ . . 1 \ •) I , .'. \ I I _-, '.. i ·,. !) ') f / .. .' •. ,' I I • ·.' : I·." .' I / tt ::\.'. : . :::.~::-= "'·.~'-I .. :_•-...: ?;.._-; I ' ~:: mt.NCH :)) .TYP[ "1\" MUST HAVE PR IOR APPROV AL or CIT y ~: .. -.. ·· ...::,·. ·. ! ... :_......:. /"'>,..._ I ..... , ~-; : ··: ... ~ .. Ei: i ~ }} I /~: /_,,----:>: .. ::~::~ . : . . ' . . '-~:: . ~.::>::·>->p \i'/\\ //\\ 'l~\>~ TR(N CH ST(EL PLM( ·, I.I/LL I" ran s T[[L PLAH . P).CK JOI/IT WITH COLO ,.o x , .. _.-,\.,., .. , .. ,,/://,,,STANDARD . DET)i.lL TYP E "A"PLATING _-· .·. ·. ·:· ·,. FOR YYPE "B" PLA TIN G 11.11 .1ENO EO CE. II. OEH~IN'l[SH. ; T1'NT OIR[C TOR, TPW FORT Vi/o RTH --~~1--r,)vi--. ':VI:7"--. · . ui . · . CITY OF .FOR T WORTH. TEXAS TRANSPORTATIO ~//PUBLIC l'/Onl<S . ENCIN EE[JING DIVIS ION / . l • APPROVED 8~ -{~ -7),1 ;_I!..~.,, DAJE3:ZZ9i HUGO 1.1/.1.ANCA D°IRECTOr!, TP I'/ FIG . 2000 -5 JOl~!T DEPTH .· · I l,iErrT . NESS . JOINT 1DEPTH . ( T / ~ l =5 --:---'--~rY-?L!CC;·JC .J (:i ;.J"i '.::iFhLANT ·:··· .·. ·': .... SA WED JOINT FACE . 3/8 ' DI A. CL O S ED CE L L E X PAN DE D POLYETHYLENE FOAM BACKER ROO ... ~ _T..___ __ · : .. ,___,_--,-,--_ .. . . . FIRST POUR SECOND POUR . '----'C OLD ' JO IN T CONSTRUCTION JOINT DETAIL NO . 2 SEAL FOR L ONGITUDINAL ANO TRANSYE.RSE · CONSTRUCTION BUTT JOINT . -a-. ·. '-.. . f- . . . T N .. T .S. .... . · .... · JOINT DETAIL NO . 3 SE:ALANT SA \'IED JOIN1 FACE _.---::,/a· DIA . CLOS[D CELL EXPA .ND ED . F O.LYC:THY~E/'-!E. _FOAM ·BACKE.~ ,Rf'·-, . SE.Al FOR SA WED DU~~'( JOIITT · ~I -. N·. T .S. SILICON E .JOIN T ~EALA ~T ,·,', POlYET HYL E i-./E "BOND · ~~~~=----BREAKER TA ?E _.---REDWOOD EXPANS ION JO IH 1 FILLER -BASK ET . JO\r·H DETAIL NO . i SEAL FOR EXPANSION JOIN T 1--i.1 .s. sur.cu~1.ir:>n To H,.r w r 1cuRE 1: WHU·/ F_\I C:,liNC rn1•iri:.:1-Tr: ii"., 11\T r ,1111~ 11\T':. (,H/J.I I P.r u1,rir. WIT!~ h 1r"\1Jrr.>r,r. C::./,V.• -16- PROJECT DESIGNATION SIGN {T /PW Department) . ·";: PROJECT DE SlG~~A T°l ON . S I GN ·, l· I /'2. I ·-···-.. -I I 1/( - G' 1· ' il /' 5 \-'--t·_· . -'-------=--=---.:..··~_.· . ~~:-------:1,.._!.'1-~- . 11 .. .' .. -~--,1 -,, .· ~ ;,·1 ·rl· . . .. .....:I__,.._· ---~-- ' rtl I ·.···Proje ct Tltl8 · 1 j .. 1 ~:..: :<: .. : . ~i' . · 1 ';f ;;~J<::.· ··-·. · .... ·-'. _-'·"-·.--,,----"-----"-------..;. ... \:,~·' , -' '/ .:,::.· · .... ·· .. ::,. ' ~k:-.111 .z 1 1 i Co ntr2 ~ f o.r: .. _,. ..... ·,: . . ; ·~ :~ . ' .• .. \ ~ ,·. ' ' ..... .::.-.. , ::: . ~ . . ' ; ' . . , ··:··:;.·in::--! · 1 · :._. · ·_.;:.~-. }{.i.· ,~/ ,.'! :.1 ._.-.·c··o_ ·n· __ ·_.•_.-~I-· ~-.-~r. . .;_.1..L·.t.,~ .. -', f · .. ·s· ·_. .'.\:\'.n .. . . ..:C"'. : ... ··: .. · .. : >~ .. ~.. .. · .. · . : ·,. -~ ... v. '-!---..:-· ·f uame .-:·.~---< · ·.·: .... ~ .... :·--.-..... -.,-... . : ;-:::_':,;:';_.:.: .. 1.· ·~~ -·· .. ·..... . ,, ' '. ,' ., ,:•:.· ·:·.> .. i·.--:-,: . .-···.:.-'.-.·:;","' ,,··· .. · ... ,. :.:· •.•.. • .t· ·~:_.:o __ ·:;·::._?_·;' ; .. '.~.:·· .. ··,(;·-·.· ·.:_: .. : __ . · · .... _ .-·· .-.. ,· . .. . ... ·.· ,. ·-.... _ .::-··· .•.. i .-. . ...• .' ' ~ .. '. ·.' .,' ', ,} ' ~• .•• '~;• ~.:•' ·.·' .• , ' · .. • . •.~ • : • '•.,,• I ' o .• ' •' :. '• •• : • ' '~ I • • ' ' .. ' :•. . . . .·. : · .. ·· .. ··.·.:: .. ·· ........ . . . . . . . . :· -·::~ . ' . ' ' ·.= . ·.: . .., ':\ ~· ' . '.. . • ' ;.· .· . ' ' '.' ., • ' . '·,( .... '. . lo,,'' ., ' '. \. ·. ·: .'· ' ,,· ' ',: ' . ' -~,-.. _ ' "', ' " . . ... · . • .! !IZ"".:"'1-:1--;-,-i'-----s ch~ .d U ! 'ed . ,•CO mp .\ et ion . _Da ,t.e . ·: · :·. _'. :: ~::: ... , .. ·.1.12·} :j .I . . . . . . . -, :.'· ... · .. · ·. · ·\1 -n.~·-;-1 .:-:-:,-· -:i----------~.--.~Ye at -· · ...... :·· ''· t · .• : .... · . .-~ :_·. :··· .. ' .... ,: :. . . . ·:.• ·: :, ... I. ~ . . . . . . ~ . . r r,::...:...:·1,-:-5 i,__'··;:-:--___ .-_· ____________ ,;._ ___ , .. .-_ ... :._-...... · _· _. ,;-1 · . -~ . ·. ·:. :1·1/,- .. :· •' ... -.,:· • ·-l. ___ ·.,_: I . .. . r-------------~-------~1-o"'.-.------~--~----. ....... •'. _;~··-' ~··· l!::Nc;-o,.•1 WH1;c { awe Ebcxc is o ur1 0 w; ·,·n,n r Lr:,ir.~s l · · LCTTI~~c ,c 1n Of ·fCRT 'OO!lT H -e.,,:-:0:.1L"-! cc.11·1 ,~1c . . . ?P..DJE.'CT ,m...:: ,:C:O lfl i1LCiOR O D!.T~ ·11·/ K!:1...Yt'.T.IU • I .-• • • . -:··.· .· .... -17- VENDOR COMPLIANCE TO STATE LAW VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texa s Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders. Th is law provides that , in order to be awarded a contract as low b idder, nonresident b idders (out-of-State contractors whose corporate offices or principal place of busin ess are outside of the State of Texas) bid projects for construction , improvements , supplies or services in Texas at an amount lower than the lowest Tex as resident b idder by the same amount that a Texa s resident bidder would be required too underbid a nonresident b idd er in order to obtain a comparab le contract in the State in which the nonresident's principal place of bus iness is located . The appropriate blanks in Section A must be filled out by all out-of-State or nonresident bidders in order for your bid to meet specifications . The failure of out-of-State or nonresident con tractors to do so w ill automatica lly d isqual ify that b idder. Res ident bidders must check the box in Section B . A. Nonres ident vendors in (give State), our principal place of business , are required to be percent lower than resident b idders by State law. A copy of the Statu te is attached . Nonresident vendors in __________ (give State), our principal place of busin ess , are not required to underbid resident bidde rs . B . Our principal place of business or corporate offices are in the State of Texas. [}{! BIDDER: P. D. Ro.t Js Y<tS fod /J)odh . Ti( C ity sfate 7{r;//9 Zip Title : __ ..... !ic...<...L.·c ... e_~#-A.L..r. ...... e-.s.....,/di ......... en~t----- (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION G :\ 12 10\4135-32\PROJECT\Specifications\ 17 -Vendor Compliance .doc Page 1 of 1 EXPERIENCE RECORD L. t f . t . f h 1s o proJec s your or g aniza ,on f II I t d as success u 1y comp e e : Amount Of Contract Award Type of Work Date Accepted Name and Address of Owner List of projects your organization is now engaged in completing : Amount Of Contract Award Type of Work Anticipated Date Name and Address of Owner of Completion List Surety Bonds in force on above incomplete work : Date of Contract Award Type of Work Amount of Name and Address of Surety Bond Bond G:\ 1210\41 35-32\PROJECT\Specifications\20 -Performance Bond .doc Page3 of 4 EQUIPMENT SCHEDULE List of Equipment owned by Bidder that is in serviceable condition and available for use : Portions of work Bidder proposes to sublet in case of Award of Contracts including amount and type : G :\ 1210\4135-32\PROJECT\Specifications\20 -Performance Bond .doc Page4 of 4 . "'· 09/12/2007 WED 14:35 FAX The Sweeney Com pan y llJO O l / 0 0 2 ~ CERTIFICATE OF LIABILITY INSURANCE -I DA TE (MMIDOIYYYY) TM 09/12/2007 PIC.Jl>DUCER (817)457-6700 FAX (817)457 -7246 THIS CERTIFICATE IS ISSUED AS A MATIER OF INFORMATION THE SWEENEY COMPANY ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1121 E. Loop 820 South HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 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 INSURER A: Bituminous Casualty Corp + IX P.O.Box 15448 INSURERS: Bituminous Fire & Marine Ins Co A+ IX Fort Worth, TX 76119 INSURERC: INSURERD: INSURERE: rnvi=~AGES THE POLICIES OF INSURANCE LISTED BROW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 'rf: ~!?:~ TYPE OF INSURANCE . POLICY NUMBER P,?~Y a'fECTIVE POLICY EXPIRATION LIMITS n.nl' GENERAL LIABILITY CLP 3 244 088 08/01/2007 08/01/2008 EACH OCCURRENCE $ 1,000,00( -DAMAGE TO RENTED X CO MMERCIAL GENERAL LIABILITY DDCl,1111'.'C:c.'.' /i=m --..,.....,.,..\ s 100,00( -0 CLAIMS MADE 0 OCCUR MED EXP (Any one person) $ 5,000 A X CONTRACTUAL, XCU PERSONAL & ADV INJURY s 1 000 00( -X INDEP CONTRACTORS GENERAL AGGREGATE $ 2 ,000,00( - GEN'L AGGREGATE LIMIT APPLIES PER : PRODUCTS -C0'-1'/0P AGG $ 2 ,000,00( I fxl PRO-POLICY JECT nLOC AUTOMOBILE LIABILITY CAP 3 514 595 08/01/2007 08/01/2008 COMBINED SINGLE LIMIT ._ $ X ANY AUTO (Ea accident) 1 000 000 X ALL OWNED AUTOS BODILY INJURY ._ (Perpetson) $ X SCHEDU LED AUTOS B ._ X HIREOAUTOS BODILY INJURY ._ (Per accident) $ X NON-OWNED AUTOS ._ ._ PROPERIY DAMAGE $ (Per acciden t) GARAGE LIABILITY AUTO ONLY -EA ACCIOENT s RANYAUTO OTHER THAN EAACC s AUTO ONLY: AGG $ EXCESS/UMBRELLA UABIUTY CUP 2 580 269 08/01/2007 08/01/2008 EACH OCCURRENCE $ 5,000,000 [!Joc cuR D CLAIMS MAOE UMBRELLA AGGREGATE $ 5 000 000 A $ ~ DEDUCTIBLE $ RETENTION $ 10,000 $ WORKERS COMPENSATION AND WC 3 514 594 08/01/2007 08/01/2008 X I T~~JTfJN;; I l0Jt EMPLOYERS' LIABILITY E.L. EACH ACCIOENT $ 1 000 OOC B ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L. DISEASE -EA EMPLOYEE $ 1,000,00( tt yes, de sa ibe under E.L. DISEASE -POLICY LIMI T $ 1,000,00{ SPEC IAL PROVISIONS be low OTHER b\SCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS PITAL IMPROVEMENTS CONTRACT 18 . CERT HOLDER NAMED ADLN INSURED EXCEPT ON WORKERS :OMP WITH COMMERCIAL LIAB BEING PRIMARY & NON-CONTRIBUTORY WITH WAIVER OF SUBROGATION ALL POLICIES AS REQUIRED BY WRITTEN CONTRACT. 30 DAY CANC NOTICE AMENDED TO 10 DAY FOR NON-PAY OF PREMIUM CITY OF FORT WORTH ATTN: NIKKI MCLEROY 1000 THROCKMORTON ST FT WORTH, TX 76102 ACORD 25 (2001/08) FAX: (817) 392-7854 CANC ION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER V.,LL ~~ MAIL _1Q_DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT , ~M~flC1'IOIX«~XX ~Kl~~ xxxxxxxx AUTHORIZED REPRESENTATIVE TION 1988 I I I I ! I I I 09/12/2007 WED 14:35 FAX The Sweeney Company • I IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed . A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) ~002/002 1· I i ! ! i. I I I I i I l I ! ! I I ! i I "· . ... - ACORQ., CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) 10/25/2006 PRODU CER (817)45 7-6700 FAX (817)457-7246 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION THE SWEENE Y COMPANY ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1121 E. Loop 820 South HOLDER. THIS CERTIFICATE DOES NOT AMEND , EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. PO Box 8720 Fort Worth , TX 76124-0720 INSURERS AFFORDING COVERAGE NAIC# INSURED Conatser Construction TX , LP INSU RER A: Bituminous Casualty Corp ,+ IX P.O.Box 15448 IN SUR ER B: Bituminous Fire & Marine Ins Co A+ IX Fort Worth, TX 76119 IN SUR ER C: INSUR ER D : INSURER E: COVERAGES TH E PO LI CIES O F IN SURANC E LIST ED BELOW HA VE BE EN ISSUE D TO T HE IN S UR ED NAMED ABOVE FOR TH E PO LI CY PE RIOD IND ICATED. NOTWI TH STANDING A NY RE QUIREME NT , TE RM O R CO NDITI O N O F A NY CO NT RAC T OR OTHE R DO C UMENT W ITH RESPE CT TO W HI CH THIS C ERTIFI CATE MAY B E ISS UED O R MAY PERTA IN , THE INS URA NCE A FFO RDED BY T HE PO LI C IE S DESC RI BE D HEREIN IS S UBJ EC T T O ALL THE TE RMS , EXC LUS IO NS AND CO NDITI O NS OF S UCH PO LI C IES . AGGR EGAT E LI MIT S SHOWN MAY HAVE BEEN REDUCE D BY PA ID CLAIMS . INSR ADD"L TYPE OF INSURAN CE POLIC Y NUMBER P~_}i~~J~~gg~~f Pgk~l-~-~PIRA TION LIMITS I Tl> ,.,cce GENERAL LIABILITY CLP 3 231 053 08/01/2006 08/01/2007 EA CH OCC UR REN CE $ 1 ,000,000 t-- X COM MER CIAL GE NE RA L LI ABILITY DAMAG E TO RENTED $ 100,000 omcu,c,:c IF~ ~--,,,onro\ ~ D CLA IMS MAD E 0 OCCUR MED EX P (Any one person) $ 5,000 t-- A X CONTRACTUAL, xcu PERSO NAL & AD V INJURY $ 1,000,000 X INDEP CONTRACTORS GENE RAL AGG RE GATE $ 2,000,000 t-- GEN'L AGG RE GAT E LIMI T APPLIES PER : PRODU CTS -COMP/OP AGG $ 2,000,000 n fxl PRO-nLOC PO LI CY JECT AUTOMOBILE LIABILITY CAP 3 506 658 08/01/2006 08/01/2007 COMBINED SIN GL E LIM IT t--$ X ANY AUTO (Ea accident) 1,000,000 t-- X ALL OWNED AUTOS BODILY INJ URY t-- (Per person) $ X SCHEDULED AUTOS B t-- X HIRED AUTOS BO DIL Y INJURY t-- (Per accident) $ X NON-OWNED AUTOS t-- t--PRO PERTY DAMAG E $ (Pe r acc ident ) GARAGE LIABILITY AUTO ONLY -EA ACC IDE NT $ Fl ANY AUTO OTHE R TH AN EAACC $ AUTO ONLY: AG G $ EXCESS /UMBRELLA LIABILIT Y CUP 2 578 762 08/01/2006 08/01/2007 EAC H OCCURREN CE $ 5,000,000 0 OCC UR D CLAIMS MADE UMBRELLA AGGREGATE $ 5,000,000 A $ ~ DEDUCTI BLE $ RETENTI ON $ 10,000 $ WORKERS COMPENSAT ION AND WC 3 231 052 08/01/2006 08/01/2007 X I WC ST ATU -I T fll>Y I IMITS I OJ~- EMPLOYERS " LIABILI TY E.L. EAC H ACC IDENT $ 1,000,000 A ANY PROPR IETOR/PAR TN ER/EXECUT IVE OFFIC ER/MEMBER EXC LUDED? E.L. DISEASE -EA EMPLOYEE $ 1 ,000 ,000 If yes, describe under E.L. DISEAS E -POLICY LI MIT $ 1,000,000 SPEC IA L PROV IS IONS below OTHER DES CRIP TION OF OPERATIONS I LOCATIONS I VEHI CLES I EXCLU SION S ADDED B Y ENDORSEMENT I SPEC IAL PR OVISIONS STREET RECONSTRUCTION, WATER & SANITARY SEWER REPLACEMENT TO SERVE 2004 CAPITAL IMPROVEMENTS PROJECT ~ONTRACT 18 FT WORTH. CERT HOLDER NAMED ADLN INSURED EXCEPT ON WORKERS COMP WITH COMMERCIAL LIAB BEING PRIMARY & NON -CONTRIBUTORY WITH WAIVER OF SUBROGATION ALL POLICIES AS REQUIRED BY WRITTEN :::ONTRACT. CANC NOTICE AMENDED TO 10 DAY FOR NON -PAY OF PREMIUM. CITY OF FORT WORTH 1000 THROCKMORTON ST FT WORTH, TX 76102 ACORD 25 (2001/08) CANCELLATION SHO ULD ANY OF THE ABOVE DESCRIBED POLI CI ES BE CANC ELLED BEFORE THE EXPIRAT IO N DATE T HEREOF , THE ISSUING INSURER WILL ~X~ MAIL _l.Q__ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT , Moo,oo(~XlXK~~KXa!M~Kll(i~XOIXlX~XX M~~~M~~MMCXXX~XMKK~ XXXXXXXX ,--------------=----------------------------------,-£~~...---,-----, IMPORTANT If the certificate holder is an ADDI T IONAL INSURED , the policy(ies) must be endorsed . A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED , subject to the terms and conditions of the policy , certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsemen t(s ). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or produ c er, and the certificate holder, nor does it affirmatively or negatively amend , extend or alter the coverage afforded by the policies listed thereon . ACORD 25 (2001/08) ' CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date~ NAME OF PROJECT: Pavement Reconstruction and Water and Sanitary Sewer Main and Replacement on Portions of Andrew Avenue, Dallas Avenue, Heitt Court and Liberty Street (Project No. 00162) PROJECT NUMBER: P253-605170016283/P258-705170016283/C200-205500016283 IS TO CERTIFY THAT: Conatser Construction TX, LP is, at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described , for the type of insurance and accordance with provisions of the standard policies used by this Company, and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy Effective Expires Limits of Liability Worker's Compensation Comprehensive General Bodily Injury : Liability Insurance (Public Ea. Occurrence : $ Liability) Property Damage : Ea. Occurrence: $ Blasting Ea. Occurrence : $ Collapse of Building or structures adjacent to Ea. Occurrence: $ --- excavations Damage to Underground Utilities Ea. Occurrence: $ Builder's Risk Comprehensive Bodily Injury: Automobile Liability Ea. Person : $ Ea. Occurrence : $ Property Damage : Ea . Occurrence :$ Bodily Injury : Contractual Liability Ea. Occurrence : $ Property Damage: Ea. Occurrence: $ Other Locations covered : ----------------------------------- Des c rip ti on of operations covered :----------------------------- The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or cancellation . Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement thereto attached . 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. Agency Insurance Company: ___________ _ ~Fo=rt~W~o=rt=h~A""g=e=nt,__ ____________ By __________________ _ Address _________________ _ Title ------------------ .. 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.4838 and City of Fort Worth Project No . P253- 605170016283/P258-705170016283/C200-205500016283. STATE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR Na Title : Vt,e-Pces,de.at Date : Q,to bu JO, 200 Co ;U Before me, the unders igned authority, on th is day personally appeared o.c/s Pc,~ , known to me to be the person whose name is subscribed to the foregoing ins rument, and acknowledged to me that he executed the same as the act and deed of Conatser Construction TX, LP for the purposes and cons ideration therein expressed and in t he capacity therein stated . Given Under My Hand and Seal of Office this ..3.i!. day of Odoker , 20 Ot. SYDNEY JONES Notary Public, State of Texas My Commission Expires May 09 , 2010 Bond No: S350845 PERFORMANCE BOND THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § Employers Mutual Casualty Canpany and That we (1) Conatser Construction TX. LP as Principal herein, and (2)Union Insurance GQOJDaD}'i af Pr · d corporation organized under the laws of the State of (3) Iowa and who is authorized to issue sure~ ovi ence 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: Three Million Three Hundred Fifteen Thousand Seven Hundred Forty-seven and 50/100 .................................. . ($3.315.747.50) Dollars for the payment of which sum we bind ourselves, our heirs, executors , administrators, successors and assigns, jointly and severally, firmly by these presents . AUG 28 2007 WHEREAS, Principal has entered into a certain contract with the Obligee dated the __ of ___ ___. 2006 a copy of which is attached hereto and made a part hereof, for the construction of: Pavement Reconstruction and Water and Sanitary Sewer Main and Replacement on Portions of Andrew Avenue. Dallas Avenue. Heitt Court and Liberty Street {Project No. 00162) NOW THEREFORE, the condition of this obligation is such, if the said Principle shall faithfully perform the work in accordance with the plans , specifications , and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise , to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this _of AUG 2 8 .~. ATTEST: (Principal) Secretary (SEAL) 5327 Wichita Street, Fort Worth, TX 76119 Address ATTEST : (Surety) Secretary (SEAL) O_~~· 4200 S. Hulen Street, Ste. #330, Fort Worth, TX 76119 B L=~~=:L.::...!:...£=.LS.,,~-,,S.,.~~~~~ (Attorney-in-fact) (5 Glenna S. Davis P.O. Box 712 Des Moines, Iowa 50303 (Address) NOTE : Date of Bond must not be prior to date of Contract (1) Correct Name of Contractor (2) Correct name of Surety (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by Attorney-in-Fact. The date of bond shall not be prior to date of Contract. THE STATE OF TEXAS COUNTY OF TARRANT § § § Bond No: S350845 PAYMENT BOND KNOW ALL BY THESE PRESENTS: Employers Mutual Casualty Canpany and That we, (1) Conatser Construction TX, LP, as Principal herein, and (2) Union Insur ance Canpany of Providence ___ , a corporation organized and existing under the laws of the State of(3) _ ..... l-CM_,,_,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 Three Million Three Hundred Fifteen Thousand Seven Hundred Forty- seven and S0/100 ................................... Dollars ($3,315,747.50) 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: AUG 2 a 2on7 WHEREAS , the Principal has entered into a certain written contract with the Obligee dated the __ day of ____ , 2006, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: Pavement Reconstruction and Water and Sanitary Sewer Main and Replacement on Portions of Andrew Avenue, Dallas Avenue, Heitt Court and Liberty Street (Project No. 00162) NOW , THEREFORE , THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253 , Texas Government Code , as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void ; otherwise , to remain in full force and effect . PROVIDED , HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code , as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF , the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this_ day or,AUG 2 8 _. ATTEST: (Principal) Secretary \,. Title : Managerrent Gr oup, Ju e , GP (SE AL) Address: PO Box 15448 w&.+.r~,;ki "" Fort Worth, TX 76119 F.mployers Mutual Casualty Canpany and ATTEST: Secretary (SE AL) NOTE: (1) (2) (3) Name: Glenna S. Davis Attorney in Fact Address: P. o. Box 71 2 Des Moines , Iowa 50303 Telephone Number: (51 5)280-2689 Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated . In add ition, 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 ST ATE O F TEXAS COUNTY OF TARRANT MAINTENANCE BOND § § Bond No: S350845 ami S35 0846 Employe r s Mutual Casualty Canpany That Conatser Construction TX, LP ("Contractor"), as principal, and and Union Insurance Canpany of Providence __ ____._ a corporation organized under the laws of the State of I owa , ("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 Three Million Three Hundred Fifteen Thousand Seven Hundred Forty- seven and 50/100 .................................................................................................................... Dollars ($3,315,747.50), lawful money of the United States , for payment of which sum well and truly be made unto said City and its successors , said Contractor and Surety do hereby bind themselves , their heirs , executors, administrators , assigns and successors , jointly and severally. This obligation is conditioned , however, that: WHEREAS , said Contractor has this day entered into a written Contract with the C ity of Fort Worth, dated the __ of ~· 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 Portions of Andrew Avenue, Dallas Avenue, Heitt Court and Liberty Street (Project No. 00162) the same being referred to herein and in said contract as the Work and being designated as project number(s) P253-605170016283/P258-705170016283/C200-205500016283 and sa id 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 repa ir and condition for said term of Two (2) years ; and WHEREAS , said Contractor binds itself to repa ir or reconstruct the Work in whole or in part at any time w ith in said period, if in the opinion of the Directo r of the City of Fort Worth Department of Engineering , it be necessary ; and , WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided . NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted . IN WITNESS WHEREOF, this instrument is executed in§ counterparts, each of which shall be deemed an original, this __ day o A.O. 2006. ATTEST: (SE AL) Secretary ATTEST: (SE AL) Secretary Mark PaP.W,S Tl.tie ·. __ v""'i"-"c""'e ~Pr~e-=s.!.!'i....,de~n~t.u.o_f_Co_na_ts_e_r_Man_a_g_ene_nt Group, Inc. , GP Employers Mutual Casualty Canpany and Union Insurance Canpany of Providence Surety By ~e&a,~) Name: Glenna S. Davis Title : Attornerin-Fact P. O. Box 712 Des Moines, Iowa 50303 Address IEMCinsuranceComnanies .· ...•.... -.•.. >> i :~)o:~Q,c 7f2t .Des /~oi~~s, 1fs~~()~~?i~ < ·••-.-••· .-· .. ·.. ./ .-.... i/ CERTIFICATEOF .AUTHORIT.V INDIWIDUAL>ATTORNEV-IN~FACT .. ::·.::·'..-:-··:··:-.': . .. :·:· .. ." ·: :-·'.::-.:: ... •'. :···-.. ::-::·-::.. ·:::·-:::-::.:.:.::.:-. . .. ::"t:~·-·::.. ·-:-: ::· .-·::::,: • •• •• < . • .•• • .-. •·• • • ••• •• •• • •••••• KNQ'NAPL .. MEN ~YTtt~SE]>~jSENT.$., ttiQt: ..... :·· ; .... ? 1. Elriptqy~ii Mutual das~i;eofupariYI,nJo~a Core9r.~t~Qil / . 2. EMCASCO Insurance Company, an Iowa Corporation 3. Union lnsuran~pPmpany~f~rovidery~t E!flJQ!tVa ~rppratic:in ... / .... > i/s: 6. 7. Dak~ta Fi~~fosµrilhce C!>ffiP!lfiY, i ~c:mh Q{lkdta· Corporation EMC Property & Casualty Company, an Iowa Corporation ~Jllil _ton M4W~.l)nsura99~ (;_()IJlp?ny, ,n.}9.~~porpAJ~.tiPll. 4. Illinois EMCA~~O"ltjsura!'I~ CM1p~ny; .~11J9v.iii¢Arr:iotatiori V i • ~;~~~l~~~\icl~f tst i ~tRt;t;t~tr~:~~,*~ti;~ts1l)~~it~l;; w~~~~:~EXA~~i it~ t~ue and lawful attorney-in-fact , with full power and authority conferred to sign, seal , and execute its lawful bonds , undertakings , and other obligatory instruments of a l~mt~f~qw~1111~t)t E,so~gptN~01;N .¥1L99.N;bgQJ~S;y ·······;/'.::.\ ...... ~;;r :.\t .. ,.,/~'.''':.:;i :'.;::\.:r:·:;;:::::::;L.t\:'..:;:;:; .. ::;:(_$Jp.ooo.ooo.oo) The authority hereby granted shali expire __ ··:•_{_ •.... _ .... _ ...... _}_A_h_r._il _._~··_:~_n_e_s_ ...... _ .. :._.._ .. ___ •··•··•••u::~~:··~oone·r·:::~k~::•·····-···.·····•• .• ••·••••_:··· AUTHORITY FOR POWER OF A TTO.RNEY 0«'s M •• ·• • b~Rf lFIC~1'.E . · of~ry ~ybUq ip c19g .t6; \B; ~;te ;tl p~; , I, David L. Hixenbaugh, Vice President 6f1he Companies, do hereby certify that the forego ing resolution ofthe Boards of Oirectors·by each of th~ ~~::~~~e:; ~tWys ~fls~~~~~Y~~~~~~~~~~a1j~R8~Jack R~~~b~;: ~~~r~r1a S. Davis . · .. · · ·· : · . are1r~t:;t1aj,~~~~:~~,t~!~!ns~lt~;t:,~ e:,~i nd ~ffixed t~i f~risimile seal of each cJ~pa ~y thi M . C a.iy tt _~ ........ "'--"~--..u .. •;·-··: , .. IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Employers Mutual Casualty Company, Union Insurance of Providence, and/or 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: 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. 7209 -~-~'. ·.w:.Tz· .... THE STATE OF TEXAS COUNTY OF TARRANT CITY OF FORT WORTH, TEXAS CONTRACT KNOW ALL BY THESE PRESENTS AUG 28 2007 This agreement made and entered into this the __ day of A.D ., 2006, by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11 th day of December, A.D. 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city , and the City of Fort Worth being hereinafter termed Owner, Conatser Construction TX, LP, HEREINAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follows : 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith , the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improv ements described as follows : Pavement Reconstruction and Water and Sanitary Sewer Main and Replacement on Portions of Andrew Avenue, Dallas Avenue, Heitt Court and Liberty Street (Project No. 00162) 2. That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance w ith the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written here in. 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) day s after be ing notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 300 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 $630 Per working day, not as a penalty but as liquidated damages , the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City 's engineer and architect, and their personnel at the project site for Contractor's sole negligence . In addition, Contractor covenants and agrees to indemnify, hold harmless and defend , at its own expense, the Owner, its officers , servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers , agents , employees, subcontractors , licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in 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 employ ees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees .. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved , or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7 . The Contractor agrees , on the execution of this Contract, and before beginning work, to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Article 5160 of the Revised Civil Statutes of Texas, as amended, in the form included in the Contract Documents, and such bonds shall be for I 00 percent of the total contract price, and said surety shall be a surety company duly and legally authorized to do business in the State of Texas , and acceptable to the City Council of the City of Fort Worth . 8. Said City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a, shall be Three Million Three Hundred Fifteen Thousand Seven Hundred Forty-seven and 50/100 .................................................................................................................... Dollars, ($3,315,747.50). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth , Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. It is mutuall y agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to full y comply with all the provisions of the same . IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in ~ counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in~ counterparts with its corporate seal attached . AUG 28 2007 Done in Fort Worth, Texas, this the __ day of ____ .._A.O., 2006. RECOMMENDED: BY:~~ DIRECTOR, DEPARTMENT OF ENGINEERING APPROVED: ~,j:° TRANSPOR',{IDN/PUBLIC WORKS DIRECTOR Conatser Construction TX, LP PO Box 15448 Fort Worth, TX 76119 CONTRACTOR TITLE P 0. 8ox IS Ylf 8 Eod l,do rtb ,, T X z, 11 9 ADDRESS November 1960 Revised May 1986 Revised September 1992 CITY OF FORT WORTH CITY MANAGER Marc A . Ott, Assistant City Manager ATTEST : CITY SECRET ARY (SE AL) C.-~35D Contr ac t Aut hor i zatioa ,. t@ p b.8'.I OJ APPROVED AS TO FORM AND LEGALITY : Covers .doc -24- SOIL TEST