Loading...
HomeMy WebLinkAboutContract 37201D.O.F. fries CRCTO CONSTRUCTI Forwr CLIENT FDA WORTH CITY SECRETARY cm,rFiACT NO. SPECIFICATIONS AND CONTRACT DOC UMI+ NT WATE R IMPROVEMENTS CONTRACT 2004 WSM-F PROJE CT N UN BEES. '4'VA` ER-P253�-541200-0f051'7Q015583 SE Cif - P 170 -07070 14030 DOE NO. 491 k MIKE MONCR11EF CHARLES It BOSWELL MAYOR CITY Al -AN AG ER A. 1}OUGLAS RADEMAKER, P.C. -- DIRECTOR I EP ARTMENT OF EiVI;YNEERIiY G(0)F � ,M&,C Request Review Pagel of 3 FoRiWoRn CFWnet City of Fort Worth Employee Intranet 6/5/2008 Staff Action Tracking Council Agenda M&C Employee Directory ACToday Employee Classifieds PRS IT Online Departments lX'1, !'riot M&C ffm COUNCIL, ACTION: Approved As Amended on 6/3/2008 - Ord. No. 18128-06-2008 DATE: 6/3/2008 REFERENCE NO.: C-22838 LOG NAME: 30TRI TECH 2004 CODE: C TYPE: NON -CONSENT PUBLIC HEARING: NO SUBJECT: Authorize Execution of a Contract with Tri-Tech Construction, Inc., in the Amount of $1,102,228.50 for Water Improvements Contract 2004 WM-F on Ramey Avenue, Village Lane and Vinetta Drive and Adopt Appropriation Ordinance (City Project No. 00155) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $1,218,996.31 from the Water and Sewer Operating Fund to the Water Capital Project Fund in the amount of $901,837.75 and Sewer Capital Project Fund in the amount of $317,158.56; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Project Fund in the amount of $901,837.75 and the Sewer Capital Project Fund in the amount of $317,158.56, from available funds; and 3. Authorize the City Manager to execute a contract with Tri-Tech Construction, Inc., in the amount of $1,102,228.50 for Water Improvements Contract 2004 WM-F on Ramey Avenue, Village Lane and Vinetta Drive. DISCUSSION: The Water Department has determined that water lines along Ramey Avenue (Stalcup Road to East Loop 820), Vinetta Drive (Moberly Street to Martin Avenue), and Village Lane (Hartman Road to North Dead End) are in need of improvements. The work to be performed under this contract consists of replacing a 12-inch water main on Ramey Avenue and increasing two 6-inch water lines to 8-inch water lines on Vinetta Drive and Village Lane In addition, a 10-inch sanitary sewer main will be replaced and increased to a 15-inch main on Ramey Avenue. The streets will receive permanent paving repairs once the utility installation is completed. The project was advertised for bid on December 6, 2007 and December 13, 2007 in the Fort Worth Star -Telegram. On January 10, 2008, the following bids were received: Bidders Amount Bid Tri-Tech Construction, Inc. $1,102,228.60 M. E. Burns Construction, Inc. $1,116,016.25 S.H.U.C., Inc. $1,150,636.00 Cleburne Utility Construction, Inc. $1,215,120.50 Conaster Construction TX, LP $1,235,369.50 http://apps.cfwnet.org/council_packetlmc_review.asp?ID=9565&councildate=6/3/20O8 6/5/2008 M&.0 Request Review Page 2 of 3 Laughiey Bridge & Construction $1,390,800.00 Time of Completion: 124 Working Days. MIWBE — Tri-Tech Construction. Inc., is in compliance with the City's M/WBE Ordinance by committing to 22 percent M/WBE participation. The City's goal on this project is 22 percent. Funding in the amount of $77,538.81 is included for associated water and sewer construction survey, project management, pre -construction, material testing, inspection and project close-out (water $59,183.75 and sewer $18,355.06). The contingency funds to cover change orders total $39,229.00 (water $25,000.00 and sewer $14,229.00). This project is located in COUNCIL DISTRICT 5 Mapsco 79 Q & R and 92 G&M. FISCAL INFORMATIONXERTIFICATION: The Finance Director certifies that upon approval and completion of recommendation 1, and the adoption of the attached appropriation ordinance, funds will be available in the current capital budgets, as appropriated, of the Water Capital Projects Fund and the Sewer Capital Projects Fund. TO Fund/Account/Centers 1 &2) $901, 837.75 P253 472045 605170015577 182) $317,158.56 P258 472045 7051700155ZZ 2)P253 531350 605170015542 $500.00 2)P253 531350 605170015552 $21,892.50 2)P253 531350 605170015553 $5,186.00 2)P253 531350 605170015580 $3,563.75 2)P253 533010 605170015581 $625.50 2)P253 533030 605170015581 $326.00 2)P253 533040 605170015581 $800.00 2 P} 2a3 531350 605170015582 $625.50 2)P253 541200 605170015583 $842,654.00 2)P253 531350 605170015584 $6,255.00 2)P253 531350 605170015585 $18,765.00 2}P253 531350 605170015591 $625.50 2)P258 531350 705170015552 $5,691.49 2)P258 531350 705170015580 $711.44 2)P258 531350 705170015582 $284.57 2)P258 541200 705170015583 $298,803.50 2)P258 531350 705170015584 $2,845.75 2)P258 531350 705170015585 $8,537.24 FROM Fund/Account/Centers 1 PE45 538060 0609020 $901,837.75 1)PE45 538070 0709020 $317,158.56 3) P253 541200 605170015583 $8817,654.00 3) P258 541200 705170015583 $284,574.50 http://apps.cfwnet.org/council_packetlmc_review.asp?ID=9565&councildate-6/3/20O8 6/5/2008 M&C Request Review Page 3 of 3 2)P258 531350 705170015591 2) P253 533010 6051715582 Submitted fofCity--Managdt's Office b}L Originating Department Head; Additional Information Contact. 284.57 $19.00 Fernando Costa (8476) A. Douglas Rademarker (6157) Victor V. Tornero Jr. (8574) ATTACHMENTS 30TRI TECH 2O04.doc 30TRI TECH 2O04.odf bttpa/apps.cfwnet.org/council.packetlmc review.asp?ID=9565&councildate=6/3/20O8 6/5/2008 DEC-19-2007 WED 03:19 PM CFW DOE DESIGN SERVICES FAX NO. 8173922527 P. 02 CITY OF FORT WORTH DEFARTMENT OF ENGINEERING DESIGN SERVICES DIVISION ADDENDUM NO.1 WATER IMPROVEMENTS CONTRACT 2004 WSMAF PROJECT NUMBERS., P253-541200A0605170015583 DOE CFO.491.1 RELEASE DATE: December 1.9, 2007 INFORMATION TO BIDDERS: The Specifications and Contract Documents and Plans for the above mentioned project are revised and amended as follows: Please amend. the City of Fork Worth's project number throughout the Specifications and Contract Documents and Plans to read as; P253 -- 541200 060517 - 00155 a 83 The Specifications and Contract Documents for the above mentionedproject are revixad and amended as follows: 1. In the Comprehensive Notice to Bidders, amend the following bid date to be January 10, 2009. Please acknowledge receipt of the ,A.ddandum in the bid proposal and on the outside of the sealed. envelope. RECEIPT A OWLEDGE.D: A, DOUGLAS RADEMAKER, P.E. DIRECTO P R N.T OF ENGINEERING By: Beck, Manager, Design Services ,JAN-04-2008 FRI 04:45 PM CFW DOE DESIGN SERVICES FAX NO. 8173922527 CITY OF FORT WORTH DEPARTMENT OF ENGINEERING DESIGN SERVICES DIVISION ADDENDUM NO.2 WATER IMPROVEMENTS CONTRACT 2004 WSM-F PROJECT NUMBERS; P253-541200-0605170015583 DOE NO.491.1 RELEASE DATE: January 04, 2008 INFORMATION TO BIDDERS: The Specifications and Contract Documents and Plans for the above mentioned project are revised and amended as follows: Please amend. the City of Fort Worth's project number throughout the Specifications and Contract Documents and Platys to read as; P253 541200 e 060517 — 00155 — 83 The Specifications and Contract Documents for the above mentioned project are revised and amended as follows: 1. In the Proposal, Base Bid, amend the bid quantities to read as follows: 2. BID- 480 LF Pipe — Pressure — 6 inch — Install; 00616 Per Linear Foot; P. 02 and r C nts Dollars �t S , �� $ III , Q!q p. ' 3. BID- 3419 LF Pipe o pressure S inch — Install; 00618 Per Linear Foot: Y'W11VA Dollarsn e� and NA Cents , Shoot 4,Water Line's `W & `C' should be 6-inch lines instead of 8.inch. Please mine the necessary adjustments for any pipe fittings effected by these changes on Sheet 4. 2, in the Proposal, Base Bid, amend the bid quantitie: to include tha following bid item: 44. BID- 50 LF Fence -Privacy — Remove & Replace 00129 Per .Linear F t .D liars and � o Cents S �©� j� 60©" 0v - JAN-04-2008 FRI 04:46 PM CFW DOE DESIGN SERVICES FAX NO, 8173922527 P. 03 45, BID- 30 LF Guardrail — Remove & Replace 00405 Per Linear Fo _t, Atkr ' Dollars and Cents lee.'90 �p F 46. BID- 40 Li{ Curb-7 Inch — Install 00843 Per Linear Foot V Dollars ®A_Cents $_%,�, 460, $ a� %�• ®0 and 47. BID- 6 EA Tree — Remove 00183 Per Each Dollars and o Cents $ DD. Di? $ 1 Sheet 4, Riprap Detail, replace variable width "GhanneP' with variable width "swale." 3. In fart DA—Additional Special. Conditions --Add DA-121-Tree Removal. Please note that any tree reinovals in the plans provided will require notification of the Project Manager prior to any work performed and the Protect Manager will make the final decision on which trees will be removed. Only i Mlle trees residing in the 26 Ft. Fmergency Access & Utility Easement will be considered under BID Item-00183. Please acknowledge receipt of the Addendum v1 the bid proposal and on the outside of66 sealed envelope. RECETP KNowLEDGED: A. DOUGLAS RADBMAKEP, P.E. jX]122ECTOR RTMLNT O ENGINEERING By: _ ryan ecic, _E. Manager, Design Services Ji 1 NOT TO SCALE ➢AVID COUNCIL DISTRICT NO.: 5 WATER PROJECT NO.: P253-541200-605170015583 MAPSCO PAGE: 79 O & R; 92G&M SEWER PROJECT NO.: P170-0707014030 PROJECT LOCAi ONS CITY OF FORT WORTH DEPARTMENT OF ENGINEERING 0 WATER IMPROVEMENTS CONTRACT WSM-F RA_MEY AVENUE (STALCUP RD. TO E. LOOP 920) RAbIEY AVENUE (STALCUP RD. TO FITZHUGH ST.) VILLAGE LANE (HARTMAN RD. TO N. DEAD END) VINETTA DRIVE (MARTIN AVE. TO MOBERLY ST.) DEPARTMENT OF ENGINEERING ENGINEERING SERVICES DIVISION CITY PROJECT NO: DOE 1\10: DATE: EXHIBIT 00155 4911 1 NOVEMBER 2007 1 1.2 I I TABLE OF CONTENTS 1. FRONT END DOCUMENTS f 1.1 COMPREHENSIVE NOTICE TO BIDDERS 1.2 SPECIAL INSTRUCTIONS TO BIDDERS - (Water -Sever 9-10-04) 2. MWBE DOCUMENTATION 2.1 MWBE SPECIAL INSTRUCTIONS 2? MWBE SUBCONTRACTORS/SUPPLIERS UTILIZATION FORM 1 2.3 MWBE GOOD FAITH EFFORT 2.4 MWBE PRIME CONTRACTOR WAIVER 2.5 MWBE JOINT VENTURE 3. BID PACKAGE 3.1 COVER, BID PROPOSAL & SIGNATURE SHEETS 3.2 VENDOR COMPLIANCE TO STATE LAW 4, GENERAL AND SPECIAL CONDITIONS 4.1 PART C - GENERAL CONDITIONS (WATER -SEWER) 4.2 SUPPLEMENTARY CONDITIONS TO PART C (WATER -SEWER) 43 PART D - SPECIAL CONDITIONS (WATER -SEWER) 4.4 PART DA - ADDITIONAL SPECIAL CONDITIONS (WATER -SEWER) 4.5 WAGE RATES - 4.6 COMPLIANCE WITH AND ENFORCEMENT OF PREVAILING WAGE LAWS 4.7 STANDARD DETAILS (WATER, SEWER & STORM DRAIN) 5. CONTRACTS, BONDS, AND INSURANCE 5.1 CERTIFICATE OF INSURANCE 5.2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 5.3 CONFLICT OF INTEREST QUESTIONNAIRE 5.4 PERFORMANCE BOND 5.5 PAYMENT BOND 5.6 MAINTENANCE BOND 5.7 CITY OF FORT WORTH CONTRACT 6. REPORTS 6.1 GEOTECHNICAL STUDY REPORT 6.1.1 RAMEY AVENUE 6.1.2 VINETTA DRIVE 6.1.3 VILLAGE LANE (NO REPORT -PRIVATE STREET) I l J I I 1 SECTION 1— FRONT END DOCUMENTS 1.1 Comprehensive Notice to Bidders 1.2 Special Instructions to Bidders (Later -Sewer 9-10-04) NOTICE TO BIDDERS Sealed proposals for the following: WATER IMPROVEMENTS, CONTRACT WSM-F PROJECT NO(S). P253-541200-060SI70015583 P170-0707014030 DOE NO.4911 Addressed to Mr. Charles R. Boswell, City Manager of the City of Fort Worth, Texas and will be received at the Purchasing Office until 1:30 PM, Thursday, December 27, 2007 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 Department of Engineering, Second Floor, Municipal Building, 1000 Throckmorton Street, Fort Worth, Texas. Sets of documents will be provided for purchase for a nonrefundable price of TIMTX DOLLARS ($30.00) per set.. Bid security is required in accordance with the Special Instruction to Bidders. Included in the above will be all other miscellaneous 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 all irregularities. No bid may be withdrawn until the expiration of ninety (90) days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate is received by the City. The award of contract, if made, will be within ninety (90) days after this documentation is received, but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. 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 (S 17) 392-7910. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders must complete the proposal section(s) and submit the complete specifications book or face rejection of the bid as non -responsive. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time- line stated below or the bidder may request a copy of said forms from the City Project Manager named in this solicitation. In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contract. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidden- shall submit the MBE/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate. The documentation must be received no later than 5:00 PM, five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid nonresponsive. For additional information, contact Mr. Victor V. Tornero Jr., E.I.T. at (817) 392-8574. CHARLES R. BOS WELL CITY MANAGER MARTHA HENDRIX CITY SECRETARY A. Douglas Rademaker, P.E. Director aitrnent of Engineering By244 an Beck, P.E. Manager, Engineering Services Advertising Dates: December 6, 2007 and December 13, 2007 SPCSIAL_MIA UCTI0N5 TO 01UDERS ]) PRLQU6L.1FJi_lTJON-1ZEQ1)1REW1ElwTS: All reniractars submirI[ng Fads me rNtiimd to Lx. pmquaJiIied by ihar Hfirt Worth Water Dt:parwai�nt InIor tosubmitting bids- 'this prcrlalallfcalion prods will emah]lsh o hicl J i m i I bused L,n it IMini eaI evaluation acid fimin ciirl cmalysi.s of the c6mIra clar. 11 is Ilia bidder's rcLiporrsiWIity to stibmil Iitc fat Iaiving d Drum t ntutia 11: kt (AIT I'M I finnncinI statuirwrit, as accup(able c."rienrx-rer+ rd, an rtccepdahle eq iiipo enc asc: 1Waile and any urladr docaaa7erlts the D partment may deem nreessary. La the Dji a for of lit Witter Dcpurlat7crtl al least aevear (7) cnlendoa' days prior to the dale Dfihe Opening of bids, u) TIke firtarieoaI statement requlred sliu1C huve bran prepared by nn indepiniident 60MM'public n�couiHnni or mi Ind upcxadc.nI public aaccountont hold Ing a valid perni.1I issstaxi by aan apliroJ)HAle Stale Iiconsing Eagmey and skull hn%)c been so prepared as to reflect It:c lirkarrcinI sautes to Ilia s ibmiIting company- Thi.7 gin ter❑ai I must be. current and trot A]Drc titian on13 (1) year call. In 0 1 c case ibat a bidding dwe lints Ain the rinse n new slurenaei0 is being prtgortd, the Previous staiemalit. shaa11 be updated by paper vurifirutiara, bj For an experience. record io lit con sidamd to be acuptAble for u givtn prrrjcct, it must ref] ect ilae exptrirncc of the Firm seeking qunIificmioii in Work Orbolla ih-e same natufie And trchnicnl ILvct as i h a of the project for which bids arc is be recOved, c} Flit• Diruclor of tha Water DepnStm4-nt shnI.I be Ihu solr judge as to the auepwWIity for financial qui lificatinn to bid cm any Fort Worth Water Departmearl project, d) Bids ruciwd Ill cxccs5 oflhe L,id Iiinil shall ire mmsidercd hart -responsive and %AII be. rejected as such. c) 'nie City, in i I s satle discretion, anay reject any bits rur Jhilurc I cictttonsLraic cxperimce :ulc w r`xprrtisr, ly Aayprtsl7mt1stsubmit led by a nan-prequnliFiod bidder shitII be rr1 t1111vd.usiopun6d, an if tnndvcrtcnsly opened, shPll not he considered, j Tim City >ulll iativinpt to noliI� pro3peclive bidders whw qualiflcatlons (financial "c) 1pulurtm) arc not dcamed to be aapproiiriuto to Ilse nature atndlur matgnitudc of the project ml which bi& arc to. be; received, Fa aura: to notify shaafl ,tot bee -a waiver of any netcssuy p0quallfieatiom . STD SECURITY: A rnsider's atleck, or an acccptublc biddev's bc+> d. payable to thr: City of Faarl Worth, ist it an]aunt [If n❑t ]ass dim 11vio (5%) per=1 nfthc! Im.-cst possible-IolaI of Ilse bid .mOmtlled intiwi accompany the bid, and is subjNt to rorfeRure in tiic eva+nt the succ onsilal bldder fnib Ia+axccute Ilse Conlracl l< om mlcm8 with iti Ian (10) duys.aiter.tlac corHrgct has:becra awarded To be an acceplable surety on the bid band, the surety rjwst be 21.111hari2a:d to do business its till• stuto of Timm, In additiwp, Ilse surety itxust (I) hold a certificate of nulhf7rily from the Umitd States grcretDry of the ir=sury to qualify ss a surety on 071igmi[:>is peonittcd or rLquircaf under federal Rake; c r (2) lma ,c olal.+iricd r�i:tsuruttec for any IiREIity in pi of SJ 00,000 Erani a reinta>ircr that is.auihorized card admitted ats a a'eInPurcr in the V ate orTex m :tnd is the holder or Q cerlif:carit orawiiority ling ]lie Uniiad $lures =rulary of Ihi Ireusury to quuIify its n somly an 61igaHorrs permilicd ar ri-quirad uadu iMzrul law. Sstisracl❑ry pfarnf of any such rein guranvc shall be provided tg the City upon -request. 'Me City, Jr7 its sol; diwut ion, wiII detennine the odegti11 T G1rtJi4 pro�rrequirerl herein 3. i3 ND5: A perf❑rmunca± bwid, it puynieul band, and as mainretaaano* bond ea~th fur nttt hundred (100%) precut arll!ia: conlruct price will be required, RcJerrncc C 3-3.7, 09/ 10/0 4 d_ WAGE RATES: Srciiwi C3-3.13 of the Grnural Coil ditionw is deleted and ritpliiccd %vitll Ilic t`oitowirig: (a) The coniracioa- shalt comply wiih tilt requirements of CI»pier 2258, Texas Gevernttilent Codc, iNIC141dillg 1I1e p.ay=Lrii of not less than III rnto dele✓'7i1iI1M by Ilie City Couticil of the City of Farr Worth w ba tfie prevsiiling,,Awgc rnirs.iii accordance wilh Clinpior 2258,'roXn9 rjDvernrlticni Cade. SLLCh r1rZv:riling wage. rat,es-are.includcd ill i lim ctmirnal dEiCriMMIS, (b) 711e raniractor sJtul I, For a period ofIhree (a) ycurc rallowing tho.dvtc oFnocoplance oFihe work, ttlAin] ain 1.LLCords thal Show (i) Ifie Tiia�me and occtlpation of each work ciriploycd by the emirnrlpr in ti,u cor,DE, uciioq, Uf I Itc wurlc prove for in this contract.,, and (ri) Ilie actual lie dIctu wages pr,td to eacll Worker. ThEse records �lti�ll be Cglull 41 9111 reasonENc Hours For in_4pm:1i❑n by Ilie City. Th-e pravh;iunit afRight la Audit, under paragraph I. ofSwc iork C1: SgplCmCAnry Conditions To Nrl C -- GoavilI Conditions, p4rlMn I Ili Is inspection, (C) Thr: con Irakcinr shall include in ita Eri1 mntracis and/or shall Qtherwigfi require all of its gulbco traniars to comply wiIli pai-ugrnplis (n) rrn.d (b) abQvc, t'd V40i each part laI p--tyilwilI cilnrirllc or payTolI period, w1lichevcr is less, an xflidovii swing ilia[ the CxrktrLtcror hli5 noml,]ied with tha rNuilvaineitls.pi'Chop!or 2258, Texas Government Code. The cantnct❑r0a11 post ikv prPvililflt�1. 3vnt;rt 1'MC5 ilk a etmslricucsus plrlce at Iltic Riteuf1111: pr&*1 ut all lirncs, S, AMIMCAIJITY In the nsc of srtt bigaity or iauk ❑f cWrness in skating priccs itI i lie PrWisa1, Ilia City rescrycs the right to adDpi Ilia host advantageous ebrials :lion tllnreof to the City or to fcject the Proptksnl, b, BIDDER LICENSE; Bidclor must he a licctrsrtl Conrlaet❑r in the State or'rcxlks, 7, VON RES [DENT BIDDERS: Fursunrll to Article Vlg,"I'txas Rcuisad Civil Sikoites, the MY of Fart Worth will not rtwdrd this contruul to a nunresi:dera bidder unless tltc nookmidem's bid is lotivcr than the lowest bid automitled by u resieonsMe Texas resident bidder by llee srsane aiwtsuatt Iltpt it Texas m6ident bidder would be rrquircd to underbid a nunresldew bidder` to oWnirt a comparable r:viriract in the sitktc in W11Ml Ilie nonresltlent's prilzcipul P1Rccafblisiness In 1Gente€t_ "Nonresident biddelr' strung a bidder whose principal place of business is not in ihis-actate, bul exeludea rI con Iruclor wliol a 1411itnn10 pareoI camptrny or majority uvmer lies its princi pat pJnec of business in this s{plc. Thus provisian dms not apply if thJs contra involves Fcdcrul funds, The ulsprnpri4e Mailki of the PropmoI must be filled out by a I nonresWent bidders in orb for tlec Laid so meet spcci 5caliDur,. The Failure ul'a nonrni&rki obniniCtrr to d❑ se xogll uutomarically di5gtlnlil� iluil bidder, 8. kA.YM &INT: lrIlie hid nmounI is $25,000.00 or less, the icon tvact anioual.slia11 br pllrtl within t❑rty. 111yO (45) calendar dn},: aRcr completion Lind necepinrece by the City. 9. ACE: In dewrda we with 11zc poIiGy ("Fialicy") UFllsc FxcculiW.13rnncli of tltr Fc&ral CawmiFleiii, !vplractorcevennnts 11inI neither it Ilur any ofiis a[l'ka s, Iesembel's, ageuts.0niploy.eca, lsrol`rwil parrticipGnis yr t,bcuastrnctors. while engllged in performing this eonirij e t, shall, in councetioii with the employmon1, aldvanemucnl pr discharga orempldye�s or in owlticeliote wWk the Irrm.s+ eondiiians or prig ilepsorth6r.tnsplayniviii, disci'iminat,,- Lignill g persons bmame of ijtefr age QJ1 I[Ie base€ oF4 bma aide occupl[Rionail qualificadon, reliralllenI p11ill or dtatilrory r'equiroment- Contraclor Nr[lier couemanta.Oat neitlmt it nor iis- orricers, rncmhcra, agents, miiployees, submilm dnrs, program participants, ar J]crW115 acting W4 their behalf, shidI s1j?,,t i(y, in salieiiotians na- aidver[hem onts ibr c [mployees Io work art IhT'S conlrtaet-, a max iimmi ogle Jinlif ror such cmploymcnt unfvgs the spccif ud momiauum age hn* is hosed upolt a bona ride: oecupalion QI qualificaailcm, re irerneni plan ors[utular'yrCqulrcmcnts. Can tractor kwurl-NnJ1 it WiI I RE]ly eQrnply svitfti Ifie policy and will dercad, iadainniry tend hnId City 11Farnlcss againsl any elainm tat n]Ic iians a5scrtcd by Third partied or sobcorlIractor RgAJTIst City nri,;Ing om of Con rniclor's and/or its subconlrArtore a I I od failut-c to comply wiih the above rcrenmeed Policy con corm irig age discriminadmi in Ifie performance orIhis Flgrcemirnl- A Rl M AILf3�Y: I acrardnncc with IIle prnOsi011rL nr rrie Amcricami With Disabi1iries, Act of 1990 (" ADA"), CDnrractrrr uwarmni s Thai ii and any and :[al of ii.5. s obcom mciors 4viII nal tinlawrully distritninnic on iiie }asi:* urflizmbiIIty iit dic provisienof Sew viecs to Ilse gelid: raI public, nar in the aVallebiIity, tCrru anrUor candiIRm 4eiiiployr miI fm- upp] ivimis for cmplasylmkiI wilIh, or trimployccs of Contrae.tor of any of ile, subcow rac [ors, Con irucrar xwnm osts I %viI1 rlally Conip]y with AD k's provisions and nay outer appiicahle redcril1, Zito rind Ideal laws milicerriing disabiIIiy .Ind 3v II d end, irldeismiCyand liold City. harn[less apiivit ally eluimti or alicgatians asserted by third p[Irl ics orsubcoritraciors against Clly arising oul 6fControelbr'g and/or lia mbelmlracLore a Raged railLire fo comply with flit nbbvo rekrenced lativs 0onoerning distibiIity di scrim i riat1cmi in late performance of iliis agre�lri�1'it. 11. AUNCAUTY AIND 11Fp141NEN 131JSJNU- S ENTERPRI Eq: In accord W1111 Ciry of i''art Worth Ordlmnrice No. 15530, tho 01y of Ford Worill fills: guuls for [he par[ icipaiioil Of Lni1106ly business enterpri�es mid umnimi bushiess eplerpF:iscs in City. cmilrul9, A copy oC (lie Ordinance can lie obtaintrl irorn the Office of ilie City Sncmmry. The bidder shall submit Rho MBE/WBE UTJ LIZATiON FORM, 5U13CONTRACTOR1SUPPL.IER Lrr'1UZATiON FORM, PIZI ME CONTILAC!OR WAIVER FORM and or the GOOD FAi'1H EFFOXF FORM C*With DUCUMCn11L64 n") andlor the J01NT VENT URL- FORM as approprialc, The Batton imm be received by ills Ill 11na&g dcporttinenI r1❑ later- Ihnn 5',00 p,eit,, fiva (5) Cily business duw-nf u trio bid opening dale- Tice bidder Shull obi uin it rccaipt rrarn the alprlraprirde eitiployrr of the manugin6 depnrlima:nt to whom delivery was iiraide, Such rC=ipl shall he evidence that lllC dociln�C111Mi" was mreived ihr Cily. I�aihirr Iocomply shall render' lric bid earl-rrspensiva, Upon req[iest, Cal)Irrrctnr nomus I providE the Owner co,npletc and accurate in r6ririatims regklyding actual work periormM by a Minuriiy Busincsr DIIurprisw (Iv10V.) nerd/or women bmirresx nrarerprise (WBE) on Iris COntrad Frlld [7ajll[CIii 111c['Cdr Contradur {briber agems to Win ii iiny midi andfor examm]riuiion oFany books, remords or 11les in iif, that will substantiate [hV'gefivaI Wm k pdforined by mn M1312-nndhu' 1 SE. The misraprmenmilon ofMcts (otJlcr Ihan a no-1ignnl im isrepresm [a [ion) and/or cmilli;-5ian of fraud by trio Cuntracw wi11 be 6ro[irids for tormipmiion of the roprrod andlnr Initiritireg notion undar nppr❑priale l=edernl, Stsic or Jucal hews or ordinances refaling to False siuicilter[Is, Fill titer. ,ariyt such lnisrepri serlWion of ravR ((sthrr than n RegliSera iniseepresentation) andlor commissi❑n or 0 1kd %vIII ksulI in the Cmifi-actor heing diorauiiicd to be irre-q onsible And barred rrom part icipnliii.g in RriLy work for a ptrtiod or time ofnoR iasl INArl t11ree (3) yfiars a, The contracior xwiII mceivr. Cull pigil(mi (less rerainage) holler the city for each }gaypericJ- 09110104 b; I'A}'mmI ofIho miniuuge will be included with the fool Vayjilcni aRer occepi[inc4� o!'thc pMiccl as baing contp141e, E. The prnji�cl �toll In docmcd CoDIpiINC :end ucccpred by the ciiy as, ortlie dale the final punch list has been Completed, us evidel) ced by as mitten statCincim sigwd by111c cantiactor anal lice {city. d, The wiarrawy per Lod shnI[ bcgiii s,5; ofIhc 6te-Amt the lionI pup Gat Iist has been coitrplcted. kw, 13il1u Nid Af daviI and Content of Surey 51W] ba requ[red prior to iinuI payment bwoiuing due and payable, r In I119 etircnt that lire Bills Paid ATdELVI( and Con_cenl of'Surety bVe bten dclivarod toitic ally and 11)urn is a &9puta; ccgskrdirrg (i) linnl "Eintiti�5, nr (ii) liquidated €Iomagtff, pity x1sa11 make a progrf-ss Pa)nnar l in [tic ama unI Iltat city dfiems drat rind payabit, g, In the evcni ofa dkapute ra igm-ding rithef flnil I gRill Iida& or. Iigai6ted damages, the pariIus shatilC uf#ortlpf to x selvr the dilTcrencc� within 30 onlenOar dnys, U T1010 4 4 A I I SECTION 2 _ MWBE DOCUMENTATION 2.1 MWBE Special Instruction For Bidders 2.2 MWBE Subcontractors/Suppliers Utilization Form 2.3 MWBE Good Faith Effort Form 2.4 MWBE Prime Contractor Waiver Form 2.5 MWBE Joint Venture Eligibility Form ATTACHMENT1A " Page l of 4 FORT O TIC City of Fort Worth Subcontractors/Sullies Utilization Form PRUVIE COMPANY NAME- Cheek applicable block to describe prime M1W/DBE N013 M/W DBE P22OJECT NAME: Wa � �at-►'� !'O� �jrt��Q Gf �91% Lf ���i? a }� BID DATE � —1 � _ Q�' City's M/WBE Project Goal.• � % Prime's K/WBE Project D aa,'2 9ilization. ,o PROJECT NL3MMER Identify all subcontractors/suppliers you will use on this project ure to complete this form, in its entirety with requested documentation, and received by the Managing zartment on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MIWBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intenfional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid Wecifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid_ Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered I" tier, a payment by a subcontractor to its supplier is considered 21 d tier ALL WWBEs MUST SE CERTEFMD BEFORE CONTRACT AWARD, Certification means those arms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide ,minority or women businesses by the North Central Texas Regional Certifieation Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division_ Disadvantaged Business Enterprise (DBE) is synonymous with Nfmority/Women Business Enterprise (M/WBE), tf hauling services are utilized, the prime will be given credit as long as the MlWBE lusted owns and operates at least one fully licensed and operational truck to be used on the contract_ The M/WBE may lease trucks from another M(WBE firm, including M/WBE owner -operators, and receive fbE MIWBE credit. The WWBE may lease trucks from non-M(WBEs, including owner -operators, but will only receive credit for time fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev. 5/30103 A"ACHMENT to FOR li Page 2 of d Primes ere required to identify ALL subconfraciors/suppEiors, regardless of status, i.e., Minority, Women and non-hVVMEs. Please list M/WBE firms first; use additional sheets if necessary. Certification N SUBCONTRACTOWSUPPLIER T (check one)n Company Name i H T Detail Detail Address a M w C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r g B T b W B E R D B C T E A Ma �► . �966a-�-� no- y�7- �033 � - rw >p a- $gx'34 re,� ��i Wort / .k 761-;�f f&'x - g1?-- ;? /nog n" ,-" i'y H Gay Iawd, Tx a1Y-697-a;9 ���D � 7�- s-3f Y y!7- rax n -75q- / 7/Z - X-Cl-r r 1 SS 300,55 o.0 a -s9 ro 1 r Rev, 5130103 ATTACHMENT 1A Page 3 of 4 s fORT WORTH Primes are required to identify ALL subcontractors/suppliers, regardless of status-, i.e., Minority, Women and tuon-M/WSEs. Please list M/PJBE firms first use additional sheets if necessary. SUBCONTRACTOR/SUPPLIER Company Name T i Certification (check one) f { r Detail Detail N T Address a m W C T x D Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B E B B R o E. C A T E CS n►� C fix P,7 3�6 a6 ail Joy F_1�441 P J1a51%P( 73?S9 5 �` ,� 1 �0 °817 -- 33? - �a�y� CQ ►� ��-� lour �i.�i CQ 6 C r { 1, 000, Ily- 3Iff -1133 A o. 6oy 'ay For wQ,-161rx 23)d-'f �. 5 �0 a - ��a�a6r-':�g9t- �n� s h 14- o. � V k - Bo_ i96-2- :313e Fox � Y1) - � dl H Yi !�'Jn>r�3^3�a fCIO C©r1�� r°3{'7 %/0Op-1'JEq//' f? 4 �t rcev, al:sufus 'FORT WORTH ATTACHMENT1A Page 2 of d Primes are required to idcntify LJL scbcontracto&suppiiers, rcgardiess of status, Le_, Minority, Women and non-M/WBEs_ Piease list M/WBE firms first, use additional sheets if necessary. SUBCONTRACTOWSUPPLIER Company Namei T I Certification (check one) N n Detail N TOetalS Address yy C T X D M W SubcontractIng Work Supplies Purchased Dollar Amount TeiephoneWax r t3 E B E R 0 B G A T E iGh mod. Ni�i5,�K7611�' �/0/0001 Fix-��7-fit 9- 0/71 1�'1a ;n Af;-e4 �o, 6Ox v2VS' � / A C ` r iP rc Qp `I 1 q'4-- A - g�6 8 i'O� P-r� N11 wok ieayjO!ogre5 woo o o a'LY-K llle .v4e� Rev, 5130103 ATTACHMENT 1A FOI1'T WORE ll Page 4 of 4 J 1 -1 5-08 I'02 : 05 I iv Total Dollar Amount of NI/WBE Subcontractors/Suppliers i Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ 3LJ L ole`� Jj 4�5� TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS $ � � L2 i The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of tit Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval c ChangelAddihon. Any unjustified change or deletion shall be a material breach of contract and may result in debarment i accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how th requested change/additton or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted,: will affect the fnal 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 Offeror also agrees to allow an audit and/or examination of any boobs, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City_ Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under federal, State or Local laws concerning false statements. Any failure to comply wlttb this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work fora period of time not less than one (1) year. 4onzed' Title Company Name Printed Signature Contaa Narne,7itle [f different) Telephone and/or Fax Address E-mail Address Aft EAy/st-wzip .Date Rev_ 13f=03 PROPOSAL TO: MR. CHARLES R. BOSWELL Fort Worth, Texas City Manager Fort Worth, Texas FOR: WATER IMPROVEMENTS, CONTRACT 2004 WSM-F RAMEY AVENUE (STALCUP RD. TO E. LOOP 820) RAMEY AVENUE (STALCUP RD. TO FITZHUGH ST.) VILLAGE LANE (HARTMAN RD. TO N. DEAD END.) VINETTA DR. (MARTIN AVE. TO MOBERLY ST.) DOE NO. 4911 City Project No.: 00155 UNITS/SECTIONS: UNIT I: Water Project No. P253-541200-0605170015583 UNIT II. Sewer Project No. P170-0707014030 Pursuant to the foregoing "Notice to Bidders", the undersigned has examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director, Department of Engineering of the City of Fort Worth. If required by this project, Contractor must be pre -qualified in accordance with the projects sponsoring Departments of the City of Fort Worth requirements. Upon acceptance of this Proposal by the City Council and required by this project, the bidder is bound to execute a contract and furnish Performance, Maintenance Bond for the water replacement contract only, and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated for the following sums, to wit: Total quantities given in the bid proposal may not reflect actual quantities, by represent the best accuracy based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. Special Note: All contractors are advised that one contract will be awarded to the lowest combined bid for all Units/Sections. 1 UNIT I - WATER REPLACEMENT PAY BID ESTIMATED UNIT NAME OF ITEMS WITH UNIT TOTAL ITEM CPMS QUANTITY UNIT PRICES IN WORDS PRICE AMOUNT i No. = (Furnish and install, including all appurtenant work, complete in place, the following items) 1. BID- 44 L.F. Pipe — Pressure — 4 inch --- Install; " 00605 Per linear Foot: Dollars and a Cents $ '0. D6 $ Yhd o0 2. BID- =T_ L.F. Pipe — Pressure — 6 inch Install; 00616 q94 Per linear Foot: Dollars and a Cents $ ';3 5. 4O 3. BID- aw_ L.F. Pipe — Pressure — 8 inch Install; 00618 $10 Per linear Foot: ' l Y Dollars and A14 Cents $ �7 4. BID- 34 L.F. Pipe — Pressure ----10 inch Install; 00588 Per Iinear Foot: k Dollars and c Cents $ $ /� Z. 60 5. BID- 3672 L.F. Pipe — Pressure —12 inch — Install; 00591 Per linear Foot: Wi Dollars and e Cents 6. BID- 12 L.F. Pipe — Pressure — 16 inch — Install; 00594 Per linear Foot: r&o o Dollars and 9xv Cents $ kdD $ $ o- ao $ 11 2 UNIT I - WATER REPLACEMENT PAY BID ESTIMATED UNIT NAME OF ITEMS WITH UNIT ITEM CPMS QUANTITY UNIT PRICES IN WORDS PRICE {Furnish and install, including all appurtenant work, complete in place, the following items) 7. BID- I EA Valve-4 Inch -Gate Valve with Box 00735 — Install; Per Each: aP� Dollars TOTAL AMOUNT and o Cents $ ffano $ —500 00 8. BID- 10 EA Valve-6 Inch -Gate Valve with Box 00745 — Install; Per Each: ,t Dollars and 09 Cents 9. BID- 9 EA Valve-8 Inch -Gate Valve with Box 00749 — Install; Per Each: - Dollars and a Cents $ od..90 $ �W- M 10. BID- 1 EA Valve-10 Inch -Gate Valve with Box 00715 — Install; Per Each: Dollars d Cents $ 11. BID- 8 EA Valve-12 Inch -Gate Valve with Box 00715 — Install; Per Each: ollars and Cents D0, QD 12. BID- 7.5 Ton Pipe Fittings-< Than 16 Inch DI Pipe 00568 — Install; Per Ton: Dollars ang A16 Cents $—�'60 UNIT I - WATER REPLACEMENT PAY BID ESTIMATED UNIT NAME OF ITEMS WITH UNIT TOTAL ITEM CPMS QUANTITY UNIT PRICES IN WORDS PRICE AMOUNT No. (Furnish and install, including all appurtenant work, complete in place, the following items) 13. BID- 7.5 Ton Pipe Fittings-16 Inch or > DI Pipe 00569 — Install; Per Ton: rc�1D� Dollars and t Al0 Cents $ od 14. BID- 9 EA Fire Hydrant — Install; 00546 Per Each: — 790 Dollars and Cents $�$Oo 15. BID- 27 VF Fire Hydrant -Barrel & Stem 00548 Extension — Install; Per Vertical Foot: Dollars and Al o Cents $ /0.00 $ 16. BID- 7 EA Fire Hydrant — Remove; 00547 Per Each: Dollars and a Cents $ 00• 00 $ 17. BID- 81 LF Pipe-Sewer-6Inch-SDR26 00330 (All Depths) — Install; Per Linear Foot: 41•& 0;,Dollars and o Cents 18. BID- 6 EA Water Service — 2 Inch — Tap to Main 00767 — Install; Per Each: �} I� � JRrt 0�--�011ars and o Cents 0 $ 64. p0 $ 916. 00 $ /._� �00- 00 $ ,00. 00 G UNIT I - WATER REPLACEMENT PAY BID ESTIMATED UNIT NAME OF ITEMS WITH UNIT TOTAL ITEM CPMS QUANTITY UNIT PRICES IN WORDS PRICE AMOUNT No. (Furnish and install, including all appurtenant work, complete in place, the following items) 19. BID- 1 EA Water Service — 1 1/2 Inch --- Tap to 00755 Main Install; Per Each: Cif/' k_--� Dollars and 0 Cents $/ /� n9 00 20. BID- 102 EA Water Service — 1 Inch — Tap to Main 00762 — Install; Per Each: f�kee� Dollars and a Cents $ 140. ®O $ sl enaoz) 11 21. BID- 65 LF Install (Water Service-2 Inch -Other 00766 Than Open Cut); Per Linear Foot: f Ge) ( Dollars and ® Cents 22. BID- 2056 LF Install (Water Service -I Inch -Other 00761 Than Open Cut); Per Linear Foot: -- .( Dollars and 4 Cents 23. BID- 72 LF Water Service-2 Inch — Install; 00763 Per Linear Foot: (G) � Dollars and a Cents $�a $ .`�8q&� 00 $ '�O. cc $ /�v, ego 24. BID- 10 LF Water Service-1 1/2 Inch — Install; 00753 Per Linear Foot: Dollars and o V Cents $ A0. oa $ a+00. 0© E UNIT I - WATER REPLACEMENT PAY BID ESTIMATED UNIT NAME OF ITEMS WITH UNIT TOTAL ITEM CPMS QUANTITY UNIT PRICES IN WORDS PRICE AMOUNT No. (Furnish and install, including all appurtenant work, complete in place, the following items) 25. BID- 456 LF Water Service-1 Inch --- Install; 00758 Per Linear Foot: .� "rt ek, t Dollars and a Cents 26. BID- 94 EA Water Service -I Inch -Multiple 00760 Branch— Install; Per Each: &�j } -A_,, �aheA-bollars and Cents 27. BID- 12 EA Meter Box -Class A — Install; 00550 Per Each: rdke&L' Dollars and o Cents 28. BID- 7 EA Meter Box -Class B — Install; 00553 Per Each: Q-dL Dollars and No Cents 29. BID- 99 EA Meter Box -Class C — Install; 00555 Per Each: ` Dollars and No Cents 30. BID- 1 LS Water Service-2 Inch -Temporary 00768 — Install; Per Lump Sum: � 1_)ollars and OU IV'-, Cents $ /,00 • o® $ -oo.00 $ lea 9 $ $r:5e0© $/�0° ��co$ %e© 10 UNIT I - WATER REPLACEMENT PAY BID ESTIMATED UNIT NAME OF ITEMS WITH UNIT TOTAL ' ITEM CPMS QUANTITY UNIT PRICES IN WORDS PRICE AMOUNT No. 4 (Furnish and install, including all appurtenant work, complete in place, the following items) r 31. BID- 50 LF Curb & Gutter-6 Inch w/18 Inch 00425 Gutter --- Install; Per Linear Foot: Dollars and Uo Cents $ 32. BID- 142 CY RipRap- < Than 24 Inch Rock 00094 — Install; (Village Lane) Per Cubic Yard: fzv� Dollars and Cents $ 95.00 r 33. BID- 220 SF Driveway-6 Inch — Install; 00404 Per Square Foot: Dollars and o Cents 34. BID- 17 SF Walk — Install; 00528 Per Square Foot: Dollars and o Cents $ . DQ $ Dd 35. BID- 20 CY Subgradc-Crushed Limestone for 00493 Misc. Placement — Install; Per Cubic Yard: !� Dollars and a Cents �,A $ 0 c Oa $ 4�x,00 36. BID- 20 CY Concrete -Type B — Install; 00837 Per Cubic Yard: i Dollars and Cents $ 50. dO $ /� DDO. D 7 UNIT I - WATER REPLACEMENT V PAY BID ESTIMATED UNIT NAME OF ITEMS WITH UNIT TOTAL ITEM CPMS QUANTITY UNIT PRICES IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) 37. BID- 20 CY Concrete — Type E — Install; 00839 Per Cubic Yard: Dollars and / o Cents $ .00 $ /f_".ob 38. BID- 1176 LF Trench Safety System 5 Foot Depth 00372 Install; Per Linear Foot: Dollars and v Cents $ 1,00 $ 39. BID- 400 LF Grass -Sod — Install; 00137 Per Linear Foot: Dollars and O Cents $ $ 'Z 40. BID- 2242 LF Pavement -Concrete on 2/27 Concrete 00458 Base (2000-2) — Install; Per Linear Foot: 'f t. *) @- '.�' Dollars an o Cents $� $ p 41. BID- 14 SY Pavement -Concrete Replacement on 00459 Existing Base Install; Per Square Yard: 4_1Aj'C Dollars and j Cents $'59 00 $ 00 42. BID- 4148 LF Pavement- 2 Inch HMAC on 2/27 00443 Concrete Base (2000 — 1A) — Install; Per Linear Foot: Dollars $ 3.00 $ / and Cents UNIT I - WATER REPLACEMENT PAY BID ESTIMATED UNIT NAME OF ITEMS WITH UNIT TOTAL ITEM CPMS QUANTITY UNIT PRICES IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) 43. BID- 821 LF Pavement --- 2 Inch HMAC on 6 Inch 00442 Flex Base - Temporary — Install; Per Linear Foot: Dollars and ` o Cents TOTAL AMOUNT WATER BID $ *Type of Pipe Used PVC DR-14: DIP Class 51: TRANSFER TOTAL OF UNIT I — WATER REPLACEMENT TO SUMMARY OF BIDS ON PAGE 17 0 UNIT II - SEWER REPLACEMENT PAY BID ESTIMATED UNIT NAME OF ITEMS WITH UNIT TOTAL ' ITEM CPMS QUANTITY UNIT PRICES IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) 1. BID- 54 LF Pipe-Sewer-8lnch-SDR35 00351 (All Depths) --- Install; Per Linear Foot: ! Dollars and v Cents $ g 4d $ a o.5 a e0 2. BID- 110 LF Pipe- S ewer- 15 Inch -Other Than 00266 Open Cut (Ali Depths) Install; Per Linear Foot: -MlubLiQ Dollars an Al, Cents $d, BD $oe 3. BID- 1,572 LF Pipe-Sewer-15 Inch - SDR35 00268 (All Depths) — Install; Per Linear Foot: O r :c Dollars and a & Cents $O.BO $ 4. BID- 97 LF Pipe-Sewer-18 Inch - SDR35 00282 (All Depths) —Install; Per Linear Foot: 4fI Dollars and o Cents $ • OD $ D. 5. BID- 70 LF Pipe-Sewer-15 Inch - (All Depths) 00260 Ductile Iron — Install; Per Linear Foot: wzmoz�- Dollars and a Cents 6. BID- 1,915 LF Pipe — Abandon; 00901 Per Linear Foot: Dollars and D Cents $ DD [to] $ UNIT II - SEWER REPLACEMENT PAY BID ESTIMATED UNIT NAME OF ITEMS WITH UNIT TOTAL r ITEM CPMS QUANTITY UNIT PRICES IN WORDS PRICE AMOUNT ' (Furnish and install, including all appurtenant work, complete in place, the following items) 7. BID- 20 LF Pipe — 54 Inch -Class III — Install; 00919 Per Linear Foot: � �E� Dollars , and v Cents $ 8. BID- 9 EA Manhole — Std. 4 Ft Diam- t 00213 (to 6 Ft Depth) --- Install; Per Each: � liars and c Cents $ d©. pD $ D•CD 9. BID- 45 VF Manhole — Std. 4 Ft Diarn- Added 00214 Depth (to 6 Ft Depth) — Install; Per Vertical Foot: G�E�Dollars ' and o Cents $ AM OO $ C Ot7 10. BID- 9 EA Manhole -Vacuum Test — Services; 00217 Per Each: Dollars and Cents $ fJ.4D $ moo. 11. BID- 9 EA Manhole — Watertight Insert — Install; 4 00218 Per Each: Dollars and 1TWA-9 Cents $ 0 $ B 12. BID- 9 EA Collar -Manhole —Install; i 00196 Per Each: _�4Uk_C)&t4LAte6&Dollars a Cents $440. 00 $ 40©,D0 and r_. __— 11 UNIT II - SEWER REPLACEMENT PAY BID ESTIMATED UNIT NAME OF ITEMS WITH UNIT TOTAL ITEM CPMS QUANTITY UNIT PRICES IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) 13. BID- 1 EA Manhole - > Than 4 Ft. (6' x 6') 00117 Install; Per Each: f�.� I�1 ollars and o Cents $ 6 ®0 $ 14. BID- 5 EA Manhole — Remove; 00206 Per Each: fl o�,eC��Dollars and Cents $ 5M. 00 $_5W 00 15. BID- 46 CY Pipe Grout -Nan -Shrink — Install; 00224 Per Cubic Yard: 11ars and o Cents 0 $ . 0• 00 16. BID- 495 LF Sewer Service — 4 Inch — Install; 00354 Per Linear Foot: Dollars and f'1/ c Cents $ P-&V $ 190-0o 17. BID- 13 EA Sewer Service — 4 Inch Service Tap 00355 N Install; Per Each: ' ,(.�1LGuL�(J�13011arS and AZO Cents 18. BID- 13 EA Sewer Service — 4 Inch-2 Way Clean 00356 Out — Install; Per Each: Dollars and o Cents 0,00 $ /5W. 00 $-0 5 0. 00 12 UNIT 11 - SEWER REPLACEMENT PAY BID ESTIMATED UNIT NAME OF ITEMS WITH UNIT TOTAL ITEM CPMS QUANTITY UNIT PRICES IN WORDS PRICE AMOUNT No. a (Furnish and install, including all appurtenant work, complete in place, the following items) 19. BID- 1 EA Sewer Service — 6 Inch Service Tap 00361 — Install; Per Each: + /�G 56444he-A-1 Dollars and o Cents tO $ OO.Od 20. BID- I EA Sewer Service — 6 Inch-2 Way Clean 00362 Out N install; Per Each: a tt� 1��-Dollars . and a Cents 21. BID- 50 LF Sewer Service — 6 Inch-SDR26 i 00363 — Install; Per Linear Foot: {� ® Dollars and e Cents $ W1091. 22. BID- 1,803 LF Trench Safety System 5 Foot Depth 00372 — Install; Per Linear Foot: 7 �0.� Dollars _ and Cents $ /.D4 $ye ev 23. BID- 1,903 LF Inspection -Post Construction 00201 Cleaning & TV — Study; Per Linear Foot: _ Dollars . and Cents $ $ 24. BID- 1,915 LF Inspection-PreConstruction Cleaning 00202 & TV r-- Study; Per Linear Foot: o Dollars a Cents �• ®© ®0 and $ $_ fd 13 UNIT II - SEWER REPLACEMENT PAY BID ESTIMATED UNIT NAME OF ITEMS WITH UNIT TOTAL ITEM CPMS QUANTITY UNIT PRICES IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) 25. BID- 1 LS SWPPP — Install; 00100 Per Lump Sum: r /!/ Dollars and Cents $ a0e00 $:'w0.00 26. BID- 40 LF Fence — Remove; 00127 Per Linear Foot: Dollars and hld Cents $ 0� 27. BID- 40 LF Fence - Chain Lank — Install; 00128 Per Linear Foot: �7 �✓ Dollars and a Cents 28. BID- 1,750 SY Grass — Hydromulch Seeding; 00134 Per Square Yard: .4 11 ) Dollars i M and ,� Cents $ �• � $ -I �A5- vo 0- 29. BID- 10 SY Grass -- Sod; 00137 Per Square Yard': �� r � Dollars and o Cents $ • 00 30. BID- 295 CY Topsoil --• Install; 00147 Per Cubic Yard: A w Dollars and Cents $ 15.00 31. BID- 40 LF Curb & Gutter — Install; 00423 Per Linear Foot: f f Dollars m /, A ^0 and o Cents $ l . 00 $ 6L 00 14 r UNIT II - SEWER REPLACEMENT PAY BID ESTIMATED UNIT NAME OF ITEMS WITH UNIT S ITEM CPMS QUANTITY UNIT PRICES IN WORDS PRICE 7 1 I (Furnish and install, including all appurtenant work, complete in place, the following items) 32. BID- 60 LF Curb & Gutter — Remove 00424 Per Linear Foot: Dollars and _ 9 Cents 33. BID- 20 LF Curb & Gutter-7 Inch w/18 Inch 00426 Gutter — Install; Per Linear Foot: Dollars and o Cents $ 34. BID- 80 SF Walk — Install; 00528 Per Square Foot: Dollars and o Cents $ 08 35. BID- 80 SF Walk --- Remove; 00529 Per Square ]Foot: Dollars and Cents 36. BID- 2 EA Dehole-0 to 5 Ft Depth — Study; 00539 Per Each: e .fv Dollars and 0+ Cents 37. BID- 5 CY Concrete — Type E — Install; 00839 Per Cubic Yard: i Dollars and 0 Cents TOTAL AMOUNT $190.00 $.00 $ Soo $ Ala-00 $ 00 $ ©0.10 15 { UNIT II - SEWER REPLACEMENT PAY BID ESTIMATED UNIT NAME OF ITEMS WITH ITEM CPMS QUANTITY UNIT PRICES IN WORDS UNIT TOTAL PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) 38. BID- 150 SY Pavement -Concrete on 2/27 Concrete 00458 Base (2000-2) — Install; Per Linear Foot: Yod Dollars and _ -- o Cents $® $� 39. BID- 870 LF Pavement-2 Inch Min HMAC on 00443 2/27 Concrete Base (2000-1A) Install; Per Linear Foot: .c Dollars and Cents $ TOTAL AMOUNT SEWER BID $OL-o-j 15 7q p'D. * Type of Pipe Used: PVC Pipe (SDR-35, Per E1-25, 6 - 15 inch) PVC Pipe (PS-46, Per E1-27, 6 - 15 inch) PVC Pipe (Composite Pipe, Per E1-29, 8 - 15 inch) PVC Pipe (Corrugated Pipe, Per E1-31, 6 - 15 inch) TRANSFER TOTAL OF UNIT II — SEWER REPLACEMENT TO SUMMARY OF BIDS ON PAGE 17 16 SUMMARY OF BIDS UNIT I: WATER REPLACEMENT Total — Water (from Page 9) TOTAL AMOUNT BID UNIT I Lii +I9s4�../_� Total — Sewer (froze Page 16) TOTAL AMOUNT BID UNIT II TOTAL UNIT I AND UNIT II BID 17 PROPOSAL (Cont.) Within ten (10) days after acceptance of this Proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. As a requirement of this project, the undersigned bidder certified that they have been furnished at least one set of the General Contract Documents and General or Special Specifications for Projects, and that they have read and thoroughly understand all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within ten (10) calendar days after issue of the work order and to complete the contract within 124 working days after beginning construction as set forth in the written work order to be furnished by the Owner. (Complete A or B below, as applicable:) A. The principal place of business of our company is in the State of Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non resident bidders in the State of , our principal place of business, are not required to underbid resident bidders. VXB. The principal place of business of our company or our parent company or majority owner is in the State of Texas. 18 a I (we) acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration on preparation of the forgoing bid: Addendum No. 1 (Initials) ddendum No. 3 (Initials) Addendum No. 2 (Initials)Addendum No. 4 (Initials) (Seal) - - Date: 1 10 — O Respectfully submitted, By: Title: Company: ,—r��- ifa na. of G Address: �IAJ-e r V.- Telephone:0 1 V �j 311 19 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the- State in which the nonresident's principal place of business 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 contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident vendors in (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Nonresident vendors in (give State), our principal ace of business, are not required to underbid resident bidders. B. Ou principal place of business or corporate offices are in the State of Texas. 12311 Company (Ple se print) &G® Tote! 0 v-c Address City/State/Zip Signature: Q Title: (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION SECTION 4 — GENERAL AND SPECIAL, CONDITIONS 4.1 Part C - General Conditions (Water -Sewer) 4.2 Supplementary Conditions to Part C (Water -Sewer) 4.3 Part D — Special Conditions (Water -Sewer) 4.4 Part DA --- Additional Special Conditions (Water -Sewer) 4.5 Wage Rates 4.6 Compliance with and Enforcement of Prevailing Wage Laws 4.7 Standard Details (Water, Sewer and Storm Drain) PART C - GENERAL CONDITIONS TABLE OF CONTENTS ►NOVEMBER, 1, 1967 TABLE OF CONTENTS C1-1 DEFINITIONS C1-1.1 Definition of Terms C1_1 (1 ) C1--1. Contract Documents C1-1 (1) C1-1.3 Notice to Bidders C1-1 (2) 1-1.4 Proposal C1-1 {2) C1-1.5 Bidder C1-1 (2) C1-1.6 General Conditions C1-1 (2) C1-1.7 Special Conditions l-1 (2) CI-1.8 Specifications 1-1 () l-1.9 Bond C1-1 () Cl-1-.10 Contract C1-1 (3) Cl-1.11 Plans C1-1 (3) C1-1.12 City C1-1 ( 3 ) C1-1.13 City Council C1-1 (3) C1-1.14 Mayor C1-1 (3) CI-1.15 City Manager C1-1 (3 ) C.1-1.16 City Attorney C1-1 (3) C1-1.17 Director at Public worlds C1-1 (4) C1-1.18 Director, City Water DeparLment 1-1 (4) C1-1.19 Engineer C1-1 (4) C1-1,20 Contractor C1-1 (4) CI-1.21 Sureties C1-1 (4) CI-1. 22 The Work or project Cl-1 ( 4 ) C1-1, 23 Working Day Ci-1 ( 4 ) CI-1.24 Calendar Day C1-1 (4) C1-1.25 Legal Holiday C1-1 ( 4 ) C1-1. 6 Abbreviations Cl-1 (5) Cl-1.27 Change Older C1-1 (6). C1-1.28 Paved Streets and Alleys C1-1 ({) C1-1. 9 Unpaved Streets and Alleys C1-1 ( 6 ) CI-1.30 City Streets C1-1 (6) CI-1.31 Roadway 1-1 (6) C1-1.32 Gravel Street C1-1 (6) C -2 INTERPRETATION AND PREPARATION OF PROPOShL 2-2.1 Proposal Form C2-2 (1) C2-2.2 Interpretation of Quantities C2-2 (1) 2-2.3 Examination of Contract Documents and Site C2_ (2) C -2.4 S.ubmitting of 'proposal C2-2 (3) 2-2.5 Rejection of Proposals C2--2 (3) C -2.6 Bid Security C2-2 (3) (1) C2-2.7 Delivery of Proposal C -2 (4) 2-2.8 Withdrawing Proposals C2-2 (4) C2-2.9 Telegraphic Modification of Proposals C2-2 (4) C2-2.10 Public Opening of Proposal C2-2 (4) C2-2.11 Irregular Proposals C2-2 (4) C2-2.12 Disqualification of Bidders -2 (5) C3-3 AWARD AND EXECUTION OF DOCUMENTS C3-3.1 Consideration of Proposals C3-3 (1) C3-3.2 Minority Business Enterpise Women -Owned Business Enterprise compliance C3-3 (1) C3-3.3 Cgaal 2rnployment Provisions C3-3 (1) C3-3.4 Withdrawal of Proposals C3-3 (2) C3-3.5 Award of Contract C3-3 () 0-3.6 Return of Proposal Securities C3-3 () C3-3.7 Bonds C3-3 (2) C3-3.8 Execution of Contract C3-3 (4) C3-3.9 Failure to Execute Contract C3-3 (4) C3-3.10 Beginning Work C3-3 (4) C3-3.11 Insurance C3-3 44) C3-3.12 Contractor's Obligations C3-3 (7) C3-3«13 Weekly Payroll C3-3 (7) C3-3.14 Contractor's Contract Administration C3-3 (7) C3-3.15 Venue C3-3 (8) C4-4 SCOPE OF WOR C4-4.1 Intent of Contract Documents C4-4 (1) C4-4.2 Special Provlsions C4-4 (1) C4-4.3 Increased or Decreased Quantities C4-4 (1) C4-4.4 Alteration of Contract Documents C4-4 (2) C4-4.5 Extra Work C4-4 (2) C4-4.6 Schedule. of Operations C4-4 (3) C4-4.7 Progress Schedules for Water and Sewer Plant Facilities C4-4 (4) CS-5 CONTROL OF WORK AND MATERIALS CS-5.1 Authority of Engin.eer 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 CS-5 (3) C5-5.6 Field Office CS-5 (3) C5-5.7 Construction Stakes C5-5 (3) C5-5.8 Authority and Duties of Inspectors C5-5 (4) C5-5.9 inspection C5-5 (5) C5-5.10 Removal of Defective and Unauthorized Work C5-5 (5) C5-5.11 Substitute Materials or Equipment C5-5 (5� C5-5.12 Samples and Tests of Materials C5-5 (6) CS-5.13 Storage of Materials C5-5 (6) C5-5.14 Existing Structures and Utilities C5-5 (7) 5-5.15 interruption of Service C5-5 (7) C5-5.16 Mutual Responsibility of Contractors C5-5 (8) C5-5.17 Cleanup C5-5 (8) C5-5.18 Final Inspection C5-5 (9) (2) C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 Laws to be observed C6-6 (1) C6-6. 2 Permits and Licenses C6-6 (1) C6-5.3 Patented Devices, Materials and Processes C6-6 (1) Cf--6.4 Sanitary Provisions C6-6 (2) C6-6.5 Public Safety aLnd Convenience C6-6 (2) C5-6.6 Privileges of Contractor its Streets, Alleys, and Right -of -Way C6-6 (3 ) C6--6.7 Railway Crossings C6-6 (4) CG-6.6 Barricades, Warnings and Watchmen C6-6 (4) C6-6.9 Use of Explosives, Drop Weight, etc. C6-6 (5) C6-6.10 Work Within Easements C6-6 ( 6 ) C6-6.11 Independent Contractor C6-6 (8) C6-6-12 Contractor's Responsibility for Damage Claims C6-6 (8) C6-6.13 Contractor's Claim for Damages C6-6 (10) C6-6.14 Ai5justment of Relocation of Public Utilities, etc. C6J46 (10) C6--5.15 TempoTary Sewer Drain Connections C6-6 (10) C6-6.16 Arrangement and Charges of Water Furnished .,iy City C6-6 (11) C6-6.17 Ure of a Section of. Portion of the Work C6-6 (11) Cf-6.16 Cont.raetoar's Responsibility for Work C6-6 (11) C6-6.19 No Waiv8r of Legal Rights C6-6 (12) C6-6.20 Personal Liability of Public Officials C6-6 (12) C6-6.21 State Sales Tax C6•-6 (12) C7-7 PROSECUTION AND PRGGfRESS C7-7.1 SiAbletting C7-7 (1) C7--7.2. Assignment of Contract C7-7 ( l ) C7-7.3 Frosacution of the Work C7-7 (1) C7-7.4 Limitations of OperaLions C7-7 (2) C7--7.5 Character. of Warkraen and Equipment 7-7 ( 2 ) C7-7.6 Work Schedule C7-7 () C7-7.7 Time of Commencement and Completion C7-7 (4) C7-7A Extens.ion of time of Completion C7-7 ( 4 ) C7-7.9 Delays C7-7 (4) C7-7.10 Time of Completion C7-7 (5) C7-7.11 Suspension by Court order C7-7 (6) C7-7.12 Temporary Suspension C7-7 (61 C7-7.13 "germination of Contract due to Nat Anal Emergency C7-7 0) C7-7.14 Suspension of Abandonment of the Work and Annulment of Contract C7-7 (7) 7-7.15 Fulfillment of Contract C7-7 €-9 ) C7-7.16 Terminatian for. Convenience of th-e onwer C7-7 (-10) C7-7.17 Safety Methods and'Practices C7-7 (13) CS-8 MEASUREMENT AND PAYMENT C8-8.1 Measurement of Quantities CB-8 (1) C8-6.2 Unit Prices c8-8 (1) C8-8.3 Lamp Sum c8-8 (1) c8-8.4 Scope of Payment C8-8 (1) CB-8.5 Partial 28timatas and Retainage C8-8 (2) C8-8.6 Withholding Payment c8-8 (3) CB-8.7 Final Acceptance C8-8 (3) Ca-0.8 Final Patent CS-8 M c8-8,9 Adgaacy of Design c8-6 (4) C8-8.10 General Gualantf C8-8 (4) CB-B.11 subsidiary work C8-8 (5) c8-8.12 Hiscellaneow3 Placement of Hete=ial c8-8 (5) CB-8.13 Record Documents C8-8 (5) (4) PART C - GENERAL CONDITIONS Ertl-1 DEFINITIONS SECTION CI-1 DEFINITIONS C1-1, 1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the following terms or proncQns in place o.E them are used, the intent and Meaning shall be understood and interpreted as follows; C1-1. 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. Theses 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 (Sample) White PART B PROPOSAL ( Sample ) Whig PART C - GENERAL CONDITIONS (CITY) Canary ]fellow (Developer) Brown PART D - SPECIAL, CONDITIONS Green PARS' E -- SPECIFICATIONS HI -White E2-Golden Rod ESA-Whit8 PERMITS/EASEMENTS Blue PART F - BONDS (Sample) White PART G - CONTRACT fSample) Whits 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 P&RT A - NOTICE To BIDDERS (Advertisement) Same as above PART B - PROPOSAL (Bid) PART C - GEVE AL CONDITIONS PART D - SPECIAL CONDITIONS PART 2 - SPECTFICA'TIONS PERMITS EASEMENTS PART F RONDS PART O - CONTRACT PART H - PLANS (05tially bound separately) C1-1 (1) C 1-1 . 3 NOTICE TO BIDDERS: All of the legal publicationp, either actually published in public advertising mediums or Furnished direct to interested parties Pertaining to the work contemplated under the Contncct Documents constitutes the notice to bidders. CI-1.4 PROPOSAL: The completed written and signed offer or tender of -abidder to perform the work which the Owner desires to have done, together with the bid sec"rity, constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner.' CFI-1.5 BIDDER: Any person, persons, firm, gar.tnership, 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, ana requirements of the City of Fort Worth's charter and promulgated ordinances. Wherever thane may be a conflict between the General Conditions and Special Conditiorns, 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 th<� General Conditions. When considered with the General Conditions and other elements of the Contract Doou-Ments they provide the information which the Contractor and Owner should have in cider to gain a thorough knowledge of the project. Cl-1-8 SPECIFICATIC} S: The Specifications is that seoticn or part of the Contract Documents which sets forth in detail the requirements which must be met by all materials, construction, workynanship, 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 became a part of the Contract Documents jkist as though they were embodied therein. C:1-1.9 BOND: The bond or bonds are the written guarante8 or security furnished by the Contractor for the prompt and Cl-1 { 2 ) faithful performance of the contract and include the folloaring: a. Performance Bond (see paragraph C3-3.7) 6. Paymeftt Eland (see paragraph C -3.7 ) c. Maintenaftc.e Bona (see paragraph C3-3.7) d. Proposal or Bid Security (see Special. Instructions to Bidders, Part A and C2- 2 . b } C1-1.10 CONTRACT: The Contract is the formal signed agreement Between the Ownir r and the Contractor covering the mutual understanding of the two contracting parties about the projecA to be completed under the Contract Documents. CI-1.11 PLANS: The plans are the drawings or reprodt,ctiona therefr= made by the Owner's representative showing in detail the location, dimension and position of the various elements of the projiect, including suet 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 hereinafter aQ thorized by the Owner. The plans are usually bound separately from other parts of the Contract Documents, but they are a part of the Contract Document8 just as though they more bound therein. C1-1.1 CITY: The City. of Port Worth, Texas, a municipal corporatiOn, auth-arized and chartered under the Texas Mate Statutes, acting by and through its governing body or its City Manger, each of which is required by charter to perform specific duties. Res,ponsibili'ty for Final enforcement of Contracts involving the City of Fort Worth is by Charter vested in the City Manage=. The terms City and Owner are synonymous. C1-1.13 CITY O-UNCIL: The duly elected and qualified governing body cE the City of Fort Worth, Texas. C1-1-14 MAYOR: The off icially elected Mayor, or in his a sense, the Mayor Pro teen of the City of FQ-rt Worth, Texas. CI-1 - 15 CITY MANAGER: The officially appQjni,,�d and authorized C ty Manager of the City of Fart Worth, Texas, or his duly authorized representative. Cl--1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas, or his dull' authoriz8d representative. 1-1 (3) CI-1.17 DIRECTOR OF PUBLIC WORXS: The duly aPPOinted official 0Z the City of For Worth, referred to in the Charter as the City Engineer, or his duly authorized repres8ntative. Cl-1.18 DIRECTOR, CITY WATER D-EP"TKENT: The duly appointed Director of the City Water Depaztment of the City of Fort WQo th, Texas, or his truly authorized representative, assistant, or agents. CI-1.19 ENGINEER: The Director of Public Works, the. Director of the Fort Worth City Water Department, or their duly authorized as .ist,ants, agents, engineers, inspeuto£s, or superintendents, acting within the soope of the particular duties entrusted to them, C1-1.20 CO-NTRACTOR: The person, persona, partnership, company, firm, assouiation, or corporation, erxterinq into a contract with the Owner for the execution of the work, acting directly or through a duly authorized representative. A sub-cOirltractor is a persons, firm, CQrPoration, or others under contract with the principal contractor, supplying labor and materials or only labor, far work at the site of the project. CI-1.21 SURETIES: The Coraarat� bodies which are bound by Such bonds are required +,;rich and for the Contractor. The sur4�!ti.es engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and fo{ any and all ,requirements as set forth in the contract D0cu1ne,,1t', and approved changes therein. CI-1.22 THE WORT{ OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but Trot limited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and servli--eable project. CI-1. 3 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, aftd legal holidays, in which the weather or other canditions not under the control of the Contractor Permit the Performance of the principal unit of work for a period of not leas than seven (7) hours between 7: 0Q a.m. and 6 : 00 p.rrs. , with exceptions as, p.armi tied in paragrraph C7--7.6. 1-1.24 CALENDAR DAYS: A calendar .da is any .day of. the week or month, no days bail-1-9 excepted. G1-1.25 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: CI-1 (4) 1. New year o s Day . M. L. King, Jr. Birthday. 3. Memorial Day 4. independence Day 5. Labor Day 6. Thanksgiving Day 7. Thanksgiving Friday 8. Christmas Darr 9. Such other nays in lieu of holidays as the City Council may determine January 1 Third Monday in January Last Monday in May July 4 First Monday in September Fourth Tharsday in NoVember Fourth Friday in November December 25 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 woTking day operations, Employees working calendar day operations will consider the calendar holiday as the holiday. C1-1.26 ABBREVIATIONS: Wherever the abbreviations defined herein, appe.ar in Contract Documents, the intent and meaning shall be as follows: ;ASHTO - American Association of MGD - Million Gallons Per State Highway Transportation Da-' Officials ASCE - American Society of Civil CFS - Cubic Foot per Engineers Second LAW - 1n Accordance With A 'd'M -- American Society of min. - Minimum Testing Materials Mono.- Monolithic AWWA - 1mmerican Water Works % - Percentum Association R Radius A A - American Standards Association I.D. - Inside Diameter H1 - Hydraulic Institute O.D. - Outside Diameter Asph. -- Asphalt Elev.- Elevation Ave. -- Av8nQe F - Pahrenhei.t Blvd. - Boulevard O -- Centigrade CI - Cast Iron In. - Inch CL - Cotter Line Ft. - Foot GI Galvanized Iron St. - Street Lin. - Linear or Lineal CY Cubic Yard 1b. - Pound Yd. - Yard MH - Manhole SY - Square Yard Max. - Maximum L.F. Linear Foot 0.1. Ductile Iron U-1 (5 ) C1-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feat"xre which may be tound necessary and which was n t specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase ur decrease is more than 5% of the amount of the particular item or items in the original proposal. All "Change Orders" shall be prepared by the City from information as necessary furnished by the Contractor. C1-1. 8 PAVED STREETS AND ALLEYS: A paved street or alley shall Fe defined ae a street or alley having one of the following types of wearing surfaoala applied over the naLur.al unimproved surface: 1. Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatinent, not including an oiled surface, with or without separate bas8 material. 3. Brick, with or without separate base material. 4. Concrete, with or without separate base material, S. Any combination of the above. Ol-1. 9 UNPAVED STREETS DR ALLEYS: An unpaved street, alley, roadway or other surfa—cafb any area except those defined above for "Paged 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 (24) feet back of Lhe curb Lines or four W) feet back of the average edge of pavement where no curl exists. CI-1-32 GRAVEL STREET: A gravel street is any unpaved street to who as been add8ia one or more applications of gravel or similar material other than the natural material found on the street surface betore any improvement was made. C1-1 (6) SECTION C - GENERAL CONDITION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL - ..1- PROPOSAL FORM. The Owner will furnish bidders with proposal form, which will contain an itemized list of the iUems of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Blddi xr's general understanding of the project to be completed, provide a space for furnishing the ataount of )aid 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 are independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licenriing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current and not more than one (1) year old. In the case that a bidding date fall's within the time a new statement is being prepared, the previous statement shall be updated by proper verification. Liquid assets in the amount of ten (10%) percent of the estimated project cost will be required. For an 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 bath the same nature and magnitude as that of the project for which bids are to he re eived, and such experience must have been cn projects completed not more than five (5) years prior to the date on which are La 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 end materials to he fern shed as may be Listed in the proposal C --2(1) forms or other parts of the Ccnt.raot Documents will be considered as approximate only and will be used for the Purpose of comparing bids an a uniform basis. 2aymerit will be rnadt to the Contractor for only' the actual quantities of work perfar7med or materials furaiehed in strict accordance with the Contract Documents and plans. The quantities of work to be performed and materials to be furnished may be increased oar decreased as hereinafter provided, without in any gray invalidating the unit prices bid -or any other requirements of the Contract Documents. C -2 . 3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT; Bidders are advised that the Contract Documents on file with the Owner shall constitrite all Of the information which the Owner -will furnish. All additional infaxmation and data which the owner will supply after Promulgation of the formal contract documents shall be issuers in. the form of written addenda and shall become part of the .Contract Dcouments gust as though such addenda were actually written .into the original Contract Documents. Bidders are req-uired, prior to the filing of proposal, to read and become familiar with the Contract Documents, to visit the site of the project and examine carefully all local conditions, to inform themselves by their own independent research and investigations, tests, boring, and by such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. They Taust judge for themselve8 the difficulties of the work and all attending oircamstartoes affecting the cost of doing the work or the time required for its completion, and obtain all information regulred to mare an intelli:gezt, proposal. No information given by the odner or any represenEative of the Owner other than that contained in the Contract Docuruents and officially promulgated addenda there3to, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their owa estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal, is to be based. It is mutually agreed that the submission of a proposal is prima -facie evidence that the bidder has made the inve.atigations, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually erncountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil soringg, if any, showing on the plans are for g'ener.al information only and may not be correct_ Neither the C2-2(2) Owner nor the Engineer guarantee that the data ' shown is representative of conditions which actually exist. -2.4 SUBMITTING OF PROPOSAL4 The Bidder shall submit his Proposal on the form turn ished y the Owner. All blank zpaces applicable to the p.ro.Ject 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 coo the work contemplated or furnishe the materials, required, All such prices shall be written legibly. In case of discrepancy between the price written in words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) dul.y autborized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member gust be giver,, and the prePosal must be signed by a member of the firm, association, or partnership, or by a parson 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 arc official or duly authorized agent. The corporate seal must be affixed. Power of AttcrneY authorizing agents or others to sign propceal must be properly certified and must be in writing and submitted with the propasai. C -2.5 REJECTION OF PROPOSALS: Proposals :nay be rejected if e show any alteration of words cr figures, additions not called for, c.onditional or uncalled for alternate bids, ,incomplete rids, 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 re-Loxned to the Bidder unopened. C2-2.6 BID SECURITY: No proposal will be considered unless it a.s ace oj�panjed y a "Vroposal Security" of the character and in the amount indicated in the "Natice to Bidders,, and the "Proposal.,, The Bid Security is required by the Owner as evidence of good faith can 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 contraut is awarded or other disposition is made thereof. The bid security of all other bidders may be returned promptly after the canvass of Ends. C-2 (3 ) C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official, place of business as set forth in the_ "Notice to Bidders." it is the Ridderts sole responsibility to deliver the pl:opo$al at the proper time to the proper place. The mere ,fact that a proposal was dispatched will not be cansialered, 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 he addrensed to the City Manager, City Hall, Fort Worth, `texas. C -2.8 WITHDRAWING PROPOSALS: Proposals actually filed with t. e City Manager cannot a withdrawn prior to the time set Eor opening proposals, A request fog. non -consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prier to the time set for the Opening of proposals. After all proposals not reque.sted for non -consideration are opened and publicly read alauci, the Proposals for which non -consideration requests have been properly filed �_ay, at the option of tale owner, be returned unopened. C -2.4 TELEGRAPHIC MODTFIO&TI N OF PROPOSALS: Arty bidder may rnotli his proposal by telegraphic comMunzcation at any time prior tO the time set .for opening proposals, provided such telegraphic corwrnunaoation 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 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 openx-nq time, no further consideration will be given to the proposal. C -2.10 PUBLIC OPENING OFIPROPOSAL: Proposals which have been properly filed and For which no "Non-considerationRequest" has been receiv-ed will be publicly opened and road aloud by the City Manager or his authorized reprene_ntatave 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 r8presentatives are invited 'o be present for the opening of bids. C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as being "Irregular" i they show any omissions, alterations at form, additions, or conditions not called for,, unauthorized alternate bids, or irregularities of any kind. However, the C-2 (4 ) Owner reserves the right to waive any and all irregularities and to make the award of the oontract to the hest interest of the City. Tendering a proposal after the closing hour is an irregularity which cannot be Wa* ived. - .I2 DISQUALIFICATION OF BIDDERS: Bidders may be disqualT ed 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 ar where the Owner may have a claim against or be .engaged in litigation against the bidder. d. Thebidder being in arrears or1 any existing contract or having defaulted at a previous contract. e. The bidder having Vexformed a ,prior contract In an unsatisfactory tanner. f. Lack of competency as revealed by the financial statement, experience record, equipment schedule, and such inquiries as the owner may sae fit to make. g. Uncompleted work which, in the judgment of the Owner, will pravent or hinder the prompt. completion of additiona.1 work it awarded. h. The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder as specified in Fart "All - Sp cial Instructions. 2. A current experience record showing especially the projects of a nature similar to the one under consideration, which ha-rLt, been sucoessfully completed by the 13idder. 3. Are equipment schedule showing the equipment the bidder h-as 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 app-zed. C2-- (5) PART C - GENERAL CONDITIONS C3--3 AWARD AND EXECUTION OF. DOCUMENTS SECTION C3-3 AWARD AND EXECOTION OF DOCUMENTS: C3- 3.1 CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump stern items and such other quoted amounts as may enter into the coat of the completed project will be considered as the amount of the ?aid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re -advertise fo'r new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the owner. C3-3.2 MINORITY BUSINESS EMITERFRISE [+OMEN -OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, complete and accurate information regarding actual .,cork performed by a Minority Business Enterprise (MBE) and or a a Woman -owned Business Enterprise ME) on them 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 natura will be grounds for termination of the contract and for initiating any acrtion under appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentatior; may be grounds for disqualification of Contractor at Ownex"s discretion for bidding on fixture Contracts with the Owner for a period of time of not lass than six (6) months. C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinance. prohibiting discrimination In employment practices. C3_3 (1) The Contractor small post tine required notice to that effect on the project site, and, at h15 request, will he 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 . t e owner it cannot be withdrawn by the Sidder within forty-five (45) days after :he date on which the proposals were opened. C3-3.5 AWARD OF CONTRACT: The owner reserves the right to withholdwithholdf irial action on Elie proposals ,far a reasonable time, not to exr-eed forty-five (45) days after the date of opening, proposals, and in Aso extent will an award be made until after in-vestigations have been made as to the re5ponsibility of the proposed awardee.., The award of the contract, if an award is made, will be to the lowest and best responsible bidder. The award of the contra t sh411 not become effective until the Owner has notified the Contractor in writing of such award. C3-3. 6 RETURN OF PROPOSAL SBCtRITIES: As scion as proposed price totals have been detearmin8d fo,r 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 propcsal securities, usually those of the three lowest biddeics, will be .retained by the owner until the required contract has been executed and bond furnished or the own8r has otherwise disposed cf the bids, after which they will he returned by the City Secretary. C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shah, furnish to, and file with the Owner in the. amounts herein required, the following bonds: a. PERFORMANCE BOVD : A good and sufficient performance bond in an amount not less than 100 percent of the amount of the contract, an 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 xeason of negligence of the Contractor, or improper execution of the work or the use of inferior materials. This performance C3-3 U ) bond shall guarantee the payment for all labor, materials, equipment, supplies, .and services asLA in the constructiop of the work, and shall remain ire full force and effect until provisions as above stipulated are accomplished and final payment is made on the projact by the City. b. MA1NTFNANC E BOND : A good and sufficient maintenance ond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by Lhe proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of tine general guaranty which is set forth in paragraph C8--6.1a. o. PAYMENT BOND: A goad and sufficient payment bond, in are amount not less than 1'00 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 refined in Article 5160, Revised Civil Statutes of Texas, 1925, as amended by Bouse Bill 344 Acts 56th Legislature, R8gular Session, 1959, effective April 27, 1959, and or the latest version thereof, 8uppl ing 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 mace. 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 w1iich are at the time in default or delinquent on any bonds or which are interested in any litigation against the owner. All bands small be made on the forms, furnished by the Owner and shall bo executed by an approved surety company acing 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 ace-eptable sureties, and Lhe amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Eaoh bond shall be properly exec+ited by both the Contractor and Surety Company. Should any surety on the contract be 4etermiried unsatisfactory at any time by the Owner, notice will be diver, the Contractor to that effect and the Contractor shall immediately provide a C3-3 () new surety satisfactory to the owner. No payment will be made under the contract until the new surety or sureties, as required, have qualified and have been accepted by the Owner. The can. -tact shall not be operative nor will any payments be due, or paid urntil approval of the bonds by the Owner. C3 -3. 8 EXECUTION OF CONTRACT: Within tern (10) days after tha Owner has by appropriate resolution, or otherwise, awarded the contract, the Cantractac shall execute and file with the Owner the Contract and such bonds as may be required iri the Contract Documents. No contract shall be binning 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. G3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the rewired 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 propaba,l, and the Owner may annul the Award. By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occuring to Lbe Owner by reason of said a ardee'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 Awar-dee and small thereupon immediately be forfeited to the Owner. The filing of a proposal will be considered as an acceptance of this provision by the Bidder. C3-1.10 BEGINNING WORK: The Contractor shall not commence worts until authorized in writing to do so by the Owner. Should the Conntractor tail 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 net forth in suEch 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 insu.ranr-e required under the Contract Document*, and such insurance has been approved by the Owner. The prime Contractor shall be responsible for delivering to the Owner the sub -con tractors I C3-3 (4) certificate of insurance for approval. The prime cony ractor shall indicate on the certificate of insurarnce 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. s. COMPEVSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Worker5l Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub -contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Workers' Compensation Statute, the Contractor shall provide adequate employer's q(.naral liability insurance for the protection of such of his employees not so protected. b. COMPREHENSIVE GENERAL LIABILITY INSURANCE: T h a Contractor shall procure and stall maintaE during the life of this contract Contractor Is Comprehensive General. Liability 1hou.rance (Public Liability and Property Damage Insurance) in are amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in an amount not less than 50000'00 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. c; ADDTTIONAT, LIABILITY: The Contractci� shall furnish insurance as separate policies or by additional endorsement to one oC the alcove -mentioned policies, and in the amount as set forth for public Liability .and property damage, the following insuraftce: 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, C3-3 (5) S. Builder's risk (where above -ground structures i are involved) . --- - . 6. Contractual .Liability. (covers' all indemnification requirements of Coritiacf.) . ' d. AU10MOBILEf INSURANCE - BODILY INJURY AND .PROPERTY DAMAGE: The Contractor shall procure and maintainf during the life of this Contract, Comprehensive Automobile Liability insura-nce in- art aitount not less than $250,000 for injuries ,including accidental death to any one person aad subject to L-he same lianit for each person an amount not less than $500,000 oa account of one accl ent, 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 cperatiohs under this contract, whether such operations be b .the insured or by anyo to directly or indi.reotly'employed by him, and �%lsc agaia5t any of the following special hazards which may be encountered ih the performance of the Contract. f . PROOF OF CARRIAGE OF INSURANCE.' The Contractor shall furnish the Owner with satisfactory proof of coverage by insurance required in Lhese Contract Documents in amounts and by carriers satisfactory to the Owner. (Sample attached. ) All insurance requirements made upon the ConLractoie shall apply to the sub -contractor, shcuId the Prime Contractor's .insurance not. corer the sub -contractor's work operations. 9. .LOCAL AGENT. FOR. INSURANCE AND BONDING: The insurance and bonding companies.' with wham the Contraotor's insurance and performance, payment, maintenance and all such other bQhds are written shall be represented by are agent or agents having an office Located within the city Limits of the C3-3 ( ) City of Fort Worth, Tarrant County, Texas. Each such agent shall be a duly quasi/ied, one upon whom service of process may be had, and must have authority and power to act on behalE 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 a uEhority must be vested in a local agent or claims office` residing in the Metroplex, the Fort Worth -Dallas area. The name of the agent or agents shall be set forth on all of such 'borids and, certif icates of insurance. C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor and services when due. C3-3.13 WEEXLYPAYROLL: A certified copy of each payroll covering payment of wages to all person engaged in work on the project at the site of the project shall be furnished to the Owner's representative within seven (7) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all tunes curing this courre of the Contract. Copies of the wage rags will be furnished the Contractor, by the Owners however, posting and protection of the wage rates shall be the responsibility of the Contractor. . C 3 - 3 . 14 CONTRACTOR'S CONTRACT .ADMINI STRP*TION : Any Can tr actcx-, w€,ether a person, persons, partnership, company, firm, association, corporation or other who i.s approved to do business with and enters into a contract with the City for construction of water and/car sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth -Dallas metropolitan are -a. The Contractor shall charge, d ele-gate, or assign this office (or he may delegate .his Project Superi�itendent) 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 matt8rs pertaining to the work gov8rned by the Contract whether it be administrative or otherwise and as such shall be empowered, thus delegated area directed, to settle all material, labor or other expenditures, all claims against the work or any other C3-3 ( 7 ) matter associated such as mair�talning adequate and appropriate insurance or security coverage for the project, Such local authority for admiaistratiort of the work under the Contract shall be maintainf cd until all business transactions executed as part of this Contract are complete. Should the Contractor's principal baan of operations be other than in the Fort Wcrth-Dallas metropolitan area, notification of the Contractor's assignment of local authority shall be made in writing to the Engineer in advance of any work on the project, all appropriately signed and sealed, as applicable, by the Contractor's responsible officers with the understanding that this written assignment of authority to a local representative shall become part of the project Contract as though bound directly into the project documents. The intent of these requirements is that all mattars associated with the Contractor's administration, whether it be oriented in furthering the wont, or other, he governed direct by local. authority. This same requireinent is imposed on insurance aild surety coverage_ ShQuld the Contractor's local ri�ipraserita,tive fail to peitorm to the satisfaction of Engineer, the Engineer, at his sole discretion, may d4�Lnand that such local representatiV a be replaced and the Engineer may, at his scis-% discretion, stop all wc-rk until a new local authority satisfactory to the Engineer is assigned. No credit of working time will be for periods in which went stoppages aTe in effect Ear this reason. C3-3.15 VENUE: Venue aE any action hereinunder shall be exclusively in Tarrant Coiint.y, 'texas, C3-3 (S ) PART C -- GENERAL CONDITIONS C4-4 SCOPE OF WORK SECTION C4-4 SCOPE OF WORK C4-4. i 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 id a satisfactory and acceptable mana8r. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project. C4--4.2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not 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 -eor such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions„ $hall 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 altear the quantities of the Mario to be performed or to extend or Shorten the improvements at any time when and as found to be neceagary, and the Contractor shall perform the wort as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than 25 percent of the contemplated quan r i ty of such item of items. When such changes increase or decrease the criginal quantity of any ite,n 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 gaarty be entitled to a reprised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal, such revised consideration to be determined by special agreement or as hereinafter provided four "Extra Work." No allowance will be Mack for any chances Ul- anticipated profits nor scull such changes be considered as C4-4 (1) waiving or invalidating any condit=ioTns or proviglmns' of the Contract Documents. Variations iiz quantities of sanitary sewer pipes in depth categorle-9, shall be iriterpreted herein as applying to the overall quantities or sanitary sewer pipe in each pipe size, but not to the various depth categories. C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change Order, the Owner reserves they right. to ,take such granges in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in th,e most satiafactt r manner, provided 5ach changes do not materially alter the original Contract Documents or changi� the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. c4-4.5 EXTRA WORD: Additional wort grade necessary by changes and a tarratl'ons of the Contract Dacumnnts or of quantities or for other re -aeons for wh1ch no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be per':formied by the Contractor in accordance with these Contract Documents or approved additions thereto; provided, however, that before any extra work is begun a "Change Order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by oiie ear more combination 03' the following m,xthods a.. Unit bid prriCe PrOwiously approved. b. ,An agreed lump sum. c. The actual reasonable cost of (1) labor, (2) rental of equipment used an the extra work for the time so used aG Associated General Contractors of America current equipment mental rates; (3) materials erit-et ing permanently into the prajerxt, -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% at the actual cost of such extra work. The fixed tae 1s riot to include any additional profit to the Contractor for reatal of equipment owned by hint and used for the extra work. The fee shall be full and complete compensation to cover the cost of superinteade3nce, overlie -ad, other pro Fit, general and all other expo-n$o not incljreled in (1), (2) , (3), and (4) above. The ConE.racto.r shall beep acc:arate cost records err the farm and in the method C4-4 (2) sug.gested by the Owner and skull give the owner access to all accounts, bills, vouchers, and recox-ds relating to the Extra work. -No "Change order" skull 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 Qrdered in writing by the Owner. in case any orders or instructions, either oral or written, appear to the Contractor to invol e Extra Work for which he should receive compensation, he rhall make written request to the Engineer for written ordar8 authorizing such nxtru Work, prior to beginning such work. Should a differeace arise as to what does or does riot 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 skull keep an accurate account of the actual reasonable post thereof as provided under method (item C). Claims for extra work will not be paid unless the Contractor shall file hi9 claim with the owner within five (5) dayEs b-efore the time for making the first estimate after such nark is done and unless the claim is supported by satisfactory vouchers and certified payrolls cov8rinq all labor and materials expended upon the said Extra Work, The Contractor shall furnish the Owner nuch lnstal.lation tecords of all deviations from the original Contract Documents as may be necessary to enable the Owne.z to preparw for permanent xecord a corrected set of plans showing the actual installation. The compensation agr&ed upon fo,r 'extra work' whet)-,er or not iniitiated by a 'change order' shalt be a full, r;ompiete and Final payment for all c-osts Contractor incur.3 as a result or ri�latinq to the change or extra work, whether said costs are k-llowrl, unknown, foreseen or unforeseen at that timp-, incl.u,d> rtg without liLnitation, any oasts for delay, extended overhead, ripple or impact cast, or any other effect an changed or uncharged work as a result or the change or extra work. C4-4.6 SCUEOULE OF OPERATTO S: Before corimencing any work under this contract, the Contractor shall submit to the OWnip,-r and .receive the Owner's approval therwof, a "Schedule of OpecaFions," showing by a straight line method Lhe date of commencing and finishing each of the major elements ol: the contract. Thee-e -ihaLl be also shown the estimatL'm-,fl inonthly co:gt of work for which astimates are to be expected. There C '4--4 (3) Shall be presented also a composite graph showing the anticipated ,progress of construction with the time being Plotted buTi zontal ly and the percentage of r-o1npletion plotted vertically. The progress charts shall be prepared on $-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 FACIEITTES: Within ten (10) days prior to submission of f rst monthly progress Payment, the Contractor stall prepare and submit tc the Owner for approval sic copies of the schedule In which the Ccnt,ractor 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 contemplated dates for completing the name. The schedule shall be in the form -of a time schedule Critical Path method (CPM) network diagram. As the work progresses, th-e Contractor shall enter on the diagram the aptual 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 cantract time approved by the Engineer. Three copies of the updated schedule shall be delivered at such intervals as directed by the owner. hs a minimum, the construction schedule shall incorporate all wort elements and activities indicated in the proposal and in the technical. specifications. Prior to the final drafting of the detailed construction schedQle, the Contractor shall review the draft schedule with the ]Engineer to ensuro the Contractor's undez•standing of the contract .requirements. The following quidel.ines shall be adhered to in preparing the construction schadule: a. Milestone dates and final project completion dates shall be developed to confacm to time constraints, segu+rlcing requirements acid completion time. b.. The oonst_L-uction process shall, be divided into activities with time durations of approximately fa1�ir teen (14) days and cons truntion values not to exceed $50,00C_ Fabrication, deiiveTy and sribmf ktal activities are exceptions to this guideline. C 4--4 (4 } C. Durations shall be in calendar days and normal holidays and weathet- conditions over the duraticm of the contract shah, be accounted for within the duration of each activity_ d. one critical path shall be shown on the conistruction schedule. e. Float time is refined as the amount of time between the earliest start date and the latest start date of a chain of activities of the CPM constr'ucticn schediAe. Float time is noE for the exclusive use or benefit of either the Contractor or the Owno-r. f. Thirty days small be nse<d tar submittal review unless otherwise specified. The construction schedule shall as a minimum b� divided into general categories as indicated in the Proposal and Technical Speciticat.ions and each general category shall be broken dawn into adtivi.ties in enough detail to achieve activities of -approximately foarteen (14) days duration. Vor each general category, the construction schedule shall ideritify all trades or subcontracts whose work is represented by activities that follow than guidelines of this Section. For each of they trades or s.ubcontrakcrs, the construction svheydu.le shall indicate the following procurements, construction aad prewoteceptarrce activities and events in their logical sequence for equipment and mat'eicial:3. 1. Preparation and transmittal. of subjnittai.s. . Submittal .review periods. 3. Strap tabri,--:ation and delivery. 4. Erection or installation, 5. Transmi ttal Df manufacturer Is ope-ration and maintu-nance instructions. 6. Installed eg4ipment and materials testing. 7. Owner's operator instruction (if. applicable) . 9. Final inspection. C4-4 (5) 9. Operational testing. 10. Final inspection. if, in the opinion Q£ the owner, work accomplished Falls behind that Scheduled, t5@ Cont=actor shall Lake sgch action as necessary to improve his progress. In addition, the Owner ma/ requite the contractor to submit a reviaed Schedule demonstrating his program and proposed plan to make up lag in Scheduled progress- and t0 insure completion o[ the work within the contract Lime, if the Owner Einds the propose plan not acceptable, ha may require the Contractor to iecraase the work £oz-ce, the consLrucLion plant and equipment, the namber 0£ work shifts or the overtime operations without additional cost to the Owner. Failure of the ConLractor to comply with these £egaiZeinents &hall be Considered grounds for deLermin ation by Lhe 0¥Eer theLt the conE£aaLor is failing Eo prosecute the w0=k with such diligence as will in5ute its completion within the time specified. PART C - GENERAL CONDITIONS C5--5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTROL, OF WORK AND MATERIALS C5-5.1_AUIHORITY OF ENGx_VEER: The work small be performed to th satisfaction of the Engineer and in strict compliance with, the Contract Documents. He shall decide all questions which ari-ge as to the quality and accoptabllity 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 CQntraetor 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 resp4unsible far Contractor's means, methods, techniques, sequences or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor'-s failure to perform the work in accordance with, the contract documents. die shall determine the amount and quality of the work completed and materials furnished, and his decisions and estimates shall be final. His estimates in such event shall be a condition to the right of the Contractor tc receive money due him under the Contract. The Owner shall have executive authority to enforc-e and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any -dispute between the Engl.neer and Contractor over the decision of the Engineer on any such matters, the Engineer must, -within a reasonable time, upon written request of the Contracf.oz, render and deliver to both the Downer and Contractor, a written decision can the matter in controversy.+ C5-5.2 CONFORMITY WITH PLANS: The finished project in all cases skull conform with lEnes, grades cross -sections, finish, and dimq rnsivns 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 b Change order. C5-5 (1) C5- .3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made np of several sections, which, taken together, are Intended to describe and provide for a complete and useful project, and any requirements ap.pearin.r; in one of the sections is as binding a$ though it occurred in all sectians. 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 an the plans shall govern over tha_qe 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 lcr the fulfillment of the intent of the Contract Documents. In the event the Contractor discovers an apparent error or discrepancy, h� shall immediately call this condition to the attention of the Engineer. rn the even.L of a conflict in the drawings, specif icatiQns, or other portions of the Contract Documents which were net reported prior to the award of Contract,, t-he Contractor small be deemed to have quoted the most expensive resolution of the conflict. C5-5.4 COOPERATION OF CONTRACTOR: Th Contractor will be furnished with three sets of the Contract Documents and shall have available on the site of the project at all times one set of such Contract. Documents. The Contract shall give to the work the constant attention necessary -to facilitate the progress th,:�reo€ 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 th8 project site for pz-oper performance of the work. The Contractor shall provide and maiataiza at all tunes at the site of the project a competent, Engiinh-speaking superintendent and an assistant who are fully aLitharized to act as the Contractor's agent on the worle.. Such superintendent and his assistant shall be capable of reading and Understanding the Contract Documents and shall receive and fulfill ir�strur:tions 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 an the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas and shall be subject to call, as is the project Sup8ri,ntendent, at any time of the day or night on any day of the week c.n which the 8ngin eez determines that circumstances regaire the presence on the project site of a representative of the Contractor to C5-5 (1 ad8quately provide for the traveling public or the owners project extends or the safety, project routing. safety or convenience of the of property across which the of property contiguous to the 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 RECTIFICATIO'I 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 Lhe 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 discrepanci s, 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 skull 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 nGL 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 a,ftice for use of the Engineer, if specifically called for. The field office small be not less than 10 by 14 feat in floor area, substantially constructed,, well heated, air conditioned, lighted, and weather-proof, so bleat documents will not be damaged by the elements. C5-5.7 CONSTRUCTION STAKES: The City, through its Engineer, will fi,rnish the Contractor With all lines, grades, and meaagrements necessary to the proper prosecution and control of the work caritraoted for under these Contract Documents, and lines, grades and measurements will be established by meant of stakes or other customary method of marking as may be Eound consistent with good practice. C5-5 (3) These stakes or markings Shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings as may be established for the Contractor's use or guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer, any stakes or markings have: been caTelessl cr willfully destroyed, disturbed, ar removed by the Contractor or any of his employees, the full cost of replacing such stakes or harks plus 25 will be charged againSt the Contractor, and the full amount will be deducted from payment due the Contractor, C5--5 . E AUTHORITY AND DUTIES OF CITY INSPECTORS: city Inspectors will be a_utharized to iinipact all work alone 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 th4e 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 th8 Contractor from any obligAtion to perform the work in accordance with the requirements of the Contract Dociimenta . In case- of any dispute arising b8tween 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 referrod to aad be decided by the Engineer. The City Inspector will not, however, be authorized to revoke, alter., enlarge, or release any requirement of these Contract DocLunents, 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 managemerit or operation of the work. He will not accept from the Contractor any compensation in any fora for performing any dutie-9. The Contractvr skull regard and obey the directions and instructions of the City Inspector or Engineer when the same are consis.teat W-itb the obligations of the Contract Documents, provided, however, should the Contractor object to any orders or instructions of the city Inspector, th8 Contractor may within six days make written s,ppea1 to the Engineer for his decision on- the matter in controvorsy. CS-5 (4) C5-5.9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is In accordance with the requirements of thn Contract Documents. If the Engineer so regTaests, the Contractor shall, at any time before acceptance of the work, remove or uncover such portion of the finished work as may by directed. After examination, the Contractor ehall restore said portions of the hark to the standard required by the Contract Documents. Should the work 'exposed or examined prove aaaeptabza, the uncovering or removing and replacing of the covering or ma ijig 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 at materials used without suitable superv-ision or inspection. CS-S , l Q REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK: All work, materials, or equipment which a,s been rejected shall be remedied or removed and ri�piaced in an acceptable manner by the Contractor at his own expense. Work done beyond the linen an.d grades given or as shown on the plans, except as herein specifically provided, or 'arty Extra Work done without written authority, will be considered as unauthcrized and done at the expense of the Contractor and will riot, 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 Engineer madam under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or -removed and replan rd and unauthorized work to be removed, and the cast thereof may be deducted from any money due or to become due to the Contractor. Failure to require the removal of any detective or unauthorized Mork shall not constitute acceptance of such works, C 5 - 5 .II SUBSTITUTE MATERIAL OR EQUIP14fONT If the specif cationslaw, ordinance, codes oz .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 preconstruutzon conference, maize written application to ENGINEER £ore approval o6 such substitute certifying in Writing that the proposed substitute will perform adequately th-e i:unct tons 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 game function as that specified; and identifying all variations of the proposed C5-5 (5) suhstitute from LhaEt specified and indicating available maintenance service. -No substitute shall be ordered or installed without the written, approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute 'as he considers pertinent. No sabstitute shall. be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor's e.tpanse. Contractor shall indemnify and hold harmless owner and Engineer and anyone directly or indirectly employed b either of them from and against the claims, damages, lasses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. C5-5.12 SAMPLES AND TESTS OR MATERIALS: Whiere, in the opinion of the Engineer, or as called for in the Contract Documents, tests -of materials or equipment are necessary, such tests will be made. at the expense of and paid for direct to the testing agency by the Owner unless otherwise speoif fcally provided. The failure of the Owner to make any tests of materials shall be in no way relieve the Contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling of materials, unl.esa otherwise specified, will he made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. Thy Contractors shall provide such facilities as the Engineer may require for collecting and forwardinq samples and shall not, without specific written parrnission of the Engineer, use the materials represented by the samples until tests have been made and the materials approved 4or 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 Ls placed, and the Contactor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents. 'bests shall be made at least 9 days prior to the placing of concrete, using samples. fray► the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of suppler 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 bf�- stored so as to insure the preservation of the quality and fitness of the work. When- diirected by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the C5-5 (6) ground, and shall be placed tinder cover when directed. stored materials small be placed and located so as to facilitate prompt inspection. C5-5.14 EXISTIIgG STRUCTURES AND UTILITIES: The location and d menstons shorn on the Plans relative to existing utilities are based on the best information available. Omission from, or the inclusion of utility locati-ons on the Plans is not to be considered as the nonexistence of, or a definite location of, existing uadergrourid utilities. The location of many gas mains, aster 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 glans or to shag 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 inc-Tearing the pay quantities in any manner whatsoever, unless an .obstruction encountered is such as to neoessitate 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 ease the provision in these Contract Documents for Extra Work shall apply. It shall be the ccntractvrs 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 iri 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 lea8t forty eight (48) hours in advance of eonstraction including exploratory excavation if necessary. All verification of existing utilities and their adjustment shall he considered as subaidiar work. C5-5.1.5 INTERRUPTION OF SERVICE: a. Normal Prosecution: In the normal prosectuion of work where the iLerruptiorx of service is necessary, the Contractor, at least 24 hogs in advance, shall be required to: i. Notify the at-er Department's Distribution Division as to location, time, aad schedule of service interruption. C5-5 (7) . Notify each customer personally through responsible personnel as to time and schedule of the interruption of their service, or 3. In the evert Lbat personal notification of a customer cannot he made, a prepared tag form shall he attached to tM! customer's entrance door knob. The tag shall he durable in composition, and in large bola typo shall say: "NOTICE" Due to Utility Improvement in your neighborhood, your (water) (sewer) geievice will be f nter- rup-ted on between the hours of and This inconvenience will be as short as possible. Thank you, Contractor Address Phone b. Emergency: In the evert that an unforeseen service �xterruption occurs, notice shall be as sbove,but immediate. C5-5 . 1.6 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through acts or neglect oD the part of the Contractor, any other Contractor or any -gub-contractor shall suffer loss or damage on the work, the Contractor agrees to settle with such other Contractor or sub -contractor by agreement or arbitration. If such other Contractor or sub -contractor shall assert any claim against the owner on account of any damage alleged to have been sustain-ed, the Owner will notify the Contractor, who shall indemnify and save harmles.s the Owner against any such claim. C5-5.17 CLEAN-UP: Clean-up of surplus and cr waste materiaJ4 ar-cumulated on the job site during the pros8cution of the work under these Contract Documents shall be accomplished in keeping with ,a daily routine established to the the satisfaction of the Engineer. 'twenty -fours fours after written notice is given to the Contractor that the clean-up on the job site- is proceeding in a jnanrxer unsatisfactory to the Engineer, if the Contractor ,Fails to correct the C5-5 (8) unsatisfactory procedure, the City may take such direct action as the �;ngiaeer deems appropriate to correct the clean --up deficiencies cited to the Contractor in the written notice, and the costs of such direct action, plus 251 of such costs, shall be deducted from monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract Documents, and before final acceptance and final 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 mind. He shall ,heave the site of all work in a neat and orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engiaeer. The Contractor shall thoroughly clean all equipment and materials installed by him and shah deliver over such ,materials and equipment in a bright, clean, polished and new appearing condition, No extra contpensation will be made to the Contractor for any Qlean--tip required on the project, C5-5.18 FINAL INSPECTION: Whenever the work provided Eor in and contemplated under the Contract Documents has been satisfactorily completed aria final cleanup performed, the Engineer will notify the proper officials of the Owner and request that the Final irispectlon be made. Such insoecti.on will be made within 10 days after such notiti,cation. After such final inspection, it the work and materials and egaipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper rescalation has been passed by the City Council. No time charge will be made against the Contractor between said data of notification of the 'Engineer aad the date of final inspection of the work. C5-5 (9). FAKT C -'GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION 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 ordin-antes 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 ignc range thereof will be eoneidered, The Contractor and his Sureties sha-11 indemnify and save harmless Lhe City and all of its officers, agents, and employees against any and all claims or liability arising from or lased on the violation of any such law, ordinance, regulation, or order, whetter 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 4nd lawful prosecution of the work. C6-6 - 3 PATENTED DEVICES, MATERIALS AND PROCESSES: If the Contractor is required or des res to use any design, device, material., or process covi�red 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 m-atually 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 ahall 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 he performed under these Contract Documents, and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by .season of such infringernorit 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 infri.ng.ed upon by the design, typo 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 skits. C6-6 (l) C6-6 .4 SANITARY PROV I81ONS : The Contractor sera l l 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 ar4n required by Law stall be put into immediate force and effect by the Contractor. The necessary sanitary conveniencea far use of laborers on the work, properly secluded from public ok)servation, shall be constructed and maintained by the Contractor and their use small be strictly enforced by the Cont-ractcr. All such facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. C6-6.5 PUBLIC SAFETY AND CONVENIENCE; Materials or egvfpMent stored about the work shall be so placed and used, and thn work shall at all times be so conducted, as to cause no greater obstruction or inconvenience to th8 public than is considered to be absolutely 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 provirsion.9 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 diversions of driveway traffic, Witb specific approval by the Engineer. if diversion of traffic is approved by the Engineer at any lo-cation, the Contractor shall make arrangements satisf a(c!tor to the Engineer at any location, the Contractor shall make arrangements satisfacter.y 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 an-d 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 kree access to all fire hydrants, fire alaarm boxes, police call boxes, water valves, 6-6 (2) gas valves, or maaboies in the vicinity. The Owner reserves the right to remedy any neglect on the paart of the Contractor as- regards to public convenience and safety which ray 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 furnish,, ,d b 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 auch obstructed streets, alleys, or hydrants are again placed rack in service. Where the Contractor is required to construct temporary bridges or rake- other arrangements for crossing over ditches or streams, his responsibility for accidents in connection with such crossings shall irxclude the roadway approaches as well a5 the otructures of saute crossings. The Contractor shall at all times conduct his operation and the use of construction machinery so as not to damage or destroy trees and shrubs located in close proximity Lo or an the site of the work. Wherever any such damage may be dote, 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-CF-_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 ox other rights -of -way as provided far in the ordinances of the City, as shorn in the Contract Documents, or as may be specifically autborised in writing by the Engineer. A, reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay Ln the construction operations. Excavated and waste materials shall be piled or stacked in such a gray 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 C6-6 (3 ) carried on in such manner as not to interfere with the operation of trains, loading or unloading of cars, etc. Other contractors of the Owner may, for all purposes required by the contract, enter upon the work and premises used by the oatrac tour and shall. be provided all reasonable facilities and assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided by trim at his own cost and expense, .6-6.7 RAILWAY CROSSINGS: When the work eneraaches upon any Taght-of-way of any railway, the City will secure the necessary easement for the work. There the railway tracks are to be crossed, the Contractor sh411 observe all t h a regulations and instructions of the railway company as to the methods of performing the work and take al.1 precautions for safety of property and the public. Negotiations with the railway companies for perra to 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 oa that portion of the project which is related to the railway properties. The Contractor will not b4� divan extra or additional compensation for such railway crossings unless specifically set fortis in the Contract Documents. C6-6.8 BARRICADES, WARNINGS AND WATCHKEN: Whe-re the work is carried on in ar 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 ar}d fences shall be painted in a, color that will be visible at night. From sunriet to sunrise the Contractor shall furnish and maintain at least one easily visible bu.rni.ng light at each barricade. 'A sufficient number of barricades shall be erected and maintained to keep pedestrians away front, and vehicle 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 n=bars to protect the work and, prevent accident or damage. All installations and procedures shall be consistent with the provisions set forth in the " 1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as ArticAe 6701d eron's CLvil Statutes, pertinent sections being Section Nos. 27, 25, 30 and 31. 6-6 (4) The Contractor �qiil not remav,�3 any regalatory sign, instructional sign, street name sign, or other sign which has been erected by the City. 1E 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 8780-8075), to remove the sign. in the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary sign must be installer 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. The Contractor will be meld responsible for all dainage 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 carnage to the work the Engineer may order the dam8ged portion immediately removed and replaced b 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 coavenience of the public during the contract period, as this work is considered to be 5ubaidiary to the several items for which unit or lump sure prices are requested in the Proposal. C6-6.9 USE OF EXPLOSIVES, DROP WSIGHTp ETC,: Should the Contractor elect to use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be exercised at all times se as not to endanger life or property. The Contractor shall notify the proper xepresentaLive of any public service corporation, any company, i.r;dividual, or attli.t , aad the owner, not less than twenty-four Yours in 6-6 (5) advance of the use of any activity which migh, _ damage or eadanger their or his property along or adjaoerat to the work. Where the use of explosives is to be permitted on th-e project, as specified in the Special Contract Documents, or the use of explosives is requested, the Contractor shall submit notice Lo the Engineer irx waiting twenty-four hours prior to commencing and shall furnish evidence that he has insurance ooverage 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 uomplaint is received and such use shall not be resumed until the cause of the complaint has been addressed. Wheneoer a plosived are stored or kept, Lhey shalt be stored is a safe and secure manner and all storage places small be plainly marked "DANGEROUS E PLOSIV.ES" and shall be under the care of a Ccmpeterxt watchman at all Limes. All vehicles in which explosives are being tzcansported shall be plainly marked as mentioned above and shall, insofar as possible, not use heavy traffic routes. C6-6 . 10 WORK WITHIN BASEMENTS: Wbere 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. sued 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 wo2A begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permi.ssi,on, 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 furaished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights -of -way or easements of obstruction$ which must be removed to make possible proper prosecution of the work as a part of the project construction operations. The Contractor shall be responsible for the praservation of and shall use afi-6 (6) every precaution to prevent damage to all trees, shrubbery, plafits, 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 cQntractor shall notify the proper representatives of owners. or occupants of public or private lands or In in lands which aright be affected by the work. Such notice shall be wade 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 occuparnts, whose land or interest in land might affected by the work. Th-e Contractor shall be responsible for all carnage or injury to property of any character resulting from any act, cmis-gion, neglect, or misconduct in the manner or ;nethod or execution of the work, or at any time due to defective work, material, or equipmont. when and where any direct or indirect or injury is done to public or private property on account of any act, omiision, neglect, or misconduct in the execution of the work, Qr in corsSequence 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 egual to that existing before such damage or ,injury was done, b repairing, rebuilding, or otherwise replacing and, restoring as may be directed by the owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. All fences 4�nccuntered and removed during constructions of this project shall be restored to the original or a b-e-tter than original condition upon completion of this project. When wire fencing, either wire mesh or barred wire is to be crossed, the Contractor shall set cross braced posts on ei her side of permanent easement- before the fence is cut. Should additional fence cuts be necessary, Lhe Contractor shall provide cross braced posts at point of the proposed out in addition to the crass braced posts provided at Lhe permanent easements limits, before the fence is cut. Temporary fenc7incj shall be erected in place of the fencing remove-d whenever the work is not in progress and wizen rho site is vacated avernight, and/or at all times to prevent livestock from entering the construction area. The cost for fence reriioval, temporary closures and replacement shall, be subsidiary to the various items bid in the project C6-6 (7 ) proposal. Therefore, no separate payment shah be allowed for aRy 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 Maur Written notice under ordinary circumstances, and wiLhout notice whet,, a nuisance or hazardous condition results, proceed to repair, rebuild, or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any monies clue or to become due to the Contractor under this Contract. C6-6.11. INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that Contractor shall perform all work and services hereunder as art independent contractor-, and not as an offiQer; 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 persona performing same, and shall, be solely responsible for the acts and omissions of its officers, agents, servants, employees, oont.ractors, subcontractors, licensees and invitees. The doctrine of respondeat superior; shall trot apply as between Owner and Contractor, its officers, agents, employees, contractors and subcontractors, and noticing herein shall be construed as creating a partnership or joint enterprise between Owner and Corr.tractar. C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to, and does hereby iademriLfy, hold harmless and defend Owner, iLs officers, agents, servants, and employees from and against any an all claims or suits for property damage or' loss aad/or personal injury, including death, to any and all parsons, of whatsoever kind or character, whother real or asserted, arising out of or frr, connection wit�i, directly or indirectly, the work and services to be performed hereunder by Contractor, its officers, agents, employees, contrauters, Subcontractors, licensees or invitees, whether or n.0t caused, in whole or in part, by alleged negligenQe 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 {}wrier, its officers agents, servants and employees for property damage or lass and/or peracnal injuries, including dean,, to any and all persons of whatsoever kind ox- character, whether real or asserted, arising out of orr in convection with, directly or indirectly, the work and service -es to be performed hereunder by Contractor, its officers, agents employees, contractors, subcontractors, licensees and invitee's, whether or not caused, C6-6 (8) in whole or in part, by alleged negligence of officers, agents, servants, employees, contractors, subcontracto.re r licensees or invitees of the Owner. 0cntractor likewis-e- co enants 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 this Contract, whether arising out of or in copneut ion with or resulting from, in whoIe or in part, any and all alleged acts or omissions of officers, agents, servants, einpl.oyaes, contractors, subcontr.actorE, licenses, or invitees of the Owner. In hhe event a. written claim for damages against the contractor or its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Water Department, as eviderlQ8d by a final inspection, final payment to the Contractor $hall not be recommended by the Director of the Water Department Far a period of 30 days after the date of such final inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained fx m the claimant Involved. If the claim concerned remains unsettled as of the expiration of the above 30-da'y period, the Contractor may he deemed to be entitled to a semi-final payment for work ccmpleted, such semi-final payment t.o be in an amount equal to the total dollar amount then d-ce less the collar value of any Written claims pending against the Contractor arising out of the performance of srtch work, and such semifinal 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 sit 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 claimant .involved, or 2. Good faith efforts have been made to settle such olatstaading claims, and such good faith efforts have failed. If condition (1) above is met at any time within the six Month period, the Director shall recommend that the final p-ayment to the Contractor be mad!. if condition () above is met at any time within the six month period, the Director may recommend that the final payment to the Contractor be made. At the C6-b (9) expiration of the six month period the Director may recommend that final payment to made if all at her war has been performed and all other obligations of the Contractor have been met to the satisfaction of the Di.ri�!otor. The Director may, if he deems it appropriate, ,refuse -to accept bids on other Water Department Contract work Erom a Contractor against, whore a claim for damages is outstanding as a result of work performed under a City contract. C6--6.13 CONTRACTOR'S CLAIM FOP, DAMAGES: Should the Contractor Maim compensation for any alleged damage by reason of the acts or omissions of the Owner, he shall within three days ofts-r 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 clamed to have been sustained, the Contractor sh.all file with the Engineer an itemized statement of the details and amount of suolh alYaged damage and, upon request, shall give the Engineer access to all kooks of account, receipts, vouchers, bills of lading, and other hooks or papers containing any evidence as to the amount of such alleged damage. [Unless such statements shall be filed as hereinabove required, the Contractor's claim for compensation shall be waived, and he shall not be entitle, to payment on account of such damages. 6-6 , l4 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC. In case it is necessary to change, move, or alter in arty manner the property of a public utility or others, the said property shall not be moved or interfered with until orders thereupon have been isue 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 oontract. fi-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 most, provide and maintain temporary owlets and connections for all private or public drains and sewer . The Contractor shall also take care of all sewage and drainage which will be received from them drains and sewers, and for this purpose he shall provide and maintain, at his own coat and expense, adequate pumping facilities and temporary outlets or diversions. The Contractor, at his own cost and expense, shall construct such troughs, pipes, at other structures necessary, and be prepared at all times to dispose of drainage and sewage C5.-6 (10) received Crom these temporary connections until such times as the permanent .00nnectiona are built and are in service. The existing se;rers and connections shall be kept in service and maintained under the Contract, except when speciEked or ordered to be abandcne4 by the gngi,neex. All water, savage, and other waste shall be disposed of in a satia.factory manner so that no nuisance is created and an 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 conne-ction with any construction work, he shall make oomplete and satisfactory arrangement8 with the Vort Worth City Water Department far so doing. City water furnished to th-e Contractor shall be delivered to the Contractor from a connection on an existing City rain. All piping required beyond the point of delivery shall be installed by the Contractor at his own expense. The Contractor's responsibility in the use of all existing fire hydrant and/or valves is detailed in Section E -1.2 USE .OF FIRE HYDRANTS AND VALVES in these oenaral Contract Documents, When meters are used to imeasnre the Water, the charges, if .arty, 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, paymeL t shall be made on estimates and rates established 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 povti.on of the work or any structure is in suitable condition, it may be put into use upon the written order of the Engineer, and such usage shall not be held to be in any way an acceptance of said worm or structure or any part thereof or as a waiver of any of the provisions of these Contract Docampants. 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 CONTRACTOR'S RESPONSIBILITY FOR THE BORIC: Until wr then acceptance by the owner as provided for iri those Centraot Docuiftents, the work shall be under the charge and care of the contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part C6--6 (11) ti thereof by action of the elements or f.ram any pause whatsoever, whether arising Erom the execution or nonexe.cution of the worm. The Contractor shall rebuild, repair, restore, and make goad at his own expense all injuries or damage to any portion of the work occasiaaed by aQy of the hereinahove causes. CS-6-19 NO WAIVER OF LEGAL RIGHTS: Inspection by the Eng'inner 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 aay possession taken by the City shall not operate as a Waiver of any provision of the Contract Docamentt. Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. The Owner reserves tine right to correct any error that: may be discovered in aay estimate that may have been paid and to adjust the same to meet the requirements of the Contract Doeu meats . C.6-6 .20 PERSONAL LIABILITY OF PUBLIC OFFICIALS! In carrying out the provisions of these contract nocurnents or in exercising any power of authority granted thereunder, there shall be no liability upon the author i %ed representatives o E the Owner, either personally or otherwise as they are agents and raprf�santstives of the City. C6- . 1 STATS SAFES TAX: On a contract awarded by the City of Fort. Worth, an organization which qualifies for exemption pursuant the proVisiofts of Article 20.04 (H) of the Texas Limited Sales, excise, and Use 'fax Act, the Contractor may purchase, rent or lease all materials, supplies and equipmicnt used or consumed in the performance of this contract by issuing to his supplier are exemption eertiEicate in lieu of the tax, said exemption certificate to comply with State C omptroller's Ruling .007. Any such exemption --ertificate issued by the Contractor in Ilea of the tape shall b8 subject to and shall comply with the provisions of State Comptroller's Ruffling .011, and any other applicable State Ccmptroller rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. On a contract awarded by a developez for the construction of a priblic17-owned impravement in a street right-of-way or other easement which has been dedicated to the public and the City of Fort north, an organization which qualifieA for exemption pursuant to the provisions of Article 20.04 (H).of the Texas limited Sales, Excioe, and Use Tax Act, the Contractor can probably be exempted in the same manner stated above. C6-6 (12) Limited Sale, Excise and Use Tax Permits aAd information can be Obtained from: Comptroller of Public Accounts Sale Tax Division Capitol Station Austin, 2I C6-§ (13) PART C -'GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7.1 SUBLETTING-. The Contractor shall perform with his awn organization, and with the assistance of workman under his immediate superiatendancer work of a valve of not less than fifty (50%) percent of the value ombraced in Lhe contract, it 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 obligation assumed under these Contract Documents. All transactions of the Engineer will be with the Contractor. Subcontractors 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 a'nd competency. The Owner will not recognize any subcontractor on the work. The Contractoor shall at all timers; when the Work is in operation, be represented either in person or by a superintendent or other designated reprresentatives. C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not ass grT, transfer, sublet, convey, or otherwise dispose of the contract or his rights, title, or interest in or to the same or anY part thereof without the previous consant of the Owner expressed by resolution of th4e City Council and concurred in by the Suteties. If the Contractor daes, without such previous consent, assign, transfer, sublet, convey, br otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to any person or persons, partnersbip, company, firm, or corporation, or does by bankruptcy, voluntary or involuntary, ox by assignment under the insolvency laws of any state, attempt to dispa88 of the contract may, at the option of the Owner be revoked and aunt Iled, unless the Sureties shall successfully complete said contract, and In the event of any such revocation or anniulment, any monies due or to became clue under or by virtue of said contract shah, be retained by the owner as liquidated damages for the reason that it would be impracticable and extremely difficult -to fix Elbe actual damages, C7--7.3 PROSECUTION OF THE WORK: Priox- to beginning any construction operation, the Contractor shall submit to the Engineer in five or mare copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step the manner of C7-7 (1) prGsecuting 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 mont-hly estimate period. The Contractor shall commence the work to be performed under this oentract within the time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials, and labor as is necessary to insure its completion within the time limit. The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents. Arty deviation from scuh sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the Engineer. Such specification or approval by the Engineer shall not relieve the Contractor from the Full responsibility of the complete performance of the Contract. The contract time may he changed only as set forth in 5ectiori C7-7.9 "Extension of Time of Completion" of this Agreement, and a progress schedule shall not constitute a change in the contract time. C7-7. 4 LIMITATIONS OF OPERATIONS: The working operations s alb. at all times be conducted by the Contractor so as to create a minimum amount of inconvenience to the public. Alt 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 i.rr progress before the work is commenced on any additional section or street. C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor is available, The Contractor may bring in from outside the City of Fort Worth his key men and his. superintendent. All other workmen, including equipment operators, may be imported only after the local supply is exhausted. The Contractor shall employ only such superintendents, foremen, and workmen who are careful, competent, and fully qualilied to perForin the duties or tasks assigned to them, and the Englno-e.r may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the stork who, in the opinion of the Owner, shall misconduct himself or be found to be incompetent, disrespectful., intemperate, 4i.shonest, or W. C7-7 ill 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 parson or persons shall not be employed again thereon without written ,conaent of the 1�ngitieer. All workmen shall have sufficient skill, ability# and experience to properly perform the work assigned L•o them and opera La any equipment necessary to properly care out Lhe performance of the assigned duties. The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for prosecution of: the work in an acceptable manner and at a satisfactory rate of Progress. All equipment, Lool s, 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 satisEactory, safe and efficient working condition. Equipment on any portion aE the work shall be suer Lhat no injua�y to the work, workmen or adjacent property will result from its use. C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of work completed as defined try Cl-1 . 23 "WORKING DAY" o-r the data stipulated in the "WORK ORDER" for hegianirig work, whichever comes first. Nothing is these Contract Documeatn shall be construed as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays, providing that the following r8quirements are Bret: a. A request to worm on a specific Saturday, Sunday or Legal Holiday mast bra. made to the Engineer no later: than the proceeding Thursday. b. Any hark to be done on the project on such a specific Saturday, Sunday or Legal Holiday must be, in the opinion of the Engineer, essenLlal -to the timely completion of the project, The Engineer's decision shalt be final .in response to such a request for approval to work on a specific Saturday, Sunday or Legal holiday, and rio P-tra compensation shall be allowed to the Contractor fiDr any work PeirCormed on such a specific Saturday, Sunday or Legal Hol idea . Calendar Ua s shall be defined its C1-1. 4 and the Contiactor may work a5 he so des i t es . r-7-7 -c 3-? C7-7.7 TIME OF COKME CEMENT AMD COMPLETION: The. Contractor shall commence the working operation-s within the time speciEied in the Contract Doctuments and set forth in the Work Order. Failure to do so shall'bE� considered by the owner as abandoiRment of the Contract by the Contractor and the Owner may proceed as he ec-es fit. The Contractor shall maintain a rate of progress such as will insure that the whale work will be performed and the premises cleaned up in accordance with the Contract Docuii,�nts and within the time established ire such documents aad such extension of time as may be properly authorised by the Owner. C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor's request for an extension of tine of- complation shall be considered only when the request for such extension is submitted in writing to the Engineer w1thin seven days from and after th-e time alleged cause of delay shall have occurred. Should an extension of the time df completion be requested suer request will be forwarded to the City council for approval . In adjusting the contract time for -completion of work, consideration will be given to unEarseeable causes beyond the control of and without the fauLt or negligence cf the Contractor, including -but limited to acts of the public enemy, acts of the Owner, fire, flood, tornadQes, epidemics, quarantinty! restrictions, strik8s, freight embargoea, 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 inabiliLy to obtain supplies and materials will be considered only when a review of the Cont,ractoriz purchase order dAtespart-Anent and other data as requested 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 souru8s in case the first source cannot make delivery. If satisfactory execution and completion of the cohTact should require work and materials in greater amounts or, quantities then those set forth in the approved Contract Documents, then Lhe contract time may be increased by Change Order. C7-7.9 DELAYS: The Contractor shall, receive ric compensation Eor delays ox� hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City Lo provide infGcrmation or material, it C7-7 (0 any, wh-ich is to be furnishad by the City. When sucb extra compensation ig claimed a written statement thereof shall be presented by the Contractor to the Engineer and i e 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 caased 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 shell, however, be subjinQt to the approval of the City Council; and no such extension of ti-me shall release the Contractor or the surety on his pec ormance bond from all his obligations hereunder which shall remain in full farce until the discharge of the contract. C7--7.10 TIME OF COMPLETIONi The time of completion is an essential element of the contract. Each bidder shall indicate In the appropriat8 place on the last page of the Proposal the number of working days or calendar days that he will require tc fully complete this contract or the time of completion will be specified by the City in the Proposal section of the contract documents_ The number of days indicated shall be a realistic estimato of the time required to complete the work covered by the speciEic contract being bid upon. The amount of tine so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents. For each calendar day that any work shall remaifl uncompl'ered after tt�a time spec{Eied in the Contract Documents, or the Increased time granted by the owner, or as automatically increased by additional wank or materials ocrod after the contract is signed, the sum per day given in the following schedule, unless otberwlse 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 Ot4aer. . AMOUNT OF CONTRACT Less than $- 5,000 inclusive $ 35.00 $ 5,001 to 15,000 inclusive $ 45.00 15,001 to 25,000 inclusive $ 6-3.00 $ 25,001 to $ 50,000 inclusive 105.00 $ 50,001 to. $ 100,000 inclusive 154.00 100,001 to 500,000 inclusive $ 210.00 C7-7 (3) 500,001 to $1,000,000 incl_usivri s 315.00 1, 000, 001 to $ , 000, 000 inclusive $ 420.00 $2,000,001 and over 630.00 The parties herato understand and agree that any harm -to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the Cc'ntract Documents would be incapable or very difficult of accurate estimation, and th2tt the "Amount of Liquidated Damages Pe>: Day", as set out above, Ls a reasonable forecast of just cornpen5ation due the City for harm caused by any delay. C7-7.11 SUSPENSION BY COURT ORDER: The Ooritrack.or shall suspend operations on such part or parts of the cork ordered by any court, add will not be eriti.tl.ed to additional compensation by virtue of 'suci-I 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 OWnar 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 tc unsuitable weather conditions or any other unfavourable conditions 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. louring temporary svispension of work covered by this contract, Ear any reason, the Owner will make no extra paymaht .for stand-by time of construction equipment and/or construction craws. If it should become neesss.ry to suspend work for an indefinite period, the contractor shall stora all materials in such manner that they Will not obstruct or impede the public uan,�c.essari.ly ,nor become damaged in any way, and he shall Lake every prtecaation to prevent damage or deteriorarian of the work performed; he shall provide suitable drainage about th-8 work, and erect temporary structures where nece sary. 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. S EXTENSION OF THE TrME OF COMPLETION, and should .it be determined by mutual consent of the Contractor and the Engineer that a solution to allow construc-tion to proceed is not available within a araasonable period of time, then the Contractor may be relmbursed fo-E7 the cost of moving his equipment off Lbe job and ]returning the necessary equipment to the job when it is determined by the Engineer C7-7 (6) that construcLtori may be resumed. Such ceimburgement shall be based can actual cost to the Contractor of moving the equipment and no orofit ?,�iil bR alinwPA- No- re-imbursemenG shall be' allowed if the equipment is moved to anothez' construction pr:)ject for the City of Fart Worth. The Contractor aball not suspend work without written notice from the Engineer and shall ?proceed witij the work op.p-rations promptly when notified by the Engineer to 80 resume operations. C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency, so declared by the President of the United States or other lawful authority, it b4�comes impassible for the Contractor to ob-fain all of the tzecessary labor, materials, and equipment for the prosecution of the woc 7k with reasonable continuity for a period of two months, the Contractor ehall within seven days noLify the City in writing, giving a detailed strat8rnef,t of -the of forts which have been made and listing all necessary items of labor, materials, ana egoipment not obtainable. Iff after inv estigations, 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 faia,lt yr negXeot of the Contract, then if the Owner cannot alf:tar reasonable effort assist the Contractor in- procuring and making. available the necessary labor, inater.ials and equipment within thirty days, Lhe Contractor may request the owner to r_erminaLe the contract and the Own-ar may comply with t1le request, and thn terminaticn 5halI be conditioned and basiad upon a final settjem.ent Mutually acceptable to both the owner and the Contractor and final. paynxent_ 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 execuL'€d but «o anticipated profits on work which has not been performed, C7-7.1.4 SUSPENSION OR ABANDONMENT OF 'SEE WORK AND ANNULMENT OF CONTRACT: The work operations on all ok any part as or sectir�n of the. work under Contract shall be sa!zpended immediat�-_.ly on written order or the Engineer or E h e Con L ract may be declared cancelled by the City Council for any good and sL3fficienL cause. The following, by weir of .pxample, but not ref: limitation, may be considered grounds r;or suspension or can<',eIlat: ion : a, Failure of the contractor to commence work op-erations within the time 8peatfied in the Work Order issued by the Owner, C7-7 (7) been finished and completed, the final inspection made by the Fngineer, and the Unal acceptance and final payment made by the Owner. C7-7.16 TERMINATION FOR CONVE191ENCE OF THE OWNER: A. NOTICE OF TERMINATION: The performance of the work under this contract may be terminated by the owner in whole, or from time to time in part, in accgrdance with this section* whenever the Owner shall -determine that such termination is in the hest 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 conntract is herminated, and the date upon which such termination becomes effective. Receipt of the notice ashall be deemed conclusively presained -and established when the letter .is placed in the Qnitzid 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 .a-ny claim, demand or suit shrill be required of the Owner regarding such discretionary action, CONTRACTOR ACTION: Auer receipt of a notice of termination, a nd except as otherwise directed b the Engineer, tho Contractor shall: 1. Stop work under the contract on Lhe date and to that extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated; 3, terminate all orders and subcontracts to El -le extent that they relate to the performance of work terminated by the not-ica of te>ram.inatian; 4. transfer title ta> the Owner and deliver In the manner, at the times, and to the extent, if a�i , directed by the Engineer: 7-7 (10) '. the E.abr icated or unfabriQaLed fpart8, work in proces8, compl.?Led wQrk-, Supplies arrd other mat:2ri.al pcoduceo as a part of, or -acquir. d in connection with the performance of, the work terminated bar the notice o'f termination; and b. the cQmpleted, or partially completed plans, drawings, iafurmation and other property which, 1E the contract had been completed, would haves been required to be furnished to -the Own�-_r. 5. complete parformanc8 of 8rich part of the work as shall nit have been �ermifiated b.y the naLice of termination; and 6. take Balch action as may be necessary, or as the Engineer may di.�ect, tdr the protection and preservation of the property related Lo its contract which is in the possession of thaN Contractor and in which the Owmer has or snag ,acquire the rest. At a time not later than 30 days -after the termination date specified !ri the not ice of termination, the Contractor may submit to the Enginocl�- a 1is , certified as to. quantity and duality, of any or all items of termination invento2y not previously disposed of, exclusive olr items- L11-0 di5pasition of which has been direct -ad or authorized by the Engineer. Nit Later than 15 day; tlieraFter, the owner sha11 accept title to such items provided, that the list submitted shall be - subject to veriEicaLion by the Engineer upon rera val of the i teiris or, if t-he items are s Lar. wry, within 45 days Eram the date of submission of the list, and arey necesoary adjustittents tc cornet the list a� submitted, shall be made prior to Final Settlement. C. TERMINATION CLAI11: Within GO days 4ftec aotfre of term natil)n, the ConL-ractar shall subanit his terminatton clalm to the lrngineer .irr the Furor and with the certification pres3;z-i.bed by the Engineer. Unless one or more extensions in writi;)g are granted by the Owner +xpon rc-l-quast �-)E th.� Contractor, inade Un writiag within such nQ--day periicd or authorized +-_xLeTi8iop tnarcot, an.,dr and all Stich ciairns shall be conclusively deemod weiiv8 . V-7 UL) D. AMOUNTS: Subject to the provisions of item C7-7.16( )$ 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 heroto; provided, that such agreed amount or amounts shall never exceed the total contract price as redaced by the amount of payments otherwise made acid 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 7-7.16(E) hereafter, prescribing the amount to ba 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 deamed to limit, restrict or otherwise determine or affect the amount or .amounts which may be agreed upon to be paid to the Contractof pursuant to this paragraph. B, 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 avax.labl.e to it, the amount, if anY, due tc the Contractor by reason of the termination and shall pay to the Contractor the armaQrtts determined. too amount shall be due fo-r lost or anticipated profits, F. DEDUOTIOUS: In arriving at the amount clue the contractor under this section, there shall be deducted (a) all urtliquidated advance or other payments on account theretofore made to the Contractor, applicable to tote terminated portion of this contract; (b) any claim which the Owner may have against the Contractor in connection with this contract; and (c) the agreed price for, or the praaeeds of sale of, any materials, supplies or other things kept by the Contractor or said, pursuant to hhe provisions of this clauae, and not otherwise recovered by or credited to the .Owner. G ADJUSTMENT: If the termination hereunder be Partial, prior to the settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an C7-7 (12) equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract ( the portion not to rmi na ted by the notice of Termination), such equitable adjustment a's may be agreed upon shall be made in such price or prices; nothing contained herein, however, shall limit the right of the owner and the Contractor Lo agree upon the amount or amotints to be paid to the Contractor tar the completion of the c continued portion of the contract when said contract does not contain an entablis ed cantract price for such continued portion. Ei. NO LIMITATION OF RIGHTS: Nothia+g contained in this section sball limit or alter the rights which tote {owner may have for termivation of this contract unde-r C7-7.14 herecE entitled I'Susp4�nsicn of A,baadonment 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 PRACTI S: The Contractor shall he responsible Eor initiating, maintaining, and supervising all saF.ety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. The Contractor shall comply with federal, state, and local laws, ordiziances, and regulations so as to protect person and property from injury, including death, or damage in connection. with the work. C7- 7 (13 ) PART C - GENERAL CONDITIONS c8=8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8-8,1 MEASUP.EMENT OF QUANTIFIES: The determination of quart ties of work gerfoimed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on measurementS made by the Engineer. These measurements' will be made according to tie 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 PRIOrS: When in the Proposal a "Unit Price,, is set forth, the said "Unit Price" shall include the furnishing by the Con -tractor of all labor, tools, materials, machinery, equipment, appliances dad appurtenances ne-cessary 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 "]nit Frfoe" shall. Include all permanent and temporary protection of overhead, surface, aad underground structures, cleanup, finished, overhead expense, band, insurance, patent fees, royalties, risk due to the elements and other causes, delays, profits, injuries, damages claims, tastes, and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in a satisfactory condition for operation. C$-8.3 LUMP SUMg When in the Proposal a "Lump Sum" is set torth, the said ""Lump Sum" shall represent the total soot for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all suhsidaicy 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 Plats, Ca-s.4 SCOPE OF PAYMENT: The Contractor shall receives and accept the compensation, as herein provided, in. full. payment .for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and em-braced under these Contract DocurRents, for all lass and damage arising out of the nature of the work or from the action of the elelmen'ts , for any unforesee,i defects or cbstructiohs which may arise or be encountered during the prosecution of the work at any time C8-8 (1) before its f i n a I acceptance by the Owner, (except as provided in paragraph C5-5.14) ftvr all risks of whatever description connected with the prosecution of the worm, 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 completeing 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 Awnex- salad in no gray corist-itute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of thce Conti,,actbr 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 matarial4 used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfection, or damage shall have been discovered on or before the final inspection and acceptance of work or during the one year guaranty period after final. acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner far failure to correct th-e same as provided herein. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: e4t. eerl the 1st and 5th day of each month the Contractor shall submit to the Engineer a statement Towing 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 stall verify such estimate, and if it is found to ire acceptable and the value of work performed iAnce the last partial payment was made a•xceeds one hundred dollars ($100.00) in amount, 90% of such P►stimated sure will be pain to the Contractor if the total contract amnunt is Lase than $40'0,000, or 05% of such estimated sum will be paid to the Contractor if the total contract amount is $400,000 or greater within t-Qenty-fiva (5) days after the regular estimate period. The City will have the option of preparing estimates on forms furnishers by the City. The partial estimate may include acceptable nonperishable materials delivered Eo the work which are to be incorporated into the work as a permanent part thereof, bat which at the the time of the estimata have not been instal.li d. (such payment will be allowed on a basis of 85% of the n,et invoices value th ireof .) The Contractor shall furnish the Engineer such information as he may request to -aid CS-8 f 2 l slim as a guide in the verif ication or the preparation of partial estimates. It is uaderstood that the parEiaLl estimate Erom month to month will be approximate oxily, and all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous es tim te, and such estimate skull not, in any respect, be taken as an admission of the Owner of the amount of work clone or of its quality of sufticiency, or as are acceptance of the work clone 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 ,tails to perform them wgr']c strictly in accordance with the specifications or provisions of this contract. C8-8. G WITHHOLDING PAYMENT; Payment on any estimate or estimates may be hfBld in abeyance if the performance of the construction operations is not in accordance with the .requirements of the Contract Documents. C8-8.7 FINAL ACCEPTAVCE: Whenever the improvements provided or y the Contract Dccuinents shall. have been completed and all requirements of the Contract. Documents shall have been fulfilled on the part of the Contractor, the Contractor shall notify the Engineer In writing that the fmprovergents are ready tar the final inspection. The Engineer shall notify the appropriate officials of the owner, will within a reasonable time make such final inspection, and if the work. is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment therefor as outlined in C8-8.8 below. C8-8. 8 FINALL PAYMENT: Wbenever all the improvements provided for try the Contract Documents and all approved modifications thereof shall have been completed and all requireraents of the Contract Documents have been fulfilled on the part of the Cor;tract.or, a final estimate showing the value of th-e work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be ntad-e. All priox estimates upon which payment has been made are subject. to necessary corrections or revialons in tha final payment. 8-8 (3) The amount of the final estimate, less preVio18 Pa menu and any sum that have been deduated or retained under the provisions of the Contract Documents, will bO paid to the Contractor within 60 days aftei -'final acceptance by the Owner on a proper resolution of the City Council, provided the Contractors has furnished to the Owner satisfactory evidence of payment as follows: Prior to submission of the final estimate for payment, the Contractor shall exacute an affidavit, as furnished by the City, certifying that all persons, firms, associations, corporations, or other organizations furnishiiig labor and/or materials have been said in full, that the wage scale established by the City Council in the City of Fort Worth has been paid, and that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the last ar final payinEent as aforesaid shall operate as and shall rp-lease the Owner from all claims or liabilities under the Contract for anything cone or furnished yr relating to the work under Contract Doou,ments 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 Vacuments which specifically continue thereafter. CB-8. 9 ADE RACY OF DESIGN: It is understood that the Owner believes it has employed competent Engineers and designers to prepare the Contract Documents and all modifications Qf the approved Contract Documents. It is, therefore, agreed that the owner shall be responsible for the adequacy of Its own design features, sufficiency o.f the Contract Doci>iments, the safety of the structure, and the practicability of the operations of the completed proje t, provided the Contractor bas complied with the requirements o€ the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in wriLing 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_ C8-8,1D GENERAL GUARANTY: Neither t-he final certificate of payment ,tor 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 liabiltty 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 8-8 (4) pay for any damage to other work resulting therefrom which shall appear within a period of one year from the date of final acveptance of the work unless a longer period is specified andrhall furnish a good and suf Eici-ent maintenance bona in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outline. The Owner will give notice of observed defects with reasonable promptness. CB-8.11 SUBSIDIARY WORD: Any and all work specifically governed by decumenLary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special OonLract nQcuments, 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 eauh bid item. Surface z�-estaration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. C8-8.12 MISCELLANEOUS PLACEMENT OF nATERI L: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous plac8merxt of material. 'these materials shall be used only when directed by the Engineer, depending on field conditions. Payment for. iniscellaneous placement oaf matarial will be made for only that_ amount of material U-Sed, measured to the nearest one -tenth unit. Payment for miscellane-ous Vlac Bement of material shall be in accordance with the General Contract Documents regardless of the actual amount used Ear the project. C8-8.13 RECORD DOCUMENTS: Contractor shall keep on record a copy of all spec ficatians, plans. .addenda, rmodifioations, shop drawings and n'atfiples at the site, in good order and annotated to show all change-s made curing the construction process. These shall be delivered to Engineer upon completion of the.work. S-8 (5) yl •i+ INy, 1�4y1 +1y f I��1 n■ r+TT'■FSEC�'l<t� N C1'l- GENERAL fin■ 1r Tr ;j A. CJerlera€ C D These Supplemc-ntsu_k amend or upplemont file &` Jlt ],ral CorlditionE.Of dIC Contrrtct and othi n- pi-oviNImis (:, f the Contract Doct. meats as Iad14�t€cd below. Provi-,OOPS w1iiCh are trot So amended or supplemlerlte d r,�lnain ill Cu]I toorce disc€ aff,:u C 8 - - 5PtkK1-1AL FSTiMA"l'E AND RF-TA iN GE, P-,ige C8-8 (2),.sholuid be deleted ir1 its entirety mid rapIated with the loIIowirzg: Partial pad' eat irn t .01all Eye .suhniitte d .by the Corm-act6v or prepared by thf. City on the Sill c1:ry and 20(1'k clay of each month that 1hp, work is in progress. The cstimate shall be pi-opseded by thQ City ora the 10f1i day and 25th .day respectfvcly, F;stimates -will 1V paid Within 25 clays roIIo w inn the end (5-1 flu,, sthnat� r+erjod, Ioss the appropriate r,eAuirnage as. set oit L belc v. Partial'ay e timates may krie:Jude acccptabie nonptrishable rnawriah; dell+rejed.to the work place which are to b- ln(;o--porated into the Work �s z pgizxtartt�.Rt patt t€tereaf, Lout WhiCh Ur tIle time 4)r tlie; pay rstaniatt� have trot been so installed- I t such materials are- ITxclucicd wI liin a pay estimate: payment shall be based upon -5°, of the net voic, vaItier th�;r f. Tito Corttractor grill fumis,h tlie, Ling -hit, "UC11 i I I iiarni alion as may he Te$; CirtLMy rNuesb�-d to aid ill tlrp. vtiT-jficaion or the I)T-e n-ation oF-the uAy =,slimMv- For coittractS' cif tban $400,000 tit the tine of execution, retainage shall be Een per cent (1{} ). For cojiLads'03 '>i,lm,()oo cr more a khe [trice ert e%ccution, r-oaimigi: shall. Inc floc Coju act€ - shall ply subton'tl-actors Ln Fkcord %vii r .the subcoatraol a�r•eemwrt within five (5) Wisine;ss dAys allei reueipt by Corttractor of the paym--,3 t by City. -Cluntractor.'s 1'14ilute to make th} required pays cLats to will aatljr,$•ize .[he. Cite to withhold filitlk, .payn1tnLs froin the Contractor Ltrl.61' C.O.lt {Hance WiO3 this punigm,P11 i,Li ac c)mpfi.she d. It is trnder tool that. thl! parfla] pay cstimates will € e: approm.mate Oniy. arK1 all partizll P+ v tIIt18i: S jjid paynidtit of Sam will In slll jest to. correction in the esthnate rendered followira" tire discove>!-r of th1! mistah-e in any t rerri 7us sti�natc. Partial 0ayment by )AIa'ier ftr the samuitnnR of uv-_rrk doi1C or (A li$ qvality or sti i6: ,iw or accuptt ict -or the wark done: sklt-111 r10t re€easc the- 'C-0T1tractor Of a11V 0 f tS resl)onsibiliiies, gndt r the Contract I){�ck1�21rt1t5, The City re.�ervt�s dic Ag-17i to Withhold the paymem of a-11Y pm tial -;�stirrr�tte if 111e C'omra,pwr'iails to perforrrr [lie work ih striet acc:ordatiee with lice sp cificati!ons or other provisions of this c..ontract parr C - Gcneml Conditions: Paragraph C 3-3-11-ot the GmeraI Coriditiniis is deleted aad mplaecd wifl7 D-3 of €part D - Rpec;41 C'miditions. C;. -1;1 LNS1_rR T-C:F, Page C:3-3 (6), Delete subpani raph -g- ,GEN"I' FO INS UR A NC H .11 -3 ON DI�G" lzevisvd 1 g- 1 i L C-6-6-12 CONTRAC-FOB'S I F S PON SIBLITY FO IIvIAGTF CLA}�ri : !'age [.; -6 d(.=I�(cd in i(s at4ii'e'ly.. id ivpIa-,-ed with &te f(Tovv ing: Contractor covenwlts aiid agrees to irdemEify' C'ity's fmginecr {�rlc1 arcjl teei- ard. I�7eir p:el-soilli l al i 'e prq!) et sitc, lbr C ontrati'tol-'s soli:. ;}g?i erfc u,. 1�i tilc dilion., €=:i]jltr !{ ll}3' cw=ants L�l'td ayiv as to. indernni;'v. h c-Id lyaniiles� a.-ifI dc,kncl, a[ its' -own e%pt-3rsc. tine Owner- its 6fftccr£: and ernployeesa Fh-�m and .rE¢<zinst any Ku4d aft claims k)r s utxs for prop rr.y loss, Prope'l:ry LInManC, L'k rF anal 33TJLI! , irlclLiciiFig death, 'al'Rsitig' i�j4r of, or - a]Iesecl la arise out (')1- the urot-ii andq--I'Tvic'-cs o by perher4>_inder hy..Coiimzctor, j"ts c�f#sc agents' Qmpllo}'tes, �L1�C{3llt]ACtCiTS, licV-nseus or invitoes, whether or not cce1,, -Nueh ildi i'['. rflr muzr or clr' ath is crrmsefl, in wfj ole_ eir• i?1 part b1•'. 112e jjgpfiue, ice ar e3ff£' a c Ire lig{ nCe of 0 Furst*#'• •its officers. 5;gIvIllis o!• cLn fo yees., Cofltractor. IIkc '. wis� L sov<-,musts ,uid J ryes to indk;F-mlify. i# id' hold harm icss Life (" iv-jer' trUtrC:d]�tl 3t�illst tiFly and {11I injuri�,s to T wnit r s -oifrcvtr ' s2.--.ants ;lI)d LTrtpioyees zirld .411Y. &uuage; 10"is or dcsti-uClion ;:o property of [fie ()%v ld;' arisjiw from th%L pe?-jfIT-iljtit'c e []i'iirty 9,f qle EC1'ETi�; aEld k:is--. t.k7115 }� ' llti ,±llti'::t�; si i1. 11��#"_ur nuf 11111Y. ,Sm-h I�JJiI - ") or dajP)W'r is caused ill IL�l�W a)' iu a rl by tltt ne lr' ence ur alla_=mac d ue d1-onc a of Oiva r, ifyy officers. vervaws ar In die, u--vi Tlt c w-ner r&Qives �- wri[Ler} Clain L I-bj- (jar aoF;s.Ljg3j' SIIC C'lrI7i3actl7r or sT1I}C0n4-actor5 prior to I.'na1 1)aYm-Q�n1. hT1T 1I payment �;h:�11 not be mad-- uIllil Contras Aol- �, her (a) s;ub tits Eo 0wE1e j. w?Pt �]]G' i<'v3L-ft!ni4 tLa rllu C1aiT11. teas hoc-1 setaled -Lind/.or a ;�m rea;-e fk�m dv1 4,Juiman..In olycd, m- i b, provide*; Owncr with a later frcilt1 C`ci;Trra� tc�r`s [iabiIjL•y [E'1$Lli•�L.ILCe CtIz er that the QCLItIli hji,-, r ferreLl to the itlsur rlc eart'it,r- i'hr l ir�utor may, i1' fie Tle n14 f1-4TTc-5PT: _s-, r6' to .I [ t 1 i fw siE1 otf)er 0-y iif' F<�rt ' 'ortn I)ubfic ) -oj-c`IFdni u Corl rat�to1- aoall"w1 %%ill +ill a Claim for L am-'ioeN i5 i-jutstaildinu. �E a res3,T11, Of i+Tlc pc:rfb-ml<,,d Lisidtr a Cif v Con Lraf �t- F, I C'REASSTIy''D 0R T�/l"�" -L" '%�1.';1) T _ :"7'�i'L� S. Pori, C (�c�t�ra] C:�+rL�i:iL�t��, �ec[ic+n (;7.c Gs` -C) i `_�1•' \V If�14. TI4jg� -I J.;rise prm%gFuph'C4-43 IIvCT:TASEI) OR. DE-C1 1-sr%SFr %• 44, The ()wilar restrves Lhe T"Alt tQ Lltrr t1 j e, q ur jn11cks of 111c �s-s-)rk tO'.1� pv r>?i�c' ,. r.., e tCt1C� t1r h(1 rwn tESC 1rUf)tov0n'v11ts.IC ally. tlnl!L- W-13n' l uId, a'%ill1 sate- ContractoJr �IhZIII pe,ribFill thu wouk Us alter=�u, ir1 �.. ♦ia:cr4ased at . Ic UT. iL f1:-1cr� as L-Moillish6d ill tote conIrc[ctdC.Ei-ImILnI.s• N(, aj10wan ce wijI I) niadv I'{.1X.:!❑_s' �111t1gcs 11! lost nx--antiQjPatc cd Protlts n{,r rha11 such ciicwvy} -, he coLsidered awaivin4 {„- inv.iiljdki-E3g any {: ndiiion iFr r.71ovi31oiis bj the (-on lcl{'# 1)alClliT]onI ,iriati,on; in quanti tics of &s jntury pipl "s 1TT L1Qpt11 ccativg�'ra 1�4 ilk{Tli. be tnt� rP4etec{ he[-'�4) as iTl_ pIving r.o 111e Pvern) H ♦ uan ii of sanitary -sewEr pipe in, ealcl� .pipe size 'MI; M)L to 'Lhc: V ari()u�i cleptll cafe 09130 /02 - C:3-3.1 f 1NS URANCE' Page C3-3. (.7); Add suhpam&raph ` h. ADD ITION, A f . N I_TRANCE'REQUIR>J14+ UNT" -a. The City. its offiee.rs, employees gild se'VE111Es s ,111 bL- <;t dOrSCd gs ui additional h1sured ou cu rucluj..'s insrirtne;� polic4!,, excf�ptincg empioyer"S !lability -irIM-1mce CoV'era.0 rttsddr Ciintractor's WOFJE t�tg' poliq, 1). CEaifieatcs of lnsuranx� shall bi, cieliveed to the City- of Fort Worth, coritrac;t achuioisir2alor all the rupec.tive del)m-tment c1s specificd in t!i�: bid -do;;a.lE7`.t q1. , 10,00 Throckmortoo Strect, Fcft Worth, TIC 7b102, prior to commeno-,ment of work, oil the Cortract,zd pt�Qjcct. C. Any Juilure ort part ofdie Ciiy icy. rquest E`zq.t -ed insurance doac imeritatinb "'hA t 'not .coAslitwe a waiver of -the -imurance requiraments specifwd lwrtdn. d. Each iDStli'anie 1301icy shs!l bC endoam2d to ptovid., the City a rainiIilum thirty days rtotic:e cal' cancdJal. en, non-1-tTaewal, �jid/clr material cl mge- in Policy rerms or covaage. teat days notice shall br— aQc: - rtabIc in the event of -in ou-paymeiit (i C premimrt, e. insurers rxtzw be authorized to [try busirke,5 in the. tab-, cif Texas m--d haye A c:ui'rc-111 r1.10. Best Miing of A: VT1 ref eg0iva'lt! L ilteasiE!'e of F1 Ilan Qi41 &1rength Lill solvericy. f. ecl�actibfe 11R i*s, (IT Mc!f-flMded ieention hrnks, on -eacIa policy must not .exceed ] f.),000,00 per oc.cuFronm utrl.f.,4s c,therwige npprovcd by t17e, City, - other tkan "Vork.Cr,S corn Pk: T7sittlon imsia-a m c' % in lieu *f iT dit11JnaI liisiii`i'J] ue. C. it- nzav Collsidt-r alv-,ma [ve Coverage or risk tre ih-new. measures thrc ugh insurance pools or risk ret,n 6oci gcotjp4, Thte Ciry must :1plNr0ve 3T1 41-61ifl&I Xly altr;rnativc covL�.•acc. 11. Wprkors' comm,- Wide insurance p(.."licy(s.) covering e1riploye:ew employed all file prt}jec . -,hall lie endonsed with a waiver of s,ukogation providing rig!us of recovery in he City. i. city Shall r:es be res omihb� ti)r the direct payniefYl of insurauca prpmiiin1 costs t'or' cantractor's inSLIMUO- i. QT11raCE.T33'S inS1.1r,-Me 130hoies-,�haIi each he end.oi-sed To pr'OVidc 1119t Sueli iT1%tWMCe is briritan. protc:ctirjn acid ang wN_ftmdcd or cvmmgrcial overage muinEalriud by C N ski,111 not he cal led ttpcin to contribiat� to loss recta very. tht'ourse -of thi projoct, Co,Ytractor shall report, b) a.Iimely� rprtuater. to City'' . officially designated c ontratt adi�Yinistratoi- ziay known loss out nirr nice 'Bich cou Id give ria� 10 a ii.Ct-1 ity. 1, L ALIJI 10�V0 �i� carwiI V CfTrtIC1 ftSklj'� �ti �131;ir1prsi•±,r Erxcc Revised Pg. 3 0 cif x 0/0 I, C`orrtractor' li�> ility sEl E1 tic�[ Eye li it c! Irr 111e s-pec1fieLl.am jLill k)f lnsurartce rat" l i pS regl.rest c f ir��, tPr -.SJlaI t+�. ' de c::ornplete cnpics -of-.alI iiiskirancd Policies lCgnircd by dicse contract docunid�;xCs, Ff. C- -8_4 SCOPE OF Pr1_''i'17"F T; f)eketu �-9- "4. >!ope of 1'a}rrrre.nt at � ��� c#cle#ti1rl in it3 e-r1lirety ,m'd rdplac,c� l %V411 the, following: The Coillaketor sl alb r ti.ei �c aricl acc:�,t tE��, co,t jpensatic}n i p l><ctcin prc t'i[ied1 in iir� . payiric:tlt Istir E'urnis�ih)g all kubor, woIs. n)aicria i-,ad incidcntulL ''for pori`ormirrg a[1 ork'� ckinternp[at ed: and e-Mbr-cICPd Lin IC' E1Coil racl D(1cum,l its Bor all Ion ,. and darlIa c arisirr� ,�r.lrr � F the tI;ltlrr c L' tlxe WGrk or Jrorr,, bi - acdon of the elements, i:or aav nrtfares� cII c 4_i'zets or obsiruclions wluch: may orr�zc or b�: eFk(:Cstilalxered dLlrair- .he 5r( ccxtilio�� Whi[Ch rr dV Irisc .or he, .(%riemw,l Li A durin, the prose-utinit f, f' the work at any zLii', h.eibrt� its flli?J acceplance: by &C OuIlcr, (except as providted in pai•a raph C75-5.I4 for',lfl rjskis r)I-w-hatt'wr de,�cripticin clrrLcct I'wiLh life pF,7si,-Ctit] kill c)t the wr,t7c; Ei1r LIk. t°Npe-T Sws i icurvcd. lay or in CDnSCCj?I0I3Ce Of thl-_ SL1SPOUSIOTI Or L)f 11CIi ovoscCutioll of lbl I'vorlJlig ov Eva licalis as llctc iFr :petiified, car ariv unci-it]I infring"ornent,, of I���L rits. trod r, f�i k , cfjpyrights, or other legal 3-eservat -om, ;Tact for tik)rrpEeking-'die: work it ors ac;cept&ls:.IL Utd ing k-I LFIC7 Ltirlxlti ± 'the' C'onlr,!Ii,I DC)Uunle-nt� Tie pUytnML e11` Jn,' CLil.retIt or p rL�ial ��Lim- att prior to lht� iirj0-k acez-jitttirl(;e of (I;e Work h ' the (w.Tie- r �h 11I iii rl(r w4y (.,,onsritutc'an ac: k Fl owl e d gm. ent o F this- acceptance oj' ate wor:c, InateriaN, il:---quipment. lion hi a -ay way prejudice or aifev.l Ine cilrligaxiotis of rho - - C ulrtrrl i;,r to rcp , ;-, Corr< ,ii I., rct1&V., or a; l:k:2; 4,twn and proper pun~,c: any dcfu-cts ; r 1r117�ii•i-vr:tio]:,S Li1.tIle C(II 4tvL Jioo--or.in the sarength or. qualILy OF k;.1c matc'rI''1 kl t:11 OF ec,ti prrl :ijL r n4ucIti;iery fL;rtjisITO i,I car 0nit ik ion -,Iri1oti On LJ;M1 the York trader colt act, and its alPpUrLC11=1PCCZe ; oi- r.my daumVe dclu-:or attributed Lo ,uch tic .fccts, which �lefects, irilper[cclic��i,w" fil• t�ci3l;tE�t:' s�I��E lI;IYC' li�elrdEs�{��rtr��inB crk�efc�r� ikt� II?7�] �t�.spr;c[rr)n �:r7CS acccl}4a<Zc:: of Mir s ilk ,�.- during I.NI two C) . year gua wity period a!1^r the final :i cept4rne . I E�4 t vrs r . 1rt111 I_r td�c S�FIt' ju�l e oC s kit tikc lei tw. iirnperf�ctiurrs car c rarr a e. rllld fi1r. CoriwaC.iorltiall be liIh1e. t:}hi{}z 1' 3ktlre.tu GUARANTY' t]clL:re C:84,N,; 0. Cicrte.ral Gu.,ran + at Oat i C $-k(t) is cleEci- 41 W, elrtirety and P�plactd witEf [Ile ft2lloxving, NeiLhei-.dLe IIrtaI Lertiticale-U-:fpay.dn� rivricir any provis-1)11 ir'I tIic. Cbntrict l7ucunit:rtLi_ nor l±zlyf.ia c1., entire (I t,u0arl�,:y ur .fSe c,f`ill e pr0rai_Ws 4 'Liiz ()wncv s11ri1E co. ssrituRe an ai�c,-.-planct.Pf work nui dome :il ac-_44ir anrx with Lice C.on1�kcl `oc:iirnents of reThe Ci}IntraLrorof Iiabi1iLv in regpecl to a n v (.':(pFwss %v-,jryantLes or re,sporiSibiIiLy for fa LiILY Ii-in w]"!:1hv or Work rtl.frlship, `Th C C.11 I zi-IiCto L. gha1l r c-IIIL'LIV any or da!na-ni:k in 'k :iFiJ pay for flny :iftTrlNiyrU k{} tilflla tivvrk r I7I'i?i' cfty r4;5irIiirlg zhez-2,Fi 111 VVIIi _ 11 sir l I I itp � jf- wilI1Ir1 :� p 'rlod Of,cv,o („� yu cs fr rrr 4 ddtti df ii11�I1 3L�L-,p[;(n.cc, ()f the w-drIC I c,44 '.t IorILQr period is ­,pteoifi re d and ghaII rIirnisli a tcs)d , and sufflcienr rrtairf>:urt;uxc--bo3id in the . .hint oC 10* porc, nm Of the arriaurlL of tiv contract 2 which AttII -,IsmIru llat: perfb mance sifHie genw�iI i,uarant yas abD -outlined- T€ie Owner will Live noIice of'cabserved deft -cm, witli reasonable pi-0111 pinUNs. Any refci-eiice to ai:Y shorter period -of time- of vvaua11ty �!C!n(a1lie d eIkwheIN-- ;tl1i11 the sp�,�cii ications $h"lI he resolved in faw- r of rhis speciiicati )ns, it hein the 0 ly'r; iilleil chat 01FE5 C, hLeactcar gu rants- is work for a period of t%vo (2) years feItowing Tht ,- date of ace, pPuurce of tyre Pzoject. In the Sp&dal hlstrucficus (o Bidders, TPW contracts dace the follo"wing ir, lieu of the .t�xisfing Paragraph 2- Part C - Gelreral C'onditims, Ser1ion C.2-2 I-�ITERPRE'I`ATION AND PRE PAlkA1`�C�N OF PROPOSAL. Prigs C2-2 (4} excliange paragraphs C2-2.7, - .8 ; nud C2-2.9 witb the following: C2-2.7 DELIVERY OF PROPQSAL: 'No p�� pG� w€ -will be cor>sideod unless fi� is di-cecl, acct]a- p i1riLod by its proper Bid SnUfit)", ro the: P1.1TCha9tr1; Mana8er car Ili$ rep?- st:watiw at t€ e official localrt»i wid stutt-d time set )Moth In the "Notlo, to Bidcicrs," It is the Biddcr's sod � responwihilxty to dciiver Lhc proposal at the proper tjme to the proper p'lace. The mta re FauL l at d pro}>osal Vas Liisr�atchCd well MI( he considered, Tlic: F3IdderS .dust I1avc it c pro posnl arrLudIy dekivered. Each pro pwal .,IialI be in a sealed env.c16pw I)]aiiiiv tmrltcd with (lie w6j-d "PR0POSAL," and the nFtine or 0escripiic11 of tfi,. Jim iecL as desi,mared iP tale "Notice I -Bidd�:rs." The envetoPe .,haI1 b'-acJc�ressec! to Pur611u�ilr�g ivlanagc�. U-ty ofFot•t WoTlh Purchtr,l1uo D1vJsion, P - 0 - Box 17027, Fort i b1-th, Texris. 76102 'C; -?,8 WITHDR, WING P RDPO AL,S: Propvss l.,� actuaIIy filed w i d I r11 Purohasirig ManaP-cr cannot bw v iIhdravon } 6lmi to 1:1Ic: tiIne set for ope[-ink, proposals. A regix,-st for hon-r;onsidr-ration o kL prkxpogal ii-wsI lie ingt&. in wrltIng, addressed cc) the Ciiy Manager, and it Ied with I)im 1)rior to the time set for 1-he opji ng of pa- posaI�s- After all Proposals 110t ruc uegted f6r u0n-consideruji4)11 art-'up0mi l aiid piiblie-ly reacl'{rtotid, the proposals for whicli non -consrderGltion. requests have beets properly filed may, at Ilic option of thf, C2- .9 T L1✓fiRAMTIC- 1VTODI ICv TIO N, OF PROPOSALS. Any bidder muy modify his. proposaI by Lelc:1,1rrrphic �UrruiiUlkaiioii Alt ashy tirtr- ]yrior to (Ile Iime "et 101, ca�c�Irii Q pnipusals, prtrr+id—d such corrImuntcatimi is received bV LhC Purchasing. h1ari,ager prior ta. the paid Marc}pmol opotiing tines, and provided ni:rthcr, -tliat i i� City Maitager is �atfsfied that a written =d duly auth(eritieated coidirina.tio ri of Such E�!!t "I+ipjdc: C.,o ]t ullical-ion owr the ..sigrtatunr of IIic biddtr mailed prior to 1he- proposal opmill g hide. V, sLwh Coll ilrmati011 is ImA received wit11iil 1-)rt -eight ('48) hours er IIle P1.6 :o'."aI c poplin . Li111(% 110 fLIMICt' Corrsid Tat:ion Wi11 brz g-ivC,33 to the proposal C3-3 l BOND S TIT Y LET PRQJFC'TS); Re..Kei= tzee, Fart C:, Cisco -al c0diiiGhs, d6ted N ovombcr 1, 1987'. (City lei. proiec:ts ) in-Ldce the 'mllo ing 1•evisions; ;eel V02 1?�, 5' 1. Nge C3-3(3); '�Ie pu-agi•aph aftz;r par ,�iph C3,;.7d C�i-her Rands should be revised to read; In order fo r. a Surely to be aci:cpt�xol0 :o 111F City, th,� �l,,rety m1-Isi ('1) 1101d a rsertifioate of au` Iofi[y from the l�r:ited tates secretor+ of tl7e treasury to qualify as a si.zn�-ty on obligetiens permitted or required under federal I -a ; of- ( ) have cbtained rejnsurarice for any IIaNIl [y 1n excess of S 100.G00 from a reinsurer #ha€ is authorized and adnlas Ltt I,eInsurer Ir,,Lhe state of Texas aria :s the 110ider o` a c�., rfifl ca'to of atalharity from the- Urrtc L� ;e# s.:se : etary of tkie tre ,a4jr';r try QLI21if 21$ a sLrrety on obligetiar permitted'or or I-egUired under, federal Toga. Sa#isf�kt<lary proof of any SLIQh relnsumnce shall be provided ;a %he CFty upon regLle-5t. The C ty, in its.scle.disuretio1i, will determine the adequaey of the proofi MgUlred haFein- ?,. Pg, C 3-3.(.Sj PuTagraPh C:3-3,11 I1 9t. .: 10E-delete aril panLraph Co M PE-INS-Al'IO TN S r TRANCE". - .P g, C3-3(0), Par-avr.hph-'CJ-11 1 [N,'--1.1RANCE deIcic �,ul-mFiragrapIi "o. T.CAC-AL. T' TQ AUDJ. T; Part (: - GeueR'wl C.oiiditlo73ti, Seaion C9-9 M LA S U IZEN, 1FNT -AND PA 1'NIFNT", Peg,- C 8 - 8 (5-, {tdd s}tc foll[iwiTi ; { (: orttract0r :3ar es t.i7 at tl}4 CiL k3 ilk, [1TltiI 11II l)i rati« n of 4f,roe S ; e €, .7ftc€ iltral puymem 1jnder.1hiS k_untTaci, Dave acc to all the Figi€t to am im al Id Ph(),xrontly a11y dire:dl . ppriinerlt b'oOks, 46c:umQlas. P.9P"e3-s L'.lid-rec[)r;. s cIf the C43LiLrac:tc>r i:lvc�lvirig €rarksaciion s YeIatiiie to Lhis colltrar;. Q{-511traL En I. -2r,�us 11-1at 11w, C?, shall hv k :kce�ss .dUr]rkg nurma.1 Wolf{iFig 110LIFS 10 �I TieCeis:Sar}'.0 iiiIrm�;t«r far-ilio7�'� a1Xcf 3f1aJl bC nrc]Vl�eu adcquato ��nd'a�pp>:c7L�rix,,- work space In urderto L`undLLci aLIdiI's 117 ;:5:17pIiT 1nce. �y1th the 3�rrwistahs of Thli 5ec1.14-,1). The Ciry sled-f give Lc3iltr &Lai- soiiLib.le advaacp aotice..of lliLc:ilC{c:L{ iiil��lt5: N Cnnt--actt-Jr filydiLr-4L'reeS L0 illCil; dC i11 all SLi Gc}11L1':�L'r.1 herczi€ der 3 Psi jl,r'Slntt 4c.�+;i� �ac'Oe LJ redq r1-€ L rite C-it, ,'hul1, t111Q1.tlir2 cxpiTwIon ofthr�e Yt rs Elfl r tin l riaymP1.11 and-?:- L'1C stfl%;clntract, have acce,��, w {Lnd thti rig, LL to exa;I1inp d mid p]jotocupy ArLV dIlkecl,1y ppTtLient bou1(c :, ckjimrl;, lZis, .p .:VO% ;End tQi.;orr_LLI 01 • -:., 5"thooritrktor, kfv.plvirg tr_Lrrw'3QIinTi, tp thc srll coTi€Tact. and furEilc;r, that.Gly ShalI have i ecc:� durilig r�grmad Workin hnilr� Cn 211 sithcof&itra:zwr fiaciIitie, , <.-nd shw'•_I be Pro .Vi'ded kGclvrftilut � aIIJ -rip rrijprla(s: wC,['lc tipacc, i17 Or.&r to conduct audivt €[t Conlpli aIIue . NA, itIi the prov1sio-is of this a)-t'c`se. Cha' -ivc �L"iItic..orktrcirt2_+r.roasflii-aib1, advance rioticc of intcrlde; i aAudi!s, ,by. tb,��-Ci ly. The t.'ily:k t-� s to ri-,imbur:;. ine (".s:k1]"Le1o03J. lr UIC COSY cad copies zis EolIcjWS: R.evh;td . Pg. 6 im. N'. !. 50 Copies end I'mder - 10 CemS Per page 2,1More. than 5€� eapies - $5 (;V.IIt; for the first pagte plus fifteen ecrrts for Qach pact thc.6aftcr S IT PREPARATION: The C oniram)- rights�of-way c3i- en'semt- n is which must bb rv'lrU.ovecl to Tuake possiUe proper pm5tcmloji uJ tnc work. as a part of IICis project oonstrue lion opcygtion-s. The'u,, ltrac€oCs attention is d'ir. -ted to .paiuugr aph C:6-(5, I U wock wi#lun easements, page C6-6{.4'1part C' - (-Ra*r-1 Condition of flrrY ,dater Dc-partindnt [Sunk`!- con Irau[ Doc;tir tnt acid General SPCL:3iiCaLiont . C',learing and ve,,Eorwion shall be considered as ineiderual to coji-,auction and all costs irQtu-ri.d �A� II hu <x)rl.sidzred to IN-, inc.lc:Lf--ii in tho IJaek Foot pribe of We pipe. REAere11ce P,VL C - C;otteral C.611dtticsrts, Section C6-6.8 BARRICADES, WARINI1-GS. AND WATCHMEN. 1, is-pever 11ie word Wate hmen appears in Ihis paragraph, it s€ al -I be dangcd io the WOIA ILigmuri. 2. In tlxe J.1T8t Pr Ln IgTaj)h, Iilrts five (5� and six (6)r clum ge the phrase (a.ke,-A]I such-o&v-,r ix,es dui for aly rt1: r SUN3 tO takte al l r"ea,�oi-ahIe rir-Cessary trrrasures.. ONO 0JUTYAW-). Flti BUSIN, E ~S E T.ERPRI F. C'(-)74fPT-1ANC E, Re:Fere.ncc Part C (G;tneraI Ct�ridtflcarrs), Seaticn C 3 - 3.2 Entitled " MIN 0RTTY B [.{STES'S LNTEld'RIS FAVOMEty-0WIN ED BUS rNES8 ENTER-PIUSE t ,'(-)M'1.JA CE"' shalI be deiete(I sn 1Ls vntii%:ry and rcplaced %yiill Elie foIlow iii& l_Iper]: regitest, C O'nt1' ii'✓kir a ees to provide w Owmr com p lete and accur- ik i nforin ati oil regarding actual work pel_forme-d by a Minor) Ly B w',iness EiiteFprise.(M1: U.)-uid/or a Womatl. Usim-ss F-i nteI-prise ( BE) on the conirael and payr; oaE tliere-fork�. Cmi4kir for fuAher agrees.to ptermiI an audit.alld/or examination of any books, rccop :k or iilo;, in its Possessisjn Ihat will su Old acWal work pel-foj-mv-d by an MJ3F.and�or WBE. Tli(,- misrepr•esomation of fans (other ihau a negligeiiI misri.prc:wntation) a1id!!W)r Ilse cnmrni-,�s',un of fr u(I by the Con r�aeior .A, ill be grounds for Lcrmination Of 111e cOii LraeE ruldlnr itll[i.'lti11 Uct24)nl.mder appl'apriale fe'dei'a1, S10�e 4)r locaI Inws {)t i7�"C'ir]ur]ccs ml<,jtin it, Lilac sfiatement , farthi=,r, any such 3nis;i-epresr jitat iult (uLher tlajt 1'leL,Ii C11I IT] i2�ropre entattuli.)- .1Tld/ - cotxrrtli ssio(i of fraud. will result i.n the Conlaictor €ring detzrmitit-'Ef to €)c it-1.cspckltsible and bru td froin par tic,Jpadng 1a City %vork Kerr a period of time of'n.()t loss thvi [.Iles. ( )'.years.. Revh.3e.d le g. 7' P. WACYE, XATE4; SQQ1ion C3-3,1; ctf tit,: CretieraI ConditioR3 'rs ddewd At id rep IacccE with thi2 tr.?F i:T } w i {IN) TlkcoTtIractor slid€l ocsCnp.E.p with all -r :q uTveT]7c�11[' at C h apwr 2258. 1'exas 6i 0von 111lent C ode, inefudiikg Lli�'. PaY111etit Cry'sic+t Ethan IN. t-ate,, deiVr.Mined by. tnu City C'oi, xiI of the C1Gy of Fort W(,riIL n Esc (he'.pro�-,Ming.. ,%+Age rates. hi. ucccTrdazlcc wadi C 11apwj—'2 5 8- %e a:, (1ovi rrimeril CWC, Suw11 rev;rtlifl� -16i; �e ;aleS £ae. itiCl Lidud iri thl se central iioc tifil CsI W) ffTe'wnlractoi- steal I, f4)r a pteri60-oi#lirce G) y,Lq *,jliov iP the d'alQ or-=:c:t Lance of fm,= w-ork, rmr,inzain r4c;i_ds thO L how U) [he name Lind occupation of eaca we+rlcer trniployed by tho c�ip[TsicEt?r 'm t_hc construction o the work provkRLd-1 in �i� c �rrtr,rci: and Hi) the per 1em wag!s paid to each worker. These-T-ccords shall b4c open a all rcasoaabJ,� ]YouPz 1bi, insp ck on .by the .City. The provisions of Sc;c flo?i C- I , L, lb:' 11L M LLd,ji ReV. q{ r0/02 peT't i]1 m Lo il-A& in!p-cti.cur, (c:x Tlie cottizactolr ,;haIJ bicIudc in iti,ubc' r)mrac,' s ai3d 6T- �fiall1 otjicr�vke require, all of it., Subcc7rilractots to coi11ply wi111-paragraplis (a) a€:d i ] al.-O've. (d.) Wltl:r each parlial payment catmiate-or payraA poriod, whlclie ver-is I ,.a-fl ` -3.ktLIrii 111,Tt lEl 7 i conr_rAc-lor has complicd with flte rt�cfuire}.,Chap ler - : 58, T' xtas CLMtr�I.C(3r Sha11.posF [lie prevsiIing �v gc raUan .cor7spicuous puce at the s:te C)f t�l� prttject at t�l] �irrl�s, . . Reprised 0 /30/ 2) PARS` D - SPECIAL CONDITIONS D-1 GENERAL......................................................................................................... . . . 3 0-2 Q Q ORD NATION MEETJNG..................................... ................... .................... .................. 4 1 f ITRA T R COMPLIANCE WITH WRJ E _COMPENSATI.ON LA11U,.,.................. D- 4 OOORDINATION WITH FORT WORTH WATER DEPARTMENT.. ........................... ___7 Q- 5 CROSSING OF EXISTING UTILITIES ........ ............. ................ ........ __ ...... .....,......... ..,..,...7 D- I EX- I TIN UTILITIES AND IMPROVEMENTS.. ................................................................. 7 U-7 C f STRIJOTIO.fy.TRAFF.I O fER PIP LINE ........................................ .. F,..............,..-. D- 8 TRAFFIC CONTROL ....... ...................................... ...... ......................................8 I57-10 EXAMINATION OF SITE- ......................... .......... _'.9 0- 11 ZO.N.I.NG COMPLIANCE.................................................................................................9 D-12 WATER FOR CONSTRUCTION ................................. .............. ................. ......... I.......I10 57-1-3 - ...., .............. WASTE TE MATERIAL ... . ... . ...........__............. ... ,......,..,,........' o D- "!4 PROJECT CL)�AIVUPfdD FINAL ACOEPTNCE .I0 .........I.................... I ........... ........... D- 'I CON. TRUDTiON SCHEDULE AND SEQUENCING OF WORK.................................10 -.. SAFETY RE TRICTIONS - WORD CIE _FLIQH VOJA E_I.,INEs:....................... ......10 D- 17 BID QUANTITIES-- . ....... .................... ......... .................... .......... ................. � 1 D- 88 UUTTING OF CONCRETE .......................................................................................... � 1 D-79 PROJE T DESIQNATIO I SIGN ..... �1 D O QNCRETE SIDEWALK AND DRIVEWAY REPLY CEMEN......................................1 Q- 21 MISCELLANEOUS PLACEMENT OF MATERIAL .......... .........'....................................12 5- CRUSHED LIMESTONE BA I . Fib L............................ ............................................... ...'I D- 23 2.27 CONCRETE ................................... ....................... ___ ......................................... 1 5-7-2-4 TRENCH EXCAVATION. BAOKFILL AND COMPACTION .........................................1 0- 5 TRENCH PA11EMEk4T {PERMANENT) REPAID (E -1 ). FOR UTILITY OUTS,..,........14 a- 20 SITE. _P._FCIFI TRENQH SAFETY SYSTEM (COVES ALL PROJECT } , '....l..i....14 D- 27 SANITARY SEWER MANHOLES................................................................................15 Q- 28 SANITARY SEWER SERVICES..................................................................................18 D_ 29 REMOVAL, SALVA E, AN AIVDONMENT_QF-EXISTING_.FACILITIES................ 20 D- 30 QETE TABLE WARN IN TAPES............................................................................... 22 6-3-1 PIPE GLEANING.. ........................................... ............................................................ 22 Q_-32 DISPOSAL OFSPOIL/FILL MATERIAL, ........:.... ............................ .. ............ . .22 D-33 MECHANICS AND MATERIALMEN'S LIEN ....................................................... .......... 2 D, 34 SUBSTITUTION .................................... .............................................-...............23 D- 35 PRE -CONSTRUCTION TE[ E I [DN IN.P TIQN F SAi ITARY SEWER.......- -.23 D- 36 VACUUM TESTING QE SANI-TARY SEWER MANHOLES .......................................... 26 D- 7 BYPASS PUMPING.....................................................................................................27 D- 5 POST -CONSTRUCTION TELE L IOhI_JNspF_CJIO_{_oF sANlTRR _ r= ER .... .... _27 D- 39 SAMPLES AN QUALITY CONTR L TESTING ......................... 0- 40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FbR 01STURBE1) A R FAS. E.E SJU AN,1 AQ E)......................................... ................... :... 2 9' D- 41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES.. ........... .......... 30 D- 42 1 ROTEOTION OF TREES. PLANTS AND SOIL.................................................._......31 - 43 SITE RESTORATION .............. .... -................................. .......... ....31 D- 44 ET. ..EwF..I _QRT WORTH.. STAND RD PRQ_aLIOT.LIST..............................................31 Q-_ 45 TOPSOIL, SODDING. SEEDING & HY DROMULCHING........... ... ........... ..........3'1 D- 46 CONFINED SPACE ENTRY PROGRAM....................................................................37 SUBSTANTIAL CoMPLETIO .INSPEOTIONIFINAL INSPECTION ............................37 D- 48 EXCAVATION NEAR TR EQ {WHERE IDENTIEIED ON THE PLANS)......................37 Q- 4 CONCRETE ENQASEMENT OF SENDER PIPE ..................................................... _...38 D- ao CLAY DAM .......................... ._.................., .,.,......................,..................................38 �CP>TORATORI ECA7IOTV. (D-1L?.......................................... ..38 WNW C-1 PART D - SPECIAL CONDITIONS D- 52 INSTALLATION OF WATER FAQ1LITIES... gg .1 �rrlyvinvl Chloride (PVC1 Water Pipe.. ...................... ....... _....................39 52.2 Blocking -'•...... ........................... ................ ......................................... ........ 9 '2 3 TVpe of Caslna Pipe, ........................................ ................ ... ...................................39 Tie -Ins, ..... ......................... ,.............,...........................................................39 2.5 .92-6 Oonne Lion of ExlrOn - Mains ................................ ..................................................40 Valve Cut -Ins ........................................................................................................40 K,7 Water Services.............................................................................................................40 5 .8 2-Ir�dUemaorary Service Une ............................................... . .... ... ....... ............4 52,9 P• urolnand Sterllizaiion of VVater LIngs............ ...................................................... _.43 5.2-10. Work Near Pressure Plane Boundaries . ..............................,,.,.,.................................44 5.11 Water Sami3le Station ... .................................................................................... ....44 52-12 Ductile Iron and GM [rM Fittlnae..................................................................44 bT53 SPRINKLAC-.ROR DUST CONTROL ............................ ............ k....d............................ 6 1�54 DEWATERIN ......... , ... . ....... ........................................................... j..............45 - 5 D5 T E I T C Q DEEP TRENCHES .....................................................45 27-66 TREE PRUN'kEVC.............. ............. ........ ................................................................ _. .45 D- 57 TREE REMOVAL ........ . ................ . .......................................................................46 E]- 58 TEST HOLES.......................................................................................................�� D-53 PUBLIC NOTIF.KATI_ON PRIOR TO BEGINNING NIN ONSTRU TIO AI D NO-nFlC TI ON 01= TEMPRAR Y_ _ TE✓.R SERVl CE I NTER R UPTIQN DURIN .. . Q N TRUCTION ...................... ................... ..., ., ......, _......................47 D- 0 TRAFFIC BUTTON -------------•...............-----,..... D- 6j PANITARY SEWER SERVICE CLEANOUTS..............................................................48 C}�62 TEMPORARY PAVEMENT REPAIR.........................................................................48 D3 CONSTRUCTION STAKES .............................................................. ...::....... ... ...48 - - - --- - L-_ _64 EASEMENTS AND PERMITS ..............................,,,......,,..............................4S D- 55 PRENSTRQCTlQN NEIGHBORHOOD MEETING................................................4 - B VISAGE RATES...................................................................................................49 ,0 T REN1 AL AND DISPOSAL OF ASBESTOS CEMENT P I PE.. .... .... ............ 0 D-613 STORM WATER PQI -JUE OW -PREVENTION (FOR DISTURBED AREAS GREATER THANI ACaQ_.............................................................................................. al D-69 OOORDINA`T_LON WITH THE CITY'S REPRESENTATIVE FOR OPE RATIIQNS OF E ISTINQ WATER S`o' TEMS..................................-... ....... .... .......... ..................... 3 2-70 br)IT.IQNAL SLJi3MITTAI..S FOR CONTRA T Ai&! € 6.........,.......... .............................63 D-71 EARLY V_V_A13 IN -a S YST.E10 F0R. CONSTRUCTION.....................................................54 AiR PC)LLLfTION Wi\TCH DAYS .................... E-73 FEE FO STREET u5C PERMITS AND RE -IN PECTION..........................................55 OVUM SC-2 PART D - SPECIAL CONDITIONS This Part D -- Special Conditions is compilmentary to Part O — General OonclItions and Part 01 -- Supplementary Conditions to Fart C of than Contract. Anything contained in this Dark D that is a ddltive to any provision in Part 0 -- General Conditions and part G1 -- Supplementary Conditions to Fart C of the Contract are to be read together_ Any ccnfiict between Park O — General Conditions and Part C1 -- Supplernentavy Cond1flons of the Contract and this Part D, Part D shall control. FOR. 2004 VVSM-F CONTRACT VVATER IMPR VEMENTS UTY PROJECT NO 00156 FOIST WORTH, TEAS DOE PROJECT NO, 4911 WATER DEPARTMENT PROJECTS NO, P1 3-541200-60 170015583 P170-0707014030 D-1 GENERAL The order or precedence in cas8 of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall gerteraliy, but not necessarily, follow the guidelines listed help , 9. Plans 2, Contract Decurnent;; 3. Special Conditions The following Special Conditions shall be applicable to this project under the provlshons stated above. The Contractor shall be responsible for defects in this project dues to faulty materials and workmanship, or both, for a period of two (2) years from elate of final acceptance of this prateat by the Clty 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 modificatlons Gis hereln. cantalned, the Fort Worth later Department's General Contract Documents and General Specifications, with latest revisions, are Trade a part of the General Contract Documents for this project, The Plans, these Special Contract Documents and tFie rules, regulations, req ui re [nerits, Instructions, draWinga or detalIs referred to by manufacturers name, or identification Oclrade therain as specifying, referring or implying product control, perfarman , 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 ar mentioned in the other shall be accomplished or furnished in a falthful manner as trough requlred by all, Any Contractor performing shy work on Fart Worth water Dr sanitary sewer facilities mast be pre- quaall#led with the Water Department to perform such work in accordance with procedlUMS described In the current Fort Worth Water Department General Specifications, which general speciflostlans shall govern performance of all such work. This contract and project, where applicable, may also be governed by the two following pubillshed specificationsr. except as mod iffed by these SpeclaI provisions: 1. STANDARD SPE IFICA70NIS FOR STREET AND STORM DRAIN GONSTRUCTION - CITY CIF FORT WORTH 021-14107 - PAIN D - SPECIAL CONDITIONS 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS DON TRU TION - NORTH CENTRAL TEXAS Any conflict between these contract documarits and the above 2 publications shall bo resolved in favor of these contract documents_ A cop} of either of these specifications may be purchased at the office of the Transportation and PLIMC Works Director. 1000 Throckmorton Street, 2nd Floor, Municipal HuJIding, Fort 1 arth, Texas 76,102. Toe 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 speciflcatlons. In either of these documents may be folloveed at the disoretion 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 portivn, Segment or sheets from the contract document at any time. Failure to bid or fully execute contract wtthOLlt 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 Bits Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Nonce 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 roust 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. Clity of Fort Worth Purchasing DIVision, PO Box 17027, Fort Worth, Texas 76102. B_ W1THD Al IN G PROPOSALS- Proposals actually fFled with the Purchasing Manager cannot be withdrawn prior to the tirne 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 nlay, at the option of the Owner, be returned unopened. . . TELEGRAPHIC MODIFICATION OF PROPOSALS. Any bidden may modify his proposal by telegraphic communication at any time prior to the time sat for opening proposals, provided such telegmphxic 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 conflrmation 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. corisiderat[On will be given to the proposal. D-2 COORDINATION MEETING For coordination purposes, weekly meetings -at the job site may �e required to rnaIntaln the project on the desired schiadula. The contractor shall be present at all meetIngs_ rrr -4 PART D - SPEC RIL C ONDITIO D-3 CONTRACTOR COMPLIANCE WITH WORKER COMPENSATION ATION LAW A, Definitions: 1 . Certlflcation of coverage {"certificate"). A copy of a certificate of insurance, a certificate of authorlty to self -insure Issued by the commission, or a coverage agreernent (TVVCC-81, TVVCC-82, T1+VOC-$ , or TUVOC-84), showing statUtory workers' carnpensatlon insuranoe coverage for the person's or entity's ernployees 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 untiil the contractor'slpersorl's work on the project has been completed and accepted by the governmental entity. 3. Rerscrps providing services on the project ("subcontractor" in §406,09 )- Includes all persons or entities perfarrning 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 llrnitation, Independent contractors, subcontractors, teasing companies, motor carriers, ownor ope€ators, employees of any such entity, or employees of any entity which furnlshas persons to provide services on the project, "Services" iriclude, without limitation, providing, hauling, or dellvering equipment or rn terlals, or providing tabor, transportatlon, or other services related to a project. "Services" dues not lnclude activitles 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 anct Payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas tabor Code, Section 401, 011(44) or all employees of the Contractor providing services on the project, for the duration of the project, G. The Contractor must provide a certlficate of coverage to the govemmental entity prior to being awarded the contract. D. If the coverage period shown oil the contractor's current certlffcato of coverage ends during the cluratlon 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 extehdad. E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity; 1, A ceftlflcate of coverage, prior to that person beginning Wcdc on the project, so the governmental entity will have on file certificates of Coverage shoW.Ing coverage for all persons provid[ng services on the project; and No later than seven days after receipt by the contractor, a new certificate of coverage shoaving extension of coverage, If the coverage period shown on the current certificate of coverage ends during the duratlon of the project, F. The contractor shall retain all required certificates of coverage far the duration of the project and for one year thereafter. 07114107 C- PART D - SPECIAL CONDITIONS G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor kncu+ or shjzwId Have kno o,, of any change that materially affects the provislon of coverage of any person providing sewices on the project_ 1-1. The oritraotor shell post on each Project site a notice, In the text, form and Meaner prescribed by the Texas Worker's Compensation Commission, Informing all persons providing sLz,rvice5 on the project that they are required to be covered. and stating how a person may verity coverage and report lack of coverage, The cotitractor shall contractually require each person with whom it contracts to provide services on a project, to; 1. Provide coverage, based on proper reporting an classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Gabor Code, Section 401,011(44) for all of its employees providing services on the project, for the duration of the project; . Provide to the Contractor, prior to that person be inning 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; . Provide the Contractor, prior to the end of the coverage period, a new cortificate of coverage showirig 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 whorn it contracts, and provide to the Contractor, a,) A certl lcate of coverage, prtor to the other person beglrining worb orl 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 tyre project. 5. Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. B. Notify the govemmentai cmlity in writing by certified mall or personal delivery, within tan (10) days after the person knew or should have known, of any change that materially affeots'the provision of coverage of any person providing services on the project; and 7_ Contractually regiAlre each person with Whern it contracts, to perform as required by paragraphs (1)-(7), with the certificates of coverage to be provided to the person for whoa they are providing services, 8. By signing this contract or providing or causing W be Provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contrnctor who will provide services on the project will be covered by worker's ccmpensa#ion coverage for the duration of the project. that the coverage will be based are proper reporting of classification codes and payroll amounts, arTd 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 PART D i SPECIAL CONDITIONS misleading Informatlon may aubjoct the contractor 'to administrative, crirnfnal, civil pe!naities or other civil actions. S. The contractor's falkire to comply with any of these provlslcns Is a breach of contract by the contractor which errtftles the governmental entity to declare the contract void if the contractor does not reniedy the breach wlthln ten days after recelpt of notice of bre@ch From the governmental antity. The contractor shall post a notice on each project site informing all persons providing services an the project that they are required to be covered, and stating how a person may verify Current coverage and report failLrre to provide coverage. This notice does not satisfy other posting requirements Imposed by the Texas Worker's Compensation Act or other Texas Worker's ompensatlon Cornmission rules_ This notice must be printed w1th a t1tie in et feast 0 paint 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 populaticn. The text for the notices shall be the fallowing text, without any additional wards or changes, "REQUIRED WORKER'S OMPEN ATIO COVERAGE Tile law requires that each person working on this site or providing services related to this constructfan project must be covered by workers' cornpensatlon insurance, This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportaticn or other service related to the project, regardless of the identity of theiremployer or status as an ernployee_" Call the Texas I orkees Compensation Commisslon at (512)440-8789 to receive fnformatio:n on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to pi-ovide covem9d', D-A COORDINATION WITH FORT WORTH WATER DEPARTMENT DurIng the cons#fUCtlon of this project, It will be necessary to deactivate, for a period of t[me, existing ilnes. The Contractor shall be required to coordinate with the Water Departmefft to determine t h a best times for deactivating and advating those lines. D- S CROSSING OF EXISTING UTILITIES Where a propDsed water line crosses aver a sanitary sewer or sanitary sewer service line andlol` prr}pnsed sewer 11ne crosses over a water line and the clear uertical dlistanice is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be constructer! of ductile iron pipe. The Engfneer shall determine the required length of replacement. The material for unitary sewer mains and sanitary sewer laterals shall be Class 51 Duc#Ito Iron Plpo w1th polyethylene wrapping_ The materlal for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping_ Adapter fittings shall be a urethane or neoprene coupling A TM C-426 w1th series 300 stainless steel compresslon straps, Baakflll, fittings, tie -Ins and all other asscciat�cf appurtenances required are deemed strl::�sfdlary work, the oast of which shall be included In the price bid In the Proposal for each bid item. 0-6 EXISTING UTILITIES AND IMPROVEMENTS The plans ,show the lacatlons 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 Flans, or to show them in their exact location_ It is mutually agreed that such failure snail not be PAIN D - SPECIAL CONDITIONS cunsidered sufficient basis for claims for additional cornpensatinn 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, servica lines, or other property exposed by his construction operation$. C.Ont.raptor shall make all rte ess ry provisions..fns approyed:or authorised f y.t re appllc > le utility ompanY for t17e support, protec#ion anther temporary. relocation of all Ut1lity poles, pas iines, taiephone cables, utility. services, water mains,'saqitary sewer Ines, electrical cables, &aimage p3p83, and ail other utilities and strUctures both above and below ground d,flna construction, 14 fa understood thai t the Contractor is not. responsible FQV1he p�--rrna.nerwt-relocation of existing 60ities in direct aon#Ifct-wlth the proposed .construckicn- The Contractor Is liabfe for all damages done to such existing facfllties as a result of his uperatlons and any and all cast incuried for the prDtectlon and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included fn the cost bid per llnear rook of pipe Installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED, Where existing utilities or service lines are out. broken or damaged the Contractor sluff replace or repair the utilities or service lines with the same type of original material and coristruction, or batter, unless otherwise shown or noted on the plans, at ifs awn cost and expense, The Contractor shalf Immediately notify the Owner of the damaged utility or service lime. He shaif cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any confilcts In grades and alignment. In case it Is necessary to change or Move the property of any owner of a publib utility, such property shall not be moved or interfered wlth until ordered to do so by the Engineer. The right is reserved to the owner of public utilltles to eater 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 fines and conduits shown on the plans are for lnfarmation only and are net guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as ft best information available at the time of design, from the owners of the utilities Involved and from evidences found on the ground_ D- T CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain constructlon vehicles could exceed the load bearing opacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect be#h the new line and the existing lures from these possibly excessive loads, The Contractor shall not, at any time, cross the existing or new pipe with a truck daIivering new pipe to the site. Any damaca to the existing or new Tripe wIll be repaired or replaced by the Contractor, at the contractor's expense, to the satisfaction of the City. In locations where it is not permissible to Bross 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 fs, however, the responsibility of the Contractor to repair any damage to the e>�istfng or proposed lines, if the darnage results from arty phase of his cDnstruction operation.. D- 8 TRAFFIC CONTROL OV114W - PART D - SPECIAL CONDITIONS The contractor will be required to obtaln a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plain Is required, The oritrac#or shall be responsible for providing traffic control during the construction of thIs project consistent wJth the provisfofis set fortis In the "Latest Edition Texas Manual on L n[form Trafflc Control Devices for Streets and Highways" issued under the authority of the " tale of Texas UnIforrn Act Regulating Traffic on Highways," codified as Article 6701d Vernon's Civil Statutes, praonent sections being Section Nos. 27, 29, 30 and 31. A frafric con#rnf plan shall be submitted far review to Mr. Charles R. Burkett-Gity Traffic Engineer a 97' 871-87 Q, at tJ7e re -dons ructinr� cortfa rence. Althou h work wJll not be In until the traffic control flan has been revlewed_ t e Contractor's time will I in in accordance with the t'rrle frame established [n the 1Vo ice 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 skull contact the Transportation anti public VVorks Department, Signs and Markings Division, (Phone NUMber 671-7738) 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 ternparary sign requirements are met_ When construction work is completed to the extent that the permanent slgrn can be re0stclled, the Contractor ahall again contact the Signs and Markings Divislon to reinstall the permanent sign and shall feave his temporary sign In place Lentil such relnstallation is completed. Work sh2fl 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 or fort Worth Traffic Control Handbook for construction and Maaintenance 1{Work Areas," The cost of the traffic control is subsidiary work and the cost of some shall be included in the price bid for pipe complete In place as bid In the Proposal, and no other compensation will be allowed. D- 9 DETOURS Tile contractor shal I prosecute his work-in such a manner as to create a minimum of inferruptibb to Iraffic and pedestrian facilfties and to the flow ofVehicullar and pedestrian traf'io within the project area. 0- 10 EXAMINATION OF SITE It shall be the responsibility of the prospective Udder to visit the project site and make such e aminatlons and explorations as may be necessary to determine all condltJons, which may affect cons#ructJon of this project. particular attention should be given to niethods of providing Ingress and egress to adjacent private and publlc propertfes, procedures for protecting existing improvements and dlsposftion of all materials to be rernoved. proper consideratiorn 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 att�Rntion of tha Owner prior to the subrnfsslon of the Proposal. D-11 ZONING COMPLIANCE WNW - PAIN D - SPECAL C 0 NDITI ONS During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort 1 orth In the rase cf vacant property far storage purposes. D- 12 WATER FOR CONSTRUCTION The Con Eractor at his own expense w111 Furnish water for construction. D- 93 WASTE MATERIAL All waste material shelf becorne the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material small be disposed of In such a manner as to present a meat appearance and to not obstruct proper drainage or to cause injury to street Improvements or to abutting property. D- t4 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keeping the Project site in a neat and orderly conclirlan i consida-�red an integral part of the convected work and as such hall be considered subsidiary to the appropriate bid itcrns, CIean up work shall be done as directed by the ingineer as thte worts progresses or as needed. Tf, in the opinion of the Rngineer it is necessary, clean-up shad be done on ai daily basis. Cloaca up work shall in4:,lude, but not he thnited to: Sweeping the street Mean of dirt or debris Storing excess material ill appropriate and organized ni=er Keeping trash of any kind off of residents' property If the Englneor dues not Feel that the lobsite h4s been kept in an orderly condition, on #hj� next estimate payment (and all stkbsequent Payments until eorrrpieted) Of'the appropriate bid itanr(s) will b.c r.educ# d by 2 5O o. Final cleanup work shall be Mane For this project as soon as all construction has been completed, No more than seven days shall elapse after completion of constructlon before the roadway, rfghtw of -way, or easement is cleaned up to the satisfaction of the Engineer, The Contractor shall make a final cleanup of 211 parts of the work before acceptance by the City of Fort Worth or its representative. This cleanup shad include rernov2al of all objectionable rooks, 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 glue final acceptance of the completed project work. D-15 CONSTRUCTION SCHEDULE AND SEQUCIVCING OF WORK Prior to executing the Contract, It shall be the responsIbility of the Contractor to furnish a schedule outlining the anticlpated time for each phase of construction wlth starting and completion dates, Including sufficient time being allowed for cleanup. The ontractar Skull not commence with vvat@T and/or sanitary saver installation until -suc' h tim6 that the s6rvpy cut -sheets have boor. -received from the C 1[y ir«spectcr, 0- 46 SAFETY RE TRICTIONS - WORK NEAR HIGH VOLTAGE LINES The following procedures vaitl be followed re ga rd;ng the subject Item on this contrert; 02J1 -'I 0 PAIN D - SPECIAL. CONDITIONS I , A warning sign not foss than five inches by seven inches, painted yellow with black Ietter;s that are legible at lwelye feet shalJ be placed inside and outside vehlefes such as cranes derrioktis, power shovels, drJ[Ilrig rigs, pile drivers, holsting equipment or similar apparatus, The wamfng ;sign shall read as follows; "WARNJM - UNLAWFUL TO OPERATE THIS EQt.IRMETNT 1 JTHIIN SIX FEET OF HI GH VOLTAGE LlNE ," . Equ[pment that may be operated within tan feet of high voltage lines shall have insWating cage -type of guaard about the boom or aarrrl, except back h a e s or dippers, and insulator Ilnks on the lift. Book connections, 3. When necessary to work within six feet of [sigh voltage electric lines, notification shall be given the power company (ON ORE) who wIII erect temporary mechanical barriers, do- energl a the [Ines, or raise or lower the lines. The work done by the power company shall not be at the expense of the City of Fort Wotith_ The notifying department shall maintain an accurate log of all suoh calls to ONCORE, and shall record action taken in each cease, 4. The Contractor is required to make arrangements with the O QORE company for the temporary relocation or raising of high voltage lines all the Contractor's sole cast and expertise. 5. No person shall work within six feet of a high voltage line without protection having been taken as ou#lined In Paragraph (3). I]- 97 BID QUANTITIES Bid quantFtles of the various Items In the proposal are for comparison only and may not reflect the actual quantities. There fs no IJMlt to which a bid item can be increased or decreased_ ,Contractor shall not be entitled to renegotiation of unit prices regardless of the final rneasureC[ quantltles_ To the extent that C4-4.3 conducts w1th this provision, this provision controls, No claim will be consIdered for lost or antic[pated profits based upon differences In estfrnated quantities versUs actual gU@ntities. D-18 CUTTING OF CONCRETE When existing concrete fs cut, such Guts shall be trade with a concrete saver. All savdnq shall he subsidiary to the un[t 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 9-13-9 ). The signs may be mounted on skids or posts. The Engineer shall approve tl1e exact Iocations and methods of mounting. In addition to the 4' x 8' project signs, project signs shall be aattachad to barricades used where manhole rehabil[tation or rapfacement is t fng conducted. Signs ;suspended From barricading shaaFJ be place:[ in such a way that signs do not Interfere with reflective paint or coloring on the lbarricades. Barricade signs shall ha in accordance with Figure 30, except the !t they shall be V-0" by Z-0" in size. The information box shall have the foflowing inforrnatlon' For Ouestforns on this Project Call' (817) 871-830 M-F 7;30 am to 4,30 p.m, tia r (817)87'1-8300 Nights Rnd Wcokend;s 02114101 ic-11 PART D - SPECIAL CONDITIONS Any and all cost for the required materials, labor. and equiprnarft necessary for the krnlshing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensatlon will be allowed. D- 20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks and/or driveways, such sidewalks and/or driveways shall be completely replaced for the full existing width, between existing construction or expansion Joints with 3000 psi concrete with reinforcing s'e el on a sand cushion in accordance eFrith fty of Fort Worth TransportationlPubllc 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 Donstruotion, Item 502. Payment for cutting, backffll, 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 MISCELI-ANEOUS 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 En_gjneer, 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 small be in accordance with the Oenoral Oontraet 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 backfild on this project. The fnatedal shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Dlvrsion 2 Item 208. - Matedals and Division 2 item 208.3 - Materials Sources, Trench back#ill and compaction shall meet the requirements of E2-2 Excavation and Backffll, Construction Specifica#Ions, General Contract Dmments. Payment for crushed Ifinestone backffll in place she11 be node at the unit price bid in the Proposal' multiplied by the quantity of rnaterial used measured in accordance WRh E2-2.16 Measurement of Backfill Materials, Construction Specifications, and General Contract Documents. D- 23 :27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Tranch Repair for Utility Oats Fiaures 1 through 5 refer to using 2:2 Concrete as base repair. Since this c'aJl- out IncNales the ward "concrete", the consistent Interpretation of the Transportation and Public Works Department is that this ratio specifies two () sacks of cement per cubic yard of concrete_ D- 24 TRENCH F-XCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfIll under parking Jots, drJveways, gravel surfaced roads, within easements, and within existing cr future f2.O_W. shall be [n accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract UV I"7 C-1 PART D w SPECIAL CONDITIONS Documents and Specifications except as specified harein_ 1, TRENCH EXCAVATION, in accordance with Sectlon E -2 Excavation and Backflil, if the stated maxirnurn trench widths are exceeded, either through accident or otherwise, and if the En91nee r determines chat the design loadings of the pipe WIJ Ise exceeded, the Corxtractor l[i be required to support the pipe w1th an [rnproved trench bottom. The expense of such remedlal measures shall be entirely the Contractor's QVvn. All trenching operations shall be confined to the idth of permanent fights -of -way, permanaat easernentas, and any temporary construr'00n easements. A[i excavation shall be in strict compliance with the Trench Safety Systems Special' Condition of this dOCLrment. _ TRENCH BACKFILL. Trenches which Ile Outside of existing or future pavement shall be backfilted above the top of the embedment matorlal with, Type "C" l ackf[lj Maaterlal. Excavated material used for Type "C" backfill must be mechan[caily compacted unless the Contractor can furnish the Engineer with satisfactory evidence thaat the F_[_ of the excavated material [s less than 8_ Such evidence shall be a test report frorn an [ndependent tasting laboratory and must include representative samples of sails in all involved areas, with a reap showing than location and death of the various test hales. If excavated materlal is obviously granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type „O" cr "Y Backfill, and E2- _11 Trench Backfill for additional raaquiremQnta. When Type "C" back -fill material is nut suitable, at the direction of the Engineer, Type 13" backf[ll maater[al shall be used. In general, ail backfiII maaterial far trenches in existing paved s#nets shall be in accordance with Figure A. Sind rnater[al specified In Figure A shall be obtained from an apprcved source and shall consist of durable particles free of th[n or elongated pieces, lumps of clay, sail, [oarrr or vegetable ,,ratter and shall meet the following gradation; Less than 1 D% passing the #2 00 sieve PA. _ 10 or less AdditicnaalIy, the crushed limestone ernbed r ant 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 %..Retaine 0-1 0 0-75 55-90 0-100 95-100 All other provisions of this ;section shall remain the ;same. 3. TRENCH COMPA CTI0N; All trench backfilI shall be placed in Iffts per E - _ Backfii1. Trenches which Ile outside existing or future paavarrients shall be compacted to a rnlnirnum of 90% Standard Proctor Density (A,S,T.M. D698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval' by the Enftner. Trenches whIchti Ile Under e>r[sting or future pavement shall be backf[lled per FigLlre A with 95% Standard Proctor Density by mechanicaail devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to b8 compacted as described above must be within •r'46% cf its optImurn moisture content. PART D - SPECIAL CONDITIONS The Clty, at its own expensa, will perform french compaction tests per A_ S _T.M, standards on all Irench 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 cornmercial rates as determined by the City. These soil density tests shall be performed at two () foot vertical intervals beglnnfng at a level two () feet above the top of the installed pipe and cantinuing to the top of the completed backf111 at intefvafs along the trench net to exceed 300 1Inear feet. The CcntreCIO r will be responsible for providing access and tl`ench safety system to the level of trench backf!II to be tested. IN o extra compensatlon w111 be allowed for exposing the backf[11 layer to be tested or providing trench safety system for tests conducted by the City, 4, MEASUREMEh1T AND PAYM ENT: All rnaterla1. with the exception of Type "B" backf[11, and labor costs of excavation and bac€ctill wlll be Included in the price bid per linear foot of +,eater and sewer pipe, Type "B" barkfi11 shall be paid for at a pre -bid unit price of $1 .00 per cubic yard D- 26 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS The unit price bid under the appropriate bid Item of the proposal shall corer all coSt for providing Pavement repair sclual to or superior in Composition. thickriess, etc., to existing pavernent as detailed fn the Public Works Department typical sections for Pavement and Trench Repair for Utillty Outs, Figures 000-1 through 000-3. The results of the street cores that were conducted on the project streetSr to determine HMA depths on existing streets, are provided In these speofficatlons and contract documents. All required paving cats shall be made with a concrete saver in a true and straight line on both sides of the trench, a rnI,nimurn of twe Iva (1) inches outs]de the trench walls_ The trench 5hwa11 be backfilled arrd the top nine (9) inches shall be filled with required materials as Shawn on paving details, compacted and level with the finished street surface. This finished grade shall be Maintained in a serviceable cond1lon until the paving has been replaced. Al' residential driveways shall be accessible at might and over weekends, It has been determloed by the Transportallon and Public OT-ks Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trerich pavernent repair will not hold up if such strip of existing pavement Is two () feet or less in width. Therefore at the locations in the project where the trench wall is three (3) feet or IosS from the Iip of the existing gutter, the Contractor small be required to remove the existing paving to such gutter. The pavement repair shall they~ be made frorn a minfrnum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter line_ The pavement shall be replaced lthirw a ma 1murn of five (5) working days, providing job placement conditions will permit repaving. If paving conditions are not suitable for repaving, In the opinion of the Owner, the repaving shall be done at the earliest possible date. A Permit must be obtained from the Department of Engineering Construction Services Section by the ConVactor in conformance Witt, Ordinance No. 3449 and/or Ordinance No_ 792 to rrnake utility cuts In the street, The Department of Engineering will +nspect the paving repair after construction. This permit requirement may be waived If work is being clone under a Performance Bond and inspected by the Department of Engineering. D- 26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) 0V14JV7 S -14 PART D - SPECIAL CONDITIONS A.GENERAL: This speclflcstlon covers the trench ;safety requirements for aJl trench excavations exceeding depth -of five (5) feet In order to protect workers frorn cave-ins. The requirements of this item govem a1J trenches for mains, manholes, vaults, service ICnes, and all other appurtenances. The design For the trench safety shall be signed and sealed by a Registered Professional Engineer licensed [n Texas. The trench safety plan shall be specific for each water and/or sanitary se+,fer line included in the project. I3_ STANDARDS- The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards. 29 CFR fart 1926, Sub -Part P - Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety, C_ DEF[NiTIONS- THE HE - A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greaten' than the Voidth, where the width measured at the bottonn is not greater than fifteen (15) feet. . BENCHING SYSTEM -Benching means excavating the sides of a trench to form one Ora series of horizontal lever 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. S HIELID SYSTEM - Shields used in trenches are generally referred to as "trench bones" or 'trench shields Shield rrreans a structure that 1s 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 carp be either p re- rn a n u f art u re d or Jab -bunt in accordance with OSHA standards. 5. SHORING SYSTEM - ShOrIng means a Structure such as a metal hydraulic, mechanlcal or timber system that supports the sides of a trench and Whicl1 is designed to prevent cave-ins. Shoring systems are generafly comprised of cross -braces, vertical rails, (uprights), horizontal rails (wales) and/or sheeting. D. MEASUREMENT - Trench depth is the vertical measurement from the top of the existing ground to the bottom of ernbedment or bottom of excavation. The quantity of trench safety systems shall be based on the llnear foot amount of trench depth greater than five (5) feet- E. PAYMENT Payment shall be full compansatlon for safety system design, labor teals, materials, equipment and incidentals necessary for the installation and removal of trench safety systerns. D- 27 SANITARY SEVVER MANHOLES A. GENERAL. The Installation, replacement, and/or rehabilitatlon of sanitary sewer manholes will be requfred as shown on the plans, and/or as described in these Special Contract Documents In addItIan to those located In the field and Identified by the Engineer. All rnanho[es shalt be in accordance with sections EI-14 Materia]s for Sarritaq Sewer Manholes, Valve Vaults, Etc., and E -14 Vault and Wgnhole Construction of the General' Contract Documents and Specifications. unless amended or superseded by requirements of this Special Condition. For new sewer line installation;;, the Contractor shall Temporarily plug all oill410 �r -'I PART D - SPECIAL CONDITIONS lines at every open manhole under construction in enter to keep debris out of the dry sewer limes_ The plugs shall not be rernoved until the applicable manhole complete with cone section has been constructed and the lid installed to keep out debris as a result of additional construction, 1, CONCRETE COLLARS., Concrete collars will be required on all manholes specified as per Figure 121 _ 2, WATERTIGHT MANHOLE INSERTS: Watertight gasket manhole inserts shall be installed In all sanitary sevver manholes. Inserts shall be constructed in accordance with Fart Warfh Water Department Standard E100-4 and shalt be fitted and Installed according to the manufacturer's recornmendations, Stainless Steel manhole inserts shall be recurred for all pipe diametLars 18' and greater. 3, LIFT HOLES. All lift holes shall be plugged with a pre -oast concrete plug. The Ilft hole shall be sealed on the outside of the manhole with F am-ek or arl approved equal sealant. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout, 4, FINAL RIM ELEVATIONS; Nlanhoie rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than orre-half (112) inch above fIhe Surrounding ground- Backflll shall provide a unifOrrn slope from the top of manhole casting for not less than thrae () feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by strin_q lining the entire area regarded near the manhole. Manholes in open Fields. unimproved land, or d4nage courses shall be at an elevatlon shown cn the drawings or rnJnlrnum of 6 Inches above grade. 5, MANHOLE COVERS. All ]Ids shall have pick slots in lieu of pick holes. Manhole frames and coven shall be McKinley, Type N, w1th Indented top desion, or equal, with piok Slots, Covers shall set flush with the rim of the frame and shall have no larger than 118-inch trap between the frame and cover. Bearing surfaces shell be machine finished. Locking manhoIa lids and frames will be restricted to 10Cations within the I00-year flaadplain and areas specifically designated on the plans_ Certain teed Ductile Iron Manhole Llds and Frames aro acceptable for use where locking lids are specified. 6, SHALLOW DONE MANHOLES. Shallow manhole construction will be used when manhole depth Is four (4) feet or less. All shallow cone manholes shall be bullt In accordance with IF'rgure 105. All shallow oone 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 an any sanitary sewer manhole. 6, EXTER10R SURFACE COATING: Exteri UT- surfaces of ail manhoj�s shall be coated with tvvo map coats ref coal tar epoxy, hoppers "8itumastic Super Service 81ack" Tnerneo :'46- 450 Heavy Tncrnecoi." or equal toy a minimum or 14 mils dry film thickness. 9. MANHOLE JOINT SEALING; All Interior andlor exterior Joints on concrete manhole sections Constructed for the City of Fart Werth Water Department, excluding only the joints using a trapped type performed 0-ring rubber gasket shall require Bltumastic joint sealants as per Figure M. QV14a W S-1 PART D - SPECIAL CONDITIONS This sealant shall be pre -formed and trowelable Biturnostic as manufactured by Kent - Seal. Ram-Nek, E-Z Stick, or equal_ The joint sealer shall be supplied in aither 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 shtahl net in any way depend on ox1dation, 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. 13� EXECUTION, - INSTALLATION OF JOINTSEALANT- Each grade adjustment ring and manhole frame shall be sealed with the above -specified materials. All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sang, mud, or ather 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 see [artt until immediately prior to the placernent of the pipe in tha #ranch, After removal of the protective wrapper, the joint sealant shall be kept dean. Install frames and cover over manhole opening with the bottom of the rings resting on Biturnastic joint sealer. Frames, and grade rings shall rest on two (2) rows (Inside and outside) of Bitumastic joint r- 2. Remove manhole frame from the manhole structure and observe the condition of the frame and grade rings. Any frarne or grade ring that is not sultable for use as determined by the Engineer shall be replaced, Grade rings that are constructed of brick, block materials other than pre -cast concrete rings, or where necessary and approved by the Engineer, shall be replaced with a pre -cast I`lattop section. Pre -cast concrete rings, or a pre -cast concrete flattop sgctipn will be the only adjw.5 rmipnt� allowed. In brick or block manholes, replace the upper portlon of the manhole to a point 24 Inches below the frame_ If the waifs or carte section below this level are structurally unsound, notify the Engineer prior to replacement of the grade rings and manhole frame. Existing br€cic vrk, 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 SUrl`aces with an approved bonding agent followed by an application of quick setting hydraulic cament to provide a smooth working surface. If the inside diameter of the manhole is too large to safely SLIpport new adjustment; rings cr frames, a fiat top section sha[l be installed. Jufnt surfaces between the frames, adjustment rings, and cone section shalt be free of dirk, stones, debris and voids to ensure a watertight seal. Place flexible gasket joint m2terial along the inside and outside edge of each joint, or LiSe trowelable material in I!eLJ of pre -formed gasket material. Position the butt joint of each lengthy of joint material on WNW -17 PART T D - SPECIAL CONDITIONS opposite sides of the manhole. No steel shims, wood, stones, 'or any material not specifically accepted by the Engineer may be uai d to obtain fir:aI surface elevation of the manhole frarne. In paved areas or future paved areas, castings scull be installed by using a straight edge not lass than ten (i p) feet long so that the tap of the casting will conform to the slope and finish elevation of the paved surface. The top of the caeting shall be 118 inch below the finished elevation. Allowances for the compression of the joint material shall he made to assure a proper final grade elevation. 3- EXPOSED EXTERIOR SURFACES. All exposed exterior surfaces shall be onated with two mop coats of coal tar epoxy. Kopper rRitUMaStiC Super Service Black"; Tnernec "4B- 4 0 Heavy Tnernecoi', or equal, to a minimum of 14 mils dry film thickness. 4, The exterior surface of all pre -cast section joints shall be thoroughly cleaned With a wire brush and then waterproofed with a 1/2-inch thick coat of trowelabie bitumastic joint sealant from Cinches below to -inches above the Joint. The coated joint shall then be wrapped with 6 rnil plastic to protect the sealant from damage during backfllling. . MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for oanstruction of the manhole Including. but not limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavernerrt repiacernent, which if required, shall be paid separately. The price bid for reconstruction of existing manholes shall include all labor eQUipmerit and materials necessary for construotlon of new manhole, including, but not limited to. exr-avatfon, backflfl, disposal of materials, Joint sealing, lift hole sealing and exterior surface coating - Payment shall not include pavement replacement, which if required, shall be paid separately. The pace bid for adjusting aridlor leafing of exlstlrig manholes shall include all labor, equipment and materials necessary for adjLRsting 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 sonitary sewer service shall be required as showrt 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 ui:illzing standard factory manufactured tees. CKV approved factory manufactured saddle taps may be used, but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case -by -case basis, The Contractor shall be responsible for coordinating the scheduling of tapping crews with building owners and the Engineer in order that the work be performed In an expeditious manner- A minimum of 24 hours advance notice shah be given when taps will be required. Severed service connections shall be inaIntained as speolfied In socticn C 6-6.15. D. SEVVER SERVICE RE ONNE TIOW When sewer service reconnection is called for the Contractor shall vertically adjust the existing sewer sarvioe line as required for reconnection and furnish a new tap. The fittings used for vertical ad ustment shall conslM of a maximum 0zr1 r -18 PART D 4 SPECIAL CONDITIONS bond of 45 degrees. The tap small be located so as to line Lip with the service line and avoid any herizonta€ acd]Ustment. For apen cart appilcat Icns, all sanitary sewer service linos shall be replaced to the property or easement litre, or as dimcted by the I;nglneer. Sanitary sewer seiv ces on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or casement line or as directed by the Engineer. Procedures listed below for Sewer Sarvlce Replacement shall be adhered to for the installation of any sewer service Rime including the inc[dentaal four (4) feet of service line which is Included in the price bid for Sanitary Sewer Taps. Payment for work srioh as baoltflll# saddles, tees, fittings Incidental f0Lrr (4) feet of service fine and all other associated appurtenances retfufred shall' be included in the price laid for Sanitary Sewer Taps. E. SEWER SERVICE REPLACEMENT.- All building sewer services encountered during construction shall be adjUstea<i andlar replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service fine_ If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line, all work skull 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 () 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 fines, the Contractor shall verify (by de -holing at the buliding clean -out) the elevaatlons (shown on the plans) at the building clean-cut and compare the data with the elevation at the proposed connection point on the sower i-nahi. in order to ensure that the two (2) percent minimum slope (or as specffied by the Engineer) requirement is satisfied. Elevations shall also be verified at all bend locations on the service re-route. All applicable sewer males, laterals and affected service ilnes the[ are installed without pre -construction de - holing at the affected residences (to vadfy 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. Alf elevation information obtained by the Contractor shad 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 dlffvrerrk alignment for the re-route is more beneficial than shown on the plans, the Contfactor shall obtain and submit all relevant elevation information for the new alignment to the Inspector and shall be responsible -for ensui1r3+g that the two () percent minimum grade (or as approved by the Engineer) is satisfied. Prior to backfiiling, theConti-actor shall double check the grade c)f the installed service [Ina and submit signed documerrtaflon verifying that the line has bi�-err 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 baen submitted. All re- rotrtea that are not installed as designed or fail to meat the City code shall be reinstalled at the Contractor's expanse. -Me Contradtor Shall ensure that the service fine is baokfilfed acid compacted In accordance with the City Plumbing Code. Connection to the existing sewer service line small be trade with appropriate adapter fittings. The flttfng shall he a urethane or neoprene coupling A.S.T.M. C-4 5 w1th serles 300 stainless steel compression straps. The Contractor shall remove the ex[stinag clean-ou[ and plug the abandoned sewer service Hne. The contractor shaft utilize srhedu€e 40 PVG for all sanitary .sewer service re-rOUtes or relocations located on primate property_ Furthermore, the contractor shall utilize the services of a licensed plumber for all service line work on private property. Permlt{s) must be obtained frorn the City of Fort Worth Deveiaprnent Department for all service line work ort private property and all work reilated to the service Ilne must be approved by a City of Fort Worth Plurnbing Inspector. A copy of the plurnNng permit shall be provided to the Engineer prior to beginning want on the sanitary severer service re-route and proof of find acceptance by the oVIVO? SC-19 PART D , SPECIAL CONDITIONS Plumbing Inspector shall be provided to the Engineer upon completlon erf they sanitery sewer re-route. Payment for work and materials such as backfill, removal of existing clear) -outs, plugging the abandoned sewer service lime, double checking the grade of the Installed service line, pipe fittings, surface restoration on private property (to match exlstirg), and all ether 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 "top" shall be Included in the prig bid for sanitary sewer service taps. D- 5 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any removal, salvaging andlor abandonment of existing facil€ties will necessarily be required as shown on the plans, endfor described in these Special Contract Documents in addition to those located In the fre€d and Iderrtlfled by the Engineer, This work shalt be done In accordance with Section E ,1.5 Salvaging of Materlal and E - ,7 Removing Pipe, of the General Contract Documents and SpecJfcatlons, unless amended or superseded by requirements of this Special Condition. A. SALVAGE OF EXISTING WATER METER AND METER BOX- Existing water rrneter and meter box shall be rernoved and returned to the Water Department warehouse by the Contractor in accordance with Section E -1.5 Salvaging of Materials. 113. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water ureter and concrete vault Ild shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Sec#ran F2-1.5 Salvaging of Materials_ The concrete vault stall be demolished lrr place to a point not less than 'I8 inches below final grade. The concrete vault shall then be backfalled and compacted its accordance with backflll ,method as specified in Section F2- .g Backfill, Backfill material shall be suitable excavated material approved by the Englnear, Surface restaraflcn shall compatible with existing surrounding surface and grade. G. SALVAGE OF EXISTING FIRE HYDRANTS. Existing Fire hydrants shall be removed and returned to the Voter Department warehouse by the Contractor in accordance with Section I< -1.5 Salvaging of Materials. The void shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2. Bat*flll. Baacltfill material shall be suitable excavated rnaterlal -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 I€d shall be removed and returnned to the Water Department warehouse by the Contractor in accordance with Sadon E2.1.5 Salvaging of Materials. The void area caused by tile valve removal shall be backfijled and compacted in accordance with backfill method as specified In Sectlon 1v -2.9 Backflll, Backfill material shall be suitsblr excavated material approved by the Engirieer. Surface restoration shall be compatible with existing surrounding surface and grade. If the valve Is In a concrete vault, the vault stall be demolished in place to a point no Jess than IT below final grade, E. ABANDONMENT OF EXISTING GATT; VALVE_ ExJsting gate valve and box lid shall be abandoned by first closing line valve to the fully closed posftlon 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. as Wrar -20 PART D- SPECIAL CONDITIONS F. ABANDONMENT OF EXISTING VAULT& Vaults to be demolished In place shall have top slab and lid removed and vault walls demolished to a point hat Jess than fib" below final grade. The void area caused shah then be backfilled and compacted In accordance with backflll method as specifled In Section F2-2.9 l ackfill_ Backfill material shall be sultable excavated rnaterlal approved by the Englneer. SUrface restoration shali 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 Gone section shall ba removed to the top of the full barrel diarr:eter section, or to point not less than 18 Inches below final grade. The structure shall their he backfilled and compacted in accordance with bai;kflll method as specified In Section I= - .9 Saickfill. Backfill material may be either clean washed sand of clean, suitable excavated material approved by the Engineer. Surface restoratlar? shall be Compatilale with surrounding service surface. Payment for work involved in backfifling, plugging of pipe(;) and all other appurtenances required, shall be included in the appropriate bid item - Abandon Existing Sewer Manhole. H. REMOVAL OF MANHOLES. Manhafes to be removed shall have all pipes entering or exiting the structure disconnected. The complete manhole, Including top or come section, all full barrel diameter section, and bass section shall be removed. The excavation shall there be backfilled and compacted In accordance with backfill method as specified in Section 1* -2.g Backff l- Backfill' naterial may be with Type C Backfill or Type B Bac:kfiill, as approved by the Engineer. Surface restora3#Ion shall be cornpatible w1th surroUnding surface. Ul` 1NG AND PLUGGING EXISTING MAINS, At various locations on this project, it may be regwired to out, plug, and bleok existing water mainsiservices or Sanitary sewer mains/services In order to abandon these fines. Cutting and plugging existing rnafns and/or services shall be considered as incidental and all costs incurred + 11J be considered to be included in the linear foot bid price of the pipe, uriles s separate trenching is required. J. REMOVAL OF EXISTING PIPE; Where remov2al of the existing pipe is r8gUired, it shall be the Contractor's responsibility to properly dispose of all removed pip+ _ Ail removed valves, fire hydrants and meter boxes shall be delivered to Water Department Meld Operation. Storage Yard. C. PAYMENT: Payment for all work and material involved in salvaging. abandoning andlor removing exialfncg facilities shall be included in the linear -foot Enid price of the pipe, except as follows: separate payment will be matte 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 faciJfty is not being replaced in the same trench (i.e., when removal requires a separate trench). L. ABANDONMENT OF EXISTING EWER LINES, Where playas call for abandonment of existing sewer mains after the cora;struntlon of a new sewer retain. the Contractor shall be responsible for TV inspection of 100% of the exfstirlg sewer main to be abandoned to Make a final determination that all existing service conrreawtfons have been relocated to the new main. Once this determination has been made, We existing main will be abandoned as indicated above in Item I. WNW - 1 DAFT D - SPECIAL CONDITIONS 0- 30 DETECTABLE WARNING TAPES Detectable undergVcund utility warning tapes which can be located from the stArface 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 er{ual, and shall consist of a rninirnum thickness 0.35 mils solid aluminum foal encased in a pratective inert plastic jacket that is impervious to alf known alkalis, acids, chemical reagents and solvents Found In the soil. The minirnurn overall thickness of the tape shall be 5_5 mils, and the width shall not be Tess than two inches with a rnirdmum unit weight of 2' poundsd1 inch1100'. The tape shall be color coded and Imprinted with the message as follows: ae of U!ffity Color Code Water Safety Blue Sewer Safety Green Lgaends Cautfortl Buried Water line Below Caution) 6ur1ed 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 rnlnimum of 'ia Inches between the tape and the pipe. Payment for work such as backfiil, bedding, blocking, detectable tapes, and all other assoclated appurtenances required shall be included in the unit price bid for the appropriate bid item(a). D- 31 PIPE CLEANING .points shall be wiped wid then Inspected for proper Installation by the inspectors, Each Joint shall be swept daily and kept clean during installation. A temporary night plug shall bL, installed on all exposed pipe ends during any period of work stoppage. D- 32 DISPOSAL OF SPOIUJFIL.L MATERIAL Prior to the disposing of any spoll1falt material, the Contractor shall advise the Director of Englneefing Department, acting as the City of Fort Worth's Flood plain Administrator {"AdminlWa#nr"}, of the location of all sites where the Contractor intends to dispose of such material. Contractor shall riot dispose of such materal Until the proposed sites haVe been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the fifty of Fort Worth (Ordinance No. 100 G), All disposal sites must be approved by the Administrator to ensurio that filling Is not occurring within a 0oodplain without a permit. A floodplain permit can be Issued upon approval of necessary Engineering studles, No fill permit is required if disposal sites are not In a fioodpfaln. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site Is not in a known flood plain or by a flood Plaln Fill Permit authorizing fill within the flood pfaln. Any expenses associated with obtaining the Fill permit, including any necessary Engineering studies, snail be at theContractor's expense. In the event that the Contractor disposes of spoillf0i material aE a site+ without a fill permit or a letter from the adminfstrator approving the disposal site, upon noti#lcatlori by the Director of Engineering Department, Contractor shall remove the spoiilfill material at its expense and dispose of such materials in accordance with the Ordinances of the City and this secflon. D- 33 MECHANICS AND NfATERIAEIVIEN'S LIEN Ttle Contractor shall be required to execute a release of inechanics and material men°s Ilens upon receigt of payment. O 4WSC-22 PART D - SPECIAL CONDITIONS D- 34 SUBSTITUTIONS The specifications for materlals set out the minimurn standard of quality, which the City betiarves necessary to procure a satisfactory project. No substitutlons will be permitted until the Contractor has received written permission of the Engineer to mama a suibstltution for the material, which has been specified. Where the term "a,e,ual°', or "or approved equaI" Is usaad, It is understood that If 2a material, product, or piece of equipment bearing the name so used is furnished, it will be approvabte, as the particular trade name was used for the purpose of estabil5hing a standard of quality acceptable to the City, If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute. Where the term "or equal", or "or approved equal," is not used [n the specifications, this does not necessa0y exclude alternative items or matorlal or equipment which may accomplish the Intended purpose. However, the Contractor shalt have the ful'I 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 seatforns of these specifications. D- 35 PRE -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL- Prior to the reconstruction, ILL sections of existing sanitary sewer lines to be abandoned, removed (except Where being replaced in than same faca#ion), or rehablUEated (p1pe enlargement, cured -in -place pipe, fold and form pipe, sllp-Mane, etc,), shall be cleaned, and a television 'inspection (performed to identffy any active sewer service taps, other sewer laterals and their facatlan_ Work shall consist of furnishing all labor, material, and equipment necessary for the cleaning and inspection of the sewer lines by means of closed circuit teievfsion. Satfsfactcry precaut'icns shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. HIGH VELOCITY .JET (HYDROCLl=1 NIN ) EQUIPMENT- 'rhe nigh -velocity sewer Ifne clearing equipment shall be con;3tructed for easy and Safe operation. The equipment shaft also have a selection of two or more high -velocity nozzles. The nozzles shall ba capable of producing a scouring action from 15 to 45 degrees in all sl a lines designated to be. cleaned. Equipment shall also inclUde a high -velocity gun for washing and scouring nianhole vialls and floor. The gun~ snail be capable of producing flaws from a fine spay to a solid strearr<. The equipment shall carry Its own water tank, auxiliary engines, pumps, and hydraullcally+ driven Bose reel, Hydraulically Propelled Equfpment shall be of a movable darn type and be constructed in such a wary that a portion of the clam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movabfe clam shall be equal in diameter around the outer periphery to ensure removal of grease. If sewer cleaning bads or other equipment, vvHch 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 tines shall be utilized to provide necessary fluid for hydraulic Cleaning devices whenever possible. 2, CLEANING PROCEDURES: The designated sewer manholes shall be clearied using high -velocity jet equipment. The equipment shall be capable of rernovarig dirt, grease, r ORS, sand, and other material's and obstructions from Ike sewer lines and manholes. if cfeani!ng of an entlre section cannot be successfully performed from one manhole, the equipment small be set rip on the other manhole and cleaning again attempted. If, again, successful cleaning cannot be performed or equipment falls to traverse the entlre manhole section, it will be as U ned that a major blockage exists, and the cleaning effort o4a1 -3 FAIT D - SPECIAL CONDITIONS shall be abandoned, When additional quantities of water from fire hydrants are necessary to avold delay in normal working procedures, the water shall be conserved and not Us9d unnecessarily. No fire hydrant shall be obstructed in ease of a flre [n the area served by the hydrant. Before using any water trorn the City Water Distribution Systern, the Contractor shall apply for and recelve permission from the Water Department. The Contractor shall be resporrslble far 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 E ISP0&AL- All sludge, dirt, sang, rock, grease, and other solid or sernisa[id material result[ng from the cleaning operation shall be removed at the downstrearn manhole of the section being cleaned. Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet weIIs, or darnage pumping equipment, sha11 not be permikted, 4. All sollds or sernisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designator) by the Engineer. All materials shall be removed from the site nu 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 DRAIN OR SANITARY SEWER MANHOLES. 6, TELEVI JON INSPECTION EQUIPMENT- The televls[on camera used for the inspection shall be one specifically designed and constructed for such Inspection. Lighting for the camera shalt be sultabla tc allow a clear picture of the entire periphery of the pipe- The carnera shall be operative [n 100% hurn idlty conditlorts. Tire camera, television monitor, and other components of, the video system shall be capab[e of prodL[Clng 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. - TELEVISION INSPECTION: The camera serail be moved through the line in either direction at a maderste rate, stopping when necessary to permit proper dacumaMat] on of any sewer service taps. En no case wEll the telev+sion camera be pulled at a Speer! greater than 30 Peet per minute- Manual winches, power winches, TV callaEe, 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 11ne- When manually operated winches are used to pull the television camera through the Iine, telephones or other sultable means of communicatlons shall be set up 1aelvveen the two manholes of the section being inspected to ensure good communications between members of the crew. The_ imoartance of accurate distance measurements is p-mghasized. All tetevisiar7 inspection videotapes shall have a footage counter, Measurement for locatlon of sewer service laps shall be above ground by means of aster 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. uvl or - 4 PART D w SPECIAL_ CONDITIONS The City riiakes no guarantee that a11 of the sanIta.ry sewers to be anlered are clear for the Massage of a camera, The methods LIsed for scouring 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 &Fing inspection, shali 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 irr relation to an adjacent rnanhoie of each sewer service taps observed during inspection. Its addition, oHier points of sionifFcance such as locations of Wusual coridltlons, roots. storm sewer connentions, 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. . PHOTOGRAPHS, Instant devefaping, 35 mm, or other standard -size photographs of the television picture of problems shall be taken by the Contractor tipon request of they Engineer, as long a sUch photographing does not interfere with the Contractor's operatlans, 4, VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and suclio record of problem areas of the lines that may he replayed. VJdec tape recording playback shall be at the same speed that it was recorded. The television tapes shall he furnished to the City for review Immadiately upon completion. of the television inspection and may be retalned a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. The Englneer will return tapes to the OontractOr Upon completion of review. Tapes shall not he erased without the perrnlssion 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 corrections, the Contractor shall be required to re-telev[se and provide a good tape of the line at no adclitlonal cost to the City , If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payrnent for televising this portion shall be made. Also, nc payment shalt he made for portions of lines not televised or portions where manholes cannot be negotiated with the telovisiort 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 Engirtaer, 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 assoclated with this work shall be incidental to unit prices btd for items under Television Inspection of the Proposal, . PAYMENT OF CLEANING AND PRE -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SENDERS: The cast for Pro -Construction Cleaning and Television Inspection of sanitary sewers shalJ be per linear font of sewer actualiy televised, The Contractor shall provide the Engineer with tapes of actuality that the particular piece of sewer can be reacilly evaluated as to exlsUnp sevier conditions and -for providing appropriate means for review of the tapes by the Engineer inducting collection and removal. transportation and disposal of sand and debris from the sewers to a legal durnp site, PART D -- SPECIAL CONDITIONS TelevlsIon Inspection shall 1ncIude necessary clea Nng (hydraulic Jet or mechanical dearer) to provide vkdeo image mquired for line analysls. The primary pLirpose of cleaning Is for television Inspectlon and rehabilitation; when a portion of a lire Is noI or cannot be televised or rehabllitated, 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 casts must be Included In the bid price for T Inspections The cost of retrieving the TV Camera, under all clrctimstances, when it becomes l'odged durJng Inspection, shall be incidental to TV Inspection, The item shall also include all costs of installing and maintaining any bypass pumping required to provide fellable, regular sewer service to the area residents. All bypass pumping shall be Incidental to the project- 0- 36 VACUUM TESTING OF SANITARY SEWER MANHOLE D. G ENE RAL: This Item skull govern the vacuum testing of all newly constructed sanitary sewer manholes. B. EXECUTICK. TEST PROCEDURE) Manholes shall be vacuurn tested poor to arty interior grouting With all connections in puce. Lift holes shall be plugged, and all drop -connections and gas seailrig cornnections shall be 1nsta[led prior to testing - The sewer liras entering the manhole shall be plugged and braced to prevent the plugs from being drawn Into the manhole. The plugs skull be Installed In the lines beyond the drop -connections. gas sealing connections, etc. The test head skull be placed inside the frame at the tap 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 vaouum shall be read after the required test time. The required test time shall be determiner) from the Table I below in accordance wlth A TM C 1244-93' Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 'I" Hg (19"Hg - 9"H9) (SEC) Depth of MH- 48-Inch OJa. 60-Inch Dia- (FT.) Manhole Manhole 0 to 16' 40 sec. 52 sec. is, 45 sec, 59 sec. 20' 50 see. 65 sec- 22' 55 sec, 72 sec. 24' 59 sec, 78 sec. 26' 64 sac- 85 sec. 26 89 sec. 91 sec. a 107 -2 PART D - SPECIAL. CONDITIONS 30' 74 sec. 98 sec. For Each 5 see, 6 sec - Additional' ' ACCEPTANCE- The manhole shall be considered acceptable, ff the drop In the level' of vaCLIuni is leas than one -inch of mercLrfY (9" Hg) after the required test time. Any rr7anhole, which falls to pass the initial test, Must be repaired by either pressure groLrting through the manhole wail of 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 untJI it has successfully passed the test. Fallowing completion of a successful test, the manhole shall be restored to its normal conditlon. a1I temQarary plu95 snail be removed, all graces, egLripmerrt, and debris shall be removed and disposed of In a manner satisfactory to the Engineer. C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shah 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 last as specified herein. D- 37 BYPASS PUMPING The Contractor shall bypass the sewage around the sectlan or. sections of sewer to be rehabilitated and/or replaced. The bypass shall be made by plugging exia#ing upstream manhole and pVmping 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 harrdlc the flow without sewage backup occurring to facilities connected to the sewer. provisions shaiI be made at driveways and street crossings to permit safe vehicular traveI V ithouI interrupting flaw in the byparsa system. Under no circurnstances will the Contractor be perrnftted to discharge sewa'go Into the trenches, Payment shall be incidental to rehabilitation or replacement of the Sevier line. D- 8 POST -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A.GENERAL' After canstrLrc5011. ALL sections of sanitary sewer lines shall have a television inspection performed by an Independent sorb -Contractor hired by the prime Contractor. Work shall consist of furnishing all labor, material, and equipment necessary for inspection of the sewer lines by mearFs of closed circLiit 16leV1 S10J1_ S atisfaotory precautions ShaII be taken to protect the sewer IJnes from damage that might be inflicted icy the improper use of cleaning equipment, B. TELEVISION INSPE CTI0N EQUIPkMENT : The television camera used for the fnspection shall be one specifically deslgined and constructed for such inspection_ Lighting for the cannera shall be operative in 'f 00% humidity conditions. The camera, television monitor. and other components of the video system shall be capable of prorlucfng picture qualfty to the satisfaction of the Engineer; and if unsatisfactory, equlpment shall be removed and no payment will be made for an unsatisfactory Inspectlon, 0. EXECUTION: 1 _ TELEVISION INSPECTION: The camera shall be moved through the flee in either direction at a moderate rate, stepping when necessary to permit proper documentatlon of aZrr�rar -7 PART D - SPECIAL CONDITIONS any sewer service taps_ In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, poVver Wlriches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with groper documentation shalf be used to move the camera through the sewer Une. No more than 2000 linear feet of pipe will be televised at one time for review ty the Engineer. When manually operated winches are used to puli the television camera thfough the 11ne, telephones or other suitable means of communications shall be set up between the two manholes of the sectlon being Inspected to erasure good cornmunicatJons Wween rnernbers of the crew. The importance of accurate dlsta pe measurements is emphasized. All television Inspection video tapes shall here 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, wh1oh would require interpolation for depth of manhole. will not be allowed. Accuracy of the distance ureter shall be checked by use of a walking meter, roll -a -tape, or other suitable device. and the aoouracy shall be satisfactory to the Engineer. The City Makes no guarantee that all of the sanitary sewers to be enured are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrievIng the Television camera, under all circumstances, when It becomes lodged during inspection, shall be incidental to Television inspection_ Sanitary sever mains must be laced with enough water to fill all low pints. The television inspection must be done immediately following the }acing of the main With no water flow_ if severer Es active, flow must be restricted to provide a clear image of sevmr Eyeing Inspected. 2. DOCUMENTATION: Teievls& Inspection Logs'. Print6d locatlon records shall be kept by the Contractor and will clearly show the locatlon in relation to an adjacent rnaTihole of each sewer service tap observed during Inspection. All television logs shall be referenced to statloning as shown on the plans. A copy of these television lugs vuill he supplied to the City. 3. PHOTOGRAPHS- Instant developing, 35 rnm, cr other standard -size photographs of the television picture of problerns shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere wlth 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 fines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The tele+risforf tapes shall be furnished to the City for revlew Immediately upon completlon of the television inspection and may be retained a maximum of 30 calendar days. Eguipmerrt shall be provided to the CIty by the Contractur for review of the tapes, Tapes waft be returned to the Contractor upon completlon of review by the Engineer. Tapes shall not be erased without the permission of the Engineer - If the I.ape2 are of such poor auality tha.t_t�e .Engineer is unabIa to evaluate tlhe candit[gn f the sswar line or to locate service connections. the Ogntractur shall be re ufred to re- televis8 and orovide a good tape of the line at no additional cost to the City, if a good OW V07 S Y 8 PART T D - SPECIAL CONDITIONS tape cannot be provided of such gtjality that can be reviewed by the Engineer, no payrnernt for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where rrranholes cannot be negotiated with the television camera. D. PAYMENT OF POST -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cast 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 quallty that the particular piece of sewer can be readily evaluated as to sewer oondltions and For providing approprlate means for review of the tapes by the Engineer. Television inspection shall inclLlde necessary cleaning (hydraulic let or rrrechahioal 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. AEI costs associated with this work shall be Included In the appropriate bid itern - Post -Construction Television Irrspe0on. The item shall also Include ail costs of installing and rrtaintalning any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. 0- 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 an the project, including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sanif and crushed stone to be used along with the narne 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 boar any expe rise reIated 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 sarrie aggregate, ceMant, and mortar which are to Le used later in the concrete, The Contractor shall provide a certified copy of the test results to the City- Quallty control testing of In -place material on this }project will be perforated by the city at Its own expense. Any retesting requlrK1 as a result of failure of the mates-lal to meat project specifications will be at the expense of the contractor and W1,11 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 niaterials and equip gent conforming to the requirements of the contraot, 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 trenfDh safety system (if required) for the site to be tested, and any work effort involved is Teamed 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. Tire ticket shall specify the narne of the pit supplying the fill material, D-140 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTUR8FD AREAS LESS THAN I AC RE) A- DESCRIPTION- This itern shall consEst of temporary loll erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of 'the PART T D 4 SPECIAL CONDITIONS contract. These control measures small at no tilnie be used as a substitute for the permanent control measures unless otherwise d5reCed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditlono created by hls construction operations. The temporary measures shall Include dikes, darns, berms, sediment basins, fiber ruts, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic Iiners, rubble liners, baled -fray retards., dikes, slope drains and other devices. B. CONSTRUCTION REQUfREMENT : The Englneer lies the authority to define erodible earth and the authority to limit the surface area of erudlbfe-aarth material exposed by papering right -&-Way, clearing and grubbing, the surface area of erodfbfe-earth material exposed by excavatlon, borrow and fb direct the CONTRACTOR to provide temporary pollution -control measures to prevent contamination of ad)acent streams, other water courses, lakes, ponds or other areas of water impoundirent. Such work may involve the construction of tsrnp4nr2ary berms, dikes, darns. sedirnernt 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 eroafon, Temporary pollution -control measures shall be used to prevent or correct erosion that may develop a=iu0ng construawtfon prior to installation of permanent pollution control features. but are not associated with permanent control Features on the projeot, The Engineer vAl lirnit the area of preparing rlght-of,vvaey, clearing and igrubbing, exuavatfon and barrow to be proportional to the CONTRACTORr capability and progress in keeping the finish grading, rnUiChl13g, seeding, and other such permanent pollution -control measures current In accordance with the accepted schedule. Should seasonal con0lons Make such Ifmftations unrealistic, temporary soil -erosion -control measures shatl be performed as directed by the Engineer, 2, Waste or disposal areas and construction roads steal; be focateti and constructed in a manner that will mfnlmlze the amount of sediment entering streams, 3_ Frequent fordings of 11ve streams will net be perrnitted, therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossfngs are nacessar�. Unless otherwise approved In writing by the Englneer, mechanized equipment shall not be operated in ilve streams, 4, When work areas or material sources are located In or adjacent to IIve streams, Stich areas shall be separated frorn the stream by a bike or ather barrier to keep scd1ment from entering a flowing stream. Care shall be taken during the construction and removal of such harriers to minimize the muddying of a stream. b. All wa ter ays shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during constructlon operations that are not a part of the llnished work. 6_ The Contractor small take sufficient precautions to prevent pollution of slrearns, lakes and reservoirs with fuels, tills, 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 m€gratory fast,_ C. MEASUREMENT AND PAYMENT. All work, materials and epnipment necessary to provide temporary ero;aion control shall be considered subsidiary to the ooratraact and no extra pay will be given for this work, D- 41 INGRESS AND EGRESSIOBSTRUCTION OF ACCESS TO DRIVES o 14vW -0 DART D - SPECIAL CONDITIONS Tile 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, an weekends, and during holidays. The Contractor shall conduct: his activities to minimize obstruction} of access to drives and property dU ing the progress of construction- htctification shall be made to an Mner prior to his driveway being removed and/or rebullt. D- 42 PROTECTION OF TREES, PLANTS AND SOIL. All property along and adjacent to the Contractors` operations including tawny, yards, shrubgr 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 Ara rk. Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or replaced at the Contractor's expense- Trimming or pruning to facilitate the work will be permitted only by experienced workmen in an approved manner (No trimming or pruning without the property ovine ' consent). Prurrocl 11mbs of V diam.ster or larger shall be thoroUghly treated as soon as possible with a tree wound dressing. By ordinance, the Dorntractor must obtain a permit from the City Forester before any work (trimming. removal, or root panning) 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 callrrrg the Forestry Office at 871-5738- All tree work shall be In compliance with pruning standards for Glass 11 Panning as described by the National Arborlst Association- A dopy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Dontraotor shall be assessed using the current formula for Shade Tree Evaluation as cleflned by the Internaticrial Society of ArboricLrlture. Payment for negligent darr}a,ge 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 immedlately sealed using n commercial pruning paint. No separate payment will be mane for any of the work Involved for th15 item and all costs lnourred will be considered a subsldiary cast of the project. D- 43 SITE RESTORATION The contractor shall be responsible for restoring the site to original grade and conditien after completion of his operations subject to approval of the Engineer. The basis for approval by the Englneer will be grade restoration to plus minus one -tenth (0.9) of a foot. D- 44 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products submitted In time bid docurnents must appear in the latest " lty of Port Worth Standard Product Ust, For the bid to be considered responsive. Products and processes listed in the "CIty of Fort Worth Standard Product List shall be ns[dered to meet City of Fort Worth minimum technical requirements. D- 45 TOPSOIL, SODDING, SEEDING & HYDR MUL HIN This item shall be performed in accordance with the CIty of Fort Worth Parks and Community Services 1)epartment S pecifications for Topsoil, Sodding and Seedlng- 02114107 -31 PART D - SPECIAL CONDITIONS 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 Medlaris to the lines and grades as established by the Engineer, CONSTRUCTION METHODS' Topsail will be secured from borrow sources as required to supplement material secured from street excavation, All excavated materials from streets which is sul#able for #opsoll wlfl be used In the parkways and medians before any topsoil is obtained from a borrow source. Topsoll material securest from street excavation shall be stook piled 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 mknlmuM six (6) Inches of compacted depth of topsoil parkways. 2, SODDING DESCRIPTION. Soddling Will consist of furnishing and planting Bermuda. Buffalo or St. Augustine grass in the areas between the curbs and walls, on terraces, in median strips, on embankments or cut slopes, or In such areac- as designates) on the Dra lags and in accordanca with the requirements of this Specification. Recornmended Buffalo Brass variedes for sodidkng are Prairie and 609. MATERIALS- Sod shall consist of live and grbWjrj9 Bermuda, Buffalo or St. Augustine grass secured from sources where the sail is fertlle. Sod to be placed sharing 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 () inch mWrnum thickness of native soil attached to the roots_ St. Augustine grass sad shall have a healthy. virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native salt attached to the roots. The sad 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 hardiness when transplanted. Sod to be placed between curb and watk and on terraces shall be the same type grass as adjacent grass or existing lawn. Care skulk be taken at all Climes to retaln native soil on the roots of the sad during the process of excavating, hauling, and {denting. .sod material small be kept moist from the time It Is drag until planted_ When so directed by the Engineer, the sod existing at the source shall be watered to the extent required prior to excavating. Sad material shall be planted within throe [lays after it Fs excavated - CONSTRUCTION METHODS. After the designated areas have been completed to the lines, grades, and cross-sactions shown on the Drawings and as provided for In other items of the contract, sodding of the type specified shalt be performad In accordance with tho requirements hereinafter descrlbad. Sodding shall be either "spot" or °block`; either Bermuda, Buffalo or St. Augustine grass, a. Spot Sodding Furrows parallel to the curb llne or sldev+alk lines, t etve (1 ) inches on centers or to the dimenslons shown on the Drawir'rgs, shall be opened on areas to be sodded. In all 0,V F 7 -3 PART D - SPECIAL CONDITIONS furrows, sod approxkmately three (3) inches square shall be placed on twelve (1 ) inch centers at proper depth so that the top of the stud shall not be more than one-half (11 ) inch below the finished grade, Moles of equivalent depth and sp2acing may be used instead of furrows_ The :soil shall be firm around each block and then the entire sodded area skull be carefully rollad with a heavy. hand rafter developing fifteen (15) to twenty-five (5) pounds per square Inch compression_ Hand tamping may be required on terraces. b, Black Sodding. At locations on the Drawings or where directed, sod blocks shall be csrefully pfaced on the prepared areas. The ;god shall be so placard that the entire des[gnated area shall be covered, and any voids left in the flock sodding shall be filled with additional sots and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact soNd mass. Surfaces of block sod. which. In the opinion of the Engfneer, may slide clue to the height or slope of the stirfaoe or nature of the soil, shall,, upon direction of the Engineer, be pegged with wooden pegs driven through the sad 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 crass -section previously provided and existing at the time sodding operations were begun, Anyexcess dirt from planting operations shall be spread uniformly over the adjacent <9reas ar dispo5ed of as directed by the Engineer so that the completed surface will present a sightly appearance. The sodded areas shall be thoroughly watered irnmediarteiy after they are planted and shall be subsequently watered at such t.lrrtes and in a mannaWr and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth. . SEEDING DESCRIPTION.- "Seeding" will consist of preparing ground, providing and planting seed or a mNture of seen of the kind specified along and across such areas as may be designated oil the Drawings artd in aocordance with these Speciffcations. P ATE I L& a. General. Alt seer) used must carry a Texas Testfrig Seed label showing purity and ga~rmination, name, type of sued, and that the seed meets all requirements of the Texas Seed Craw. Seed furnished shall be of the previous seasons crop and the date of analysis shown on each tag shali be wfthin nine (9) months of time of dellvery to the project. Each varlety of seed shall be furnished and deflvered In separate bags or contairiers. A sample of each varlety of seed shall be furnished for analysis and testing when directed by the Englneer. The specfffed seed shall equal or exceed the following percentages CVf Purity and germInatlon- ernmon dame Pariri Germination Common Bermuda Grass 95% Orb Arrival Rye Grass 95% 5% Tall Fescue 95% 90% Wastern 1 heatgrass 5% 90% aar14107 -33 PART D - SPECIAL CONDITIONS Buffalo Grass Varleties Cody Gun 25°10 9l3% Cody 5% 90% Table 120.2.(2)a. URBAN AREA WARNI-SEASON SEEDING RATE (Ills.); Pure Live Seed (PLS) Mixture for Clay or Tight Soils Mixture for Sandy Soil Datea (Eastern Sections) (Western ectigns) (AII Section Fah 9 Berrnudagrass 40 Buffelograss 80 Bermudagrass 60 to Buffalograss @0 Serrnudagress 20 Buffalogmss 40 May 1 Total: 100 Total: 100 Total: 100 Table, 120.2.(2)b TEMPORARY COOL -SEASON SEEDING RATE; (tlb,) Pure Live Seed (PLS) Dates (N] Sections} leg 15 Tall Fescue 50 to Western 1heatgeass 50 May I Annual Rye 50 Total: 100 CON STIR UCTI0N METHODS. After the designated areas have been ccmpleted to the lines, grades, and cross -sections shown on the Drawings and as provided for in otter 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 dlreGted by the Engineer so as to {prevent washing of the slopes or dislodgment of the seed_ b_ Finishing. Where applicable, the shoulders, slopes, and ditches shall be smoothed after seed bed preparation has been completed and shaped to nonfarm to the cross-section previously provided and existing at the tlme planting operatlons were begun, BROADCAST SEEDING : The seed or seed mixture in the quantity specified shall be uniformly dlstrlbuted over the areas shown on the Drawings and where directed. If the sowing of seed is by hand, rather than by mechanical methods. the seed shalt be sown in two directians at right angles to each ether. Seed and fertllizer shall be distributed at the same time provided the specified uniform rate of application for both Is obtained. "Finishing" as specified in ectian 145, Construction Methods, is not applicable sin -cc rto seed ted preparatlon is required, DISC1=D 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 Ilne and grade as specified under "Finishing„ in Seotion D-45, Construction Methods. The seed, or seed mixture, specified shall then be planted at the rate requir7d and the application shall be made wknlforrrkay. if the sowing of seed is by hand rather than by =14/07 -34 PART D - SPECIAL CONDITIONS mechanical rnethods, seed shall be raked or barro ad irrto the soil to a depth of approxiMately one -eight (118) inch. The planted area shall be rolled with a corrLagated roller of the " C ultipaicker" type. Ail rolling of the slope areas shaft be on the corrtour_ ASPHALT MULCH SEEDING. The self over the area shown on the Drawings, or as directed to be seeded, shall be loosened to the mirklmurn depth of three () Inches and all particles in the seed feed shall be reduced to less than one (1) inch In diameter, or they shall be removed, The area small then be finished to lime and grade as specified under "Finishing" in Section D- 46, Construction Methods_ Water shall then be applled to ttre GUItivated area of the seed bed Until a Minimurri depth of six (5) inches Is thoroughly moistened. After the watering, when the ground has beccme sufficiently dry to be. loose and pIlable, th seed, or seed mixture specfffed, Shall then be planted at the rate required and the applicatlon shall be matte uniformly. if the sowfrag 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 unlforM rate of application for both Is obtair:ed. After planting, the seed shad be waked or harrowed into this soil to a depth of approximately one -quarter (114) inch. The planted surface area and giving a smooth surface without ruts or tracks. In between the time compacting Is completed and the asphalt ;s applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a rninirnum 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 Drauvlrigs and shall conform to the regUIrements of the itern 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings, or if Dra fngs 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 flnIshed surface shall be comparatively smooth. RE-SEEDINGRE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: ,Areas where temporary goal season species have been planted may be replanted beginnirFg February 1 with vrarm season species as listed in Table 120.2(2)a. The re -seeding Will be achieved in the follow.Ing manner. Tale cool season species shall be mowed down to a height of one (1) inch to insure that sift -seeding equipment will be able to cut through the turf and achieve adegUate poll peneta•atron_ " Slit -seeding, is achieved thmugh the use of an implement which cuts a furrow (slit) In the soli anti places the seed in the slit which is then pressed close with a cult packer wheel. 4. HYDr OMULCH SEEDING: If hydro mulch seeding Is provided, seed mix shall have 95% palty of Bermuda grass and have a germination rate of 90%. Contractor shall ensure [hat the grass establishes. 5_ CONSTRUCTION WITHIN PARK ARF-A TURF RE TO AT10N 0F PARK AREAS. FEI TILIZER PART D - SPECIAL CONDITIONS DESCRIPTION. "Fertilizer" will consist of providing and distrfbAng fertilizer over such areas as are designated an the Drawings and In accordance with these Specffications. MATERIALS' All fertilizer used shall be dellvered 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 PertlIizer Law. Al pelleted or granulated fertilizer sha€I be used with an analysts of 16-20-.0 or 16-5-8 or having the anelysis 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 AgricOtural Chemists. In the event It is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted or granulated fertilizer with a lower concentratlon. Total amoUnt of nutrients furnished and applied per acre shalt equal or exceed that speelfled For each nutrient. CONSTRUCTION METHODS.' When an item for fertilizer is Included In the Drawings and proposal, pelleted or granulated ferfilizer shall be applied uniformly over the area specified to be fertillZed 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 shell 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 w1II be made only on topsoils secured From borrow sources. Acceptable material far "Seeding" will be measured by the linear FoM, complete In' place. Acceptable material for "Sodding" will be measured by the linear foot, complete In dace, Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or secding, 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 unt price bid for each item of work. Its price shall be full compensation for excavating (except cis 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 speclfled shall be indLided in "Seeding" or " oddlog" bid items and will not be paid for directly. "Spot sodding" or "block sodding" as the case may be, wI11 be pall for at the contract unit price per square yard, complete In pJace, as provided In the proposal and contract, The contract unit price shall be the total cornpensa#ion for furnishing and ptacing all soil; for all roiling and tamping: for all watering; for disposal of all surplus materiafs; and for all materials, labor, equipment, tools and Incidentals necessary to complete the work, all in accordance with the Drawings and these Speelficatlons_ 0zr 1,4107 -36 PART D - SPECIAL CONDITIONS The work perfernierl and materlals furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or " oddhig" of the type specified, as the case may be, which price shall each be full compensation far furnishing all materials and for performing all operations necessary to compiete the work accepted as follows; Fertilizer material and application will not by rneasured or paid for diroctiy, but Is cc sheered subsidiary to Sodding and eeding- D- 46 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to irnplernent and rnaintain a variable "CONFINED SPACE ENTRY PI OGRAMIr hIch must meet 0SHA 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 are acceptable "CONFINED SPACE ENTRY PROGRAM" for all appficaWe manholes and maintaln an active fife for these manholes. The cost of complying w1th this program shall be SUbsidiary to the pay iterns Inva[v1ng work In ccnfined spaces. D- 47 SUBSTANTIAL COMPLETION IN PE TION1FINAL INSPECTION 7. prior to the final inspection being conducted for the project, the contractor snail contact the clty 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 C:fty'S consultant shall make an inspection of the substantially completed work and prepare and subrnft to the contractor a list of items needing to be completed or corrected- 9. The contractor shall take immediate steps to rectify the listed de#Jciencfes and notify the owner In writing When all the lie Ins have been completed or ccrrected. 10. Payment for suf stantlal completion Inspection as weft 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 brne of final Inspection. 11. Ffnal inspection shall be In corfforrnance with general condition item " 5.5.'l8 Final lnspection" of PAIN 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 considared as incidental work included In the Ccntract Uriit Price bid for applicable pipe or structure inslallation except for short tunneIinrgltree aucgeririg. 2. Any and all trees located wIthfn the equipment operating area at each work site shale, at the directlon 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 core.5truction area. 3. Contractor shall inspect each work site In advance and arrange to have any tree Jfmbs paned that milght lie damaged by equipment operations. The Engineer shall be notified Q 41 r C-37 PART D - SPECIAL CONDITIONS at least 24 Fours prior to any tree trimming work. Nu (drnming work wil' be permitted within private property without written permission of the Owner, 4, Nothing shalt be stored over the tree root system within the drip line area of any tree. S. Before excavation (off hIhe roadway) within the drip IJne area of any tree, the earth shalt be sawcut for a minimum depth of 2 feet_ At designated locations shown ore the dra ings, the "shart tunnel" method using Class 51 D_!_ pipe shall be utllixed. 7. Except in areas where clearing is allowed, all trees up to 8" In Ailamster damaged during construction shall be removed and feplaced with the same type and diameter #fee at the contrar.tor's expense_ 8. Contractor shall employ a quallffed 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 diamWer shall not be larger than 1-1/2 tunes the outside pipe diameter. Voids remaining after pipe Installation shall be pressure grouted, D- 49 CONCRETE ENCASEMENT OF SEWER PIPE Concrete erica.sernent of sewers shall be pant for at the Contract Unit PrIce per linear Foot of concrete enoasament 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 ancasament_ D- 50 CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clair Darn Construction, figure in the Drawings In these Specifications, at locations fndlosted on the Drawings or as directed by the City. Clay darns shall be keyed Into undisturbed soli to make an Impervfous barrier to reduce groundwater percolation through [he pipeline trench. Construction material shall consist of cornpacted hentonf#e clay or 2V concrete, Payment for work such as forming, placing and ffnlshing shall be subMdlary to the price bld for pipe installation. D- 51 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of g1l exi;stIng utllltles prior to construction, in accordance with item Dw6. At locations Identified on tho drawings, contractor shall conduct an exploratory excavation (D-Hole). to locate and verify the location and elevation of the e istIng 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 locatlons 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 utfltty Is In confflct with the proposed facillty, the contractor stall contact the engineer Immediately for appropriate design madfications. The contractor shall male the necessary repairs at the exploratory excavation (U-ldole) to obtain a safe and proper driving surface to ensure the safety of the general public and to rneet the FAIT D- SPECIALCONDITIONS approval of the City Inspector. The contractor shall be Ifable for any and all damages incurred clue to the exploratofy excavation (D-Dole), Payment shall not be made for verifiQation of existing ulifities per Item 0-6. Payment for exploratory excavation (0-Hole), at locatlons identified on the plans or as directed by the Engineer, shall include Bill compensation for all materfafs, 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 excavatla n (s) conducted after construction fires begun. D- 52 INST,4LLATMIN OF WATER FACILITIES 52.1 Polyvinyl Chloride (PVC) Water Pipe POLYVINYL Chloride Piastir, Water Pipe and fittings oo this Project small be in accordance with the materlal standard contained in the General Contract DacLIMSMS. Payment for work such as backfifl, badding, blocking, detectahli� tapes and all other associated appurtenant required, shall be included In the Ifnear foot price bid of the appropriate BID ITE=f (). 52.2 Blocking Concrete blacking an this Project will necessarily be required as shown on the Plans and shall be Installed In accordance wJth the General Contract Documents. All valves shall have concrete b[ocking provided for supporting. No separate payment will be made for any of the work Involved for the itern and all casts incurred will be considered to be included In the IInearfoot bid price of tha pipe or the bid pricy of the valve. 52.3 Type of Casing Pipe 1. WATER; The casing pipe for open cut and bared or tunneled section shall be AWVVA C- 00 Fabricated Electrically Welded Steel Water Plpe. end sha l'I rnnform to the provisions of E1-15, EI-5 and E11R9 in Materfal Specifications of General Contract Domments and peciffcatlons 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 Vvith the requirernenks of Sec, 2.2 and related sections In AWVV,\ C-20 . Touch-up aftef field welds shall provide coating equal to those specifled above. C. Minimum thickness for casing pipe used shall be 0.375 inch. tainfe-5s Steel Casing Spacers (centering style) such as manufactured by Cascade Waterworks NlanufacturIng 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 tills project shall be In accordance with the materlal standard El -1 b and Construction s#andard E2-15 as per lyfg. 110 of the Ganaral Contract Docurnents. 3, PAYMENT Payment for all rnaterlals, labor, equipment, excavation, concrete grant, backfill, and incidental' work shall be included in the unit price laid per foot. 52.4 Tie-ins ozfl-147 C- 9 PART D - SPECIAL CONDITIONS The Contractor shall be responsible for malting tie -Ins to the existing water rnaIns. It shall be the responsibility of the Contractor to verify the exact locatron and elevation of the existing llne tie-ins. And any differences In locations and elevation of existing Ilne tie -In. S 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 bld price of the pipe, 52.5 Connection of Existing Mains The Contractor shall determine the east location, elevation, configuration End angulatlon 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 contrao'i drawings and what may be encountered irr the said work shall be considered as inoidental to construction. Where it is required to shut down existing mairis in order to make proposed connections, such down time shall be coordinated with the Engineer, and all efforts shall be made to keep thls down time to a rninimurn. In case of shutting down an existing main, the Contractor shall notify. the Manager, Constructlon Services, Rhone 871-7813, at least 48-hours prior to the required shut down time, The Contractor's attention Is directed to Paragraph 5-5.15 INTERRUPTION OF SERVICE, Page C -5(5), PART 0 - GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS- The Contractor shall notify the customer both personally and in wrI#Ing as to the location, timer and schedule of the service interri,ptlon. The cost of removing any existing concrete blocking shall be Included in the cost of connection. Unless bid separately all cast incurred shall be included in the linear font price bld for the appropriate pipe size, 52.6 Valve Cut -ins It may be necessary iv cut -In gala valves to isolate the water maln from which the extension andlor replacement is to be connected. This may require clasing vajves in other lines and putting consumers out of service for that period of time necessary to cut in the nevr 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 bac fill, betiding, fittings, blocking and all otter assoclated appurtenants required, shall be included in the price of the approprinte bid 4orrts_ 52.7 Water Services The relocatlon, replauement, or reconnection of water services will he required as shown on the plans. andlor as described in these Special Contract DacLirnents In addition to those located In the field and Identified by the Engineer_ All service's shall be constructed by the contractor utilising approved factory manufactured tap saddles (when required) and corporation stops, type K copper water tubing, curl, stops with lock wings, meter bones, and if required approver! manufactured service iaranchea. All mate daIs used shaII be as specif led In the Material Standards (E1- 17 & E'l-18) contained in the GeneraI Contract Docurnents. All water services to ba replaced shall be installed at a m1ni nurn depth of 36 in' -has below final grade. PIT D - SPECIAL. CONDITIONS All existing 314- nch water service Ifnes which are to be replaced shal] he replaced with 1- irtch Type K copper, 1-inch diameter tap saddle when required, and I -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 male tap and service line being in lire vith the service meter unless otherwise directed by the Engineer. A mWmum of 24 hours advance notice shall be given when service interruption will be required as specified in Section 05-5-15 INTERRUPTION OF SERVICE. All water service meters shall be removed, tagged, and collected by the contractor for pickup by the VVater Dopartment for reconditioning or replacement. After instaIIstion 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 fo be flush with existing ground or as otherwise directed by the Engineer. Alt such work on the outlet side of the service meter shall' be performed by a licensed plumber. I _ VVATER SERVICE REPLACEMENT , Water service replacement or relocation is required when the a istIng service is lead or fs too shallow to avoid breakage during street reconstruction. The contractor shall replace the existing service lire with Type K copper From the main to the ureter, curb stop with lock wings, and corporation stop. Payment for all work and material's such as backfill, fittings, type K copper tubing, curb stop w1th look wings, service fine adjustment, and any relocation of up to 12-inches from center line existing meter iocatfan to center line proposed meter location shall' be Included in the IIInear Foot price bid for {topper Service Line from Mara to five (5) feet behind Meter. Any vertical adjustment of customer service llne within the 5 foot area shall be subsidiary to the service installation. Pa rnent for 21I work and matedais such as tap saddle (If required), corporat [on stops. and fittings shall be included In the price bid for SerOca Taps to Maln. WATER SERVICE RE OININEOTION. Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstwctlon. The contractor shall adjust the existing water service line Is required for reconnection and furnish a now tap with corporatforr stop. The contractor will be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service fire uses! in excess of five (5) feet from Main to €ive (5) Feet behind the Meter. . WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement and relocation of a water service and mater box is required and the location of the ureter and meter box is moved mare than twelve (1) inches, as measured from the center line of the axis t1ng meter to location to the center line of the proposed meter location, separate payment wlfl be allowed for the relocation of service meter and meter box. Oenterlir a Is defined by a fine extended from the service tap through the meter. Only relocations made perpendicular to this centerline will be paid for separately. Relocations made along the centerline will be paid of in feet of copper service line_ When relocation of service meter and meter box its required, payment for all work and materials such as backfill, ffltfngs, five () Feet of type K capper service and all materials, 0 1 7 -41 PART D -- SPECIAL CONDITIONS labor, and equipment used by and for the licensed plumber shall be Inciuded in the price bid for the service meter relaoation. All other casts wilt 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 Ilne Is net being replaced. Adjustment of only the meter box and custorner service line within 5 feet distarice behind the meter will not justify separate payment at any time Lacaxions with multlple service branches will be paid for as one service meter and meter box relocation, 4. NEl,+lfi SERVICE. When new services are required the contractor shall Enskail tap saddle (when required), corporation stop, type K copper service line, curb stop with lock wings, and meter box. Reinforced plastic meter bones with cast iron lid shall be provided for all 2 irtch water meters of smaller. The reinforced plastic water meter boxes shall comply with section t=fi-IBA — Reinforced Plastic later Meter Saxes. Payment for all wort{ and materials such as backfW, fittings, type K copper lubIng, and curb stop with lock wings shall be included in the Linear Foot prim bld for Servias Line from Bain to Meter five ( ) feet behind tha motor. Payment for all work and materials such as tap saddle, corporation stops. and fittings shall be included in the price bid ror Service Taps to Mains_ Payment fcr all work and materials such as fumFshing and setting new meter box shall be included In the price bid for furnish and set ureter box. 1. MULTIPLE SERVICE BRANCHES: When multiple servico branches are required the contractor shall furnish approved factory manufactured branches. Payment for multiple service branches will Include furnishing and installing the multiple service branch only and all other cost will be included In other appropriale laid item(s). 2_ MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER. Any multlple service Iines with taps servicing a single service meter encountered duffing 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 Enid item(s). 62.8 -Inch Temporary ,service Line A, The -inch temporary serviw main and 3/4-inch service IEnes shall be installed to provide temporary water service to ali buildings that will necessarily be required to have severad water service during said worm. The contractor shall be responsible for courdlina#Irrg 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 expedKtous manner. Severed water Service must be reconnected within 2 hours of discontinuanm of service. A -Inch tapping saddle and -inch corporatlon stop or 2-Inch date 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 maln and 314-Inch service lines shall be installed in accordance to the attached figures "I, 2 and 3. 2„ temporary service Ilne shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH)-pricr to Insta[ia_tion. _ PAIN D - SPECIAL CONDMONS The out -of -service Pneters shall be removed, tagged and collected by the Contractor for dellvery to the Water Department Meter Shop for reconditioning or replacement, Upon restoring permanent service, the Contractor shall re -Install the meters at the cerrrect location. The rneter box shall be reset as ntacessary to be flush wlthr the existing ground or as otherWise directed by the Engineer, The temporary service layout shall have a minimum available flow rate of 5 GPM at a dynarnic 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 Peed points, When the temporary service Is required for more than one location the 2-inch temporary service pipes, 314-inch service linens and the 2-inch meter shall be rraved to the next sLrccessiva project location. Payment for work such as fittings, 314-inch service Ifnes, asphalt, barricades, all service connections, removal of temporary serelces and ail other assoclated appurtenants required, shall be included in the appropriate bld item. B. In order to accurately measure the amount of water used during construction, the Ccntraclar will install a fire hydrant meter for all temporary service lines. Water used during construc;t'ran 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 llf advise the Inspector of the number of meters rival vvlfl be needed along with the locatlons where they will be used. The Inspector will deliver the hydrant meters to the locations. After installation, the contractor vvfli take full responsibility for the meters untll such time as the contractor retUMS those ureters to the Inspector. Any damage to the meters vwlll be the sale responsibility of the contractor_ The Water Department Dieter Sheep will evaluate the condition of the meters upon return and if rspairE are needed the contractor will receive an invoice for those repairs. The issued meter is for this specifrc project and locatlDn only. Any water that the contractor may need for personal ease will require a separate hydrant meter obtained by the Contractor, at its cost. from the Water Department, 52.9 Purging and Sterilization of Water Lanes Before being placed Into service all newly constructed water lines shall be pLFged and sterilized In accordance with E2.24 of the General Contract Documents and Specifications except as modified herein. The City ON provide all water for [NITIAL cleaning and starilization of water lines. All materials for constructions of the project, including appropriatefy sized "pipe cleaning pigs", chlorine gas or chlorinated lime (HTH) skull he furnished by the Contractor. Chlorinated ilme (HTh-I) shall be used in sufficient quantities to provide a chlorine residual of fifty ( 0) PIP . The residual of free chlorine shzll 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 avallable, chlorinated water shall be "ale-chtlorinsled" prior to disposal. The line may not be placed in service until awn succcSsive sets Of saariples, taken 24 hours apart, have met the established standards of purity. Purging and starkllzation of the water Ilnes shall be considered as Incidental to the project and all costs incurred will ire considered to be included in the linear foot bid price of the pipe.. QZI C-4 PAIN D - SPECIAL CONDITIONS 52.10 Work dear Pressure Plane Boundaries Contractor shall take note that the water lima 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 connect.ians are made between pressure planes 5.11 Water Sample Station GENERAL - All water sampling station Installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless other lsa directed by the Engineer. The appropriate water sampling station wilt be furnished to the Contractor free of charge; however. the Contmotor 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 than installation of the 314-inch type K copper seavrce line will be shall be included in the price bid for copper Service )wine from gain 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 Maaln. Payment for all work and materials necessary for the Installation of the sampling station, concrete support block, curb stop, fi#t ngs, and an irrclderital 5-feet of type K copper ;Service Ilne which are required to provide a complete and functional water sampling statlon shall be included Irt the price bld for We ter S ample Stations. PAYMENT FOR FIGURE 33 INSTAL(-ATIONS; Payment for alJ work and materlais necessary for the installation tap saddle, gate valve, and fittings shall be Included in the price bld for Service Taps to Mafn. Payment for all work and materials necessary for the installation of the sampling station modification. tc the vault, fittings, and all type K capper service line which are required to provide a complete and functional water sampling station shall be included In the price laid for Water Sample Stations, 52-12 Ductile Iron and Gray Iron Fittings Reference Part F-2 Construction Specifications, Section F-2-7 Installing Casl' Iron Pure, Fittings, and Specials, ~pub section E2-7.11 Cast Cron Fittings, E -7.11 DUCTILE -IRON AND GRAY -IRON FfTiIN S: Alt ducNE-iron and gray -iron fittings shall be furnished with cement mortar fining as stated in Section E1-7. The price bid per ton of fittings shall be payment in fL111 for all fittings, joint accessories, polyethylene wrapping, horizontal concrete blacking, varticaf 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 Constmotion Specification i -13. Wrapping shall precede horizontal concrete blacking, vertical tie - down concrete blocking, and concrete cradle. Payment for the polyethylene wrapping. PART D µ SPECIAL CONDITIONS horizbntal con&eite blocking, ver#Icai tle-davvh concrete blocking, and concrete c�adje 0all be included In bid Items for vales and fittings and rro offer payments will be allowed. D- 53 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment wIll be made for this item and it shall be considered to this contract. D- 64 DEWATERINC The Contractor shall be responalble for determining the methdd of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall lee responsible for damage of any nature resulting from the de attiring operations. The DISCHARGE from any de attiring 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 ccns�dered to be included In the project price, ❑- 55 TRENCH EXCAVATION ON DEEP TRENCHES ontractor to prevent any water flowing Into open trench during ccnstruotion. Contractor shall not leave excavated trench open overnight. Contractor shall fill any trench the same day of excavation_ Mn extra payment shall he allowed for this special condition. D- 56 TREE PRUNING A. REFERENCES. National Arborist Association's "Pruning Standards for Shade Trees". 1. Vibratory Knife 2_ Vermeer V-15SORC Root Pruner . NATURAL RESOURCES PROTECTION! FENCE Steel "T" = Dar stakes, 5 feet long. 4. Smooth Horse -Wire; 14-1I2 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 cambination soil separator fabric on wire mesh backing as shown are the DraWngs. D, FOOT PRUNING 7. Survey and stake location of root pruning trenches as shown err drawings_ PAIN D - SPECIAL CONDITIONS Cuing the approved specified equipment, make a cut a minimum or 36 Inches deep in order to minImIze damage to the undisturbed root zone. 9. Backflll and compact the trench immediately after trenching, 10. Place a 3-foot wide by 4-Inch deep cover of mulch over the trench as required by the Engineer, 11. 1 ithIn 24 hours, prune flush with ground and backfill any exposed ranks due to construcftn activity. Cover With wood chips of mulch in order to equalize soil temperature and minirni water loss due to evaporation, 12. Limit any grading work within conservation areas to -Inch max1mum cut or fill, with no roots over 1-inch diameter being out unless cut by hand or cut by speclfled rrnethods, equipment and protection, E. MULCHING: Apply 2-inches to 4-Inches of woos} chips from trimming or clearing operation on areas designated by the Engineer. F. Tree Pruning shall be OhsIdered subsid[ary to the protect cortfract price. D- 57 TREE REMOVAL Trees to be removed shall be rernoved using applicable methods, including sturnp 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 sevver services, pavement, fences, walls, sprinkler system piping, etc., at no cost to the Owner. Afl casts for tree removal, including temporafy Service costs, shall' be considered subsidiary to the project contract price and no additlornal payment will be allowed. *I J1111111111101W*1 The matter of subsurface exploration to ascertain the nature of the lolls, including the amount of rack, if any, through which this pipeline Installetlon is to be mate is the responsibility of any and all prospective bidders, and any binder on this project shall submit his bid under this condition,. Whether prospective bidders perform this subsurface exploration jointly or independently, and vwhather they make such determina#lun by the Use of test holes or other means, shall be left to the dFscrebon 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 rnaterlal encountered In excavations is the sarne, either in character, location, or elevaVon, 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 interpWa#ion of these records and for making and maintaining the rewired excavation and of doing other wort[ affected by the geology cf the site_ The cast of all rack removal and Other assuclated appurtenances, if requlr'ed, i3hall be included in the linear foot bid price of the pipe. WI-r107 S -46 PAIN D - SPECIAL CONDITIONS D- 59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTfON DURING Prior to beginning construction on any block in the project, the contractor shall, on a blo�-,k by blocl basis, prepare and deliver a notice or flyer of the pondIng construction to the frorrt door of each residence or business that will be impacted by construction_ The notice shall be prepared ae follows: The notification notice a flyer shall be posted seven (7) days prior to beginning any construction activity err each block In this project area. The flyer shall be prepared on the Contractor's letterhead and shall Include the following information: Name of Projeet, DOE No., Scope of Project (i,e_ type of construction activity), actual construction duratlon within the block, the name of the contractor's foreman and his phone number, the naive of tale City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre -construction notiflcatlan' 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 prlvr to being dis*Ibuied. 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 tempofadly shut dawn water servfoe to residents of businesses during construction, tine contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. The not Ice shall ba prepared as Follows: The notification or flyer shall be posted twenty-four (24) prior to the temporary Interruptlon. The flyer shall he 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 perfed the Interruption will tape 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 pei-mitted to proceed with Interruption of water service until the flyer has been delivered to all affected residents and businesses, Electronic versions of the sample flyers can be obtained from the Construction office at (8117� 871-8 06. All warp involved with the notification flyers shall be considered subsidiaryr to the contra ct price and no additional compensatfon shall be made. 0- GO TRAFFIC BUTTONS The removal and replacement of traffic buttons is the resporslblRy of the contractor and shall be considered a subsfdlary Item_ In the event that the contractor prefers for the Signals, 'Signs and Markings Division ( SI ID) of the TransportationPublic Works Department to Install the markings, the contractor shafil contact SSIVID at (817.) 871-8770 and shall reimburse S MD for all casts incurred, both Tabor and material. No additional compensation shall ba made to the contractor "for this reimbursament. OW4107 C-47 PART D - SPECIAL CONDITIONS D- 61 SANITARY SEWER SERVICE CLEANOUT Whenever a sanitary sewer service Ilne is installed or replaced, the Contractor shall Install a two- way service nleanout as shown in the attached detail. Cleanouts are to be Installed out of high traffic: areas such as drlveways, 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 [he two-way sere€ce cleanout which are required to provide a complete and functional sanitary sewer cleanaut $hall be Included fn the price bld foir Sanitary Sewer Service Clea3nouts, D- 62 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a terriporary paverent repair immediately after trench backfill and compaction using as m1nimurn of 2-inches of hot mix asphalt over a minimum of 6-inches of wmpacfed flex base. The existing asphalt shah be saw Clot to provide a uniform edge and than entire wldthr and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideability on the street as well es provide a srrrooth transition between the existing paveriient and the temporary repair. Cost of saw cutting shall be, subsid€ary to the temporary pavement repair pay item. The contractor shall be responsible for mainta€Wing the temporary pavement until the paving contractor has mobilized, The paving contractor shall as$ume maintenance responsibil€ty upon such mobilization_ Nc additional compensation shall be made for maintaining the temporary pavement. D- 63 CONSTRUCTION STAKES The City, thrrough its Surveyor or agent, will provide to the Contractor construction stakes or other customary method of markings, as may be found consistent with professlanal practice, establishing lime and grades for roadway and utility construction, and centerlines and benchmarks for bridgework. These stakes shall be set su#ficiarrtiy in advence to avoid delay whcnave r practical. One sat of stakes shall be sat for all utility constrLictivn (water, sanitary sewer. drainage etc.), and one set of excavaation/or sta bi I lzation stakes, an one set of stales for curb and gutterlor paving_ It shall be the sole re;sporrsibility of the Contractor to preserve, rnaintain, transfer, etc,, all stakes furnished until completion of the construction phase of the project for which they were furnished. If the City or its agant daterinines that a 6uFFJciant nUMber of stakes or markings provided by the City, have been lost. destmyed. or d1stufbed, to prevent the proper prosecution and contra! of tha work contracted for in the Contract Documents, It shall be the Contractor's tesponsiWity, at the Contractor's sole experaser to have sr;ch stakes replaced by an individual registered by the Texas Board of Professional rand SUNeyor as a Registered Land SUrveyar. No cla€ms for delay d U e to lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordanco with the Contract Documents. D- 64 EASEMENTS AND PERMIT The performance of Lhis cnntract requires certain temporary construction, right -of -entry agreements, aandlor 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 aotiv€ty is necessary on City owned facilities, such as severer Ilnes or manholes_ For locations where the Cliy was unable to obtain the easement or right -of -entry, it 0241w� SC-48 PART D - SPECIAL CONDITIONS shall be tha Contractor's responsIbI[it y to- obtain the agreement prlor to begilnning works on subject property. This shall be subsidiary to the contract. The agreements, whIch the Qity has obtained, are ava labte to the Contractor for review by contacting the plans desk at the Department of Erngineering, City of fort Worth. Also, It shall be the responsibitlty of the Corrtractur to obtain written permission from property owners to perform such work as deanout repair and sevver service replacernent on private property. Contractor shall adhere to all regUlrenlents of Paragraph? 6-6.10 of the Genera! Contract Documents. TJie Contractor's atteniion is directed to the agreement terms along wfth any spacial condJtions that may have been imposed on these agreements, by the property owners. The easernents and/or private property shall be Cleaned up after use and restored to its original corrditlon or better. In event additional work room is requfred by the Contractor, it shall be t1le Contractor`s respansibillty to obtain written permission from the property owners involved for the use of additional' property required. No add[#Iona! payment will be allowed for this item. The City has obtained the necessary documentation for rail'rand and/or hIghway permits required for construction of this project. Tha Contractor small be responslble for thoroughly reviewing, understanding and complying v+Jth 21I provisions of such permits, includirng obtaining the requtslte insurance. and small pay rony and all casts associated with or regUired by the Perniit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appfoprlate ra i froadiag ency far afl flagmen during carlstfLJction in rail'road/agency right -of- ay. Fof railroad permits, any and all ralIroad insurance_ccsts.6rid any other fntMentaI costs necessary to. m6et� the �'can�litions asspo ated �ithr p�r'mit(s) compIiance, -fnc[(Edill 9 paymL—j3 t for f[agmon" Shall' inclui�ed in the ILrmp sum pay bid item for "Associated Costs for Go nst ruct i o r) wlthin Rarlroad ) Agcncy R',aht-of• ay"_ No additional compensation sha'll be allowed on this Day item. D- 65 PRE -CONSTRUCTION NUGHBORWODD MEETING After the pre -construction conference has been held but before construction is allowed to begin on thl's project a public rneetfng will be held of 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 questiorns_ Every effort will be made to achedule the nekghborhoccl meeting within the two weeks folkoing the pre -construction conference but in no case wlII con struotion be allowed to begin until this meeting is held. D- 65 WAGE RATES Compliance with and Enforcernent of Prevalling Wage Laws DLIt.Y._tQ pay Pr-vAlIng Wage Rates, The contractor shall comply with all requlrements of Chapter 2256, Texas Government Code (Chapter 2258), Inc Iuding the payment of not less than the rates determ Ined by the City CoundI of the city of fort Worth to be the prevailing wag rates In accordance wit Chapter 2258, 8 uch prevailing wage rates are Included in these contract documents. Fen-riity for Violation, A contractor or any subcontractor who does nat pay the prevaiiing wage shell, upon demand rnade by th& Cfty. pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated In these contract documents. This penalty shelf be retained by the pity to offset its administrative costs, pursuant tc Tcxas Government Code 2 59.023_ o f4 7 SC-49 PART D - SPECIAL CONDITIONS Complaints of Violetiens.and Citv Determ1maticin of pond cause. On receipt of Information, Including a carnplaint by a worker, concerning are alleged violation of 258.D 3, Texas Government dodo, by a contractor or subcontractor, the City shaEl make an Initial determiinatlon. before the 31 st day after the date the City receives the information, as to whether good cause exists to balieve that the violation occurred, The City sha11 notify in writing the contractor or sob contractor and any 'affected worker of its initial determInat]on. Upon the Oity's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the Full amounts claimed by the claimant or claimants as the difference betwean wages paid aril wages due under the preva111ng wage rates. such amounts being subtracted from successive progrese payments pending a final determination of the violation. Ar irtretlon Re direr# Ii Violation Nt 1�e oEve _ An issue relating to an alleged violation of Sectlon 2258.4 8, Texas Government Code, Including a penalty owed to the CIty or an affected worker, shall be submitted to binding arbitration in accordance with the Texas G aneraI Arbitration Act (Article 224 et seq,, Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 95th day after the date the City makes its initial determination pursuant to paragraph (c) above. if the persons required to arbitrate under this section do not agree orl an arbitrator before the I1th day after the date that arbitm ion is required, a district court shall appoint an arbitrator on the petition of any of the pemans. The CIty is not a parley In the arbitratlon. The dec[slon and award of the arbitrator is final and binding on all parties and may be enforced In any court of ccmpatent jurlsci]ctIon. Records to be Maintained. The contractor and each subcontractor shall, for a gorlod of three () gears following the gate of acceptance of the work, maintain records that show (1) the name and occupation of each worker employed by the contractor in the construction of the work providad for in this contract; and (li) the actual par dlem wages paid to each worker. The records shall be open at a[] reasonable hours for inspection by the Olty. The provisions of the Audit section of these contract documents shall pertain to this inspection, Pay Estimates. With each partial payment estimate or payroll' period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. Post]nof Waite Fates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. ~subcontractor Carnplianc% The contractor shall incILids in its subcontracts andlor shall other lse require all of its subccntraCtars to comply with paragraphs (a) through () above_ {Wage rates are attached at the end of this section.} (Attached) D- 67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE 017 wig PART D - SPECIAL CONDITIONS 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 (NE HAP) found at 40 GFR Part 61, Subpart M. Thfs specification will establish procedures to be used by alI Excavators in the removsl and disposal of asbestos cement pipe (ACP) in complimnce with NE HAR Nothing Jn this specification shall be construed to void any provisfon of a contract or other law, ordinance, regulation or polio+ whose requirements are more stringent_ B. A P is deflrted under NE HAP as a Category II, non -friable material in its intact state but w hin oh may becorne friable upon removal, demolfkfon andlor disposal, Consequently, if the removal/ disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61.1 0. A NESHAP notification must be filed with the Texas Department of Health. The notification must be filed at least tern days prior to removal of the material. if it remains in its non - friable state, as defined by the NE HAp, it can be disposed as a conventional carts#ruction waste_ The Environmental Protection Agency (EPA) defines friable as material, When dry, which may be crumbled, pulverized or reduced to powder by }sand pressures. C. The Generator of the hazardous material fs responsible for the identification and proper handling, transportation, and disposal of the material. Therefore, it is the polley of [he 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 Fork ~North that all ACP shall be removed in such careful and prudent manner that it rarnair,s intact and does not become friable. The Excavator Is responsible to employ those means, methods, techniques and sequences to ensure this result. E. Comlafiiance 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 Forf Worth assumes no responsibility for compliance programs, which are the resgonsibfllty 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 started or indicated on the project plans or contract documents. D-68 STORM WATER POLLUTION PREVENTION (FOES DISTURBED AREAS GREATER THAN 7 ACRE) PERMI [`: As defined by Texas Commission on Environmental Quallty (TOEQ) regulations, a Texas Pollutant Dischar0e Ellinnination System (TPOE ) General Construction Permit is required for all construction activities that result In the disturbance of one to five acres (Small Construclion Actfvtty) or We or more acres of total land (Large Construction Activity), The contractor is defined as an "operator" by mate regulations and is requfred to obtaln a permit. I'nformalion concerning the permit can be obtalned through the Internet at http;l} ww_tnrco.state.tx.uslperrnfttIng/ ater perm/wwperrnfconstruct.htniL Soil stabilization and structural practices hove been selected and designed in accordance with north Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Adkiv[ties (BMP Manuarl), This manual can be obtained through the Internet at.dfvvstorrnwziter.com/rLirtoff_litm]. Not all of the structural controls discussed In the 13MP Manual will necessarily apply to this project. Best Management OW4107 - 1 PART D - SPECIAL CONDITIONS Prarftices are construction managernent. techniques that, If properly Utifized, can minimize the creed for physical controls and posslible reduce costs. The methods of control stroll result in minimum sediment retention of not less than 70%, TICS; OF INTENT (NO[): If the project will result in a total land dlsturbarrce equal to or greater than 5 acres, the contractor shall sign at the pre -construction meeting a TOE Q Notice of intent (N01) form prepared by the engineer. It serves as a notification to the TC ECH of construe Iori activity as well as a cornrn t ent that the contractor understands the requirements of the permit for storm water discharges from construction activities and that Measures wl11 be taken to I'm plement and maintain storm water pollution prevention at the site, The N01 shall be sLrbMItted to the T EQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee, The NOl shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; hill-228 P.O. Box 13057 Ar€stin, TX 78711- 087 A copy of the NQI shall be sent to; City of Fort Worth Department of Environmental Management 000 MILK Freeway Fort Worth, TIC 76119 ROT IQE= OF TERM INAT.ION (NOT): For ail sites that quaIify as Large Oonstruotion Activity, the contractor shalt sign, prior tv final payment, a TC EQ Notice of Termination (NIOT) 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 orl Environmental Quality Storm Water & General Permits Team; M-28 P. O. Box 13087 Austin, TX 78719-8087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP)- A docurnent consisting of an 0r0slon control and toxic waste rr€anagement plan and a narrative defining site parameters and techniques to be employed to reduce the release of sed!ment and pollution frorn the construction site. Five of the project S1+VPPP's are available for viewing at the plans desk of the Department of Engineering, The selected Contractor small he provided with three copies of the SWIPPP after award of contract, along with unbounded copies of all forms to t:a submitted to the Texas Commission on Environmental Quality - LARGE CONSTRUCTION AOTavrr — DISTURBED ARE&EQUAL TO OR GREATER THAN 5 ACRES; A Notice of Intent (I 1 1) form shall be completed and submitted to the TCEQ including payment of the T EQ requfred fee, A SWPPP that meets all TOEQ requirements prepared by the Engineer shall be prepared and Implemented at least 48 hours before the car i-nencernent of construction actfviEles. The SVVPPP shall be Incorporated Into in the contract documents. The contractor shall subrnit a schedule for Irnplernentation of the 8VVPPP. Deviations from the plan must be submlRed to the engineer for approval. The SVVPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from thaw anticipated WNW -52 PART D -- SPECIAL CONDITIONS during the preparatfan of the SWPPP. Modifications may be required to fully conform tb the requfrernents of kh a Permit. The contractor must Beep a copy of the rnost current SWPPP at the construction site. Any afteraiions to the SVVPPP proposed by the contractor must be prepared and submitted by the contractor to tine engineer for fevlew arrd approval, A4 Notice of Terminaation (NOT) form shall be submitted within 30 clays after final stabilization he been achieved on all portions of the site that Is the responsfbllfty of the permittee, or, when another permitted operator assumes control over A areas of the site that have not been finally stabifized, SMALL CONSTRUCTION ACTIVITY - DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVES ACRES; Submission of a N J forma Js not rectufred. However, a TC EQ Site Notice farm must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fart Worth Department of Environmental Management at the address listed above. A SVVpppr prepared as described above, shall be implemented at least 48 hours before the commencernent of construction activities. The SUVPPP must include desorlptlons of control reasures necessary to prevent and control soft erosion, sediimentatlon and water pollution and wlil be Included in the contract; documents. The cantml measures shall be installed and maintained throughout the construction to assure efFective'and continuous water pollution control. The controls may Include, but net be limited to, gilt fences. straw Jule dikes, rock berms, diversion dikes, Interceptor swales, sediment traps and basins, pipe slope brain, inlet protecttan, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural cr non-structural storm water pollution contra Is. The rnethod of control shall result in a rnInirnum sediment retention of 70% as defined by the NC:TOOG "BM P Menua1." Deviations from the proposed cantroI measures rnust be submitted to the engineer far approval. PAYMENT FOR SVVPPP IMPLEMENTATIOM. Payment small be made per lump sum as shorn on the proposal as full compensation for all Items contained In the project SVVPPP, D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERAVONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordfnate any event that will require connecting to or the operatJon of an existing City wafer Iine system with the GIty's representatJve. The Contractor may obtain a hydrant water matter from the Water Department for use during the life of roamed project. Jn the event the Contractor requires that a water valve on an existing Jive system be turned off end on to accornrnodate the construction of the project, the Contractor must coorclirlate this activity through the appropriate City representative, The Contractor shall not operate water mine valves of existing water system. Failure to comply will reader the Contractor in violation of Texas Penal Code Title 7, Chapter 28_0 (Crfminaf Mischief) and the Contractor will he prosecuted to the fLrll extent of the law_ In addition, the Contractor Jfl assume all Ifabifitfes and responsibilities as a result df these actions. D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD The City reserves the right to requl're any pre -qualified contractor who is the apparent low bidder(s) for a project to submit such additional informatJon as the City, in sole discretion may requlrer including bijt not IIrn[led to manpower amid equiprrnant records, Information about key personnel to be assigned to the prole at, and construction sch0dule, to assist 1J10 City In evaluatJng and assessing the ability of the apparent low bidder(a) to deliver a quality product and successfully compJete projecfs for the amount bid vvlthin the stipulated #Jrne frame. Based upon the Csity's assessment of the submitted fnforrnation, a recorrrrnendation regarding the award of a contract will be made to file City Council. Failure to submit the additional Information if re- 4ested PAIN D R SPECIAL CONDITIONS m6y be grounds for rejecting the apparent low bidder as rion-responsive Affected contractors will be notified In writing of a recommendation to the City Council. D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION Time Is of the essence in the completion of thls contract, In order to insure that the contractor Is responsive when notified of "unsatisfactory performance andlof of fail Ure to maintain the writract schedule, the following process shall be applicable, The work progress on alJ 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 zmount of work performed by the cvntraictcr is less then the percentage of time allowed by 20% or more (example: 10% of the work completed in 3T/Q of the stated contract time as may be amended by change order), the foliowlrig proactive measures will be taken, A letter wi11 be mailed to the contractor by certlfled mail, return receipt regaested demanding that, within 10 nays. from the date that the letter is reoeived, it provide su#ficlent equiprnerrt, materfals and labor to ensure completion of the work within the ccntraci time, In the overt tyre contractor recelvOS SL;Ch a letter, the contractor shall provide to the City an updated schedule shovving 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 C Ity Manager's Office and the appropriate city council members may also be informed_ Any notice that may, In the City's sale 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 wl0 be notified. Tha Engineering Department's Public Informat1an Officer will, If necessary, then forward updated notices to the 'Interested Individuals- b. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be not.lfied appropriately. D-72 AIR POLLUTION WATCH DAYS The Contractor shaft be required to observe the following gutdellnes relsting to working on City construcUon sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON. withln the Metropiex 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 BADE IN THE HOT ATMOSPHERE THAT LEADS TO EARL AFTERNOON OZONE FORMATION, , The Texas CornmIssion on Environmental Quality (TCBQ), in coordlnatlon with the National Weather Service, wlit issue the Air PolIutivn Watch by 3,00 p.rn_ on the afternoon prior to the WATCH clay. On designated Air Poi Iution Watch Clays, the Cantractor sha€1 bear the 02114W S -54 PART D - SPECIAL CONDITIONS DITION responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever cornatructicn phasing requires the use of rnotorized egWpment for periods In excess of 1 hour. However, the Contractor may begin work PI-1orto 10.'00 a,m. if use of motorized equlprnent is less than I Dour, or if equ!pment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low SU.Ifur Diesel (UL I]), diesel emulsions, or afternative fuels such as CNG. ff the Contractor is unable to perform continuous work for a period of at least sever? hours between the hours of 7-00 a.m. - GM p.m., on a designated Air Pollution Watch flay, 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 Mae for street use permits Is In effect. In addition, a separate fee for re-inspeckfons for parkway construction, such as driveways, sidewalks, etc., Will be required. The fees are as follows: The street permit fee Is 0M per permit with payment due at the time of permit application. , A rt-lrispec'tiort fee of $25.D0 will be assessed when work for which an Ir:spectlon called for is. Incomplete. Payment is due prior to the City performing re -inspection_ Payment by the con" tor for all street use perm iIs anti re -inspections shall be considered subsidfary to the contract cast and no additional compensation shall be made. 02114IL17 - 5 PART D - SPECIAL CONDITIONS WNW - 6 FORT WORT D&W, "ct mama: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DATE TO UTILITY IN'IPROVE? MENTS IN YOUR NEIG HUORHOOD, YOUR WATER SERVICE WILL DE INTERRUPTED ON BETWEEN TIRE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT TIIIS SHMOUT, 'LEASE CALL: MR. (CONTRACTORS S.CIPMUNTENDEN T) OR AT MR. AT (CITY INSPECTOR) (TELEPHONE, NUMBER) (TELEPHONE NUMBER) THIS INCONV NfENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR PART 0 - SPECIAL CONDITI ONS P T9XAG 0E PART141ENT OF HEALTH ,z DEMOLITION I RENOVATION a : W — NOTIFICATION FORM r NOTE-. CIRCLE FMMS THAT ARE AMEN DRD T D 54 N D i IFICATr f} 1) AbalePmmnh CoNrrlclor. DH UveR a Number. I Ado"; . city.. —State, State, --Ip: c DMOQ. F7hono.NLrnNr: f -)-- ,,,_ 'Job SlRe PtlgrLe fVumbsr; o Site UperYlsgr,_- _ TOk Licar sR Number. b slta ftNtvilrtlr; -. _.-- ... _ — �TDH Llcenso Numbel s Trainee 0"lty WSHAP Ingividurtl; pAriffiratloci Date= 1 0mol,tfon Curpimntar_ Offlae Phone Nurl wr� i Address: ci:y_ 5tofo: �Zrp-�� 2} Fmiwl Cansultanl or Gperwor. TUH limns N,aMbart Ma+ing Addym: Cty 8tate:�Tap �Of11Ce Phone Numb4pr. l 1 --- 3) FscIllry�wner:. P � hdtler�Eng 44Nota; Irisp lnvola W vhg fYarWasr an €rxo will ba QOnt to Iho awncr aI [hn 11Urloinq VMd the hMIng;id4 ass for tho Invoies arrest bs ahWnod fr*m tho Informadrn that Is p;ovidad to OA SoaUon. rK 4} 00=rrpllMn at PecRlly Name- Phydrnl Aitdn�rs5: iwoun:yr�__. Cqy_ � kly S Paelif PhDne �lrlmt ar3 P�e�i�y CnniaoT i Dsrlir c plran 0' fueaMcom Numbef -' A Prior Use, Futufa Ilse_ P Ago of �lldirsi�r acltlly: Stz r f9 umhar Or Flaors; _ $A* CWI (K - 12); C YEg No Ls I Z} Typo of Work: n Dsmallftn rt Rerlovp;tlorl (Aboterrlont) t7 AnMejaI Gansalida#4iF T work will Ina, &ring: L1 Day a lz'venrng n Nfgh t - pnasW Prc@url U 09vc6p;Ion of v mrk echedWl'' 5} Is lhN :1 PLthlla Sol I'd [no 7' o YES I-1 NO Pedal Faclllity7 D YES : --NC) (adh sfrial Situ?;l YES 13 NO u NESHAP-Only Pullty? ❑ YEq r.1 No t9 BUlretln arJlily OMWPWd7- i.:l YES i t NO 1. 7) Noliff= ian Typo CHECK ONLY ONE I u a 0rlg1rlr 1(1D Worklrlg Gays) - CancalUtUarr rArnerldrnvnt ❑ ErnergancyfOrtlomd If lhLi le an amens marl, whlrh arrendmew numberle th*3_ (ancloso *opy of orlgrna[ andlor fast amondmmint} I tf an amerrency, vhtio dlil yw mik wim at TDW7 brrtlrr�erlcy#: a bete and #-Ewe of Emeilpney {HHffih&V0D1YY}; 11 C sWVipilon of the widdan, vnexpeowd. event e n a ester WWA ui how I ha avant oause d unsare cnrtdltrprjy or WauW C�LJBe 0 equlpmsrit damage (compam S, mach]nery, ate 9) Dnoerlpl:an of praau-tunes to 130 followed I'a 1he evaryt That unexpocted a %b9atoa In Found or pra%dpu&ly nan-fr (able a0OV00 M11lBf1a1 t3eCr Met cr4rnbWi pu3Mized, ar fedLfa d 10 powd$r. 1) was ork AsbiaeloBsurvey performe0? -,j YES U rq0 D.Qlm-. f 1 TOM lnsp tour Ucjenre No:� AnaVcal Mekt d; rj PLM 13 TEM G Arnumati TOM LL>bnrftry LEcerse N n (Por TAiHPA (prrbllc bading) projects' 8n Mum mucrl W made by a 70H 1_.lefnsetl insperler) 10) l]asc p6an or w nnm aem allrfart or rortiovation wodk, type Qf Mateml. srw method(s) to U? useeL 11) pascrlpIlan of tircrls praclrces and erlglnoeft "nliols to lae Lined IU prowmi i�misrrbrls of asbvstas a! th!� dnmclltlar�r�nou�3rrsn; PART D -- SPECIAL. CONDITIONS 12} ALL appl!cablo hems In 1ltar folldwing taMa must bu completvcl_ IF NO AS13ESTOS PRE*E)jr CHECK 11-110-M 7- Asbestb5 nri fnlr�� fluilding Molter& Tyke ApproxAmate amount of Asbrslas Check ua11 *f measurbrilent I ip3s SQrfsoa Area LA FI Ln M SO Ft 5a 1.1 Cu F'f CU V RAC to be mm oved Rt CN2 l NOT fern nvad lnta:ior Gets mr I nan-fdabte romaywi Exturkw Cats 4 I neon-frlabla rramwved -- �•.- -- Catep,ry I noridrf�ble NOT rdmoieU Ir7[eI Iqr Cat of ii AAr1-fflablri ramoved Fxtoraar C�ta a It nprl-trlabr$ mmov Ciptequry 11 non.frlabla NOT rtmoved RACIV 0H,Farilfty Compon$nt , 131 MAO Tmnsparllor Marna; -MH Uonase Number, fiddrass: _ Olry; Mate: _-- -- 7ipi Canted Person; _ Phfln , NVMb44r' f i 14) W+bsta glspn$al SI'-a Name: Addr055= CIIy: _ stata: Zip: ` e phve-, ( s TNRCC t°atr Fit 15] r eruct turay unsourW Nell IR'D. attach ;� Copy of darnol.Oa l orde r end klen 64y flovemmemal QML�r:t below; N=1.3: I eAtralion No, Atfa: Date of order (PA 000 Y)_ f d Data aRar l n be pin (hIP 11Dl7lVI I j I6� Scheduled Dales of A!tkstos AbalatrraM (hltR1)D Y) sWr� rt tDrnp]et _ i I 17) Safluduleu Vatev DemoUllonFRerraveilon (Mf.Vl9D Y) Iart: f C0MPlei4:__L 1- "Nolu: It the Mars dam a.n Ifili natlr[catiorl r=eri ryi)I tic m*L thio TOM F,4glorpal or Low I Program offlae Mustba oaninclad by phone pr.ur to the aloft dela. Falluro to do as Is a wloloiian In a4told4mcei to TAMPAs. Sind0on 200,01. I hera4y as Vy that all InformisUan J twve priovldod Is correct, COMP1001 and 1No !n tl,a t:LAst of my knawfe-1ige. I aakncWedge tlltst I am roaponaiblo lar trl3 a800ts of Uia sralifioa!lon foam, including, huI no# JIm:ll: nj3, Dontent and oubmlrralon syoios. Thu maximum Penalty 15;.10,00.0 PO r day par i bIntloc (Slonaj t orHulldingOwnorfOpefator (F�rlr,tcdMama) {oeig) (Terephpnel Or f}ol gstot! C0UllantlC0r11r=or) (FOX IVUMtHbr) MAIL Asa r-ma uun FicAT;ox SECT(ON TOXIC SUBSTANCES CONTROL DIVISION TEXA DEPARTMENT OF: hICACfH ppa fos A10 au accepted PO BOX 143533 "Fivas art spot a crcptr r1 AUSTIN, TX 787m-a5-°13 PH-. 512-Z3+I4400, 1 F= irm I PBO, d4ifurf O71 W2, RopMcas TCH htrm dvod 071f301. Forasifatancq iri complel`Tng toms. coif f-SDO-672•&r4F r.7ror -: PART DA - ADDITIONAL SPECIAL CONDITIONS PA-1 AWARD OF CONTRACTFOR PROJECTS WZTII MULTIPLE UNITS ..............................................4 DA-2 PIPELINES RE HA BI LITATION C U RE D- I N -P 1,AO-F. PIPE.................................................................. 4 DA-3 PIPE ENLARGEMENT SYSTEM - ............. I ......... - ....... ............................................. 4 DA-4 VO LI) A N D FORM PIPE ............ ........ I ................ ... .............. I ........... ............ ........ ...... ............ ..... 4 DA-5 SLIPLINING .......... .............................................................. .................. 4 DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT. .......................................... .......... DA-7 'rVPE OF CASING PIPE ........... ................................... ........................................................ ......... 7 DAB-8 SERVICE LINE P01 NT REPAIR / CLEANOUT REPAIR . . . . . . . . . . . . . . . . . k . . . . . . . . 7 DA-9 PROTECT[ V E MANHOLE COATTrN G FOR CORROSION PROTECTION. ... -- ....................... ....... 7 DA-10 MANHOLE REHAWLITATioN.................................................................................................. a DA-11 SURFACE PREPA RATION FOR MANHOLE REHABILITATIONN 8 DA-12 TNTER.10 R MANHOLE COATING - MICROS] LICATE MORTAR SYS -fJE M ................................. DA-13 INTERIOR MAN I TO LE COATING - QUAD E X SYSTE M ............................................................... DA-14 I N T ERIOR M ANHOLL COATING - SPRAY WALL SYSTE M ................................................4...h.. CIA-15 INTEMOR, MANHOLE COATTNG - RAVEN LINING SYSTEM ............................................... i ..... DA-16 INTERIOR MANHOLE COATING: PE R MA CA S T SYSTEM WITH EPDXY LIN l-FR ...................... 8 DA-J? INTERTOR MANHOLE COATI NG-STRONG-SEA-L-SYSTEM ............................................ I ......... 8 DA-18 RIGID FIBERGLASS MANHOLE LINERS... .... ....... ............ ............ ................... p ... a DA-19 PVC LINED CONCRETE WALL REcorqsmumoN ...... 1— .................... ................... ........ DA-20 PRESSUREGRO UTI N G... b ... b-d—d--d ...... b .................... d ..... b.—d .......................... I I ......... I I ...... DA-21 VACUUM TESTING OF R EHA DILITATED MANROLES ............................................................. IAA-22 FIBERGLASS M A KRO LE § ......................................................................................................... 8 DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES .....................................—.8 DA-24 REPLACEMENT Or, CONCRETE CURB AND GUTTER.............................................................. 9 DA-25 REPLACEMENT OF'' 6 " CONCRETE 1IIR IV UW-A YS ..................................................................... :9 DA-26 REPLA CEM ENT OF H. M.A. C. PAVEMENT A N 0 BASE ............ DA-27 GRADED CRUSHED STONES ......................... ........................................................................... DA-29 WEDG E MILLING 2" TO E " DEPTH 5.0'WIDE .......................... --.— .... ... ........ ..................... 9 DA-29 BUTTJOINTS - MILLED .............. ............................................................................................. 9 DA-30 2" H. M. A.C. SURFACE CO U PS E (TYPE " W - M m) ...... ............................................................. 10 DA-31 REPLACEMENTOF 7" CONCRETE VALLEY GUTTER...........................................................10 DA-32 NEW 7" CONCRETE VALLEY GUTTER .......... I ........... - ........................................................ — 10 DA-33 NLW 4" STANDARD WHEELCHAIR RAM-P .................. — .................... I .... ............................... 10 DA-34 S" PAVEMENT PULVERIZATION ............................................................................................ 10 DA-35 REINFORCED CONCRETE PAVE M E NT OR BASE (UT I LM CM ................ I ........ I .............. 1.10 DA-36 RAISED PAVEMENT MAR KERS . . ..... --- ......... - ..................................................................... 10 DA-37 POTENTIALLY PtTROL E U M CONTAMINATED M ATT RIA L HANDLING .............................. 10 DA-33 LGADING, TRANSPORTATION, AND D ISPOSA L OF CON TAPd I NATE D SOT L ........ 14 ))A,39 ROCK RIPRA P - GROUT - FILTER F A -RR IC ....... ..................................................................... 14 DA-40 CONCRETE RIPRAP ........................................... ... -- ........................................................ 16 DA-41 CONCRETE CYLINDER PIPE AND FITTI N GS ......................................... ......... ........ -.- ....... 17 DA-42 CONCRETE P I P F, F1 TTINGS AND SP PC I A LS ........ .................................................................. 17 DA-43 V NCLASS I FIE D STREET EXCAVATION ....................................................... .......................... 17 DA-44 6" PERFORATED PIPE S U RDRAIN .................................. ....................................................... 17 DA-45 REPLACEMENT OF 4" CONCRET F SIDE WA p .......... 4 ....... p ...................... 17 DA-46 RECOMMENDED SEQ U EN C E OF CON STR ..................... ........ ............ . 17 AS-1 PAIN DAB - ADDITIONAL SPECIAL CONDITIONS DA47 PAVFMEN'r REPAIR IN PARKIN AREA ...... ............................ . ......................................... 17 Doi-48 EASEMENTS AND PERMYT'5.............................................. ............................ ... ........... 1 DA-49 HIGFTWAY REQUIREMENTS ...... ................................................................... ................... IS DA-50 CONCRETE ENCASEMENT ................................................................................................... 18 UA-SI DA.-52 VA 3 CONNECTION TO E3CIMNG STRUC'1'URES........................................................................... 1 TURBO METER W1TI-I VAULT AND BYPASS INSTALLA'F'ION................................................. l $ OPEN FIDE LINE INSTALLATIONS......................................................................................... 18 DA-54 DA-SS UA-56 DA-57 WATER SAMPLE STATION...................................................................................................... CURB ON CONCRETE FAVEMEfNT ...................................... ...... ... ....... SHOP DRAWINGS...... — ..................................................................._............,,................... COST BREAKDOWN ......................................... ................. ,.......... .. ... .. .............................. IS 18 19 . 20 IAA-58 Del-59 STANDARD STREET SPECII! IC1A'T`IONS H.M.A,C. OVERI,,AY.................................................. H-M.A.C*. !~'YORE THAN 9INCHF.S DEEP................................................................................... 20 20 DA-60 ASP 14ALT DRIVEAY REPAIR ........................ . ................. DA-61 TOP SOTS .... . .................. .......................................................................... . .... ............. 24 DA-62 WATER METER AND M ETER BOX RELOCATION AND A.I?.TUSTMENT ..................................20 DA-63 DA-64 BID QUAKTffiES..................................................................................................................... WORK IN HIGHWAY RIGHT OF WAY.................................................................................... 20 0 DA-65 DA-66 C:RUSFEEID LIMESTONE (FLEX -BASE) .............. ........... ............................... ............. OMON TO RE NEW .... ..... ............. ..........................................................................................2� . 20 DA-67 DA-fib NON-EXCLUSIVE CONTRACT .................................................................................................20 CONCRETE VALLEY GUTTER ..................... ..............................,.............. .........................,.... 1 DA-6+9 DA-70 DA-71 TRAFFIC BUTTONS ................................................................................................................. 21 PAVE l4 XNT STRIPING................................................................................................ . . . 21 H.M.&C. TFS'I IiNG PROCEDURES ............. ....... -...h... ...........,........ f............... .................,..,,...,. 21 DA-77 DA-78 DA-79 DA40 SCOPE OF WORK (UTIL Cu-T)............... ....... d 22 CONTRACTUIt's MPONSIBLLTY (UllL. CUT)..................................................................... 22 CONTRACT TIME (UTIL. CUT) ................................................................................................. 22 REQUIRED CREW PE SONNEL & EQUIPMENT (UTIL, OUT) .......... ........................ :................ 22 DA-83 TIME ALLOW-WFOR UTILITY CUTS ("IL. CL9D .............................................................22 DA-82 DA.-83 LIQUIDATED DAMAGES (.UTIL."T).....................................................................................22 PAVING REPAIR EDGES (UTIL. CUT).. ......... ............................................. 22 DA-84 DA-85 TRENCH DACiKFILL (UTII CIJT}.....................,....................................... ......................... CLVAN-UF (UTIL. CUI)...................................................................................................... 2 23 DA-96 PROPERTY ACC .S (IJTIL. CUT) ..................... ......................................................... . ..... 23 DA-87 DA-88 SUBMISSION OF MIDIS "IL. CUT} .... .................................................................................3 5TAlNDAREO BASE REPAIR FOR UJNrr I (UT[L. CUT) ....................... :............. ............. .... .......... 23 Del-89 CONCRETE BAST REPAIR FOR UNIT I I & UNIT III (UTI I. C U7)............................................ 23 DA-90 2 TO 9 H-M-A.C. PAVE MENT (UTIL C lUT)................................................................................ 23 PA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) ............................. 23 DA-+ . MAINTENANCE BOND (UTIL. C-M ..................................................................................... 23 DA-93 BRfCK PAVEMENT (UTIL. ITT)........................................................................................... 23 DA-94 DA-95 D A-96 CAA-97 LIKE STABILIZED SU13GRADE (U-nL, CUT} 5„ . . .................... ........................................... CEM ENT STABILIZED SUBGRADE JUTIL. CM).....................................................................23 REPAIR OF STORM DRA IM STRUM-URES (IFTLL., CUT) ....................................................... T'QUICK-SET" CONCRETE (UTIi.. CuT) ................... 23 23 A-2 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-93 UT I Ll TV AOMSTNIE NT (UTIL. CUTJ: ...................... I ........ I ....... I .................... I ........... I ...... —...213 PA-99 STANDARD CONCRETE S IDE W A LK ANO WHEELCHAIR RAMPS (V TIL. CUT) ...................... 24 DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (VTIIL. CUT) ......................................................24 DA-101 CONCRETE CURB AND G UTTER (PTIL. C . .................... 7 ................................................... 24 DA-102 PAY M ENT (UTIL. C Ul�.- ........... . ........... ..................... i, .............. 24 DA-193 DE140LES {MISC'.. E XT) ....... ................................. ....... . ............. 24 DA-104 CONSTRUCTION LTNITTATIONS (M I S C EXT.) ................ ......................................................... 24 DA-1 05 PRESSURE CLEANING AND TESTING (MISC. EXT.)............................................................... 24 DA-106 BID QUANT111ES (MISC. EXT.) ........... ......................................... ................... 24 IIA-108 DETERM [NATION AND I NITLATION OF WORK (MISC. REFIL�) .............................................. 24 DA-109 WORK ORDER COMPLETION TlME (MISC. REPL.) ................................................................ 24- DA-1 10 MOVE IN CHARGES (MISC. RE PL.) . ................ ................ I ...................................................... 24 DA-111 PROJECT SIGNS (MISC. RFI PL,)..... ...................... ............ .................. ................. ...... ...— 24 DA-112 LIQLUIDATED DAM AGE, S (MISC. REPLj .................................................................................. 24 DA- 113 TRENCH SAFETY SYST EM IDE, SIG N (MrSt R E P L) ..... i.i* ....................................... io ..................... 25 DA-1 14 FIELDOFFICE .................... ........... I .................. ................................................................ 25 DA-1 15 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) ................................................................. 25 DA-1 16 FIELD OFFIC..... ........ -.-- ....... ...... .......................... .......... ...... 4...- ............ 25 DA-117 TRA FFIC CON TROL PLAN .................I............,, ............. I ........... ....... .................. ....... —, 2S DA-1 18 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNFFS ........... ............ 25 JDA- 119 1" & 2" COPER SERVICES (BORE, SERVICES) . .......................... : ............................................. 25 DA-120 CON CRE'M PAYE MENT REVA IR & "SPEED HUMP REPLACEMENT ....................................... 25 ASC-3 PART DA► - ADDITIONAL. SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS Not Used. DA-2 PIPELINE REHABILITATION CURED -IN -PLACE PIPE Not Used. DA PIPE ENLARGEMENT SYSTEM DA4 FOLD AND FORM PIPE Not Used. DA-5 SLIPLININ Not Used- DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT A. GENERAL: 9 , Furnish rnaterial5 and necessary ace series, with strengths, thfokness, coatings, and fittings Indicated, speclFed andfor necessary to complate the work. 2. All excavation shall provide an apes, area ccnforrning la the outslde diameter of the using andfor carder conduit- The excavation si1211 be to an alignment and grade which wII1 allow the carder coridult to be Installed to proper fine and grade as shawri an the Plans and as estnbllshed In the petiifle'adons- 3. Work shall bo perfcirrned in accordance wfth tM requirements of the Oily 0 Fort VVQrfh VVater Department, the Texas Depsrtrnant of Transporlation., or rgItroad company, as appllr:able- B- MATERIALS: - asing Pipe: Casing. PIP:: stall be steel conforming to AN31 1336,90 and the fallowing; a. Field Strength: 25,000 psi rrrinlmum.. b. Wall thickness; 0,312-In. minlrnum (0.5 for railroad crossings), C. Dlameter. As shown on tie drawings (minimum 903 requirements), d, Joints; Continuous Circumferential weld In accordance wlth AWS D1.1. ACA PAST DA - ADDITIONAL SPECIAL CONDITIONS . Cartier PlpE� In Causing: Carver pipe shall be as shown on drawings and as speclf ed in the General Coritratt Micumonts. . SiWer Pipe without Caslrtg.'Plpe:. hall be minlmurn Class 51 ductile Iron pipe, ar as deslgnatad on the plans. 4. Grout: Grout shall he Portland amain grout of min. 2_000 psi compressive strength at 28 days, Proportioned not less than I cu_ ft. of cemerot to 3 cu. ft of fine sand with sufficient water added to provide a tree flowing: thick scurry. C. EXECUTION 1 _ Where sewer pipe Is required to lbe Installed under railroad embankments or under highways, streets or other FaclIIHe8 in other than open cut, cvr}stftictlon shall be perrormad In such a maiiner so as to not Intarfete wlEh the operation of the railroad, street, hr+ghway, or other facility, end so as not to weaken or darriage any embankment or structure. Miring construction operations, bardcades and lights to safeguard traffic and pedestrians shall be furnished and maintained, until such time as tha baackfill has been cempli�ted and then shall he rernoved from the silo. 2. Bits and Trenches: a. If the grade of tl:a pipe at the end is below the ground s;urfaue, suiWble pits OF tranches sh a II be ex('avatcd for the purpose of conducting the lacking or tun neIIng operations and for placing end joints of the pipe. Wherever end tfenches are cot in the sides of the embankment or beyond It, such work shall be sheeted secufely and braced in a manner to prevent earth irons caving in. fo. The location of the pit shall meet the approval of the Engineer. c, The plts of trenches excavated to tocrfltate these operations shall be backfllled lmrnsadlately after the casing and carrier pipe insta:lation has been oarnpleted, 3. Boring and Jorking Steel Casing pipe' Steel casing pipe shall be Jnslalled by baring half: with the earth auger and simultaneously jacking pipe into place. a. The boring shall proceed from a pit provided for the boring equipment acid %Workmen. The holes are to he bor+ttJ rrrechanioally, The baring shall be dane using o pilot hole_ By this method an epproximate 2-Inch hole shall bo bored the entire 1ertg1h of the crossing and shall be check,�d for IJne and grade on the apposite end of the bore from the work pit. This pilvt male shall serge as the cenWilna of the larger diameter hOlc to be bored. Other methods of rrialntalning line and grade on the casing may be approved If acceptable to the Fngineer. Excavated material shall be placed near the top of the working pit and disposed of as tequire-d. The use of water or other fluids its Connection with the boring operation will be permitted only to the extent required to lubricate i:uttirngs, Jr!tting or sluicing will not be permitted. b. In urieonselidated Boll formations, a get -forming colloidal drilling fluid consisting of ni least 10 pement of high grade carefully processed bentonite may he Used to conselldate cuttings of the kilt, seal tha walls of the hole, and fLrffrish lubrk atfun for subsequent r-_moval of crrttlhgs and Installatlon of the pipe Irnmedlately thereafter c. Allowable vafttioD froin the Ifne and grade shall be as specified under paragraph A2 All voids between bare and outside of casing shall be presaurr; grouted. S-5 PART D - ADDITIONAL SPECIAL CONDITIONS 4. Installation of Cerrier 01pia In C asing, 2. Sanitary sewer pipe located wfthln the ancesement pipe shall be supported by "skids" or "bands" to prevent the pipe and bells from sriaggi.ng on the inside of the casing, and to keep the Installed line ffom resting on the bells_ b, Ail skids shall be treated with a wood preservative Skids should extend For the full length of the pipe with the exception of the bell amoa and spigot aria necessary for assembly uflless otherwise specif led. c_ The Coritractor shall prevent over belling thn pipe while Installing it through the rasing. A method of restricting the movernent between the assembled bell and splgot where applicable shall be provided, & At all bared, Jacked, or tunnel0 Installations, the annular span between the carrier pipe and casing shall be filled with grout. Cara mast be taken that not tots much .water is Forced Into thQ! casing so as not to float the pipe_ The backfilI material will riot be required unless spec ifled on the plans and speoi#ied by the Engineer, e, Closure of the casing after the pipe has been installed stlalt be plugged at the ends of the casing as shown nn the drawings Gras required by the EngInear. 5, Scring and Jacking Durtile Won Pipe without Casing Pipe.. a_ As indtceted on drawings and as required and directed by the Engineer sewer s#lolt be constructed of bore and Jacked ductiie iron pipe, b. When a ca$1119 pipe is riot designated on the drawlrigs, the contrnrlur shall provide a casing pipe If rtece;nary to achieve lino and grade. Casing pipe shall ba provided at no additional vast and shall be sobsidlaary to the cost bid for fnstaflation By Other than Open Cut, C. 8ore and jack in a000rdance wlth paragraph C.3, above d. Short length of sewer consi8ting of a single pipe section mziy Le lristalled by jacking without a bore hole if permitted by the Engineer and i„ soft soiI layer. Ail voids outside of installed pipe shall be pressure grouted, B, Tunneling; Where the Qh2ractedstics of thb soli, the size of thle proposed plpe, or the use of mariniftic sewer would make the use of tunneling more satlsfactcry than jacking or boring, or when shown on the plans, a tunnellog method may be used, with the approval of the Lnglneer or iAlm 8dlhighway offoials, Whan iurmeling is permitted, the lining cf the tunnel shall be of suffclent strength of support the Qverburden_ The Oonbactor shall submit the proposed liner method to the Engineer for approval. The tunnel liner design shall bear thc� seal of a licensed professional engineer in the State of Taxas. Approval by the Engineer shall not relieve the Contractor of the responsfblllty for the adequocy-of the IInor method. b. The space between the tunne: IiPer and the lint W Of t}=vation shall be pressure grouted or mud -Jacked, C, Access holes fQr placing concrete shall bo space at maximum imrtervals of 10 feat AS PAIN D - ADDITIONAL SPECIAL CONDITIONS D MEASUREMENT AND PAYMENT., Installation (if pipe by other than open cut w ll to measured by the liinear foot of plpa, complete In place. Such measurement wilt be made between the ands of the pipe along the central axis as lntalled. The world performed and materials furnished as pre.-3crilbed by this I#ern will be paid for at the Contract Unit Price bld per linear foot for Pipe lnsfalfed by Other Than Open Cut Of the type, size. and class of pipe speclfled as shown on plans. The furriishing of all materlats, pipe. Ilner rp;aM6is required for Installation, for all preparation. hauling and installing of Sarne. and far zli labor, tools, aqulpmiant and irtcidenials necessary to complete the work, Including excavation, bactcfllffng and disposal M surplus mataraal shall be inducted in the Contract Unit Price as shown In the Bid Proposal. Payment shell not include pavernen t replacernent, which if required, shall be paid !se paratety. DA-7 TYPE OF CASING PIPE 1. WATER' The casing pipe for open cut and bored or tunneled section shall be A+NWA C-206 Fabricated Efectrlcally Welded Steel Water Pipet and shall conform to the provisjnns of E1-15, E1-5 and E9-9 in Materiel Specifications of Genera Contract Documents and S peclficatic}ns for Water Deparime nt Protects The steal casing pipe shall be supplied as follows; A. For the Inside and outside of casing Piper COW -tar Protective coating in accordance with the requirements of Sec. 2.2 and related sectians In AWAJA C-203, B. Touch-up efter fleld welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 9.375 Inch Casing Spacers (centering style) such as rrmanufactLrred by Cascade 1 aterworks Mari ufacturin9 i:impan y, Advanced Produots and yrstf; rms. Inc„ or an approved equal shalt ba Used on all non -co ncrate }pipes vvheri Installed In casing. lrxstallat+on shall be as recommer<ded by the mnnufactrlrcf, 2. SEWER. Boring used cn this project shaII be Iri'accardanCe smith the MaterleI standard E1-15 and Gortislrurbon standard E -15 as per Ffg.. I fig of the Gonerat Contract Dnnirmants, 3. PAYMENT: Payment for all materials. labor, equipment, axcavation, concrate grout, bckfIIt. and incidantaI work shall be Included in the Unik price bid per foot. DA-8 SERVICE LINE POINT REPAIR I CLEANOUT REPAIR Not Used. DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION Not Used. ASC-7 PART DA- ADDITIONAL SPECIA| r.r)?JnlTlnNq 0 10 MANHOLE REHABILITATION Not Used. o 11 SURFACE PREPAR&pONFOR MANHOLE REHABILITATION Nut Used D 12 INTERt R MANHOLE COATING - MICROS|BCATEMORTARSYSTEM Not Used. D 13 INTERIOR MANHOLE COATING -QUADEX SYSTEM Not eLd. D 14 INTERIOR MANHOLE COATING - SPRAY WALL SYSTEM Not Used. Duels INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM Not Used. D 16 INTERIOR MANHOLE COATING., PERMACAST SYSTEM WITH EPDXY LINER Not U&e D 17 INTERIOR MANHOLE COAT NG,9TRON SEAL -SYSTEM N@ Used, D 18 RIGID FIBERGLASS MANHOLE LINER$ &S U ± D 1§ PVC LINED CONCRETE WALL REcONSTRUC TI ON Not . D 20 PRESSURE GROUTING Not Use± D VACUUM TESTING OFREHABILTATED MANHOLES Not U ± D22BERGLASS MANHOLES Not Used, O LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ASC-8 DART DA - ADDITIONAL SPECIAL CONDITIONS Not Used DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER These provisions require' the contractor to remove all failed exlsMig curb and gutter, as deslcgnsted by the Construction Engineer, aind replace with standard concrete curie and gutter, Iaydown curb and gutter, or in like kind, as governed by the standard City Spocffio*tiers, item No. 104 "Removing Old Concrete", Item No_ 502 "Concrate Curb and Cutter", and Drawing Nos. S-Sthrough - 4. 13ay fimlts For laydown curb and gutter arc shown in Drawing No_ S-S5 of the Standard Spe6fications. Contractor shall saw cut the curb and gutter and pavernent prior to removal_ frrcluded, and figured subsidiary to this unit price, will be the required sewcut excavallon, as per speclocation item No. i0a "Untlasslfled Street Excavation", into the street to aid in the construction of fire curb and gutter. The pay limit will be 9" out from the gutter rip, with lama day haul -off of the removed material to a suitable dump Bite_ The street void shall be tilled with H.M.A,C, "Type D" mix as per speclficat:ion No, 300 rAsphalts, Oils and Emulsians [tern No. 304 "Prime Coat" and Item No. 312 "Hot Mix Asphaltic Concrete" arrd cornpacted to 5tarrdard City densities and top soli as per specifica#ton Item No. 116 -Top Soil", if needed, shall he added arrd fevelad to grade behind the curb. Existing improvements within tho parkway suoh as +A+ater meters, sprinkler system, etc. damaged during construction shall be replaced with same or bettor at no cost to the City. Backfiti for curia and gutter shall be completed within fMrteen (14) calandar dsys from the day of demolition to date of completion tf the contractor fail$ to ccmpteto the work within fourteen (14) calartdar days, a ,$100 dollar liquidated darnage will be assessed per block per day. The unit prior~ bad per linear foot shall be Full compensaflon for all materials. labor, equipment and incideiifals liecessaq to wrnpiete the +nark. D►4- 5 REPLACEMENT OF G" CONCRETE DRIVEWAYS This item shall Include the removal aad replacement of existing concrete driveways, duo to deterioration or In. situations where curb arid gu#er is repl,�ced to adjust grades to eliminate ponding water with sarne deb+ haul -off of the removed maternal to a suitable dump site For specffIcations governing tins item see Aam No. 104 "Removing Old Concrete". Item N0. 504" Ooricrete Sidewalk and Driveways". Pay IirnIts for concrete driveway are as shown In Drawing No S- 5 of the Standard SpeclMintlons. The unlit price bid per square yard r�:i1oll be full cornpensatIon for all labor, materlal, equipment, supplies, anal lncfdentals riecessary to complete the work, DA-26 REPLACEMENT OF H.M.A. . PAVEMENT ANO BASE Not Used, DA- 7 GRADED CRUSHED STONES Not Used. DA-28 WEDGE MILLING " TO 0" DEPTH 5.0' WJDE Not Used, DA-9 BUTT JOINTS - MILLED A C;-3 PART DA - ADDITIONAL SPECIAL CONDITION NoL Used_ DA-30 2" H.M.A.C. SURFACE COURSE {TYPE "D" MIX) Not Used_ DA-31 REPLAICEMENT DF 7" CONCRETE VALLEY GUTTER Not Uses - DA-3 NEW 7" CONCRETE VALLEY GUTTER Not Used, DA-33 NEW 4" STANDARD WMEEILCHAtR RAMP Not Used. DA-34 8" PAVEMENT PULVERIZATION Not Uslad, DA-35 REINFORCED CONCRETE PAVEMENT OR RASE (UTILITY CUT) Not Used. DAB 3113 RAISED PAVEMENT MARKERS Not Used DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING A. GENERAL' Where known by the dn�slgn engineer, the locatlon9 of poterktially petroleum contaminated material (toil) that may be encouriwred during excavation andlof constructlen Ejctivlties will be shown on the plans. For all locatlons wher8 mete6al is excaWed and suspected of beling contamine;ed with peetTeleum products, whathter knovin or not, these speclal conditicns are to be followed. The cantramr is also to follow all appilcable lredefal, Shte and Loral regulations whoa handling known or sraapact contaminated materials 1. WORK INCLUDED a_ Excavation. stockpiling and testing of Poic-Mally Petroleurn Cont�rniriated M2LOrlal. b. Removal. tes6rig,-and disposal of petrotsum contaminated grour dwater. C. Obtaining and paying for Mquh-ed parmIts. d. h-iirang of qual€fled erivlronrnental professional onsultant(z�. Contractor Mll be required to subrnit the environmental consultant's expaAerrce and qualincations to the City prior to beginning work In areas of Potentially Petroleum ContaFninated Matedal. A -10 PART DA - ADDITIONAL SPECIAL CONDITIONS e. Filang of qualified anviraiamentai aarrmpling professionals that will collect and suhmit samples to the applicable City of Part Worth testing laboratory, The City of fort Worth's Department of Environmental Management for caH�rdlriWlon of laboratory testIng- ,. REFERENCES 2. Alf applicable OSHA mgofetory requlrer'nents. b. All applicable Environmental Protectlon Agency (EPA) regulatory requlfernents. o. All applicable Male of Texan fegutatorry regjImments. d. AIJ applkcabie City of fart Worth (City) regulatory req&Grnents. e. All applicable N108H standards, f- All applicable TNRCG requirements. 3, SUBMITTALS a. the contractor shall, prepare and submit to the i#j's Department of Environmental Management. Senior pe�Ialist In Compliance. plans for handling Potentially Petroteurn ContarlJnated Materiel (PPCOA) no less than 30 nays prior to commencing excavation, b. The Contractor shall take rxeceasary precautions while performing Ehla projeox Contractor shall not commence PPCM work (-I} Contractor's submittal for dealing with PP fVI is reviewed by the CILy and (2) the plans {i,e., drawing and descfiption) for diFcharging any treated Ilquid Into the storm sewer or saaitafy sewer are reviewed by the City (3) and acceptable storkplle area as Iden11fled by the Contractor. c. ContraQtor shall submit the name of his proposed qualified environmental professional consultant(s) 8nd pmposed PPCM Dandling flan .o 1he City The PPCIVI Wandfing Plan shall Include the detailed seclueni ca at construction including proposed excavation and handling Methods, proposed carriers for contaminated materiels, varo�te disposal site, and a list of any pi rrnits that may be requJred for PPOM handling or contaminated materials disposal. The above data must be compiled and arranged In a format that is acceptable to the Taxes Natural Resowce CQDaBTV8tlorl Carrmis-sion (TNRC ). d. Contractor stall submit achrpl tlmlts of PPCM excavation, as prepared by his quallNed erwirorimentea consultaM(s) an4 testing lab. e- Contrer-tvr shall submit for review the proposed cafrler pipe material to be used with the actual Iitnlfs of PPCM excavation, including pipe gasket an# carver p7pe cuatinp or liner. B. PRODUCTS: 1- PIPE GASKET MATFRIAI., Materiels used within tl)e actual limlts of PPCM excavation, including pipe gaskets, shaII be resistant to petroleum hydrecarbnn deterioration C- EXECUTION: 1, Puf p-NTIAll.-Ly PETROLEUM CONTAMINATED.AREAS a. Areas suspected of having petroleum contarnlrrated material (soils) pre._sl wrt In on the englneudng d rawi rigs, ASC-11 PAIN D T ADDITI NAL S P EC IAL CONDITI N b. In aceas other than thfAe noted on the plans and where potentially petroleum c€ nlaMirt8ted rnoterials are elther d ected or suspected, the City of Fort Worth and the Engineer should be notified Immedlately and the work should proceed In accordance with this section. . -SCR EENING POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Care should be taken during all excavation and dewatering activlties to identify arras potentially contaminated by petroleum. b. When a petroleum odor Is encounterd during excavation ar when there is visual evidence of paten ially notroleum contaminated soil, the Contractor shall notify the Engineer without decay, C. The Contractor shrall have retalned tho services of an envlronmental consultant who shall be present at the site to soreen suspect sal€ with a photo-ionizMon cleteotcar (PID) or a flame ionizatlon detector (I<ID). A reacting of 20 pprn above arnbient conditions or greater on Pit) or FID t ted soil sample will be considered potentially petroleum ecntarninated. The soul sarnpie should be a rerpent sample from the excavation face. The sample should be stored in a laboratory supplied glass Jar with a teflvn gasket lined Ild. The City of Fort Worth Dapsrtment bf Environmental Mariagement will be notifad prior to all sample collection and submittal to the current testing kaboratary identified by the City. The PID or FID teats should be perbrmed in a confined IcC20M Soils producJng e reading of lass than 20 ppm above ambient Yvill not he considered poNntially petroleum conE�aminated. The PID or FID skull be calibrated according to manufactures instructions. d. Water encountered during excavat+on or dewatering shalt be considered to be gatentkally contaminated if there is a visible !Sheen. a hydrocarbon odor, adjacent salt that appears vJsually to be contaminated by hydrocarhons or at any time the Contractor has reason to believe that hydrocarbon contamination may have occurred. The Contractor sl)all irnmediately notify ik7e City and the TNRCC wharnever contaminated water Is encountemd. a. Tile Contractor shall contact the City vvhanever contamination from arty source is suspected. 3. HANDLING POTENTIALLY PETROLEUM CONTAMINATED SOIL (PPC } a, Contractor shall coordlqete wkth the City to determine a suitable taxation for the stockpiling of corntaminated soil. Tho fallowing procedure shall he Nll()wed in preparing the chosen site; 1, Provide a diked enclosure large enough to hold all material and prevent runoff. , The diked area shall be lined wkth 20-30 mll plasitic tp prevent seepage into the existing sail. . A± the end of each work day, Contractor shall cornple;ely oover stockpile with 20 aril plastic. During the day, the Contractor shell keep the stockpile covered, as necessary, to prevent release of rnrltornkriated materials time to rain or wind. 4. Sampling aO evaluation of materials will be performed at the Contsactors expense_ (The City of Furl Worth wi.11 provide laboratory services) b. PPGS shall be handled, tested, observing all standard chaln-of-custody Procedures and sarnpling preservatlon and analyses shall canlorm to published and r000gnized standards, C_ The stockpiled PPCS shall be sampled and tested every 50 cub1c yards for Total Petroleum Hydrocarbons (TECH) (TX1005) and Benzene, Toufene, Ethylbenzene and Xylarle. (BTEX) (EPA 6020). All best results will be forwarded to the CIty of Fort Worth Department of EpArommerita€ Management_ d_ CoritarnirLated soll Idenfifled by test results will he dlsposed of according to DA-36, Loading, Transpolation, and Disposal of Contaminated Soil. A- 1 PAIN DA - ADDITIONAL SPECIAL CONDITIONS e- it Is the irk;ent of the City of tort Worth that uncontaminated soils be itilized as backfili material, it [lie Solis also meet [he Type C or B backfill classIrications, 4, HANDLIING POT EN- IALLY PETR01,EUM CONTAM] NATED WATER (PPCW) a. Water pumped from the excavation or from dewaterirtg activlttes that has an oily sheen, a hydrncarhun agar, or Is otherwise suspect, shall be ronsidered potentinify petroleum conitarninated b. P PCW shall be handled, tester!, anti discharged In accordance with the 'rNRCC's appropriate state regulation. PPCW shall b8 tested no later than 15 days prior to extfactlon- PPGW shall, if necessary, be treated In an appropriately sized olliviater separalor, air stripper or GAC carrtsters. Contractor shall have his testing laboratory dotermine that the 04ater separator treated discharge is within the limits eatabllshed by the TNRCC's reguWlons before being allowed to discharge (discharge to sanitary sewer). Coritrnctor shall be responsible fnr fUrnIshing the effluent test reports to the City. C. Alternativety, the Contractor may dispose of contaminated water. after appropriate pretreatrnent, into the sanitary sewer colCection system. It shall be the rssponslbi[ity of the Contractor to obtain the necessary permit(s) and to perform all testing required by the City of Fort Worth Pretreatment Services Division, d. All treated water shall be discharged wto a Contractor supplled Frac Tank, sampled, and analyzed before dIscharga into the sewer Sys#ern. e. The product that is recovered shall be disposed of in accordance witty all appllcablo regulations. Any phase separate product recovered from the ail/water separator and air strippor shalt be transported In accordance with Department of Transportation rotes and ragulativna for flarnmable products- When transpofting product for disposal, transportation .9ball also be parformcd by a licensed carrier- Tha Contractor is responsible for proper rnanifeating of the material rforri the site to the waste disposal facility. Completed Manifests shari be returmed tQ the City Department of Envlranrnentat Management withIn 94 days of shipment 5. HANDLINO VAPOR GONCENTRATIONS 3, In order to maintain safe working conditions, the vapor concentfations should not exceed 20 percent of the Lower Explosive Limit (LEE) During constructign, measures should be taken to maintain LEL IeVels below 20 percent In aft working areas- b. To monitor vapor tevets and oxygen levels a onrnbustlble gas Indicator (COI) with a LEL10' meter should cantlnuously operate in the workIRg arei- The GGI should be properly callbratLk and should have an alarm that sounds if 20 percerit LEE_ is ranched, Monitoring data from the GCl should be recorded periodically to deterniine if ventllatlon or Other methods are effective. Iri tha event local health and safety agencies require more stringent monitoring, the local regulations rnust be implemented, D. ME=ASUREME. TAND PAYMENT', Payment for handling PPCS, PPCVV and Vapor Concentrations, obtokntnq and paying for any permits required, hiring the services of a qualified pmfkslonal environmental consultant(s), anvlronmental issues, stockpiling and aft Issues Included and 1nrldenWl to this seatlon will be full c;ornpens8tson ror all labor. equIpmerri, materials, and supervision. Measurement and Payment for this aectien will he per linear foot of tfenoh excavated where the excavated material is handled as a contaminated material. No separate payment will be made for handIIrig of contaminated water, vapor co nce ntrabons, sampling, stockplIIng, etc. Alm-11 3 - PART DA - ADDITIONAL. SPECIAL CONDITIONS DA-36 LOAIr]M , TRANSPORTATION, AND WSPOSAL OF CONTAMINATED SOIL Not Used. OA-39 ROCK RIP RAP - GROUT � FILTER FABRIC A. GENERAL. 1, General Conditions., Supplemental Oonditlons, appllcable requirements cI Dlvlslon 1 - Genar8l Requfrements and the North Central Texas OoLincll of Governments (NCTCp ) Standard pecificatfarss, are heroby made a part of this salon. 2. This Item shall govern Por floe Mdt6btton of rock riprap cf the variaus sizes shown on tha plans, B. DESIGN CRITERIA_ 1. The toe of thEe dprap revelment shall be entmnchad In stable channel bottnms, If the uhannel bottom is not stabler the design shaft Incorporate other requiramarrts read ad to stabfllre the revetment Luc. 2. The channel side slope shall be as snowy~ orr the drawings, 3_ Engineering filler fabric material shall be placed underneath the riprap. 4_ Rlprap shall extand up the bank to an elevaiian where vegetation will provide adequate protection Sae cross sacllons. G. PRODUCT, 1. RIPRAP MATERIAL: Stone for rlprap shall be durable and of a suitable quaff#y to Insure permarrerice in the struclufa, It shall be Iree from cracks, searns and otter defects that would Lend to increase deterioration, RcR* shall be reasonably well graded between Lhe following pre_,�cnbed Ilrrrlts: Sieve Size aUarg Me & f emc_g ,P_ �n 24 k 24 linch 100 Riprap 18 [nch 80-90 12 Inch 45-55 6 Inch 0-20 Sieve SIZ8 { augg Mew Percent asSg 18` 18 Inch 100 Riprnp 12 inch 64-85 6 Inch 15-45 3 inch 0-15 2. RIPRAP WEIGHT: Weight of rock shall be one hundred fifty five pounds per solid cubic foot {min,) calculated from the butte spe0,Ic gravity (saturated surfa m dry). 3. FILTER FABRIC BLANKET: Approved Manufaclurcr................ .....u4� .-k� . v.y„ 1 _ 1P,..(,U},.....,.w............................. .......... • A-S r4oco 4553 0 or Equal Heavy Grade PART D i ADDITIONAL SPECIAL CONDITIONS 4, RIPRAP GROUTING a_ FINE AGGREGATE' Eire aggregate for grouling mix 0e11 cansfst of riatural sand, manufactured sand, or a combinatlon of natural and manufic#ured sands, The gre ding acid uniformity of the fltie aggregate sh'ali apWorm to the following requirements es delivered to the rnlxers: sieve 00slignatlon, U.S. kndard aware Mesh M In. (9.5 mrn) No. 4'(475 mrn) No. 8 (2.36 mr6) No. 16 (1.15 mm) No. 34 (000 um) No. 5G (300 urn) No. 100 (150'urn) D. EXECUTION: 1. CONSTRUCTION. Patmisslbie Limlls argent by Weight, PagsiUg 100 95 - 100 80 - 95 55 - 75 30 - 50 12 - 30 - 10 a. The channel sJde slope and the toe excavation shall be prepare3d to the required fines and grades. b. Filter fabrie'and rlprap shall be placed In successfan to the required thfckneases and elevations. Rlprap shall be hand placed around struclures to prevent damage to the structures. 2. iNST LLATJON OF THE FILTER FABRIC (GEOTEXTILE). The geotextlle shall be places! In the manner and at the locations shown on the drawings. At the lime of installokfon, the gaotextlle shall be rejected if it has detects, rips, holes, flews. deterioration or damage Incurred during manufacture, transportation or storage_ The aurface to receive the geotextlle shall be prepared to a relatfvaly smooth condition free of obstructicns, depressions, debris. and soft cr Jow density pockets of material. Erasion features such as rills. gullies, etc. must be graded out of the surface before geotextlle placement. The geotextlle shall be placed with the long dimensiort perperfdfcular to the centerline of the charnel and Iaid smooth anti free of tension, stress, folds, wrIWes, or creases, The strips shall be placed to provide a minimum Width of 4-inches of overlap for each joint. -ramporary pinning of the toxtlle to help hold It In place until the rook riprap is placed. The temporary pins shall be removed as they riprarp is placed to relieve hijh tensile stress Whie may occur during placement of material on the geotextlle. The specified placement procedure requires that Me length of the geotextlle be greater than the actual slope length. The Contractor shall adjust the actual length nF tine geotextlle used based on Initial lnstallation experience. The geotextlle shall be pmtectad at all times during nstruotion fmm cor,tamirration by surface runoff and any geotextiie so contaminated shell be removed and replaced with uncontarninated geotextlle. Any geotextlle damaged during its InStallatlDn or during placement of r1pra,p shall be replaced by the Contractor at no cost to the Owner. The work shall be scheduled so that thEa covering of the geotextlle with a layer of the specified material Is accomplished within seven (7) slender days aftef placement of the Failure tea comply shall require replacement of geotextlle, The geiDtextllo shall be protected from damage prior to and during the placement of rock riprap. Before plaaernent of gabion unlls, the Contractor shall damonstrale that the placement technique will prevent damage is the gectextile. In no ease shall any type of equIprnent be allowed on the unpriatected geotextile. 3. RIPRAP PLACEMENT- Stone for rlprap shall be placed on Me FJl#er fabric bji rnket in such a manner as to produce a reasonabfy well graded mass of rock with the minimum precticable percentage sf AS-1 5 PART pal - ADDITIONAL SPECIAL CONDITIONS Olds and shall be constructed within the spocifiad tolerance to the lines and grades shown en the drawings. Then intent of these speclficatlons is to require placernant of riprap to the thlckness shown and to allow Isolated stones to extend as mu& as six Inches above grade. Riprap shall bo placed to its full course thrcknass al one operation and In ;:wnh a manner ea to avoid displacing the fahrlc, The larger stones. shall be well distributed and the entire mass of stones In their final posltlon shall conform to the gradation specified herelnbefore. Thin finished rlprap shall be free from objecticnable pockets as amall stones and clusters of larger stories_ The desired distribution of the various sizes of stones throughout the mass shall be obtained by saleof+ve Icadlnrg of the material at the quarry, or other source, by cnntmlled dumping of succestive loads during final placing, of by other methods of ptecernent which will produce the speaifre-d resulto, Rearranging of Individual stones, by mechanical equipment or by hand will be required to the extent necessary to obtain a reasonably well graded dlstribut]Qn of stone specified above. The Contractor shatl maintain the riprap protecblon until acceplad. Any materlal displaced by any cause shall be replaced at his eroslnn to the Dines ertd grades shown on the Drawings. 4. GROUT PLA EMENT. Grout shall be composed of camen�r and air -entraining admixture and sand mixed in the propert3ons of 7 p8rt of Pertland cernent to 3 parts of ssnd, suffident water to produce a wotable rnWure, and that arnount of adrnixKae which will entrain suMcker;t air to produce durable grout. as deiarmined by the ENGINEER, Send for grouting shall conform to the requirements of paragraph F1NE AG GREG ATE. The grout small be rnIxed in a con r;rela mixer in the manner sveclried far canrrete except that the time of mfxirig shall be Increased to that necessary to produce a mixture raving a rmnsWancy such as to permit gravity flaw Into the interstices of the riprap with the help of tlmited spading and broeming. The grout si all be used in the work wlthln a period of arse (1) hour after mixing. Reternpering of ground will not be permitted Rlprap shall not he grouted when the ambient te.mpefaiWre Is below 35 degree F. or above 95 degrees F. unless appmved by tha ENGINEER in writing, nor vrrtan the grout, wlthout spaclal protection, Is likely to be subjetrted to freezing temperatures before Final set has occurred. Prior ko graufiing, all surfaces of rlprap shall be wetted. The riprap shall be grouted in succassiva langltudInaI strlps, approx1mabety 10 feet in wldth, comm Eincling at the lowest Strip and working up the stopa. Grout sboII be brought to the dace of final deposit by approved ,means, and in no case will grout be perrrritted to flow on the riprapped surface a distanre in excass of 10 feet. lirrmedlstoly attar dumping the batch of grout, 11 shalt be distr[buteij over the surface of the strip by the use of bnaorns and the grout worked Into place bet eeri stcnGs with sultabie spades, trowels, or vilbrating equiprnerit. As a final opemtlon, th 'grout shall be rerroved from the iop surfaces of the Upper stones and from pockets and depressions in the surface of the stone proteotlorr, Auer corn pletion of any strip as specified, no workman Qr any load shall be permitted on the grouted surface for a period of at least 24 liaurs. The grouted surface shall be protected fmin rain, f1cwing water, and ,mechanical injury. The surface of all grouted rlprap shad be cured by keeping the suri`ac:e continuously wet For a perod of not less ftn 7 days- E. MEA URE MEh1T AND PAYMENT I- FILTER EAHRJ :Filter fabric will be measurad by the square yard for materlaI used including that required al 2. STONE F IPRAP- Stone (rack) riprap will be ,measured by khe cubit yard using actubf plan dim.enslans_ Payrnent for riprap will be mane at the rraritracl unit price per cubic yard which Includes ail plant, labor, rnr 3terial, and Installation costs In -place, complete. 3. GROUT' G; out for rOOk riprap will ba mLtLasured by the square yard using actual plan dfine;6A1on0-. Payment for grout will be made at the contraQt unit price per square yard which Irlcludias all plant, labor, material, and Jnstal!ation costs in -place, complete, aA-40 CONCRETE RIE}RAP A -16 PART D - ADDITIONAL SPECIAL CONDITIONS Not Used DA-41 CONCRETE CYLINDER PIPE AND F#TTINOS Not Used, DJA-42 CONCRETE PIPE FITTINGS AND SPECIALS Not Usod DA-43 UNCLASSIFIED STREET EXCAVATION Not Used. DA-44 6" PERFORATED PIPE SU13DRAIN Not Used. DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS Not Used, DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION In order to tacllatate timely reconstructhon of the affected roadway surfaces (subsequent to waterlsawer Installation) under the City`s roadway maintenance prograrn, it is recommended that the proposed water and/or sanitary sewer Improvements be conducted on the project streets based upon the following sequence: 1, Ramey Avenue ( talcup Rd. to E. Loop 820) 2. Vinatta Drive (Martin Ave. to Moberly t.) 1 VI11age Lane (Hartman Rd. to N. Dead End) After the work start date has been established, the selected contractor shall be required tO SUbmit the beginning and ending dates for all work (including pavement repair) on each of the Project streets. Please be advised that the contractor has the option of submitting a different sequence of construction than stated above, The contractor small not bEo allowed to be In work (but time charges will begin on the project) until the preferred equence of constrUctlon and the start and end work dotes for each street have been submitted to the City. DAB-47 PAVEMENT REPAIR IN PARKING AREA Not used_ DA-48 EASEMENTS AND PERMIT Easements and permits, bath temporary and permanent, have been secured for this project at this time and made a pipit thereto. Any easements and/or permits, both tempormy and permanent, that A -17 PART DA - ADDITIONAL SPECIAL CONDITIONS have nut been obtained by the time of publication shall be secured before construction starts. No work Is to be done In areas requiring easements andfor permits uTiQ the necessary easements are obtained. The Contmctor's attention is directed to the easement descrip#ion and permit requirements, as contained herein, along with any special conditions that may have been imposed on these easements and permits. Where the pipe€ine crosses privately owned property, the easerrrants and construction areas are shown on the }Mans. The easements shall be cleaned up after use and restored to their original condE#lona 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 Not used, DA-SO CONCRETE ENCASEMENT Not Used, DA-51 CONNECTION TO EXISTING STRVCTURES All connections between proposed and existJng facilities, shall consist of a watertight seal. Concrete used in the connection shall be Mass A (3000 psi) concrete and meot the requirements of Section E1- 0 and E - 0 of the General Contract Documents. Prkor to concrete placement, a gasket, RANI- ek or approved equal shall be installed around penetrating pipe. Payment for such work as caranecting to existing facilities Including tall labor, tools, equipment, and material necessary to complete the works shall be Included in the linear foot price of the appropriate pipe BID ITEM. DA 7 U R B 0 METED 1NITH VAULT AND BYPASS INSTALLATION Not U&ed. DA- 3 OPEN FIRE LINE INSTALLATIONS Not Used. DA-54 WATER SAMPLE STATION Not Used_ IAA-55 CURB ON CONCRETE PAVEMENT Standard Specificatlon Item 502 shall apply except as herein modified, AC-1 8 PAIN D - ADDITIONAL SPECIAL CONDIPON INTEGRALCURB: Integral curb shall be construdted 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 m1nlmum compressive stfength of three thousand (3,000) pounds per square inch at twenty-eight (8) clays_ The quantity of mixing water shall not exceed seven (7) U.S. gallons per sack (941bs.) of Portland Cement, The slump of the concrete shaJI not exceed three () inches. A minimum cement content of five (6) sacks of cement per cubic yard of concrete is required, PAYMENT: Payment shall be made for cutting and replacing 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 Enigineer for his review, Submittals may be checked by anti stamped with the approval of the Contractor and identified as the Engineer may require_ Such review by the FngJneer hale include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indhcated actlons by the Engineer, which may result frorn his revle , shall not constitute cortWrrence with any devlation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibiJity for errors or omissions in the submitted data. Processed shop drawing submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and rnaterlals he Intends to furnish and install, and by detailing the fabrication and installation methods he Intends to use_ IF deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after submittals are processed, the design drawings anal speolt7cations skull govern. The Contractor shall be responsible for dimansions which are to be confirmed and correlated at the job site, fabricatlon 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 dirnensions suitable for the application. Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three () copies of the approved submittals shall be retained by the Contractor until complefion of the project, and presented to the Olty in bound form. _ Shop drawings shall be submitted for the fallowing items prior to installation; List the required submii#aIs here Additional shop drawing ri:qulrements are described tri some of the rnaterivri specifcatlons. 3. Address for 8 ubrnittaI's - The submittals shall be addressed to the Project Manager. AS-1 PART DA- ADDITIONALSPECIALCONDITIONS (VICTOR V. TORNEROJR,Eƒ ) City of Fort Worth 1000 Thm ckrn Orton Fort Wofth,TX 76102 DA-7 COST BREAKDOWN Not Used. D STANDARD STREET SPEce|cA ONS H. C.OVERLAY Not Used O H.M..C.MORE THAN WCHES DEEP Not Used. D ASPHALT DRIVEWAY REPAIR Not Used. D TOP SOIL N* Uapd. D §2 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT This le! m shall include raising or lowering an its] meters x to the parkway grade speciffed No payment wIll be made for adjng isbgboxes whiare within O.OD1 feet of specified parkway grade. The u t� pace bid shRlI be fullan Bfdem paymenl foray fabor,equipment and ma|e�r[[as used in the adjustment of the meter box. D 63 BID QUANTITIES Not . DA-64 WORK IN HIGHWAY RIGHT OF WAY Not U- & D CRUSHED LIMESTONE(FLEX-BASE) Not U8 D 66 OPTION TO RENEW Na. D NON-EXCLUSIVE CONTRACT ASC-2 O PART DA - ADDITIONAL SPECIAL CONDITIONS- Not U6ed. 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 Specificatlon Item No. 314 of the Standard Specifications for Street and Storm Drain on$tWGtion for the City of Fort Worth Transportatlon and PublIc Works Department. The unit price bid for this item shall be full compensation for all mater4s (including applicable sob - base), labor, equipment and Incidentals necessary to complete the work, DA-68 TRAFFfG BUTTONS Noi Used. DA-70 PAVEMENT STRIPING Not. Used. DA-71 M.M.A.C. TESTING PROCEDURES Not Used_ IAA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a partiailar Al TIVI, AWWA, ANSI or other specification, it shall he understood that the latest revision of such specification, prior to the date of these general specifications or revisions thereof, shall apply. IAA-73 RELOCATION OF SPRINKLER SYSTEM BACK-rLO PREVENTORlCONTROt- VALVE AND RCSX Not Used. DA-74 RESILIENT -SEATED GATE VALVES Not Used. DA-75 EMERGENCY SITUATION, JOB MOVE4N Not Used. DA-76 1 ' " & 2" COPPER SERVtOES A -1 PART D - ADDITIONAL SPECIAL CONDITIONS The following Es an adderidum to El-17, Copper Water Bervlce Lines and Copper Alloy Couplings.. Alf fittings used for 1 I/V and 2" watOF services lines shall be coin pression finings of the type produced with an internal "gripper ring" as manufactured by the Ford Deter Box Co.. Inc., Mueller Company, or approved equal_ Approved equal products shall submit shop drawings and manufacturer's catalog information for approval. Contractor shalt make all cuts to the copper tubing with a copper tubing cutter tool specifiCally designed for this purpose in order to provide a clean. square cut. The use of hacksaws or any otter type of cutter will not be allowed. Prior to installing the compression fittings, the copper tubing will t-- made round by the arse of a "rounding tube" specifically made for that purpese. Payment for all work and materials assoolated with 1 ' " and 2" capper services small be included In the price of the approprlate, bid item. DA-77 8 COPE O1= WORK (UTIL, OU1) Not Used. DA-78 CONTRACTOR'S RESPOW IUILTY (UT11- CUT) Not Usec1. D -79 CONTRACT TIME (UTIL. CUT) Not used. DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) Nat Used. DA-81 TIME ALLOWED FOR UTILITY CUT (UTIL. CUT) Not Used. DA-82 LIQUIDATED DAMAGES (UTIL. CUT) Not Used. DA-83 PA WNG RPPA�R EDGES (UTIL. CUB) Not Used. DA►•84 MENCH BACKFILL (UTIL. CLIT) Not Used. ►WAMOM PART DA- ADDITIONALSPECIAL CONDITIONS DABS CLEAN-UP (UTIL. CUT) NmUtd. DA-86 PROPERTY ACCESS �UT L. CUT) Not U * D SUBMISSION OFBIDS (UT|L CUT) Not U ± OAB§ STANDARD BASE REPAIR FOR UNIT I L. CUT) Not U d. D CONCRETE BASE REPAIR FOR UNIT & UNIT III (u L. CUB Not Used. D 90 2TO9H.M .A.C. PAVEMENT (LITIL. cup Not Used. D 91 ADJUST WATER VALVE BOXES MANHOLES, AND VAULTS (U L. CUB Not Used. DA-92 MAINTENANCE BOND (U L. CUT Not Usei D 93 BRICK PAVEMENT(UT|L cup Not used, D 94 LIMESTARILZED SUBGRADE L. Cup Not used. DA-95 CEMENT STABILZEO SUBGRADE (UTIL. CUT) Not Used. D 96 REPAIR OF STORM DRA|m STRUCTURES L. CUT) N2 Used. D "QUICK -SET" CQNCRaTE(UTIL CUT) Ndud. Doge UTILITY AI)JUSTMENT (UTIL. cup ASC- 3 PARS` DA - ADDITIONAL SPECIAL CONDITIONS Not U�cd. DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (LITIL. CUT) NO Used. DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR IUTIL. CUT) Not Used. DA-101 CONCRETE CURB AND G€JTTER (VTIL. CUT) Not Used_ DA�lG2 PAYMENT (UTIL. CUT) Not Used. DA-103 DEHOLES (MISC, EXT.) Not L -- ed. DA-104 CONSTRUCTION LIMITATIONS fM13C. EXT.) Not Used. DA-195 PRESSURE CLEANING AND TESTING (MISC. EXT.) Not Used, DAt108 BID QUAN117IE (MISC. EXT.) Not Used. QA-107 LIFE OF CONTRACT �M ISC. EXT.) Not Used, DA-108 DETERMINAT1ON AND INITIATION OF WORK (MISC_ REPL,) Not Used, DA-109 WORK ORDER COMPLETION TIME (MISC. REPL.) Not Used_ DA-110 MOVE IN CHARGES (MISC. REPO.,) Plat Used DA-111 PROJECT SIGNS (MISC. REPL ) Not Used_ DA-112 LIQUIDATED DAMAGE (NOISC. REPL.) A -4 PART D - ADDITIONAL SPECIAL CONDITIONS Not Used DAyl13 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) NDt DA-114FIELD OFFICE Not Used. DA-116 TRENCH SAFETY SYSTEM DESI N (MISC. REPL.) Not Used. DA-116 FIELD} OFFICE Not Used. DA-117 TRAFFIC CONTROL PLAN Not Used. DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS Not Used. DA-119 1" $ 2" GOPPER SERVICES (BORE SERVICES) Poyment for connecting water services to existl`ng faclfities will Include all labor, tools, equfprnent, aqd materiel necessary to complete the work shall be included fn the linear foot price of the appropriate pipe HID ITEM For 1" & 2" services, Contractor wIII folilow all other guidetinea ou11Ined In DA-76 for con nect.Ing said services. DA-120 CONCRETE PAVEMENT & SPEED HUMP REPLACPAENT Concrete pavement repairs MI follow Pavement Repair Detail 2000-2 and wlII be b I d per linear foot. Speed Hump reptacemenI will be subsidiary to the pavement repair. - — City of Fdti-'Wo.0 PrCaPiltljg VVl Rags For 200B Cla�yifrcatagns lirly RI4s CrasslrInAl.0n5i ry Alr Tool Qpatmlor 310,08 &tapor Op Er Fot ABphalt Faker $41.01 smViCBr Mphell SbWolar U-N 9Rp Form Maamune 0pInrUiInr AsphaJI Dls rrliwiar Operator $13-99Smeacler DQX Onarator 6taen ar Sweeper Operator SU1100W 13WRIlOF Garlw(ller �PuUgh) 02.78 1 ffrwlaroperslor,CrawlarTnm $14.15 Tractor c pwmtur, Pnobmei14 W-" Trweling MixerOperstor $13,22 Trek Driwer-$inoLfl Arlo (Light} $12-t#4 I Truck d7wer- SihUls Axle;Hisayy.) Ma5 I I Truck Driver- Fandrii rr Axle Somt UNIcreta Finisher-5truolures $13-27 CMCMIQ PUwlhg Curbing MEIrtr. Opar- $12,00 Concnalm € ayflig f%ish[ng Mach- OW. $13.63 Cmcrete Paving Joint Sen1igr - $ .." Comrate F'bVing Say+ aper, S 1 �.58 Concrelia Pavirig Spreader apex. $14 50 Gortictole-Ruhkmr Crane, Crams111911. Baelihne, Derrck, D mgnno. Shovol Tre,,1 EleGtrrufmi 318,12 Flaygor $6.43 Farm Bolder- Sirui<lures $14,88 Farm Selig- PaWno A Curba $11.83 PPUndatiog OnIl Op91-6iar,, cI jI laF bmountod $12,07 FtNunikillnn Qrlll Operator, Truck Minurited $18.3{l Frorrl End !_dolor $12.62 Laborer- Corm ban 39.18 Mllllrtq Machine Dperalor. Frw Grrtdo $111.83 I Mixer Operrator $11,58 Molor Grader Opemw (Fires Grade) $15.20 MalorQrader Operator. RmIgh Mur $1 ,50 Palmer, Slnrclures $13.17 Pavemalll Marlling Machim Opor, $10,04 Pipet Layer $11." Rolber. Steal Wheel Plant -MN Povemenia 311.28 Hollier. 511mal Whoul Other Fralwl-wal Or 7ampgn 310,92 Rally, Pnll+umak. SelF•Prmpmllod Scl-spar $111,01 ReEnioraln, Sleet Seller (taavinp] $74.8E Hrly Rts 12.00 10.91 11.47 Wagon Drni, Rruhg Marhlne, Fast Hole Driller $14,00 Weiner M,57 4Wwk 7urie Barricade Ssr rlgF 110.0 Compliance with and Enforcement of Prevailing Wage Laws (a) Dut to -pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. (b) PenaIty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. (c) Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 3 1 " day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. (d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 ct seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. (e) Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (1) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. (f) Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (g) Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. (h) Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. SECTION E SPECIFICATIONS. JAVUARY 1, 1978 WATER DEPARTMENT All materials, construction methods and procedures used in this project shall conform .to Sections El, E2, and E2A of the Fort Worth Water Department General Contract Documents and General Specifications, together with any additional material specifications), construction(s) or later revision(s). (See revisions listen on this sheet). Sections El, E2 and E2A of the Fors: Worth Water Vapartment General Contract Documents and General Specifications are hereby !rude 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 Idly of Fort Worth as an official record of the City of Ford. Worth. INDEX El MATERIAL SPECI FICA71ONS E2 CONSTRUCTIGN SPECIFICATIONS E2A GENERAL DESIGN DETAILS Revisions as of April 20, 1911, follow: E142.4 Backfill; (Correct minimum compaction requirement to 95# Procter density ararrect P.I. values as follows:) V Additional backfill requirements when approved for use in streets: I. Type B Rackfi1l - (c) Maximurri plastic index (PI) shall be b F. Tye C Backfi ll (a) Material meeting requirements and having a F1 of S or less shall be considered as sji tabl e for compact- ion ly het ti ng (b) Material meeting requirement and having a P1 of 9 or more shall be considered for use only with mechanical compaction EW.11Trench Uackfill: (Correct minimum compaction requirement wherever it appears in this section to 95Procter density except for paragraph a.l. where the "95% modified Prhocter density" shalt r=in unchange 0), GKNERA,L CONSTRUCTION NOTES 1, Appl!cab le design and details shall conform ro "General COntCaCt 1)ocumenr� and Speoihcatioas for Water Department Projcets" ( CD) effective July 1, 1978, -with the lalest revisions. 2. All hcrizanW blocking, cradle blocking, and vertical tic -down blooking to be in acco ance-with Fig.(s) % 10, and 1 lof the GCD. 3. Fire hydrants shall be locAte a mimmum of T-0" behind the face of curb per Fig GCD. 4, All gate valve installations for sizes up to 12" are to be per Fib;. 3 GTE and sizes 16" and larger Fig. 4 0 CD, S, The proposed water andlor sewer mains at times will be laid close to other existing utilities and strLict►rres both above aad below the ground_ The contractor shall make necessavy provisious for the suppart paid pra[ection of all utility poles, fences, trees, sltrubs, gas mains, telephone cab ies, TU cables. drainage pipes, utility services, and all other utilities and structures bath above and below the ground during construction, It is the contractox''s responsibility to notify all utility owners prior to any construction in the area and verify the ac:ttral location of all buried utilities th$t may or may not be slwwn ort the plans. The contractor shall presezve and pi-atect all Lrndergrotrnd and overhead fklIities and be responsible for any dainage he may cause to them. The Contnactor shall contact 1he following @ Ieast 49 hours prior to excavating at each location. Fort Won Water Department Field Operations Kristian Sugrinm 817-2 12-2649 or 817-923-2271 Scott Neystel 817-213-26 42 or 917-994-9663 Foil Warth Transportation & Public Works 1,ight'"d Signal Division Dwayne Coy€ 817-871-8100 Koger laitin 817-871-9100 Fors Worlh Tran s po rta ri Gn & Public Works (Storm Drain l�c:ates� Gordon auch 917-871-8100 Lome Star Gas Company Metro (214) 263-3444 Texas Utility Service Company 336_2328 oath t-sLem -Bell Telephone Company Enterprise 9800 Texas Oat- Call -Fiber Optios Location (MCI, AT&T, print, etc.) lzrrcus Carle T.I. 1-800-245-4545 7374731 . Contractor shaI I verify the elevation, configvrati m, and anV1ation of existing line prior to construction of tie -irk materials, Such verification shall be conaidere�d as subsidiary cost of project and no add itianal compei3sation vw+ill be allowed. Elevation adjustmeats at connections may Lie made witit bends, offsets, ar joint deflections, All nonstandard bends sllalI be made using the closest st'andard 14J. fittings with the - required joint deflec6uns.(deflectionq not to exceed rrranufacturor's deflezi ion per joint) 7. Con tr-acior shall keep at least one lane oftraflic open at all times during construction and access to all places of business and msidenc:e at all times.(referenee C6w6.5 GCD) 8. No excavated materials, backtill materials, equipment, or supplies shall be stared within flocdways or drainage easayuerrt .(xcFerencc C6-6.6 GCD) 9, Trcnches which Iay outside W§fin9 or fku a pavements shptl be backfiIIe above the top of tine emberltnent with Type "C" hackfiII rnaterial. When Typo "C" back fjII material is not suitable, at the direction of the Engineer, Type. "B" material shall be used. All backfi I material shall be compacted to a rn1iiiinum of 0% prMtor density by means of tamping; only. Trenches which cross tinder existing or, Fixture pavement shall be bae ftIIed per Fig. "A" Veith 95% proctor density by jeCdn& camping, or a combination of such methods. I O.Rim elevations of the propose sanitary sewer ma holes in repaved streets are sho�wi as final finished grades iu these plans. They shall be constructed to 15" b6ow f nai finished grade by tit!lity contractor and adjusted by paving contmaur in aceoi°d-anc,e with rig. Ivl of the special contract documents, Concrete collars stall l-e inst,aLled where indicated on the plans per 1~ig. 121 of the special contract documents. Maahole inserts shall b-e installed in a]f standard foul' foot and standard fow• foot drop access irnan soles per E-100-4 of the special contract documents. Standard four foot di=ewr manholes shall be in accordance with section E2A* Fig. 103 and Pig. 104 GCD, standard £ow- fact di:ap access rrtanholcs per Fig, 107 GCD, and shallow majah. ales per Fig. 106 GCD, 1 I .`i'lie top of tltie water fines shall be a in.i.nimum of Y-6" below the tog of the curb for 1 " and smaller mains exeunt where Othcr iw shown on these plans, 1 -All water meters shall be placed or relocated 3'-0" behind the face af'the proposod curb or as directed by the Engineer. 13.All-existing water services shall be replaced with 1" minimum capper tubing unless a Larger size is indicate d on the plami. Corpofation stops shall be Rally oponed prior to trench backfill, Curb stops with loch wings shall be tested for fall flow when the systeat is pmmure tested, Extend 1 " waxer services to those lots where no outer sexvjc es have been extended to. Locate khese services at normal locations or as directed by the ,Engiuecr. a.The nonnaI location of water service fines shall be 5' east or noMi of thrcenzter of the property frontage. b.For 40' or less lot frontage, -a I I water services shall be placed 1:8" from tins e u i or soU111. property lime. 14.All sani (my Sewer -services enc:oxintered shuII he replaced to the property line as directed by the Engineer. COLLAR CONFIGURATION FOR PAVED AREA 2'-0" COLLAR CONFIGURATION FOR UNPAVED AREA A 1 CLASS 'A' :` j.' :.:,' :,•: ` (3000 PSI) "' �.: • , , CONCRETE = - 8-##4 REBARS TYP. . ::PAVEMENT`. "PAVEMENT.' -- - I :,• 't' `! ra l r ++` E Nh 2. 27� SUBGRADE-:. CONCRETE CASE 1 I CASE 2 1 I -- ' I' I I CASE 1 COLLAR SHALL EXTEND TO TOP OF 2:27 CONCRETE (REBAR REQUIRED) CASE 2 COLLAR SHALL BE 8" THICK (REBAR REQUIRED) E1-20, E1-21 MATERIAL E2-20, E2--21 CONSTRUCTION FORT WORTH SECTION A -A CITY OF FORT WORTH, TEXAS 3" TYP. -Y" CHAMFER (TYP.) O REBAR SHALL BE PLACED 3" MIN. FROM TOP AND BOTTOM OF CONCRETE COLLAR, DATE: 08-2007 GATT VALVE CONCRETE COLLAR WTR-004 E u E co ='o u� E �E E ap n N d- 00 InK - E M E It r d. �a _ _ _ _ _c .w E- E - E E E v Ul o E E = E " � Li 1 N 00 � to tn N rr] N o in - T u u u u jy.,.-� O O m E E El E �2 to (0 O r7 Z O E E E E E !Ui! rnr1oN[C"4 00 Q L 00 n f N N r7 O m F'9 X ow LLI - w Q LU F U. U U J p Z Z }40 U F- c E € to Ln r� T ro NEATER I 83tnm IA O 0 O CEO E n -T Z W � U � W o Z LO N (DLLJ � Q � E U 0 o N o N Q O X LLI LU LU LLJ U¢)cq W � 9� N \ F- 0 J, fy 0 �_ ,a O Z Z U V) 0) < Z O Ix F- U E � W C/} -- u X O m e9 vi E 71 0 U L/d � LI / ry W 0 0 H Mr' 0 z i 00 CO 0 Y- F- o Ld co o r� V E =� [V LO u C E Go � M Z O LLJ O U) N u x 0 m L W uj � W W h F- + z 0) CV Qy- oP- LL LL O �0 0 t/d F— C qq Q MINIMUM 6" INITU BACKFILL COVER MINIMUM E r EMBEDMEN PE "C" BACKFILL E SPEC. E1-2.4 D. ND MATERIAL EMBEDMENT INITIAL BACKFILL E SPEC. E1-2.3 G.C.D. WATER: SIZES UP TO AND INCLUDING 12" MINIMUM 6" INITIAL— BACKFILL COVER: WATER — 6" SEWER — 12" STORM DRAIN — 12" TYPE "C" BACKFILL SEE SPEC. E1-2.4 G.C.D. CRUSHED STONE OR SAND MATERIAL INITIAL BACKFILL SEE SPEC. E1-2.4(b) OR E1-2.3 G.C.D. ~I J I o p� `� „—I— CRUSHED STONE 5�p `�z MINIMUM 6"-----��-} . ^� III_ SEE SPEC. E1-2.3 EMBEDMENT_' LEI I I -I 11=1 11-1 I I=1 11=1 I I- -1 WATER: SIZES 16" AND LARGER SEWER: ALL SIZES STORM DRAIN: ALL SIZES SAND GRADATION • LESS THAN 10% PASSING ##200 SIEVE • P.f. = 10 OR LESS CRUSHED STONE GRADATION SIEVE SIZE RETAINED 1" 0-10 Y2" 40-75 3/" 55-90 #4 90-100 #5 95-100 MATERIAL SPECIFICATIONS THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON THIS SHEET SHALL REPLACE APPROPRIATE PROVISIONS 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 CONSTRUCTION. ALL OTHER PROVISIONS OF THESE ITEMS SHALL APPLY. Fomr CITY OF FORT WORTH, TEXAS WATER, ER, SEXIER, & STORM DRAIN EMBEDMENT T AND BACKFILL DETAILS DATE: 08-2007 W T R-034 EXISTING CURB J f If I II it EXISTING METER VAULT. I SEE DETAIL WTR--036 I J I FOR TEMP. SERVICE Cs — _�_ — I I CONNECTION. Z I if TEMP. SERVICE 2" GALV. PIPE z LO I X W II a II j TEMP. SERVICE I I w 2" GALV. PIPE I I Q a I II OQ I 01 o ILL'-==ww== =7 Itt 'n J Q -i 1 Of i a °- If m TO F.H. OUTLET ATEMPWATER SUPI '' v TEMP. SERVICE 1 i EXISTING CURB 2" GALV. PIPE SEE DETAIL WTR-037 FOR INTERSECTION CROSSING CITY OF FORT WORTH, TEXAS DATE: 08-2007 FoR�. ORTH TYPICAL MAIN BY-PASS LAYOUT WTR ©36 NOTE: 3/a" TUBING CONTRACTOR SHALL BE REQUIRED TO COVER METER VAULT WITH PROTECTIVE GUARD. CUT—OFF i—ADAPT AS REQUIRED 1 ! I- 2" GALV. PIPE I- ��_`=� III -1 I i 177-111=1 11=1 11=1 11=1 I �I EXISTING PRIVATE I I=1 I 11=1 I I=1 I I=1 l i-III- SERVICE TO HOUSE OR BUILDING. NOTE: METER SHALL BE REMOVED BY THE CONTRACTOR. CONNECTION FROM BY-PASS TO PRIVATE SERVICE SHALL BE MADE BY CONTRACTOR. EXISTING COPPER SERVICE LINE CITY OF FORT WORTH, TEXAS - DATE_08-2007 l� TEMPORARY SERVICE C®NNEC`110H WTR-036 EXISTING PAVING 36" MAX. Z z � ASPHALT COVER 1 15# ROOFING FELT, 36" WIDE 2" GALV, PIPE 2-STANDARD FINISHED 2"x6" WOODEN PLANKS CITY OF FORT WORTH, TEXAS INTERSECTION & DRIVEWAY APPROACH CROSSING FOR TEMPORARY WATER SERVICE DATE: 08-2007 WTR-037 ~® 1 N E O CD co CD .0 E O CD O 1 O O a 0 �� U .� W E i Z (u Z-> p 0) zZ�0a � � � Qp EU W W �+© N -3 :E� '� Q: ®° W Za�CL-0 CD c 00� 0&c j O tU ' �o 0 0 „Z -, Z Lq N i� a: F v Q' k" ) W J m co co cv In r 8 ID (D � N co O uJ a m O „x 2 Lo Z Z:) FL- J Ln m J LJ J I, 03 {!i C)� (,4:2 !a V)a p ! :2 1 x a a z w to [ cD O F - F = __j C) F- � F O= � F- O CJ O � O sn Z H I—� O s—C O ZC�J C9�Z O O Q O O O N LEJ ..^^..~ - -.^.- ^^~ .^. uLE ,x*mE *mu 2+ CVVER, EOu»L TO JLEY|ROw WORKS NO. M w/ PICK BARS. STD. PRODUCT L|8T) CONCRETE COLLAR PER - PLANS OR AS DIRECTED BY ENGINEER (SEE SAN-009) � TRENCH WIDTH CONC. CRADLE 2 COATS OF TO EXTEND TO BITUMASTIC 17. PIPE BELL COATING O-RING GASKETS RCP PRECAST MANHOLE JOINTS RECOATED SECTIONS OR EQUAL. AFTER SECTIONS (REF. 112-14) PUT TOGETHER SECTION A -A � *VARIES WITH PIPE DIA. GROUT zt- co MIN, % �0�S PREFORMED /�� 4' D|A FOR SEWER PIPE � \� 0TUMx3TIC JOINT UP TO %l^ Dw` SEALANT BETWEEN GRADE RINGS (RAW-NEK OR 5' D|4. FOR SEWER PIPE El-14 MATERIAL APPROVED EQUAL) UP TO 39" DIA. E2-114 CONSTRUCTION ORTWORTH CITY UFFORT WORTH, TEXAS STANDARD 4'DUAMETER MANHOLE DATEO8-2007 COLLAR CONFIGURATION COLLAR CONFIGURATION FOR PAVED AREA FOR UNPAVED AREA r 4'-a" A CLASS 'A' - (3000 PSI) CONCRETE 8-##4 REBARS TYP r I GRADE RINGS v PVMT.:(; r 2:27. 5U6 sr; :;. 'BASE:.- :,.• ..f CASE 1 CASE 2 CASE 1 COLLAR SHALL EXTEND TO TOP OF 2:27 CONCRETE (REBAR REQUIRED) CASE 2 COLLAR SHALL EXTEND 3" BELOW BOTTOM OF LOWEST GRADE RING (REBAR REQUIRED) E1-20, E1-21 MATERIAL E2-20, E2-21 CONSTRUCTION I �... — RAM-NEK SECTION A -A L%l 3" TYP. A -Y" CHAMFER (TYP-) GROUND (-- CONCRETE COLLAR HEIGHT VARIES (8" MIN., 24" MAX.) O REBAR SHALL BE PLACED 3" MIN. FROM TOP AND BOTTOM OF CONCRETE COLLAR. Fi� ` NOR 1 � - CITY OF FORT WORTH, TEXAS DATE: 08-2007 ��- - -� MANHOLE CONCRETE COLLAR - c w w W w U z U > W �w 2 wZ }Q- �� mu-io �nm U ¢� w� 6=oa zo � W ' �� w p cs V) ate' a] O N (� FUf w wW wJ > _Z L'iO 6a t.yM Ito >dFUJn Iwa Q W!L mF UU o LJ J (n = O cn ¢ vi ¢ z in f 2 dNw�LH� F "ii 2Y < z Wz (Vn�''t ow fii Q (A �m� F�V)Wpwpw ¢� ¢<7� Qx V) Qm � ¢, Op~�J�w w w2Ou~i L�¢� rdQ Vwl ¢ w ILi 3--' w0d q'i''im�0'(F.1 l�..LiJ h}Uli-! FAH 0Na H� Q aO < (n U 211 O w�� Umz wulwa O00 Z¢W� I Oa z0LU wm Z t,J z �FN z-iCLML>�QD a_ ;7>J zQ WVtL,- Uw �w O w w zQ�0wwZ OQ aQ wU a a zUIX ¢J w U'o a�oo aoa J� �w� �� �X out_ i c>U Y U cv M ai e� r` ( w 00 w Q w U U UJ ui L`J z w F- _1I I• -•. Z O LLJ f w� � � I�l I I- nN Er•- � � Q Q I I r0� �¢ CL OIIF�F m JFLz., 0.!.Of QI E— U I1II ��0 eni0 J LLJ F O a 0 Ut aUO > cl y} W a I� ' wa-U a (n o n Z r. o SFO N J II IS 0 w O I -no a a 0 Z_j z F U �pz a (K La w O.7, wpct w I--MF_ af tl ¢wUCOa z I (>)Q(QN CO j Ct .. O � JO4 0 � qF � � Q.. h.. J W J J dpO Z X O� Q¢-gf. � Z - Q Ip Of> O W au) mz O1 W. p<a } Z. a - Q v � (wit U °' UJI ra c� w It- 0 c� � N a0 V �1— ryo cV -3 zOO O � >_ w Cr aULaO ZO OI! w t t --- O -- — — tl U Z U _ N O OU Q - ¢ O En CL fY O p W U O myCn Q m N O p0 f nm Q U U) xw� LLJ 4 J�UFw p c j c .o 00 z a U O J N w Z oin � v M W a Oa za xM t,�J ° O o a3i 0 � a 'm �0W0.� to a om (nm U N N N U w� ti w U 2 U c COMPAC CLAY Cl 4' OR T PAVEMEI TOP SOl TRENCH WIDTH TYPICAL SECTION CITY OF FORT WORTH, TEXAS CLAY DAM SOIL DATE: 08-2007- SAN-008 f J r az aw1 _ m}., tigx '" ��! �C z_a >ro Vaw too �Ii j� ' WWa & o 0 mQ # av2 .m •Mr r if j r[tl' a l l .III•'' o qX x - 5•• till III�nn i L 07 06w , 11 V z %a 1 • jj . Wmf CYO m¢P m� P ! .ayki tr �� E4l p J I I jw 0 0 w x to h a to Y 0 H _ Ld wz z rc W C ~ O a U LL W W W a z a C ULL .W Ld � z Z W U y O F tV S O LL a �- }- _ n z �rn U_ p Uic J _ U J W w co Z J d z W p f O do w W � c � =>►` rn Z y0 W oaF o¢a� 30 LL x w x = hl Q JO O z O l Y d Z LL O J "t w N F tctL oz wdLLJ a i i s a= F U J N O W N K1 J f S 2 N—o W o U Nps VQNJ :zYm 8=UUfQ5Z OwpyWI4-�1, LOI W V N WO C N X W� U J! 4 IE W 4 JJ M4 Pw N w r tr O b N �!i! Q yMtk m 4Y Q O a a:W O 7� ; P �• ?'� W V m N W 4 !- ta71d rqj G V' am2 3 W ODD n. PVY ¢Ri IQ ..V..m O:dm M r O a x 1- I SECTION 5 --- CONTRACTS, RACi'S, BONDS AND INSURANCE 5.1 Certificate of Insurance 5.2 Contractor Compliance with Workers' Compensation Law 5.3 Conflict of Interest Questionnaire 5.4 Performance Bond 5.5 Payment Bond 5.6 Maintenance Bond 5.7 City of Fort Worth Contract CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406.95 (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.4911 and City of Fort Worth Project No. P253- 06051700155831P170-070714030, Name: OAK) 6000ck !-- Title: W� S Date: 5 - % l- a 8 STATE OF TEXAS § COUNTY OF TARRANT § Befo me, the undersigned authority, on this day personally appeared kj" , known to me to be the person whose name is subscribed to the for going instrumdfif, and acknowledged to me that he executed the same as the act and deed of Tri-Tech Construction, ins;. for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this 2� day of 120,0 y _ ajZ2"ej yA " SHARON RIDDLE Ne ry Public in and for the State of Texas * Notary Public STATE OF TEXAS OF My Comm. Exp. WJ28/2011 =� --- - C-1'FLICT OF INTEREST QUESTIONNAIRE r-CR CV For vendor or outer person doing business with local governmental entity This questionnaire is being filed in accordance with chapter 176 of the Local OFFICE USl ONLY Government Code by a person doing business with the governmental entity. Date Received By law this questionnaire must be filed with the records administrator of the local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1 Name of person doing business with local governmental entity, z Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than September 1 of the year for which an activity described in Section 176.006(a), Local Government Code, is pending and not later than the 7th business day after the date the originally fled questionnaire becomes incomplete or inaccurate.) S Describe each affiliation or business relationship with an employee or contractor of the local governmental entity who makes recommendations to a local government officer of the focal governmental entity with respectto expenditure of money. 4 Describe each affiliation or business relationship with a person who is a local government officer and who appoints or employs a local government officer of the local governmental entity that is the subject of this questionnaire. Amended 0111 U2006 ff CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity Page 2 Name of local governrnentofficerwith whom fifer has affilitation or business relationship. (Complete this section only if the answer to A, B, or C is YES.) This section, item 5 including subparts A, B, C & D, must be completed for each officer with whom the filer has affiliation or business relationship. Attach additional pages to this Form CIO as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income from the filer of the questionnaire? F7 Yes F -] No B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local government officer named in this section AND the taxable income is not from the local governmental entity? Yes 1:1 No C. Is the filer of this questionnaire affiliated with a corporation or other business entity that the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? E]Yes E-1 No D. Describe each affiliation or business relationship. Describe any other affiliation or business relationship that might cause a conflict of interest. Signature of person doing business with the governmental entity Date Amended 67: f 3f2UQv PERFORMANCE BOND THE STATE OF TEXAS Bond No. 8215-45-91 KNOW ALL MEN BY THESE PRESENTS: COUNTY OF TARRANT That we (1) Tri-Tech Construction, Inc. as Principal herein, and (2) Vigilant Insurance Company, a corporation organized under the laws of the State of (3) New York and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of: One Million One Hundred Two Thousand Two Hundred Twent -ci ht and 50/100...................................... ($1,102,228.50) Dollars for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. JUN 0 3 2008 WHEREAS, Principal has entered into a certain contract with the Obligee dated the of ,2008 a copy of which is attached and made a part hereof, for the construction of: Water Improvements Contract 2004 WSM-F on Ramey Avenue Village Lane & Vinetta Drive NOW THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statue, 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. JUN Q 3 ZOOS SIGNED and SEALED this day of _ , 2008. ATTF (Principal) Secretary I (SEAL) 650 Tower Dr. Kennedale, TX 76060 Vilzi W' s a Princ 1 I LOl® Address BY: ATTEST: (SEAL) (Surety) Secretary as to S rety Jennifer R. Borock K 8720 +ort Worth Texas 76124 Address) v �HLW' 11 -111-1<Ll+l J Ve W. Swee ey, Atto y-in-Fact 2001 Br Street, Suite 3400 Dallas, Texas 75201 (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 the Attorney -in - Fact. The date of bond shall not be prior to date of Contract. PAYMENT BOND Bond No. 8215-45-91 THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF TARRANT § f That we, (1) Tri-Tech Construction, Inc. as Principal herein, and (2) Vigilant Insurance Company a corporation organized and existing under the laws of the State of (3) New York , as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, i Texas, Obligee herein, in the amount of One Million One Hundred Two Thousand Two Hundred Twenty-eight and 501100.................................... Dollars (,$1,102,228.50) 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: , the Principal has entered into a certain written contract with the Obligee dated the day of JUN U-Jl t1iT 2008, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: Water Improvements Contract 2004 WSM-F on Ramey Avenue, Village Lane & Vinetta Drive 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 and materials in the prosecution of the work under the contract, then this obligation shall be void; other wise, 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 statue, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and Surety have executed this instrument. JUN 0 3 2008 SIGNED AND SEALED this day of , 2008. ATTEST- incipal)) Secretary (SEAL) ftj fitness as to Principal ATTEST: Secretary (SEAL) NOTE: as to }Surety Jennifer R. Borock (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety PRINCIP 1l%/>//tllLl/LI r r Address: 650 Tower Dr. Kennedale, TX 76060 Address: 2001 Bryan Street, Suite 3400 Dallas, Texas 75201 Telephone Number: 214-754-0777 Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney -in -Fact. The date of the bond shall not be prior to date of Contract. f MAINTENANCE BOND Bond No. 8215-45-91 THE STATE OF TEXAS § COUNTY OF TARRANT § That Tri-Tech Construction, Inc. (Contractor), as principal, and Vigilant Insurance Company I a corporation organized under the laws of the State of New York ,(Surety), do hereby i acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum of One Million One Hundred Two Thousand Two Hundred Twenty-eight and 50/100........................................................................................................... ... Dollars ($1,102 228.50) 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 (�aygrnctpn this day entered into a written Contract with the City of Fort Worth, dated the .� of, 2008 copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Water Improvements Contract 2004 WSM-F on Ramev Avenue, Village Lane & Vinetta Drive the same being referred to herein and in said contract as the Work and being designated as project number(s) P253-0605170015583/P170-070714030 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and made a part hereof, and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) Years; and, WHEREAS, said Contractor binds itself to repair or reconstruct the work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary; and, i 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 8 counterparts, each one of which shall be deemed an original, this day of A.D. 2008 ATTEST: (SEAL Secretary ATTEST: (SEAL) Secretary Name: Title: 200I Bryan Street, Suite 3400 Dallas, Texas 75201. Address IMPORTANT NOTICE To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P.O. Box 149104 Austin, Texas 78714-9104 Fax # (512) 475-1771 PREMIUM OR CLAIM DISPUTES The address of the surety company making this bond to which any notice of claim should be sent may be obtained by calling the Texas Department of Insurance at the above number. Should you have a dispute concerning your premium or about a claim, you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND This notice is for information only and does not become a part or condition of the attached document. This notice is given to comply with Section 2253.048, Texas Government Code and Section 53.202, Texas Property Code effective September 1, 2001. Chubb POWER Federal Insurance Company Attn: Surety Department IE S OF Vigilant Insurance Company 15 Mountain View Road urety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 KnowAll by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a NewYork corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Kyle W. Sweeney, Charles D. Sweeney, Bobby E. Mayo and Michael A. Sweeney of Fort Worth, Texas ------------------------ each as their true and lawful Attomey-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 30th day of April, 2003 Kenneth C. Wendel, Assistant Secretary STATE OF NEW JERSEY ss. County of Somerset f Ira k E. Robertson, ice President On this 30 th day of April, 2003 , before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel being by me duly swom, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof; that the seats affixed to the foregoing Power ofAttomey are such corporate seals and were thereto affixed by authority of the By -Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that he is acquainted with Frank E. Robertson, and knows him to be Vice President of said Companies; and that the signature of Frank E. Robertson, subscribed to said Power ofAttomey is in the genuine handwriting of Frank E. Robertson, and was thereto subscribed by authority of said By -Laws and in deponents presence. Notarial Seal =P�RUM�O'� JANA iCRUMPI=ER %ko Af3y�9 Notary Public, State of New Jersey * No. 2297116 PU.BL%G 'Commission Expires February 25, 20 08 y � Notary Public J EV `ro CERTIFICATION Extract from the Sy -Laws of FEDERAL- INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: "All powers of attorney for and on behalf of the. Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." 1, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that (i) the foregoing extract of the By -Laws of the Companies is true and correct, (ii) the Companies are duly licensed and authorized to transact surety business in all 54 of the United States of America and the District of Columbia and are authorized by the U. S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Rico and the U. S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of th�rovinces of Canada except Prince Edward Island; and (iii) the foregoing Power of Attorney is true, correct and in full force and effect Given under my hand and seals of said Companies at Warren, NJ this day of ' 2008 PAM�+F `kpth]Wfl► re `�gt1RA+N�cr d j f S b Y Iq YD !N Kenneth C. Wendel, AssistAnt Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903-3485 Fax (908) 903-3656 e-mail: surety@chubb.com Form 15-10-0225 (Ed. 4.99) CONSENT THE STATE OF TEXAS CITY OF FORT WORTH TEXAS CONTRACT KNOW ALL BY THESE PRESENTS This agreement made and entered into this the day oSUN 0 3 nop _ A.D., 201Z8, 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"' 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, Tri-Tech Construction, Inc., HEREh IAF TER CALLED Contractor_ WITNES,SETH: 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 improvements described as follows: Water Improvements Contrract 2094- 6Vr;P5I_F on ga c�. Avenue. Villa - Lane c& Vinetta Drive 2. That the work herein contemplaicd 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 with the Plans and Spccifications 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, herein. 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being 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 reasonabl dl ig Stir � commencement thereof and to fully complete and finish the same ready for the inspoic i'r? r the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 124 workinE days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $420 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 61 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 Suety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof:, said excess cost. 0 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 iniu , damage or death is causer irr r�l oil bra Frctr: aE by t w FIV ft t�ce fLr alleged yaeglirxe� a of Owner, its officers, ser►nuM orerrrrrl, trees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from anti against auy and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or iWI q_!& such ! nM&Fy pe damga a is caused in whole_ or° in vertu bE the rre�� errs �� a1��s��� tre �i tree o 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 beforV NI nr�irrg work-, to , execute and deliver to said City of Fort Worth good and sufficient suJ, fir, , °i f performance of the terms and stipulations of the Contract and for the paymefit to All claimants for 1fbor 'zoo and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Article 5160 of the Devised Civil Statutes of Texas, as amended, in the form included in the Contract Documents, and such bonds shall be for 100 percent of the total contract price, and said surety shall be a surety company 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/aa shall be One Million One Hundred Two Thousand Two Hundred Twenty-eight and 50/100................................................................................^ .,..................... Dollars, a 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 'North, 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 mutually 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 Fart Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF, the City 'of Fort Forth has caused this instrument to be signed in 8 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 exeeuted this instrument through its duly authorized officers in 8 counterparts with its corporate seal attached. JUN Q 3 2008 Done in Fort Worth, Texas, this the day of . A.D., 2_�_.,-_. — ROL kPp RECO E D: BY: (/ , DIRECTOR, DEPARTMENT OF ENGINEERING APPROVED: TRANSPORTATION/PUBLIC WORKS DIRECTOR Tri-Tech Construction, Inc. 650 Tower Dr. Kennedale, TX 76060 CONTRACTOR ' • W e p TITLE ADDRESS November 1960 Revised May 1986 Revised September 1992 CITY OF FORT WORTH ��0 �. FERNANDO COSTA,A CITY MANAGER ATTEST: 1 CITY SECRETARY (S EA L) 39 Contract Authorization Date APPP-OVIED AS TO FORM AND LEGALITY: ASST. SECTION 6 — REPORTS 6.1 Geotechnical. Study Report 6.1 .1 Rainey Avenue 6. 1.2 Vinetta Drive 6.1.3 Village Lane (No Report -Private Street) I CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: RAMEY ST. DOE NO.: 4911 FUND CODE: 01 HOLE # 1 LAB NO: 61221 LOCATION: 501E. OF STALC€iP @ RAMEY ST. S/4 11.00" HMAC 6.00" SAND, ROCKS & GRAVEL 6.00" BROWN SANDY CLAY W/ROCKS & GRAVEL ATTERBURG LIMITS: LL: 34.2 PL: 18.5 PI: 15.7 SHRKG: B.0% MUNSELL COLOR CHART: 10YR 6/2 LIGHT BROWNISH GRAY CLAY UNIT WEIGHT: N/A #/CFT HOLE # 2 LAB NO: 61222 LOCATION: 5521 RAMEY ST. C/4 7.50" HMAC 5.15" SAND, RUCKS & GRAVEL 10.0" BROWN SANDY CLAY W/ROCKS & GRAVEL i ATTERBURG LIMITS: LL: 45.4 PL: 23.5 PI: 21.9 SHRKG: 11.00 MUNSELL COLOR CHART: 10YR 7/2 LIGHT GRAY CLAY UNIT WEIGHT: N/A #/CFT HOLE # 3 LAB NO:61223 LOCATION: 5541 RAMEY ST. N/4 6.00" HMAC 6.50" SAND, ROCKS & GRAVEL 3.00" ROCK 2.00" BROWN SANDY CLAY W/ROCKS & GRAVEL 7.50" GRAYISH BROWN SANDY CLAY ATTERBURG LIMITS: LL: 38.3 PL: 21.2 PI: 17.1 SHRKG: 12.0% MUNSELL COLOR CHART: 10YR 6/2 LIGHT BROWNISH GRAY CLAY UNIT WEIGHT: N/A #/CFT HOLE # 4. LAB NO: 61224 LOCATION: 5613 RAMEY ST. S/4 8.00" HMAC. 5.50" SAND, ROCKS & GRAVEL 2.50" GRAYISH BROWN SANDY CLAY W/ROCKS & GRAVEL 7.50" BROWN SANDY CLAY W/ROCKS & GRAVEL ATTERBURG LIMITS: LL: 36.8 PL: 18.2 PI: 18.6 SHRKG: 11.00 MUNSELL COLOR CHART: 10YR 6/3 PALE BROWN CLAY UNIT WEIGHT: N/A #/CFT 3 I APPROVAL: RYAN JERI DATE TESTED: 11--21-05 THRU 11-22-Q5 DATE REPORTED: 11-30-05 TESTED BY: W.ODEN ROUTING: ABE CALDERON SUPERINTENDENT FILE I CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: VINETTA DRIVE DOE NO.: 4911 FUND CODE: 01 HOLE # 1 LAB NO: 61.080 LOCATION: 4800 VINETTA DRIVE W/4 3.50" HMAC 6.50" SAND, ROCKS & GRAVEL 5.25" BROWN SANDY CLAY W/ROCKS & GRAVEL 6.00" DARK BROWN SANDY CLAY W/ROCKS & GRAVEL ATTERBURG LIMITS: LL: 41.2 PL: 21.3 PI: 19.9 SHRKG: 13.0% MUNSELL COLOR CHART: 2.5YR 5/4 LIGHT OLIVE BROWN CLAY UNIT WEIGHT: 142.0 #/CFT HOLE # 2 LAB NO: 61081 LOCATION: 4829 VINETTA DRIVE C/4 3.00" HMAC 8.00" DAMAGED 227 10.0" REDDISH BROWN SANDY CLAY W/ROCKS & GRAVEL ATTERBURG LIMITS: LL: 34.7 PL: 19.1 PI: 15.6 SHRKG: 9.0% MUNSELL COLOR CHART: 10YR 6/3 PALE BROWN CLAY UNIT WEIGHT: 138.0 #/CFT F OLE # 3 LAB NO: 61082 OCATION: 30'N. OF MOBERLY @ VINETTA DR. E/4 4.50" HMAC 7.25" SAND ROCK & GRAVEL 4.50" BROWN SANDY CLAY W/ROCKS.& GRAVEL ATTERBURG LIMITS: LL: 35.6 PL: 19.4 PI: 16.2 SHRKG: 11.0% MUNSELL COLOR CHART: 10YR 5/4 YELLOWISH BROWN CLAY UNIT WEIGHT: 146.0 #/CFT (4" HMAC) APPROVAL: RYAN JERI DATE TESTED: 11-21-05 DATE REPORTED: 11-28-05 TESTED BY: W.ODEN ROUTING ABE CALDERON VICTOR TORNERO FILE�r, Tidwell, Allison From: Sent: To: Cc: Subject: Mcleroy, Nikki Wednesday , June 11 , 2008 9 :16 AM Tidwell , Allison Rhodes , Neona Water Improvements Contract 2004 WSM-F (DOE 4911) Importance: High Allison , Page 1 of 1 The above referenced contract document was put together with a Transportation/Public Works contract included but this is a water department project and does not require Greg Simmons signature . Please excuse the mistake . Let me know if you have any questions. Thank you, Nikki Mcleroy 817-392-8549 6/11 /2 00 8