Loading...
HomeMy WebLinkAboutContract 37437CllV SECRETARY J 0.0.E. Fllt CONTRACT -,, SPECIFICATIONS AND CONTRACT DOCUMENTS SANITARY SEWER MAIN REPLACEMENTS CONTRACT 2007 A MIKE MONCRIEF MAYOR PROJECT NUMBERS: SEWER-P258-7011700971 CITY PROJECT NO . 971 DOE NO. 5964 APRIL 2008 DALE A. FISSELER, P.E. CITY MANAGER A. DOUGLAS RADEMAKER, P.E. -DIRECTOR DEPARTMENT OF ENGINEERING PREPARED BY: OF .-:IAL RECORD OEPARTMENT OF ENGINEERING CIT SECRETARY Fl. WORTH, TX --1 A y:11 I~ lJORIGIN ~ SPECIAL CONTRACT DOCUMENTS FOR SANITARY SEWER MAIN REPLACEMENTS CONTRACT 2007 A PROJECT NUMBER(S): SEWER-P258-7011700971 D.O.E. No . 5964 CITY PROJECT No. 971 DALE A. FISSELER, P.E. CITY MANAGER S. FRANK CRUMB DIRECTOR WATER DEPARTMENT A. DOUGLAS RADEMAKER, P.E., DIRECTOR DEPARTMENT OF ENGINEERING PREPARED BY DEPARTMENT OF ENGINEERING CITY OF FORT WORTH, TEXAS SANITARY SEWER MAIN REPLACEMENTS CONTRACT 2007A PROJECT NUMBERS: SEWER-P258-7011700971 D.O.E. No. 5964 CITY PROJECT No. 971 S. FRANK CRUMB, P.E. DIRECTOR WATER DEPARTMENT 2008 APPROVED A~~ A . DOUGLASRADEMAKiiR,P.E.,RECTOR,DEPN T OF EN GIN EERIN G DATE NOTICE TO BIDDERS S ealed proposals for the following : SANITARY SEWER MAIN REPLACEMENTS CONTRACT 2007 A PROJECT NUMBERS: SEWER -P258-7011700971 DOE NO. 5964 CITY PROJECT NO . 971 Addressed to Mr. Dale A. Fisseler, City Manager of the City of Fort Worth, Texas , will be received at the Purchasing Office until 1 :30 P.M., Thursday , May 29, 2008 and then publicly opened and read aloud at 2:00 P .M . Plans , Specifications and Contract Documents for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. Sets of documents may be purchased for a non-refundable price of $20 .00 . Bid security is required in accordance with the Special Instructions to Bidders . 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 No bid may be withdrawn until the expiration o f ninety (90) days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR W AIYER FORM and/or the GOOD FAITH EFFORT FORM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 non- responsive. Information regarding the status of addenda may be obtained by contacting the Department of Engineering at (817) 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 o f Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM , PRIME CONTRACTOR W AIYER FORM, GOOD FAITH EFFORT FORM with Documentation") and/or the JOINT VENTURE FORM as appropriate . The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date . The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made . Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non- respons1ve. As mandated by Fort Worth City Council Resolution 3535, all cement utilized for this project shall be procured from a kiln utilizing a dry kiln process or from any kiln that does not produce an excess of 1. 71b of NOx emissions . per ton of clinker produced. Bidder shall submit the 'Green Cement Policy Compliance Statement' at the time of bid opening of the project. A copy of the Compliance Statement is included in the Contract Documents. Failure to comply with the 'Green' Cement Policy shall be grounds for rejecting the bid as non-responsive. For additional information, contact Adolfo Lopez @ (817) 392-7829. DALE A. FISSELER, P .E. CITY MANAGER Advertising Dates: May 1, 2008 May 8, 2008 MARTHA A. HENDRIX CITY SECRETARY SPECIAL INSTRUCTIONS TO BIDDERS l) PREOUALIFICATION REQUIREMENTS: All contractors submitting bid s are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analys is of the contractor. It is the bidder 's responsibility to submit the following documentation : a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one (l) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received . c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received . Failure to notify shall not be a waiver of any necessary prequalification. 2 . BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth , in an amount of not less than five (5%) percent of the largest possible total of the bid submitted must accompany the bid , and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (10) days after the contract has been awarded To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas . In addition , the surety must ( l) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law ; or (2) have obtained reinsurance for any liability in excess of $100,000 from a re insurer that is authorized and admitted as a re insurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law . Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proofrequired herein . 3 . BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred (100%) percent of the contract price will be required , Reference C 3-3.7. 4. WAGE RATES: Section C3 -3 .13 of the General Conditions is deleted and replaced with the following : 06/04/03 (a) The contractor shall comply with all requirements of Chapter 2258 , Texas Government Code, including the payment ofnot less than the rates determined by the City Council of the City ofFort Worth to be the prevailing wage rates in accordance with Chapter 2258 , Texas Government Code . Such prevailing wage rates are included in these contract documents . (b) The contractor sh a ll , for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker . These records shall be open at all reasonable hours for inspection by the City . The provisions of D-3 Right to Audit pertain to this inspection . ( c) The contractor shall include in its subcontracts and/or shall otherwise require all of it s subcontractors to comply with paragraphs (a) and (b) above . (d) With each partial payment estimate or payroll period, whichever is less , an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code . The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times . 5. AMBIGUITY: In th e case of ambiguity or lack of clearness in stating prices in the Proposal , the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6 . BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas . 7. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located. "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds . The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications . The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the bid amount is $25 ,000.00 or less , the contract amount shall be paid within forty- five (45) calendar days after completion and acceptance by the City. 9 . AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents employees , program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms , conditions or privileges of their employment, discriminate against persons because of their age except on the bases of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers , members , agents , employees , subcontractors , program participants , or persons acting on their behalf, shall specify , in solicitations or 06/04/03 advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification , retirement plan or statutory requirements . Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public , nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with AD A's provisions and any other applicable federal, state and local laws concerning disability and will defend , indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. l l. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City ofFort Worth Ordinance No. 15530 , the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR. W AIYER FORM and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate . The Documentation must be received by the managing department no later than 5 :00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non -responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements . Further, any such misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time ofnot less than three (3) years . 12. FINAL PAYMENT, ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete . c . The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed , as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed . 06/04/03 e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages , city shall make a progress payment in the amount that city deems due and payable. g . ln the event of a dispute regarding either final quantities or liquidated damages , the parties shall attempt to resolve the differences within 30 calendar days . 06/04/03 PART B-PROPOSAL This proposal must not be removed from this book of Contract Documents. TO: Dale A. Fisseler, P .E . City Manager Fort Worth, Texas Fort Worth , Texas PROPOSAL FOR: The furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of six-inch through fifteen-inch sanitary sewer mains, manholes , and sewer service connections along with any and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: SANITARY SEWER MAIN REPLACEMENTS CONTRACT 2007 A SEWER PROJECT NO: P258-7011700971 DOE NO: 5964 CITY PROJECT NO : 971 Pursuant to the foregoing 'Notice to Bidders', the und ersigned Bidder, having thoroughly examined the Contract Documents , including plans , special contract documents , and the General Contract Documents and General Specifications for Water Department Projects , the site of the project and understanding the amount of work to be done , and the prevailing conditions , hereby proposes to do all the work , furnish all labor , equipment and material except as specified to be furnished by the City , which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the City Engineering Department of the City of Fort Worth, Texas ; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds , if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: ITEM APPROX. DESCRIPTION OF ITEMS WITH NO. QUANTITY BID PRICES WRITTEN IN WORDS UNIT PRICE TOTAL AMOUNT (Furnish and install, including all appurtenant work, complete in place , the following items) B-1 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 1. 50 L.F . 6-Inch PVC Pipe , 0 Ft. -6 Ft. Trench Depth; Per Linear Foot: i=or ~ Dollars and No Cents $ 4 0-$ 2 1 Dc::D - 2. 50 L.F . 6 -Inch PVC Pipe, 6 Ft. -8 Ft. Trench Depth; Per Linear Foot: '"""~or ±+ -,-(,--...<' ec::::.. Dollars - and AD Cents $ L./3 $ 2 ,/SD 3. 50 L.F . 6 -Inch PVC Pipe , 8 Ft. -10 Ft. Trench Depth; Per L inear Foot: Fo M:f t i f-j,_-/-Dollars and r'\D Cents $ G./8 $ 2 ({DO 4. 50 L.F. 6-Inch PVC Pipe , 10 Ft. -12 Ft. Trench Depth; Per L inear Foot: -p_' t FT't__ Cw1. e__ Do ll ars ' $ S I 2s.S-D and 'V\O Cents $ 5 . 750 L.F. 8-Inch PVC Pipe , 0 Ft. -6 Ft. Trench Depth ; Per Linear Foot: -P'o<T'f ~hf"elE'.... Dollars and ~c::> Cents $ 4 3 $ 32,zso 6 . 750 L.F . 8-I nch PVC Pipe , 6 Ft. -8 Ft. Trench Depth; Per Linear Foot: b r-·17 Fouf' Dollars Cents $ l./l/ $ 33,DCC> -and //\C:3 , B-2 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRIC ES WRITTEN IN WORDS PRICE AMOUNT 7 . 200 L.F . 8-Inch PVC Pipe, 8 Ft. -10 Ft. Trench Depth; Per Linear Foot: For~ Cl~ k.-\-Dollars and "'-O Cents $ C/8 $ '1, boa - 8. 100 L.F . 8-Inch PVC Pipe , 10 Ft. - 12 Ft. Trench Depth; Per Linear Foot: "F, 'F!'1 F 1 cJc::...... Dollars - and 11\.0 Cents $ ss $ ojoDO 9. 100 L.F . 8-Inch PVC P ipe, 12 Ft. -14 Ft. Trench Depth ; Per Linear Foot: S,x ft ~a Dollars 02 -~ and f\O Cents $ $ zoo 10. 100 L.F . 8-Inch PVC Pipe, 14 Ft. -16 Ft. T rench Depth; Per Linear Foot: S"e o<:v--~ Do ll ars and r'\O Cents $ 7D $ -, 60() - 11. 100 L.F . 8-Inch PVC Pipe, 16 -Ft. -18 Ft. T rench Depth; Per Linear Foot: ~S-e u ~ ±:,t -,=:-, u r:... Dollars and -Y'D Cents $ 7S $ 7 .s-00- 12. 200 L.F. 10 -Inch PVC P ipe, 0 Ft. - 6 Ft. Trench Depth; Per Linear Foot: Fovi:f_ q:::-, c:::.... Dollars and 11/\0 Cents $ '-IS $ j,000- z 8 -3 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRIC E AMOUNT 13. 200 L.F. 10-Inch PVC Pipe , 6 Ft. -8 Ft. Trench Depth; Per Linear Foot : ~rh e ,7 k+ Dollars L/B $ 9 &00 -and v\6 Cents $ 14. 200 L.F. 10-Inch PVC Pipe, 8 Ft. -10 Ft. Trench Depth; Per Linear Foot: PI FT+ ·-, -h. v-"?::.-'e.... Dollars and v\t:> Cents $ .S.3 $ t D ,ib DD 15. 100 L.F . 10-Inch PVC Pipe , 10 Ft. -12 Ft. Trench Depth; Per Linear Foot : 0 ,x ·t7 Dollars Cents $ ho $ bQOO and n 16. 100 L.F. 10-Inch PVC Pipe, 12 Ft. -14 Ft. Trench Depth; Per Linear Foot: $" 1 )(*' 0 , x Dollars and ~o Cents $ ~~ -$ ~ &,CK) 17. 100 L.F . 10-Inch PVC Pipe , 14 Ft. -16 Ft. Trench Depth; Per Linear Foot: 5cu~~& Fru .. c_ Dollars and NO Cents $ 7...S $ 7SOO 18. 100 L.F . 10-Inch PVC Pipe, 16-Ft. -18 Ft. Trench Depth; Per Linear Foot: ct~ J,7-F,-uc__ Dollars and J-./'D Cents $ 80 $ 8SOO - B-4 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 19 . 100 L.F. 12-Inch PVC Pipe , 0 Ft. - 6 Ft. Trench Depth; Per Linear Foot: Frr~ Dollars and r[o Cents $50 $ 0; DOO- 20 . 100 L.F . 12 -Inch PVC Pipe , 6 Ft. - 8 Ft. Trench Depth; Per Linear Foot: p,,err ~o Dollars and A,/D Cents $52-$ -s-;2-ou- 21. 100 L.F. 12 -Inch PVC Pipe, 8 Ft. -10 Ft. Trench Depth; Per Linear Foot: s ,?<.ry e, 6 -~ o =· F1Fr'/ C, <.S:~ Dollars I ,-1v and ,A/0 Cents $~ $§~ ~ ~ 22. 100 L.F. 12-Inch PVC Pipe, 10 Ft. -12 Ft. Trench Depth; Per Linear Foot: Sl;cr--'1 t=,~ Dollars &7S' -$ e:,,Dcc-and A/6 Cents $ q ~ 23 . 100 L.F. 15-Inch PVC Pipe, 0 Ft. -6 Ft. Trench Depth; Per Linear Foot: p,, F-lj Foutz._ Dollars and /VO Cents $ SL/ $,S:c/oc -, 24. 100 L.F. 15 -Inch PVC Pipe, 6 Ft. - 8 Ft. Trench Depth; Per Linear Foot: 'PrP-Tf_ S<x Dollars and )'l/D Cents $ Sb $ o; &,00 -,, B-5 ITEM APPROX. DE SCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRIC E S WRITTEN IN WORDS PRICE AMOUNT 25. 100 L.F. 15-Inch PVC Pipe , 8 Ft. -10 Ft. Trench Depth; Per Linear Foot: 5 1 '><Ti Dollars c..,yo-o -Fr -'t'.--- $ ~6 -$ &.Z l;ISS -and N o Cents @_ e;> 26. 100 L.F. 15-Inch PVC Pipe, 10 Ft. -12 Ft. Trench Depth; Per Linear Foot: s~ '"F .... ~ ..- Erix J'?f:_ Fed CZ-@ Dollars ,§----J _s-c::,o and /\-( b Cents $~-$ -'-'feo -{!i? (!] 27 . 100 L.F . 6-Inch Ductile Iron Pipe, 0 Ft. - 6 Ft. Trench Depth; Per Linear Foot: ?/F T( F /or Dollars and ,A/C> Cents $ 55 $ 0,_)--00 - 7 28 . 100 L.F. 6-Inch Ductile Iron Pipe, 6 Ft. - 8 Ft. Trench :Qepth ; Per Linear Foot: 5,.x?y Dollars and ,11/o Cents $ t.o o $ 3 ,ocxJ- J 29. 50 L.F. 6-Inch Ductile Iron Pipe, 8 Ft. -10 Ft. Trench Depth; Per Linear Foot: ~>r:71 Pit.n:::.. Dollars Co s--and NO Cents $ $ 3 2-~o 30 . 50 L.F. 6-Inch Ductile Iron Pipe, 10 Ft. -12 Ft. Trench Depth; Per Linear Foot: .=s;L-)~ Dollars and rto Cents $ ,o $ L <-{1 000 - B-6 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 31. 200 L.F. 8-Inch Ductile Iron Pipe , 0 Ft. - 6 Ft. Trench Depth; Per Linear Foot: S-~u~;t Dollars and ~ Cents $ 7D $ I Lf 1 ()DO- 32. 200 L.F. 8-Inch Ductile Iron Pipe, 6 Ft. - 8 Ft. Trench Depth; Per Linear Foot: 5 =-v-=--::;z 'Fi (.J t::-Dollars and VUD Cents $ -,5 $ to,c~o- 33. 200 L.F. 8-Inch Ductile Iron Pipe , 8 Ft. -10 Ft. Trench Depth; Per Linear Foot: Et tkl-'::/---rc,uo Dollars and rVD Cents $ 82 $ I l.1 400 - 34. 100 L.F. 8-Inch Ductile Iron Pipe, 10 Ft. -12 Ft. Trench Depth; Per Linear Foot: Ct ~h6t'--S-eu~v-.. Dollars and )'.C> Cents $ 87 $ B?oO - 35. 100 L.F. 8-Inch Ductile Iron Pipe, 12 Ft. -14 Ft. Trench Depth; Per Linear Foot: v\lV'-e...h ~0 Dollars and "-.to Cents $ q "L $ 9 z vo- 36. 100 L.F. 8-Inch Ductile Iron Pipe, 14 Ft. -16 Ft. Trench Depth; Per Linear Foot: (\ \ V'-e-±t ~ li L..:+ Dollars and ""-° Cents $ <=t 13 -$ 2zsoa- B-7 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 37. 100 L.F . 8-Inch Ductile Iron Pipe , 16 Ft. -18 Ft. Trench Depth; Per Linear Foot: C)v,.-e.. h.wV'-d r -.:...d ~~ Dollars and ~ Cents $ l l 0 $ q -DOU 38 . 100 L.F. 8-Inch Ductile Iron Pipe, 18 Ft. -20 Ft. Trench Depth; Per Linear Foot: C)tAe.. h ._,..,...J_ .... j F, F--T=-ev--Dollars $ 1/t.500 -and 11\..C> Cents //..5 $ , 39. 200 L.F . 10-Inch Ductile Iron Pipe, 0 Ft. - 6 Ft. Trench Depth; Per Linear Foot : C:: 17-htj_ ,vJO Dollars and "'c Cents $ gz-$ It, t.joo ;, 40. 200 L.F . 10-Inch Ductile Iron Pipe, 6 Ft. - 8 Ft. Trench Depth; Per Linear Foot: £1~ h_~ "Fov1-L Dollars and /1/c.;;, Cents $ f31./ -$ I t.,t. B cx:J , 41. 200 L.F. 10-Inch Ductile Iron Pipe , 8 Ft. -10 Ft. Trench Depth; Per Linear Foot: /1,/~c?f Dollars 90 -and do Cents $ $ 1 B, ODO I 42. 100 L.F. 10-Inch Ductile Iron Pipe, 10 Ft. -12 Ft. Trench Depth; Per Linear Foot: /\11,,..te:..±y 'Ftvt::... Dollars and A :o Cents $ °IS-$ 9 l <SOO - I B-8 ITEM APPROX. DE SCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 43 . 100 L.F. 10-Inch Ductile Iron Pipe , 12 Ft. -14 Ft. Trench Depth; Per Linear Foot: Q/\IF J/uNO,e.c{) Dollars and Afb Cents $ {Oo -$ l cJI C<Jn - 44. 100 L.F . l 0-Inch Ductile Iron Pipe , 14 Ft. -16 Ft. Trench Depth; Per Linear Foot: c>/1/r ,J/ v/1,1 o,e.62) ~ Dollars and AL_b Cents $ II D $ /I, Do 45 . 100 L.F . 10-Inch Ductile Iron Pipe, 16 Ft. -18 Ft. Trench Depth; Per Linear Foot: b ,,./tr ,;.I ,:,,.,./£)/Z.cf i, / '-<-,~b Dollars and ;,,le;, Cents $ /2.0 $ l 2.1. ooo- ) 46. 100 L.F. 10-Inch Ductile Iron Pipe , 18 Ft. -20 Ft. Trench Depth; Per Linear Foot: 0Mr 4v/11/)A;_t;,D ~e.-,.,--1-y l=/LJC Dollars and Cents $ /2..S $ I Z1 scx:::, -l'L-0 47 . 50 L.F . 12-Inch Ductile Iron Pipe, 0 Ft. -6 Ft. Trench Depth; Per Linear Foot: C-I !J-h ~ J=-~ V Z::: Dollars and ,,,e,,o Cents $ BS-$ z..J/ z...s-o- 48. 50 L.F. 12-Inch Ductile Iron Pipe , 6 Ft. - 8 Ft. Trench Depth; Per Linear Foot: /\LJ~t.-& Dollars and ;-t-d Cents $ 90 $ ~sc,o- B-9 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRIC ES WRITTEN IN WORDS PRICE AMOUNT 49 . 50 L.F . 12-Inch Ductile Iron Pipe , 8 Ft. -10 Ft. Trench Depth; Per Linear Foot: C!>,,/ c // v,1z/ 0/,!,..,E"?;:7 Dollars and "\.LO Cents $ toa $ 3;ooC> - 50. 50 L.F. 12-Inch Ductile Iron Pipe, 10 Ft. -12 Ft. Trench Depth; Per Linear Foot: C>//c ,,{/ u1t1 t:J/2..c-z::;) ~ Dollars ., and r./O Cents $ /I D $ SJSbD 51. 50 L.F . 16-Inch Ductile Iron Pipe , 0 Ft. - 6 Ft. Trench Depth; Per Linear Foot: C::W~ ,,,t,/u,1,./ £}/2.c---Z:, Dollars and db Cents $ t oo --$ --.5 ,I DOD 52. 50 L.F . 16-Inch Ductile Iron Pipe, 6 Ft. - 8 Ft. Trench Depth ; Per Linear Foot: t!).n/c ,0,N',t:J./LcZ' ~ Dollars and NV Cents $ /J D $ _s--::::,--00 53. 50 L.F . 16-Inch Ductile Iron Pipe, 8 Ft. -10 Ft. Trench Depth; Per Linear Foot: 04r d~N'e1~c?7 ~0 Dollars and ~ Cents $ /2-c> $ 0 oco 54. 50 L.F. 16-Inch Ductile Iron Pipe, l O Ft. -12 Ft. Trench Depth; Per Linear Foot: C>fv(e dJN"~t-eo--;-h,,,.ry 'FovK-Dollars and /I.Lo Cents $ -t 3 l../ $ ~ 7oa B-10 ITEM APPROX. DE SCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRIC ES WRITTEN IN WORDS PRICE AMOUNT 55 . 25 L.F. Bore & Jack 6" DIP w/Pressure Grout ; Per Linear Foot: ('-uD \-\u~ ./"--.} Dollars and \,'\p Cents $ 2.~ $ ~ 0 0 0- 56 . 25 L.F . Bore & Jack 8" DIP w/Pressure Grout ; Per Linear Foot: -r~ hu"'--!.r-~ '+Z-1¥-'7'-j Dollars and Cents $ 200 $ ~, 2-SO -'IA-w 57. 25 L.F. Bore & Jack 10 " DIP w/Pressure Grout; Per Linear Foot: ~r=-l.....u.....d v--.....J Dollars and KJb Cents $ 300 $ 7 1 Sl:>o - 58. 25 L.F. Bore & Jack 12" DIP w/Pressure Grout; Per Linear Foot: .....,-k-"<-1.....u~,..-.{ ~~ ~, ve_Dollars and ~ Cents $ 32.S $ [!312S 59 . 25 L.F. Bore & Jack 16" DIP w/Pressure Grout; Per Linear Foot: -rh~ku~ ..... .J F,r-ry Dollars and Cents $ $ tf 7So -r---::2So 60. 20 E.A. Standard 4 -Foot Diameter Manhole to 6 Feet Depth; Per Each: ......-1....c.t "'"""?Y S, >< V'-U<>~r~ Dollars and ~ Cents $ z ~cc, $ ~Zl D O <.:>-, B-11 ITEM APPROX. DESCRJPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRJC E S WRJTTEN IN WORDS PRJCE AMOUNT 61. 20V.F. Additional Depth Over 6 Foot of Standard 4-Foot Diameter Manhole , Per Vertical Foot: -r.....u 0 ~u~.rJ '°!71P-7 Dollars and vu:> Cents $ 2..5b $ -5"-: 000 - 62 . 5 E.A. Standard 4-Foot Diameter Drop Manhole to 6 Feet Depth; Per Each: ~r-=-~~ ..... ...s~ Dollars and 'VU) Cents $ 3 ObD-$ t-::i-: aco 63 . 5 V.F. Additional Depth Over 6 Foot of 4-Foot Diameter Drop Manhole ; Per Vertical Foot: ~C> 1--\J .,..c\,,.. ~ E::.. l~ k. ~ F< v<-Dollars and j,t.-0 Cents $ 2--BS" $ It l./ ZS ' 64 . 5 E.A. External Drop into an Existing Manhole to 6 Feet Depth; Per Each: Gt7Ji~,._ h LJ ""of, .-,cc) Dollars --and ~ Cents $ I, 84? $ <z oeo 65 . 5 V.F . Additional Depth Over 6 Foot of External Drop into an Existing Manhole ; Per Vertical Foot: ~o Av~-~ Dollars and Cents $ 2.oD $ ( 1 OC>o -IA-0 66 . 5 E .A. Shallow Cone Section Manhole Per Fig. 105 ; Per Each: <et::'{<; /,-,-J.=,e_,,._ h VY\J.,..J Dollars ~ and t'VO Cents $ I Be,.:::,-$ 9 l DOC>-. B-1 2 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 67. 5 E.A. Shallow Manhole Per Fig. 106 ; Per Each: -r....._,o "-r-~'-'.S~ Dollars and "'-0 Cents $ Zooo $ lo1 00 0 - 68. 5E.A. Standard 4 -Foot Diameter Type "A" Manhole Per Figs. 101 & 102 to 6 Feet Depth; Per Each: . -ro/q "Ft -..,,=:_ "'v-,.~..-....J Dollars and 11\.-b Cents $ 'i s-c:o -$ 2"2. s-c:o- 69. 5 V .F. Additional Depth over 6 Foot of Manhole Section on Standard 4-Foot Diameter Type "A" Manhole; Per Vertical Foot: ~...._,a ~u i,,,.tl.rd r I FT>;;/ Dollars and 11-0 Cents $ 2.$'"0 $ l u,-0 70. 5 E .A. Standard 5-Foot Diameter Type "A" Manhole w/ 30" Frame , Per Figs. 101 & 102 to 6 Feet Depth; Per Each: re w>::_ -----rfo.-b..Js,:,___.) Dollars and ~ Cents $ s.~ $ z.s; O<::>o - 71. 5 V.F. Additional Depth over 6 Foot of Manhole Section on Standard 5-Foot Diameter Type "A" Manhole; Per Vertical Foot: ""T"-vo ...._ .... "'-(!,\. .,..-c..c/ C: d!..-v ~ ..,P, v-c.. Dollars Cents $ $ (1 37S -and ~ z. ..,~ B-13 ITEM APPROX. D E SCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 72 . 20 E .A. Vacuum Test for Sanitary Sewer Manhole ; Per Each: o ..... -c:... k ...,..,_J.,,..-J rc--v ~ r,v'l:'-Dollars and ~ Cents $ /Z-b $ 2-_)-=c, 73. 20 E .A. Concrete Collar for Manhole, Per Fig. 121 ; Per Each: ·--n,.. ....... e.. ~ u ,~Av-~c\ Pt FT:J. Dollars and Cents $ '3-!::>--0 $ 7 1 o oe - 74 . 20 E.A. Watertight Manhole Inserts ; Per Each: 011 r:-k .._,.,..J.,. -=-cl Dollars and ~ Cents $ £Ob $ 2. o= - 75. 10 E.A. 24 " Stainless Steel Locking Manhole Inserts ; Per Each: f'-<-'D k.u .,_A~ '121 F7<-j Dollars and u_,, Cents $ Z.S-0 $ 2 ,Jc:=> 76 . 10 E.A. 30 " Stainless Steel Locking Manhole Inserts ; Per Each: -rh.---.:.,,._ k~..,,_./ ~~Dollars and tA,o Cents $ 3 ZD $ 3 2.-0c:> 77 . 5 E.A. Adjust & Seal Existing Manhole; Per Each: ~.e.... H, .... "'~ ..... --.( ~1-P-7:t Dollars -and ~ Cents $ 7"SD $ 2 , Z:.S-0 -, B-14 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO . QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 78. 5 V.F. Interior Protective Manhole Coating; Per Vertical Foot: ~C ~U V'-1.i'~ F1,=:.:i:t Dollars and tA...cb Cents $ 2.50 $ I ~-o- 79. SE.A. Remove Existing Sewer Manhole; Per Each: ?,ve..-hv.,._~~ Dollars and IA= Cents . $ ~0-$ t:S-0=>~ 80. 5 E.A. Abandon Existing Sewer Manhole; Per Each: 'F=,,L p,,,,,,.J,.J p,FZ-::, Dollars l'./SV -and n.-o Cents $ $ z 2..<.>-0 81. 100 E.A. 4-Inch Sanitary Sewer Service Tap; Per Each : -F:;u~ J/ vAdr"'-J Dollars and Cents $ ~bO -$ Vlo 1 (N)e-rt..o 82. 25 E.A. 6-Inch Sanitary Sewer Service Tap; Per Each: .5°'.,y .(t/v~.J Dollars and Cents $ h oo -$ ts:; ooO f\,,C:, ' 83. 25 E.A. 8-Inch Sanitary Sewer Service Tap; Per Each: s~_,,_ J..f.. vv-dv----/ Dollars and t,....O Cents $ ,CD $ l,.soo I 84. 500 L.F. 4-Inch Sanitary Sewer Service Line Replacement or Installation; Per Linear Foot: --r~ ,.,..tt jl\.,v'-"E-Dollars and ~ Cents $ 39 $ l~,s-ro- B-15 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 85. 100 L.F. 6-Inch Sanitary Sewer Service Line Replacement or Installation; Per Linear Foot: Ford-f Dollars and $ r./o -$ <-/, ooo-I,<.= Cents , 86. 100 L.F . 8-Inch Sanitary Sewer Service Line Replacement or Installation ; Per Linear Foot: Fc,r ±y ~ Dollars -and v..-0 Cents $ '-I '2, $ Lj 2-00 87. 100 E.A. 4-Inch PVC Sanitary Sewer Service Two-Way Cleanout; Per Each: ~O IA_ v-.,,.ct,-J p I~ Dollars -and t"-b Cents $ 2-6'"0 $ ZS--OOD 88. 100 E .A . 6-Inch PVC Sanitary Sewer Service Two-Way Cleanout; Per Each: ~ \....._...,_,.__,l.,--__J 'P-1 F-7-/ Dollars and /UP Cents $~0 $ z.Soc:>0 89. 100 E.A. 8-Inch PVC Sanitary Sewer Service Two-Way Cleanout; Per Each: o~~Jiu~rJ Dollars and -Cents $ /CV $ /0 oov - 90 . 100 E .A. 4 -Inch Cast Iron Sanitary Sewer Service Two-Way Cleanout; Per Each: ~...:, 1--l ~v-J.. --~ J (iJ Z Z-5_ -~--~v Ft~ Dollars and "'-= Cents $ ..a:r:.r $ 2.2.Sbe?- J B-16 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 91. 100 L.F . 6-Inch Cast Iron Sanitary Sewer Service Two-Way Cleanout; Per Each: ~,......._-c--V\.~ ~ -t=L~ Dollars 3 ZS--and tA.-G> Cents $ $ 32 S 92. 100 L.F. 8-Inch Cast Iron Sanitary Sewer Service Two -Way Cleanout; Per Each : -r.....uo ~.--..J ~ Dollars and t.<,....e Cents $ 2 Z.o $ 2 2. ooc,-:- 93. 5 E.A. Cut and Plug Existing Mains All Sizes Any Depth, Day or Night; Per Each: '--::f' u-.,-{_ ~ k v-..&\T'J Dollars and £<..A:) Cents $ I 2..o0 $ G OOb- ( " 94 . 1500 L.F . Trench Safety System; Per Linear Foot: 'b IX-Dollars and Cents $ (,, $ 9 000 -v,....t::> 95 . 5 E.A. Dehole, 0 ft. -5 ft. in Depth; Per Each : Ct:_-E"Z-,--._ ,d ..,,~J .,,..__J Dollars and ~ Cents $ //oo $ s-: 0'°t>b - 96 . 2E.A. Dehole, 5 ft. -10 ft. in Depth; Per Each: ~v-c..--~~ Dollars and V\.10 Cents $ L ?...oo $ C.,'f.Oo - B-17 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 97. 2 E .A. Dehole, 10 ft. -20 ft. in Depth; Per Each : !'-'-'C -n, ... <:,U.r.. ~ Dollars 2.-o= --L/, 000 - and Cents $ -$ -IA.-r ~ zj z:,e-c:, 98. 20 E.A. Job Move-in; Per Each: (l, ,.,___-\-e=-~~ Dollars and ""-fl Cents $ l~.oo -$ SB oOD - 99. 10 E.A. Emergency Situation Job Move-In; Per Each: ~~~~~ Dollars and t,<..-0 Cents $ 2.-l OC> $ 2.! ! Oo:> 100. 25 L.F. Hydro Mulch Seeding; Per Linear Foot: ~ Dollars and ·"'-o Cents $ {D $ z_s-o 101. 25 L.F. Sodding; Per Linear Foot: ~ Dollars and Cents $ { CJ -$ 'jl\.o zs-0 102. 25 L.F. Concrete Encasement, Fig. 113; Per Linear Foot: t==' ( "F=-'Ej._ Dollars and ~ Cents $ s-o-$ I I z..so- I 103. 10 C.Y. Concrete Riprap; Per Cubic Yard : Ovt ~ h vJA<l-_,_j ~,'Fry Dollars and ~ Cents $ -$ ISO /S-OV 8-18 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 104. 20 S.Y. 6" Rock Riprap ; Per Square Yard : C'7 ~ I. t:/. FI u-C-Dollars and 1/\.P Cents $ ~ $ 17c::.~- 105. 20 S.Y. 12 " Rock Riprap ; Per Square Yard : 0'1"=--~ \.).,_A.,..-c.J Dollars and ~ Cents $ 100 -$ Z,ooo - 106. 20 S .Y. 24 " Rock Riprap ; Per Square Yard : D-"'-h .... ~J l""' '"J Fu.c-Dollars and f,(p Cents $ 12-s-$ 2 S"(Jb 107. 100 C.Y. Flowable Fill in Lieu of Backfill ; Per Cubic Yard: On e=.. ti u vicl,v-J --,-t. •"!'.7+ Dollars and ""'° Cents $ l'36 $ \ 3 Co.:>- 108. 5C.Y. Crushed Limestone ; Per Cubic Yard: ~-Dollars and '1,..-'0 Cents $ tO $ S-0 109 . 5 C .Y. Class 'B ' Concrete (#2500); Per Cubic Yard: s~~~ Dollars and ~ Cents $ 7.0 $ 3s-o B-19 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 110. 5 C .Y. Class 'E' Concrete (#1500); Per Cubic Yard: '5:_v~ Dollars and ,~ Cents $ 7 D $ 3S-= 111. 200 S.F. Concrete Sidewalk or Driveway Replacement; Per Square Foot: C:~f !J-hJ-Dollars and >v-Cents $ c3 $ I boo 112. 100 L.F. Concrete Curb and Gutter Replacement; Per Linear Foot: 'Fo r ry Dollars and 11'-0 Cents $ l.fo $ 4 1 Oo<-=> -- 113. 100 L.F. Concrete Curb Attached to Concrete Pavement Replacement; Per Linear Foot: -Y-k, ,-hf Dollars and "'° Cents $ 3'0 $ 3 DCC> 114. 100 L.F. Concrete Pavement on 2:27 Concrete Base, Per Fig. 1; Per Linear Foot: S--,y ix. r,<..J'(__, Dollars and {/1.e,> Cents $ &7 .S-$ (,. SQ:> - 115. 500 S.F. Concrete Pavement Replacement, Over Existing Base; Per Square Foot: .;;-I l.. .L-f--Dollars , and ~ Cents $ 8 $ '/, C:,(jC, -. B-20 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 116 . 50 L.F . Brick on Reinforced Concrete Base , Per Fig. 3; Per Linear Foot: 5 e...J ~ Dollars --and Cents $ 7 b $ 3 s-c~ 117. 250 L.F. Min 2-Inch HMAC on 2 :27 Concrete Base, Per Fig. 4 ; Per Linear Foot: 1---;_,,07 "F / ... 'C-Dollars and ~ Cents $ SIS $ I / ZS - 118. 500 S.F. Min 2 Inch HMAC Pavement Replacement, over Existing Base; Per Square Foot ct <: tvl-Dollars , y / ~Q ()-and N? Cents $ 6 $ ' 119. 500 L.F. 2-Inch HMAC on 2:27 Concrete Base, Per Fig. 5; Per Linear Foot: t=:±7-F t c.fC-Dollars and ......-Cents $ l/5' $ 22 ..>D<::::,.-- 120 . 100 L.F . Min 1-1/2 -Inch HMAC on Reinforced Concrete Base, Per Fig. 2; Per Linear Foot: bcr; Dollars $ y"o _. $ ~ooo -and J,t.,c, Cents ' 121. 1500 L.F . 2-Inch HMAC on 8" Crushed Stone Base (Temp. Pvmt.), Per Fig. 5R; Per Linear Foot: (£' lf 11 /-~ Dollars and tA-e Cents $ I/:? -$ z. 7 c:Jo<.:> B-21 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO . QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 122. 1500 L.F. 2-Inch Hot Mix Rolled Temporary Pavement Fig. A ; Per Linear Foot: cz...~~ Dollars and Cents $ I I $ I " .SC,D - ..,<..:::, 123. 1500 L.F. Flex Base Material for Temporary Pavement Repair, Fig. A; Per Linear Foot: f\ Iv--~ Dollars --and YL-D Cents $ ~ $ I "3L_s-o0 124 . 750 S.F . Replace Paving in Parking Areas ; Per Square Foot: et9 I,+ Dollars .... 0 and J"--f> Cents $ 8 $ 0~ 125. 500 L.F . Pre-Construction Cleaning and Television Inspection of Sanitary Sewer Line; Per Liner Foot: 'F/ v <-. Dollars and Cents $ s--$ z. sc= ---"'° 126 . 1000 L.F . Post-Construction Television Inspection of Sanitary Sewer Lines; Per Linear Foot: '"i=t~ Dollars and /,A..= Cents $ ~ $ 0, OQ::::> B-22 ITEM APPROX . DESCRJPTION OF ITEMS WITH UNIT TOTAL NO . QUANTITY BID PRJCES WRJTTEN IN WORDS PRJC E AMOUNT 127 . SOE .A. Traffic Permit for Utility Street Cuts ; Per Each: Fiftv Dollars and No Cents $ 50 .00 $ 2,500.00 128 . 20 E.A. Traffic Control Plan Design and Installation as Required ; Per Each: ~..::> k ·vll"' J.v---1 Dollars and tA..19 Cents $ 2= -$ '--/, O =<..:) - ' I I J 7 9~ ~ z...s- TOT AL AMOUNT BID $ c..:I, /7l 1 8 ~@ * Type of Pipe Used PVC Pipe (SDR-35, Per El-25 , 6 -15 inch): PVC Pipe (PS -46 , Per El-27, 6 -15 inch): PVC Pipe (Composite Pipe , Per El -29, 8 -15 inch): PVC Pipe (Corrugated Pipe , Per El-31 , 6 -15 inch): ____ _ B-23 PART B -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 . The undersigned bidder certified that he has been furnished at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans . The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors , or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract within 365 calendar 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 statue is attached. Non resident bidders in the State of , our principal place of business , are not required to underbid resident bidders. v13. The principal place of business of our company or our parent company or majority owner is in the State of Texas. B-24 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 foregoing bid: Addendum No . 1 (Initials) ___ _ Addendum No. 2 (Initials) ___ _ (Seal) Date: ---------- Addendum No. 3 (Initials) ___ _ Addendum No. 4 (Initials) ----- Respectfully submitted, By: Title: ~R.~1 Dc"'-r ,-- Address: ~~ o b c,X: I 2..3 Bcu Telephone: €3 / 7 -'-I O ) -3 s D ..6 B-25 GREEN CEMENT POLICY COMPLIANCE STATEMENT ( To be furnished by the Contractor to the City at the time of bid opening) (Submit separate forms for each supplier I product supplier) Name of Project: ~YI. , 4-c...r:y S ct-<.,~ /IVI A-, "'-"Q-e.__tf / .,._ <...,i:::..n--~..s 91 / City Proj. No.: This is to certify that the cement to be utilized for the above project will meet the following criteria : The cement was manufactured in a kiln utilizing the dry process (list source below) or in a kiln that meets the emission standard of 1. 71b or less of NOx / ton of clinker released into the atmosphere . Name of Manufacturer TX \ Address of Manufacturer: _w_~~-..n.__\lo_4-'b __ J _M_, _D_v:?_11-\_t_W__,);-JX.....,_ __ x'/CO~TRACTOR t~~ SUPPLIER . ~~~~~~~.:.r, 'efirL/ µ11t-~ U,_1 . .,12,\.cA-:;ev: Name Name -:YI-a>, oed-7~ tJ.-..A->Ai(~ Title Title Company Company y /7 -'/OI -.Z ?o t., Phone Number Phone Num FORT WORTH ----......----- PRIME COMPANY NAME: City of Fort Worth O 6 -05-0 8 P02: 14 1 N Subcontractors/Suppliers Utilization Form ATTACHMENT1A Page 1 of 4 Check applicable block to describe prime Be.., o c.-~ \. L.c>~,Ji!. <-><-, ....,. 0-..--.._ /' L Pru C'.i. H LE'! 1 MIW/DBE I I NON-MIW/DBE PROJECT NAME: • .::5 eu--., ~.e.. ~,'(-.. 'R ~L~c:......t'Y'-~ 2-0'.:> 7 A / 81;:ATE D o-E"" $7bl/ -.s-2-Cj DB C ity's M/WBE Project Goal: Prime 's M/WBE Project Utilization: PROJECT NUMBER 28% 2.B.I % P258 -7011700971 Identify!!! subcontractors/suppliers you will use on this project Failure to complete this form , in its entirety with requested documentation , and received by the Managing Department on or before 5 :00 p.m. five (5) City business days after bid opening , exclusive of bid opening date , will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth . The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant , Parker , Johnson , Collin , Dallas , Denton , Ellis , Kaufman and Rockwall counties . Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 151 tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms , located or doing business at the time of bid opening within the Marketplace , that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized , the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators , and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators , but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev . 5/30/03 FORT WORTH --.......--06 -05 -08 P)Z :14 l 1J ATTACHM ENT1A Pa ge 2 of 4 Prim es are requ ired t o identify ALL sub cont ractors/su pp liers , reg a rd less of status ; i.e., Mino ri ty, W om en and no n-M/WBEs . SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax A c. , ~~ 1:. .SU{'~ 1<-f z.s-ss-1-.1 . c: z 8 ti s-r: ~-t.u c.1!!-,'1 TX 7{..i j / I p U : 9 l 7 -83 I -/ 1., b3 FA-}() Bt7 -'63 1 -l '1 o 3 U .S . S J....or--, ~1 \\o,o .s . '?•f>e...\1V\.e._ c:;Ui...,e"Z!£S ; -,-x-7 b CJ <fO ~I\.: S17 -85B-oc;7o ·~ 817 -BsB -0'978 \2.~~\ Of\,e,.. 67 t./ 2.. A-, j2. "crl-Rw y i=o, +-v.Jt:. ~""' --r?O ) ?t:./17 p11: 2.2-Z..-"2-8C>b ~ 2 2-i-. -93/o Re ...... ......-Suf'f 1, Zi1cB F'.A-0~ R4 ~ \\ "'-5 ;,-x 7 .s-z.. 2.. '1 ~ \,-1, •• 21 '-I -.357 -z.c,z_o l="h\C 2.t '{ -357-/3',f.? Please list M/WBE firms first , use add it iona l s heets if necessary . Certification N (c heck one ) 0 n T T Detail Detail i N C X M Subcont racting Work Supplies Purchased e M w T D w r B B R 0 B E E C T E Dollar Amount A 5Aor, ni STL-=--:z:Y P IA-~ I/ - V z,oe,o t/ 3 31, '-l 18 Rev . 5/30/03 I " • FORT WORTH ~· 06 -0 5 -08 PJ2 :1 4 I~ Total Dollar Amount of M/WBE Subcontractors/Suppliers $ 33 1,,1 '/18 Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ -l:,, DDC> TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 3 3 7/ L/!B ATTACHMENT1A Page 4 of 4 - The Contractor will not make additions , deletions , or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition . Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance . The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination . By affixing a signature to this form , the Offeror further agrees to provide , directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors , including M/W/DBE(s) arrangements submitted with the bid . The Offerer also agrees to allow an audit and/or examination of any books, records and files held by their company . The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract , by an authorized officer or employee of the City . Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements . Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Printed Signature Title Contact Name/Title (if different) S/7-</DI -'/.888 P-4?7-8t?-S 9&-! t/./.1 .. Company Name Telephone and/or Fax Address E-mail Address City/State/Zip Date Re v . 5/30/03 Cl-1 Cl-1.1 Cl-1.2 Cl-1.3 Cl-1.-4 Cl-1.S Cl-1.6 Cl-1.7 Cl-1.8 Cl-1.9 Cl-1.10 Cl-1.ll Cl-l.12 Cl-l.13 Cl-1.14 Cl-1.15 Cl-1.16 Cl-1.17 Cl-1.18 Cl-1.19 Cl-l.20 Cl-1.21 Cl-1.22 Cl-l.23 Cl-1.24 Cl-l.25 Cl-1.26 Cl-l.27 Cl-l.28 Cl-1.29 Cl-l.30 Cl-l.31 Cl-1.32 c2-2 c2-2.1 c2-2.2 C2-2.3 C2-2.4 c2-2.s C2-2.6 PART C -GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER, l, 1987 TABLE OF CONTENTS DEFINITIONS Definition of Terms Contract Documents Notice to Bidders Proposal Bidder General Conditions Special Conditions Specifications Bond Contract Plans City City Council Mayor City Manager City Attorney Director of Public Works Director, City Water Department Engineer Contractor Sureties The Work or Project Working Day calendar Day Legal Holiday Abbreviations Change Order Paved Streets and Alleya Unpaved Streets and Alley• City Streets Roadway Gravel Street INTERPRETATION AND PREPARATION OF PROPOSAL Proposal Form Interpretation of Ouantitiea Examination of Contract Documents and Site Submitting of Proposal Rejection of Proposal& Bid Security Cl> Cl-1 C 1) Cl-1 <l > Cl-1 C2) Cl-1 (2) Cl-1 <2> Cl-1 C 2) Cl-1 C 2) Cl-1 (2) Cl-1 <2> Cl-1 C3) Cl-1 C 3) . Cl-1 < 3 > Cl-1 (3 > Cl-1 (3) Cl-1 C3) Cl-1 (3) Cl-1 <4 > Cl-1 (4) Cl-1 <4> Cl-1 (4) Cl-1 <4 > Cl-1 c, > Cl-1 (4 > Cl-1 C4 > Cl-1 c, > Cl-1 (5) Cl-1 (6) Cl-1 <6> Cl-1 (6) Cl-1 (6) Cl-1 C-6) Cl-l (6 > C2-2 Cl) C2-2 Cl) c2-2 c2, C2-2 C3) c2-2 C3> c2-2 <3> \ c2-2., c2-2.e C2-2.9 c2-2.10 c2-2.11 c2-2 .12 C3-3 C3-3.l C3-3.2 C3-3.3 C3-3., C3-3.S C3-3.6 C3-3.7 C3-3.8 C3-3.9 CJ-·3.10 C3-3.ll CJ-3.12 CJ-3.13 C3-3.l, CJ-3.15 C4-4 C4-4.l c,-,.2 c,-,.3 C4-4.4 C4-4.S c,-,.6 c,-,.7 C.5-5 CS-5.l CS-5.2 CS-5.3 cs-s., cs-s.s CS-5.6 cs-s., cs-s.e cs-s.9 cs-s.10 CS-5.11 CS-5.12 cs-s.13 ·cs-s.1, CS-5.15 cs-s.16 cs-s.11 CS-5.18 Delivery of Proposal Withdrawing Proposals Telegraphic Modification of Proposals Public Opening of Proposal Irregular Proposals Disqualification of Bidders AWARD AND EXECUTION OF DOCUMENTS Consideration of Proposals Minority Business Enterpise Women-Owned Business Enterprise compliance Equal Employment Provisions Withdrawal of Proposals Award of Contract Return of Proposal Securities Bonds Execution of Contract Failure to Execute Contract Beginning Work Insurance Contractor's Obligations Weekly Payroll Contractor's Contract Administration Venue SCOPE OF WORIC Intent of Contract Documents Special Provisions Increased or Decreased ouantities Alteration of Contract Documents Extra Work Schedule of Operation• Progress Schedules for Water and Sewer Plant Pacilitiea CONTROL OF WORIC AND MATERIALS Authority of Engineer Conformity with Plana Coordination of Contract Document• Cooperation of Contractor Emergency and/or Rectification Work . Field office Construction Stakes Authority and Duties of Inspector• Inspection Removal of Defective and Unauthorized Work Substitute Materials or Equipment Samples and Teats of Material• Storage of Material• Existing Structures and Otilitiea :nterruption of Service Mutual Responsibility of Contractor• Cleanup Final Inspection (2) C2-2 ( 4) C2-2 ( 4) :::2-2 (4) C2-2 < 4) C2-2 C 4) C2-2 CS) C3-3 Cl) C3-3 (1) C3-3 Cl) C3-3 (2) C3-3 C2) C3-3 (2) C3-3 (2) C3-3 C.t) C3-3 C.t) C3-3 (4) C3-3 (4) C3-3 (7) C3-3 (7) C3-3 (7) C3-3 (8) C4-4 Cl> C4-4 (1) C4-4 Cl) C4-4 (2) C4-4 (2) C4-4 (3) C4-4 (4) cs-s (1) cs-s (l) cs-s (2) cs-s (2) cs-s (3 > cs-s (3) cs-s (3) cs-s (4 > cs-s (5) cs-s (5) cs-s (5) cs-s (6) cs-s (6) cs-s (7) cs-s (7) cs-s (8) cs-s (8) cs-s (9 > C6-6 C6-6.l C6-6.2 C6-6.3 C6-6 . .C C6-6.5 C6-6.6 C6-6.7 C6-6.8 C6-6.9 C6-6.l0 C6-6.ll C6-6.12 C6-6.l3 C6-6.l4 C6-6.15 C6-6.16 C6-6.17 C6-6.18 C6-6.l9 C6-6.20 C6-6.21 C7-7 C7-7.l C7-7.2 C7-7 ~3 C7-7.4 C7-7.S C7-7.6 C7-7.7 C7-7.8 C7-7.9 C7-7.10 C7-7.ll C7-7.12 C7-7.13 C7-7.14 C7-7.15 C7-7.16 C7-7.17 ce-e ce-e.1 ce-e.2 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY Laws to be Observed Permits and Licenses Patented Devices, Materials and Processes Sanitary Provisions Public Safety and Convenience Privileges of Contractor in Streets, Alleys, and Right-of-Way Railway Crossings Barricades, Warnings and Watchmen Use of Explosives, Drop Weight, etc. Work Within Easements Independent Contractor Contractor's Responsibility for Damage Claims Contractor's Claim for Dam.ages Adjustment of Relocation of Public Utilities, etc. Temporary Sewer Drain C9nnections Arrangement and Charges of Water Furnished by City Use of a Section of Portion of the Work Contractor's Responsibility for Work No Waiver of Legal Rights Personal Liability of Public Officials State Sales Tax PROSECUTION ANO PROGRESS Subletting Assignment of Contract Prosecution of the Work Limitations of Operations Character of Workman and Equipment Work Schedule Time of Commencement and Completion Extension of time of Completion Delays Time of Completion Suspension by Court Order Temporary Suspension Termination of Contract due to Nat1onal Emergency Suspension of Abandonment of the Work and Annulment of Contract Fulfillment of Contract Termination for Convenience of the Onwer Safety Methods and Practices MEASUREMENT ANO PAYMENT Measurement of Quantities Unit Prices (3) C6-6 Cl) C6-6 Cl> C6-6 Cl) C6-6 (2) C6-6 (2) C6-6 (3) C6-6 (4) C6-6 (4) C6-6 (5) C6-6 (6) C6-6 CB> C6-6 CB) C6-6 ClO) C6-6 (10) C6-6 ClO) C6-6 Cll) C6-6 Cll > C6-6 Cll) C6~6 Cl2) C6-6 Cl2) C6-6 Cl2) C7-7 Cl> C7-7 Cl> C7-7 Cl) C7-7 (2) C7-7 <2> C7-7 C3 > C7-7 (4) C7-7 (4) C7-7 (4) C7-7 CS) C7-7 C6) C7-7 (6) C7-7 C7) C7-7 (7) C7-7 (9) C7-7 ClO) C7-7 (13) ce-e <l> ce-e Cl> . ,, . . ~ • ,I: t, CB-8.3 Lump Sum CB-8 ( l) < CB-8.4 Scope of Payment ce-s ( l) ce-e.s Partial Estimates and Retainage ce-s ( 2) CB-8.6 Withholding Payment ce-e ( 3) CB-8.7 Final Acceptance CB-8 ( 3) CB-8.8 Final Payment ~ CB-8 ( 3) CB-8.9 Adguacy of Design CB-8 ( 4) CB-8.10 General Guaranty . " CB-8 ( 4) CB-8.11 Subsidiary Work ce-e ( 5) ce-e.12 Miscellaneous Placement of Material ce-e (5) ce-e.13 Record Documents ce-e ( 5) " ,, ' ' : . ' • . . .,_ ' ' (4) PART C -GENERAL CONDITIONS Cl-1 DEFINITIONS SECTION Cl-1 DEFINITIONS Cl-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the following terms or pronouns in place of them are u sed, the intent and meaning shall be understood and interpreted as follows: Cl-1 .2 CONTRACT DOCUMENTS: The Contract Documents are all of the written and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern the terms and performance of the contract. These are contained in the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and include the following item&: PART A -NOTICE TO BIDDERS (Sample) PART B -PROPOSAL (Sample·) PART C -GENERAL CONDITIONS (CITY) <Developer) PART D -SPECIAL CONDITIONS PART E -SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS PART G -CONTRACT (Sample) (Sample) White White Canary Yellow Brown Green El-White E2-Golden Rod E2A-White Blue White White b. SPECIAL CONTRACT DOCOMENTSz The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A -NOTICE TO BIDDERS (Advertisement) Same as above PART B -PROPOSAL (Bid) PART C -GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART E -SPECIFICATIONS PERMITS/EASEMENTS PART F BONDS PART G -CONTRAC'l' PART B -PLANS (Usually bound aeparately) Cl-1 Cl) Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either actually publi&hed in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Document& constitutes the notice to bidders. · Cl-1.• PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together vith the bid security, 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. Cl-1.S BIDDER: Any person, persons, firm, partnership, company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents, constitutes a bidder. Cl-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements vbicb govern the performance of the work so that it will be carried on in accordance vith the customary proced~re, the local statutes, and requirements of the City of Port Wortb's 'charter and promulgated ordinances. Wherever there may be a conflict between the General Conditions and Special Conditions, the latter shall take precedence and shall govern. Cl-1.7 SPECIAL CONDITIONS: Special conditions are the apecific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and owner should have in order to gain a thorough knowledge of the project. Cl-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which aeta forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed and useful project. Whenever reference is made to atandard specifications, regulations, requirements, statutes, etc., such referred to documents shall become a part of the contract Documents just as though they were embodied therein. cl-1.9 BOND: The bond or bonds are the written guarantee or security furnished by the Contractor for the prompt and Cl-1 (2) ' . faithful performance of the contract and include the following: a. b. c. d. Performance Bond (see paragraph C3-3.7) Payment Bond (see paragraph C3-3.7) Maintenance Bond (see paragraph C3-3.7) Proposal or Bid Security (see Special Instructions to Bidders, Part A and C2-2.6> Cl-1.10 CONTRACT: The Contract i6 the formal signed agreement between the Owner and the Contractor covering the mutual under6tanding of the two contracting parties about the project to be completed under the Contract Documents. Cl-1.ll PLANS: The pla-n6 are the drawings or reproduction6 therefrom made by the OWner's representative showing in detail the location, dimension and position of the various elements of the project, including such profiles, typical cross-sections, layout diagrams, working drawings, preliminary 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 authorized by the Owner. The plans are usually bound separately from other parts of the Contract Documents, but they are a part of the Contract Documents just as though they were bound therein. Cl-1.12 CITY: The City of Port Worth, Texas, a ·municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Manger, each of which is required by charter to perform specific duties. Responsibility for final enforcement of Contracts involving the City of Port Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous. Cl-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of Port Worth, Texas. Cl-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tem of the City of Port Worth, Texas. Cl-1.15 CITY MANAGER: The officially appointed and authorized city Manager of the City of Port 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 bis duly authorized representative. Cl-1 (3) Cl-1.17 DIRECTOR OF PUBLIC WORKS: The duly appointed official of the City of Fort Worth, referred to in the Charter as the City Engineer, or his duly authorized representative. Cl-1.18 DIRECTOR, CITY WATER DEPARTMENT: The duly appointed Director of the City Water Department of the City of Fort Worth, Texas, or his duly authorized representative, assistant, or agents. Cl-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department,. or .. th.ei.J: duly authorized assistants, agents, engineers, inspectors, or superintendents, acting wlthin the scope of the particular duties entrusted to them. Cl-1.20 CONTRACTOR: The person, persons, partnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of the work, acting directly or through a duly authorized representative. A sub-contractor is a person, firm, corporation, or others under contract with the principal contractor, supplying labor and materials or only labor, for work at tbe site of the project. Cl-1.21 SURETIES: The Corporate bodies which are bound by such bonds are require4 with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as aet forth in the Contract Documents and approved changes therein. Cl-1.22 TBE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. Cl-1.23 WORKING DAY: A working day ia ·defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which the weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours b~tween 7:00 a.m. and 6:00 p.m., with exceptions as permitted in paragraph C7-7.6. Cl-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days being excepted. cl-1.25 LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Port Worth for observance by City employees as follows: Cl-1 (4) l . 2. 3. 4. 5. 6. 7. e. 9 . New Year's Day M. L. King, Jr . Birthday Memorial Day Independence Day Labor Day Thanksgiving Day Thanksgiving Friday Christmas Day Such other days in lieu of holidays as the City Council may determine January l Third Monday in January Last Monday in Hay July 4 First Monday in September Fourth Thursday 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 working day operations. Employees working calendar day operations will consider the calendar holiday as the holiday. Cl-l.26 ABBREVIATIONS: Wherever the abbreviations defined herein appear in Contract Documents, tbe intent and meaning shall be as follows: AASHTO - ASCE LAW ASTM AWWA ASA HI Asph. Ave. Blvd . - CI CL GI Lin. lb. MB Max . American Association of MGD State Highway Transportation Officials American Society of Civil Engineers In Accordance With American Society of Testing Materials American Water Works Association American Standards Association Hydraulic Institute Asphalt Avenue Boulevard cast Iron Center Line Galvanized Iron Linear or Lineal Pound Manhole Maximum Cl-1 (5) -Million Gallons Per Day CFS Cubic Foot per Second Min. -Minimum Mono.-Monolithic I -Percentum R -Radius I.D. -Inside Diameter 0.0. -0Ut6ide Elev.- P Diameter Elevation Fahrenheit C In. Pt. St. CY Yd. SY L.P. D.1. Centigrade -Inch -Poot -Street -Cubic Yard -Yard -Square Yard Linear Poot -Ductile Iron C!-1.27 CHANGE ORDER: A •change Order• is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 251 of the amount of the particular item or items in the original proposal. All •change Orders• shall be prepared by the City from information as necessary furnished by the Contractor. Cl-1.28 PAVED STREETS AND ALLEYS: A paved street or alley &hall be defined as a street or alley having one of the following types of wearing surfaces applied over tbe natural unimproved surface: 1 . Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment, not including an oiled surface, with or without separate base material. 3. Brick, with or without separate base material. ,. Concrete, with or without separate base material. S. . Any combination of the above. Cl-l.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined above for •paved Streets and Alleys.• Cl-1.30 CITY STREETS: A city street is defined as that area between the right-of-way lines aa the street ia dedicated. Cl-1.31 ROADWAY: parallel lines two {4') feet back of exists. The roadway is defined as the area between 12'> feet back of the curb lines or four the average edge of pavement where no curb Cl-1.32 GRAVEL STREET: A gravel street is any unpaved street to which has been added one or more applications of gravel or .similar material other than the natural material found on the street surface before any i:nprovement was made. Cl-1 (6) ...... SECTION C -GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL S ECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 PROPOSAL FORM: The Owner will furnish bidders with proposal form, which will contain an itemi%ed list of the it ems of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state t he Bidder's general understanding of the project to be c ompleted, provide a space for furnishing the amount of bid s ecurity, 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 S tatement,• all of which must be properly executed and filed with the Director of the City Water Department one week prior t o the hour for opening of bids. The financial statement required shall have been prepared by a n independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and ahall have been so p r epared as to reflect the current financial status. This statement must be current and not more than one (l) year old. In the case ·that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. Liquid assets in the amount of ten (101) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable fo~ a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bida are to be r eceived, and such experience must have been on projects c o mpleted not more than five (5) years prior to the date on w h i ch are to be .received. The Director of the Water department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has ava i lable for the project and state that he will rent such a dd i tional equipment as may be required to complete the project on which he submit& a bid. c2-2.2 INTERPRETATION OF OOANTITIES: ~he quantities of work and materials to be furnished as may be listed in the proposal C2-2Cl) forms or other parts of the Contract Documents will be considered as apEroximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for onli the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which the owner will supply aft~r promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually vritten into the original Contract Documents. Bidders are required, prior to the filing of proposal, to read and become familiar with the Contract Documents, to visit the site of 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 must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time requi~ed for its completion, and obtain all information required to make an intelligent proposal. No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda ·-·-thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima-facie evidence that the .bidder has made the investigations, examinations and ·tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings, if any, showing on the plans are for gen~ral information only and may not be correct. Neither the C2-2C2) - ... Owner nor the Engineer guarantee that the data shown is r epresentative of conditions which actually exist. C2-2.4 SUBM!TTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices, written in ink in both words and numerals, for which he proposes to do the work contemplated or furnishe the materials required. All such prices shall be written legibly. In case of discrepancy between the price written in words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him Cher> or his Cher) duly authorized agent. lf a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given, and the proposal must be signed by a member of the firm, association, or partnership, or by a person duly authorized. If a proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. P ower of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal • c2-2.s REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures, additions not called for, conditional or uncalled for alternate bids, incomplete bids, erasures, or irregularities of any kind, or contain unbalance value of any items. Proposal tendered or delivered afte-r the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a •proposal Security• of the character and i n the amount indicated in the •Notice to Bidders• and the •proposal.• The Bid Security is required by the Owner as e v idence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of t he three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The bid security of all other bidders may be returned promptly after the canvass of bids. C2-2C3) C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered u nless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the •Notice to Bidders.• It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word ·PROPOSAL,• and the name or description of the project as designated in the •Notice to Bidders.• The envelope shall be addressed to the City Manager, City Ball, Fort Worth, Texas. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening ·proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation ia not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. c2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no •Non-consideration Request• has been received will be publicly opened and read aloud by the City Manager or bis authorized representative at the time and place indicated in the •Notice to Bidders.• All proposals lihich have been opened and read will remain on file with the owner until the contract baa been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. c2-2.ll IRREGULAR PROPOSALS: Proposals shall be considered as being •1rregu1ar• if they show any omissions, alterations of form, additions, or conditions not called for, unauthorized alternate bids, or irregularities of any kind. However, the C2-2(4) ..... - - - - - Owner reserves the right to waive any and all irregularities a nd to make the award of the contract to the best interest of t he City. Tendering a proposal after the closing hour is an i r regularity which cannot be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be d i squalified and their proposals not considered for any of, but not limited to, the following reason: a. b. c. d • e. f. g. h . Reasons for believing that collusion exists among bidders. Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged .in litigation against the bidder. The bidder being in arrears on any existing contract or having defaulted on a previous contract. The bidder having performed a prior contract in an unsatisfactory manner. Lack of competency as revealed by the financial statement, experience record, equipment schedule, and such inquiries as the OWner may see fit to make. Uncompleted work which, in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following: l. 2. 3. . Financial Statement showing the financial condition of the bidder as specified in Part •A• -Special Instructions. A current experience record showing especially the projects of a nature similar to the one under consideration, which have been successfully completed by the Bidder. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of a bidder who, in the judgment of the E ngi neer , is disqualified under the requirements stated h e rei n , shall be set aside and not opened. C2-2(5) - - - - - - - - PART C -GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3.l CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and .the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. 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 for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE> and or a a Woman-owned Business Enterprise <WBE) on the contract and the payment therefor. Contractor further agrees, upon request by Owner, to allow and audit and/or an examination of any books, records, or files in the possession of Contractor that will aubstantiate the actual work performed by the MBE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements; f u rt her , any s u c b mi s represent at i on afa y be grounds f o r disqualification of Contractor at Owner's discretion for bidding on future Contracts with the Owner for a period of time of not less than six (6) months. C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with current City Ordinance prohibiting discrimination in employment practices. C3-3 Cl) The Contractor shall post the required notice to that effect on the project site, and, at his request, will be provided assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the Owner it cannot be withdrawn by the Bidder within . forty-five (45) days after the date on which the proposals were opened. C3-3.S AWARD OF CONTRACT: The Owner reserves the right to withholdfinal action on the proposals for a reasonable time, not to exceed forty-five (45) days after the date of opening proposals, and in no event will an award be made until after investigations have been made as to the responsibility of the 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 contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3.6 RETURN OF PROPOSAL SECURITIES: As aoon as proposed price totals have been determined for comparison of bids, the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the Owner until the required contract baa been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3.7 BONDS: With the execution and delivery of the Contract bocuments, the Contractor shall furnish to, and file with the OWner in the amounts herein required, the following bonds: a. p ERFORMANCE BOND: A good and suf f ic i en t performance bond in an amount not leas than 100 percent of the amount of the contract, aa evidenced by the proposal tabulation or otherwise, guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the contractor, or improper execution of the work or the use of inferior materials. This pe~formance C3-3 (2) ..... b . c. d. bond shall guarantee the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph cs-e.10 • PAYMENT BOND: A .good and sufficient payment bond, in an amount not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all claimants as defined in Article 5160, Revised Civil Statutes of Texas, 1925, as amended by Bouse Bill 344 Acts 56th Legislature, Regular Session, 1959, effective April 27, 1959, and/or the latest .version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being con6tructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made. OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which a~e i nterested in any litigation against the owner. All bonds s hall be made on the forms furnished by the OWner and aball be e xecuted by an approved surety company doing business in the City of Fort Worth, Texas, and which is acceptable to the owner. ln order to be acceptable, the name of the surety shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount ahown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a C3-3 (3) new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties, as required, have qualified and .have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3.S EXECUTION OF CONTRACT: Within ten (10) days after the Owner has by appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute and file with the Owner the Contract and such bonds as may be required in the Contract Documents. No contract shall be binding upon the owner until it has been attested by the City Secretary, approved as to form and legality by the City Attorney, and ~xecuted for the Qt.mer by either the Mayor or City Manager. CJ-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten ClO> days after the contract is awarded shall be considered by the owner as an abandonment of his proposal, and the OWner may annul the Award. By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occuring to the Owner by reason of said awardee'• failure to execute said bonds and contract within ten ClO> days, the proposal security accompanying the proposal shall be the agreed amount of damages which owner will suffer by reason of aucb failure on the part of the Awardee and shall thereupon immediately be forfeited to the Owner. The filing of a proposal will be considered•• an acceptance of this provision by the Bidder. :3-3.10 BEGINNING WORK: The Contractor shall not commence ·1ork until authorized i .n writing to do so by the Owner. h ould the Contractor fail to commence work at the site of the r oject within the time stipulated in the written u thorization usually termed the •work Order• or •proceed .'J rder•, it is agreed that tbe Surety Company will, within ten (10> days after the commencement date set fortb in such i,ritten authorization, commence the physical execution of the :on tract. :3-3.11 INSURANCE: The Contractor aball not commence work 1nder this contract until be bas obtained all the insurance ~equired under the Contract Documents, and aucb insurance bas >een approved by the Owner. The prime Contractor shall be ~esponsible for delivering to the Owner the sub-contractors• C3-3 (4) - - - ,,.... - - - - certific~te of insurance for approval. The prime contractor sha ll indicate on the certificate of insurance included in the d o c u ments for execution whether or not his insurance covers sub-contractors. lt is the intention of the owner that the i ns ur ance coverage required herein shall include the coverage of all sub-contractors. b. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Workers' Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Workers' Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of bis employees not so protected. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall maintain during t he 1 i f e of t h i s c on tr a c t Cont r .a ct or ' s Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in an amount not less than $500,000 ~overing each occurrence on account of bodily injury, .including death, and in an amount not less than $500,000 covering each occurrence on account of property dam.age with $2,000,000 umbrella policy coverage. c. ADDITIONAL LIABILITY: The Contractor &hall furni&h in&urance as separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount a& &et forth for public liability and property damage,. the following insurance: 1. 2. 3. 4. Contingent Liability (cover& ~eneTal Contractor's Liability for acts of sub-contractors). Blasting, prior .to any blasting being ,done. Collapse of buildings or structures adjacent to excavation (if excavations are to be performed adjacent to same>. Damage to underground utilities for-$500,000. C3-3 CS) 4. ' , e. f. 9. 5. Builder's risk <where above-ground structures ·are involved). 6. Contractual Liability (covers all indemnification requirements of Contract). AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain, during the life of this Contract, Comprehensive Automobile Liability insurance in an amount not less than $250,000 for injuries inc _luding accidental death to any one person and subject to the same limit for each person an amount not less than $500,000 on account of one accident, and automobile property damage insurance in an amount not less than $100,000. SCOPE OF INSURANCE AND SPECIAL HAZARD: The · insurance required under the above paragraphs shall provide adequate protection for the Contractor and bis sub-contractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazard& which may be encountered in tbe performance of the Contract. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the OVner with satisfactory proof of coverage by insurance required in these Contract Documents in amounts and by carriers satisfactory to the Owner. (Sample attached.> All insurance requirements made upon the Contractor shall apply to the sub-contractor, should the Prime Contractor's insurance not cover the sub-contractor's work operations. LOCAL AGENT FOR INSURANCE ARD BONDING: The insurance and bonding companies with whom the Contractor'& insurance and performance, payment, maintenance and all such other bonds are written shall be represented by an agent or agents having an office located within the city limits of the C3-3 (6) - - - - - - - - - City of Fort Worth, Tarrant county, Texas. Each such agent shall be a duly qualified, one upon whom service of process may be had, and must have authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, any claims that the City of Fort Worth or other claimant or any property owner who has been damaged, may have against the Contractor, insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort Worth-Dallas area. The name of the agent or agents shall be set forth on all of such bonds and certificates of insurance. C 3-3.l2 CONTRACTOR'S OBLIGATIONS: -Under the Contract, the Contractor shall pay for all material's, labor and services when due. C3-3.l3 WEEKLY PAYROLL: 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 times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a per6on, persons, partnership, company, firm, association, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth-Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office <~r he may delegate his Project Superintendent> with full authority to transact all business actions required in the performance of the Contract. This local author.i ty shall be made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or otherwise and as such shall be empowered, thus delegated ana dir~cted, to settle all material, labor or other expenditures, all claims against the work or any other C3-3 (7) matter associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor's principal base of operations be other than in the Fort Worth-Dallas metropolitan area, notification of the Contractor's assignment of local authority shall be made in writing to the Engineer in 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 matters associated with the Contractor's administration, whether it be -oriented in furthering the work, or other, be governed direct by local authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor's local representative !ail to perform to the satisfaction of Engineer, the Engineer, at his sole discretion, may demand that such local representative be replaced and the Engineer may, at his sole discretion, stop all work until a new local authority satisfactory to the Engineer is assigned. No credit of working time will be for periods in which work stoppages are in effect for this reason. C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant County, Texas. C3-3 CS) - - - - - - ...... - SECTION C4-4 SCOPE OF WORK PART C -GENERAL CONDITIONS C4-4 SCOPE OF WORK C4-4.l INTENT OF CONTRACT DOCUMENTS: It is the definite i n tention of these Contract Documents to provide for a c omplete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the r equirements and intent of the Contract Documents. It is d efinitely understood that the Contractor shall do all work as p rovided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to c omplete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment, special services, and incidentals necessary .to the prosecution and completion of the project. C 4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or c overed by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional p r oposed work w~ich is not covered by these Contract ·Documents, then •special Provisions• covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for such work and furnished to the Bidder in the form of Addenda. All such •special Provisions• shall be considered to be a part of the Contract Documents just as though they were originally written therein. C4-4.3 INCREASED OR DECREASED QUANTITIES: The OWner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the wo r k as altered, increased or decreased at the unit prices. ·s uch increased or decreased quantity shall not be more than 25 percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be e n t itled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal: such revised consideration to be determined by special agreement or as hereinafter provided for ~Extra work.• No allowance will be made for any changes in anticipated profits nor shall such changes be considered as C4-4 Cl) waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewe~ pipes in depth categories, shall be interpreted herein as applying to the overall quantities or sanitary sewer pipe in each pipe size, but not to the various depth categories. C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change Order, the Owner reserves the right to make such change5 in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered a& waiving or invalidating any condition or provision of the Contract Documents. C4-4.S EXTRA WOR~: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined a• •Extra Wort• and shall be performed by the Contractor in accordance with these Contract Documents or approved additions tbereto1 provided, however, that before any extra wor.k is begun a •change Order• shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a. Onit bid price previously approved. b. An agreed lump sum. c. The actual reasonable cost of <l> labor, <2> rental of equipment used on the extra work for the time so used at ~ssociated General Contractors of America current equipment rental ratesi (3) materials entering permanently into the project, and <4> ~ctual cost of insurance, bonds, and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to e~ceed 101 of the actual cost of such extra wo~k. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owned by him and used for the extra work. The fee shall be full and complete compensation to cover the cost of superintendence, overhead, other profit, general and all other expense not included in <l>, (2), <3>, and (4) above. The Contractor shall keep accurate cost records on the form and in the method C4-4 (2) ..... - - - - - - - - suggested by the Owner and shall give the Owner access to all accounts, bills, vouchers, and records relating to the Extra Work. No "Change Order" shall become effective until it ~as been approved and signed by each of the Contracting parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. ln case any orders or instructions, either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation, he shall make written request to the Engineer for written orders authorizing such Extra Work, prior to beginning such work. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep an accurate account of the actual reasonable cost thereof as provided under method (Item C). Claims for extra work will not be· paid unless the Contractor shall file his claim with the Owner within five CS> days ?efore the time for making the first estimat~ after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon the said Extra Work. The Contractor. shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for 'extra work' whether or not iniitiated by a 'change order' shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result or the change or extra .rork~ C4-4.6 SCHEDULE OF OPERATIONS: Before commencing any work under this contract, the Contractor shall submit to the Own~r and receive the Owner's approval thereof, a •schedule of Operations,• sho~i~g ~ya straight line .method the date of commencing and finishing each of the maJor elements of the contract. There shall be also shown the estimated monthly cost of work for which estimates ar~ to be expected. Ther~ C4-4 (3) shall be presented also a composite graph showing the anticipated progress of construction with the time being _:lotted hor i zontally and the percentage of completion plotted ~ertically. The progress charts shall be prepared on 8-1/2" x 11" sheets and at least five black or blue line prints shall be furnished to the O\rlner. C4-4.7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES: Within ten ClO> days prior to submission of first monthly progress payment, the Contractor shall prepare and submit to the Owner for approval six copies of the schedule in which the Contractor proposes to carry on the work, the date of which he will start the several major activities (including procurement of materials, plans, and equipment) and the contemplated dates for completing the same. The schedule shall be in the form of a time schedule Critical Path "ethod (CPM) network diagram. ~s the work progresses, the Contractor··shall enter on the diagram the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer. The Contractor shall also revise the schedule to ~eflect any adjustments in contract time approved by the Engineer. Three copies of the updated schedule shall be delivered at such intervals as directed by the OWner. As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technical specifications. Prior to the final drafting of the detailed construction schedule, the Contractor shall review the draft schedule with the Engineer to ensure the Contractor's understanding of the contract requirements. The following guidelines shall be adhered to in preparing the construction schedule: a. Milestone dates and final project completion dates shall be develop~d to conform to time constraints, sequencing requirements and completion time. b. The construction process shall be divided into activities with time durations of approximately fourteen (14) days and construction values not to exceed $50,000. Fabrication, delivery and submittal activities are exceptions to this guideline. C4-4 (4) - - - - c. Dur~tions shall be in calendar days and normal holidays an~ ~eather conditions over th~ duration of the contract shall be acco~nted for within the duration of each activity. d . e. f. One critical path shall be 6hown on the construction schedule. Float time is defined as the amount of time between the earliest start date and the latest start date of a chain of activities of the CPM construction schedule. Float time is not for the exclusive use or benefit of either the Contractor or the owner. Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall as a minimum be divided into general categories as indicated in the Proposal and Technical Specifications and each general category shall be broken down into activities in enough detail to achieve activities of approximately fourteen · (l~) days duration. ~or each general category, the construction schedule shall identify all trades or subcontracts whose work is represented by activities that follow the guidelines of this Section. For each of the trades or subcontracts, the construction schedule shall indicate the following procurements, construction and preacceptance activities and events in their logical sequence for equipment and mat~rials. l. Preparation and transmittal of submittals. 2 . Submittal review periods. . 3. Shop fabrication and delivery • 4. Erection or installation. s . Transmittal of manufacturer'& operation and maintenance instructions. 6. Installed equipment and mat~rials testing. 7. OWner's operator instruction <if applicable). 8. Final inspection. C4-4 CS) 9. Operational testing . 10 . Final inspection. .• ' ' . ' ., If, in the opinion of the Owner, work accomplished falls behind that scheduled, the Contractor shall take such action as necessary to improve his progress. In addition, the Owner may require the Contractor to submit a revised schedule demonstrating his program and proposed plan to make up lag in scheduled progress and to insure completion of the work within the contract time. If the Owner finds the proposed plan not acceptable, he may require the Contractor to increase the work force, the construction plant and equipment, the number of work shifts or the overtime oper5tions without additional cost to the owner. Failure of the Contractor to comply with these req~irements shall be considered grounds for determination by the Owner that the Contractor is failing to prosecute the work with such diligence as will insure its completion within the time specified. . , ' . _,. . ·, C4-4 (6) ' . ii . ~ .... - - - - PART C -GENERAL CONDITIONS CS-5 CONTROL OF WORK AND MATERIALS SECTION CS-5 CONTROL OF WORR AND MATERIALS CS-5.l AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. Be shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, rate of progress of the work, overall sequence of the construction, interpretation of the Contract Documents, acceptable fulfillment of the contract, compensation, mutual rights between Contractor and Owner under these contract Documents, supervision of the work, resumption of operations, and all other questions or disputes which may arise. Engineer will not be responsible for Contractor's means, methods, techniques, sequences or procedures of 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 docwnents. Be shall determine the amount and quality of the work completed and materials furnished, an~ bis decisions and estimates shall be final. Bis estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fail• to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such ~atters, the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the Owner apd Contractor, a written decision on the matter in controversy. CS-5.2 CONFORMITY WITB PLANS: The finished project in all cases shall conform with lines, grades, croaa-sections, finish, and dimensions shown on the plans or any other requirements otherwise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Eniineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. · cs-s (1) CS-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of several sections, which, taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern over specifications, special conditions shall govern over general ··onditions and standard specifications, and quantities shown on the plans shall govern over those shown in the proposal. The Contractor shall not take advantage of any apparent error or omission in the Contract Documents, and the Owner shall be permitted to make such corrections or interpretations as may be deemed necessary for the fulfillment of the intent of the Contract Documents. In the event ~he Contractor discovers an apparent error or discrepancy, be shall immediately call this condition to the attention of the Engineer. In the event of a conflict in the drawings, specifications, or other portions of the Contract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conf·lict. cs-s.~ COOPERATION OF CONTRACTOR: The 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 thereof and shall cooperate with the Engineer, bis inspector, and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent, English-speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or bis authorized representatives. Pursuant to thia responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent, to act as the Contractor'• agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas and shall be subject to call, as is the project Superintendent, at any time of the day or night on any day of · the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to cs-s (2) .... I . adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. cs-s.s EMERGENCY AND/OR RECTIFICATION ·woRK: When, in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request made by the OWner or Engineer to alleviate the emergency condition. Such a response shall occur day or night, whether the project is scheduled on a calendar-day or on a working-day basis. Should the Contractor fail to respond to a request fromthe Engineer to rectify •ny discrepancies, omissions, or corrections necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such vork or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall then deduct an amount equal to the entire costs for such remedial action, plus 251, from any funds due the Contractor on the project. cs-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called for. The field office ~hall be not less than 10 by 14 feet in floor area, substantially constructe~, well heated, air conditioned, lighted, and weather-proof, so that documents will not be damaged by the elements. cs-s.7 CONSTRUCTION STA~ES: The City, through its Engineer, .will furnish the Contractor with all lines, grades, and measurements necessary to the proper prosecution and control of the work contracted for under these Contract Documents, and lines grades and measurements will be established by means of stake; or other customary method of marking as may be found consistent with good practice. cs-s (3) These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings as may be established for the Contractor's use or 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 ~takes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost of . replacing such stakes or marks plus 251 will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. cs-s.e AUTHORITY AND DUTIES OF CITY INSPECTORS: City Inspectors will be auLhorized to lnspect all work done and to be done and all materials furnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer aa to the progress of the work and the manner in which it is being performed, to report any evidence that the materials being furnished or the work being performed by the Contractor fail• to fulfill the requirements of the Contract Documents, and to call the attention of the Contractor to any such failure or other infringements. Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents. In case of any dispute arising between the Contractor and the City Inspector as to the materials or equipment furnished or the manner of performing the work, the City Inspector vill have authority to reject materials or equipment to suspend work until the question at issue can be referred to and be decided by the Engineer. The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents~ nor to approve or +accept any portion or section of the work, nor to issue any instructions contrary to the requirements of .the Contract Documents. Be will in no case act as superintendent or foreman or .,perform any other duties for the Contractor, or interfere with the management or operation of the work. Be will not accept from the Contractor any compensation in any form for performing any duties. The Contractor ahall regard and obey the directions and instructions of the City Inspector or Engineer when tbe same are consistent with the obligations of the Contract Documents, provided, however, should the contractor object to any orders or instructions of the City Inspector, the Contractor may within six days make written appeal to the Engineer for bis decision on the matter in controversy. cs-s (4) • ! .... - - - .. - CS -5 .9 !NSPECT!ON: The Contractor shall furnish the Engineer wi th every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Document6. If. the Engineer so requests, the Contractor shall, at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed. ~fter examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the u ncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should be work so exposed or examined prove to be unacceptable, the uncovering or removing and the replacing of all adjacent defective or damaged parts shall be at the Contractor's expense. No work shall be done or materials used without suitable supervision or inspection. CS-5 .10 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WOll: All work, materials, or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at his own expense. Work done beyond the lines and grades given or as shown on tbe plans, except as herein specifically provided, or ·any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisionE of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due to the Contractor. Failure to require the removal of any d efective or unauthorized work shall not constitute acceptance of such works. CS-S.11 SUBSTITUTE MATERIALS ORE OIPMENT: If the Speci 1cat1ons, law, ordinance, codes or regulations permit contractor to furnish or use a substitute that is equal to any material or equipment specified, and if Contractor wishes to furnish or use a proposed substitute, be shall, prior to the preconstruction conference, make written application to ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the functions called for by the general design, be similar and of equal substance to that specified and be suited to the same use and capable of performing the same function as that specified; and identifying all variations of the proposed cs-s (5) :3ubstitute from that 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 substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor's ·expense. Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employed by either of them from and against the claims, damages, losses and expenses (including attorneys fees> arising out of the use of substituted materials or equipment. cs-s.12 SAMPLES AND TESTS OR MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless otherwise specifically provided. rhe failure of the owner to make any tests of materials shall ~e in no way relieve the Contractor of bis responsibility of :urnishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling of materials, unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities a• the Engineer may require for collecting and forwarding sample• and shall not, without specific written permiaaion of the Engineer, use the materials represented by the samples until tests have been made and the material• approved for use. The Contractor will furnish adequate samples without charge to the OWner. In case of concrete, the aggregates, design minimum, and the mixing and transporting equipment ahall be approved by the Engineer before any concrete is placed, and the Contactor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents. Teats shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests ahall be made prior to the use of the new materials. CS-5.13 STORAGE OF MATERIALS: All materials which are to be used in the construction operation shall be stored ao aa to insure the preservation of the quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the cs-s (6) ~ """"" ..... ,,,...., ~ -<I'."'""' ..... .... ~ ..... -... -~ ~ ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. CS-5.14 EX!ST!NG STRUCTURES AND UT!LlTlES: The location and dimensions shown on the Plans relative to existing utilities are based on the best information available. Omission from, or the inclusion of utility locations on the Plans is not to be considered as the nonexistence of, or a definite location of, existing underground utilities. The location of many gas mains, water mains, conduits, sewer lines and service lines for all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all such structures and utilities on the plans or to show them in their exact location. It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for Extra Work or for increasing the pay quantities in any manner whatsoever, unless an obstruction encountered is such as to necessitate changes in the lines and grades of considerable magnitude or requires the building of special works, provision for which is not made in the Contract Documents, in which case the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractors responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor ahall take all necessary precautions in order to protect all existing utilities, structure6 and service lines. Verification of existing utilities, structures and service lines shall include notification of all u~ility companies at least forty eight (48) hours in advance of construction including exploratory excavation if necessary. All verification of existing utilities and their adjustment shall be considered as subsidiary work. CS-5.15 INTERRUPTION OF SERVICE: a . Normal Prosecution: In the normal prosectuion of work where the interruption of service is necessary, the Contractor, at least 24 hours in advance, shall be required to: l. Notify the Water Department's Distribution Division as to location, time, and schedule of service interruption • cs-s (7) b. 2. Notify each customer personally through responsible personnel as to time and schedule of the interrup~ion of their service, or 3. In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer's entrance door knob. The tag shall be durable in composition, and in large bold type shall say: ·NOTICE• Due to Utility Improvement in your neighborhood, your (water> taewer) service will be inter- rupted on between the boura of and ----· Thia inconvenience will be as abort as possible. Thank you, Contractor Address Phone Emergency: In the event that an unforeseen aervice interruption occurs, notice shall be aa above,but immediate. CS-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through acts or neglect on the part of tbe Contractor, any other Contractor or any sub-contractor shall auffer loss or damage on t he work, the Contractor agrees to settle with auch other Contractor or sub-contractor by agreement or arbitration. If auch other Contractor or sub-contractor shall assert any claim -~gainst the Owner on account of any damage alleged to have been sustained, the Owner will notify the Contractor, who shall indemnify and save barmlesa the OVDer against any aucb claim. cs-5.17 CLEAN-UP: Clean-up of surplus and/or -waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be accomplished in keeping with a daily routine established to the the satisfaction of the Engineer. Twenty-fours fours after written notice is given to the Contractor that the clean-up on t he job site is proceeding in a manner unsatisfactory to the E ngineer, if the Contractor fails to correct the cs-s (8) - ·- - - -. u ns atisfactory procedure, the City may take such direct action a s t he Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice, and the costs of such direct a ·ction, pl us 25% of such costs, shall be deducted from monies due or to become due to the Contractor. Opon the completion of the project as a whole as covered by these Contract Documents, and before final acceptance and fi nal payment will be made, the Contractor shall clean and r emove from the site of the project all surplus and discarded materials, temporary structures, and debris of every kind. Be shall leave the site of all work in a neat and orderly c ondition 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 Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equ ipment in a bright, clean, polished and new appearing condition. No extra compensation will be made to the Contractor for any clean-up required on the project. CS-S.18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final cleanup performed, the Engineer will notify the proper officials of the Owner and request that the Final inspection be made. Such inspection will be made within 10 days after such notification. After such final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in wr iting of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date o~ final inspection of the work. cs-s C 9) - - - -. - - - - PART C -GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.l LAWS TO BE OBSERVED: The Contractor shall at all times observe and comply with all Federal and State Lnws and City o rdinances 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 o r which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harm.less the City and all of i ts officers, agents, and employees against any and all claims or liability arising from or based on the violation of any s uch law, ordinance, regulation, or order, whether it be by himself or bis employees. C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges, costs and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6.3 PATENTED DEVICES, MATERIALS AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of auch patent, letter, or copyrighted design. It is mutually agreed and understood that without e xception the contract prices shall include all royalties or cost arising from patents, trade-marks, and copy rights in any way involved in the work. The Contractor and his sureties shall indemnify and save harmless the Owner from any and all claims for infringement by reason of the use of any such p atented design, device, material or process, or any trade-mark or copy right in connection with the work agreed to be performed under these Contract Documents, and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of auch infringement at any time during the prosecution of the work or after completion of the work, provided, however, that the Owner will assume the r esponsibility to defend any and all auita brought for the infringement of any patent claimed to be infringed upon by · the design, type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the owner, and to bold the Contractor harmless on account of such suits. C6-6 (1) C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor and their use shall be strictly enforced by the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work shall be ao placed and used, and the work shall at all time• be ao conducted, aa to cause no greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all timea all phase• of bis work in such a manner aa not to impair the aafety 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 aha.11 make adequate provision• to render reasonable ingreaa and egress for normal vehicular traffic, except during actual trenching or pipe inatallation operations, at all driveway croasinga. Such provisions may include bridging, placement of crushed atone or gravel or such other means of providing proper ingreaa and egresa for the property served by the driveway aa the Engineer may approve as appropriate. Such other aeana may include the diveraion of driveway traffic, with specific approval by the Engineer. If diversion of traffic ia approved by the Engineer at any location, the Contractor shall make arrangement• aatisfactory to the Engineer at any location, the Contractor ahall make arrangements satisfactory to the Engineer for the diversion of traffic, and shall, at bia own expense, provide all material• and perform all work necessary for the construction and maintenance of roadways and bridges for such diveraion of traffic. Sidewalks must not be obstructed except by special permission of the Engineer. The materials excavated and the construction materials auch as pipe used in the construction of the work shall be placed ao as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes, police call boxes, water valves, C6-6 (2) - -- - --- - -I - - g a s valves, or manholes in the vicinity . The 0""1ner reserves t h e right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which may come to i ts attention, after twenty-four hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case, the cost of such work done or materials furnished by the Owner or by the City shall be deducted from monies due or to become due to the Contractor. The Contractor, after approval of the Engineer, shall notify the Fire Department Headquarters, Traffic Engineer, and Police Department, when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and, when so directed by the Engineer, shall keep any street, s treets, or highways in condition for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets, alleys, or hydrants are again placed back in service. Where the Contractor ia required to construct temporary bridges or make other arrangements for crossing over ditches or streams, his responsibility for accidents in connection wi th such crossings shall include the roadway approaches as well as the structures of such crossings. The Contractor shall at all times conduct bis operation and the use of construction machinery so as not to damage or destroy trees and shrubs located in close proximity to or on the site of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of p roperty 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 adju6ted. C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND RIGHT-OF-WAY: For the performance of the contract, the Contractor will be permitted to use and occupy such portions o f the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the C ity, as shown in the Contract Documents, or as may be specifically authorized in writing by the Engineer. A reasonable amount of tools, materials, and equipment for c onstruction purposes may be stored in such apace, but no more tha n is necessary to avoid delay in the construction operations. Excavated and waste materials shall be piled or stacked in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. If the street is occupied by railway tracks, the work shall be 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 °""°er may, for all purposes required by the contract, enter upon the work and premises used by the Contractor 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 him at his own cost and expense. C6-6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railway, the City will secure the necessary easement for the work. Where the railway tracks are to be crossed, the Contractor shall observe all the regulations and instructions of the railway company as to the methods of performing the work and take all precautions for safety of property and the public. Negotiations with the railway companies for permits ahall be done by and through the City. Tbe contractor ahall give the City notice not lea~ than five days prior to tbe time of his intentions to begin wor·k on that portion of the project which ia related to the railway properties. The Contractor will not be given extra or additional compensation for such railway croasings unless specifically set forth in the Contract Documenta. C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: Where the vork is carried on in or adjacent to any atreet, alley, or public place, the Contractor shall at bis own expense furnish, erect, and maintain such barricades, fences, light• and danger signals, shall provide such watchmen, and shall take all such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night. Prom sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade.· A sufficient number of barricades shall be erected and maintained to keep p~destriana away from, and vehicles from being driven on or into, any work under construction or being maintained. The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to protect the work and prevent accident or damage. All installations and procedures shall be consistent with the provisions set forth in the •19eo Texas Manual on Uniform Traffic Control Devices for Streets and Bigbways• issued under the authority of the •state of Texas Uniform Act Regulating .Traffic on Highways•, codified as Article 6701d Veron•a Civil Statutes, pertinent sections being Section Noa. 27, 29, 30 and 31. C6-6 (4) - .- - -- -- !he Co~tract~r will not remove any regulatory sign, i nstructional sign, street name sign, or other sign which has b een erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works department, Signs and Markings Division (phone number 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 installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the pennanent·sign can be re-installed, the Contractor shall again contact the Signs and Markings Division to re-install the p ermanent sign and shall leave his temporary sign in place until such re-installation is completed. The Contractor will be held responsible for all damage to the work or the public due to failure of barricades, signs, fences, lights, or watchmen to protect them. Whenever evidence is found of such damage to the work the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor's own expense. The Contractor's responsibility for the maintenance of barricades, signs, fences and lights, and for providing watchmen shall not cease until the project shall have been completed and accepted by the OWner. No compensation, except as specifically provided in these Contract Documents, will be paid to the Contractor for the work and materials involved in the constructing, providing, and maintaining of barricades, signs, fences, and lights or for salaries of watchmen, for the subsequent removal and disposal of such barricades, signs, or for any other incidentals necessary for the proper protection, safety, and , .convenience of the public during the contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal. C6-6.9 USE OF EXPLOSIVES, DROP WEIGHT, ETC.: Should the contractor elect to use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property. The · contractor shall notify the proper representative of any public service corporation, any company, individual, or utility, and the owner, not less than twenty-four hours in C6-6 (5) advance of the use of any activity which might damage or endanger their or his property along or adjacent to the work. Where the use of explosives is to be permitted on the project, as specified in the Special Contract Documents, or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives.· · All claims arising out of the use of explosives shall be investigated and a written report made by the Contractor's insurers to the Engineer within ten ClO> 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 ~otice to the Contractor of any such claim. The use of exploalves may be suspended by the Engineer if any complaint ia received and such use shall not be resumed until the cause of the ', complaint has been addressed. Whenever explosives are stored or kept, they shall be stored in a safe and secure manner and all storage places shall be plainly marked •DANGEROUS EXPLOSIVES• and shall be under the care of a competent watchman at all times. All vehicles in which explosives are being transported shall be plainly marked as mentioned above and shall, insofar as possible, not use heavy traffic routes. c,-6.10 WOR~ WITHIN EASEMENTS: Where the work passes over, through, or into private property, the OWner will provide such right-of-way or easement privileges as the City may deem necessary for the prosecution of the work. Any additional · rights-of-way or work area considered necessary by the Contractor shall be provided by him at bia own expense. Such additional rights-of-way or work area shall be acquired for the benefit of the City. ~he City shall be notified in writing as to the rights ao acquired before work begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the work as a part of the project construction operations. The Contractor shall be responsible for the preservation of and shall use C6-6 (6) ; . - - -· eve ry precaution to prevent damage to all trees, 6hrubbery, pl ants, 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 t hereof, including the construction of temporary fences, and to all other public or private property along adjacent to the work. The Contractor shall notify the proper representatives of owners or occupants of public or private lands or interest in l ands which might be affected by the work. Such notice shall be made at least 48 hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might affected by the work. The Contractor shall be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the work, or at any time due to defective work, material, or equipment. When and where any direct or in~irect or ~njury is done to public or private property on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non-execution thereof on the part of the Contractor, be shall restore or have restored at his own cost and expense such property to a condition at least equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise replacing and restoring as may be directed by the Owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. All fences encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross braced posts on ·either side of permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross braced posts at point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits, before the fence ia cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight, ·and/or at all times to prevent livestock from entering tbe construction area. Tbe cost for fence removal, temporary closures and replacement shall be subsidiary to the various items bid in tbe project C6-6 (7) proposal. Therefore, no separate payment shall be allowed for any service associated with this work. In case of failure on the part of the Contractor to restore such property to make good such damage or injury, the Owner may, upon 48 hour written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results, proceed to repair, rebuild, or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from·any monies due or to become due to the Contractor under this Contract. C6-6.ll INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that Contractor shall perform all work and services hereunder as an independent contractor, and not as an officer, agent, servant or employee of ~he Owner. Contractor shall have exclusive control of and the exclusive right to control the details of all the work and services performed hereunder, and all persons performing same, and shall be solely responsible for the acts and omissions of ita officers, agents, servants, employees, contractors, subcontractors, licensees and invitees. The doctrine of respondeat superior •hall not apply as between Owner and Contractor, its officers, agents, employees, contractors and subcontractors, and nothing herein shall be construed as creating a partnership or joint enterprise .between Owner and Contractor. C6-6.l2 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS1 Contractor covenants and agrees to, and does hereby .1ndemn.1fy,' hold harmless and defend Owner, it• officers, agents, servants, and employees from and against any an all claims or suits for property damage or loss and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or aaaerted, arising out of or in connection with, directly or indirectly, the work and aervicea t-o be performed h~reunder by Contractor, ita officers, agents, employees, contractors, subcontractor•, licensees or invitees, wh-ether or _n.ot caused, in whole or in part, by alleged negligenc~ on the part of officer•, ~gent•, servants, employees, contractors, subcontractors, licensees and invitee• of the Owner: and said Contractor does hereby covenant and agree to assume all liability and responsibility of Owner, ita officers agents, servants and employees for property damage or loss, and/or personal injuries, including death, to any and all persons of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by contractor, its officers, agents employees, contractors, subcontractors, licensees and invitees, whether or not caused, C6-6 (8) ·~ - -· r.- ....... i n whole or in part, by alleged negligence of officers, age nts, servants, employees, contractors, subcontractors, 1i censees or invitees of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold h armless 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 connection with or resulting from, in whole or in part, any and all alleged acts or omissions of officers, agents, servants, employees, contractors, subcontractors, licenses, or invitees of the Dwner. ln the 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 evidenced by a final inspection, final payment to the Contractor shall not be recommended by the Director of the Water Department for a p eriod of 30 days after the date of such final inspection, unl ess the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. If the claim concerned remains unsettled as of the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in an amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of the performance of such work, and such semi-final payment may then be recommended by the Director. The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory to the Director that: 1. The claim bas been settled and a release baa been obtained from the claimant involved, or 2. Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have failed. If condition Cl> above ia met at any time within the six month period the Director shall recommend that the final payment to the co~tractor be made. If condition (2) above is met at any time within the six month period, the Director may recommend that the final payment to the Contractor be made. At the C6-6 (9) expiration of the six month period the Director may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction of the Director. The Director may, if he deems it appropriate, refuse to accept bids on other Water Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City contract. C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim compensation for any alleged damage by reason of the acts or omissions of the Owner, he shall within three days after the actual sustaining of such alleged damage, make a written statement to the Engineer, setting out in detail the nature of the alleged damage, and on or before the 25th day of the month succeeding that in which any such damage ia claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of the details and amount of such alleged damage and, upon request, shall give the Engineer access to all books of account, receipts, vouchers, bill• of lading, and other books or papers containing any evidence as to the amount of such alleged damage. Unless such statements shall be filed as hereinabove required, the Contractor'• claim for compensation shall be waived, and be shall not be entitled to payment on account of such damages. C6-6.l4 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC.: In case it is necessary to change, move, or alter in any manner the property of a public utility or other•, the said property shall not be moved or interfered with until orders thereupon have been issued by the Engineer. The right is reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to their property that may be necessary by the performance of this contract. C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing sewer lines have to be taken up or removed, the Contractor shall, at his own expense and cost, provide and maintain temporary outlets and connections for all private or public drains and sewers. The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers, and for this purpose be •ball provide and maintain, at his own cost and expense, adequate pumping facilities and temporary outlets or diversions. The contractor, at his own coat and expense, shall construct such troughs, pipes, or other structures necessary, and be prepared at all times to dispose of drai~age and sewage C6-6 (10) .- .- ' . -~ - - - r e c eived from these temporary connections until such ·times as t he permanent connections are built and are in service. The e x i sting sewers and connections shall be kept in service and maintained under the Contract, except when specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adeguately protected. C6-6.l6 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing. City water furnished to the Contractor 6hall be delivered to the Contractor from a connection on an existing City main. All piping required beyond the point of delivery shall be installed by the Contractor at his own expense. The Contractor's responsibility in the use of all existing fire hydrant and/or valves is detailed in Section E2-l.2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges, if any, for water will be at the regular established rates. When meters are not used, the charges, if any, will be as prescribed by the City Ordinance, or where no ordinance applies, payment sba11 be made on estimates and rates established by the Director of the Fort Worth Water Department. C6-6.l7 USE OF A SECTION OR PORTION OF THE WORE: Whenever, in the opinion of the Engineer, any section or portion of the work or any structure ia in suitable condition, it may be put into use upon the written order cf the Engineer, and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents. All necessary r epairs and removals of any aection of the work ao 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.l8 CONTRACTOR'S RESPONSIBILITY FOR THE WOR~: Until written acceptance by the Owner as provided for in these contract Documents, the work shall be under the charge and care of the Contractor, and be shall take every necessary precaution to prevent injury or damage to tbe work or any part C6-6 (11) thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good at his own expense all injuries or damag~ to any portion of the work occasioned by any of the hereinabove causes. C6-6.l9 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents. ~ny waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents. C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representatives of the Owner, either personally or otherwise as they are agents and representatives of the City. C6-6.21 STATE SALES TAX: on a contract awarded by the City of Fort Worth, an organization which qualifies for exemption pursuant the provisions of Article 20.0, CB) of the Texas Limited Sales, excise, and Use Tax Act, the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of thia contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued by the Contractor in lieu of the tax ahall be aubject to and shall comply with the provisions of State Comptroller'• Ruling .011, and any other applicable State Comptroller rulings pertaining to the Texas Limited Sales, Excise, and Oae Tax Act. on a contract awarded by a developer for the construction of a publicly-owned improvement in a street right-of-way or other easement which has been dedicated to the public and the City of Fort Worth,·an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (B) of the 'l'exas limited Sales, Excise, and Oae Tax Act, the Contractor can probably be exempted in the same manner stated above. C6-6 (12) -.. = - - - Limited Sale, Excise and Use Tax permits and information can be obtained from: Comptroller of Public Accounts Sale Tax Division Capitol Station Austin, TX C6-6 (13) prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. There shall also be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period . The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials, and labor as is necessary to insure its completion within the time limit. The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents. Any deviation from acub sequencing shall be submitted to the Engineer for bis 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 be changed only as set forth in Section C7-7.8 •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 shall at all times be conducted by the Contractor ao -aa to create a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or ia carrying on operations in a portion of a street or public way greater than ia necessary for the proper execution of the .work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work ia commenced on any additionai section or street. C7-7. S CHARACTER OF WORICMEN AND EQUIPMENT: Local labor shall be used by the Contractor is available. The Contractor may bring in from outside the City of Port Worth bia key men and his superintendent. All other workmen, including equipment operators, may be imported only after the local supply ia exhausted. The Contractor shall employ only such superintendents, foremen, and workmen vho are careful, competent, and fully qualified to perform the duties or tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any person or persona employed.by the contractor in or about or on the work who, in the opinion of the owner, shall misconduct ~imself or be ~ound to be incompetent, disrespectful, intemperate, dishonest, or C7-7 C2) -ot herwise objectionable or neglectful in the proper per formance ~f his or their duties, or who neglects or refuses to comply with or carry out the directions of the OWner, and s u c h person or persons shall not be employed again thereon without written consent of the Engineer. ,- - - - \ ,-, f ·- ~11 workmen shall have sufficient skill, ability, and experience to properly perform the work assigned to them and operate any equipment necessary to properly carry out the performance of the assigned duties. The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work, workmen or adjacent property will r esult from its use. Ci-i.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of work completed as defined in C l -1.23 •woRKING DAY· or the date stipulated in the •woRK ORDER· for beginning work, whichever comes first. Nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays, providing that the following requirements are met: a .. b. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later than the proceeding Thursday. Any work to be done on the project on such a specific Saturday, Sunday or Legal Holiday must be, in the opinion of the Engineer, essential to the timely completion of the project. The Engineer's decision shall be final in response to such a request for approval to work on a speci-f ic Saturday, Sunday or Legal Holiday, and no extra compensation •hall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday. calendar Days shall be defined in Cl-l.24 and the Contractor may work as he so desires. C7-7 (3) C7-7.7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall commence the working operations within the time specified in the Contract Documents and set forth in the Work Order. Failure to do so shall . be considered by the Owner as abandonment of the Contract by the Contractor and the OWner ~y proceed as he sees fit. The Contractor shall maintain a rate of progress such as will insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time established in such documents and such extension of time as may be properly authorized by the Owner. C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor's request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall have occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval. In adjusting the contract time for completion of work, consideration will be given to unforseeable causes ~eyond the control of and without the fault or negligence of the Contractor, including but limited to acts of the public enemy, acts of the Owner, fire, flood, tornadoes, epidemics, quarantine restrictions, strikes, freight embargoes, or delays of sub-contractors due to such causes. When the date of completion ia based on a calendar day bid, a request for extension of time because of inclement weather will not be considered. A request for extension of time due to inability to obtain supplies and material• will be considered only when a review of the Contractor's purchase order dates and other per~inent data as requested by the Engineer indicates that tbe Contractor bas made a bonafide attempt to secure delivery on schedule. This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery. If satisfactory executio~ and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents, then the contract time may be increased by Change Order. c~-7.9 DELAYS: The Contractor shall receive no compensation -;--,. delays or hindrances to the work, except when direct and ~ jvoidable extra cost to ~he Contract~r is caused.by the failure of the City to provide information or material, if C7-7 (4) -- .,. -{ ,. a n y, which is to be furnished by the City. When such extra c ompensation is claimed a written statement thereof shall be p r esented by the Contractor to the Engineer and if by him f ound correct shall be approved and referred by him to the Co uncil for final approval or disapproval; and the action th ereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application fo r which shall, however, be subject to the approval of the Ci ty Council; and no such extension of time shall release the Contractor or the surety on his performance bond from all bis obligations hereunder which shall remain in full force until the discharge of the contract. C7-7.10 TIME OF COMPLETION: The time of completion is an essential element of the ,c;ontract. Each bidder shall indicate in the appropriate place on the last page of the Proposal the n umber of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the Proposal section of ~he contract documents. The number of days indicated shall be ·a realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents. For each calendar day that any work shall remain uncompleted a fter the time specified in the Contract Documents, or the increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is signed, the sum per day given .in the following schedule, unless otherwise specified in other parts of the Contract Documents, will be deducted from monies due the Contractor, not as a penalty, but as liquidated damages suffered by the OWner • AMOUNT OF CONTRACT Less than $ 5,000 inclusive $ 35.00 $ 5,001 to $ 15,000 inclusive $ ,s.oo $ 15,001 to $ 25,000 inclusive $ 63.00 $ 25,001 to $ 50,000 inclusiv~ $ 105.00 $ 50,001 to $ 100,000 inclusiv~ $ 1S4.00 $ 100,001 to $ 500,000 inclusive $ 210.00 C7-7 CS) $ 500,001 to $1,000,001 to $2,000,001 and ov~r $1,000,000 inclusive$ $2,000,000 inclusive$ s 315.00 420.00 630.00 The parties hereto 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 Contract Documents would be incapable or very difficult of accurate estimation, and that the •Amount of Liquidated Damages Per Day•, as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. C7-7.ll SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court, and will not be entitled to additional compensation by virtue of such court order. Neither will he be liable to the City in the event the work is suspended by a Court Order. Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible. C7-7.l2 TEMPORARY SUSPENSION: The OVner shall have the right to suspend the work operation wholly or in part for such period or periods of time as be may deem necessary due to unsuitable weather conditions or any other unfavorable 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. During temporary suspension of work covered by thia contract, for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. If it should become necessary to suspend work for an indefinite period, the Contractor ahall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become da:naged in any way, and be shall take every precaution to prevent damage ~r deterioration of the work performed: he shall provide suitable drainage about the work, and erect temporary structures ~here necessary. Should the Contractor not b'! able to complete a portion of the project due to causes beyond the control of and without the fault or negligence of the Contractor as set forth in Paragraph C7-7.8 EXTENSION OF THE TIME OP COMPLETION, and should it be determined by mutual consent of the Contractor and the Engineer that a solution to allow construction to proceed is not available within a reasonable period of time, then the contractor may be reimbursed for the cost of moving his equipment off the j~b ~nd retu~ning the nece~sary equipment to the job when it 1s determined by the Engineer C7-7 (6) that construction may b~ r:sumed. Such reimbursement shall be b ased on act~al cost to the Contractor of movin3 the eq~iprnent an d no profit ~ill be allowed . No reimbursement shdll be allowed if the e~uipment is mov~a to a nother construction project for the City of Fort wort~. The Contractor shall not suspend work without written notic~ from the Engine~r and shall proceed with the work operations promptly when notified by the Engi~eer to so 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 la~ful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prose:ution of the work with reasonable continuity for a p~riod of two months, the Contractor shall within seven days notify the City in writing, giving ·a detailed statement of the efforts which ~ave been made and listing all necessary items of labor, materials, and equipment not obtainable. If, after investigations, the Owner finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contract, then if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necesoary labor, materials and equipment within thirty days, the Contractor may request the OWner to terminat~ the contract and the 0"'7Tl~r may comply with the request, and th~ termination s~all be conditio~ed and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordan:~ with the terms of th~ agreed settlement,_ which shall include, but not be limited to, the payment for all work executed but no anticipat~~ profits on ~ork ~hich has not been performed. C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT: The work opP,rations on all or any portion or section of tne work under Contract shall be suspended immediately on written order of the Engineer or the Contr~:t m~y be de=lared cancell~d by the City Council for any good an3 sufficient cause. The following, ~y way of exampl~, but not of limitation, may be considered grounds for suspension or ~ancellation: a. Failure of the Contractor to commence work operations within the time specified in the W~rk .order issued by the °"'ner. C7-7 (7) b . Substantial ev i dence that progress of the work operations by Contractor is insufficient to complete the work w~thin the specified time. c. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. d . Substantial evidence that the Contractor has abandoned the work. e. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work satisfactorily. f . Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or owner provided for in these Contr~ct Documents. g . Failure of the Contractor -promptly to make good any defect in materials or workmanship, or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. b . Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction o! work under contract. i . A aubstantial indication that the Contractor haa made an unauthorized aasignment of the contract or any funds due therefrom for the benefit of a~y credit~r or for any other purpose. j . If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. k. If the Contractor commence• legal action against the OWner. A copy of the suspension order or action of the City Council shall be served on the Contractor's Sureties. When work ia suspended for any cause or causes, or when the contract ia cancelled, the Contractor shall discontinue the work or such part ther~of as the Owner shall designate, whereupon the sureties m~y, at their option, assume the contract or that portion thereof which the OWner has ordered t~e Contract~r to discontinue, and may perform the same or may, with the written C7-7 <B> c onsent of ~he Owner, sublet the work or that portion of the wo rk as taken ov~r, provided ho~ever., that the Sure~ies shall ex ercise their option, if at all, within two weeks after the wri tten notice t~ discontinue the work has been served upon the Contractor and upon the Sureties or their authorized a gents . The Sureties, in such event shall assume the Contractor's place in all respects, and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contract Doc~ments. All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses, subject to all of the terms of the Contract Documents. In case fhe Sureties do not, within the hereinabove specified time, exer~ise their ri;ht and option to ass~me the contract responsibi~ities, or that portion thereof which the 0"1tler has ordered by t .be Contractor to discontinue, then the Owner shall have the power to complete, by contract or otherwise, as it may determine, the w~rk herein described or such part thereof as it ~ay deem necessary, and the Contractor hereto agrees that the owner shall have the right to take possession of and use any materials, plants, tools, equipment, supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools, equipment, materials, labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense for labor, materials, tool&, equipment, and all expenses incidental thereto. The expense so charged shall be deducted by the Owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the ~ork completing the contract, but the expense to be deducted shall be the actual cost of the owner of such work. In case such expenses shall exceed the amount which would hav~ been payable under the Contract if the same had been completed by the Contractor, then the Contractor and his Sureties shall pa~ the amount of such ~excess to the City on notic~ from th~ · O~ner of the excess due. When any particular part .:,f tile work i s being carried on by the Owner by contract or otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the t erms of the Contract Doc~nts and i~ such a manner as to not hinder or interfere with performance of the work by the 0"1Tler. C7-7.15 FULFILLMENT OF CONTRACT: The Contract will be considered as having been fulfilled, oave as pr~vided in any bond or bonds or by law, when all the work and all sections or parts of the project covered by the Contract Documents have C7-7 ( 9) been finished and completed, the final inspection made by the Engineer, and th~ final acceptance and final payment made by the OWner . C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER: A. B. NOTICE OF TERMINATION: The performance of the work under this contract may be terminated by the Owner in whole, or from time to time in part, in accordance with this section, whenever the Owner shall determine that such termination is in the best interest of the Owner. Any such termination shall be effected by mailing a notice of terminati?n to the Contractor specifying the extent to which performance of work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presum~d and established when the letter is placed in the United States Mail by the Owner. Further, it shall be deemed conclusively presumed and established that such termination is mad~ with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the Owner regarding such discretionary action. CONTRACTOR ACTION: After receipt of a notice of termination, and except as otherwise directed by the Engineer, the Contractor shall: 1. 2. 3. .~. Stop work under the contract on the date and to the extent specified in the notice of termination; 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; terminate all orders and aubcontracts to the extent that they relate to the performance of work terminated by the notice of termination; transfer title to the Owner and deliver in the manner, at the times, and to the extent, if any, dir~cted by the Engineer: C7-7 ClO> a. the fabric3t~d or un!abricnted parts, work in pro~ess , compl:ted work, supplies and other mat~rial produced as a part of, or acqui~ed in connection with the performance of, the work terminated by the notice of termination; and b. the completed, or partially completed plans, drawing5, information and other property which, if the contract had been completed, would have been required to be furnished to the Owner. S. complete performance of such part of the work as shall not have been terminated by the notice of termination; and 6. take such action as ~ay be necessary, or as the Engineer may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the Ot.'ner has or may acquire the rest. At a time not later than 30 days a!t~r the termination date specified in the notice of termination, the Contractor ~ay submit to the Engineer a list, certified as to quantity and guality, of any or all items of termination inventory not previously disposed of, exclusive o! it~ms the disposition of which has been directed or authorized by the Engineer. Not later than 15 days ther~after, the Owner shall accept title to such items provid--d, that the list submitted shall be subject to verification by the Engineer upon removal of th~ items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. C. TERMINATION CLAIM: Within 60 days after notice of term1natio~, the Contractor shall submit his termination claim to the Engineer in the form and ~ith the certification prescribed by the Engineer. Unless one or more extensions in writing a~e granted by the Owner upon request of th~ Contractor, made in writing within such 60-day period or authorized extension thereof, any and all such claims shall be conclusively deemed ~aiv~d. C7-7 (11) D. E. !'. G. AMOUNTS: Subject to the provisions of Item C7-7.l6CC), the Contractor and Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price as reduced by the amount of payments otherwise made and as further reduced by the contract price of work not terminated. The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. No amount shall be due for lost or anticipated profits. Nothing in C7-7.16CE> hereafter, prescribing the amount to be paid to the Contractor in the event of failure of the Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. FAILURE TO AGREE: In the event of tbe failure of the Contractor and the Owner to agree as provided in C7-7.l6 (D) upon the whole amount to be paid to the Contractor by reason of the termination of work pursuant to this section the Owner shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. No amount shall be due for lost or anticipated profits. DEDUCTIONS: In arriving at the amount due the contractor under tbia section, there shall be deducted <a> all unliquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract: Cb) any claim which the Owner may have against the Contractor in connection with this contract: and Cc> the agreed price for, or the proceeds of sale of, any materials, supplies or other things kept by the Contractor or sold, pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. 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 Cl2) ,• ' B. equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by the notice of termination>, such equitable adjustment as may be agreed upon shall be made in such price or prices: nothing contained herein, however, shall limit the right of the Owner and the Contractor to agree upon the amount or amounts to be paid to the Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion. NO LIMITATION OF -RIGHTS: Nothing contained in this section shall limit or alter th~ rights which the Owner may have for termination of this contract under C7-7.l4 hereof entitled •suspension of Abandonment of the work and Amendment of Contract• or any other right which Chimer may have for default or breach of contract by Contractor. -- C7-7 .17 SAFETY METHODS AND PRACTICES: The Contractor shall be r esponsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. The Contractor shall comply with federal, state, and local laws, ordinances, and regulations so as to protect person and property from injury, including death, or dam.age in connection with the work. C7-7 (13) PART C -GENERAL CONDITIONS CB-8 MEASUREMENT AND PAYMENT SECTION CB-B MEASUREMENT AND PAYMENT CB-B.l MEASUREMENT OF QUANTITIES: The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based o n measurements made by the Engineer. These measurements will be made according to the Onited States Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights of the materials and items installed. C8-8.2 UNIT PRICES: When in the Proposal a •unit Price• is set forth, the said •unit Price• shall include the furnishing by the Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents. The •unit Price• shall include all permanent and temporary protection of overhead, surface, and underground structures, cleanup, finished, overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other causes, delays, profits, injuries, damages claims, taxes, and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in a satisfactory condition . for operation. ce-8.3 LUMP SUM: When in the Proposal a •tump Sum• is set forth, the said •tump sum• shall represent the total cost ·for the Contractor to furnish all labor, tools, materials, ·machinery, equipment, appurtenances, and all aubsidary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. cs-e., SCOPE OF PAYMENT: The Contractor aball receive and accept the compensation, as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforesee~ defects or obstructions which may arise or be encountered during the prosecution of the work at any time cs-e cl> ~efore its final acceptance by the owner, <except as provided in paragraph CS-5.14) for all risks of whatever description connected with the prosecution of the work, for all expense incurred by or in consequence of suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for ~ompleteing the work in an acceptable manner according to the t~rms of the Contract Documents. The payment of any current or partial estimate prior to final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfection, or damage shall have been discovered on or before the final inspection and acceptance of work ot during the one year guaranty period after final acceptance. The Owner shall.be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. CB-8.S PARTIAL ESTIMATES AND RETAINAGE: Between the lat and 5th day of each month the Contractor aball submit to the Engineer a statement shoving an estimate of the value of the work done during the previous month, or estimate period under the Contract Documents. Not later than the 10th day of the month the Engineer shall verify such estimate, and if it is found to be acceptable and the value of work performed since the last partial payment was made exceeds one hundred dollars C $100. 00) in amount, 901 of such estimated sum will be paid to the Contractor if the total contract amount ia less than $.COO,ooo·, or 951 of such estimated sum viil b_e paid to the Contractor if the total contract amount is $400,000 or greater within twenty-five (25) days after the regular estimate period. The City will have the option of preparing estimates on forms furnished by the City. The partial estimate may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work-as a permanent part thereof, but vhich at the the time of the estimate have not been installed. Cauch payment will be allowed on a basis of 851 of the net invoice value thereof.> The Contractor shall furnish the Engineer such information as he may request to aid cs-e <2 > .1, hi m as a guid~ in the verification or the preparation of p artial estimates. I t is understood that the partial estimate from month to month will be approximate only, and all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate,and such estimate shall not, in any respect, be taken as an admission of the Owner of the amount of work done or of its quality of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any monthly estimate if the contractor fails to perform the work strictly in accordance with the specifications or provisions of this contract. ce-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents. CB-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents shall have been completed and all requirements of the Contract Document& shall have been fulfilled on the part of the Contractor, the Contractor shall notify the Engineer in writing that the improvements are ready for the final inspection. The Engineer shall 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. ce-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. All prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. CB-8 (3) The amount of the final estimate, less previous payments and any sum that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the owner satisfactory ~vidence of payment as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit, as furnished by the City, certifying that all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full, that the wage scale established by the City Council in the City of Fort Worth has been paid, and that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the Owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under Contract Documents or any act or neglect of said City relating to or connected with the Contract. The making of the final payment by the Owner shall not relieve ~~e Contractor of any guarantees or other requirements of tbe ~ntract Documents which specifically continue thereafter. CB-8.9 ADEQUACY . OF DESIGN: It ie understood that the Owner believes it has employed competent ~ngineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents. It ia, therefore, agreed that the Owner shall be responsible for the adequacy of its own design features, sufficiency of the Contract Documents, the safety of the structure, and the practicability of the operations of the completed project, provided the Contractor has complied with the requirement• of the said Contract Documents, all approved modification• thereof, and additions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he baa complied with the said requirements of the Contract Documents, approved modification• thereof, and all approved additions and alteration• thereto. CS-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The contractor shall remedy any defects or damages in the work and cs-s (4) p ay for any damage to other work resulting therefrom ~hich s ~a ll appear within a period of one year from the date of final acceptance of the work unless a longer period is specified andshall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outline. The Owner will give notice of observed defects with reasonable promptness. C8-8.ll SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no s pecific item for bid has been provided for in the Proposal, s hall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for ea c h bid item. Surface restoration, rock excavation and c leanup are general items of work 11hic.h fall in the category o f subsidiary work. ce-e.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish u nit prices for miscellaneous placement· of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. CB-8.13 RECORD DOCUMENTS: Contractor shall keep on record a copy of all specifications, plans, addenda, modifications, shop dra11ings and samples at the site, in good order and annotated to show all changes made during the construction p r oc ess. These shall be delivered to Engineer upon completion of t he work. ce-e cs> - SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS A. General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. B. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such . materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent (10%). For contracts of $400,000 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. C. Part C -General Conditions: Paragraph C3-3 .l l of the General Conditions is deleted and replaced with D-3 of Part D -Special Conditions. D. C3-3.l 1 INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised 09/30/02 Pg. 1 E. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniurv, damage or death is caused. in whole or in part, by the negligence or alleged negligence of Owner, its o(ricers. servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not anv such iniurv or damage is caused in whole or in part bv the negligence or alleged negligence of Owner. its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. F. INCREASED OR DECREASED QUANTITIES: Part C ., General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4.3 INCREASED OR DECREASED QUANTITIES to read as follows: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. Revised 09/30/02 Pg.2 - - - - - - - . - G. C3-3. l l INSURANCE: Page C3-3 (7): Add subparagraph "h. ADDITIONAL INSURANCE REQUIREMENTS " a . The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the b id documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy( s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance . j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss . Revised 09/30/02 Pg. 3 H. I. 1. Contractor's liability shall not be limited to the specified amounts of insurance required herein. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph CS-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terins of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. CS-8.10 GENERAL GUARANTY: Delete C8-8.10, General Guaranty at page CS-8( 4) is deleted in its entirety and replaced with the following: Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract Revised 09/30/02 Pg.4 - - - L - I... which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. J. Part C -General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2.7, C2-2.8 and C2-2.9 with the following: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, P.O. Box 17027, Fort Worth, Texas 76102. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight ( 48) hours after the proposal opening time, no further consideration will be given to the proposal K. C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated November 1, 1987; (City let projects) make the following revisions: Revised 09/30/02 Pg.5 1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on ·obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein . 2. Pg. C3-3(5) Paragraph C3-3. l 1 INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3. l 1 INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING". L. RIGHT TO AUDIT: Part C -General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: C8 -8 . l 4 RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits . (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits. ( c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: Revised 09/30/02 Pg.6 - - - - - - - - - '< - - - - - M. N. 0. 1. 50 copies and under -10 cents per page 2, More than 50 copies -85 cents for the first page plus fifteen cents for each page thereafter SITE PREPARATION: The Contractor shall clear rights-of-way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project construction operations. The contractor's attention is directed to paragraph C6-6. l O work within easements, page C6-6(4), part C -General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe. Reference Part C -General Conditions, Section C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: 1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the word flagmen. 2. In the first paragraph, lines five (5) and six (6), change the phrase take all such other precautionary measures to take all reasonable necessary measures. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor · further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation ( other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years. Revised 09/30/02 .Pg. 7 P. WAGE RATES: Section C3-3 .13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Section C-1, L. Right to Audit (Rev. 9/30/02) pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. ( d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Revised 09/30/02 Pg.8 - PART D -SPECIAL CONDITIONS GENERAL ....... , ............................................................................................................. 3 COORDINATION MEETING ......................................................................................... .4 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ................ 5 COORDINATION WITH FORT WORTH WATER DEPARTMENT ................................ 7 CROSSING OF EXISTING UTILITIES .......................................................................... 7 EXISTING UTILITIES AND IMPROVEMENTS .............................................................. 7 CONSTRUCTION TRAFFIC OVER PIPELINES ............................................................ 8 TRAFFIC CONTROL ..................................................................................................... 8 DETOURS ..................................................................................................................... 9 EXAMINATION OF SITE ................................................................................................ 9 ZONING COMPLIANCE ................................................................................................. 9 WATER FOR CONSTRUCTION .................................................................................. 10 WASTE MATERIAL ..................................................................................................... 10 PROJECT CLEANUP AND FINAL ACCEPTANCE ...................................................... 10 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK ................................. 10 SAFETY .RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ............................ 10 BID QUANTITIES ......................................................................................................... 11 CUTTING OF CONCRETE .......................................................................................... 11 PROJECT DESIGNATION SIGN ................................................................................. 11 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ...................................... 12 MISCELLANEOUS PLACEMENT OF MATERIAL. ....................................................... 12 CRUSHED LIMESTONE BACKFILL ............................................................................ 12 2 :27 CONCRETE ......................................................................................................... 12 TRENCH EXCAVATION , BACKFILL , AND COMPACTION ......................................... 12 PAVEMENT REPAIR (E2-19) ...................................................................................... 14 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ................ 15 SANITARY SEWER MANHOLES ................................................................................ 15 SANITARY SEWER SERVICES .................................................................................. 18 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES ................ 20 DETECTABLE WARNING TAPES ............................................................................... 22 PIPE CLEANING ............................................................................................... , .......... 22 DISPOSAL OF SPOIL/FILL MATERIAL ....................................................................... 22 MECHANICS AND MATERIALMEN 'S LIEN ................................................................. 23 SUBSTITUTIONS ........................................................................................................ 23 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............. 23 VACUUM TESTING OF SANITARY SEWER MANHOLES .......................................... 26 BYPASS PUMPING ..................................................................................................... 27 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER .......... 27 SAMPLES AND QUALITY CONTROL TESTING ......................................................... 29 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL .......... 30 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ........................ 31 PROTECTION OF TREES, PLANTS AND SOIL. ......................................................... 31 SITE RESTORATION .................................................................................................. 31 CITY OF FORT WORTH STANDARD PRODUCT LIST ........................ , ..................... 31 TOPSOIL, SODDING. SEEDING & HYDROMULCHING ............................................. 32 CONFINED SPACE ENTRY PROGRAM ..................................................................... 37 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ............................ 37 EXCAVATION NEAR TREES ...................................................................................... 37 CONCRETE ENCASEMENT OF SEWER PIPE .......................................................... 38 CLAY DAM ................................................................................................................... 38 EXPLORATORY EXCAVATION {D-HOLE) .................................................................. 38 INSTALLATION OF WATER FACILITIES .................................................................... 39 09/01 /04 SC-1 PART D -SPECIAL CONDITIONS 52 .1 Polyvinyl Chloride (PVC) Water Pipe ............................................................................ 39 52 .2 Blocking ....................................................................................................................... 39 52 .3 Type of Casing Pipe ..................................................................................................... 39 52.4 Tie -Ins ......................................................................................................................... .40 52 .5 Connection of Existing Mains ...................................................................................... .40 52 .6 Valve Cut-Ins .............................................................................................................. .40 52 .7 Water Services ............................................................................................................ .40 52 .8 2-lnch Temporary Service Line .................................................................................... 42 52 .9 Purging and Steril ization of Water Lines ..................................................................... .43 52 .10 Work Near Pressure Plane Boundaries ....................................................................... .44 52 .11 Water Sample Station ................................................................................................. .44 52 .12 Ductile Iron and Gray Iron Fittings ............................................................................... .44 D-53 SPRINKLING FOR DUST CONTROL ......................................................................... .45 D-54 DEWATERING ............................................................................................................ .45 D-55 TRENCH EXCAVATION ON DEEP TRENCHES ........................................................ .45 D-56 TREE PRUNING ......................................................................................................... .45 D-57 TREE REMOVAL ........................................................................................................ .46 D-58 TEST HOLES .............................................................................................................. .46 D-59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION ....................................................................................................... .47 TRAFFIC BUTTONS ................................................................................................... .47 SANITARY SEWER SERVICE CLEANOUTS ............................................................. .48 TEMPORARY PAVEMENT REPAIR ........................................................................... .48 CONSTRUCTION STAKES ........................................................................................ .48 EASEMENTS AND PERMITS ..................................................................................... .48 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ................................................ 49 WAGE RATES ............................................................................................................. 49 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ..................................... .49 STORM WATER POLLUTION PREVENTION ............................................................ 50 COORDINATION WITH THE CITY 'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS .................................................................................... 52 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ............................................ 52 EARLY WARNING SYSTEM FOR CONSTRUCTION ................................................. 52 AIR POLLUTION WATCH DAYS ................................................................................. 53 FEE FOR STREET USE PERMITS AND RE -INSPECTIONS ...................................... 54 GREEN CEMENT POLICY ........................................................................... 54 09101 /04 SC-2 PART D -SPECIAL CONDITIONS D, Part D shall This Part D -Special Conditions is compl imentary to Part C -General Conditions and Part C1 -Supplementary Conditions to · Part C of the Contract. Anything contained in this Part D that is additive to any provision in Part C -General Conditions and part C 1 - Supplementary Conditions to Part C of the Contract are to be read together. Any conflict between Part C -General Conditions and Part C1 -Supplementary Condit ions of the Contract and this Part D , Part D shall control. FOR: SANITARY SEWER MAIN REPLACEMENTS CONTRACT 2007 A FORT WORTH , TEXAS DOE PROJECT NO. 5964 WATER DEPARTMENT PROJECT NO . P258-7011700971 CITY PROJECT NO . 971 0-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally , but not necessarily , follow the guidelines listed below: 1. Plans 2 . Contract Documents 3. Special Conditions The following Special Conditions shall be applicable to this project under the p'rovisions stated above . The Contractor shall be responsible for defects in this project due to faulty materials and workmanship , or both , for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes . Subject to modifications as herein contained , the Fort Worth Water Department's General Contract Documents and General Specifications , with latest revisions , are made a part of the General Contract Documents for this project. The Plans , these Special Contract Documents and the rules , regulations , requirements , instructions, drawings or details referred to by manufacturers name , or identification include there in as specifying , referring or implying product control , performance , quality, or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative ; therefore , work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications , which general specifications shall govern performance of all such work . This contract and project , where applicable , may also be governed by the two following published specifications , except as modified by these Special Provisions : 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 09/01 /04 SC-3 PART D -SPECIAL CONDITIONS 2 . STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents . A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director , 1000 Throckmorton Street , 2nd Floor, Municipal Building , Fort Worth , Texas 76102. The specifications applicab le to each pay item are indicated by the call-out for the pay item by the designer. If not shown , then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provis ions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas doc ument. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL : No proposal will be cons idered unless it is delivered , accompanied by its proper Bid Security , to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposa l at the proper time to the proper place . The mere fact · that a proposal was dispatched will not be considered . The Bidders must have the proposal actually delivered . Each proposal shall be in a sealed envelope plainly marked wi t h the word "PROPOSAL", and the name or desc r iption of the project as designated in the "Notice to Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division , PO Box 17027 , Fort Worth , Texas 76102 . B. WITHDRAWING PROPOSALS : Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing , addressed to the City Manager, and filed with him prior to the time set for the open ing of proposals . After all proposals not requested for non- consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may , at the option of the Owner, be returned unopened . C. TELEGRAPHIC MODIFICATION OF PROPOSALS : Any bidder may modify his proposal by telegraphic communication at any time prior to the t ime set for opening proposals , provided such telegraphic communication is received by the Purchasing Manager prior o 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 rece ived w ithin forty-eight (48) hours after the proposal opening t ime , no further consideration will be given to the proposal. 0-2 COORDINATION MEETING For coordination purposes , weekly meetings at the job site may be required to maintain the project on the desired schedule . The contractor shall be present at all meetings . 09101 /0 4 SC-4 PART D -SPECIAL CONDITIONS 0-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions : 1. Certification of coverage ("certificate"). A copy of a cert ificate of insurance , a certificate of authority to self-insure issued by the commission , or a coverage agreement (TWCC-81 , TWCC-82 , TWCC-83 , or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees provid ing services on a project , for the duration of the project. 2 . Durat ion of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity . 3. Persons providing services on the project ("subcontractor" i n §406 .096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project , regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees . This includes , without limitation , independent contractors , subcontractors , leas ing companies , motor carriers , owner operators , employees of any such entity , or employees of any entity which furnishes persons to provide services on the project. "Services " inclu_de , without limitation , providing , hauling , or delivering equipment or materials , or providing labor, transportation , or other services related to a project. "Services" does not include activities unrelated to the project , such as food/beverage vendors , office supply deliveries , and delivery of portable toilets . B. The Contractor shall provide coverage , based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements , which meets the statutory requirements of Texas Labor Code , Section 401 .011 (44) or all employees of the Contractor providing services on the project , for the duration of the project. C . The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D . If the coverage period shown on the contractor's current cert ificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period , file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 1. A certificate of coverage , prior to that person beginning work on the project , so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 2 . No later than seven days after rece ipt by the contractor, a new certificate of coverage showing extension of coverage , if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 09101/04 SC-5 PART D -SPECIAL CONDITIONS G . The contractor shall notify the governmental entity in writing by certified mail or persona l delivery, within ten (10) days after the contractor knew or should have known,, of any change that materially affects the provision of coverage of any person providing services on the project. H . The contractor shall post on each project site a notice , in the text , form and manner prescribed by the Texas Worker's Compensation Commission , informing all persons providing services on the project that they are required to be covered , and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually requ ire each person with whom it contracts to provide services on a project, to : 1 . Provide coverage , based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements , wh ich meets the statutory requirements of Texas Labor Code , Section 401 .011 (44) for all of its employees providing services on the project, for the duration of the project; 2 . Provide to the Contractor, prior to that person beginning work on the project , a certificate of coverage showing that coverage is being provided for all employees of t he person providing services on the project , for the duration of the project ; 3 . Provide the Contractor, prior to the end of the coverage period , a new certificate of coverage showing extension of coverage , if the coverage period shown on t he current certificate of coverage ends during the duration of the project ; 4 . Obta in from each other person with whom it contracts , and provide to the Contractor: a .) A certificate of coverage , prior to the other pe rson beginn ing work on the project ; and b.) A new certificate of coverage showing extension of coverage , prior to the end of the coverage period , if the coverage period shown on the current certificate of coverage ends during the duration of the project. 5. Retain all required certificates of coverage on file for the duration of the proj1~ct and for one year thereafter. 6. Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known , of any change that materially affects the provision of coverage of any person providing services on the project ; and 7 . Contractually require each person with whom it contracts , to perform as required by paragraphs (1)-(7), with the certificates of coverage to be provided to the perso n for whom they are providing services. 8 . By signing this contract or providing or causing to be provided a certificate of coverage , the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project , that the coverage will be based on proper reporting of classification codes and payroll amounts , and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured , with the commission 's Divis ion of Self-Insurance Regulation . Providing false or 09101104 SC-6 PART D -SPECIAL CONDITIONS misleading information may subject the contractor to administrat ive , criminal , civil penalties or other civil actions . 9 . The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. J. The contractor shall post a notice on each project site inform ing all persons providing services on the project that they are required to be covered , and stating how a person may verify current coverage and report failure to provide coverage . This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules . This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type , and shall be in both English and Spanish and any other language common to the worker population . The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance . This includes persons providing , hauling , or delivering equipment or materials , or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee ." Call the Texas Worker's Compensation Commission at (512)440-3789 to receive information on the legal requirement for coverage , to verify whether your employer has provided the required coverage , or to report an employer's failure to provide coverage". D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project , it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines . D-5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel , the sanitary sewer or sanitary sewer service line shall be made watertight or be constructed of ductile iron pipe . The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping . The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping . Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. Backfill, fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the cost of which shall be included in the price bid in the Proposal for each bid item . D-6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures . However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans , or to show them in their exact location . It is mutually agreed that such failure shall not be 09/01/04 SC-7 PART D -SPECIAL CONDITIONS cons idered sufficient basis for claims for additional compensat ion 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 ut ilities , service lines , or other property exposed by his construction operations . Contractor shall make all necessary provisions for the support , protection or relocation , and/or temporary relocation of all utility poles , gas lines , telephone cables , utility services , water ma ins , sanitary sewer lines , electrical cables , drainage pipes , and all other utilities and structures both above and below ground during construction . The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed . NO ADDITIONAL COMPENSATION WILL BE ALLOWED . Where existing utilities or service lines are cut , broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type of original material and cons truction , or better , unless otherwise shown or noted on the plans , at his own cost and expense. The Contractor shall immediately notify the Owner of the damaged utility or service line . He shall cooperate with the Owners of all utilities to locate existing underground facilities an d notify the Engineer of any conflicts in grades and alignment. In case it is necessary to change or move the property of any owner of a public utility , such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public ut ilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not ~1uaranteed by the City of the Engineer to be accurate as to extent , locat ion , and depth ; they are shown on the plans as the best information available at the time of design , from the owners of the utilities involved and from evidences found on the ground. D-7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions . It will be the respons ibility of the Contractor to protect both the new line and the existing lines from these poss ibly excessive loads . The Contractor shall not , at any time , cross the existing or new pipe with a truck delivering new pipe to the site . Any damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense , to the satisfaction of the City . In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more frequent crossings of the pipes are allowed . It still is , however, the responsibility of the Contractor to repair any damage to the existing or proposed lines , if the damage resul 1ts from any phase of his construction operation . D-8 TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permit " prior to starting work . As part of the "Street Use Permit " a traffic control plan is required . The Contractor shall be responsible for providing traffic control durir:,g the construction of this project consistent with the provis ions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and 09/01104 SC-8 - PART D -SPECIAL CONDITIONS Highways " issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways ," codified as Article 6701 d Vernon 's Civil Statutes , pertinent sections being Section Nos. 27, 29 , 30 and 31 . Unless otherwise included as part of the Construction documents , the Contractor shall submit a traffic control plan (duly sealed, signed and dated by a Registered Professional Engineer in the State of Texas), to the City Traffic Engineer [Tel (817)392-8770] at or before the preconstruction conference . Although work will not begin until the traffic control plan has been reviewed and approved, the Contractor's time will begin in accordance with the time frame mutually established in the Notice to the Contractor. The Contractor will not remove any regulatory sign , instructional sign , street name sign or other sign , which has been erected by the City . If it is determ ined that a sign must be removed to permit required construction , the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division , (Phone Number 871-7738) to remove the sign . In the case of regulatory signs , the Contractor must replace the permanent sign with a temporary -sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign . If the temporary sign is not installed correctly or if it does not meet the required specifications , the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled , the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed . Work shall not be performed on certain locations/streets during "peak traffic periods " as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." The per each pay item for traffic control plan shall cover design and/or installation and maintenance of the traffic control plan. 0-9 DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilites and to the flow of vehicular and pedestrian traffic within the project area . 0-10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions , which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties , procedures for protecting existing improvements and disposition of all materials to be removed . Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions , which may give , rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. 0-11 ZONING COMPLIANCE During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes . 09/01/04 SC-9 PART D -SPECIAL CONDITIONS D-12 WATER FOR CONSTRUCTION The Contractor at his own expense will furn ish water fo r construction . D-13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper dra inage or to cause injury to street improvements or to abutting property . D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Co ntractor sha ll be aware that kee ping the p ro j ect s ite in a neat and o rd e rl y co nditi o n is con s idere d an integral part of the co ntrac ted wo rk and as such sh a ll be co ns id ered s ub sidi ary to the app ropriate bid ite ms. C lean up work s hall b e do ne as di rected by th e En gi neer as the wo rk pro gresses or -as need ed . If, in the o pinio n of th e E ng inee r it is necessary, cl ean-up shall be d o ne on a d ail y bas is. Clean up w ork sha ll includ e, but not be lim ited to : • Swee ping th e str eet cl ean of d irt or debris • Storing excess materia l in app ro priate and or gani ze d manne r • Keeping tras h of a ny ki nd off of res id ents' pro perty If th e Eng in ee r does not fee l th at th e j o bsite has been kep t in an orde rl y co nditi o n, on the n ext es timate pay m ent (and all s ub se qu ent payme nt s until comp lete d) of the app ro pri ate bid item (s) w ill be redu ced by 25%. Final cleanup work shall be done for this project as soon as all construction has been completed. No more than seven days shall elapse after complet ion of construction before the roadway , right- of-way , or easement is cleaned up to the satisfaction of the Engineer . The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative . This cleanup shall include removal of all objectionable rocks , pieces of asphalt or concrete and other construct ion materials , and in general preparing the site of the work in an orderly manner and appearance . The City of Fort Worth Department of Engineerin~~ shall give final acceptance of the completed project work . D-15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK Prior to executing the Contract, it shall be the responsibility of the Contractor to furnish a schedule outlining the anticipated time for each phase of construction with starting and completion dates , including sufficient time being allowed for cleanup . The Contractor shall not commence with water and/or sanitary sewer installation until such time that the survey cut-sheets have been received from the City inspector. D-16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 1. A warning sign not less than five inches by seven inches , painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles sue as cranes , derricks , power shovels , drilling rigs , pile drivers , hoisting equipment or similar apparatus . 09/01 /04 SC-10 PART D -SPECIAL CONDITIONS The warning sign shall read as follows : "WARNING -UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES ." 2. Equ ipment that may be operated within ten feet of high voltage lines shall have insulating cage-type of guard about the boom or arm , except back hoes or dippers , and insulator links on the lift hook connections . 3. When necessary to work with in six feet of high voltage electric lines , notification shall be given the power company (ONCORE) who will erect temporary mechanical barriers , de- energize the lines , or ra ise or lower the lines . The work done by the power company shall not be at the expense of the City of Fort Worth . The notifying department shall maintain an accurate log of all such calls to ONCORE , and shall reco rd action taken in each case. 4 . The Contractor is required to make arrangements with the ONCORE company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense . 5. No person shall work within six feet of a high voltage line without protection having been taken as outl i ned in Paragraph (3). 0-17 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities . There is no limit to which a bid item can be increased or decreased . Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities . To the extent that C4-4 .3 conflicts with this provision , this provision controls . No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities . 0-18 CUTIING OF CONCRETE When existing concrete is cut , such cuts shall be made with a concrete saw. All sawing shall be subsidiary to the unit cost of the respective item . 0-19 PROJECT DESIGNATION SIGN Project signs are required at all locations. It shall be in accordance with the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting . In addition to the 4 ' x 8 ' project signs , project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted . Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades . Barricade signs shall be in accordance with Figure 30, except that they shall be 1'-0 " by 2 '-0 " in size. The information box shall have the following information : For Questions on this Project Call: (817) 871-8306 M-F 7:30 am to 4 :30 p.m . or (817)871-8300 Nights and Weekends Any and all cost for the required materials , labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed . 09/01 104 SC-11 PART D -SPECIAL CONDITIONS 0-20 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 1'einforcing steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works Department Standard Specifications for Construction , Item 504 . At locations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced to match type and geometry of the removed curb and gutter shall be installed in accordance with City of Fort Worth Public Works Department Standard Specification for Construction , Item 502 . Payment for cutting , backfill , concrete , forming materials and all other associated appurtenances required , shall be included in the square yard price of the bid item for concrete s iidewalk or driveway repair. 0-21 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used , measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. 0-22 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208 .2 -Materials and Division 2 Item 208 .3 -Materials Sources . Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill , Construction Specifications , General Contract Documents . Payment for crushed limestone backfill in place shall be made at the unit price bid in th1~ Proposal multiplied by the quantity of material used measured in accordance with E2-2 .16 Measurement of Backfill Materials , Construction Specifications , and General Contract Documents . 0-23 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts Figures 1 through 5 refer to using 2:27 Concrete as base repair. Since this call- out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete . 0-24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lots, driveways , gravel surfaced roads , wi t hin easements , and within existing or future R.O .W . shall be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein. 09101/04 SC-12 PART D -SPECIAL CONDITIONS 1. TRENCH EXCAVATION : In accordance with Section E2-2 Excavation and Backfill , if the stated maximum trench widths are exceeded , either through accident or otherwise , and if the Engineer determines that the design loadings of the pipe will be exceeded , the Contractor will be required to support the pipe with an improved trench bottom . The expense of such remedial measures shall be entirely the Contractor's own . All trenching operations shall be confined to the width of permanent rights-of-way , permanent easements , and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. 2 . TRENCH BACKFILL : Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C " backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas , with a map showing the location and depth of the various test holes . If excavated material is obviously granular in nature , containing little or no plastic material , the Engineer may waive the test report requirement. See E 1-2 .3, Type "C" or "D" Backfill , and E2-2 .11 Trench Backfill for additional requirements . When Type "C" back-fill material is not su itable , at the direction of the Engineer, Type "B " backfill material shall be used . In general , all backfill material for trenches in existing paved streets shall be in accordance with Figure A. Sand material specified in Figure A shall be obtained from an approved source and shall consist of durable particles free of thin or elongated pieces , lumps of clay , soil , loam or vegetable matter and shall meet the following gradation : • Less than 10% passing the #200 sieve • P.I. = 10 or less Additionally , the crushed limestone embedment gradation specified in Section E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced w ith the following : Sieve Size 1" 1/2" 3/8 " #4 #8 % Retained 0-10 40-75 55-90 90-100 95-100 All other provisions of this section shall remain the same. 3. TRENCH COMPACTION: All trench backfill shall be placed in lifts per E2-2 .9 Backfill. Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90% Standard Proctor Density (A.S .T.M. 0698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Eng ineer. Backfill material to be compacted as described above must be within +-4% of its optimum moisture content. The top two (2) feet of sewer line trenches and the top eighteen (18) inches of wate r line may be rolled in with heavy 09/01 /04 SC-13 PART D -SPECIAL CONDITIONS equipment tires , provided it is placed in lifts appropriate to the material being used and the operation can be performed without damage to the installed pipe . The City , at its own expense , will perform trench compaction tests per A.S .T .M. standards on all trench backfill. Any retesting required as a result of failure to compact the backfill mate rial to meet the standards will be at the expense of the Contractor and will be billed at the co mercial rates as determined by the City . These soil dens ity tests shall be performed at two (2) foot vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City . 4 . MEASUREMENT AND PAYMENT: All material , including any and all Type "B" backfill , and labor costs of excavation and backfill will be included in the contract documents as a pre-bid pay item in cubic yards . 0-25 PAVEMENT REPAIR (E2-19) The unit price bid under the appropriate bid item of the proposal shall cover all cost fo r providing pavement repair equal to or superior in composition , thickness , etc ., to existing pavement as detailed in the Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts , Figures 2000-1 through 2000-3 . The results of the street cores that were con.ducted on the project streets , to determine HMAC depths on existing streets, are provided in these specifications and contract documents. All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench , a minimum of twelve (12) inches outside the trench walls . The tren c h shall be backfilled and the top nine (9) inches shall be filled with required materials as shown on paving details, compacted and level with the finished street surface . This finished gradie shall be maintained in a serviceable condition until the paving has been replaced . All residential driveways shall be accessible at night and over weekends . It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less in width . Therefore , at the locations in the project where the trench wall is three (3) feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter line . The pavement shall be replaced within a maximum of five (5) working days , providing job placement conditions will permit repaving . If paving conditions are not suitable for repaving , in the opinion of the Owner, the repaving shall be done at the earliest possible date. A permit must be obtained from the Department of Engineering Construction Services Section by the Contractor in conformance with Ordinance No . 3449 and/or Ordinance No . 792 to make utility cuts in the street. The Department of Engineering will inspect the paving repair after construction . This permit requirement may be waived if work is being done under a Performance Bond and inspected by the Department of Engineering . 09/01104 SC-14 PART D -SPECIAL CONDITIONS 0-26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A GENERAL : This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave -ins . The requirements of this item govern all trenches for ma ins , manholes , vaults , service lines , and all other appurtenances. The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas . The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. B. STANDARDS : The latest version of the U.S, Department of Labor, Occupational Safety and Health Administration Standards , 29 CFR Part 1926 , Sub-Part P -Excavations , are hereby made a part of this specification and shall be the m inimum governing requirements for trench safety . C. DEFINITIONS: 1. TRENCHES -A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width , where the width measured at the bottom is not greater than fifteen (15) feet. 2. BENCHING SYSTEM -Benching means excavating the sides of a trench to form one or a series of horizontal level or steps , usually with vertical or near-vertical surfaces between levels. 3 . SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are inclined away from the excavation. 4 . SHIELD SYSTEM -Shields used in trenches are generally referred to as "trench boxes " or "trench shields ". Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure . Shields can be permanent structures or can be designed to be portable and move along as the work progresses . Shields can be either pre-manufactured or job-built in accordance with OSHA standards . 5 . SHORING SYSTEM -Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave-ins. Shoring systems are generally comprised of cross-braces , vertical rails , (uprights), horizontal rails (wales) and/or sheeting . D. MEASUREMENT -Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation . The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. E. PAYMENT -Payment shall be full compensation for safety system design , labor, tools , materials , equipment and incidentals necessary for the installation and removal of trench safety systems . 0-27 SANITARY SEWER MANHOLES A GENERAL: The installation , replacement , and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans , and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes , Valve Vaults , Etc ., and E2-14 Vault and Manhole Construction of the General Contract 09/01/04 SC-15 PART D -SPECIAL CONDITIONS Documents and Specificat ions , unless amended or superseded by requirements of this Special Condition . For new sewer line installat ions , the Contractor shall temporarily plug all lines at every open manhole under construction in order to keep debris out of the dry sewer lines . The plugs shall not be removed until the applicable manhole complete w ith cone section has been constructed and the lid installed to keep out debris as a result of additional construction . 1. CONCRETE COLLARS : Concrete collars will be required on all manholes specified as per Figure 121 . 2. WATERTIGHT MANHOLE INSERTS : Watertight gasket manhole inserts shall be installed in all sanitary sewer manholes . Inserts shall be constructed in accordance with Fort Worth Water Department Standard E 100-4 and shall be fitted and installed according to the manufacturer's recommendations . Stainless Steel manhole inserts shall be required for all pipe diameters 18 " and greater. 3. LIFT HOLES : All lift holes shall be plugged with a pre-cast concrete plug . T lh e lift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout. 4 . FINAL RIM ELEVATIONS : Manhole rims in parkways , lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1 /2) inch above the surrounding ground . Backfill shall provide a uniform slope from the top of manhole casting ·tor not less than three (3) feet each direction to existing finish grade of the ground . The grade of all surfaces shall be checked for proper slope and grade by strin~J lining the entire area regarded near the manhole . Manholes in open fields , unimproved land , or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade . 5. MANHOLE COVERS : All lids shall have pick slots in lieu of pick holes . Manh o le frames and covers shall be McKinley , Type N, with indented top design , or equal , with pick slots . Covers shall set flush with the rim of the frame and shall have no larger than 1 /8-inch gap between the frame and cover. Bearing surfaces shall be machine finished . Locking manhole lids and frames will be restricted to locations within the 100-year floodplain and areas specifically designated on the plans. Certain teed Ductile Iron Manhole Lids and Frames are acceptable for use where locking lids are specified . 6 . SHALLOW CONE MANHOLES : Shallow manhole construction will be used when manhole depth is four (4) feet or less . All shallow cone manholes shall e built in accordance with Figure 105. All shallow cone manholes shall have a cast iron lid and frame with pick slots. NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED. 7. MANHOLE STEPS : No manhole steps are to be installed on any sanitary sewer manhole. 8 . EXTERIOR SURFACE COATING : Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy , Koppers "Bitumastic Super Service Black " T nemec "46- 450 Heavy Tnemecol ," or equal to , a minimum or 14 mils dry film thickness . 9 . MANHOLE JOINT SEALING : All interior and/or exterior joints on concretE~ manhole sections constructed for the City of Fort Worth Water Department , excluding only the 09101/04 SC-16 PART D -SPECIAL CONDITIONS joints using a trapped type performed 0-ring rubber gasket shall require Bitumast ic joint sealants as per Figure M. Th is sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent- Seal , Ram-Nek , E-Z Stick , or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross-sectional area or flat-tape and shall be sized as recommended by the manufacturer and approved by the Eng ineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation , evaporation , or any other chemical action for either its adhesive properties or cohesive strength. The Joint sealer shall remain totally flexible without shrinking , hardening , or oxidizing regardless of the length of time it is exposed to the elements . The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre-formed flexible joint sealant on concrete pipe and manhole sections for a period of at feast five years. B. EXE CUTI ON : 1. INSTALLATION OF JOI NT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above-specified materials . Alf surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt , sand , mud , or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in accordance w ith the recommendations . The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench . After removal of the protective wrapper, the joint sealant shall be kept clean . Install frames and cover over manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer. 2 . SEALING AND/OR ADJUSTING EXISTING MANHOLES : Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole waif keeping the sides of the trench nearly vertical. 09/01/04 Remove manhole frame from the manhole structure and observe the condition of the frame and grade rings . Any frame or grade ring that is not suitable for use as determined by the Engineer shall be replaced . Grade rings that are constructed of brick , block materials other than pre-cast concrete rings, or where necessary and approved by the Engineer, shall be replaced with a pre-cast flattop section. Pre-cast concrete rings , or a pre-cast concrete flattop section will be the only adjustments allowed . In brick or block manholes , replace the upper portion of the manhole to a point 24 inches below the frame . If the walls or cone section below this level are structurally unsound , notify the Engineer prior to replacement of the grade rings and manhole frame . Existing brickwork , if damaged by the Contractor, shall be replaced at the Contractor's expense. Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris . Coat exposed manhole surfaces with an approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface . If the inside diameter of the manhole is too large to safely support new adjustment rings or frames , a flat top section shall be installed . Joint surfaces between the frames , adjustment rings , and cone section shall be free of dirt , stones , debris and voids to ensure a watert ight seal. Place flexible gasket jo int SC-17 PART D -SPECIAL CONDITIONS material along the inside and outside edge of each joint, or use trowelable material in lieu of pre-formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole . No steel shims , wood , stones , or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame . In paved areas or future paved areas , castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface . The top of the casting shall be 1 /8 inch below the finished elevation . Allowances for the compression of the joint material shall be made to assure a proper final grade elevation . 3. EXPOSED EXTERIOR SURFACES : All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy . Kopper "Bitumastic Super Service Black "; Tnemec "46- 450 Heavy Tnemecol ", or equal , to a minimum of 14 mils dry film thickness . 4 . The exterior surface of all pre-cast section joints shall be thoroughly cleaned w ith a wire brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumc1stic joint sealant from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling . C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shc1II include all labor, equipment , and materials necessary for construction of the manhole including, but not limited to , joint sealing , lift hole sealing and exterior surface coating . Payment shall not include pavement replacement , which if required , shall be paid separately . The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole , including , but not limited to , excavation , backfill , disposal of materials , joint sealing , lift hole sealing and exterior surface coating . Payment shall not include pavement replacement, which if required , shall be paid se parately . The price bid for adjusting and/or sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting and/or sealing the manhole , including but not limited to , joint sealing , lift hole sealing , and exterior surface coating . Payment for concrete collars w ill be made per each . Payment for manhole inse rt s will be made per each . D-28 SANITARY SEWER SERVICES Any reconnection , relocation, re-routes, replacement , or new sanitary sewer servicei shall be required as shown on the plans, and/or as described in these Special Contact Documents in addition to those located in the field and identified by the Engineer as active sewer taps. The service connections shall be constructed by the Contractor utilizing standard factory manufactured tees . City approved factory manufactured saddle taps may be used , but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall bei made on a case-by-case basis . The Contractor shall be responsible for coordinating the scheduling of tapp ing crews with building owners and the Engineer in order that the work be performed in an expeditious manner. A minimum of 24 hours advance notice shall be given when tc1ps will be required . Severed service connections shall be maintained as specified in section C6-6 .15 . A SEWER SERVICE RECONNECTION : When sewer service reconnection is ca lled for the Contractor shall vertically adjust the existing sewer service line as required for 09/01/04 SC-18 PART D -SPECIAL CONDITIONS reconnection and furnish a new tap . The fittings used for vertical adjustment shall consist of a maximum bend of 45 degrees . The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut applications , all sanitary sewer service lines shall be replaced to the property or easement line , or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four (4) feet of service line which is included in the price bid for Sanitary Sewer Taps . Payment for work such as backfill , saddles , tees , fittings incidental four (4) feet of serv ice line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps . B. SEWER SERVICE REPLACEMENT : All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line . If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line, all work shall be performed by a licensed plumber. The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as approved by the Engineer. For situations involving sewer service re- routing , whether on public or private property , the City shall provide line and grade for the sewer service lines as shown on the project plans . Prior to installing the applicable sewer main or lateral and the necessary service lines , the Contractor shall verify (by de-holing at the building clean-out) the elevations (shown on the plans) at the build ing clean-out and compare the data with ·the elevation at the proposed connection point on the sewer main , in order to ensure that the two (2) percent minimum slope ( or as specified by the Engineer) requirement is satisfied . Elevations shall also be verified at all bend locations on the service re-route . All applicable sewer mains , laterals and affected service lines that are installed without pre-construction de-holing at the affected residences (to verify design elevations) shall be removed and replaced as necessary at the Contractor's expense in the event grade conflicts are brought to light after de-holing is conducted . All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that the two (2 ) percent minimum slope is not satisfied . If the Contractor determines that a different alignment for the re-route is more beneficial than shown on the plans , the Contractor shall obtain and submit all relevant elevation information for the new alignment to the Inspector and shall be responsible for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is satisfied . Prior to backfilling , the Contractor shall double check the grade of the installed service line and submit signed documentation verifying that the line has been installed as designed to the Engineer. The Contractor, at its sole expense , shall be required to uncover any sewer service for which no grade verification has been submitted . All re- routes that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense . The Contractor shall ensure that the service line is backfilled and compacted in accordance with the City Plumbing Code . Connection to the existing sewer service line shall be made with appropriate adapter fittings . The fitting shall be a urethane or neoprene coupling A.S .T.M . C-425 with series 300 stainless steel compression straps . The Contractor shall remove the existing clean-out and plug the abandoned sewer service line . 09/01 /04 The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property . Furthermore , the contractor shall utilize the services of a licensed plumber for all service line work on private property . Permit(s) must SC-19 PART D -SPECIAL CONDITIONS be obtained from the City of Fort Worth Development Department for all service line work on private property and all work related to the service line must be approved by a City of Fort Worth Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-route. Payment for work and materials such as backfill , removal of existing clean-outs , plugging the abandoned sewer service line , double checking the grade of the installed service line , pipe fittings , surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of way. Payment for all work and material involving the "tap " shall be included in the price bid for sanitary sewer service taps. D-29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any removal , salvaging and/or abandonment of existing facilities will necessarily be rnquired as shown on the plans , and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with Section E2-1 .5 Salvaging of Material and E2-2.7 Removing Pipe, of the General Contract Documents and Specifications , unless amended or superseded by requirements of this Special Condition . A. SALVAGE OF EXISTING WATER METER AND METER BOX : Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1 .5 Salvaging of Materials . B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water meter and concrete vault lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1 .5 Salvaging of Materials . The concrete vault shall be demolished in place to a point not less than 18 inches below final grade . The concrete vault shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1 .5 Salvaging of Materials . The void shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. D. SALVAGE OF EXISTING GATE VALVE : Existing gate valve and valve box and lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials . The void area caused by the valvt:! removal shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. If the valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18" below final grade . 09101/04 SC-20 PART D -SPECIAL CONDITIONS E. ABANDONMENT OF EXISTING GATE VALVE : Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position and demolishing the valve box in place to a point not less than 18 inches below final grade . Concrete shall then be used as backfill material to match existing grade . F. ABANDONMENT OF EXISTING VAULTS : Vaults to be demolished in place shall have top slab and lid removed and vault walls aemolished to a point not less than 18" below final grade . The void area caused shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compat ible with the existing surrounding grade . G . ABANDONMENT OF MANHOLES : Manholes to be abandoned in place shall have all pipes entering or exiting the structure plugged with lean concrete . Manhole top or cone section shall be removed to the top of the full barrel d iameter section , or to point not less than 18 inches below final grade . The structure shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill . Backfill material may be either clean washed sand of clean , suitable excavated material approved by the Engineer. Surface restoration shall be compatible with surrounding service surface . Payment for work involved in backfilling , plugging of pipe(s) and all other appurtenances required , shall be included in the appropriate bid item -Abandon Existing Sewer Manhole . H. REMOVAL OF MANHOLES : Manholes to be removed shall have all pipes entering or exiting the structure disconnected . The complete manhole , including top or cone section , all full barrel diameter section , and base section shall be removed . The excavation shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill . Backfill material may be with Type C Backfill or Type B Backfill , as approved by the Engineer. Surface restoration shall be compatible with surrounding surface . I. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project , it may be required to cut , plug , and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines . Cutting and plugging existing mains and/or services shall be considered as incidental and all costs incurred will be considered to be included in the linear foot bid price of the pipe , unless separate trenching is required . J . REMOVAL OF EXISTING PIPE : Where removal of the existing pipe is required , it shall be the Contractor's responsibility to properly dispose of all removed pipe . All removed valves , fire hydrants and meter boxes shall be delivered to Water Department Field Operation , Storage Yard . K. PAYMENT: Payment for all work and material involved in salvaging , abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe , except as follows : separate payment will be made for removal of all fire hydrants , gate valves , 16 inch and larger, and sanitary sewer manholes , regardless of location . Payment will be made for salvaging , abandoning and/or removing all other existing facilities when said fac ility is not being replaced in the same trench (i.e., when removal requires a separate trench). L. ABANDONMENT OF EXISTING SEWER LINES : Where plans call for abandonment of existing sewer mains after the construction of a new sewer main, the Contractor shall be responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a 09101/04 SC-21 PART D -SPECIAL CONDITIONS final determination that all ex ist ing service connect ions have been relocated to the new main . Once this determination has been made , the exist ing main will be abandoned as indicated above in Item I. D-30 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pipe . The detectable tape shall be "Detect Tape" manufactured by Allen Systems , Inc . or approved equal , and shall consist of a minimum thickness 0 .35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis , acids , chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5 .5 mils , and the width shall not be less than two inches with a minimum unit weight of 2Yi pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows : Type of Utility Color Code Water Safety Blue Sewer Safety Green Legends Caution ! Buried Water Line Below Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability . Allow a minimum of 18 inches between the tape and the pipe . Payment for work such as backfill , bedding , blocking , detectable tapes , and all other associated appurtenances required shall be included in the unit p rice bid for the appropriate bid item(s). D-31 PIPE CLEANING Joints shall be wiped and then inspected for proper installation by the inspectors. Each joint shall be swept daily and kept clean during installation . A temporary night plug shall be insta ll ed on all exposed pipe ends during any pe riod of work stoppage . D-32 DISPOSAL OF SPOIL/FILL MATERIAL Prior to the disposing of any spoil/fill material , the Contractor shall advise the Director of Engineering Department , act ing as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites h.ave been determined by the Administrator to meet the requirements of the Flood Plain Ord inances of the City of Fort Worth (Ordinance No . 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies . No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit , including any necessary Engineering studies , shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill materictl at a site without a fill permit or a letter from the administrator approving the disposal site , upon notification by the Director of Engineering Department, Contractor shall remove the spoil/fill mat13rial at its expense and dispose of such materials in accordance with the Ordinances of the City and this section . 09 /01 /04 SC-22 PART D -SPECIAL CONDITIONS D-33 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men 's liens upon receipt of payment. D-34 SUBSTITUTIONS The specifications for materials set out the minimum standard of quality , which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material , which has been specified . Where the term "or equal ", or "or approved equal " is used , it is understood that if a material , product , or piece of equipment bearing the name so used is furnished , it will be approvable , as the particular trade name was used for the purpose of establish ing 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 subst itute. Where the term "or equal ", or "or approved equal " is not used in the specifications , this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibi li ty 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 provis ions of this sub-section as related to "substitutions " shall be applicable to all sections of these specifications . D-35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: Prio r to the reconstruction , ALL sections of existing sanitary sewer lines to be abandoned , removed (except where being replaced in the same location), or rehabilitated (pipe enlargement , cured-in-place pipe , fold and form pipe , slip -line , etc .), shall be cleaned , and a television inspection performed to identify any active sewer service taps , other sewer laterals and their location . Work shall consist of furnishing all labor, material , and equipment necessary for the cleaning and inspection of the sewer lines by means of closed circuit television . Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. 1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line cleaning equipment shall be constructed for easy and safe operation . The equipment shall also have a selection of two or more high-velocity nozzles . The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned . Equipment shall also include a high -velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream . The equipment shall carry its own water tank , auxiliary engines , pumps , and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter around the outer periphery to ensure removal of grease. If sewer cleaning balls or other equipment , which cannot be collapsed , is used , special precautions to prevent flooding of the sewers and public or private property shall be taken . The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible . 2 . CLEANING PROCEDURES : The designated sewer manholes shall be cleaned using high -velocity jet equipment. The equipment shall be capable of removing dirt , grease , rocks , sand , and other materials and obstructions from the sewer lines and manholes . If 09101104 SC-23 PART D -SPECIAL CONDITIONS cleaning of an entire section cannot be successfully performed from one ma nhole , the equipment shall be set up on the othe r manhole and cleaning again attempted . If, again , successful cleaning cannot be performed or equipment fails to traverse t in e entire manhole section , it will be assumed that a major blockage exists , and the clea ning effort shall be abandoned . When add itional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures , the water shall be conserved and not used unnecessarily . No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before using any water from the City Water Distribution System , the Contractor shall apply for and receive permission from the Water Departmemt. The Contractor shall be responsible for the water meter and related charges for t e setup , including the water usage bill. All expenses shall be considered incidental to cleaning . 3. DEBRIS REMOVAL AND DISPOSAL : All sludge , d irt , sand , rock , grease , and other solid or semisolid material resulting from the cleaning operation shall be removE?d at the downstream manhole of the section being cleaned . Passing material from manhole section to manhole section , which could cause line stoppages, accumulations of sand in wet wells , or damage pumping equipment , shall not be permitted . 4 . All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from the site no less often than at the end of each workday and disposed of at no additional cost to the City . 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES , CATCH BASINS , STORI\/I DRAINS OR SANITARY SEWER MANHOLES. 6 . TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection . Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe . The camera shall be operative in 100% humidity conditions . The camera , television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory , equipment shall be removed and no payment will be made for an unsatisfactory inspection . B . EXECUTION : 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate , stopping when necessary to permit proper documentation of any sewer service taps . In no case will the television camera be pulled at a spe1:!d greater than 30 feet per minute . Manual winches , power winches , TV cable , and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line . 09101/04 When manually operated winches are used to pull the television camera through the line , telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew . The importance of accurate distance measurements is emphasized . All television inspection videotapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device . Marking on the cable , or SC-24 PART D -SPECIAL CONDITIONS the like , which would require interpolation for depth of manhole , will not be allowed . Accuracy of the distance meter shall be checked by use of a walking meter , roll-a-tape , or other suitable device , and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost of retrieving the Television camera , under all circumstances , when it becomes lodged during inspection , shall be incidental to Television inspection . 2 . DOCUMENTATION : Television Inspection Logs : Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service taps observed during inspection. In addition , other points of significance such as locations of unusual conditions , roots , storm sewer connections , broken pipe , presence of scale and corrosion , and other discernible features will be recorded , and a copy of such records will be supplied to the City . 3. PHOTOGRAPHS: Instant developing, 35 mm , or other standard-size photographs of the television picture of problems shall be taken by the . Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4 . VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded . The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days . Equipment shall be provided to the City by the Contractor for review of the tapes . The Engineer will return tapes to the Contractor upon completion of review . Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections , the Contractor shall be required to re-televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made . Also , no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera . THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS . Upon completion of review of the tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer are to be corrected. The Engineer will return tapes to the Contractor upon completion of review . All costs associated with this work shall be incidental to unit prices bid for items under Television Inspection of the Proposal. C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS : The cost for Pre-Construction Cleaning and Television Inspection of sanitary sewers shall be per linear foot of sewer actually televised . The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to existing sewer conditions and for providing appropriate means for review of 09101/04 SC-25 PART D -SPECIAL CONDITIONS the tapes by the Engineer including collection and removal , transportation and disposal of sand and debris from the sewers to a legal dump site . Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis . The primary purpose of cleaning is for television inspection and rehabilitation ; when a portion of a line is not or cannot be televised or rehabilitated , the cleaning of that portion of line shall be incidental and no payment shall be made . The City makes no guarantee that all of the sanitary sewers to be entered are cleiar for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included in the bid price for TV Inspections . The cost of retrieving the TV Camera , under all circumstances , when it becomes lodged during inspection , shall be incidental to TV Inspection . The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable , regular sewer service to the area residents . All bypass pumping shall be incidental to the project. 0-36 VACUUM TESTING OF SANITARY SEWER MANHOLES A. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes . B. EXECUTION: 1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior ~Jrouting with all connections in place . Lift holes shall be plugged , and all drop-connections and gas sealing connections shall be installed prior to testing . 09101/04 The sewer lines entering the manhole shall be plugged and braced to preve int the plugs from being drawn into the manhole . The plugs shall be installed in the lines beyond the drop-connections, gas sealing connections, etc . The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuum of ten inches of mercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed , the level of vacuum shall be read after the required test time . The required test time shall be determined from the Table I below in accordance with ASTM C1244-93 : Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (1 O"Hg -9"Hg) (SEC) Depth of MH. 48-lnch Dia. 60-lnch Dia . (FT.) Manhole Manhole 0 to 16 ' 40 sec. 52 sec. 18' 45 sec . 59 sec. 20' 50 sec. 65 sec. 22' 55 sec. 72 sec . 24' 59 sec. 78 sec. SC-26 PART D -SPECIAL CONDITIONS 26' 64 sec . 85 sec. 28' 69 sec. 91 sec. 30' 74 sec . 98 sec . For Each 5 sec . 6 sec . Additional 2' 2 . ACCEPTANCE : The manho le shall be considered acceptable , if the drop in the level of vacuum is less than one-inch of mercury (1 " Hg) after the required test time . Any manhole , which fails to pass the initial test , must be repaired by either pressure grouting through the manhole wall or digging to expose the exterior wall of the manhole in order to locate the leak and seal it with an epoxy sealant. The manhole shall be retested as described above until it has successfully passed the test. Following completion of a successful test, the manhole shall be restored to its normal condition , all temporary plugs shall be removed , all braces , equipment , and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material , labor, equipment , and all incidentals , including all bypass pumping , required to complete the test as specified herein . 0-37 BYPASS PUMPING The Contractor shall bypass the sewage around the sect ion or sections of sewer to be rehabilitated and/or replaced . The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. Provisions shall be made at driveways and street crossings to permit safe vehicular travel without interrupting flow in the bypass system . Under no circumstances will the Contractor be permitted to discharge sewage into the trenches . Payment shall be incidental to rehabilitation or replacement of the sewer line . 0-38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: After construction , ALL sections of sanitary sewer lines shall have a televis ion inspection performed by an independent sub-Contractor hired by the prime Contractor. Work shall consist of furnishing all labor, material , and equipment necessary for inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection . Light ing for the camera shall be operative in 100% humidity conditions . The camera , television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory , equipment shall be removed and no payment will be made for an unsatisfactory inspection . 09101/04 SC -27 PART D -SPECIAL CONDITIONS C. EXECUTION: 1. TELEVISION INSPECTION : The camera shall be moved through the line in either direction at a moderate rate , stopping when necessary to permit proper documentation of any sewer service taps . In no case will the television camera be pulled at a speed greater than 30 feet per minute . Manual winches , power winches , TV cable , and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line . No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer. When manually operated winches are used to pull the television camera through the line , telephones or other suitable means of communications shall be set up betwee n the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized . All television inspection video tapes shall have a footage counter . Measurement for location of sewer service taps shall be above ground by means of meter device . Marking on the cable, or the like , which would require interpolation fo r depth of manhole , will not be allowed . Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape , or other suitable device , and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the ·contractor. The cost or retrieving the Television camera , under all circumstances , when it becomes lodged during inspection , shall be incidental to Television inspection . San itary sewer mains must be laced with enough water to fill all low pints . The television inspection must be done immediately following the lacing of the main with no water flow . If sewer is active , flow must be restricted to provide a clear image of sewer being inspected . 2. DOCUMENTATION : Television Inspection Logs : Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection. All television logs shall be r,eferenced to stationing as shown on the plans . A copy of these television logs will be supplied to the City . 3. PHOTOGRAPHS : Instant developing, 35 mm , or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere w ith the Contractor's operations . 4. VIDEOTAPE RECORDINGS : The purpose of tape recording shall be to supp ly a visual and audio record of problem areas of the lines that may be replayed . Video tape recording playback shall be at the same speed that it was recorded . The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days . Equipment shall be provided to the City by the Contractor for review of the tapes . Tapes will be r,eturned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. 09/01 /04 SC-28 .- PART D -SPECIAL CONDITIONS If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections , the Contractor shall be required to re- televise and provide a good tape of the line at no additional cost to the City . If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising th is portion shall be made . Also , no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated w ith the television camera . D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS : The cost for post-construction Televis ion Inspection of sanitary sewers shall be per linear foot of sewer televised . The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for prov iding appropriate means for review of the tapes by the Engineer. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis . The quantity of TV inspection shall be measured as the total length of new pipe installed . All costs associated with this work shall be included in the appropriate bid item -Post-Construction Television Inspection . The item shall also include all costs of install ing and maintaining any bypass pumping required to provide reliable , regular sewer service to the area residents . All bypass pumping shall be incidental to the project. D-39 SAMPLES AND QUALITY CONTROL TESTING A The Contractor shall furnish , at its own expense , certifications by a private laboratory for all materials proposed to be used on the project , including a mix design for any asphaltic and/or Portland cement concrete to be used , and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken . The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate , cement , and mortar which are to be used later in the concrete . The Contractor shall provide a certified copy of the test results to the City. C. Quality control testing of in -place material on this project will be performed by the city at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City . The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing . The Contractor shall provide access and trench safety system (if required) for the site to be tested , and any work effort involved is deemed to be included in the unit price for the item being tested . E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site . The ticket shall specify the name of the pit supplying the fill material. 09/01 /04 SC-29 PART D -SPECIAL CONDITIONS 0-40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL A. DESCRIPTION : This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations . The temporary measures shall include dikes , dams, berms , sed iment basins, fiber mats , jute netting , temporary seeding , straw mulch , asphalt mulch , plastic liners , rubble liners , baled-hay retards , dikes , s lope drains and other devices. B. CONSTRUCTION REQUIREMENTS : The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right-of-way , clearing and grubbing , the surface area of erodible-earth material exposed by excavation , borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams , other water courses , lakes , ponds or other areas of water impoundment. Such work may involve the construction of temporary · berms , dikes , dams , sediment basins , slope drains and use of temporary mulches , mats , seeding , or other control devices or methods directed by the Engineer as necessary to control soil eros ion . Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features , but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way , clearing and grubbing , excavation and borrow to be proportional to the CONTRACTOR 'S capability and progress in keeping the finish grading , mulch ing , seeding , and other such permanent pollution-control measures current in accordance with the accepted schedule . Should seasonal conditions make such limitations unrealistic , temporary soil-erosion-control measures shall be performed as directed by the Engineer. 1. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams . 2 . Frequent fordings of live streams will not be permitted ; therefore , temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary . Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams . 3 . When work areas or material sources are located in or adjacent to live streams , such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream . Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream . 4 . All waterways shall be cleared as soon as practicable of false work , piling , debris or other obstructions placed during construction operations that are not a part of the finished work . 5. The Contractor shall take sufficient precautions to prevent pollution of streams , lakes and reservoirs with fuels , oils, bitumen , calcium chloride or other harmful materials . He shall conduct and schedule his operations so as to avoid or minimize siltation of streams , lakes and reservoirs and to avoid interference w ith movement of migratory fish . C. MEASUREMENT AND PAYMENT: All work , materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. 09 /01 /04 SC -30 PART D -SPECIAL CONDITIONS D-41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES The Contractor shall provide ingress and egress to the property be ing crossed by this construction and adjacent property when construction is not in progress and at night. Drives shall be left access ible at night , on weekends , and during holidays . The Contractor shall conduct his activities to minimize obstruction of access to drives and property during · the progress of construction . Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. D-42 PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to the Contractors ' operations including lawns , yards , shrubs , trees , etc., shall be preserved or restored after completion of the work , to a condition equal to or better than existed prior to start of work . Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or replaced at the Contractor's expense . Trimming or pruning to facilitate the work will be permitted only by experienced workmen in an approved manner (No trimm ing or pruning without the property owners ' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing . By ordinance , the Contractor must obtain a permit from the City Forester before any work (trimming , removal , or root pruning) can be done on trees or shrubs growing on public property including street Rights-of-Ways and designated alleys . This perm it can be obtained by calling the Forestry Office at 871-5738 . All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association . A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture . Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the Oak Wilt fungus , all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. No separate payment will be made for any of the work involved for this item and all costs incurred will be considered a subsidiary cost of the project. D-43 SITE RESTORATION The contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one-tenth (0 .1) of a foot. D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List , for the bid to be considered responsive . Products and processes listed in the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements . 09/01104 SC-31 PART D -SPECIAL CONDITIONS D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Specifications for Topsoil , Sodding and Seeding. 1. TOPSOIL DESCRIPTION : This item will consist of furnishing and placing a minimum of six (6) inches of topsoil , free from rock and foreign material , in all parkways and medians to the lines and grades as established by the Engineer. CONSTRUCTION METHODS : Topsoil will be secured from borrow sources as required to supplement material secured from street excavation . All excavated materials from streets which is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a borrow source . Topsoil material secured from s_treet excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving operations , topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. 2 . SODDING DESCRIPTION : Sodding will consist of furnishing and planting Bermuda , Buffalo or St. Augustine grass in the areas between the curbs and walks , on terraces , in median strips , on embankments or cut slopes , or in such areas as designated on the Drawin~is and in accordance with the requirements of this Specification. Recommended Buffalo grass varieties for sodding are Prairie and 609 . MATERIALS : Sod shall consist of live and growing Bermuda , Buffalo or St. Augustine grass secured from sources where the soil is fertile . Sod to be placed during the dormant state of these grasses shall be alive and acceptable . Bermuda and Buffalo grass sod shall have a healthy , virile root system of dense , thickly matted roots throughout a two (2) inch minimum thickness of native soil attached to the roots . St. Augustine grass sod shall have a healthy , virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots . The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn . Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating , hauling, and planting . Sod material shall be kept moist from the time it is dug until planted . When so directed by the Engineer, the sod existing at the souroe shall be watered to the extent required prior to excavating. Sod material shall be planted within three days after it is excavated . CONSTRUCTION METHODS : After the designated areas have been completed to the lines, grades , and cross-sections shown on the Drawings and as provided for in other itE~ms of the contract, sodding of the type specified shall be performed in accordance with the requirements hereinafter described . Sodding shall be either "spot" or "block"; either Bermuda , Buffalo or St. Augustine grass. 09101/04 SC-32 - PART D -SPECIAL CONDITIONS a. Spot Sodding Furrows parallel to the curb line or sidewalk lines , twelve (12) inches on centers or to the dimensions shown on the Drawings , shall be opened on areas to be sodded . In all furrows , sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the finished grade. Holes of equivalent depth and spacing may be used instead of furrows . The soil shall be firm around each block and then the entire sodded area shall be carefully rolled with a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds per square inch compression . Hand tamping may be required on terraces. b. Block Sodding . At locations on the Drawings or where directed , sod blocks shall be carefully placed on the prepared areas . The sod shall be so placed that the entire designated area shall be covered, and any voids left in the block sodding shall be filled with additional sod and tamped . The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass . Surfaces of block sod , which , in the opin ion of the Engineer, may slide due to the height or slope of the surface or nature of the soil , shall ,. upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the firm earth , sufficiently close to hold the block sod firmly in place . When necessary , the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun . Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance . The sodded areas shall be thoroughly watered immediately after they are planted and shall be subsequently wate red at such times and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth . 3. SEEDING DESCRIPTION: "Seeding" will consist of preparing ground , providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance with these Specificat ions . MATERIALS: a. General. All seed used must carry a Texas Testing Seed label showing purity and germination , name , type of seed , and that the seed meets all requirements of the Texas Seed Law . Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers . A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. 09/01104 The specified seed shall equal or exceed the following percentages of Purity and germ ination : Common Name Germination SC -33 PART D -SPECIAL CONDITIONS Common Bermuda Grass Annual Rye Grass Tall Fescue Western Wheatgrass Buffalo Grass Varieties Top Gun Cody 95% 95% 95% 95% 95% 95% Table 120.2.(2)a. 90% 95% 90% 90% 90% 90% URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS) Dates Feb 1 to May 1 Mixture for Clay or Tight Soils (Eastern Sections) Bermudagrass 40 Buffalograss 60 (Western Sections) Buffalograss 80 Bermudagrass 20 Total : 100 Total : 100 Table, 120.2.(2)b Mixture for Sandy Soils (All Sections) Bermudagrass 60 Buffalograss 40 Total : 100 TEMPORARY COOL-SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS) Dates (All Sections) Aug 15 Tall Fescue 50 to Western Wheatgrass 50 May 1 Annual Rye 50 Total : 100 CONSTRUCTION METHODS : After the designated areas have been completed to the lines, grades , and cross-sections shown on the Drawings and as provided for in other items of this Contract , seeding of the type specified shall be performed in accordance with the requirements hereinafter described . a . Watering . Seeded areas shall be watered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed . b . Finishing . Where applicable , the shoulders , slopes , and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time planting operations were begun . BROADCAST SEEDING : The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed . If the sowing of seed is by hand , rather than by mechanical methods , the seed shall be sown in two d irections at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained . "Finishing" as specified in Section 0-45 , Construction Methods, is not applicable since no seed bed preparation is required . DISCED SEEDING : Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed . The area shall then 09101 /04 SC-34 - PART D -SPECIAL CONDITIONS be finished to line and grade as specified under "Finishing" in Section 0-45 , Construction Methods . The seed , or seed mixture , specified shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods , seed shall be raked or harrowed into the soil to a depth of approximately one-eight (1 /8) inch . The planted area shall be rolled with a corrugated roller of the "Cultipacker" type . All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING : The soil over the area shown on the Drawings , or as directed to be seeded , shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed . The area shall then be finished to line and grade as specified under "Finishing" in Section 0- 45 , Construction Methods . Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened . After the watering , when the ground has become sufficiently dry to be loose and pliable , the seed , or seed mixture specified , shall then be planted at the rate required and the application shall be made uniformly . If the sowing of seed is by hand , rather than mechanical methods , the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time , provided the specified uniform rate of application for both is obtained . After planting , the seed shall be raked or harrowed into the soil to a depth of approximately one-quarter (1/4) inch . The planted surface area and giving a smooth surface without ruts or tracks . In between the time compacting is completed and the asphalt is applied , the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth . The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300 , "Asphalts , Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings , or if Drawings are not included , then MS-2 shall be used . Applications of the asphalt shall be at a rate of three-tenths (0.3) gallons per square yard . It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth . RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)a . The re-seeding will be achieved in the following manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil penetration . * Slit -seeding , is achieved through the use of an implement which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4 . HYDROMULCH SEEDING : If hydro mulch seeding is provided , seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes . 09101/04 SC-35 PART D -SPECIAL CONDITIONS 5 . CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS : FERTILIZER DESCRIPTION : "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications . MATERIALS : All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis . The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law . A pelleted or granulated fertilizer shall be used with an analysis of 16-20-0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen , phosphoric acid , and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists . In the event it is necessary to substitute a fertilizer of a different analysis , it shall be a pelleted or granulated fertilizer with a lower concentration . Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS : When an item for fertilizer is included in the Drawings and proposal , pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry and in good physical condition . Fertilizer that is powdered to caked will be rejected. Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings , fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of "Seeding". MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in place on the project site . Measurement will be made only on topsoils secured from borrow sources. Acceptable material for "Seeding" will be measured by the linear foot , complete in place . Acceptable material for "Sodding" will be measured by the linear foot , complete in place . Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding . PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work. Its price shall be full compensation for excavating (except as noted below), loading , hauling , placing and furnishing all labor, equipment , tools , supplies, and incidentals necessary to complete work . All labor, equipment, tools and incidentals necessary to supply , transport, stockpile and place l topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and will not be paid for directly . "Spot sodding" or "block sodding" as the case may be , will be paid for at the contract unit price per square yard , complete in place , as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod ; for all 09101/04 SC-36 - PART D -SPECIAL CONDITIONS rolling and tamping ; for all watering ; for disposal of all surplus mate rials ; and for all materials , labor, equipment , tools and incidentals necessary to complete the work, all in accordance with the Drawings and these Specifications . The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding ", or "Sodding", of the type specified , as the case may be , which price shall each be full compensat ion for furn ishing all materials and for performing all operations necessary to complete the work accepted as follows : Fertilizer material and application will not be measured or paid for directly , but is considered subs idiary to Sodd ing and Seeding . D-46 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to implement and maintain a variab le "CONFINED SPACE ENTRY PROGRAM " which must meet OSHA requirements fo r all its employees and subcontractors at all times during construction . All active sewer manholes , regardless of depth , are defined by OSHA, as "permit required confined spaces". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM " for all applicable manholes and ma intain an active file for these manholes. The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces. D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 1. Prior to the final inspect ion being conducted for the project , the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete . 2. The inspector along w ith appropriate City staff and the City 's consultant shall make an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected . 3. The contractor shall take immediate steps to rect ify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected . 4 . Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price . Contractor shall still be required to address all other deficiencies , which are discovered at the time of final inspection . 5. Final inspection shall be in conformance with general condition item "CS-5 .18 Final Inspection " of PART C -GENERAL CONDITIONS . D-48 EXCAVATION NEAR TREES 1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs , tree trunks , and tree roots at each work site . All such measures shall be considered as incidental work included in the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering . 2. Any and all trees located within the equipment operating area at each work site shall , at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the t ree root system between tree and the construction area . 09101/04 SC-37 PART D -SPECIAL CONDITIONS 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations . The Engineer shall be notified at least 24 hours prior to any tree trimming work . No trimming work will be permitted within private property without written permission of the Owner. 4 . Nothing shall be stored over the tree root system within the drip line area of any tree . 5. Before excavation (off the roadway) within the drip line area of any tree , the earth shall be sawcut for a minimum depth of 2 feet. 6. At designated locations shown on the drawings , the "short tunnel" method using Class 51 D.I. pipe shall be utilized. 7 . Except in areas where clearing is allowed , all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense . 8. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. 9. Short tunneling shall consist of power augering or hand excavation . The tunnel diameter shall not be larger than 1-1 /2 times the outside pipe diameter. Voids remaining after pipe installation shall be pressure grouted . 0-49 CONCRETE ENCASEMENT OF SEWER PIPE Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of concrete encasement as measured in place along the centerline of the pipe for each pipe diameter indicated . The Contract Unit Price shall include all costs associated with installation and reinforcement of the concrete encasement. 0-50 CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Construction , figure in the Drawings in these Specifications , at locations indicated on the Drawings or as directed by the City . Clay dams shall be keyed into undisturbed soil to make an impervious barrier to reduce groundwater percolation through the pipeline trench. Construction material shall consist of compacted bentonite clay or 2:27 concrete . Payment for work such as forming, placing and finishing shall be subsidiary to the price bid for pipe installation . 0-51 EXPLORATORY EXCAVATION (0-HOLE) The Contractor shall be responsible for verifying the locations of fill existing utilities prior to construction , in accordance with item D-6 . At locations identified on the drawings, contractor shall conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility , the contractor shall contact the engineer immediately for appropriate design modifications . 09/01 /04 SC-38 PART D -SPECIAL CONDITIONS The contractor shall make the necessary repairs at the exploratory excavat ion (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). Payment shall not be made for verification of existing utilities per item D-6 . Payment for exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer, shall include full compensation for all materials , excavat ion , surface restorat ion , field surveys , and all incidentals necessary to complete the work, shall be the unit price bid. No payment shall be made for exploratory excavation(s) conducted after construction has begun . 0-52 INSTALLATION OF WATER FACILITIES 09/01 /04 52.1 Polyvinyl Chloride (PVC) Water Pipe POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance with the material standard contained in the General Contract Documents . Payment for work such as backfill , bedding , blocking , detectable tapes and all other associated appurtenant required , shall be included in the linear foot price bid of the appropriate BID ITEM(S). 52.2 Blocking Concrete blocking on this Project will necessarily be required as shown on the Plans and shall be installed in accordance with the General Contract Documents . All valves shall have concrete blocking provided for supporting . No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the linear foot bid price of the pipe or the bid price of the valve . 52.3 Type of Casing Pipe 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe , and shall conform to the provisions of E 1-15, E 1-5 and E 1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects . The steel casing pipe shall be supplied as follows : For the inside and outside of casing pipe , coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203 . Touch-up after field welds shall provide coating equal to those specified above. Minimum thickness for casing pipe used shall be 0 .375 inch . Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company or an approved equal shall be used on all non- concrete pipes when installed in casing . Installation shall be as recommended by the Manufacturer. 2 . SEWER: Boring used on this project shall be in accordance with the material standard E 1-15 and Construction standard E2 -15 as per Fig . 110 of the General Contract Documents . 3. PAYMENT: Payment for all materials , labor, equipment , excavation , concrete grout, backfill , and incidental work shall be included in the unit price bid per foot. SC-39 09/01 /04 PART D -SPECIAL CONDITIONS 52.4 Tie-Ins The Contractor shall be responsible for making tie-ins to the existing water mains . It shall be the responsibility of the Contractor to verify the exact location and elevation of the existing line tie-ins . And any differences in locations and elevation of existing line tie-ins between the contract drawings and what may be encountered in the field shall be considered as incidental to construction . The cost of making tie-ins to existing water or sanitary sewer mains shall be included in the linear foot bid price of the pipe . 52.5 Connection of Existing Mains The Contractor shall determine the exact location, elevation , configuration and angulation of existing water or sanitary sewer lines prior to manufacturing of the connecting piece . Any differences in locations , elevation, configuration, and or angulation of existing lines between the contract drawings and what may be encountered in the said work shall be considered as incidental to construction. Where it is required to shut down existing mains in order to make proposed connections , such down time shall be coordinated with the Engineer, and all efforts shall be made to keep this down time to a minimum . In case of shutting down an existing main , the Contractor shall notify the Manager, Construction Services , Phone 871-7813 , at least 48-hours prior to the required shut down time. The Contractor's attention is directed to Paragraph C5-5.15 INTERRUPTION OF SERVICE , Page C5-5(5), PART C -GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS . The Contractor shall notify the customer both personally and in writing as to the location , time , and schedule of the service. interruption. The cost of removing any existing concrete blocking shall be included in the cost of connection . Unless bid separately all cost incurred shall be included in the linear foot price bid for the appropriate pipe size . 52.6 Valve Cut-Ins It may be necessary to cut-in gate valves to isolate the water main from which the extension and/or replacement is to be connected . This may require closing valves in other lines and putting consumers out of service for that period of time necessary to cut in the new valve; the work must be expedited to the utmost and all such cut-ins must be coordinated with the engineer in charge of inspection. All consumers shall be individually advised prior to the shut out and advised of the approximate length of time they may be without service. Payment for work such as backfill , bedding , fittings, blocking and all other associated appurtenants required , shall be included in the price of the appropriate bid items. 52. 7 Water Services The relocation , replacement, or reconnection of water services will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All service's shall be constructed by the contractor utilizing approved factory manufactured tap saddles (when required) and corporation stops, type K copper water tubing , curb stops with lock wings, meter boxes, and if required approved manufactured service branches . All materials used shall be as specified in the Material Standards (E 1- 17 & E1-18) contained in the General Contract Documents . . . . . . . SC-40 - PART D -SPECIAL CONDITIONS All water services to be replaced shall be installed at a minimum depth of 36 inches below fina l grade . All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1- inch Type K copper , 1-inch diameter tap saddle when required , and 1-inch corporation from the main line to the meter box . All services which are to be replaced or relocated shall be installed with the service main tap and service line being in line with the service meter unless otherwise directed by the Engineer. A min imum of 24 hours advance notice shall be given when service interruption will be requ ired as specified in Section C5-5 .15 INTERRUPTION OF SERVICE. All water service meters shall be removed , tagged , and collected by the contractor for pickup by the Water Department for reconditioning or replacement. After installation of the water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 1. WATER SERVICE REPLACEMENTS : Water service replacement or relocation is requ ired when the existing service is lead or is too shallow to avoid breakage during street reconstruction . The contractor shall replace the existing service line with Type K copper from the main to the meter, curb stop with lock wings , and corporation stop .· Payment for all work and materials such as backfill , fittings , type K copper tubing , curb stop with lock wings , service line adjustment , and any relocation of up to 12-inches from center line existing meter location to center line proposed meter location shall be included in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the service installation. Payment for all work and materials such as tap saddle (if required), corporation stops , and fittings shall be included in the price bid for Service Taps to Main. 2. WATER SERVICE RECONNECTION : Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction. The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop . The contractor will be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. 3 . WATER SERVICE METER AND METER BOX RELOCATIONS : When the replacement and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve (12) inches , as measured from the center line of the existing meter to location to the center line of the proposed meter location , separate payment will be allowed for the relocation of service meter and meter box. Centerline is defined by a line extended from the service tap through the meter. Only relocations made perpendicular to this centerline will be paid for separately . Relocations made along the centerline will be paid of in feet of copper service line . 09101/04 SC-41 PART D -SPECIAL CONDITIONS When relocation of service meter and meter box is required , payment for all work and materials such as backfill , fittings , five (5) feet of type K copper service and all materials , labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation . All other costs will be included in other appropriate bid item(s). This item will also be used to pay for all service meter and meter box relocations as required by the Engineer when the service line is not being replaced . Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment at any time. Locations with multiple serv ice branches will be paid for as one service meter and meter box relocation . 4 . NEW SERVICE: When new services are required the contractor shall install tap saddle (when required), corporation stop , type K copper service line , curb stop with lock wings, and meter box . Reinforced plastic meter boxes with cast iron lid shall be provided for all 2 inch water meters or smaller. The reinforced plastic water meter boxes shall comply with section E 1-1 SA -Reinforced Plastic Water Meter Boxes . Payment for all work and materials such as backfill , fittings , type K copper tubing , and curb stop with lock wings shall be included in the Linear Foot price bid for Service Line from Main to Meter five (5) feet behind the meter. Payment for all work and materials such as tap saddle, corporation stops , and fittings shall be included in the price bid for Service Taps to Mains. Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box. 5 . MULTIPLE SERVICE BRANCHES : When multiple service branches are required the contractor shall furnish approved factory manufactured branches. Payment for multiple service branches will include furnishing and installing the multiple service branch only and all other cost will be included in other appropriate bid item(s). 6 . MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service line that is applicable for the size of the existing service meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid item(s). 52.8 2-lnch Temporary Service Line A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide temporary water service to all buildings that will necessarily be required to have severed water service during said work. The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and the Engineer in order that the work be performed in an expeditious manner. Severed water service must be reconnected within 2 hours of discontinuance of service . 09/01104 A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to the City water supply. The 2-inch temporary ser.,.,ice main and 3/4-i nc.h service lines shall be installed in accordance to the attached figures 1, 2 a·n'd · 3. 2" SC-42 - PART D -SPECIAL CONDITIONS temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to installation. The out-of-service meters shall be removed , tagged and collected by the Contractor for delivery to the Water Department Meter Shop for reconditioning or replacement. Upon restoring permanent service , the Contractor shall re-install the meters at the correct location . The meter box shall be reset as necessary to be flush with the existing ground or as otherwise directed by the Engineer. The temporary service layout shall have a minimum available flow rate of 5 GPM at a dynamic pressure of 35 PSI per service tap . This criteria shall be used by the Contractor to determine the length of temporary service allowed , number of service taps and number of feed points . When the temporary service is required for more than one location the 2-inch temporary service pipes , 3/4-inch service lines and the 2-inch meter shall be moved to the next successive project location . Payment for work such as fittings , 3/4-inch service lines , asphalt , barricades , all service connections , removal of temporary services and all other associated appurtenants required , shall be included in the appropriate bid item . B. In order to accurately measure the amount of water used during construction , the Contractor will install a fire hydrant meter for all temporary service lines . Water used during construction for flushing new mains that cannot be metered from a hydrant will be estimated as accurately as possible . At the pre-construction conference the contractor will advise the inspector of the number of meters that will be needed along with the locations where they will be used . The inspector will deliver the hydrant meters to the locations . After installation , the contractor will take full responsibility for the meters until such time as the contractor returns those meters to the inspector. Any damage to the meters will be the sole respons ibil ity of the contractor. The Water Department Meter Shop will evaluate the condition of the meters upon return and if repairs are needed the contractor will receive an invoice for those repairs . The issued meter is for th is specific project and location only . Any water that the contractor may need for personal use will require a separate hydrant meter obtained by the Contractor, at its cost , from the Water Department. 09101/04 52.9 Purging and Sterilization of Water Lines Before being placed into service all newly constructed water lines shall be purged and sterilized in accordance with E2-24 of the General Contract Documents and Specifications except as modified herein . The Contractor will furnish all water for INITIAL clean ing and sterilization of water lines . All materials for construction of the project , including appropriately sized "pipe cleaning pigs ", chlorine gas or chlorinated lime (HTH) shall be furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to provide a chlorine residual of fifty (50) PPM . The residual of free chlorine shall be measured after 24 hours and shall not be less than 10 parts per million of free chlorine . Chlorinated water shall be disposed of in the sanitary sewer system . Should a sanitary sewer not be available , chlorinated water shall be "de-chlorinated " prior to disposal. The line may not be placed in service until two successive sets of samples , taken 24 hours apart, have met the established standards of purity. SC-43 PART D -SPECIAL CONDITIONS Purging and sterilizat ion of the water lines shall be cons idered as incidental to the project and all costs incurred will be considered to be included in the linear foot bid price of the pipe . 52.10 Work Near Pressure Plane Boundaries Contractor shall take note that the water line to be replaced under this contract may cross or may be in close proximity to an existing pressure plane boundary . Care shall be taken to ensure all "p ressure plane" valves installed are installed closed and no cross connections are made between pressure planes 52.11 Water Sample Station GENERAL: All water sampl ing station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge ; however, the Contractor will be required to pick up this item at the Field Operations Warehouse . PAYMENT FOR FIGURE 34 INSTALLATIONS : Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops , and fittings shall be included in the price bid for Serv ice Taps to Main . Payment for all work and materials necessary for the installation of the sampling station , concrete support block , curb stop , fittings , and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations . PAYMENT FOR FIGURE 33 INSTALLATIONS : Payment for all work and materials necessary for the installation tap saddle , gate valve , and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station , modification to the vault , fittings , and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations . 52.12 Ductile Iron and Gray Iron Fittings Reference Part E2 Construction Specifications , Section E2-7 Installing Cast Iron Pipe , fittings , and Specials , Sub section E2-7 .11 Cast Iron Fittings : E2-7 .11 DUCTILE-IRON AND GRAY-IRON FITTINGS : All ductile-iron and gray-iron fittings shall be furnished with cement mortar lining as stated in Section E 1-7. The price bid per ton of fittings shall be payment in full for all fittings , joint accessories , polyethylene wrapping , horizontal concrete blocking , vertical tie-down concrete blocking , and concrete cradle necessary for construction as designed. All ductile-iron and gray-iron fitt ings , valves and specials shall be wrapped with < · polyethylene wrapp ing conforming to Material · Specification E1-13 and Construct ion 09101 104 SC-44 PART D -SPECIAL CONDITIONS Specification E2-13 . Wrapping shall precede horizontal concrete blocking , vertical tie- down concrete blocking , and concrete cradle . Payment for the polyethylene wrapping , horizontal concrete blocking , vertical tie-down concrete blocking , and concrete cradle shall be included in bid items for vales and fittings and no other payments will be allowed . D-53 SPRINKLING FOR DUST CONTROL -All applicable provisions of Standard Specifications Item 200 , "Sprinkling for Dust Control " shall apply . However, no direct payment will be made for this item and it shall be considered to this contract. D-54 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground wate r. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations . The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers . Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price . D-55 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction. Contractor shall not leave excavated trench open overnight. Contractor shall fill any trench the same day of excavation. No extra payment shall be allowed for this special condition. D-56 TREE PRUNING A REFERENCES : National Arborist Association 's "Pruning Standards for Shade Trees ". B. ROOT PRUNING EQUIPMENT 1 . Vibratory Knife 2 . Vermeer V-1550RC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE D. 09/01/04 1. Steel "T" = Bar stakes, 6 feet long. 2 . Smooth Horse-Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 3. Surveyor's Plastic Flagging : "Tundra " weight , International fluorescent orange or red color. 4 . Combination Fence : Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. ROOT PRUNING 1. Survey and stake location of root pruning trenches as shown on drawings . SC-45 PART D -SPECIAL CONDITIONS 2. Us ing the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone . 3. Backfill and compact the trench immediately after trench ing. 4 . Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 5. Within 24 hours , prune flush with ground and backfill any exposed roots due to construction activity . Cover with wood chips of mulch in order to equal ize soil temperature and minim ize wate r loss due to evaporation . 6. Limit any grading work within conservation areas to 3-inch maximum cut or fill , with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods , equipment and protection . E. MULCHING : Apply 2-inches to 4-rnches of wood chips from t rimming or clearing operation on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price . 0-57 TREE REMOVAL Trees to be removed shall be removed using applicable methods , including stump and root ball removal, loading , hauling and dumping . Extra caution shall be taken to not disrupt existing utilities both overhead and buried . The Contractor shall immediately repair or replace any damage to utilities and private property including , but not limited to , water and sewer services , pavement , fences , walls, sprinkler system piping , etc ., at no cost to the Owner. All costs for tree removal , including temporary service costs , shall be considered subsidiary to the project contract price and no additional payment will be allowed . 0-58 TEST HOLES The matter of subsurface exploration to ascertain the nature of the so ils , including the amount of rock , if any , through which this pipeline installation is to be made is the responsibility of any and all prospective bidders , and any bidder on this project shall submit his bid under this -condition . Whether prospective bidders perform this subsurface exploration jointly or independently , and whether they make such determination by the use of test holes or other means , shall be left to the discretion of such prospective bidders . If test borings have been made and are provided for bidder's information , at the locations shown on the logs of borings in the appendix of this specification , it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location , or elevation , as shown on the boring logs. It shall be the responsibility of the bidder to make such subsurface investigations , as he deems necessary to determine the nature of the material to be excavated . The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site . The cost of all rock removal and other associated appurtenances , if requ i red , shall be included in the linear foot bid price of the pipe. 09/01 /04 SC-46 PART D -SPECIAL CONDITIONS 0-59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construct ion on any block in the project , the contractor shall , on a block by block basis , prepare and deliver a notice or flye r of the pending construction to the front door of each residence or business that will be impacted by construction . The notice shall be prepared as follows : The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activ ity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information : Name of Project , DOE No ., Scope of Project (i.e . type of construction activ ity), actual construction duration w ithin the block , the name of the contractor's foreman and his phone number, the name of the City 's inspector and his phone number and the City 's after-hours phone number. A sample of the 'pre-construction notification ' flyer is attached . The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition , a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construct ion , the contractor shall prepare and deliver a notice or flyer of the pend ing interruption to the front door of each affected resident. The notice shall be prepared as follows : The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption . The flyer shall be prepared on the contractor 's letterhead and shall include the following information : Name of the project , DOE number , the date of the interruption of service , the period the interruption will take place , the name of the contractor's foreman and his phone number and the name of the City 's inspector and his phone number. A sample of the temporary water service interruption notification is attached . A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed . The contractor shall not be permitted to proceed with interruption of water service until the flyer has been delivered to all affected residents and businesses . Electronic versions of the sample flyers can be obtained from the Construction office at (817) 871-8306 . All work involved with the notification flyers shall be considered subsidiary to the contract price -and no additional compensation shall be made. -- 0-60 TRAFFIC BUTTONS The removal and replacement of traffic buttons is the responsibility of the contractor and shall be considered a subsidiary item. In the event that the contractor prefers for the Signals , Signs and Markings Division (SSMD) of the Transportation/Public Works Department to install the markings , the contractor shall contact SSMD at (817) 871-8770 and shall reimburse SSMD for all costs incurred , both labor and material. No add itional compensation shall be made to the contractor for this reimbursement. 09101/04 SC-47 PART D -SPECIAL CONDITIONS 0-61 SANITARY SEWER SERVICE CLEANOUTS Whenever a sanitary sewer service line is installed or replaced , the Contractor shall install a two - way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high traffic areas such as driveways , streets , sidewalks , etc. whenever possible . When it is not possible , the cleanout stack and cap shall be cast iron . Payment for all work and materials necessary for the installation of the two-way service cleanout which are required to provide a complete and functional sanitary sewer cleanout shall be included in the price bid for Sanitary Sewer Service Cleanouts . 0-62 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideability on the str~et as well as provide a smooth transition between the existing pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary pavement repair pay item . The contractor shall be responsible for maintaining the temporary pavement until the paving contractor has mobilized . The paving contractor shall assume maintenance responsibility upon such mobilization . No additional compensation shall be made for maintaining the temporary pavement. 0-63 CONSTRUCTION STAKES The City , through its Surveyor or agent , will provide to the Contractor construction stakes or other customary method of markings as may be found consistent with professional practice , establishing line and grades for roadway and utility construction , and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of excavation/or stabilization stakes , and one set of stakes for curb and gutter/or paving . It shall be the sole responsibility of the Contractor to preserve, maintain , transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished . If the City or its agent determines that a sufficient number of stakes or markings provided by the City, have been lost, destroyed, or disturbed , to prevent the proper prosecution and control of the work contracted for in the Contract Documents , it shall be the Contractor's responsibility , at the Contractor's sole expense , to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted , and time will continue to be charged in accordance with the Contract Documents. 0-64 EASEMENTS AND PERMITS The performance of this contract requires certain temporary construction, right-of-entry agreements , and/or permits to perform work on private property. The City has attempted to obtain the temporary construction and/or right-of-entry agreements for properties where construction activity is necessary on City owned facilities , such as sewer lines or manholes. For locations where the · Ci ty w as unable to obtain the easemenf or right-of-entry ,· it 09/01 /04 SC-48 PART D -SPECIAL CONDITIONS shall be the Contractor's responsibility to obta in the agreement prior to beginning work on subject property . This shall be subsidiary to the contract. The agreements , which the City has obtained , are available to the Contractor for review by contacting the plans desk at the Department of Engineering , City of Fort Worth . Also , it shall be the responsibility of the Contractor to obtain written permission from property owners to perform such work as cleanout repair and sewer service replacement on private property . Contractor shall adhere to all requirements of Paragraph C6-6 .1 O of the General Contract Documents . The Contractor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these agreements , by the property owners . The easements and/or private property shall be cleaned up after use and restored to its original condition or better. In event additional work room is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required . No additional payment will be allowed for this item . The City has obtained the necessary documentation for railroad and/or highway permits required for construction of this project. The Contractor shall be responsible for complying with all provisions of such permits, including obtaining the requisite insurance , and shall pay any and all costs associated with or required by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. Any and all costs associated with compliance with permits(s) including payment for flagmen shall be subsidiary to the project price . No additional payment will be allowed for this item. D-65 PRE-CONSTRUCTION NEIGHBORHOOD MEETING After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The contractor , inspector, and project manager shall meet with all affected residents and present the projected schedule , including construction start date , and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. D-66 WAGE RATES The labor classifications and minimum wage rates set forth herein have been predetermined by the City Council of the City of Fort Worth , Texas , in accordance with statutory requirements , as being the prevailing classifications and rates that shall govern on all work performed by the Contractor or any Subcontractor on the site of the project covered by these Contract Documents . In no event shall less than the following rates of wages be paid . (Attached) D-67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos NESHAP found at 40 CFR Part 61 , Subpart M. This specification will establish procedures to be used by all Excavators in the removal and disposal of ACP in compliance with NESHAP . Nothing in this specification shall be construed to void any provision of a contract or other law, ordinance , regulation or policy whose requirements are more stringent. 09/01104 SC-49 PART D -SPECIAL CONDITIONS B. ACP is defined under NESHAP as a Category II , non-friable material in its intact state but which may become friable upon removal , demolition and/or disposal. Consequently , if the removal/ disposal process renders the ACP friable , it is regulated under the disposal requirements of 40 CFR 61 .150. A NESHAP notification must be filed with the Texas Department of Health . The notification must be filed at least ten days prior to removal of the material. If it remains in its non -friable state , as defined by the NESHAP , it can be disposed as a conventional construction waste . EPA defines friable as material , when dry, which may be crumbled , pulverized or reduced to powder by hand pressures . C. The Generator of the hazardous material is responsible for the identification and proper handling, transportation , and disposal of the material. Therefore, it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable. The Excavator is responsible to employ those means , methods , techniques and sequences to ensure this result. E. Compliance with all aspects of worker safety and health regulations including but not limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs , which are the responsibility of the Excavator. (Copy of forms attached) D-68 STORM WATER POLLUTION PREVENTION PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations , a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is requ ired for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http ://www.tnrcc .state.tx.us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www .dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that , if properly utilized , can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater than 5 acres , the contractor shall sign at the pre.a.construction meeting a TCEQ Notice of Intent (NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOi shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee . 09/01 /04 SC-50 PART D -SPECIAL CONDITIONS The NOi shall be mailed to : Texas Commission on Environmental Quality Storm Water & General Permits Team ; MC-228 P .O . Box 13087 Austin , TX 78711-3087 A copy of the NOi shall be sent to: City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity , the contractor shall sign , prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team ; MC-228 P.O. Box 13087 Austin , TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site . Five of the project SWPPP's are available for viewing at the plans desk of the Department of Engineering . The selected Contractor shall be provided with three copies of the SWPPP after award of contract , along with unbounded copies of.all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY-DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES : A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities . The SWPPP shall be incorporated into in the contract documents . The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site . Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized . SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOi form is not required . However, a TCEQ Site Notice form must be completed and posted at the site . A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above . A SWPPP, prepared as described above , shall be implemented at least 09101/04 SC-51 PART D -SPECIAL CONDITIONS 48 hours before the commencement of construction activities . The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion , sedimentation and water pollution and will be included in the contract documents . The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include , but not be limited to , silt fences , straw bale dikes , rock berms, diversion dikes , interceptor swales , sediment traps and basins , pipe slope drain , inlet protection , stabilized construction entrances , seeding , sodding , mulching , soil retention blankets , or other structural or non -structural storm water pollution controls . The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. FOR DISTURBED AREAS LESS THAN 1 ACRE, SPECIAL CONDITION D -40 SHALL BE APPLICABLE . • + D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project, the Contractor must coordinate this activity through the appropriate City representative . The Contractor shall not operate water line valves of existing water system . Failure to comply will render the Contractor in violation of Texas Penal Code Title 7 , Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. In addition , the Contractor will assume all liabilities and responsibilities as a result of these actions . D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in sole discretion may require , including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule , to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame . Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested may be grounds for rejecting the apparent low bidder as non-responsive . Affected contractors will be notified in writing of a recommendation to the City Council. D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule , the following process shall be applicable : The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charoed to the • • • -. • • • oJ 09101/04 SC-52 PART D -SPECIAL CONDITIONS contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example : 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken : 1. A letter will be mailed to the contractor by certified mail , return receipt requested demanding that , within 1 O days from the date that the letter is received , it provide sufficient equ ipment , materials and labor to ensure completion of the work within the contract time . In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time . 2. The Project Manager and the Directors of the Department of Engineering , Water Department , and Department of Transportation and Public Works will be made aware of the situation . If necessary , the City Manager's Office and the appropriate city council members may also be informed . 3. Any notice that may, in the City 's sole discretion , be required to be provided to interested individuals will distributed by the Engineering Department's Public Information Officer. 4 . Upon receipt of the contractor 's response , the appropriate City departments and directors will be notified . The Engineering Department 's Public Information Officer will , if necessary , then forward updated notices to the interested individuals. 5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract , the bonding company will be notified appropriately . D-72 AIR POLLUTION WATCH DAYS The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS ". Typically , the OZONE SEASON , within the Metroplex area , runs from May 1, through OCTOBER 31 , with 6:00 a.m. -10 :00 a.m . being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION .. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service , will issue the Air Pollution Watch by 3:00 p .m . on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days , the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10 :00 a .m . if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting ", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions , or alternative fuels such as CNG . If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. - 6 :00 p.m., on a designated Air Pollution Watch Day , that day will be considered as a weather day and added onto the allowable weather days of a given month . 09/01 /04 SC-53 PART D -SPECIAL CONDITIONS 0-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS A fee for street use permits is in effect. In addition , a separate fee for re-inspections for parkway construction , such as driveways , sidewalks , etc., will be required. The fees are as follows : 1. The street permit fee is $30 .00 per pe rmit with payment due at the time of permit application. 2. A re-inspection fee of $25 .00 will be assessed when work for which an inspection called for is incomplete. Payment is due prio r to the City performing re-inspection . Payment by the contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made . D-74 "GREEN" CEMENT POLICY As mandated by Fort Worth City Council Resolution 3536 , all cement utilized for this project shall be procured from a kiln utilizing a dry kiln process or from any kiln that does not produce an excess of 1.71b of NOx emissions per ton of clinker produced . All related costs for complying with the 'Green ' Cement Policy shall be considered subsidiary to the applicable project pay items . This policy shall also apply to all cement products including concrete , and concrete products . The contractor shall complete and submit the 'Green' Cement Policy Compliance Statement (included in the contract documents) at the time of bid opening of the project. Failure to comply with the 'Green ' Cement policy shall be grounds for rejecting the bid as non-responsive . During the term of the contract if cement meet ing the above requirement is not available, and where cement from a non-compliant source must be utilized , the contractor shall furnish good faith effort documentation in form of letters from two North Texas cement manufacturers of 'Green ' Cement stating that no stock of 'green ' cement is available for the contractor at that time . These letters shall be considered valid for a maximum of one week after which new letters must be submitted to the Project Inspector if 'green ' cement continues to remain unavailable. 09/01/04 SC-54 . : --~-;-. (To be printed on Contractor's Letterhead) DOE No: 3176 PROJECT NAME:Main C1C4B Sanitary Sewer Drainage Area Part 15 MAPSCO LOCATION: 76L LIMITS OF CONST.: West of 9th Avenue along FWWR between Rosedale and Oleander Estimated Duration of Construction on your Street : <XX> days TffiS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL REHABILITATE SEWER LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY .SEVEN DAYS FROM THE DATE OF THIS NOTICE . IF YOU HA VE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT <TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. PART D -SPECIAL CONDITIONS CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATE FOR 2000 CLASSIFICATION Asphalt Raker Asphalt Shoveler Batching Plant Weigher Carpenter (Rough) Concrete Finisher-Paving Concrete Finisher Helper (Paving) ·concrete Finisher-Structures Flagger Form Builder-Structures Form Setter-Paving & Curbs Form Setter-Structures Laborer-Common Laborer-Utility Mechanic Servicer Pipe Layer Pipe Layer Helper Asphalt Distributor Operator Asphalt Paving Machine Operator Concrete Paving Saw Crane , Clamshell , Backhoe , Derrick , Dragline , Shovel(< 1 1/2 CY) Crane , Clamshell , Backhoe , Derrick , Dragline , Shovel(> 1 1/2 CY) Front End Loader (2 1/2 CY & less) Front End Loader (over 2 1/2 CY) Milling Machine Operator Mixer Motor Grader Operator (Fine Grade) Motor Grader Operator Pavement Marking Machine Roller, Steel Wheel Plant-Mix Pavements Roller, Steel Wheel Other Flatwheel or Tamping Roller, Pneumatic, Self-Propelled Scraper Traveling Mixer Reinforcing Steel Setter (Paving) Truck Driver-Single Axle (Light) Truck Driver-Tandem Axle Semi-Trailer Truck Driver-Lowboy/Float Truck Driver-Transit Mix Truck-Driver~VVinch 09/01/04 SC-56 HOURLY RATE $10 .32 $9 .75 $9 .65 $13 .64 $10.16 $9 .70 $13.44 $7 .00 $13.44 $10.25 $9 .75 $7 .64 $8 .64 $13 .25 $10 .13 $7 .35 $6 .75 $11.45 $11 .09 $10 .53 $10.00 $11 .52 $9 .94 $9 .32 $8.00 $11 .00 $12.31 $13.75 $11 .00 $9 .88 $12 .12 $8 .02 $10 .00 $9.75 $8 .00 $10 .22 $10 .54 $10 .63 $9.80 HEAVY & HIGHWAY CONSTRUCTION PREY AILING WAGE RA TES 2008 Air Tool Operator Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Asphalt Shoveler Batching Plant Weigher Broom or Sweeper Operator Bulldozer Operator Carpenter Concrete Finisher, Paving Concrete Finisher, Structures Concrete Paving Curbing Machine Operator Concrete Paving Finishing Machine Operator Concrete Paving Joint Sealer Operator Concrete paving Saw Operator Concrete Paving Spreader Operator Concrete Rubber Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator Electrician Flaiurer Fonn Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator Laborer, Common Laborer, Utility Mechanic Milling Machine Operator, Fine Grade Mixer Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Romm Oiler Painter, Structures Pavement Marking Machine Operator Pioelayer Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Roller Operator, Pneumatic, Self-Propelled Roller Operator, Steel Wheel, Flat \Vheel/famping Roller Onerator, Steel Wheel, Plant Mix Pavement Scraper Operator Servicer Slip Form Machine Operator Spreader Box Operator Tractor Operator, Crawler Type Tractor Operator, Pneumatic Traveling Mixer Operator Truck Driver, Lowboy-Float Truck Driver, Single Axle, Heavy Truck Driver, Sin,11;Ie Axle, Light Truck Driver, Tandem Axle, Semi-Trailer Truck Driver, Transit-Mix Wagon Drill Boring Machine, Post Hole Driller Operator Welder Work Zone Barricade Servicer $10.06 $13.99 $12.78 $11.01 $ 8.80 $14.15 $ 9.88 $13.22 $12.80 $12.85 $13.27 $12.00 $13.63 $12.50 $13.56 $14.50 $10.61 $14.12 $18.12 $ 8.43 $11.63 $11.83 $13.67 $16.30 $12.62 $ 9.18 $10.65 $16.97 $1 l.83 $11.58 $15 .20 $14.50 $14.98 $13.17 $10.04 $11.04 $14 .86 $16.29 $11.07 $10.92 $11.28 $11.42 $12.32 $12.33 $10.92 $12.60 $12 .91 $12.03 $14.93 $11.47 $10.91 $11.75 $12.08 $14.00 $13.57 $10.09 (ld=>!if,cat1cn AC Mechank AC Mechanic Helper Acoustical Ceiling Mechanic Bricklaver /Stone Mason Brtcklayer/Stone Mason He lper Carpenter Carpenter Helper Concrete Finisher Concrete Form Builder Drywall Mechanic Drywall Helper Drywall Taper Drywall Taper Helper Electrician (Journeyman} Electrician Helper Electronic Technician Electronic Technician He lper Floor Layer (Resilient) Floor Layer Helper Glazier Glazier Helper Insulator Insulator Helper Laborer Common Laborer Skilled Lather Painter Painter Helper Pipefitter ?ipefitter Helper Plasterer Plasterer Helper • 2008 PREVAILING WAGE RATES 'CONSTRUCTION INDUSTRY t1ri1 F..a~e C :d '>S 1fica~ior, $21.69 Plumber s12.oo Plumber Helper $15.24 Reinforcing Steel Setter $19.12 Roofer $10.10 Roofer Helper $16.23 Sheet Metal Worker $11.91 Sheet Metal Worker Helper $13.49 Sorinkler Svstem Installer $13 .12 Sorinkler Svstem Installer He lper $14.62 Steel Worker Structural $10.91 Concrete Pump Crane, Clamsheel, Backhoe, Derrick, D'line $13.00 Shovel $9.00 Forklift $20.20 Front End Loader $14.43 Truck Driver $19.86 Welder $12.00 Welder Helper $20.00 $13.00 $18.00 $13.00 $14.78 $11.25 $10,27 $13.18 $16.10 $14.83 $8 .00 $18 .85 $12.83 $17.25 $12 .25 1 Hr!;• Ra!e $20 .43 $14.90 $10 .00 $14.00 $10 .00 I $16.96 $12.31 $18.00 $9 .00 $17.43 $20.50 $17 . 76 $12.63 $10.50 $14. 91 $16 .06 $9.75 - Date: ____ _ FORT WORTH DOE NO. XXXX Project llame: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON--------- BETWEEN THE HOURS OF _______ AND _____ _ IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT __________ _ (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. ____________ AT __________ _ (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ____________ _,CONTRACTOR F 0 r 0 fl i C e U: s e 0 n I y Ll T A H p A 0 N E s H A p !_; T D H D L V I 0 I a ti 0 n ? PART D -SPECIAL CONDITIONS TE:XAS DEPARTMENT OF HEALTH NOTE: CIRCLE ITEMS THAT ARE AMENDED fil T D H DEMOLITION I RENOVATION NOTIFICATION FORM NOTIFICATION# __________ _ 1) Aba:emem Contrt3cto r; ______ ~~---=,,.------------TOH License Number:. ______ _ Adc:ress : City: State: 2ip : ___ _ Office Phone Numb-er: ~~---------Jot> Site Phone Numbc:1: ______________ _ Site S·.1perv:Sor; TDH License NrJmber: --------------- - - Site SupoMsor: TOH License Num'!>er: - Trained O.n-Site NESHAP lndi'vi dual : ________________ Cerlification Dale :. _______ _ Demolition Contractar: ______________ Oftice Phone Number..__,.._ ____________ _ Adcr~s: Ci1:,r Ste1e : ___ -'Zip: ____ _ 2) Project Consultan1 or Operalor: _______ ~ _________ TDH License Number:. ______ _ Ma l lingAdd ress;_~-~---------------,-----------------~-- Clty : State: ____ Zip: ____ Office Pli{)ne Number:....__.,__ _____ _ -3) facility Owne r.. ________________________________ ~--- AUontion: ________________________________________ 1 Ma i.l ing Address: ____ ~------------------=---=-----,------,---------- City: __ Slate: Zip : Owner Phone Number-'".a....L..----- .. Noto: Tho irwoico for tho notification too wlll be s.ont to the owner of the building 3Md 1hc billing il<fdres.$ for the Invoice will b& obtained trom the lnfotm:11,on th.it Is fHOVidcd In thfs seetion. 4) Description or Faci[ity Name:·----------------~----------------Physical Ad c'ress :. __ ,--__________ County: City:. _______ Zip: ____ _ Facility Phone Number Faci!i ty Cant.;ict Person : __________ ~---- Descrip l ion of AreaJRoom Number:. _______ -=---~~-------------------- Prior Ui;e : ________________ Fu!urn Use: _________________ ~- Age oi Bt iilding!Facility; Sim: Number of Floors: _____ School (K · 12): :-: YES -NC 5) Type of Work.: : Demolition , R:enoval.lon (Abatement} .J Annua.l Consolidatei:I Work wi ll be during: ..: Dil)' D E•ienin g D Night -Philsed Project Description of worl< scne<1u 1c::. ________________________________ _ 6 } Is 1tlis a Public Building? -: YES NESHAP-Only Facility? 0 YES I ! NO Fe(teral Facility?:.: YES : NO !ndustriaJ Site? !J YES I ! NO n NO l s 8uildingi Facil ily Occupied? :..i YES · 1 NO 7) No1ification Type CHECK ONLY ONE :: Origi nal (10 Working .Days) ~ Cancellation ; · Amendment n Emergency/Ordered II 1h is is an amendment. which amendmen1 nu mber is this?_ (Enclose copy of orig lnal :md/or lastamsndment) If an emergency, who did you talk with at TOH'? Emergency#: ______ _ Date and Hou , of Emerr;e n c:y {HHIMM/DDIYY}: _______ _ Ossciiption of U,e sudden, unexpected event end explanation of how the event caused unsafe c:onditions o; Wou ld caus , equ ipment damage {computet s. machinery. etc:·----------------~--------- O B) Description of procedures to be followed in 1he e•."ent 1ha1 unexpected asbestos is found or previ ously non-fria!:lle Y asbestos rna1erial becomes crumbled. pul'.•erized. or reduced to powder; -----------~-----.lliiii e s 9) Was an Asbes1os su rvey performed? J YES L NO Date: I f TD H Inspector License No : ______ ,- G Analytic-al Method: PLM D TEM C Assumed TOH Labcra'ory License Na: ,--,----- N (For TAHPA (public bui lding) projeds: an assumption must be made by a TDH Lice11sed Inspector) - 10) Descriptc0n of planned O'emo1 mon or renovation work. cype of material, and method{s) to be used,_:------- I 1} Description of work pracfo;:~s and engineering controls to oe used to preven t e m issions of asbes1os at the demolitio:i/renova1ion : __ _._ _____________________________ _ 09101/04 SC-58 09101/04 PART D -SPECIAL CONDITIONS 12} ALL applicable items in ths following table must be completed: IF NO ASBeSTOS PRESENT CHECK HERE: Approximate amourit of Check unit of measurement Asbestos-Containing Building Material Asbestos Type SQ so Pipes Surface Area Ln Ln Cu Cu Ft ~.t Ft M Ft M RACM to be removed I -~ .... ~-.. ~, ",;,. '~ RACM NOT remo\'ed ,,~V '• !11 ,v:f,·· -..• -,. . ·,:i· 1:1)' Interior Category I non-friab[o rarno\•ed · .. , --~ ' ,f ,:--. Extetior Catecior,' I non-friable removed . <, t.,.· .• .- C.itec.orv I n on-Mable NOT rerno,·ed '::1 .. ' ·ll" :'.• ~~- Interior Cate,;ior-,• JI non-friable remo·,·ed JI .. ;..1,;:, Exterior CateQory II non-friable removed ,}')~ (!'.,~(;"': •.L,;., Cateoorv 11 ne>n ,frlanle NOT remo~·c-d I ·,/t lit ~~1 :, }::, l~~li =r.-~;· RACM Off-Facil ity Component •f:"f:1 . '\ii, 13) \Naste Transpone r Name: __________________ TOH License Number:------ Addrnss: ---'----------Ciry: __________ .Sta le: _ Zip: ___ _ Cc,...,tact Pe~on : Pharie Number: ..__......._ _________ _ 14) 'vVasts Disposal Site Name:----------,------------------------ Mdress:._-,--,-------........... ---___ City : ----------Sta1e : ___ Zip: ___ _ Te'.ephone : TNRCC Per m it Number:-------- 15) For stl\ictur8lly unsound facilities. attach a copy o f demolition order and Edeni ify Governmental Official oelow; NarnE:: Reoistmtion No: ---------------Ti:le: ________________ _ Dele of order (MMJDDJYY) / I Dale order to begiri {MM/DD/YY) i 1S) Scheduled Dates of l~bestos Abatemem (r.1Ml0D/YY} Start: ______ / __ Ccmple1e : -~/ __ .'_ 17) SchEic!uled Dates Demoli!ion.'Renovafion (MMi ODfYY) Slart: / Cornpleta: _ _.,_f _....:1_' ___ _ -Note: If Ute start dale on this notifjcation c:in not be,, m111, 1.h11 TOH Regional or Local Program office Must be conlactad by phone prior to the &tut date. Failure to do so is a violation in acco,cbnc:o co TAttPA. Sccilon 295.61, I hereby cerlify that all inforrnefon I h,~ve pro11ided is correct. complete, .'.Ind true to the best of my knowledge. I ackno·,1dedge that I am respons rble for all aspects of the not.fica1ion form. includ ing, but noi limitir:~. co:ite<tt a n d s1.,2b miss ion dates. me maximum penalty is $·10.000 per day per w olatlo.1 . (Signa1ure of Building O·.i.•ner/ Operator · or Delegated ConsuHantlContractor) MAIL TO: ~Faxes arc not accepted~ (Printed Nam~) {Dale} ASBESTOS NOTIFICATION SECTION TOXIC SUBSTANCES CONTROL DNISION TEXAS DEPARTMENT OF t-lEAL TM PO BOX 1 ~3538 AUSTIN, TX 78714-3538 Pli: 512-SJ.t-6600, 1-800-572-5548 (Telephcx1e) {Fax Num tM:r) 'Fo.,cc.s arc not accepted• Form APBti5, dated 07./29/02. Replaces TOH form dated 07113/01_ For a.ssistance in completing form, ca/I 1-800-572-5548 SC-59 - , - - DA-1 DA-2 DA-3 DA-4 DA-5 DA-6 DA-7 DA-8 DA-9 DA-10 DA-11 DA-12 DA-13 DA-14 DA-15 DA-16 DA-17 DA-18 DA-19 DA-20 DA-21 DA-22 DA-23 DA-24 DA-25 DA-26 DA-27 DA-28 DA-29 DA-30 DA-31 DA-32 DA-33 DA-34 DA-35 DA-36 DA-37 DA-38 DA-39 DA-40 'DA-41 DA-42 DA-43 DA-44 DA-45 DA-46 PART DA -ADDITIONAL SPECIAL CONDITIONS AW ARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS ..................... 4 PIPELINE REHABILITATION CURED-IN-PLACE PIPE. ............................................ 4 PIPE ENLARGEMENT SYSTEM ....................................................................................... 4 FOLD AND FORM PIPE ...................................................................................................... 4 SLIPLINING ........................................................................................................................... 4 PIPE INSTALLED BY OTHER THAN OPEN CUT ......................................................... 4 TYPE OF CASING PIPE ...................................................................................................... 7 SERVICE LINE POINT REPAIR/ CLEAN OUT REPAIR .............................................. 7 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ............... 7 MANHOLE REHABILITATION ........................................................................................ 7 SURFACE PREPARATION FOR MANHOLE REHABILITATION ............................. 8 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM ........... 8 INTERIOR MANHOLE COATING -QUADEX SYSTEM .............................................. 8 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM ..................................... 8 INTERIOR MANHOLE COATING -RA VEN LINING SYSTEM ................................. 8 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER ......... 8 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM .................................... 8 RIGID FIBERGLASS MANHOLE LINERS ...................................................................... 8 PVC LINED CONCRETE WALL RECONSTRUCTION ................................................ 8 PRESSURE GROUTING ...................................................................................................... 8 VACUUM TESTING OF REHABILITATED MANHOLES .......................................... 11 FIBERGLASS MANHOLES ............................................................................................... 11 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ................ 11 REPLACEMENT OF CONCRETE CURB AND GUTTER ........................................... 12 REPLACEMENT OF 6" CONCRETE DRIVEWAYS .................................................... 12 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE ............................................ 12 GRADED CRUSHED STONES .......................................................................................... 13 WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE. .......................................................... 13 BUTT JOINTS -MILLED .................................................................................................. 13 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) ..................................................... 13 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER .......................................... 13 NEW 7" CONCRETE VALLEY GUTTER ...................................................................... 14 NEW 4" STANDARD WHEELCHAIR RAMP ................................................................ 14 8" PAVEMENT PULVERIZATION ................................................................................. 14 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) ..................... 14 RAISED PAVEMENT MARKERS .................................................................................... 15 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING ........ 15 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL .. 15 ROCK RIPRAP-GROUT-FILTER FABRIC ................................................................ 15 CONCRETE RIPRAP .......................................................................................................... 15 CONCRETE CYLINDER PIPE AND FITTINGS ........................................................... 16 CONCRETE PIPE FITTINGS AND SPECIALS ............................................................. 16 UNCLASSIFIED STREET EXCAVATION ..................................................................... 16 6" PERFORATED PIPE SUB DRAIN ................................................................................ 17 REPLACEMENT OF 4" CONCRETE SIDEWALKS ..................................................... 17 RECOMMENDED SEQUENCE OF CONSTRUCTION ................................................ 17 ASC-1 DA-47 DA-48 DA-49 DA-SO DA-51 DA-52 DA-53 DA-54 DA-55 DA-56 DA-57 DA-58 DA-59 DA-60 DA-61 DA-62 DA-63 DA-64 DA-65 DA-66 DA-67 DA-68 DA-69 DA-70 DA-71 DA-72 DA-73 DA-74 DA-75 DA-76 DA-77 DA-78 DA-79 DA-80 DA-81 DA-82 DA-83 DA-84 DA-85 DA-86 DA-87 DA-88 DA-89 DA-90 DA-91 PART DA -ADDITIONAL SPECIAL CONDITIONS PAVEME NT REPAIR IN PA RKING A REA ................................................................... 17 EASEMENTS A ND P E RMITS ........................................................................................... 17 HIGHWAY REQUIREMENTS .......................................................................................... 17 CONCRETE E NCASEMENT ......................................................................... : .................. 17 CONNECTION TO EXISTING STRUCTURES .............................................................. 18 TURBO METER WITH VA ULT AND BYPASS INSTALLATION ............................. 18 OPEN FIRE LINE INSTALLATIONS .............................................................................. 18 WATER SAMPLE STATION ............................................................................................. 18 CURB ON CONCRETE PAVEMENT .............................................................................. 18 SHOP DRAWINGS .............................................................................................................. 19 COST BREAKDOWN ......................................................................................................... 19 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY ................................ 19 H.M.A.C. MORE THAN 9 INCHES DEEP ....................................................................... 20 ASPHALT DRIVEWAY REPAIR ..................................................................................... 20 TOP SOIL .............................................................................................................................. 20 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT ............ 20 BID QUANTITIES ............................................................................................................... 20 WORK IN HIGHWAY RIGHT OF WAY ........................................................................ 20 CRUSHED LIMESTONE (FLEX-BASE) ......................................................................... 20 OPTION TO RENEW .......................................................................................................... 20 NON-EXCLUSIVE CONTRACT ....................................................................................... 20 CONCRETE VALLEY GUTTER ...................................................................... : ............... 20 TRAFFIC BUTTONS .......................................................................................................... 2 1 PAVEMENT STRIPING ..................................................................................................... 2 1 H.M.A.C. TESTING PROCEDURES ................................................................................ 21 SPECIFICATION REFERENCES ... · ............................................................ 2 1 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTOR/CONTROL VALVE AND BOX ............................................... 2 1 RESILIENT-SEATED GATE VALVES ......................................................... 22 EMERGENCY SITUATION, JOB MOVE IN .................................................. 22 11/2" & 2" COPPER SERVICES .................................................................. 22 SCOPE OF WORK (UTIL. CUT) ...................................................................................... 22 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT) ....................................................... 22 CONTRACT TIME (UTIL. CUT) ...................................................................................... 22 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) .............................. 22 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) ................................................. 23 LIQUIDATED DAMAGES (UTIL. CUT) ......................................................................... 23 PAVING REP AIR EDGES (UTIL. CUT) .......................................................................... 23 TRENCH BACKFILL (UTIL. CUT) ................................................................................. 23 CLEAN-UP (UTIL. CUT) ..................................... _. .............................................................. 23 PROPERTY ACCESS (UTIL. CUT) .................................................................................. 23 SUBMISSION OF BIDS (UTIL. CU'f) .............................................................................. 2 3 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) ............................................... 23 CONCRETE BASE REPAIR FOR UNIT II & UNIT III (UTIL. CUT) ........................ 2 3 2 TO 9 H.M.A.C. PAVEMENT (UTIL. CUT) ................................................................... 2 3 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) ...... 2 3 ASC-2 - - - PART DA -ADDITIONAL SPECIAL CONDITIONS DA-92 MAINTENANCE BOND (UTIL. CUT) ............................................................................. 23 DA-93 BRICK PAVEMENT (UTIL. CUT) ................................................................................... 23 DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) ............................................................. 23 DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) ...................................................... 24 DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) ........................................ 24 DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) ...................................................................... 24 DA-98 UTILITY ADJUSTMENT (UTIL. CUT) ........................................................................... 24 DA-99 ST AND ARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS .................... 24 DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) ................................... 24 DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) .......................................................... 24 DA-102 PAYMENT (MISC. REPL.) ................................................................................................ 24 DA-103 DEHOLES (MISC. REPL.) ................................................................................................. 25 DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) .......................................................... 25 DA-105 PRESSURE CLEANING AND TESTING (MISC. REPL.) ............................................. 25 DA-106 BID QUANTITIES (MISC. REPL.) ................................................................................... 25 DA-107 LIFE OF CONTRACT (MISC. REPL.) ............................................................................ 25 DA-108 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) ........................... 26 DA-109 WORK ORDER COMPLETION TIME (MISC. REPL.) ............................................... 26 DA-110 MOVE IN CHARGES (MISC. REPL.) .............................................................................. 26 DA-111 PROJECT SIGNS (MISC. REPL.) ..................................................................................... 26 DA-112 LIQUIDATED DAMAGES (MISC. REPL.) ..................................................................... 26 DA-113 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) ................................................. 27 DA-114 FIELD OFFICE .................................................................................................................... 27 DA-115 BRICK PAVEMENT REPAIR (MISC. REPL.) ............................................................... 27 DA-116 FLOW ABLE FILL (MISC. REPL.) ................................................................................... 27 DA-117 TRAFFIC CONTROL PLAN ............................................................................................. 28 DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS ........... 28 DA-119 CONTRACT AWARD ................................................................................ 28 - ASC-3 - - PART DA -ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS The City reserves the right to abandon w ithout obligation to the contractor , any part of the project , or the entire project , at any time before the contractor begins any construction work authorized by the City . Award , if made , shall be to the lowest responsible bidder. The following shall apply for contract documents with multiple units of work. Each unit represents a separate project, each with an ind ividual M/WBE specification and proposal section . The proposal sections are arranged to allow prospective bidders to submit bids on one unit, some of the units , or all of the units. Award of contract(s), if made, shall be to the lowest responsible bidder for each individual unit. If a contractor is the low bidder on two units or more, a single set of contract documents consisting of all applicable units will be created and one single award of contract shall be made. The Contractor shall comply w ith the City's M/WBE Ordinance on each un it. Bidders shall submit individual and separate monthly M/WBE reports for each Unit included in the Contract. Construction time on all units will run concurrently . For situations involving approved contracts with multiple units, the total allowable construction completion time period for all the units shall be the same as the unit with the longest construction time period . DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE Not Used. DA-3 PIPE ENLARGEMENT SYSTEM Not Used . DA-4 FOLD AND FORM PIPE Not Used . DA-5 SLIPLINING Not Used . DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT A. GENERAL: 1 . Furnish materials and necessary accessories, with strengths , thickness , coat ings, and fittings indicated , specified and/or necessary to complete the work . 2 . All excavation shall provide an open area conforming to the outside diameter of the casing and/or carrier conduit. The excavation shall be to an alignment and grade which will allow the carrier conduit to be installed to proper line and grade as shown on the Plans and as established in the Specifications. 3 . Work shall be performed in accordance with the requirements of the City of Fort Worth Water Department, the Texas Department of Transportation , or railroad company, as applicable. B. MATERIALS : 1 . Casing Pipe : Casing pipe shall be steel conforming to ANSI 836 .10 and the follow ing : a . Field Strength : 35,000 psi minimum . ASC-4 PART DA -ADDITIONAL SPECIAL CONDITIONS b . · Wall thickness : 0.312 in . minimum (0.5 for railroad crossings). c . Diameter: As shown on the drawings (minimum size requirements). d . Joints : Continuous c ircumferential weld in accordance with AWS 01 .1. 2 . Carrier Pipe in Casing : Carrier pipe shall be as shown on drawings and as specified in the General Contract Documents . 3 . Sewer Pipe without Casing Pipe : Shall be minimum Class 51 ductile iron pipe , or as designated on the plans. 4 . Grout: Grout shall be Portland Cement grout of min . 2000 psi compressive strength at 28 days . Proportioned not less than 1 cu . ft . of cement to 3 cu . ft. of fine sand with sufficient water added to provide a free flowing thick slurry . C. EXECUTION 1. 2 . 3. Where sewer pipe is required to be installed under railroad embankments or under highways , streets or other facilities in other than open cut, construction shall be performed in such a manner so as to not interfere with the operation of the railroad , street, highway, or other facility , and so as not to weaken or damage any embankment or structure . During construction operations, barricades and lights to safeguard traffic and pedestrians shall be furnished and maintained, until such time as the backfill has been completed and then shall be removed from the site . Pits and Trenches : a . If the grade of the pipe at the end is below the ground surface , suitable pits or trenches shall be excavated for the purpose of conducting the jacking or tunneling operations and for placing end joints of the pipe . Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted securely and braced in a manner to prevent earth from caving in . b . The location of the pit shall meet the approval of the Engineer. c. The pits of trenches excavated to facilitate these operations shall be backfilled immediately after the casing and carrier pipe installation has been completed . Boring and Jacking Steel Casing Pipe : Steel casing pipe shall be installed by boring hole with the earth auger and simultaneously jacking pipe into place . a . The boring shall proceed from a pit provided for the boring equipment and workmen . The holes are to be bored mechanically. The boring shall be done using a pilot hole. By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. Other methods of maintaining line and grade on the cas ing may be approved if acceptable to the Engineer. Excavated material shall be placed near the top of the working pit and disposed of as required . The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. Jetting or . sluicing will not be permitted . b . In unconsolidated soil formations , a gel-forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to consolidate ASC-5 - - - - - PART DA -ADDITIONAL SPECIAL CONDITIONS cuttings of the bit , seal the walls of the hole , and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. c . Allowable variation from the line and grade shall be as specified under paragraph A.2 . All voids between bore and outside of casing shall be pressure grouted . 4 . Installation of Carrier Pipe in Casing : a . Sanitary sewer pipe located within the encasement pipe shall be supported by "skids" or "bands" to prevent the pipe and bells from snagging on the inside of the casing , and to keep the installed line from resting on the bells. b . All skids shall be treated with a wood preservative . Skids should extend for the full length of the pipe with the exception of the bell area and spigot area necessary for assembly unless otherwise specified . c . The Contractor shall prevent over-belling the pipe while installing it through the casing . A method of restricting the movement between the assembled bell and spigot where applicable shall be provided . d. At all bored , jacked, or tunneled installations, the annular space between the carrier pipe and casing shall be filled with grout. Care must be taken that not too much water is forced into the casing so as not to float the pipe . The backfill material will not be required unless specified on the plans and specified by the Engineer. e . Closure of the casing after the pipe has been installed shall be plugged at the ends of the casing as shown on the drawings or as required by the Engineer. 5 . Boring and Jacking Ductile Iron Pipe without Casing Pipe : a . As indicated on drawings and as required and directed by the Engineer sewer shall be constructed of bore and jacked ductile iron pipe. b. When a casing pipe is not designated on the drawings , the contractor shall provide a casing pipe if necessary to achieve line and grade . Casing pipe shall be provided at no additional cost and shall be subsidiary to the cost bid for installation By Other than Open Cut. c . Bore and jack in accordance with paragraph C.3. above . d . Short length of sewer consisting of a single pipe section may be installed by jacking without a bore hole if permitted by the Engineer and in soft soil layer. All vo ids outside of installed pipe shall be pressure grouted . 6 . Tunneling : Where the characteristics of the soil , the size of the proposed pipe , or the use of monolithic sewer would make the use of tunneling more satisfactory than jacking or boring , or when shown on the plans, a tunneling method may be used , with the approval of the Engineer or railroad/highway officials. a . When tunneling is permitted, the lining of the tunnel shall be of sufficient strength of support the overburden . The Contractor shall submit the proposed liner method to the Engineer for approval. The tunnel liner design shall bear the seal of a licensed professional engineer in the State of Texas . Approval by the Engineer shall not relieve the Contractor of the responsibility for the adequacy of the liner method . ASC-6 PART DA -ADDITIONAL SPECIAL CONDITIONS b. The space between the tunnel liner and the limits of excavation shall be pressure grouted or mud-jacked . c . Access holes for placing concrete shall be space at maximum intervals of 10 feet. D. MEASUREMENT AND PAYMENT: Installation of pipe by other than open cut will be measured by the linear foot of pipe , complete in place . Such measurement will be made between the ends of the pipe along the central axis as installed . The work performed and materials furnished as prescribed by this item will be paid for at the Contract Unit Price bid per linear foot for Pipe Installed by Other Than Open Cut of the type , size , and class of pipe specified as shown on plans . The furnishing of all materials, pipe, liner materials required for installation , for all preparation , hauling and installing of same, and for all labor, tools , equipment and incidentals necessary to complete the work , including excavation , backfilling and disposal of surplus material shall be included in the Contract Unit Price as shown in the Bid Proposal. Payment shall not include pavement replacement , which if required , shall be paid separately . DA-7 TYPE OF CASING PIPE 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe , and shall conform to the provisions of E1-15 , E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be suppl ied as follows : A. For the inside and outside of casing pipe , coal-tar protective coating in accordance with the requirements of Sec . 2.2 and related sections in AWWA C-203 . B . Touch-up after field welds shall provide coating equal to those specified above . C. Minimum thickness for casing pipe used shall be 0.375 inch Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company , Advanced Products and Systems , Inc., or an approved equal shall be used on all non-concrete pipes when installed in casing . Installation shall be as recommended by the manufacturer. 2. SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig . 110 of the General Contract Documents . 3 . PAYMENT: Payment for all materials, labor, equipment , excavation , concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR Not Used . DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION Not Used. OA-10 MANHOLE REHABILITATION ASC-7 - - - - PART DA -ADDITIONAL SPECIAL CONDITIONS Not Used . DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION Not Used . DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM Not Used . DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM Not Used . DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM Not Used . DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM Not Used . DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER Not Used . DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM Not Used . DA-18 RIGID FIBERGLASS MANHOLE LINERS Not Used . DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION Not Used . DA-20 PRESSURE GROUTING A. GENERAL 1. Scope . This Section governs all work , materials and testing required for the pressure grouting of manhole defects . Manholes or sections of manholes with active leaks shall be repaired as indicated in the Manhole Rehabilitation Schedule. 2. Description. The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of pressure grouting of manhole defects in accordance with the Contract Documents . 3. Manufacturer's Recommendations. Materials, additives, mixture ratios, and procedures utilized for the grouting process shall be in accordance with manufacturer's recommendations . 4. Manholes . Manholes to be grouted are of brick, concrete , or fiberglass construction . ASC-8 PART DA -ADDITIONAL SPECIAL CONDITIONS A MATERIALS 1. Grouting Materials : a. Urethane Gel Grout: Urethane gel grout , such as Scotch-Seal 5610 gel or equal shall be a hydrophilic polymer. The chemical shall be mixed within the range of from 8 to 1 O parts of water and shall contain a reinforcing agent supplied by the same manufacturer. The material shall gel and cure to a tough flexible elastomeric condition . When wet , the gel shall exhibit strength properties of at least 25 psi tensile at 150 percent elongation . The material shall not change in linear dimension more than eight percent when subjected to wet and dry cycles . b . The chemical grout shall be applied so as to have the grout material flow freely into the defects . To avoid any wastage of the material flowing through the defects, a gel control agent may be added . The following properties shall be exhibited by the grout: 1) Documented service of satisfactory performance in similar usage . 2) Controllable reaction times and shrinkage through tlie use of chemicals supplied by the same manufacturer. The minimum gel set time shall be established so that adequate grout travel is achieved. 3) Resistance to chemicals ; resistant to most organic solvents, mild acids and alkali. 4) Compressive recovery return to original shape after repeated deformation . 5) The chemical shall be essentially non-toxic in a cured form . 6) Sealing material shall not be rigid or brittle when subjected to dry atmosphere . The material shall be able to withstand freeze/thaw and moving load conditions. 7) Sealing material shall be noncorrosive. c. A reinforcing agent such as Scotch-Seal Brand 5612 reinforcing agent or equivalent shall be utilized in accordance with manufacturer's recommendations . Any 5612 reinforcing agent which contains lumps must be discarded. Care must be taken to be sure that the pH of the water in the tank is from 5 to 9. As a precaution against the possibility of the pH being outside this range , take a small amount of water from the tank to which Gel Reinforcing Agent 5612 is to be added. Add a few drops of 5612 to this test sample . Scotch-Seal Brand Gel Reinforcing Agent 5612 should disperse readily . If precipitation occurs , drain the tank and retest. Repeat as necessary until dispersion occurs. ff dispersion does not occur, do not use the water source . d. A filler material such as Celite 292 (diatomaceous earth) from Johns Mansville or equivalent shall be utilized . The addition of the filler material shall not exceed the quantity specified by the manufacturer, and continuous agitation of the water side of the mixture is required . The filler material may also be utilized as a reinforcing agent in accordance with the urethane gel grout manufacturer's recommendations .................................................................................................... . 1. Additives : Grout additions may be utilized for catalyzing the gel reaction, inhibiting the gel reaction, buffering the solution, lowering the freezing temperature of the solution, acting as a filler, providing strength or for inhibition of root growth . 2. Root Control : A root inhibiting chemical such as dichlobenil shall be added to the chemical grout mixture at a safe level of concentration and shall have the ability to remain active within the grout for a minimum of 12 months . 3. Material Identification : Contractor shall completely identify the types of grout , mortar, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of ASC-9 - - - - - PART DA -ADDITIONAL SPECIAL CONDITIONS grouting materials based on chemical and physical properties , ease of application , and expected performance , to the satisfaction of the Engineer. 4 . Mixing and Handling : Mixing and handling of chemical grout and forming constituents , which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that chemicals or gels produced by the chemicals are under control at all times and are not available to unauthorized personnel or animals . All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the grout material and additives shall perform the grouting operat ions . C. EXECUTION 1. General. Manhole grouting shall not be performed until sealing of manhole frame and grade adjustments , partial manhole replacement , or manhole repairs are complete . 2. Preliminary Repairs: a. Seal all unsealed lifting holes, unsealed step holes, voids larger than approximately one- half (1/2) inch in thickness . All cracked or deteriorated material shall be removed from the area to be patched and replaced with Octocrete , as manufactured by IPS Systems , Inc. or equal , in accordance with manufacturer's specifications . b. Cut and trim all roots within the manhole . 3 . · Temperature . Normal grouting operations including application of interior coating shall be performed in accordance with manufacturer's recommendations. 4 . Grouting Material Usage. Grouting of the manhole may include corbel , wall , pipe seals , manhole joints, wall to flattop joint, and/or bench/trough . Areas of the manhole designated to be grouted will be directed by the Engineer. If entire manhole is scheduled for grouting, grouting shall include the entire manhole including corbel , wall , pipe seals and bench/trough . Pipe seal grouting shall include all pipe seals in the specified manhole and grouting of the specified manhole including the bench/trough to the maximum height of 18 inches from the crown . 5. Drilling and Injection: a. Injection holes shall be drilled through the manhole wall at locations indicated in the appropriate detail(s). b. Grout shall be injected through the holes under pressure with a suitable probe . Injection pressure shall not cause damage to the manhole structure or surrounding surface features . Grout shall be injected through the lowest holes first. The procedure shall be repeated until the manhole is externally sealed w ith grout. c . Grouting from the ground surface shall not be allowed . d. Grout travel shall be verified by observation of grout to defects or adjacent injection holes . Provide additional injection holes, if necessary , to ensure grout travel. e. Injection holes shall be cleaned with a drill and patched with a waterproof quick setting mortar for brick and concrete manholes. ASC-10 PART DA -ADDITIONAL SPECIAL CONDITIONS 6. Testing of Rehabilitated Manholes . Testing of rehabilitated manholes for water tightness shall be performed by the Contractor in the presence of the Engineer in accordance with the requirement of Section DA-21 , VACUUM TESTING OF REHABILITATED MANHOLES of these specifications . D. MEASUREMENT AND PAYMENT If the entire manhole is grouted , the Contract Unit Price shall be per vertical foot grouted as indicated on the Manhole Rehabilitation Schedule included in these specifications or as required by the Engineer. Payment for grouting pipe seals , bench and trough , and 18 inches above crown of pipe , and grouting flattop to wall joint, shall be based on the Contract Unit Price per each manhole rehabilitated as indicated on the Manhole Rehabilitation Schedule . The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor , supervision , materials , equipment , preliminary repairs and testing necessary to complete the work including grouting with urethane grout. DA-21 VACUUM TESTING OF REHABILITATED MANHOLES Not Used . DA-22 FIBERGLASS MANHOLES Not Used . DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES The contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the resurfacing process commences for a particular street. The contractor shall attempt to include the Construction Engineer (if he is available) in the observation and marking activity . In any event a street shall be completely marked a minimum of two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a recommended procedure . It shall be the contractors responsibility to notify the utility companies that he has commenced work on the project. As the resurfacing is completed (within same day) the contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly . The following are utility contact persons: Company Southwestern Bell Telephone Texas Utilities Lone Star City of Fort Worth , Street Light and Signal Telephone Number 338-6275 336-9411 Ext. 2121 336-8381 Ext. 6982 871-8100 Contact Person "Hot Line" Mr. Roy Kruger Mr. Jim Bennett Mr. Jim Bob Wakefield Of course, under the terms of this contract , the contractor shall complete adjustment of the storm drain and Water Department facilities , one traffic lane at a time within five (5) working days after completing the laying of proposed H.M.A.C . overlay adjacent to said facilities . Any deviation from the above procedure and allotted working days may result in the shut down of the resurfacing operation by the Construction Engineer. ASC-11 - - - PART DA -ADDITIONAL SPECIAL CONDITIONS The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER These provisions require the contractor to remove all failed existing curb and gutter, as designated by the Construction Engineer , and replace with standard concrete curb and gutter , laydown curb and gutter, or in like kind, as governed by the standard City Specifications, Item No . 104 "Removing Old Concrete", Item No . 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-S4 . Pay limits for laydown curb and gutter are shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall saw cut the curb and gutter and pavement prior to removal. Included , and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No . 106 "Unclassified Street Excavation ", into the street to aid in the construction of the curb and gutter. The pay limit will be 9" out from the gutter lip, with same day haul-off of the removed material to a suitable dump site. The street void shall be filled with H.M.A.C . "Type D" mix as per specification No . 300 "Asphalts, Oils and Emulsions", Item No . 304 "Prime Coat" and Item f'.-Jo . 312 "Hot Mix Asphaltic Concrete " and compacted to standard City densities and top soil as per specification item No . 116 "Top Soil ", if needed , shall be added and leveled to grade behind the curb . Existing improvements within the parkway such as water meters, sprinkler system , etc . damaged during construction shall be replaced with same or better at no cost to the City . Backfill for curb and gutter shall be completed within fourteen (14) calendar days from the day of demolition to date of completion . If the contractor fails to complete the work within fourteen (14) calendar days, a $100 dollar liquidated damage will be assessed per block per day. The unit price bid per linear foot shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work . DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS This item shall include the removal and replacement of existing concrete driveways, due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site . For specifications governing this item see Item No . 104 "Removing Old Concrete", Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications . The unit price bid per square yard shall be full compensation for all labor , material, equ ipment, supplies , and incidentals necessary to complete the work . DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE The contractor shall remove all existing deformed H.M.A.C. pavement and/or bad base material that shows surface deterioration and/or complete failure . The Engineer will identify these areas upon which time the contractor will begin work. The failed area shall be saw cut, or other similar means, out of the existing pavement in square or rectangular fashion . The side faces shall be cut vertically and all failed and loose material excavated. As a part of the excavation process, all unsatisfactory base material shall be removed, if required , to a depth sufficient to obtain stable sub-base . The total depth of excavation could range from a couple of inches to include the surface-base-some sub-base removal for which the Engineer will select the necessary depth . The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated material shall be hauled off site , the same day as excavated, to a suitable dump site . After satisfactory completion of removal as outlined above, the contractor shall place the permanent pavement patch, with "Type D" surface mix. This item will always be used even if no base improvements are required . The proposed H.M.A.C. repair shall match the existing pavement section or the depth of the failed material , whichever is greater. However, the patch thickness shall be a minimum of 2 inches . Generally the existing H.M.A.C. ASC-12 PART DA -ADDITIONAL SPECIAL CONDITIONS pavement thickness will not exceed 6". Before the patch layers are applied , any loose material , mud and/or water shall be removed . A liquid asphalt tack coat shall be applied to all exposed surfaces . Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift . Compactions of the mix shall be to standard densities of the City of Fort Worth , made in preparation to accept the recycling process. All applicable provisions of Standard Specification Item Nos . 300 "Asphalts , Oils , and Emulsions", 304 "Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work . The unit price bid per cubic yard shall be full compensation for all materials , labor, equipment and incidentals necessary to complete the work . DA-27 GRADED CRUSHED STONES This item shall be used to repair the failed base material in areas exceed 8" deep as directed by the Engineer. The material shall be graded crushed stones. For specifications governing this item see Item No . 208 "Flexible Base". The unit price bid per cubic yard shall be full compensation for all materials , labor, equipment and incidentals necessary to complete the work . DA-28 WEDGE MILLING 2" TO O" DEPTH 5.0' WIDE Not Used . DA-29 BUTT JOINTS -MILLED Not Used . DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) All applicable provisions of Standard Specifications, Item Nos . 312 "Hot-Mix Asphaltic Concrete", 300 "Asphalts, Oils and Emulsions", 304 "Prime Coat", and 313 "Central Plant Recycling-Asphalt Concrete" shall apply to the construction methods for this portion of the project. Standard Specification 312 .5 (1) shall be revised as follows : The prime coat, tack coat, or the asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit and rising , the temperature being taken in the shade and away from artificial heat. Asphaltic material shall also not be placed when the wind conditions are unsuitable in the opinion of the Engineer. The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City approval 48 hours prior to placing the H.M.A.C. overlay. The City will provide laboratory control as necessary . The unit price bid per square yard of H.M.A.C . complete and in place, shall be full compensation for all labor, materials , equipment, tools , and incidentals necessary to complete the work . DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER This item shall include the removal and reconstruction of existing concrete valley gutters at locations to be determined in field: Removal of existing concrete valley, asphalt pavement , concrete base , curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item . Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details , shall be subsidiary to this Pay Item. ASC-13 PART DA -ADDITIONAL SPECIAL CONDITIONS See standard specification Item No . 314, "Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete ", Item No . 104 , "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No . 208 "Flexible Base ." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included . Contractor may substitute 5" non-reinforced (2 :27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". Asphalt base material may be required at times as directed by the Engineer to expedite the work at locations identified in the field . The concrete shall be designed to achieve a minimum compress ive strength of 3000 pounds per square inch . Contractor shall work on one-half of Valley Gutter at a time , and the other half shall be open to traffic . Work shall be completed on each half within seven (7) calendar days . If the contractor fails to complete the work on each half within" seven (7) calendar days , a $100 dollars liquidated damage will be assessed per each half of valley gutter per day . The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials , labor, equipment, tools and incidentals necessary to complete the work . DA-32 NEW 7" CONCRETE VALLEY GUTIER Not Used . DA-33 NEW 4" STANDARD WHEELCHAIR RAMP Not Used . DA-34 8" PAVEMENT PULVERIZATION Not Used . DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) The following specifications are for the furnishing and placing of reinforced concrete pavement or base as shown on detail and as directed by the Engineer. A. GENERAL: Reinforced concrete pavement or base shall conform to Specification Item No . 314 herein except for finishing and curing . B. FINISHING : The reinforced concrete shall be brought to a uniform surface by working with a wooden float. The surface shall be flush with the adjacent pavement and shall have a finish similar to the surrounding pavement. The surface shall be even and shall provide a smooth ride . C. CURING : ASC-14 PART DA -ADDITIONAL SPECIAL CONDITIONS The reinforced concrete pavement surfaces shall be sprayed uniformly with a membrane curing compound conforming to the requirements of ASTM C-309 , Type 2, white-pigmented compound, which shall not produce permanent discoloration of the concrete . Concrete shall be allowed to cure for seven days or test cylinders reach 3000 psi before removal of barricades . D. EXECUTION : Included in this item will be the removal of the existing reinforced concrete pavement. The existing pavement shall be sawed so as to maintain an even , straight pavement cut. The existing reinforcing steel at sawed line and construction joints shall be lapped 18 inches with the new reinforced concrete pavement. The existing steel shall be thoroughly cleaned before lapping . The following work method will be performed on each utility cut: 1. Place safety signs , barricades and/or other warning devices where necessary and as required . 2 . Replace pavement to nearest joint. 3 . Mark out the damaged area with keel, chalk line or paint being sure to include all areas requiring repair. 4. Saw cut along marked lines a minimum of two (2) inches deep. 5 . Remove existing concrete . 6 . Form joints and place reinforcing steel and Dowel Bars (as required) acc~rding to standard specifications . 7. Place and finish concrete . 8 . Clean up job site , removing all debris . 9 . Maintain traffic control devices to protect the area until the concrete has cured seven days or concrete reaches 3000 psi compressive strength . E. PAYMENT: Payment shall be made at the unit price per linear foot as shown on the proposal and shall be full compensation for furnishing all labor, materials , equipment tools and incidentals necessary to complete the work. DA-36 RAISED PAVEMENT MARKERS Not Used . DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING Not Used . DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL Not Used. DA-39 ROCK RIPRAP -GROUT -FILTER FABRIC Not Used . DA-40 CONCRETE RIPRAP ASC-15 - PART DA -ADDITIONAL SPECIAL CONDITIONS 1 GENERAL: The following shall govern the furnishing and placing of concrete riprap as shown on the plans or as directed by the Engineer. 2 MATERIALS : Concrete for riprap shall be placed in accordance with the details and to the dimensions shown on the plans or as established by the Engineer. Unless otherwise shown on the plans , concrete riprap shall be reinforced using wire or bar reinforcement. The concrete shall be 3000 PSI at 28 days , Class A. Wire reinforcement shall be six (6) by six (6) inch No . 6 plain electric welded reinforc ing fabric or its equal. A minimum lap of six (6) inches shall be used at all splices . At the edge of the riprap , the wire fabric shall not be less than one (1) inch , no more than three (3) inches from the edge of the concrete and shall have no wire projecting beyond the last member parallel to the edge of the concrete . Reinforcement shall be supported properly throughout the placement to maintain its position equidistance from the top and bottom surface of the slab . If the slopes and bottom of the trench for toe walls are dry and not consolidated properly , the Engineer may require the entire area to be sprinkled , or sprinkled and consolidated before the concrete is placed . All surfaces shall be moist when concrete is placed . After the concrete has been placed , compacted , and shaped to conform to the dimensions shown on the plans , and after it has set sufficiently to avoid slumping , the surface shall be finished with a wooden float to secure a reasonably smooth surface . 3. PAYMENT: Payment for concrete riprap in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used . Bid price will be full compensation for placing all materials , and for all labor, tools, equipment, and incidentals necessary to complete the work . Payment for all necessary excavation below natural ground , and bottom or slope of the excavated channel will be included in the bid price . DA-41 CONCRETE CYLINDER PIPE AND FITTINGS Concrete cylinder pipe on this project shall be Class 150 A.W.W.A. C-303 pretensioned concrete cylinder pipe or Class 150 AWWA C-301 prestressed concrete cylinder pipe as specified on the plans and manufactured in accordance with Material Standard E1-4 contained in the General Contract documents. Payment for work such as backfill , bedding, blocking, excavation and all other associated appurtenances ; required , shall be included in the Linear Foot price of the pipe and lump sum for the pipe fittings in the appropriate BID ITEM(S). DA-42 CONCRETE PIPE FITTINGS AND SPECIALS Bidders shall submit the following for C-303 pre-tensioned concrete cylinder pipe to be installed on this project: 1. A complete list of fittings and specials upon which the lump sum is bid . 2 . Provide a unit price indicating the cost for furnishing and installing each of the various items of fittings and specials . The lump sum as bid in the Proposal shall be payment in full for all fittings and specials necessary for the construction of the project as designed . Payment for the installation of the pipe fittings , specials , and random lengths shall be included . Should the Engineer approve any changes to the fittings , specials or random pipe lengths listed as justifying the amount bid in the Proposal , the price submitted with the Proposal shall be used to determine the increase or decrease in the value of the lump sum of the Proposal, and the Contractor shall be paid on the basis of this adjusted value under that bid item. DA-43 UNCLASSIFIED STREET EXCAVATION ASC-16 PART DA -ADDITIONAL SPECIAL CONDITIONS Not Used . DA-44 6" PERFORATED PIPE SUBDRAIN Not Used . DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS This item shall include the removal and replacement of existing concrete sidewalk due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item see Item No . 104 "Removing Old Concrete ", and Item No . 504 "Concrete Sidewalk and Driveways ". The unit price bid per square yard shall be full compensation for all labor, material , equipment, supplies , and incidentals necessary to complete the removal and replacement work . DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION Not Used . DA-47 PAVEMENT REPAIR IN PARKING AREA The unit price bid under appropriate BID ITEM(S) of the Proposal shall cover all cost for provid ing pavement repair equal to or superior in composition , thickness , etc., to existing pavement. All required paving cuts shall be made with a concrete saw in a true and ·straight line on both sides of the trench , a minimum of twelve (12) inches outside the trench walls . The trench shall be backfilled and the top nine (9) inches shall be filled with crushed limestone base material , compacted and level with the finished adjacent surface . This finished grade shall be maintained in a serviceable condition until the paving has been replaced . DA-48 EASEMENTS AND PERMITS Easements and permits , both temporary and permanent, have been secured for this project at this time and made a part thereto . Any easements and/or permits , both temporary and permanent, that have not been obtained by the time of publication shall be secured before construction starts . No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained . The Contractor's attention is directed to the easement description and permit requirements, as contained herein, along with any special conditions that may have been imposed on these easements and permits . Where the pipeline crosses privately owned property , the easements and construction areas are shown on the plans . The easements shall be cleaned up after use and restored to their original conditions or better. In the event additional work room or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item . DA-49 HIGHWAY REQUIREMENTS Not Used . DA~O CONCRETEENCASEMENT Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall conform to Fig . 113 ; for water line encasements it shall conform to Fig . 20 of the General Contract Documents . Requirements for such encasement are specified in Sections E1-20 and E2-20 of the General Contract Documents . ASC-17 - PART DA -ADDITIONAL SPECIAL CONDITIONS Payment for work such as forming , placing , and finishing including all labor, tools , equipment and material necessary to complete the work shall be included in the linear foot price bid for Concrete Encasement. DA-51 CONNECTION TO EXISTING STRUCTURES All connections between proposed and existing facilities , shall consist of a watertight seal. Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements of Section E1 -20 and E2-20 of the General Contract Documents . Prior to concrete placement, a gasket, RAM-Nek or approved equal shall be installed around penetrating pipe . Payment for such work as connecting to existing facilities including all labor, tools , equipment, and material necessary to complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM . DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION Not Used . DA-53 OPEN FIRE LINE INSTALLATIONS Not Used . DA-54 WATER SAMPLE STATION GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge ; however, the Contractor will be required to pick up this item at the Field Operations Warehouse . PAYMENT FOR FIGURE 34 INSTALLATIONS : Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main . Payment for all work and materials necessary for the installation of the sampling station, concrete support block , curb stop , fittings , and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for the water main . PAYMENT FOR FIGURE 33 INSTALLATIONS : Payment for all work and materials necessary for the installation tap saddle, gate valve , and fittings shall be included in the price bid for Service Taps to Main . Payment for all work and materials necessary for the installation of the sampling station , modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations . DA-55 CURB ON CONCRETE PAVEMENT Standard Specification Item 502 shall apply except as herein modified . ASC-18 PART DA -ADDITIONAL SPECIAL CONDITIONS INTEGRAL CURB : Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab . SUPERIMPOSED CURB : Concrete shall have a minimum compress ive strength of three thousand (3 ,000) pounds per square inch at twenty -eight (28) days . The quantity of mixing water shall not exceed seven (7) U.S. gallons per sack (94 lbs .) of Portland Cement. The slump of the concrete shall not exceed three (3) inches . A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required. PAYMENT: Payment shall be made for cutting and replacing curbs and gutters required in this Project under the appropriate bid item and shall be in compl iance w ith Public Works Department standard requirement Item 502 . DA-56 SHOP DRAWINGS 1. Submit seven (7) copies of shop drawings , layouts , manufacturer's data and material schedules as may be required by the Engineer for his review . Submittals may be checked by and stamped with the approval of the Contractor and identified as the Engineer may require . Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated actions by the Engineer , which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data . Processed shop drawing submittals are not change orders . The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept , and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install , and by detailing the fabrication and installation methods he intends to use . If deviations , discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered , either prior to or after submittals are processed, the design drawings and specifications shall govern . The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of constriction , coordination of his work with that of other trades and satisfactory performance his work . The Contractor shall check and verify all measurements and review submittals prior to being submitted , and sign or initial a statement included with the submittal , which signifies compliance with plans and specifications and dimensions suitable for the application . Any deviation from the spec ified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form . 2. Shop drawings shall be submitted for the following items prior to installation : List the required submittals here Additional shop drawing requirements are described in some of the material specifications . 3. Address for Submittals -The submittals shall be addressed to the Project Manager: (Project Manager) City of Fort Worth 1000 Throckmorton Fort Worth, TX 76102 DA-57 COST BREAKDOWN Not Used . DA-58 STANDARD STREET SPECIFICATIONS H.M .A.C. OVERLAY ASC-19 PART DA -ADDITIONAL SPECIAL CONDITIONS Not Used . DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP Not Used. DA-60 ASPHALT DRIVEWAY REPAIR Not Used. DA-61 TOP SOIL Not Used . DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT This item shall include raising or lowering an existing meter box to the parkway grade specified No payment will be made for adjusting existing boxes which are within 0.001 feet of specified parkway grade . The uni t price bid shall be full and sufficient payment for all labor, equipment and materials used in the adjustment of the meter box . DA-63 BID QUANTITIES Not Used . DA-64 WORK IN HIGHWAY RIGHT OF WAY When the Engineer di rects the Contractor to perform work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (Tex-Dot), the Contractor shall obtain approval from the Texas Department of Transportation prior to commencing any work therein . All work performed in the Tex-Dot right-of- way shall be performed in compliance with and subject to approval from the Texas Department of Transportation and Item E2 -29 .1 "Construction Within Highway Right-of-Way " of the General Contract Documents and Specifications, effective July 1, 1978, as amended . DA-65 CRUSHED LIMESTONE (FLEX-BASE) Crushed limestone required for use as a flex ible base material shall conform to Specification Item No . 208 of the Standard Specifications for Street and Storm Dra in Construction for the City of Fort Worth Transportation and Publ ic Works Department. DA-66 OPTION TO RENEW Not Used . DA-67 NON-EXCLUSIVE CONTRACT This contract is non-exclusive . During the term of this contract or any renewal hereof, the City reserves the right to advertise and award another contract for like or similar work . If a second contract is awarded , the City further reserves the right to issue work orders under either contract as it deems in its best interest , without recourse . DA-68 CONCRETE VALLEY GUTTER ASC-20 PART DA -ADDITIONAL SPECIAL CONDITIONS This item shall include the repair/replacement of existing concrete valley gutters as directed by the Engineer. The proposed valley gutters will be constructed according to the detail included in these documents as well as conforming to Specification Item No . 314 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. The unit price bid for this item shall be full compensation for all materials (including applicable sub-base), labor , equipment and incidentals necessary to complete the work . DA-69 TRAFFIC BUTTONS Not Used . DA-70 PAVEMENT STRIPING Not Used . DA-71 H.M.A.C. TESTING PROCEDURES The contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference . This design shall not be more than two (2) years old . Upon submittal of the design mix a Marshal (Proctor) will be calculated , if one has not been previously calculated , for the use during density testing . For type "B" asphalt a maximum of 20% rap may be used. No Rap may be used in type "D" Upon approval of an aspha lt mix design and the calculation of the Marshal (proctor) the contractor is approved for placement of the asphalt. The contractor shall contact the City Laboratory , through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities . The required Density for Type "B" and for Type "D" asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing . After a rolling pattern is established , densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B" and "D" asphalt. Densities on type "B " must be done before Type "D" asphalt is applied . Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied . Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness . DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particular ASTM , AWWA, ANSI or other specification , it shall be understood that the latest revision of such specification , prior to the date of these general specifications or revisions thereof, shall apply . DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTOR/CONTROL VALVE AND BOX The relocation and reconnection of sprinkler system control valve and box will be required as shown on the plans , and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. A minimum of twenty-four (24) hours advance notice shall be given when service interruption will be required . When the relocation is required , separate payment will be allowed for the relocation of sprinkler back-flow preventer or control valve and box. Payment for all work and material such as back-fill, fittings , five (5) feet of PVC Schedule 40 and all material labor, and equipment used by and for the licensed plumber shall be included ASC-21 - PART DA -ADDITIONAL SPECIAL CONDITIONS in the price bid for the relocation of sprinkler back-flow preventer or control valve and box . All other costs will be included in other appropriate bid item(s). DA-74 RESILIENT-SEATED GATE VALVES Any resilient-seated gate valves supplied for this contract shall conform to Material Standard E1-26 , STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES , with the exception of size requirements in sections E-26 .1. All resilient-seated gate valves shall be mechanical joints and be approved on the City of Fort Worth Standard Product List. DA-75 EMERGENCY SITUATION, JOB MOVE-IN The Owner or Engineer shall determine when an emergency situation shall exist. When water emergency work is required, the Contractor shall mobilize to the said location within twenty-four (24) hours after given notification from the Inspector and/or Project Manager. The Contractor shall make all necessary arrangements for bypass pumping , setting up barricades , notifying citizens , etc ., while waiting for other utilities to be located as directed by the Engineer. The Contractor shall work continuously until the emergency work order has been completed at a time agreed to by the Project Manager, Inspector, and Contractor. After the emergency work order has been completed, there will be no additional "Job Move-In " charges paid to remobilize back to the previous project location site . · DA-76 1 %" & 2" COPPER SERVICES The following is an addendum to E1-17 , Copper Water Service Lines and Copper Alloy Couplings : All fittings used for 1 Yi" ana 2" water services lines shall be compression fittings of the type produced with an internal "gripper ring " as manufactured by the Ford Meter Box Co ., Inc ., Mueller Company , or approved equal. Approved equal products shall submit shop drawings and manufacturer's catalog information for approval. Contractor shall make all cuts to the copper tubing with a copper tubing cutter tool specifically designed for this purpose in order to provide a clean, square cut. The use of hacksaws or any other type of cutter will not be allowed . Prior to installing the compression fittings , the copper tubing will be made round by the use of a "rounding tube " specifically made for that purpose . Payment for all work and materials associated with 1 Yi " and 2" copper services shall be included in the price of the appropriate bid item . DA-77 SCOPE OF WORK (UTIL. CUT) Not Used . DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) Not Used . DA-79 CONTRACT TIME (UTIL. CUT) Not Used . DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) Not Used. ASC-22 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) Not Used . DA-82 LIQUIDATED DAMAGES (UTIL. CUT) Not Used . DA-83 PAVING REPAIR EDGES (UTIL. CUT) Not Used . DA-84 TRENCH BACKFILL (UTIL. CUT) Not Used . DA-85 CLEAN-UP (UTIL. CUT) Not Used . DA-86 PROPERTY ACCESS (UTIL. CUT) Not Used. DA-87 SUBMISSION OF BIDS (UTIL. CUT) Not Used . DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) Not Used . DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. CUT) Not Used . DA-90 2 TO 9 H.M.A.C. PAVEMENT (UTIL. CUT) Not Used . DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) Not Used . DA-92 MAINTENANCE BOND (UTIL. CUT) Not Used . DA-93 BRICK PAVEMENT (UTIL. CUT) Not Used . DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) Not Used . ASC-23 iiil - - PART DA -ADDITIONAL SPECIAL CONDITIONS DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) Not Used . DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) Not Used . DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) Not Used . DA-98 UTILITY ADJUSTMENT (UTIL. CUT) Not Used . DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) Not Used . DA-100 Not Used . DA-101 Not Used . DA-102 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) CONCRETE CURB AND GUTTER (UTIL. CUT) PAYMENT (MISC. REPL.) Because of the unique nature of this contract, C8-8.5 PARTIAL ESTIMATES AND RETAINAGE of the General Conditions shall not apply and shall be superseded by the following : (Please initial below) Whenever the improvements prescribed by an individual Work Order have been completed , the Contractor shall notify the Engineer. The Engineer or other appropriate official of the Owner will , within a reasonable time , perform the inspections . If such inspection reveals that the improvements are in an acceptable condition and have been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will recommend acceptance of the work under that particular Work Order and recommend payment therefore. If the Engineer finds that the work has not been completed as required, he shall so advise the Contractor in writing , furnishing him an itemized list of all known items which have not been completed or which are not in an acceptable condition . When the Contractor has corrected all such items, he shall again notify the Engineer that the improvements are ready for inspection , and the Engineer shall proceed as outlined above. Whenever the improvements prescribed by the individual Work Order have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, an estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements , computations , and checks can be made . The amount of the estimate will be paid to the Contractor after acceptance by the Water Department Director, provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows : Prior to submission of the estimate for payment , the Contractor shall execute an affidavit, as furnished by the City , certifying that all persons , firms , associations, corporations , or other organizations furnishing labor and/or materials under that Work Order have been paid in full , that the wage scale established by the City Council in ASC-24 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 individual payment as aforesaid shall operate as and shall release the Owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under that Work Order or any act or neglect of said City relating to or connected with the Contract. The making of the payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. Bidder's Initials ________ _ DA-103 DEHOLES (MISC. REPL.) The Contractor excavates for existing water and/or sanitary sewer main as detailed by work order together with a sketch . The location and dimensions shown on the plans relative to other existing utilities are based on the best information available . Omission from , or the inclusion of utility locations on the Plans is not to be considered as the nonexistence of, or a definite location of, existing underground utilities. It shall be the Contractor's responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the dehole process to provide adequate clearances . The Contractor shall take all necessary precautions in order to protect all services encountered . Any damage to utilities resulting from the Contractor's operations , shall be restored at his expense . Payment for work such as backfill and all other associated appurtenants required , shall be included in the price of the appropriate bid item . DA-104 Not Used . DA-105 CONSTRUCTION LIMITATIONS (MISC. EXT.) PRESSURE CLEANING AND TESTING (MISC. REPL.) Care shall be taken to keep all water extensions clean and free from foreign objects . Chlorinated lime shall be placed in the first joint of pipe of the extension and upon completion of the pipe laying , water shall be introduced slowly for sterilization , after which the extension shall be thoroughly flushed with clean water. Risers shall be installed, as directed by the Engineer, for flushing and for providing sample points for bacteria tests . The water main extensions of the project shall be tested under normal line pressure and any leaks observed shall be immediately repaired. DA-106 BID QUANTITIES (MISC. REPL.) Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased . Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities . To the extent that C4-4.3 conflicts with this provision , this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. DA-107 LIFE OF CONTRACT (MISC. REPL.) It is contemplated that Work Orders will be issued to the Contractor for work to be performed under this Contract for not to exceed 365calendar days follow ing the date of the Contract nor to exceed the limit of the bid price, whichever should occur first. The Contractor shall be required to complete any work covered by a Work Order ASC-25 PART DA -ADDITIONAL SPECIAL CONDITIONS issued prio r to that date of termination but will not be required to accept any work order for execut ion dated after that date of termi nation . If the cost of the work performed under this Contract is less than the limit of the bid price at the end of the 365 calendar day period , at the City's option and the Contractor's concurrence , the Project may be extended to the lim it of the bid price . DA-108 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) The Engineer shall determine and designate to the Contractor the location of the service main requmng replacement by a Work Order together with a sketch for each such replacement , g iv ing the limits , size and nature of work required . The Eng ineer will notify the Contracto r that a Work Order is ready and fax the Contractor a copy of the Work Order notification . The Contractor is to prov ide his fax number to the Engineer at the pre-construction conference . Single or several Work Orders may be issued at one time . The Contractor shall initiate work on a replacement within seven (7) working days of the date the Work Order is faxed to the Contractor, and continue work on the Work Order until it has been completed , not including paving . The Contractor shall furnish and supply sufficient equipment and personnel to complete the Work Order in the amount of time provided for in the Work Order. Should the Contractor fail _to start any Work Order within the time specified , he shall add the necessary work crews and equipment to prosecute the work to complete the Work Order or Work Orders in the time provided therefore . DA-109 WORK ORDER COMPLETION TIME (MISC. REPL.) Should the contractor fail to complete an individual work order in the given amount of calendar days as specified on each individual work order, liqu idated damage charges as prescribed in Part C -General Conditions C?-7 .10 Time of Completion will be subtracted from the final pay estimate of that particular work order. The estimated amount for each particular work order will be used for determin ing the amount of damages charged per calendar day of time exceeding the specified amount. The first two paragraphs of Part C -General Conditions C?-7 .10 T ime Of Completion shall be replaced with the following : The time of completion of each individual work order in an essential element of this contract. Each work order issued will have the maximum allowed number of calendar days allowed for the completion of that specific work . DA-110 MOVE IN CHARGES (MISC. REPL.) A Work Order may contain one or more locations . One move-in fee will pa id to the contracto r per Work Order issued . Locations for multiple sites per Work Order will be in the same general vicinity, if poss ible , and if so , only one mobilization charge will be paid . When water and sewer work are required only the water move in fee will be paid. At no time will both fees be paid for one specific location . DA-111 PROJECT SIGNS (MISC. REPL.) Project Signs are required at all locations which will be under construction for more than thirty (30) calendar days as indicated in Part B Proposal. Project Signs shall be in accordance with Figure 30 ( dated 9-18-96) of the General Contract Documents . The signs may be mounted on skids or on posts . The exact locations and methods of mounting shall be approved by the engineer. Any and all costs for the required materials , labor, and equipment necessary for the furnish ing of Project Signs shall be cons idered as a subsidiary cost of the project and no additional compensation will be allowed . DA-112 LIQUIDATED DAMAGES (MISC. REPL.) ASC-26 PART DA -ADDITIONAL SPECIAL CONDITIONS The Contractor shall pay liquidated damages of one hundred dollars ($100 .00) per day per Work Order, for failure to begin a Work Order within the seven (7) work ing days of the date the Work Order is faxed to the Contractor. Failure to complete project with in the stipulated construction time on the Work Order, the Contractor will pay liqu idated damages in the amount stipulated in these contract documents . DA-113 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) Because of the unique nature of this contract , the number of trench safety system designs required is not known at the time bids are received . While the contractor is still bound by the latest vers ion of the U.S. Department of Labor , Occupat ional Safety and Health Administration Standards , 29 CFR Part 1926, Subpart P-Excavations as detailed in D-26 Trench Safety System , it is the City 's intention that all costs incurred by the Contractor in acqu ir ing trench safety designs be included in the unit price bid for Job Move in . DA-114 FIELD OFFICE Not Used . DA-115 BRICK PAVEMENT REPAIR (MISC. REPL.) Contractor shall take all precautions to carefully remove all existing brick pavers. The brick pavers shall be handled with extreme care to avoid ch ipping and/or breaking of pavers . Until installed , they shall be cleaned and neatly stacked on pallets (not to exceed 3 feet in height). If necessary , all new brick pavers used on this project shall meet the specifications for ASTM C1272 . The brick shall be a Type F heavy vehicular pav ing brick a min imum 2 5/8 " thick , with spacer nibs or lugs , and match the existing brick in size , shap_e , and color. The brick pavers will be set on a %-inch sand/cement bedd ing mixture . The sand used shall conform to ASTM C33 excluding all stone screenings that may pass the C33 sieve analysis . The cement sand ratio shall be 1 sack of cement per 1 CY of sand or as directed by the Engineer. Filter fabric 12-inches wide will be installed over every construction , and/or expansion j oint as well as all vertical surfaces . Once the brick pavers have been installed they w ill be vibrated into the sand bed. Sand conform ing to C33 will then be swept into joints and vibrated aga in. All brick shall be installed per the manufacturer's recommendations . The resulting repair shall provide a smooth driving surface and match all applicable street grades , cross slopes , and crowns . The price bid per linear foot for "BRICK PAVEMENT REPAIR " as shown in the Proposal will be full payment for materials inc luding all labor, equipment, tools and incidentals necessary to complete the work . DA-116 FLOWABLE FILL (MISC. REPL.) 1. Description: The flowable fill material shall be mixed on site , free flowing and self-level ing and shall have a consistency enabling it to fill all voids without tamping , vibrating or compacting . Material shall be capable of supporting foot traffic in less than twenty (20) minutes after the pour reaches finished grade and shall be ready to receive a concrete cap in less than eighty (80) minutes, regardless of site and weather conditions . The f lowable fill material shall have an in place density of not less than 95 and not more than 115 lbs./cu . ft ., with a maximum twenty-eight (28) day compression strength of not less than 60 and not more than 85 PSI allowing the material to be removed with hand tools such as picks and shovels . The height of free fall of the flowable fill shall not exceed four (4) feet. 2. Material Specifications: Flowable fill shall consist of: ASC-27 - PART DA -ADDITIONAL SPECIAL CONDITIONS A. An appropriate amount of Portland Cement meeting ASTM C-150 (with other additives as necessary). B. Aggregates meeting ASTM C-33 C. Sand or fine aggregates as per City of Ft. Worth Standard Specifications for Street and Storm Drain Construction Item 406 D. Flyash, Class C or F, meeting ASTM C-618 E. Admixtures 1) Mineral admixtures will be pozzolanic 2) Chemical admixtures shall be in liquid or powder form used in standard ready-mix concrete products unless specifically designed for flowable fill. Permissible types of admixtures are : a . High air generators, as manufactured by Grace Construction Products or approved equal , which are specifically designed for flowable fill to lower unit weights, reduce shrinkage and subsidence , and control compressive strength . b. Air entraining admixtures conforming to ASTM C-260 . c . High range water reducers conforming to ASTM C-494 Type F or G. d . Accelerating admixtures conforming to ASTM C-494, Type C. DA-117 TRAFFIC CONTROL PLAN Not Used . 1. Non-chloride, non-corrosive accelerators used where metals are present in concrete or embedded members. 2. Calcium chloride. DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS Not Used. DA-119 CONTRACT AWARD Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased . Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities . To the extent that C4-4 .3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding and awarding the contract. A contract in the amount of $975,000 shall be awarded with final payment based on actual measured quantities and the unit price bid in this proposal. Moreover, there is to be no limit on the variation between the estimated quantities shown and actual quantities performed . It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City but will in no case exceed $975,000. ASC-28 GENERAL CONSTRUCTION NOTES 1. Applicable design and details shall conform to "General Contract Documents and Specifications for Water Department Projects" (GCD) effective July 1, 1978, with the latest revisions. 2. All horizontal blocking, cradle blocking, and vertical tie-down blocking to be in accordance with Fig.(s) 9, 10, and l lof the GCD. 3. Fire hydrants shall be located a minimum of 3'-0" behind the face of curb per Fig. 5 GCD. 4 . All gate valve installations for sizes up to 12" are to be per Fig. 3 GCD and sizes 16" and larger Fig . 4 GCD. 5. The proposed water and/or sewer mains at times will be laid close to other existing utilities and structures both above and below the ground. The contractor shall make necessary provisions for the support and protection of all utility poles , fences, trees, shrubs , gas mains, telephone cables, TU cables, drainage pipes , utility services, and all other utilities and structures both above and below the ground during construction. It is the contractor's responsibility to notify all utility owners prior to any construction in the area and verify the actual location of all buried utilities that may or may not be shown on the plans. The contractor shall preserve and protect all underground and overhead facilities and be responsible for any damage he may cause to them. The Contractor shall contact the following @ least 48 hours prior to excavating at each location: Fort Worth Water Department Field Operations Kristian Sugrim Scott Neystel Fort Worth Transportation & Public Works Light and Signal Division Dwayne Cox Roger Martin Fort Worth Transportation & Public Works (Storm Drain locates) 8 l 7-212-2649 or 817-925-227 l 8 l 7-212-2642 or 817-994-8663 817-871-8100 817-871-8100 Gordon Couch 817-871-8100 Lone Star Gas Company Texas Utility Service Company Southwestern Bell Telephone Company Texas One Call-Fiber Optics Location (MCI, AT&T, Sprint, etc.) Marcus Cable T.V. Metro (214) 263-3444 336-2328 Enterprise 9800 1-800-245-4545 737-4731 6 . Contractor shall verify the elevation, configuration, and angulation of existing line prior to construction of tie-in materials. Such verification shall be considered as subsidiary cost of project and no additional compensation will be allowed. Elevation adjustments at connections may be made with bends, offsets , or joint deflections. All nonstandard bends shall be made using the closest standard M .J. fittings with the required joint deflections .( deflections not to exceed manufacturer's deflection per joint) 7. Contractor shall keep at least one lane of traffic open at all times during construction and access to all places of business and residence at all times .(reference C6-6 .5 GCD) 8. No excavated materials, backfill materials , equipment, or supplies shall be stored within floodways or drainage easements.(reference C6-6.6 GCD) 9. Trenches which lay outside existing or future pavements shall be backfilled above the top of the embedment with Type "C" backfill material. When Type "C" backfill material is not suitable, at the direction of the Engineer, Type "B" material shall be used. All backfill material shall be compacted to a minimum of 90% proctor density by means oftamping only. Trenches which cross under existing or future pavement shall be backfilled per Fig. "A" with 95% proctor density by jetting, tamping , or a combination of such methods. IO.Rim elevations of the proposed sanitary sewer manholes in repaved streets are shown as final finished grades in these plans. They shall be constructed to 15" below final finished grade by utility contractor and adjusted by paving contractor in accordance with Fig. M of the special contract documents. Concrete collars shall be installed where indicated on the plans per Fig. 121 of the special contract documents. Manhole inserts 'Shall be installed in all standard four foot and standard four foot drop access manholes per E-100-4 of the special contract documents. Standard four foot diameter manholes shall be in accordance with section E2A, Fig. 103 and Fig. 104 GCD, standard four foot drop access manholes per Fig . 107 GCD, and shallow manholes per Fig. 106 GCD. 11.The top of the water lines shall be a minimum of 3'-6" below the top of the curb for 12" and smaller mains except where otherwise shown on these plans. 12.All water meters shall be placed or relocated 3'-0" behind the face of the proposed curb or as directed by the Engineer. 13 .All existing water services shall be replaced with 1" minimum copper tubing unless a larger size is indicated on the plans. Corporation stops shall be fully opened prior to trench backfill. Curb stops with lock wings shall be tested for full flow when the system is pressure tested . Extend l" water services to those lots where no water services have been extended to . Locate these services at normal locations or as directed by the Engineer. a. The normal location of water service lines shall be 5' east or north of the center of the property frontage. b.For 40' or less lot frontage, all water services shall be placed 18" from the east or south property line. 14.All sanitary sewer services encountered shall be replaced to the property line as directed by the Engineer. ' SECTION E SPECIFICA:rIONS - JANUARY l, 1978 All-materials, construction methods and procedures used in this project · shall confonn to Sections El, E2, and E2A of the Fort Worth Water Oepartment General Contract.Documents and General Specifications, together with any additional material specification(s), construction(s) or later revision(s). (See revisions listed on this sheet). Sections El, E2 and E2A of the Fort worth Water Uepartment General Contract Documents and General Specifications are hereby made a part of this contract document by reforence for all purposes, the same as if copies verbatim herein, and such Sections are filed and kept in the office of the City Secretary of the City of Fort Worth as an official record of the City of Fort Worth. INDEX El MATERIAL SPECIFICATIONS E2 C01~STRUCTION SPECIFICATIOi{S E2A GENERAL DESIGN DETAILS Revisions as of April 20, 1981, follow: El~2.4 Backfill: (Correct minimum compaction requirement to 95% Procter density and correct P.I. values as follows:) c. Additional backfill requirements when approved for use in streets: l. Type B Backfill (c) Maximum-plastic index (PI) shall be~ 2. Type C Backfill (a) Material meeting requirements and having a PI of 8 or less shall be considered as suitable for compact- ion by hetting (b) Material meeting requirement and having a PI of 9 or more sha 11 be considered for use only with - mechanical compaction U-2. llTrench Backfill: (Correct minimum compaction requirement wherever it appears in this section to 95% Procter density except for paragraph a. l. where the 11 95% ·ll]qd_ifie<l Procter density" shall remain unchang!:a) •.. El00-4 WATERTIGHT MANHOLE INSERTS. SECTION ElOO -MATERIAL SPECIFICATIONS MATERIAL STANDARD £100-4 JANUARY 1, 1978 (ADDED 5/13/90) El00-4,1 GENERAL: This standard covers the furnishing and installation of watertight gasketed manhole inserts in the Fort Worth sanitary sewer collection system. El00-4,2 MATERIALS AND DESIGN: a. The manhole insert shall be of corrosion-proof high density polyethelene that meets or exceeds the requirements of ASTM 01248, Category 5, Type III. b. The minimum thickness of the manhole insert shall be l/811 • c. The manhole insert shall have a gaskef that provides positive seal in wet or dry conditions.· The gasket shall be made of closed cell neoprene rubber and meet .the requirement of ASTM 01056, or equal. d. The manho 1 e insert sha 11 have a strap for removing the insert. . The strap shall · be made of minimum · 1" wide woven polypropalene or nylon webbing ,~ with the ends treated to prevent unravelling •. Stainless steel hardware shall be used to securely ~ttach strap to the insert~ e. The manhole insert shall have one or more vent -holes or valves to re 1 ease gasses and all ow water inflow _ at a rate no greater than 10 gallons per 24 hours. · El00-4,3 INSTALLATION: a. The manhole ·frame shall be cleaned of all dirt and debris before placing the manhole insert on the rim. b. The manhole insert shall be fully seated around the manhole frame rim to _ retard water _ from seeping between the cover and the .manhole frame rim. ElOO (1) . ., MINIMUM s• INITIAi.;---.--..... TYPE •e-BACKALL SEE SPEC. E1-2.4 G.C.D. BACKALL COVER -I'...!...!_.,-~-SAND MATERIAL EMBED .. ENT & INITIAL BACKALL SEE SPEC. E1-2.3 G.C.D. MINIMUM s·-----· EMBEDMENT WATER: SIZES UP TO AND INCLUDING 12" -· TYPE •e-BACKFILL SEE SPEC. E1-2.4 G.C.D. ~USHED STONE OR SAND MATERIAL . INITIAL BAa<FlU.. SEE SPEC. E1-2.4{b) OR E1-2.3 G.C.D. MINIMUM 5•........+a--++,,,....._....,..;;.,""9 EMBEDMENT ~SHED STONE SEE SPEC. E1-2.3 G.C.D. . SAND GRADATION •LESS lHAN .10X PASSING f2.00 SIEVE •P.I. ·., 10 OR .LESS . CRU_SHED STONE GRADATION SIEVE SIZE " RETAINED 1· · °'710 , 112· ~75 . · ,3/s'-· · 55-90 ·:_ WATER: SIZES 16" AND LARGER SEWER: ALL SIZES STORM DRAIN: ALL SIZES MATERIAL SPECIFICATIONS lHE EMBEDMENT . AND BAa<FIU. DETAILS -PROVIDED ON 1H1S SHEET SHAU. REPLACE APPROPRIAlE PROVISIONS OF 801H lHE E1~2.4{b) AND E1-2.3 o,::· lHE G.C.D. AND SlD. SPEC. l1EM 402 .·0F 1HE lPW STANDARD . SPEaACAllONS FOR STREEI -. de STORM DRAIN CONSTRUCTION.. ALL OTHER · PROVISIONS OF 1HESE ITEMS ·SHAU. APPLY. . WATER,. SEWER & STORM . DRAlN. EMBEDMENT . AND BACKFILL DETAILS . ( k ( (.. C 0 I--~ C (_ - <l I-- Lt C u 14_ 90-100 ----------------------t:r 18 95-100 CITY OF FORT WORTH.:_~ONSTRUCTION STANDARD 1-- FIGURE A . DA TE: 2.:...19-02 .. EXIST IN G CURB & GUTIER EXISTING HMAC PAVEM ENT TRENCH REPA IR LIMITS EXISTING HMAC PAVEMENT BACKF ILL MATER IAL (SEE NOTE #4) TRENCH REPAIR W/PERMANENT HMAC PAVEMENT AND NON-REINFORCED CONCRETE BASE TYPICAL SECTIO N NOTES : 1. PLACE A MIN. OF 2" HMA C SURFACE COURSE (TYPE "D " MI X) TO MATCH EXIS TIN G HM AC PAVEMENT GRADE AS SHOWN. 2. PLACE A MIN. OF 8" 2: 27 CONCR ETE AS SHOWN. 3. FLOWAB LE FILL IS REQUIRED TO BA CKFI LL ALL TRENCHES IN EXI STING CURB & GUTIER DOW NTOWN STREETS , AND IS OPT IONAL IN OTHER AREAS. FOR STORM DRAIN IN STAL LATI ON , BACKF ILL SHALL MEET SPECIFIED ITEM 402 OF THE STANDARD SPECIFICATIONS FOR STREET AND .STOR M DRAIN CONSTRUCTION, CIT Y OF FORT WOR TH FOR WATER OR SANITARY SEWER INSTALLATION, ALL CO NSTRUC TI ON MUST BE IN ACCORDANCE WI TH THE CIT Y OF FORT WORTH STANDARD SP ECIFICAT IONS FOR STREET AND STORM DRAIN CONSTRUCTION . BACKFILL SHALL BE PER FIGURE A. CIT Y OF FORT WORTH, TEXAS PERMANENT ASPHALT PAVEMENT REPAIR WITH NON-REINFORCED CONCRETE BASE DATE : 09/2005 2000-1A EXISTING CURB KGUTT€A NOTES EXISTING , HMAC PAVEMENT N0.3 BARS ON 24" CENTERS BOTH WAYS WITH MIN . 2 BARS LONGITUDINAL IN DITCH TRENCH REPAIR LIMITS MIN. 2 " HOT MIX ASPHALT SAW CUT TYPICAL SECTION 1 ..•. ·REINFORCED CONCRETE PAVEMENT SHALL BE REPLACED TO OR IGINAL ' THICKNESS OR TO A MINIMUM THICKNESS OF 5" WHICHEVER IS GREATER . 2: : IF STEEL EXISTS IN CONCRETE PAVEMENT TO BE CUT, THE STEEL SHALL BE CUT AND . :. SALVAGE AS 0 POSSIBLE. A MINIMUM LAP SPLICE DISTANCE OF 12" SHALL BE PROVIDED. 3 .. REINFORC ED CONCRETE PAVEMENT WILL BE REPLACED OVER TRENCH, AS SHOWN, IN THE EVENT NON-REINFORCED CONCRETE PAVEMENT IS REMOVED . 4. ALL EXISTING ASPHALT COURSE SHALL BE REPLACED TO THE I ORIGINAL DEPTH . MINIMUM PAVEMENT ON AL L ASPHALT STREETS SHALL BE 2" OF FINE GRADED SURFACE COURSE. 5 . BEDDING OF PIPE TO MATCH ADJACENT SECTIONS. 6. 2 : 27 CONCRETE MAY BE DELETED IF HALF THE SPECIFIED THICKNESS OF 2: 27 IS ADDED TO THE CLASS "A" CONCRETE. EXISTING HMAC PAVEMENT ~----BACKFILL MATERIAL (SEE NOTE #7) EXI STING CURB & GUTIER EXIS T CONC . BASE 7. FLOWAB LE FILL IS REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS, AND IS OPTIONAL IN OTHER AREAS. FOR STORM DRAIN INSTALLATION, BACKFILL SHA LL MEET SPECIFIED ITEM 402 OF THE STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONS TRUCTION, CITY OF . FORT WORTH FOR WATER OR SANITARY SEWER INSTALLATION, BACKFILL SHALL BE PER FIGURE A. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION . CITY OF FORT WORTH, TEXAS DATE : 09/2005 PERMANENT ASPHALT PAVEMENT REPAIR WITH REINFORCED CONCRETE BASE 2000-18 TRENCH REPAIR LIMITS EXIST ING HMAC PAVEMENT EXISTING HMAC PAVEMENT EXISTI NG CURB & GUTIER NOTES: 2" TRENCH REPA I.R W/TEMPORAR Y HMAC PAVEMENT TYPICAL SECTIO N BAC KFILL MATERIAL (SEE NOTE #3) EXISTING CURB &: GUTIER 1. PLACE A MIN . OF 2" HMAC SURFACE SOU RSE (TYP E "D" MIX) TO MATCH EXISTING HMAC PAVEMENT GRADE AS SHOWN. 2. PLACE COMPAC TED FLE X B ASE MATERIAL AS SHO WN. 3. FLOWA BLE FILL IS REQU IRED TO BACKFI LL ALL TRENCHES IN DOWNTOWN STRE ETS, AND IS OPTI ONAL IN OTHER AREAS. FOR STORM DR AIN IN STAL LATIO N, BACK FILL SHALL MEET SP ECIFIED ITEM 402 OF THE STANDARD SPECIFICATIONS FOR STREET AN D STORM DR AIN CONS TRUC TI ON, CITY OF FORT WORTH FOR WATER OR SAN ITAR Y SEWER INST ALLA Tl ON, BACK FILL SHA LL BE PER FI GU RE A. AL L CONSTR UCTI ON MUST BE IN ACCORDANCE WI TH TH E CITY OF FORT WOR TH STANDARD SPEC IFI CA TIONS FOR STREET AND STORM DRA IN CONS TRUCTION . CITY OF FORT WOR TH , TE XAS DATE: 09/2005 TEMPORARY ASPHALT PAVEMENT REPAIR 2000-1C · 5'MiN. r-.. ··-·--1 EXISTING BASE (IF ANY) DOWEL CLASS "A" REINFORCED CONCRETE PAVEMENT REPLACEMENT TO THE NEAREST JOINT OR CURB . DOWEL EXISTING CONCRETE JOINT NOTES 1. FLOWABLE FILL IS REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS.AND OPTIONAL IN OTHER AREAS BACKFILL SHALL MEEi . SPECIFIED ITEM 402 OF THE ST AND ARD SPECIFICATIONS FOR STREET :AND STORM DRAIN CONSTRUCTION , CITY OF FORT WORTH . . ' . . ·TYPICAL SECTION-TRENCH REPAIR REINF'ORCED CONCRETE PAVEMENT EXISTING CURB ·& GUTTER EXISTING CONCRETE PAVEMENT • 2. REINFORCED CONCRE TE PAVEMENT SHALL BE REPLACED TO ORIGINAL DEPTH OR T.O A MINIMUM DEPTH OF 50, WHICHEVER IS GREATER . 3 : PLACE 6 " OF 2:27 CONCRETE AS SHOWN . 1" OF REINFORCED CONCRETE MAY BE SUBSTITUTED FOR EVERY 2" OF 2.=27 CONCRETE 4.RE~FORCEMENT OF CONCRETE MUST MEET CITY STANDARD OR MATCH EXISTING, WHICHEVER IS GREATER. . I : RECOMME,NDED BYvd,£! ~ DATE: zl IS'l O \ FORT WORTH APPROVED BY: -------DAT=-E: __ _ . GEORGE A. BEHMANESH, ASSIST ANT DIRECTOR . TPW Rev . ~ CITY OF FORT WORTH , TEXAS TRANSPORT ATiON/PUBLIC WORKS ENGINEERING DIVISION HUGO MALANGA IR OR TPW · FIG 2000-2 . I ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE · CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION EXISTING CURB · & GUTTER EXISTING BRICK PAVEMENT , I DOWEL EXISTING BASE NOTES: (IF ANY) 1. REINFORCED CONCRETE BASE i,: 5~~~ i~ RltL:ci1~1~J~M OlJilf~\F 5" DITCH WALL WHICHEVER IS GREATER: CONCRETE SHALL BE CLASS "A" 'PER CITY OF FORT WORTH STANDARD. 2.R8NFORCEMENT OF CONCRETE MUST MEET CITY STANDARD OR MATCH EXISTING, WHICHEVER IS GREATER. .3. PLACE 6" OF 2:27 CONCRETE AS SHOWN. 1" OF RE.INFORCED CONCRETE MAY BE SUBSTITUTED FOR EVERY 2" OF 2:27 CONCRETE. PIPE · DOWEL MORTAR BED SEE SPEC . 4. FLOWABLE FILL IS REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS, AND OPTIONAL IN OTHER AREAS BACKFILL SHALL MEET . SPECIFIED ITEM 402 OF THE STANDARD . SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION, CITY OF FORT WORTH . ' EXISTING CURB P. GUTTER 5. EXISTING BRICK SHALL BE REMOVED CAREFULLY TO AVOID DAMAGE. DAMAGED BRICK IS TO BE REPLACED WITH UNDAMAGED BRICK TO MATCH ADJACENT BRICK TYPICAL SECTION -TRENCH REP AIR TYPICAL BRICK SURF ACE & REINFORCED CONCRETE BASE RECOMMENDEQ BY:vd.a~ DATE: 2,/1S\ O\ -GEORGE A. HEHMANESH, ASSIST ANT -CilRECTOR, TPW Rev. FORT WORTH ~ CITY OF FORT WORTH, TEXAS TRANSPORTATION/PUBLIC WORKS ENGINEERING DIVISION APPROVED BY : -------DATE:---- HUGO MALANGA DIRECTOR, TPW Ftr. ?nnn-, · i 1. t.Xl::i I INu CCJNCRl::TE SHALL BE . SAW CUT F:ULL DEPTH ; 2. DRILL AND GROUT N0.5 x 24;, TIE BARS · AT 24" C·C. PENATRATE MIN. 6" INTO EXISTING PAVEMENT .3 •. SPLICE N0 • .3 BARS TO THE N0.5 TIE BAR WITH A MINIMUM 12" OVERLAP. 4 . AT E:XPANSION JOINT USE REDWOOD EXPANSiON JOINT FILLER AND N0.6 x 24" SMOOT .H . DOWEL AT 24" C-C · . . EXIST. STEEL · CURB · 5 1 MIN. 5' MIN.---1-~ .,,, CURB ' z RECOMMENDED BY~{). ~ DATE: 2.J{ IS ( 0 \ GEORGE A; i3EHMANESH, ' ASSIST ANt· DIRECTOR; TPW Rev. SAW NO. 3 BARS © 24" C-C BOTH WAYS SAW CUT 6" 18" 18" 6" --· .--·--··-· SAWED OR CONSTRUCTED JONr i JOINT TYPICAL PARTIAL PANEL REPLACEMENT REINFORCED CONCRETE PAVEMENT . EXISTING STEEL IN PAVEMENT SHALL BE CUT JOINT DEPTH PAVEMENT THICKNESS T• 511 T• 6" T• 7" T• 8 11 JOINT DEPTH 1-1/,i.ll 1-112 11 1-J/4" 2" fORTWORTH APPROVED BY: _. ------DATE: __ _ ~· CITY OF FORT WORTH, TEXAS TRANSPORTATION/PUBLIC WORKS ENGINEERING DIVISION HUGO MALANGA DIRECTOR, TPW FIG. 2000·4A NOTES 1.THE FOUR SIDES OF THE CUT SHALL · BE NEATLY SAWED WITHOUT ROUGH CURB g, GUTTER ASPHALT PAVEMENT· SPOT REPAIR 5'MIN. . ' EDGES · -===maamr=======r==;;;;;;;;,;=~=====,;jj;jjimmm~=;==-··--··· -·-· 2. ANY REMAINING PAVEMENT BETWEEN . SPOT REPAIRS MUST BE A MINIMUM . OF 5' IN ALL DIRECTIONS. 5'MIN. UN LE , -· I I I UN4C I I 5'MIN. ' ' ., ' ' 5'.MJN. u ' I I ' I 25' ASPHALT 28' . -----' I I I I I .1 -====~~~~=================~~~~~=================~~~===::.-..,~-~-- CURB g, GUTTER TYPICAL 28' WIDE PAVEMENT RECOMMENDED BY~.l\BMAA DATE:Z./1slo\ GEORGE A.BEHMANESH, ASSIST ANT DlRECTOR, TPW Rev. CITY OF FORT WORTH , TE XAS TRANSPORTATION/PUBLIC WORKS . ENGI NEER IN G DIVISIO N APP ROVED BY : -----DATE : --- HUGO MALANG A DIRECTOR, TP W "• ' I NOTES . 1.THE FOUR SIDES OF THE CUT SHALL BE NEATLY SAWED WITHOUT ROUGH EDGES . 2. ANY .REMAINING PAVEMENT BETWEEN · SPOT Ri.:PAIRS MUST BE A MINIMUM OF 5' IN ANY DIRECTION. Long Services Short Services For area < 5'; go to curb & square off. L Cl) (I) ~ Cl) +-C +-C 0•-0•- ;1:-;1:- Asphalt Concrete Replace to edge of panel where the distance between cut and edge of. panel is < 5'. Long Services Short Services For area < 5'; ·. go to curb & square off. ~ Emergency repair. L L Cl) Cl) Cl) +-C . C 0·- "' -3: - Aspha It Concrete Replace entire panel from center I i ne to CUr"b, PAVEMENT > 10 YEARS PAVEMENT < 10 YEARS RECOMMENDED BY:,,,:<4-+-'-~-'--1'-'---- FRANK CRUMB, ASSIST ANT DIRECTOR, WATER DEPT. ' . Rev. r .. I. ATE=Z f ttrf o t Foru:WoR..TH WATER. DEPARTMENT CITY OF FORT 'WORTH, TEXAS .APPROVED BY: .~----rH--..;;.. DALE FISSELER, . DIRECTOR, WATER DEPT : ATE : Z /4 0\ FIG 2000-4W NOTES: 1.PROVIDE ADEQUATE OVERLAP . OF'. PLATE: ON ASPHALT TO ASSURE NO SLIPPAGE Of' PLATE .ANO NO :coLL.APSING Of'. TRENCH 2. IF' . TRENCH LENGTH IS LESS .;:HN-1. 5-FEtT . . mo STEEVPLATES WILL BE IN PLACE LESS THN-l · 48 HOURS STEEL' PLATES MAY BE · . . . ~lri.9~8. B~iE.riJ~ Y T~~p5~)Jl~N~sir~1L r WITHOUT TRN-lSITIONS EXT-ENDING · J·tEET BEYOND EDGE OF', STEEL PLATES. COLO MIX '; ·-· . \ \· \· \ \ ' I I I I I · I I I I I I . ' TRENCH . I TYPE "A" MUST HAVE PRIOR APPROVAL OF CITY ?§ ~ TRENCH STEEL PLATE . ~ .~.-~ ......... -- . ' MILL 1" FOR STEEL PLATE . PACK JOINT WITH COLD MIX TYPE '.'At ·f~L.ltiNG ST AND ARD DETAIL FOR TRENCHING TYPE .. 8,; PLATING RECOMMENDED I B --\,µ,L.\ ........ ~--DATE: 2...;f I s IO \ GEORGE A. BEHMANESH, ASSIST ANT DIRECTOR, TPW Rev. ...... FORT WORTH . ~~ CITY . OF' FORT WORTH, TEXAS TR»ISPORT AT ION/PUBLIC WORKS ENGINEERING DIVISION / APPROVED BY : -------DATE: --- HUGO MAL»IGA' .DIRECTOR, TPW · FIG 2000·5 ·• ~ ·. . , .... .,.. ·.\, . 4#4 · '86rs < : · -· · . -(See Plan . of TYP;e -·~A" M.H. __ .- _For The Installation Of -Steel :"· Bars And '·Aaditional foformatiol'"\)· - Concrete-See-------{ Standard 4'Dia. -_ -- M.H. ·per .f.ig.M.---· ,·... ·, ·. ·-. .... ~ . '. Pour Agairst Undisturbed -------'-----~---, . -Earth or -Wooden -Forms ,.; ........ ~---.~---, :---:'!~:-~.~~: : .. ~< ·-.· ~ -~--\~---: 30"Frame & lid _I I s:-o" ---~ . ' .. , . ...... -. · . .... ~-.. --~-.. 1------------r' (L 0 I I- t: z s: - Ct: C) I I z w 2· u z :::> w 0 (L w 0 0 Ct: ~ w 1 Ct: ___J 0 0 I I-z <( z 2 -, I <i 0 z I-I U1 -2 I") lD X O'> N I I I r---0 ;.,-, ;.,-, I N NO TE S: 1. THI S STR U C TURE TO BE USED ON LY WHERE PIPE SIZE IS 39" OR L ARGER. 2. 2'x3' OPENIN G IN THE PIPE TO BE FABRI CA TED AT PIPE PLANT AND N OT IN THE FIELD . EXC EPT WHEN CONSTRUC TI ON I S ON E XISTING SYS TEM . E1 -14 MATERIAL E2-:-.1 '.1-CONSTRUCTION o" 8-#4 BARS (TYP.) 2" TYP. 8" 3000 PS I CONCRETE ENCASEMENT FoRTWoRru · -~ CITY OF FORT WORTH , TEXAS STANDARD TYPE "A" ACCESS MANHOLE PLAN VIEW DATE: 08~2007 SAN~oo1 CONCRETE COLLAR PER PLANS OR AS DIRE CTED BY ENGINEER (SEE SAN -009 ) CONCRETE -SEE ---e-,/ STANDARD 4 ' DIA . M.H. DETAIL SAN-003 32" (MI N .) (2'x3' PENING) z 2 STANDARD FRAME & LID (REF . STD . PRODUCT LIST) 4-#4 BARS---------t ...... ..., .'!'9!""""'!"'-r.i;._,..,.._ ------ti"lil~~"""!""""' SEE DETAIL SAN-001 FOR THE INSTALLATION OF STEEL BARS AND ADDITIONAL INFORMATION .. 8" MIN. POUR AGAINST UNDISTURBED EARTH OR WOODEN FORMS 3000 PSI CONCRETE ---- ENCASEMENT STAINLESS STEEL INSERTS REQUIRED FOR SEWER PIPES 18" OR LARGER . E1-14 MATERIAL £2-14 CONSTRUCTION . .. , . .. :-i,;~.; -~.: ;:{t: : ...... :· z 2 co 4-#4 BARS 8 " MIN . NOTE : 1. THIS STRUCTURE TO BE USED ONLY WHERE PIPE SIZE IS 39" OR LARGER. CITY ·oF FORT WORTH, TEXAS STANDARD TYPE "A" ACCEss··MANHOLE DATE: 08-2007 SAN-002 CONCRETE COLLAR PER PLANS OR AS DIRECTED BY ENGINEER (SEE SAN-009) 2 COATS OF BITUMASTIC COATING MANHOLE FRAME AND 24" DIA. COVER, EQUAL TO McKINLEY IRON WORK S N O. A24AM W/ PICK BAR S. (REF. STD . PRODUCT LIST) ASTM C-76, CLASS Ill RCP PRECAST MANHOLE SECTIONS OR EQUAL. ,· -~·· TRENCH WIDTH CONC. CRADLE TO EXTEND TO PIPE BELL 0-RING GASKETS @ JOINTS (TYP.) JOINTS RECOATED AFTER SECTIONS PUT TOGETHER /·:: (REF . E2-14) . ~ .. ·• .··· .. _.,_. .. .. , . .. ;,,•_ , •.. · .. * * VAR IES WITH PIPE DIA . -+-r "\.·,.:. l SECTION A-A A # -·· ------< f-------1 •. ·• A ....... ... ,: .. :· ··"·· -4~. ~-. t : z <D -2 T : z 00 -2 ·':• :i.",. '!,·,.:.L ··:· ... ,. .. :_:• .... :. USE 4000 PSI CONCRETE t SECTION 8-8 E1-14 MATERIAL E2-14 CONSTRUCTION CD MIN. 2 ROWS PREFORMED BITUMASTIC JOINT SEALANT BETWEEN GRADE RINGS (RAM-NEK OR APPROVED EQUAL) @ 4' DIA. FOR SEWER PIPE UP TO 21" DIA . 5' DIA . FOR SEWER PIPE UP TO 39" DIA . CITY OF FORT WORTH, TEXAS STANDARD 4' DIAMETER MANHOLE DATE : 08-2007 SAN-003 FINISH 15" BELOW FINISH RIM ELEVATION FOR STREET RECONSTRUCTION ~48" * MANHOLE FRAME AND 24" DIA . COVER, EQUAL TO McKINLEY IRON WORKS NO . A24AM W/ PICK BARS. (REF. STD . PRODUCT LIST) CONCRETE COLLAR PER PLANS OR AS DIRECTED BY ENGINEER (SEE SAN-009) / ~~~I------2"x8"x24" 1.0 . CONCRETE PRECAST GRADE RINGS CONFORMING TO ASTM C478 -----FLAT SLAB TOP MIN . 6" """-'-------.....,. THICK, DESIGNED TO MEET i-------4' -0"-" ---- SECTION A-A OR EXCEED H-20 LOADING .._... __ MONOLITHIC CONCRETE OR ASTM C478 PRECAST MANHOLE SECTIONS NOTE: TO BE CONSTRUCTED OF 4000 PSI CONCRETE WITH STANDARD 300# MANHOLE RING AND COVER . El-12 MATERIAL E2-12 CONSTRUCTION PLAN CITY OF FORT WORTH , TEXAS SHALLOW MANHOLE PRECAST JOINT DETAIL 48" R.G. * STREET CONTRACTOR TO INSTALL. WATER AND SANITARY SEWER CONTRACTOR TO PROVIDE AT A SITE DESIGN A TED BY CONSTRUC- TION MANAGER. DATE : 08-2007 SAN-004 WHERE M.H .'S ARE BUil T IN STREET S TO BE PAVED, M .H . RIM TO BE SET TO PROPOSED PAVING GRADE. WHERE M.H .'S ARE IN THE STREET, INSTALL TWO OR MORE CONCRETE GRADE RINGS BETWEEN CASTING AND TOP OF PAVEMENT. USE DUCTILE IRON PIPE TO FIRST JOINT BEHIND LIMIT OF EXCAVATION CONCRETE COLLAR L ___..____ J-¥--J-++__!5~~-.,..,..,...-:.,~-UU,~- t-~ LIMITS OF EXCAVATION a::: w f-w ::;;: <t: 0 w _J m <t: iY <t: > MANHOLE FRAME AND 24" DIA . COVER, EQUAL TO Mc KINLE Y IRON WORKS NO . A24AM W/ PICK BARS. (REF. STD. PRODUCT LIST) PUSH-ON PLUG INSTALL NUTS AWAY FROM M.H . WALL ON M.J. FITTING COR-TEN BOLTS 4'-0" G) IF REQUIRED, PROVIDE STUB EXTENSION AT END OF P.E. IN M.H. WALL SLOPE 1"/1' TYP . CONCRETE COLLAR PER PLANS OR AS DIRECTED BY ENG INEER (SEE SAN-009) / CONCRETE -SEE STANDARD 4' DIA . M.H . DETAIL SAN-003 a_,),,.'\i->---~',£.-.,£--A----VERTICAL TO t:":":-7."~"":'.""'."-=-:°':t~~~z:i:=~~::..._--_JtL,.Q l 74 POINT OF PIPE ; ttf \:/:?{(\ j: ·; :-> ::~}/i\. ·: ;;. ~·) \}).·-:::. ·;_·:{·:/;, ·./ ::::.·. CX) T GROUTED INVERT USE 4000 PSI CONCRETE THRUST BLOCK TO EXTEND 6" IN ALL DIRECTIONS FROM OUTSIDE DIAMETER OF PIPE E1-14 MATERIAL E2-14 CONSTRUCTION CITY OF FORT WORTH, TEXAS STANDARD 4' DIAMETER DROP ACCESS MANHOLE G) 4' DIA . FOR SEWER PIPE UP TO 21" DIA . 5' DIA . FOR SEWER PIPE UP TO 39" DIA . DATE: 08-2007 SAN-005 NO TES : A . STANDARD PIPE FITTINGS SHALL BE USED TO FORM INVERTS OF JUNCTION MANHOLES WHEN POSSIBLE, WITH INSTALLATION AS FOLLOWS : 1 . PIPE FITTING . 2 . POUR MANHOLE FLOOR TO SPRING LINE OF FITTING. 3 . BREAK OUT TOP OF FITTING TO SPRING LINE. 4 . POUR REMA INDER OF MANHOLE INVERT TO PROVIDE VER TI CAL INVERT WA LL UP TO 3/4 POINT OF THE LARGER PIPE INVOLVED, AS DETAILED. 5 . STEEL TROWEL FINISH INVERT OF MANHOLE. 8 . WH EN SPE CIAL SI TUATIONS PROHIBIT USE OF STANDARD P IPE FITTINGS AS ABOVE OUTLIN ED , THE IN VERT SH A LL BE FORMED OF CONCR ETE AND STEEL TRO WEL FINISHED TO PR OVI DE SIMILAR FUNCTIONAL CHARACTERISTICS TO THOSE AFFORDED BY THE ABOVE INSTALLATION. INVERTS THUS FORMED SHALL BE CONSTRUCTED TO THE ENGINEER 'S SATISFACTION . CONCRET E SLAB E1-14 MATER IAL E2 -1 4 CONSTRUCTI ON ~-- L--A PLAN VIEW SECTION A-A CITY OF FORT WORTH , TEXAS JUNCTION MANHOLE BOTTOM : .. -~· .: .... ·: ·:. -.: . DATE : 08-2007 SAN-006 (/) w a::: <( > DRILLED HOLE (CORED) E1 -14 MA TERI AL E2-14 CONSTRUCTION a::: w ~I <( _J a::: 0 MANHOLE FRAME AND 24" DIA . COVER, EQUAL TO Mc KINLEY IRON WORKS N O. A24AM W/ PICK BARS . (REF . STD . PRODUCT LIST) CONCRETE COLLAR PER PLANS OR AS DIRECTED BY ENGINEER (SEE SAN-009) 10' MIN . SEE STANDARD 4'--.,r .. NOTES : DIA . MANHOLE DETAIL SAN-003 1. SLOPE OF INTERCONNECTING PIPE TO BE NOT LESS THAN 1 % 2 . FITTING WILL BE DUCTILE IRON W/ ME CHANICAL JOINT 3. IF BEND IS USED , BEND SHALL NOT EXCEED 22.5" MECHANICAL JOINT 22.5" MAX. GROUT : .. ·:: -~ ;· ..•.. = .. : -,,:.:-... · .. . ' . • ·-~. ...... -·· . -~-~ ~\. ·,.:. ......... : . . ~·· :._.~ ... :: ~: ..·.·. ·--·;:, ~-: .. .., !~:-:. ;._:.::. LATERAL LINE / 0.1. BELL (RAM-NEK AROUND TAP) I 8" OR LARGER CITY OF FORT WORTH, TEXAS OFFSET MANHOLE TO SEWER MAIN LARGER THAN 24" DATE: 08-2007 SAN-007 w a::: 0 a::: ID W w f- _J w ID ~ <( ~ iY o <( > ~--- NOTE : VARIABLE DIAMETER BORE TO BE LARGE ENOUGH TO PERMIT DE SIGN TYPE PIPE TO BE PULLED OR JACKED THROUGH . 111~111~111~111~111~1 11~11 1~111w 111w111w111w1 11w 11 1w1 11w1 11w111w11 111 TYPICAL BORED SECTION LONGITUDINAL VIEW PRESSURE GROUT AS NEEDED 1w~w~wiMwiMwiMw~wiMm 1 1 111 m~m1 1 m~m~m~m~mill~~ TYPICAL BORE WITH PIPE INSTALLED LONGITUDINAL VIEW CASING SPACERS TYPICAL END VIEW PRESSURE GROUT AROUND PIPE. GROUT SHALL BE PROPORTIONED AS 1 CU . FT . OF CEMENT, 3.5 CU . FT. OF CLEAN FINE SAND WITH SUFFICIENT WATER ADDED TO PROVIDE A FREE FLOWING THICK SLURRY. SEWER LINES SHALL BE SECURED BY CA~NG SPACERS AS MANUFACTURED BY CASCADE WATERWORKS MANUFACTURING CO., ADVANCE PRODUCTS & SYSTEMS, OR APPROVED EQUAL. 1. COMPRESSION TYPE JOINTS TO BE USED IF POSSIBLE . 2 . IF COMPRESSION TYPE JOINT IS NOT AVAILABLE, M.J . TYPE SHALL BE USED ANO JOINTS BOLTED BEFORE PULLING PIPE INTO PLACE . E1-15 MATERIAL E2-15 CONSTRUCTION CITY OF FORT WORTH, TEXAS BORED CROSSING DETAIL DATE: 08-2007 SAN-008 COLL.AR CON FIGURATION FOR PAVED AREA A L CLASS 'A' ----~ (3000 PSI) CONCR ETE 8-#4 REBARS TYP. GRADE RINGS CASE 1 I 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 4'-0" RAM-NEK SECTION A-A COLL.AR CONFIGURATION FOR UNPAVED AREA A J 0 I ~ CHAMFER (TYP .) GROUND CONCRETE COLLAR HEIGHT VARIES (8" MIN ., 24" MA X.) G) REBAR SHALL BE PLACED 3" MI N. FROM TOP AND BOTTOM OF CONCRETE COLLAR . CITY OF FORT WORTH , TEXAS MANHOLE CONCRETE COLLAR DATE : 08-2007 SAN-009 8 l PLAN VIEW ------- -------- co #3 DOWEL 4-#3 DO WELS SPACED EV ENLY B J SECTION 8-8 SECTION A-A CITY OF FORT WORTH , TEXAS HYDRAULIC SLIDE NOTE: DROP THROUGH WIL L BE POURED MONOLI THICA LLY WITH CAST IN PLACE BENCH, OR DOWEL ED AND GROUTE D TO PRECAST BENCH . DATE : 08-2007 SAN-010 CONCRETE COLLAR (PLAN VIEW) CONCRETE ANCHOR .. CITY OF FORT WORTH STANDARD CLEANOUT CAP (PVC OR CAST IRON) DOUBLE BAND STAINLESS STEEL COUPLING ·----BACKFILL CLEANOUT STACK WITH NATIVE TOPSOIL COMPACTED TO 95% STANDARD PROCTOR DENSITY 4" STACK (IRON OR PVC) TWO WAY CLEANOUT TEE SDR-35 OR SDR-26 SERVICE SLOPE-VARIES 2% MIN . ' FERNCO FLEXIBLE COUPLING REQUIRED IF EXISTING SERVICE IS PRESENT, OTHERWISE PLUG . PAID FOR AS CLEANOUT PRODUCT INFORMATION ** From Stanley Roberts & Assoc ., Information Subject To Change. DESCRIPTION l'iElfil!I PART NO , Cost Iron Lateral Cleonout 18 lbs ATIL-424 W/ SS Bolts and Coupling Pl astic Sewer Lateral Cleonout W/ SS Bolts and Coupling 2 .25 lbs ATL-1524 PVC CLEANOUT SIDEWALK STREET SEWER MAIN PROPERTY LINE [CURB i PVC CLEANOUT BOOT CLEANOUT NOTES 1. THE SWEEP TEE AND PIPE FITTINGS INSTALLED SHALL BE SDR-35 OR SDR-26 PVC MATERIAL . 2. CONNECTIONS TO THE EXISTING SERVICE SHALL BE MADE USING RUBBER SLEEVE COUPLINGS WITH STAINLESS STEEL DOUBLE BAND REPAIR SLEEVES . THE SLEEVES SHALL BE TIGHTENED TO THE TORQUE RECOMMENDED BY THE MANUFACTURER . 3 . SLOPE OF THE SANITAR Y SEWER SER VICE SHALL BE A MINIM UM OF 2 PERCEN T. 4. IN HIGH TRAFFIC AREAS (STREETS, DRIVEWAYS, SIDEWALKS & WALKWA YS), SERVICE CLEANOUT STACK AND CAP SHALL BE CAST IRON . 5. IN NON-TRAFFIC AREAS, SERVICE CLEANOUT STACK AND CAP SHALL BE PVC MA TER I AL . 6. PIPE AND FITTINGS SHALL BE SDR-35 OR SDR-26 PVC WHEN NOT IN HIGH TRAFFIC AREAS . 7 . CONCRETE USED AROUND CLEANOUT ASSEMBLY SHALL BE 5 SACK , 3,000 PS I MIX . DRI VEWA Y SIDEWALK I CAST IRON / CLEANOU T CURB ~, DRIVEWA Y APPROACH STREET PROPERT Y LINE \ \ \ ':r CAST IRON CLEANOUT BOOT T 7 .5" CITY OF FORT WORTH, TEXAS DATE : 08-2007 j_ TWO WAY SERVICE CLEANOUT SAN-011 FINISH GRADE SEWER PIPE PLUG STACK A l I~ 0:: ::J 011-. z 3: w cil:::E . w 0:: (/) <( w 6" MIN. AT BOTTOM ONLY TYPE "C" OR "B" BACKFILL 'Y,i!~i¥.olt:=t-tt---NEW S AN ITARY SEWER LINE WITH STANDARD EMBEDMENT PER DETAIL WTR -034 NOTE : SERVICE LINE TEE AND STACK TO BE -COMPATIBLE TO MAIN LINE MATERIAL OR A S DIRECTED BY ENGINEER . SECTION A-A PLAN CITY OF FORT WORTH , TEXAS CHIMNEY SERVICE DATE : 08-2007 SAN-012 E1-9 MATERIAL E2-9 CO NSTRU CTION 12" 12" 12" 12" TYPICAL SECTION BA RREL OF PIPE END VIEW NOTE: USE 4000 PSI CONCRET E CITY OF FORT WORTH , TEXAS TYPICAL ANCHOR BLOCK FOR ELEVATED CROSSING DATE: 06-2007 SAN-013 EXISTING SURFACE BACKFILL AS APPROPR I ATE E1-20 MATERIAL E2-20 CONSTRUCTION G) G) 6" MIN . DIMENSION. MAXIMUM FOR PAY PURPOSES SHALL BE 6" WHEN BID PER CUBIC YARD . @ 6" MIN. DIMENSION . MAXIMUM FOR PAY PURPOSES SHALL BE 6" ON MAINS 24" AND SMALLER, g" ON MAINS 30" AND LARGER, WHEN BID PER CUBIC YARD. @ CLASS 'E' (1500 PSI) CONCRETE CITY OF FORT WORTH, TEXAS CONCRETE CRADLE DATE : 08-2007 SAN-014 w w I- w _J m <( ~ <( > w Q_ Q_ 0:: w 3: w w _J U) m >-<( 0:: ~ <( <( > I- z w <( N U) in w 9:: Q_ _J '2,-J E1-9 MATERIAL E2-9 CONSTRUCTION J'4 OR 14 ROADWA Y STANDARD CURB & GUTTER wi w ...J m z <( _J ~ 0:: <( w> ~Jw 3: ~ (11 _J .....___ w (.) Q_ a: SERVICE LINE, MIN . 2% GRADE TYPICAL SECTION STANDARD CURB & GUTTER SE CTION NOTE : EMBEDMENT AND BACKFlLL AS REQUIRED FOR ADJACENT SEWER MAIN SHALL BE INCLUDED IN THE PRICE . BID PER SEWER SERVICE COMPLETE IN PLACE . eLINE NOTE : TEES WILL BE USED ON ALL SERVICE LINES CONSTRUCTED AT THE SAME TIME AS PUBLIC SEWER . CD SEWER SERVICE LINE LOCATION TO BE MARKED WITH RED VINYL TAPE AT LEAST 3" WIDE AND 10 MIL THICK A TT ACHED TO THE END OF THE SERVICE AND EXTENDING THROUGH THE BACKFILL AT THE POINT OF HOUSE SERVICE CONNECTION BEHIND THE PROPOSED CURB . CITY OF FORT WORTH , TEXAS SEWER SERVICE LINE DETAIL DATE : 08-2007 SAN-019 CORRUGA TED BLACK METAL TUNNEL LINER (12 GAUGE OR AS IN DI C ATED IN SPECIAL PLAN S & DOCUMENTS) (/) w t-. :s g 0.. w Cl:'.'. _J w CJ z <{ ::J Ct: _J <{ w > z z :) t- ci w _: 0.. w a: _J CJ Cl:'.'. <{ w -~ Cl:'.'. w i (/) ANNULAR SPACE GROUTED CUT AWAY LONGITUDINAL SECTION NOTE : FURNISH & INSTALL GROUT IN RA no OF 1 CUBIC FOOT OF CEMENT ANO 3.5 CUBIC FEET OF CLEAN FINE SAND WITH SUFFICIENT WATER ADDED TO PROVIDE A FREE FLOWING THICK SLURRY. E1-15 MATERIAL E2-15 CONSTRUCTION END VIEW TUNNEL LINER FILL BETWEEN LINER AND SEWER PIPE WITH GROUT SEWER PIPE FURNISH & INSTALL SKIDS AS NECESSARY. SKIDS SHALL MEET THE APPROVAL OF THE ENGINEER . CITY OF FORT WORTH , TEXAS TYPICAL TUNNEL SECTION DATE : 08-2007 SAN-020 COMPACTED BENTONITE CLA Y OR 2 :27 CONCRETE 1 .. 2· ..1 EXISTING GROUND 4' OR TO BOTTOM OF PAVEMENT BASE OR TOP SOIL MINIMUM TRENCH WIDTH ---j(J,µ;~)I = PIPE DIA . + 1' I }RENCH.,, WIDTH TYPICAL SECTION CITY OF FORT WORTH , TEXAS CLAY DAM DATE: 08-2007 SAN-021 EXISTING SURF ACE G) @ BACKFILL AS APPROPR I ATE G) 6" MIN . DIMENSION . 6" MAX . FOR PAY PURPOSES WHEN BID PER CUBIC YARD. 6" MIN . DIMENSION . MAX. FOR PAY PURPOSES SHALL BE 6" ON MAINS 24" AND SMALLER, 9" ON MAINS 30" AND LARGER WHEN BID PER CUBIC YARD . 4" MIN. DIMENSION . 4" MAX . FOR PAY PURPOSES WHEN BID PER CUBIC YARD . © CLASS 'E' (1500 PSI) CONCRETE. E1-7 MA TERI AL E2-7 CONSTRUCTION CITY OF FORT WORTH, TEXAS CONCRETE ENCASEMENT DATE: 08-2007 SAN-022 CUT AS REQ. FOR 6, 8, 10, & 12 INCH PIPE ALONG CUTTING GROOVE. DETAIL 'A' N .T.S. 15" SOR 35 PVC~ WATER TIGHT ADAPTER (PVC TO PVC FOR PVC; CLAY TO PVC FOR CLAY) ~PLUG RISER PIPE --f== CROSS LINK HIGH DENSITY POL YTHELENE ACCESS FITTING DETAIL 'B' N.T.S. CAST IRON M.H . FRAME AND COVER PAVEMENT (/) w er <{ > (!) N DETAIL 'B' WATER TIGHT PLUG .--...... A EXISTING GROUND TWO CONCRETE GRADE RINGS (MINIMUM) AND NON-SHRINK GROUT ~~=+-++=~ SAND AND STABILIZED SOIL COMPACTED TO 95% STD . PROCTOR DENSITY AND PLACED IN 6-INCH LIFTS BEGINNING AT THE WASTEWATER ACCESS DEVICE WORKING OUTWARD TO THE EXCAVATION WALLS -----------J:.~~~:u.J.;-CROSS LINK HIGH DEN SI TY POL YETHELENE ACCESS FITTING ~~~~~~~ COMPACTED-CRUSHED STONE, FINE GRADATION CITY OF FORT WORTH , TEXAS WASTEWATER ACCESS DEVICE DATE : 08-2007 SAN-023 .• r . ·. a·.:...o" · · 2'-7'.' : . . 2'c'-10" . 2'-7" .. · .. ·7 ... ,., "': . ...-.. ·, '•., 2,25 " ... :. P.ROJECT : NAME ~-----...---------2.5" '7 . PROGRAM NAME/FUNDING SOURCE ·v · ·. :.··:;; : .. O':·Thi·s prqject is rnanc:1ged by -the Department Of Engine·ering . · :.Q~estions on this pr'oje~t, call ooo~ooOC> (Weekdays 7:30a.lil.·-4:30p.m.) . ,, 1 . . . a ·ue·stions on tt"lis project after hours, c·all ocio-0000 .• Aft~f hours Wat<rt 'aoq· ·se0.er .emerg 'enctesj qall _.000-0000 . ': .. ,, 3 ''. . '•,-. ' . -: ; .· t o'~fs ( ·: . FORt WORTH LOGO :-,CHl:L TENHAM BOLD ALL OTHER . TEXT -ARIAL · . -. . . ; LOGO COLORS: . FORt WORTH -'-. PMS 288 (BLUE) LONGHORN LOGO -PM$ 725 (BROWN) . .. ' . . . ' . .· \ \ \ .· .\ 1· -o '.' ··. : \ . LL WHITE \ \ \ . L PMS 288 (BLUE) 3"R (TYP.) CITY OF FORT WOR'l"H , TEXAS PROJECT SIGN -4'x8' 3 " (? z er w I- I-w ...J : N DATE : 08-2007 ,., CERTIFICATE OF LIABILITY INSURANCE i DATE (MM /DD /YYYY) I 8/4/2008 PR ODUCE R --~ HIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION I Bradley Insurance Agency ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1415 Summit Avenue ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Fort Worth, TX 76102 I NAIC# 817-332-8288 INSURERS AFFORDING COVERAGE INSURED La u gh l e y Bridge & Con str u c t i o n, Inc . INSURER A : Comp a n ion P roper t y & Casualty I I Laughley, Charles INSURER B: Progressive P.O. Box 123800 IN SURER C: Unitrin Fort Worth, TX 76121 INSURER D: Texas Mutual Ins. Co. 1817 / 401-3306 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING AN Y REQU IREME NT, TERM OR CO NDITION OF ANY CO NTRACT OR OTHER DO CU MENT WITH RESP ECT TO WHICH THIS C ERTIFICAT E MAY BE IS SUE D OR MAY PERTAIN , THE INSURANCE AFFORDED BY THE POLI CIES DE SC RIBED HEREIN IS SUBJE CT TO ALL THE TERMS , EXC LU SIONS AND CO NDITIONS OF SU CH PO LI CIES. AGGR EGATE LI M IT S SHOWN MAY HAVE BEE N RED UCE D BY PAID CLA IMS. INSR DD 'L L TR NSRD TY PE OF INSURA NCE PO LICY NUMBER I I GENERAL LIABI LITY I r x I COMMERC IAL GENERAL LIABILITY 1 I I CLAI MS MADE !Xi OCC UR A ~ -1DJGL084337 rc;;LL AGGREGATE LIMI T APPLI ES PERI .........=-=.:1 r-i PRO ~ ,---, X POLICY JECT LOC E' AUF~:~:~~~IABILITY I ALL OWNED AUTOS I I ~[ SCHEDULE:D AUTOS ! x !~ EDA~OO i 06 3 1 7 34 -0 ~I NON-OWNED AUT OS I I I ~1-------1 i i GARAGE LI ABILITY i---[ ANY AU TO EXCESS/UM BRELLA LIA BIL ITY r1 OCCUR [] CLAIMS MADE ,--- ! DEDUCTIBLE $ WORKERS COMPENSATION AND EMPLOY ERS ' LIA BI LIT Y ANY PROPRIETOR/PARTNER/EXECUTIVE D OFFICER/MEMBER EXCLUDED? ~i~~}f\~S~~(j ,~~~~N~ ~r:'r·v ~ -, OTHER C Auto Liab ility SBP0001166538 FCNCCV1354368 POLICY EFFECTIVE POLI CY EXP IRAT ION DATE MM/DD/YY DATE MM/DD /YY I I I 1 2/05/2008 1 2/05/2009 I 2/29/2008 3/06/2008 3/01/2008 I I I 2/29/200 9 i 1 3/06/2009 3/0 ::./2009 LIMITS I EA CH OC CURRE NCE 1$ 1,000,000 1 I-DAMAGE TO l<ENTED-l ;--100 ,-000 I 1 PREMISES (Ea occu rence ) $ 5,ooo l . ME D EX P (Any one person) ~ERSONAL & ADV IN JURY $ 1,000,000 1 I GENERAL AGGREGATE $ 2 000 ,000 1 I PRODUCTS • CO MP/OP AGG $ 2 ,000,000 1 COMB INED SINGLE LIMIT (Ea accident) s 1,000,000 $ I --j I BODI L y INJU RY ! (P cr pe rs':'.12_ ~~~~+--~~~~- ! BODI LY INJU RY 1 (Per accident) i PROPERTY DAMAGE i (P~: .:iccic!ent} AU TO O NLY· EA ACC ID ENT I s I !s I ' $ I OTHERTHAN EAACC I $ AUTO O NL y AG G I $ i EACH OCCURRE NCE I $ I k GGREGATE __ ~-----~ I I $ I I $ $ I I WCSTATU - j X I TO RY LI M IT S I E.L. EAC H ACC IDE NT 500,000 E.L. DISEASE . EA EMPLOYE $ 500,000 5 00 .00 0 I combined Single Limits 500 000 I DESCR IPT IO N O F OPE RA T IONS I LOCATIO NS/ VEH ICL ES / EXCL USIONS ADDED BY. EN~O RSEME NT / SPEC IA L PROVI SIONS I City of Fort Worth is listed as additional insured on general liability policy CERTIFICATE HOLDER City of Fort Worth (3) 1000 Throckmorton Fort Worth, Texas 76120 Fax: 817/ 392-8092 yj ACORD 25 (2001 /08) CANCELLATION SHOULD ANY OF THE ABOVE DE SCRIBED POLI CIES BE CA NCELLED BEFORE THE EXPI RATION I DATE THEREOF . THE ISSUI NG INSURER WILL ENDEAVO R TO MAil.Q__ DAYS WRITIEN NOT ICE TO TH E CERT IFI CAT E HO LDER NAME D TO T HE LEFT . BU T FAILURE TO DO SO SHALL IM POS E NO OBLI GATI O N OR LI ABI LI TY OF ANY KIN D UPO N THE INSURER. ITS AGE NTS OR CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTII Date~ NAME OF PROJECT: Sanitary Sewer Main Replacements Contract 2007A (DOE #2964) at Various Locations Throughtout the City of Fort Worth PROJECT NUMBER: P258-7011700971 IS TO CERTIFY TifAT: Laughley Bridge & Construction is, at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described, for the type of insurance and accordance with provisions of the standard policies used by this Company, and further hereinafter described Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy Effective Expires Limits of Liability Worker's Comoensation Comprehensive General Bodily Injury : Liability Insurance (Public Ea. Occurrence: $ Liability) Property Damage: Ea. Occurrence: $ Blasting Ea. Occurrence: $ Collapse of Building or structures adjacent to Ea. Occurrence: $ excavations Damage to Underground Utilities Ea. Occurrence: $ Builder's Risk Comprehensive Bodily Injury: Automobile Liability Ea. Person: $ Ea. Occurrence: $ Property Damage: Ea. Occurrence: $ Bodily Injury: Contractual Liability Ea. Occurrence: $ Property Damage: Ea. Occurrence: $ Other Locations covered:--------------------------------- Description of operations covered:---------------------------- The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or cancellation. Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement thereto attached. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's worker's compensation insurance policy . Agency Insurance Co.:------------ Fort Worth Agent By _______________ _ Address ________________ _ Title ________________ _ CONTRACTOR COMPLIANCE WITII WORKERS ' COMPENSATION LAW Pursuant to V.T.C.A Labor Code Section 406 .096 (2000), as amended, Contractor certifies that it provides workers' compensation insurance cov erage for all its employees employed on city of Fort Worth Department of Engineering No . 5964 and City of Fort Worth Project Number P258-7011700971 Laughley Bridge & Construction CONTRACTO~ By Ckt~{;, f~,e~ ST A TE OF TEXAS § COUNTY OF TARRANT § BEFORE ME . th e 1mdersigned authority, on thi s eta. per sonaJJy appeared ~l'-\fH'--=-""---=-""4.AJr kno,v11 to me be th e person wh ose name is subscr ibed to th e foregoing in strmnent , and acknowledged to me that h e exe cuted the same as the act and deed of Laughle,, Bridge & Construction the purp ose an d consi derati on th er ein expressed and in the capaci ty therein st ated . GIVE N UNDER MY HAND AND SEAL OF OFFICE thi ® CYNTHIA J. CATES Notary Public, State of Texas My Commission Expires 12·6-2008 CONFLICT OF INTEREST DISCLOSURE REQUIREMENT Pursuant to Chapter 176 of the Local Government Code, any person or agent of a person who contracts or seeks to contract for the sale or purchase of property, goods, or services with a local governmental entity (i.e. The City of Fort Worth) must disclose in the Questionnaire Form CIQ ("Questionnaire") the person's affiliation or business relationship that might cause a conflict of interest with the local governmental entity. By law, the Questionnaire must be filed with the Fort Worth City Secretary no later than seven days after the date the person begins contract discussions or negotiations with the City, or submits an application or response to a request for proposals or bids, correspondence, or another writing related to a potential agreement with the City. Updated Questionnaires must be filed in conformance with Chapter 176 . • A copy of the Questionnaire Form CIQ is enclosed with the submittal documents. The form is also available at http://www.ethics.state.tx.us/forms/CIQ.pdf. If you have any questipns about compliance, please consult your own legal counsel. Compliance is the individual responsibility of each person or agent of a person who is subject to the filing requirement. An offense under Chapter 176 is a Class C misdemeanor. ~l ] ~] ] ] ] ] ] J . 1 .J C l J PERFORMANCE BOND Bo n d No . 4 369 795 THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we (1) Laugbley Bridge & · Construction as Principal herein, and (2 ) Sure Te c Ins urance Comp a ny , a corporation organized under the laws of the State of (3) TX 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: Nine Hundred Seventy-five Thousand and no/100 ........... -................................................................................. . Dollars ($975,000.00) for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, finnly by these present. AUG O 5 2008 WHEREAS, Principal has entered into a certain written contract with the Obligee dated the __ of __ __,_, =200~8 a copy of which is hereto attached and made a part hereof for all purposes, for the construction of: Sanitary Sewer Main Replacements Contract 2007A (DOE #2964) at Various Locations Througbtout the City of Fort Worth 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 voi~ otherwise, to remain in full force and effect PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have ex ecuted this instrument. AUG O 5 Z008 SIGNED AND SEALED this __ day of ,2008. . ·1 '- J J . I J ' 1 ) J ATTEST: b-~~ (Principal)ecretary (SEAL) {~d~ v Witness as to Principal ATTEST: Laughley Bridsre & Construction PRINCIPAL/ ~-! BY: CV\_ ~f Title: f/\,,:"S 1~10"l PO Box 123800 Fort Worth, TX 76121-3800 ........ -......... _ Sure Tec Ins ura n ce Company ~ -.· ·····-. · ... Surety ~ .· , :-· ·-._ It '_Ai_ f ~~f -_;;;:-': :: BY: uJJJ.J Ka I\ nf\ . -· : --= Name· Conni:~: Kr eg:;-. ~-::' _/ ~ . -._ -· . ·-----... -.. --- Address: (Attorney-in-fact) 9 73 7 Gr ea t Hill s Trail Suite 320 · ... ::::-,. .. _ .. ~ -. ~Witn (SEAL) NOTE: Au s t i n, TX 7 8 75 9 Telephone Number: (512 ) 7 32 -0099 ety Beverly M. Trimb l e (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of the bond shall not be prior to date of Contract. -J PAYMENTBOND Bond No. 4369795 THE STAIB OF 1EXAS § § § KNOW ALL BY THESE PRESENTS : COUNTY OF TARRANT SureTe c Insuranc e Company That we (1) Laughley Bridge & Constructionas Principal herein, and (2) a corporation organized and existing under the laws .of the State of (3) TX as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of Nine Hundred Seventy-five Thousand and no/100 ......................... .-.................... Dollars ($975,000.00) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents : AUG.O 5 2008 WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the_. _day of ___ AD . , 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: Sanitary Sewer Main Replacements Contract 2007A (DOE #2964) at Various Locations Throughtout the City of Fort Worth NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253 , Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as ifit were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument SIGNED AND SEALED this_ day 0 /\UG O 5 _. : 1 ] ] J ~1 :1 ATIEST ¥ t~ (Prihc1p (SEAL) CtwL e2/£__,/ Witness as to Principal ATIEST: (SEAL) ety Bever l y M. Tr i mb l e NOTE: 1. Correct name of Principal (Contractor). 2 . Correct name of Surety. 3 . State of incorporation of Surety. Name: C \-Hv1~~ G . L~ IA 1.,e'J Title: fft.S'>10 ~ ~ PO Box 123800 Fort Worth, TX 76121-3800 ...... ----....... ........... # ... --.. ·-.... --,,,__ ..... SureTec I ns ura n ce Compa ny -~ ·_---"-:' · SUREJiY . :: >: -,:;;--: By : u')f NL(JOO A kJio~~~ --_j --¥ Name: Conn ie J ean Kr ege l · -.__ ~ .- Attorney in Fact .... ::--.. -- Address : 9 737 Gr eat Hil ls Tr ail Suite 3 20 Aus t i n, TX 78 75 9 Telephone Number: <512) 732 -0099 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 1 :·1 fl 1] J] f ] L.I J] LJ JJ JJ ']] . J J 1 ~ I ) : l JJ l :J ]J ] : l LI MAINTENANCE BOND Bond No . 4 3 69 79 5 THE STAIB OF TEXAS § COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS : · · · . Sure Tec Ins ura n ce Co mpany That Laughley Bndge & Construction(Contractor), as pnnc1pal, and a corporation organized under the laws of the State of TX (Surety), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas the sum of Nine Hundred Seventy-five Thousand and no/100 ... -··-·-··-·-----····· ...... Dollars ($975,000.00) lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally. This obligation is conditioned, however; that, WHEREAS, said Contractor has entered into a written Contract with the City of Fort Worth, dated the -----AOO> '008 copy of which is hereto attached and made a part hereof, the performance of the following describe public improvements: Sanitary Sewer Main Replacements Contract 2007A (DOE #2964) at Various Locations Throughtout the City of Fort Worth the same being referred to herein and in said contract as the Work and being designated as project P258- 7011700971and 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 Two (2) Years after tlle 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 w ork in whole or in part at any time within said period, if in the opinion of the Director of the Water Department of the City of Fort Worth, it be necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said work as herein provided . NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said work in accordance with all the terms and conditions of said Contract, these _presents shall be null and void, and have no force or effect. Otherwise this Bond shall be and remain in full force and effect, and the City shall have and recover from the Contractor and Surety damages in the premises prescribed by said Contract. 1bis obligation shall be continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in !._counterparts, each one of which shall be deemed an original, this day of AD. 2008. ~ AUG 8 ~ ] J ] : l ] ' i 1 I , I ATTEST: (SEAL) ATTEST: (SEAL) Laughley Bridge & Construction Contractor By (' W-6_14 Name : C~ ~ ~ Ll..t c.iwy: Title: t'tL~<» 10-e:...:JT SureTe c Ins urance Company Surety BY: Attorney -in-Fae ·t Title: _______ _ -. 9737 Great Hills Trail, Suite 32 0 Austin, TX 78759 Address POA #: 4221003 SureTec Insurance Company LIMITED POWER OF ATTORNEY K11ow All Me11 by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint L. Ray Pitts, Jr., Beverly M. Trimble, Richard M. Abbott, Connie Jean Kregel, Jeffrey Todd McIntosh, Cynthia Watson Fowler of Dallas, Texas its true and lawful Attomey(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Five Million and no/I 00 Dollars ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do in the premises. Said appointment shall continue in force until 12/31/09 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authori zed officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 201h of April, 1999) I11 Witness Whereof, SURETEC INSURANCE COMP ANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 20th day of June, A.D . 2005. State of Texas County of Harris ss: ~-~1:ullllllli.lf11,t ""'":>~.~-~ti.~$~ ~~,·· ·• •. (l (J ,' 'I,. ... •,, 0 . W/ , \~• tii{ w .· Ill ct , <o I ;a:f ~\. J. /'rl ·~ ............ / Jjffi!Jl~\.J* On this 20th day of June, A.O. 2005 before me personally came Bill King, to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrume nt; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. Michelle Denny State of Texas . e NofaryPubllc My Co1M1Isslon Expires August 27, 2008 My commission expires August 27, 2008 I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect ; and furthermore , the resolutions of the Board of Directors, set out in the Power of Attorney are in foll force and effect. Given under my hand and the seal of said Company at Houston, Texas this ___ _ ----ry Any Instrument Issued In excess of the penalty _s atecf ab ~ Is tc ally vo id and without any valldity. For verification of the authority of this power ycu may call (713) 8 12..1)800 ::my business day between 8:00 am and 5:00 pm CST. SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety 's toll free telephone number for information or to make a complaint at: 1-866-732-0099 You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Ste. 320 Austin, TX 78759 You may contact the Texas Department of Insurance to obtain information on companies , coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Important Notice Regarding Terrorism Risk Insurance Act of 2002 The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism, riot, civil insurrection, or acts of war. Exclusion of Liability for Mold, Mycotoxins, and Fungi The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria , allergins, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor the remediation thereof, nor the consequences of their occurrence, existence, or appearance. Triple Rider with Mold Exel.doc rev . 11_03 PART G -CON1RACT THE ST ATE OF TEXAS § COUNTY OFT ARRANT § TIDS CON1RACT, made and entered into the __ 5 20~ 2008 and between the City of Fort Worth, a home-rule municipal corporation located in Tarrant County, Texas, acting through its City Manager thereunto duly authorized so to do, Party of the First Part, hereinafter termed "OWNER", and Laughley Bridge & Constructionthe City of Fort Worth County of TARRANT and State of TEXAS, Party of the Second Part, hereinafter termed "CONTRACTOR''. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part (Owner), said Party of the Second Part (Contractor) hereby agrees with the said party of the First Part (Owner) to commence and complete certain improvements described as follows : Sanitary Sewer Main Replacements Contract 2007A (DOE #2964) at Various Locations Throughtout the City of Fort Worth And all extra work connected therewith, under the tenns as stated in the Contract Documents, and at his (their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendent, labor, bonds, insurance, and other accessories and services necessary to complete the said construction, in accordance with all the requirements of the Contract Documents, which include all maps, plats, blueprints and other drawings and printed or written explanatory matter thereof, and the specifications thereof, as prepared by the Engineers employed by the Owner, each of which bas been identified by the endorsement of the Contractor and the Engineers thereon, together with the Contractor's Written Proposal and the other parts of the Contract Documents hereto attached, including the Fort Worth Water Department General Contractor Documents and General Specifications, all of which are made a part hereof and collectively and constitute the entire contract. The Contractor hereby agrees to commence work within ten (10) days after the date written notice to do so shall have been given to him, and to substantially complete same within the time stated in the proposal . The Owner agrees to pay the contractor in current funds for the performance of the contract in accordance with the Proposal submitted therefore, subject to additions and deductions, as provided in the Contract Documents and all approved modifications thereof, and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the Parties to these presents have executed this Contract in ~counterparts in the year and day first above written. City of Fort Worth, Texas (Owner) Party of the First part Fernando Costa, Asst City Manager __ t~~d-q -=to ©@ fl t ract Authorizatioa ~ ~\Slo15 Bafa~ Laugbley Bridge & Construction PO Box 123800 Fort Worth, TX 76121-3800 Contractor By C lf-N-- Title : ~S I APPROVED : A. Douglas Rademaker, P .E . Director Department of Engineering OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX ATTEST: (Seal) WITNESSES : Yage 1 or J City ,of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 8/5/2008 -Ord. No. 18217-08-2008 DATE: Tuesday, August 05, 2008 LOG NAME: 30MSR 2007A REFERENCE NO.: C-22970 SUBJECT: Authorize Execution of a Contract in the Amount of $975,000.00 with Laughley Bridge and Construction , Inc., for Sanitary Sewer Main Replacements Contract 2007A at Various Locations Throughout the City of Fort Worth (DOE No. 5964), and Adopt an Appropriation Ordinance RE COM MEN DA TION: It is recommended that the City Council authorize the City Manager to: 1. Execute a contract with Laughley Bridge and Construction , Inc. in the amount of $975 ,000 .00 for Sanitary Sewer Main Replacements Contract 2007 A ; 2. Authorize the transfer of $1 ,144,550.00 from the Water and Sewer Fund to the Sewer Capital Projects Fund;and 3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Sewer Capital Projects Fund in the amount of $1 ,144,550.00 from available funds . DISCUSSION: The work to be performed under this contract consists of extending , replacing and/or relocating sewer mains, services , and other pertinent construction required to provide sewer service to individual customers or developers throughout the City. The bid documents included a stipulation that the total quantities listed may not reflect actual quantities and are based on the budgeted amount of $975,000.00. It was also stipulated that regardless of the dollar amount bid, the contract would be awarded in the amount of $975 ,000.00. Final payments will be made based on actual measured quantities. The project was advertised on May 1 and May 8, 2008 , in the Fort Worth Star-Telegram . On May 29, 2008, the following bids were received: Bidders Laughley Bridge and Construction , Inc. Conatser Construction TX , LP Cleburne Utility Construction , Inc. William J. Schultz, Inc., d/b/a Circle 'C' Construction Company The Engineer's estimate for this project was $1,097 ,440.00. Bid Amount $1,179,425.00 $1,191,425 .00 $1,405,685.00 $1 ,433,390.00 Time of Contract 365 Calendar Days The low bidder, Laughley Bridge and Construction , Inc .• is in compliance with the City 's M/WBE Ordinance by comm itting to 34 percent M/WBE participation . The City's goal on this project is 28 percent. http ://apps .cfwnet.org/council_packet/Reports/m c_print.asp 8/6/2008 rage L or ., In addition to construction cost , $29,250 .00 contingency is required for possible change orders, and $140,300 .00 is required for design, inspection and survey services. This project is located in ALL COUNCIL DISTRICTS . FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approva l and completion of Recommendation No . 2 and the adoption of the attached appropriation ordinance , funds will be available in the current capital budget, as appropriated of the Sewer Capital Projects Fund . TO Fund/Account/Centers FROM Fund/Account/Centers 1 PE45 538070 609020 $1,144 ,550 .00 ID P258 541200 701130097183 $975 ,000 .00 1&2) $1 ,144,550 .00 P258 472045 701130097100 ~ $20 ,000 .00 P258 531350 701130097131 ~ $20 ,000.00 P258 531350 700130097132 ~ $20 000 .00 P258 531350 701130097133 ~ $1 000.00 P258 541100 701130097141 ~ $5 ,000 .00 P258 531350 701130097142 ~ $4 ,000 .00 P258 531200 701130097151 ~ $4 ,000.00 P258 5313350 701130097151 ~ $5,000.00 P258 531200 701130097152 ~ $10,000.00 P258 531350 701130097152 ~ $500 .00 P258 531350 701130097153 ~ $1 ,000.00 P258 531350 701130097160 ~ $20 ,000 .00 P258 531350 701130097180 ~ $300 .00 P258 533010 701130097181 ~ $1,000 .00 P258 533030 701130097181 ~ $500.00 P258 533040 701130097181 ~ $1 000.00 P258 531350 701130097182 ~ $1,004,250 .00 P258 541200 701130097183 ~ $5,000.00 P258 531200 701130097184 http ://apps .cfwnet.org/council _packet/Reports/me _print.asp 8/6/2008 .t,, ~ P258 531350 701130097184 ~ P258 531350 701130097185 ~ P258 531350 701130097191 Originating Department Head: Additional Information Contact: $1 ,000 .00 $20 ,000.00 $1,000 .00 http:// apps . cfwnet. org/ council _packet/Reports/me _print. asp Fernando Costa (8476) A. Douglas Rademaker (6157) Danika Chevalier (2887) Adolpho Lopez (7829) Page 3 ot 3 8/6/2008