Loading...
HomeMy WebLinkAboutContract 38026·, CITY SECRETARY J CITY SECRETAR D.0.E. FILE , CONTRACT NO . ~O~(o CONTRACTOR'S BONDING -.-,~-RT WORTH C ONSTR UCTI O N'S COPY C UENT DEPARTMEN T SPECIFICATIONS AND CONTRACT DOCUMENTS FOR 2004 CIP -CONTRACT No. 51 PAVING, WATER & SANITARY SEWER ON HUDSON STREET (SCOTT A VENUE TO BOMAR A VENUE) S. PERKINS STREET (PANOLA AVENUE TO HAWLET AVENUE) HAZELINE ROAD (RAMPART STREET TO S. AYERS AVENUE) COLLARD STREET (PURINGTON A VENUE TO E. LANCASTER A VENUE) Dale Fisseler, P.E City Manager S. Frank Crumb, P.E Director Water Department Greg Simmons, P.E Acting Director CITY PROJECT NO. 00453 D.O.E. NO. 5410 IN THE CITY OF FORT WORTH TEXAS JUNE 2008 Mike Moncreif Mayor A. Douglas Rademaker, P.E Director Transportation and Public Works Department of Engineering 210 E. 3rd Street, Suite 210 Fort Worth, TX 76102 : .. OFF CIAL RE"f'JR D CITY SE CR E ARY FT. WORTH, X [)ORIGINAL Page 1 of : City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 12/2/2008 -Ord. No. 18385-12-2008 DATE: Tuesday, December 02 , 2008 LOG NAME: 20HUDS0NSTREET REFERENCE NO.: C-23213 SUBJECT: Authorize a Contract with JLB Contract in g, l.l.C., in the Amount of $1 ,809 ,001 .10 for Pavement Reconstruction and Water and Sanitary Sewer Replacement on Portions of Hudson Street, Collard Street, Hazeline Drive and Perkins Street; and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended by that City Council: 1. Authorize the transfer of $531 ,897 .86 from the Water and Sewer Operating Fund to the Water Capital Projects Fund in the amount of $500,714.50 and Sewer Capital Projects Fund in the amount of $31, 183 .36; 2 . Adopt the attached appropriation ordinance in creasin g estimated receipts and appropriations in the Water Capital Projects Fund in the amount of $500,714.50 and the Sewer Capital Projects Fund in the amount of $31,183 .36, from available funds ; and 3 . Authorize the City Manager to execute a contract with JLB Contracting , LP , in the amount of $1,809 ,001.10 for Pavement Reconstruction and Water and Sanitary Sewer Replacement on Hudson Street (Scott Avenue to Bomar Avenue), Collard Street (Purington Avenue to East Lancaster Avenue), Hazeline Drive (Rampart Street to South Ayers Avenue) and Perkins Street (Panola Avenue to Hawlet Street) (Project No . 00453). DISCUSSION: The 2004 Capital Improvement Program (CIP) includes funds for pavement reconstruction of Hudson Street (Scott Avenue to Bomar Avenue ), Collard Street (Purington Avenue to East Lancaster Avenue), Hazeline Drive (Rampart Street to South Ayers Avenue) and Perkins Street (Panola Avenue to Hawlet Street). Street improvements include pavement reconstruction, construction of standard concrete curb, driveway approaches and sidewalks as in dicated on the plans. The Water Department has determined that severely deteriorated water and sanitary sewer lines should be replaced prior to street reconstruction. The project was advertised for bid on June 5, 2008, and June 12, 2008, in the Fort Worth Star- Telegram. On July 31 , 2008, the followin g bids were received: Bidders JLB Contracting, LP Texas United Excavators , LLC McClendon Construction Co .,lnc. Conatser Construction TX, LP Stabile and Winn , Inc. Base Bid with Bid with Non-Green Green Cement $1,809,001.10 $1 ,810,545.55 $1 ,897 ,974.00 $1 ,947,458 .00 $1,983 ,104.00 Cement Alternate $1,793,821.10 $1,724,745.55 $1,881,474.00 $1,852 ,583 .00 $1 ,946 ,309.00 http ://apps . cfwnet. org/ council _packet/Reports/me _print.asp Time of Completion 200 Working Days 12/4/2008 Page 2 of In accordance with City Council Resolution No . 3536, staff recommends award of contract to JLB Contracting, LP , for the base bid which includes the use of green cement. The new pavement section will consist of seven inch concrete over six inch lime stabilized sub-grade with seven inch integral concrete curb . Funding in the amount of $52 ,511 .57 is included for associated water and sewer project management, construction survey , material testing , inspection and project close out (water $42,615.50 and sewer $9,896.07). The contingency funds to cover change orders total $23 ,749.44 (water $21 ,814 .55 and sewer $1,934.89). Funding in the amount of $147 ,120.74 is required for associated paving and drainage construction survey, project management, pre-construction , material testing , inspection and project close out. The contingency fund for possible change orders for pavi ng and drainage improvements is $25 ,000 .00 . M/WBE -JLB Contracting , LP , i s in compliance w ith the City's M/WBE Ordinance by committing to 23 percent M/WBE participation. The City's goal on th i s project i s 21 percent. This project is located in COUNCIL DISTR ICT 8. Mapsco 78A , 78F, 78G and 78L. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval and completion of the above recommendation, and the adoption of the attached appropriation ordinance , funds will be available in the current capital budgets, as appropriated , of the Water Capital Projects Fund, the Sewer Capital Projects Fund and the Street Improvements Fund. TO Fund/Account/Centers 1&2) $500 ,714.50 P253 472045 608170045322 1&2) $31 .183.36 P258 472045 708170045322 ~ $574.00 P253 531200 608170045319 ~ $96.00 P253 531350 608170045331 ~ $210.00 P253 531350 608170045332 ~ $1 ,000 .00 P253 531350 608170045333 ~ $8 ,726.00 P253 531350 608170045352 ~ $932.90 P253 531350 608170045380 ~ $100.30 P253 531350 608170045382 ~ $458 ,099 .00 P253 541200 608170045383 ~ $1 ,363 .00 P253 531350 608170045384 ~ $3 ,000 .00 P253 539120 608170045384 http ://apps .cfwnet.org/council_packet/Reports/mc_print.asp FROM Fund/Account/Centers 1)PE45 538070 0609020 1)PE45 538070 0709020 fil P253 541200 608170045383 fil P258 541200 708170045383 fil C200 541200 208400045383 $500,714.50 $31,183.36 $436,284.45 $19,352.40 $1,353,364.25 12/4/2008 Page 3 of ~ $26 ,177.00 P253 531350 608170045385 ~ $436.30 P253 531350 608170045391 ~ $80.00 P258 531200 708170045319 ~ $978.00 P258 531350 708170045331 ~ $1,000.00 P258 531350 708170045333 ~ $1 ,500 .31 P258 531350 708170045352 ~ $937.00 P258 531350 708170045360 ~ $343.65 P258 531350 708170045380 ~ $100.77 P258 531350 708170045382 ~ $21,287 .29 P258 541200 708170045383 ~ $777 .65 P258 531350 708170045384 ~ $1,000 .00 P258 539120 708170045384 ~ $3,000 .92 P258 531350 708170045385 ~ $177 .77 P258 531350 708170045391 Submitted for City Manager's Office by: Fernando Costa (8476) Originating Department Head: A Douglas Rademaker (6157) Additional Information Contact: Richard Argomaniz (8653) http ://apps . cfwnet. org/ council _packet/Reports/me _print.asp 12/4/2008 CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ENGINEERING SERVICES DIVISION ADDENDUM NO. 1 2 004 CIP CONTRACT 51 Street Reconstruction, Water and Sewer Replacement for Hudson Street (Scott Avenue to Bomar Avenue) S. Perkins Street (Panola Avenue to Hawlet Street) Hazeline Road (Rampart Street t o S. Ayers Avenue) Collard Street (Purington Avenue E . Lancaster Av enue) Project No. 00453 DOE No. 5410 RELEASE DATE: June 12, 2008 BIDS RECEIVED : July 3 , 2008 INFORMATION TO BIDDERS: The Contract Documents for the above mentioned project are rev ised and amended as follows: 1. Notice to Bidders: 2. 3. Replace the Notice to Bidders in the contract documents book with the attached form included in this addendum. Comprehensive Notice to Bidders: Replace the Comprehensive Notice to Bidders in the contract documents book with the attached form included in this addendum. Bid Proposal: Revise the fourth paragraph of page 17 of 18 to read as follows : "The Bidder agrees to begin construction within 10 calendar days after issue of the work order and to complete the contract within 200 Working Days after beginning construction as set forth in the written work order to be furnished by the Owner". Please acknowledge receipt of the Addendum in the following locations: ( 1) In the space provided below • (2) In the Proposal, Units I, II & III: Water, Sewer, Paving and Drainage improvements (3) Indicate in upper case letters on the outside of the sealed bid envelop: "RECEIVED & ACKNOWLEDGED ADDENDUM NO. 1" Failure to acknowledge the receipt of Addenda could cause the subject bidder to be considered "NON-RESPONSIVE", resulting in disqualification. RECEIPT ACKNOWLEDGED: A. DOUGLAS RADEMAKER, P .E . DIRECTOR, DEPARTMENT OF ENGINEERING By ~m~~~ fbtt:!.~~ Title: JU3 Ma n _..,r ,,y-~• ,.,., 1,. ''~neL-~i Partner Program Manager t ug ..... , vi ,c, 1,1v., I L~ \..J<;; la Page I of6 JUN-30-2008 MON 05:02 PM CITY F. W. ENGINEERING FAX NO. 817 871 7854 CITY OF FORT WORTH DEPARTMENT OF ENGINEERlNG ENGINEERING SERVICES DIVISION ADDENDUM NO. 2 2004 C1P CONTRACT 51 Street Reconstruction, Water and Sewer Replacement for Hudson Street (Scott Avenue to Bomar Avenue) S. Perkins Street (Panola Avenue to Hawlet Street) Haze line Road (Rampart Street to S. Ayers A venue) Collard Street (Purington Avenue E. Lancaster Avenue) Project No. 00453 RELEASE DA TE: June 30 , 2008 BIOS RECEIVED: July I 7, 2008 INFORMATION TO BIDDERS: DOE No. 5410 The Contract Documents for the above mentioned project are revised and amended as follows: l. Notice to Bidders and Comprehensive Notice to Bidders: Revise the bid opening date to Thursday, July 17, 2008. Please acknowledge receipt of the Addendum in the following locations: ( J) In the space provided below (2) In the Proposal, Units I, II & UJ: Water, Sewer, Paving and Drainage Improvements (3) Indicate in upper case letters on the outside of the sealed bid envelop: •'RECEIVED & ACKNOWLEDGED ADDENDUM NO. 2" Failure to aclmowledge the receipt of Addenda could cause the subject bidder to be considered "NON-RESPONSIVE", resulting in disqualification . RECEIPT ACl<NOWLEDGED: A. DOUGLAS RADEMAKER, P.E. _ DIRECTOR, DEPARTMENT OF ENGp-IBERING n~.,D.J} -ca <=.By ~14&:~q ; . ~ames G. Humrhrey, Presid ~t9\2, Dena Johnson.PR Title._ .n B Mar:.iagemeAt, iAG., Its GeneraT Pa rtnetrogram Manager Page I of l P. 02 JUL-14-2008 MON 03:22 PM CITY F. W. ENG IN EE RING FAX NO. 817 871 7854 CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ENGINEERING SERVICES DIVISION ADDENDUM NO. 3 2004 CIP CONTRACT 51 Street Reconstruction, Water and Sewer Replacement for Hudson Street (Scott Avenue to Bomar Avenue) S. Perkins Street (Panola Avenue to Hawlet Street) Haze line Road (Rampart Street to S. Ayers Avenue) Collard Street (Purin&rton A venue E . Lancaster A venue) Project No. 00453 RELEASE DATE: July 14, 2008 REVISED BID DATE: July 31, 2008 INFORMATION TO BIDDERS: DOE No. 5410 The Contract Documents for the above mentioned project are revi sed and amended as follows: 1. Notice to Bidders and Comprehensive Notice to Bidders: Revise the bid opening date to Thursday, July 31 , 2008. Please acknowledge receipt of the Addendum in the following locations: ( l) 1n the space provided below (2) In the Proposal, Units I, IT & Ill: Water, Sewer, Paving and Drainage Improvements (3) Indicate in upper case letters on the outside of the sealed bid envelop: "RECEIVED & ACKNOWLEDGED ADDENDUM NO. 3" Failure to acknowledge the receipt of Addenda could cause the subject bidder to be considered "NON-RESPONSlVE", resulting in disqualification. RECEIPT ACKNOWLEDGED: A. DOUGLAS RADEMAKER, P.E. DIRECTOR, DEPARTMENT Of ENGINEERING By:~ ,a w-------ty {kf,a.,_~ ~~ • 'f7f)0 Dena Johnson , P.E. Title: James G. Humphrey , Pre si ds-nfof Program Manager JLB Man agem ent, Inc., Its Genera l Pa rtner Page I of l P. 02 I CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ENGINEERING SERVICES DIVISION ADDENDUM NO. 4 2004 CIP CONTRACT 51 Street Reconstruction, Water and Sewer Replacement for Hudson Street (Scott Avenue to Bomar Avenue) S. Perkins Street (Panola Avenue to Hawlet Street) Hazeline Road (Rampart Street to S. Ayers A venue) Collard Street (Purington A venue to E. Lancaster A venue) Project No. 00453 DOE No. 5410 RELEASE DATE: July 18, 2008 BID DATE: July 31, 2008 INFORMATION TO BIDDERS: The Contract Documents for the above mentioned project are revised and amended as follows : CONSTRUCTION DOCUMENTS (SPECIFICATIONS): SECTION A-UNITS I, II & ID: Water Dept. and Transportation/Public Works Dept. Bid Proposal • Replace the entire Bid Proposal section in the Specifications book with the new Bid Proposal (20 sheets , attached). SECTION B -UNITS I & II: Water Department Part E -Material Specifications • Add "PART E, SPECIFICATIONS" (3 sheets , attached). SECTION C -UNIT ID: Transportation/Public Works Dept. Special Jlrovisions for Street and Storm Drain ·, ;\ • Page SP-17 -"42 . PAY ITEM-6" REINFORCED CONCRETE PAVEMENP', Delete Part (b) (Concrete Pavement Crack Evaluation Criteria) that has been superseded by a new pavement acceptance policy. • Page SP-24-"59. PAY ITEM-REMOVE AND REPLACE FENCE", Add "Fencing Removal/Replacement" (1 sheet, attached). • Page SP -25 -"61. PAY ITEM-REMOVE AND RECONSTRUCT MAILBOXES/ MISCELLANEOUS ", Add "Mailbox Removal/Replacement" (1 sheet, attached). • Page SP-35 -"92. PAY ITEM-TRAFFIC CONTROL", Replace section in its entirety by "92. TRAFFIC CONTROL" (1 sheet, attached). • Typical Traffic Control Plans A , B , C, E and E hereby become part of the part of the Specifications and Contract Documents (5 sheets , attached). Page I of2 l ' SECTION D -UNITS I, Il & ID: Water Dept. and Transportation/Public Works Dept. • • • • CERTIFICATE OF INSURANCE-Add form (1 sheet, attached). PERFORMANCE BOND -Add form (2 sheets, attached) . PAYMENT BOND -Add form (2 sheets, attached). MAINTENANCE BOND -Add form (2 sheets, attached). CONTRACT -Add form ( 4 sheets, attached). CONTRACTOR COMPLIANCE WITH WORKERS ' COMPENSATION LAW -Add form ( 1 sheet, attached). CONFLICT OF INTEREST DISCLOSURE REQUIREMENT -Add form (1 sheet, attached). CONFLICT OF INTEREST QUESTIONNAIRE -Add form (2 sheets, attached). PREY AILING WAGE RA TES 2008 -Add forms (2 sheets, attached) . APPENDICES-UNITS I, Il & ID: Water Dept. and Transportation/Public Works Dept. • Standard Figures and Details -Add drawings (21 sheets, attached). • Add Summary of Boring Log and Soil Classification -Add forms (11 sheets, attached). CONSTRUCTION PLANS: • Add Storm Water Pollution Prevention Plan (11 Sheets). Please acknowledge receipt of the Addendum in the following locations: (1) In the space provided below (2) In the Proposal, Units I, II & III: Water, Sewer, Paving and Drainage Improvements (3) Indicate in upper case letters on the outside of the sealed bid envelop: "RECEIVED & ACKNOWLEDGED ADDENDUM NO. 4" Failure to acknowledge the receipt of Addenda could cause the subject bidder to be considered "NON-RESPONSNE", resulting in disqualification . RECEIPT ACKNOWLEDGED : A. DOUGLAS RADEMAKER, P .E. DIRECTOR, DEPARTMENT OF ENGINEERING By: ~ /.) if~ -= ~y: C3&&""'P a,~~+1 , J G H h p .d i/. .... ~ DenaJohnson,P.E. ~~ Title: ames . ump re y, res, enn,r Program Manager JLB Management , me., Its General Partner Page 2 of2 L ' -=-· SECTION E-SPECIFICATIONS. · - JPNUARY 1, 1978. All materials, construction methods and procedures used in this project · shall conform to Sections El, E2, and EZA of the Fort Worth-Water Department General· Contract Documents and General Spedfications, together with any adaitional mate~ial specification(s), construction(s) or later revision(s). (See revisions listed on this sheet). Sections ~1, E2 and E2A of the fort Worth Water Department General Contract Documents and General Specifications are hereby made a part of this contract document by reference for all purposes, the same as if copies verbatim herein, and such Sections are filed and kept in the office of the City Secretary .of the City of Fort Worth as an official. record of the City of Fort Worth. INDEX · E 1 MATERiAL SPE Cl Fl CATIONS E2 C01-ISTRUCTION SPECIFICATIOHS E2A GENERAL DESIGN DETAILS Revisions as of April 20, 1981, follow: Ef-2.4 Backfi 11: ( 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 2. (c) Maximum' plastic i ndex {PI) shall be B Type C B~ckfi 11 {a) Material meeting requirements ·and having a PI of 8 or less shall be considered as suitable for comi:,act- ion by hetting (b) Material meeting ·requirement and having a PI of 9 or more shall be considered for use only with - rnechani ca 1 compaction El-2.llTrench Backfill: (Correct minimum compa·ction requirement wherever it appears in this section to 95% Procter density except for paragraph a. l. where the "95% modified Procter density" shall remain unchanged). -~ SECTION E1-18A-REINFORCED PLASTIC WATER METER BOXES ( Revised March 27, 2003) E1.18A1 SCOPE: This sp~cification covers three types of water meter: boxes, !ype A and B, and Type C. E1.18A.1.1 Class A Standard Meter Box: Intended for use with services utilizing 5/8· X :x·. :Y." and 1 • meters. E 1.18A.1.2 Class B Standard Meter Box: .Intended for use with services . utilizing · 1-112·. and 2" meters. E1 .1 BA.1.3 Class C Standard Meter Box: · Intended · for use with services utilizing two 5/8" X :y.• or :y.• meters .. E1 .1 BA.2 CONSTRUCTION: Reinforced ·plastic water meter boxes and iron . · cover lids under this SP.ecification will ·include three specific sizes of a rectangular . · shape . Jhose three sizes will ~e referred to us:. CLASS 'A', 11" x 18" Box,.12" high CLASS 'B', 15.25" x 2r.B0x, 12" high CLASS 'C', 18" x 16'-Box, 12" high · . . E1 .18A.3. REINFORCED PLASTIC METER BOX SPECIFICATION The meter box shall be constructed of ·Linear _Medium Density Polyethylene (LMDPE) as "defined in ASTM D-883-95A ar.td have a minimum wall thickness of _.500". The exterior shall be black to provide UV protection. Boxes shall be ~ble --tcr· withstand a. minimum 15;000 pounds vertical load _and shall -withstand a .. minirnui:n 400-pounds sidewall load . . . . The meter box· exterior .shall be free from sea~s or parting lines and all edges and comers are to be smooth .and free from sharp edges so the unit can be handled safely without gloves. E1 :1BA.4. IRON METER BOX LID SPECIFICATION The meter box lids are to be made of cast iron ·according to ASTM A48~4. Class 358 or ductile iron according to ASTM A-536. The lids shall withstand a minimum vertical load ·of 15,000 pounds. Castings are coated with a bituminous emulsified asphalt unless otherwise specified, ground smooth, and cleaned with shot .olasting. to get a uniform quality free .from strength defects and distortions. · Dimensions .s~all be within industry standards of plus or minus(+/-) one-sixteenth of an inch pe"r foot. All castings-will bearthe Manufacturer's IS (name or logo) and Country of Origin. Casting weights may vary plus or minus(+/-) five percent from drawing weight per industry standards . T 1 'f; SECTION E-100 -MATERIAL SPECIFICATIONS MATERIAL STANDARD El00-4 · JANUARY l, 1978 (ADDED 5/13/90) El00-4 WATERTIGHT MANHOLE INSERTS •• El 00-4.1 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 D1248, Category 5, Type ID. b. The :minimum thickness ofth~ manhole insert shall be 1/8". c. The manhole insert shall have a gasket 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 D 1056, :or equal. d. The manhole insert shall have a strap for removing the insert. The strap shall be made of minimmn 1" wide woven polypropalene or nylon webbing, with the ends treated to prevent unraveling. Stainless steel hardware shall be used to securely attach strap to the insert. e. The manhole insert shall have one or more vent holes or valves to release gasses and allow water inflow at a rat~ no greater that 10 gallons per 24 hours. Dl00-4.3 INSTALLATION: a. · .The manhole frame shall be cleaned of all dirt am:\ debris before placing the b. manhole insef1 on the rim. The manhole insert shall be fully seated around the manhole frame rim to retard water from seeping between ~e cover and the manhole frame rim. ElOO (1) r r r Fencing Remova1/Rep1acement Collard Street Station 11 +00 to Station 11 +85 (Right Side of Roadway) Remove Chain Link Fence with Barb Wire Top and Replace with Chain Link Fence with Barb Wire Top at ROW Limit. Station 11 +90 to Station 12+90 (Left Side of Roadway) Remove Wood Privacy Fence and Replace with Wood Privacy Fence at ROW Limit Station 15+45 to Station 16+10 (Left Side of Roadway) Remove Wood Privacy Fence and Replace with Wood Privacy Fence at ROW Limit S. Perkins Street Station 19+70 to Station 2D+20 (Right Side of Roadway) Remove Wrought Iron Fence and Replace with Wrought Iron Fence at ROW Limit. Hazeline Road Station 1 o+20 to Station 11 +60 (Left Side of Roadway) Remove Chain Link Fence and Replace with Chain Link Fence at ROW Limit Station 14+25 to Station 15+45 (Right Side of Roadway) Remove Wrought Iron Fence and Replace with Wrought Iron Fence at ROW Limit. Station 15+45 to Station 17+15 (Left Side ofRoadway) Remove Chain Link Fence and Replace with Chain Link Fence at ROW Limit. !. Mail Box Removal/Replacement Hazeline Road Station lOt-60 (Left Side of Roadway-Regular Mailbox) Station 14+02 (Right Side of Roadway-Brick Mailbox) Station 15+52 {Left Side of Roadway:... Regular Mailbox) Station 16+22 (Left Side of Roadway -Regular Mailbox) Station 23+32 (Left Side of Roadway-Brick Mailbox) Station 23+40 (Right Side of Roadway -Brick Mailbox) S~tion 27+40 (Right Side of Roadway-Brick Mailbox) I r 92. TRAFFIC CONTROL: The contractor will be required to obtain a "Street Use Permit' prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 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 (P.E.) in the state of Texas), to the City Traffic Engineer [Tel (817)392-8770] at or before the preconstruction conference. The P.E. preparing the traffic control plan may utilize standard traffic reroute configurations posted as "TypicalsD on the City's Buzzsaw website. 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 timeframe mutually established in the 'Notice to Proceed' issued the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, wh ich has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 871-7738) to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign . If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed . Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Wc;>rth-Traffic Control Handbook for Construction and Maintenance Work Areas." The lump sum pay item for traffic control shall cover design, and I or installation and maintenance of the traffic control plans . . . .. . . . ··.:.· : : :_.·=.:::.: ::-. r •r . • .. This plan is subm i tted for TCP. certify this design Is for the following locatlon(s): HUDSON STREET, COLLARD STREET, HAZELINE ROAD, PERKINS STREET and that ~ with channelizing devices will conform to TMUTCD . Signature~~~Jt.., Date : ,fr~6,g. liR HOR Engineeri ng, Inc . 210 E. 3rd St .. Suite 300 Fort Worth , TX 76102-4002 817-333-2800 Note: ' --~~~----------- TYPICAL TWO WAY STREET LANE CLOSURE For Device Spacing and other clarification , please see General Notes. PLAN A ; ! i i r ! ! ! .. _..,._.,..._ .,.._~-. ..... .. .. -· ..... ·:~~-:. : ~ ·~:· -::~ • ·--: ••• • •• •·• • • •• •••• : ~ / • .::·: '1 •• ·; I . •1 This plan Is submitted for TCP. certify this des i gn is for the following location(s): HUDSON STREET, COLLARD STREET, HAZELINE ROAD, PERKINS STREET and that ~d with channelizing devices will conform to TMUTCD . Signature~~ Date: _1/i_r.__._/o=-t:. _________ _ HR HOA Engineering, Inc. 210 E. 3rd SL, Su ite 300 Fort Worth, TX 76102-1002 817-333-2800 FULL STREET CLOSURE DETOUR Note: For Device Spacing and other clarification, please see General Notes. PLAN B r : ·:: <·.> _:·:.-.: _:·._; ~--, . . :.~. ·. . . ==;:;;.:;::=:;:;;;;:;::::::::,:,:::;::::. .. : '. _._: ·--=~:: ?.: :·_~.· ... ;: .; -~~ ·y.":·: ····}~:(~: .: .. : \:.: _..,...__~---...., \ !<·:.·· -~--~. <-:~.-_;_::_.~:_: ·.-··:~~:~::·: .: This plan is submitted for TCP. I certify this design Is for t he follow i ng location(s): HUDSON STREET, COLLARD STREET, HAZELINE ROAD, PERKINS STREET andthat~th Signature: q,__ channelizing devices will conform to TMUTCD . Date: r/,..{o~ HR HDR Eng ineering , Inc . 210 E. 3rd St., Suite 300 Fort Worth, 1X 76102-4002 817-333-2800 FULL INTERSECTION CLOSURE DETOUR Note: For Device Spacing and other clar i fication , please see General Notes. PLAN C l ·I i I I ! r r F I' .· •• • ' I ·-•• • ,:. •. I~•,::-,,l .! ·: •, :• -::--~ ':. !.: ... ·:: ··. :! .: .. : ........ :'.,:.:>: .. : . ,.. :·.-·.:_· ·.·!::; _._: __ '_ ;.~·-_:_:'~---~-!: __ ,_·~-~:; .. ~:--~:·-~-:}:·_:[_:1 ___ :_~_;_'._·,:·.:;'.\_?< ... ·.. ·. · .. ·-· .. ::·>~'._.:--:::-//"·:~-.. :_ .· .... . ~ :_ ::f ·:-;:\ ... :::: .... :::·:.·: I ...... · ·:-···· i . . . : · ... :-. ;.: .· -.-.... ~.~ :-:~·=-:.:_~_--._:_::_ : __ ,_· .. : .. _·; ::-:-::_::_:· ·, .· .. · .':_ .. _ .. _' · . . ·. :: ... :_;. :_. :. : ...... . :: .. ··:··· . • ••• ! •.• ........ •. '' ,I •"'• (." ... ';: >.· .. _. ... • ....... • .. . ::1 . ·-: ..... .·_·•::; ........ . .. . . . . . : . . . : .: :. •, . ·;· .. . • .... : • : •• ~ ~-., • ,:: '',::. I • •:.:··: ... :. :,• :· • • ' • I I , ' ''' ~i ,j \ \;:::y \ \:)/\ . :·: ·}::.·t:.t·_:·_: :_:~_:;_/, .. :.·-.:_?(ii·\\: __ \\. ·:·.:i ·;·?·. \J;--: ::?/: . . . . . . : ·.: ·.\ ,; . :~ . •: ... :_: ·: :_ :' ·-: ::·. :: ~-·.':.:-". :·. _'.:. ·.-: -::=-·: ,. . :.· ·.: · ....... : -·. :.·· : : ·:;__ .:· :.: . •'• :: .. _.:· --·: .. :·.-: ···.· .-.:-·: ... ; . This plan Is submitted for TCP. certify this design Is for the following locatlon(s): HUDSON STREET, COLLARD STREET, HAZELINE ROAD, PERKINS STREET andthat~ed Signature: ~f,- with channelizing devices will conform Date: Y,t./o'b to TMUTCD . RR SIDEWALK CLOSURE DETOUR HDA Engineering, Inc . 210 E. 3rd St., Suite 300 Fort Worth , 1X 76102-4002 817-333-2800 Note ; For Device Spacing and other clarification, please see General Notes. PLAN D I I ! i 1 L ~- i ! i r This plan is submitted for TCP . certify this design is for the follow i ng locat l on(s)~ a!, HUDSON STREET, COLLARD STREET, HAZELINE ROAD, PERKINS STREET and that ~I ~ ed with channelizing dev i ces wlll conform to TMUTCD. Signature : _ _ Date : 1fi.,(ot:> ------------------ HR HOR Engineering, Inc. 210 E. 3rd Sl, Suite 300 Fort Worth, TX 76102-4002 817-333-2800 GENERAL NOTES Note: For Device Spacing and other c l ar i fication, please see General Notes . PLAN E ~~ ! i I i ' ! EXISTING CURB & GUTTER NOTES : TRENCH REPAIR LIMITS EXISTING HMAC PAVEMENT EXISTING BASE (IF ANY) ----BACKFILL MATERIAL (SEE NOTE #3) TRENCH REPAIR W/PERMANENT HMAC PAVEMENT AND NON-REINFORCED CONCRETE BASE TYPICAL SECTION 1. PLACE A MIN . OF 2" HMAC SURFACE COURSE (TYPE "D" MIX) TO MATCH EXISTING HMAC PAVEMENT GRADE AS SHOWN. 2. PLACE A MIN. OF B" 2: 27 CONCRETE AS SHOWN. EXISTING CURB & GUTTER 3. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS . IF FLOWABLE FILL IS REQUIRED, A SEPERATE PAY ITEM WILL BE PROVIDED FOR SUCH. FOR STORM DRAIN INSTALLATION, BACKFILL SHALL MEET SPECIFIED ITEM 402 OF THE STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION, CITY OF FORT WORTH . FOR WATER OR SANITARY SEWER INSTALLATION,BACKFILL SHALL BE PER FIGURE A. 4. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION. CITY OF FORT WORTH, TEXAS PERMANENT ASPHALT PAVEMENT REPAIR WITH NON-REINFORCED CONCRETE BASE REV. 05/2006 DATE: 09/2005 2000-1A TRENCH REPAIR LIMITS EXISTING HMAC PAVEMENT EXISTING HMAC PAVEMENT EXISTING CURB & GUTTER NOTES: TRENCH REPAIR W/TEMPORARY HMAC PAVEMENT TYPICAL SECTION BACKFILL MATERIAL (SEE NOTE 1}3) EXISTING CURB & GUTTER 1. PLACE A MIN. OF 2" HMAC SURFACE SOURSE (TYPE "D" MIX) TO MATCH EXISTING HMAC PAVEMENT GRADE AS SHOWN. 2. PLACE COMPACTED FLEX BASE MATERIAL AS SHOWN. 3. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS, AND IS OPTIONAL IN OTHER AREAS. IF FLOWABLE FILL IS REQUIRED, A SEPERATE PAY ITEM WILL BE PROVIDED FOR SUCH. FOR STORM DRAIN INSTALLATION , BACKFILL SHALL MEET SPECIFIED ITEM 402 OF THE STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION, CITY OF FORT WORTH. FOR WATER OR SANITARY SEWER INSTALLATION.BACKFILL SHALL BE PER FIGURE A. 4. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION . REV. 05/2006 FoarWom I . CITY OF FORT WORTH, TEXAS DATE: 09/2005 TEMPORARY ASPHALT PAVEMENT REPAIR 2000-1C ~I :::i I ~ ffi I a.. 0 0:: a.. SIDEWALK WATER MAIN BEHIND CURB E1-17 MATERIAL E2-17 CONSTRUCTION CURB PAVEMENT ....... :::E 'b ::> "' :iE WATER MAIN ON OPPOSITE SIDE •1 ~ SERVICE LINE FOR l ~~-----~------------- SERVI: ~INE J ~ .:': :::C;:: \, ---------- "~~, _=O , ....... ,_ MATERIAL LIST 1" OR AS APPLICABLE WATER MAIN IN STRE: @ STANDARD CORPORATION @ BLUE VINYL TAPE, 3" WIDE, 6" ABOVE GROUND © STANDARD CURB STOP & 90" ELBOW @ AREA TO BE BACKFILLED WITH SAND CITY OF FORT WORTH, TEXAS WATER SERVICE DETAIL DATE: 08-2007 WTR-001 NOTE: PAVEMENT OR OTHER SURFACE MATERIAL DETAIL PERTAINS TO ALL GATE VALVE SIZES 4" THRU 12" WATER MAIN E1-10 MATERIAL E2-10 CONSTRUCTION r=, I I ..,_..L.=r~ I I I I I I I I I I I I I I I I I I CONCRETE COLLAR PER DETAIL WTR-004 I -------IF VALVE OPERATING j NUT IS MORE THAN 3' BELOW PAVEMENT SURF ACE, PROVIDE EXTENSION STEM TO 1' BELOW PAVEMENT SURFACE. (SEE DETAIL WTR-003) u---MCKINLEY IRON AND STEEL CO., NO. YBS THREE PIECE VALVE BOX OR EQUAL .---GATE VALVE TORQUE BOLTS PRIOR TO BACKFILL CITY OF FORT WORTH, TEXAS GATE VALVE AND BOX DATE : 08-2007 WTR-002· COLLAR CONFlGURAT ION FOR PAVED AREA A L CLASS 'A'--... (3000 PSI) CONCRETE 8-#4 REBARS TYP. CASE 1 CASE 2 CASE 1 COLLAR SHALL EXTEND TO TOP OF 2: 27 CONCRETE (REBAR REQUIRED) CASE 2 COLLAR SHALL BE 8" 1HICK (REBAR REQUIRED) E1-20, E1-21 MATERIAL E2-20, E2-21 CONSTRUCTION ... ... 2 ·-0· SECTION A-A COLLAR CONFIGURATION FOR UNPAVED AREA A J 0 I t'I 3" TYP. G) *" CHAMFER (TYP .) U1 U1 "":' wz ~~- 0. i:e a:: U1 <( !::! ..J a:: ..J <( g> REBAR SHALL BE PLACED 3" MIN . FROM TOP AND BOTTOM OF CONCRETE COLLAR. foRTWoJm ' CITY OF FORT WORTH , TEXAS DATE : 08-2007 GATE VALVE CONCRETE COLLAR WTR-004 r i r r r ' CONCRETE-....-,·~ BLOCKING M.J . ANCHOR TEE-tf19=.J.d EXISTING OR PROPOSED CURB PAVEMENT OR OTHER SURFACE M.J. ANCHORING COUPLING E1-12 MATERIAL E2-12 CONSTRUCTION 6" LEAD FROM MAINS EXISTING OR PROPOSED CURB CONCRETE BLOCKING FIRE HYDRANT EXERCISE CARE TO AVOID PLUGGING DRAIN HOL£ WITH CONCRETE 18" MINIMUM FROM GROUND, PER FIRE DEPT. PARKWAY I-'-~-EXTENSION BARREL AND STEM FOR EXTRA BURY DEPTH IF NECESSARY "-'-I+!:--MINIMUM 7 C.F. GRAVEL PROPORTlONALL Y AROUND BASE -~11---.:.__l,,~n:!---CONCRETE BLOCKING .. :i-ii.=~ CONCRETE REST 12"x12"x6" .CITY OF FORT WORTH, TEXAS STANDARD FIRE HYDRANT DATE: 08-2007 WTR-006 I r r r ~ T 3000 PSI CONCRETE BELL-BELL BEND lr-0·1 . ---lTYP.1 TRENCH WIDTH: 1. PIPE 24" 1.0. AND SMALLER = 24" OR 0.0. + 1r WHICHEVER IS GREATER. 2. PIPE LARGER THAN 24" = O.D. OF PIPE + 18". 3 . CRADLE SHALL EXTEND A MIN. OF 6" BEYOND EACH SIDE OF PIPE. J_ RUBBER GASKET JOINT BELL-BELL BEND 3000 PSI CONCRETE KEEP A MIN . OF 1'-0" CLEARANCE BETWEEN CONCRETE AND JOINTS OR BOLTS ON C.I. PIPE, OR IN EXCESS OF 1 '-0" AS DETAILED. E1-20 MA TERI AL E2-20 CONSTRUCTION M.J.-M.J. BEND MECHANICAL JOINT MAIN ··--------~- BELL AND SPIGOT JOINT CITY OF FORT WORTH , TEXAS CONCRETE CRADLE NOTE: WHEN CRADLE IS SHOWN OR SPECIFIED FOR INSTALLA llON ON CONCRETE PIPE, THE FULL JOINT LENGTH OF THE PIPE OR FITTING SHALL BE CRADLED . DATE : 08-2007 WTR-009 I r ' i j CLASS "B" (2500 PSI) CONCRETE #4 STEEL BAR NOTE: KEEP CONCRETE CLEAR OF PIPE JO INTS AND SOL TS WRAP PIPE WITH 15# ROOFING FELT FORM AS NECESSARY 6 ,,.... z C, 0:: I:! B w ::;; < i5 _J < z ~ 10 0 z w a.. 0:: 12 *VOL . REQ'D . (C.F.) A (FT .) B (FT .) C (FT.) *VO L. REQ'D. (C .F.) A (FT.) B (FT.) C (FT.) *VOL. REQ'D. (C .F.) A (FT.) B (FT.) C (FT.) *VOL. REQ 'D. (C.F .) A (FT.) B (FT.) C (FT.) BENDS 90" 45· 22.5· 39.99 21 .64 11 .03 2.50 1.42 1.00 4.00 3 .88 3.36 4.00 3 .88 3 .36 71.09 38.47 19 .61 2.83 1.67 1.50 5.00 4 .80 3.66 5 .00 4 .80 3 .66 11 1.07 60.11 30.65 3 .25 1.92 1.75 5 .90 5 .60 4.25 5 .90 5.60 4.25 159.94 86.56 44.13 4.17 2.42 1.42 6.20 6.00 5.54 6 .20 6.00 5.54 *VOLUME CALCULATED ON THE BASIS OF CONCRETE REACTING 11.25" · 5.54 0.75 2.75 2.75 9.85 1.00 3.20 3.20 15.40 1.50 3.25 3.25 22.17 1.25 4.20 4 .20 THRUST ON THE RESPECTIVE BENDS UNDER AN INTERNAL PRESSURE El-20 MATERIAL E2-20 CONSTRUCTION OF 150 PSIG AT THE RATE OF 150 LB. WT. PER CUBIC FEET OF CONCRETE . CITY OF FORT WORTH , TEXAS EXAMPLE A VERTICAL TIE-DOWN BLOCK DATE: 08-2007 WTR-010 T 1 w : NOTE: BEARING AREAS SHOWN ARE BASED ON 150 P.S .I.G TEST PRESSURE AND 3000 P.S.F . SOIL BEARING VALUE. 3000 PSI CONCRETE (TYP .) * DIMENSION "X" MAY VARY IF NECESSARY TO PROVIDE BEARING AGAINST UNDISTURBED TRENCH WALL HORIZONTAL BLOCKING TABLE PIPE ··x· 11 .25' 22.5' 45' 90' SIZE (FT.) "A" MIN. MAX "Bn MIN. MAX ·c· MIN . MAX "D" MIN. AREA VOL AREA VOL AREA VOL AREA 4• 1.0 0.90 0.80 0 .05 0 .95 0.90 0.05 0.95 0.90 0.05 0.91 0.62 6" 1.5 0.90 0 .80 0.05 0 .95 0.90 0.05 1.05 1.10 0 .05 1.73 1.99 8" 1.5 0 .90 0 .80 0.05 0 .95 0.90 0 .05 1.41 2.00 0.05 1.86 3.47 10· · 1.5 0 .90 0.80 0.05 1.26 1.60 0.05 1.79 3.20 0 .10 2.18 5.62 12" 1.5 1.10 1.20 0 .05 1.48 2.30 0 .10 2.14 4.50 0 .20 2.83 8 .00 16" 2.0 1.41 2.00 0 .10 2.00 4.00 0.10 2.83 8 .00 0.40 3.75 14.10 20· 2.0 1.77 3 .10 0 .20 2 .54 6 .20 0 .30 3 .52 12.40 0.60 4.70 22.00 24" 2.0 2.14 4.50 0 .25 3 .00 9.00 0 .50 4.25 18.10 0 .95 5 .65 32.00 30" 2.5 2.66 7 .10 0 .55 3 .78 14.20 1.00 5.30 28.20 1.75 7 .05 49 .80 36" 2.5 3.33 10.00 0 .75 4.50 20.40 1.40 6 .36 40.80 2.65 8.50 72.00 42" 3.0 3.72 13 .80 1.20 5 .25 27.60 2.20 7.41 55.30 4.10 9 .90 97.50 48" 3 .0 4.38 18.30 1.60 6 .00 36.00 2.90 8 .48 72.00 5.40 11.14 126.50 54• 4.0 4.0 22.50 4.0 6 .70 45.00 7.00 9.40 88.00 10.00 13.00 162.00 NOTES: MAX VOL 0.05 0 .05 0 .10 0.20 0 .30 0 .65 1.15 1.85 3.40 5 .10 7 .90 10.40 16 .00 MINIMUM AREAS SHOWN ARE IN SQUARE FEET. VOLUMES SHOWN ARE IN CUBIC YARDS. VERTICAL DIMENSIONS OF ALL BLOCK BEARING AREAS SHALL BE IDENTICAL TO THE HORIZONTAL DIMENSION SHOWN . E1-20 MATERIAL E2-20 CONSTRUCTION CITY OF FORT WORTH , TEXAS HORIZONTAL BLOCKING TEE & PLUG "E" MIN . MAX AREA VOL 1.16 0.58 0 .05 1.19 1.41 0 .05 1.57 2.46 0 .10 1.99 3 .98 0.15 2.38 5 .56 0 .20 3 .16 10.00 0 .50 3 .9 4 15.55 0.75 4.76 22.60 1.05 5.91 35.33 2 .10 7.20 51 .00 2.95 8 .30 69.00 4.75 9.50 90.03 6 .15 10.70 115.00 12.00 DATE: 08-2007 WTR-008 I ~ r j r @ © ® ® (J) NOTES: s• BUND FLANGE TAPPED 2" WITH 2" BRASS PLUG 125# PATTERN SUND FLANGE DRILLED AND TAPPED FOR s• SUND FLANGE. 6" BUND FLANGE ATIACHED WITH BRONZE BOLTS. GASKETS SHALL BE FULL FACED AS OTHERWISE REQUIRED IN E 2-4. LIFTING LUGS SHALL BE PROVIDED IN QUANTITIES SUFFlCIENT TO LOFT AND HANDLE THE FLANGE AS A BALANCED LOAD. ATIACH THE 125# PATTERN BUND FLANGE WITH STEEL BOLTS AND BRONZE NUTS THEN COVER WITH CEMENT GROUT AFTER INST ALLA llON. 125# PATIERN FLANGE, UNLESS REQUIRED OTHERWISE . FLANGES AND BUND FLANGES TO BE DESIGNED TO WITHSTAND PRESSURE RA TING OF PIPE. WYE BRANCH TO BE ONE SIZE LARGER THAN, BUT TAPERED TO STANDARD RUN NORMAL DIAMETER UNLESS OTHERWISE SPECIFIED. STANDARD RUN DIAMETER E1-4 MATERIAL E2-4 CONSTRUCTION CITY OF FORT WORTH, TEXAS STANDARD CLEANING WYE DATE: 08-2007 WTR-026 11 .la" 1·[283mmr1 Et r,3 COVER SECTION 12 %" [327mm] *" LETTERING (RECESSED FLUSH) 11 %" 1 %" J •[289mm]" I J [4 BT] I g %" I ~ T 12 " (251mmj [305mm] I::::::=~ _l ,. 15%" .J [391mm] 18 %" [ 476mm] BQX SECTION %" [16mm] 18" [457mm] 1 *" l-2 )&" 1 ~"R [R38mm] NOTE: FORT WORTH LOGO IS OPTIONAL. [ 44mmJl_ I [54mm] ~ ~~6: [Bm~] lXe " [8mm] COYER SEC]ON 20" [508mm] I • 18 W ·I [ 464mm] I· 16 *" -I [425mm] ,. 21" .J [533mm] 24" [610mm] BQX SECTION CITY OF FORT WORTH, TEXAS DATE : 08-2007 CLASS 'A' STANDARD PLASTIC METER BOX W/ CAST IRON LID FOR %11 & 1" METERS WTR-031 I r ~ r MINIMUM 6" INrTIAL---+~==- BACKFILL COVER MINIMUM 6" --t=lit.~~~- EMBEDMENT WATER: MINIMUM 6 " INITIAL------ BACKFILL COVER : WATER -6" SEWER -12" STORM DRAIN -12" ----++---+--TYPE "c" BACKFILL SEE SPEC. El -2.4 G.C.D. ~",itn,1~-SAND MATERIAL EMBEDMENT & INITIAL BACKFILL SEE SPEC. E1 -2.3 G.C.D . 12" ___ .........,_,.___ TYPE "C BACKFlLL SEE SPEC. E1 -2.4 G.C.D. ~~.u;:...-CRUSHED STONE OR SAND MATERIAL INITIAL BACKFILL SEE SPEC. E1-2.4(b) OR El -2.3 G.C.D. --~~~~~~~~nr-CRUSHED STONE . MINIMUM 6" SEE SPEC . El-2.3 EMBEDMENT G.C.D . WATER: SIZES 16" AND LARGER SEWER: ALL SIZES STORM DRAIN: ALL SIZES SAND GRADATION • LESS THAN 10% PASSING #200 SIEVE • P.I. = 10 OR LESS CRUSHED STONE GRADATION SIEVE SIZE RETAINED 1" 0-10 i2" 40-75 %" 55-90 #4 #B 90-100 95-100 MATERIAL SPECIFICATIONS THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON THIS SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF BOTH THE E1-2.4(b) AND El-2.3 OF THE G.C.D . AND STD. SPEC . ITEM 402 OF THE TPW STANDARD SPECIFICATIONS FOR STREET & STORM DRAIN CONSTRUCTION . ALL OTHER PROVISIONS OF THESE ITEMS SHALL APPLY. CITY OF FORT WORTH , TEXAS DATE : 08-2007 WATER, SEWER, & STORM DRAIN EMBEDMENT AND BACKFILL DETAILS WTR-034 l - ~ r r EXISTING CURB TEMP . SERVICE---t- 2" GAL V. PIPE I I ___ J TO F.H. OUTLET FOR TEMP ---WATER SUPPLY. TEMP. SERVICE 2" GAL V. PIPE ti r.lSTING~E=ULT SEE DETAIL WTR-036 FOR TEMP. ·SERVICE CONNECTION . ----1---TEMP. SERVICE 2" GALV. PIPE €] SEE DETAIL WTR-037 FOR INTERSECTION CROSSING EXISTING CURB CITY OF FORT WORTH, TEXAS TYPICAL MAIN BY-PASS LAYOUT DATE : 08-2007 WTR-035 EXISTING COPPER SERVICE LINE NOTE: CONTRACTOR SHALL BE REQUIRED TO COVER METER VAULT WlTH PROTECTIVE GUARD . NOTE : EXISTING PRIVATE SERVICE TO HOUSE OR BUILDING. METER SHALL BE REMOVED BY THE CONTRACTOR. CONNEC110N FROM BY-PASS TO PRIVATE SERVICE SHALL BE MADE BY CONTRACTOR . CITY OF FORT WORTH, TEXAS TEMPORARY SERVICE CONNECTION DATE : 08-2007 WTR-036 FoRT'ftbJm I 36° MAX. 15# ROOFING FELT, 36" WIDE 2 " GALV. PIPE 2-STANDARD FINISHED 2"x6" WOODEN PLANKS CllY OF FORT WORTH, TEXAS INTERSECTION & DRIVEWAY APPROACH CROSSING FOR TEMPORARY WATER SERVICE DATE : 08-2007 WTR-037 8'-0" 2'-7" 2 '-10" 2'-7" 2.25" FORT WORTH 2.25" .....--+-------::;;----------------------------- PROJECT NAME 2 .5" ~ -----------------:..i-P ROG RAM NAME/FUNDING SOURCE This project is managed by the Department Of Engineering Questions on this project, call 000-0000 (Weekdays 7:30a.m.-4:30p.m.) Questions on this project after hours, call 000-0000 After hours watff and sewer emergencies, call 000-0000 2 .5" 3" ~ FORT WORTH LOGO -CHELTENHAM BOLD ALL OTHER TEXT -ARIAL LOGO COLORS: FORT WORTH -PMS 288 (BLUE) LONGHORN LOGO -PMS 725 (BROWN) E2-1 CONSTRUCTION \ \ \ \ 7'-6" \ LL WHITE \ \ \ L PMS 288 (BLUE) 3"R (TYP.) CITY OF FORT WORTH, TEXAS PROJECT SIGN -4'x8' 3" DATE : 08-2007 WTR-039 r r r CONCRETE COLLAR PER PLANS OR AS DIRECTED BY ENGINEER (SEE SAN-009) : r-.. 0 . I~ ;,., ::::;; ......,. 2 COATS OF BITUMASTIC COATING JOINTS RECOA TED AFTER SECTIONS PUT TOGETHER MANHOLE FRAME AND 24• DIA . COVER, EQUAL TO McKINLEY IRON WORKS NO. A24AM W/ PICK BARS. (REF. STD . PRODUCT LIST) ASTh1 C-76, CLASS Ill RCP PRECAST MANHOLE SECTIONS OR EQUAL. (REF_:-+- TRENCH WIDTH CONC. CRADLE TO EXTEND TO PIPE BELL 0-RING GASKETS @ JOINTS (TYP .) l SECTION A-A * * VARIES WITH PIPE DIA. A : .. ~~--------l A .•.. . .... : z co-::;; USE 4000 PSI CONCRETE t SECTION 8-8 E1-14 MATERIAL E2-14 CONSTRUCTION G) 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 i COLLAR CONFIGURATION FOR PAVED AREA A L CLASS 'A'----: (3000 PSI) CONCRETE 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 BOTIOM OF LOWEST GRADE RING (REBAR REQUIRED) E1-20, E1-21 MATERIAL E2-20, E2-21 CONSTRUCTION I 4'-0" SECTION A-A COLLAR CONFIGURATION FOR UNPAVED AREA A J *" CHAMFER (TYP.) CONCRETE COLLAR HEIGHT VARIES (8" MIN., 24" MAX.) G) REBAR SHALL BE PLACED 3" MIN . FROM TOP AND BOTIOM OF CONCRETE COLLAR. CITY OF FORT WORTH , TEXAS MANHOLE CONCRETE COLLAR DATE : 08-2007 SAN-009 r 8 l FoRT\\bl[U I PLAN VIEW 4-#3 DOWELS SPACED EVENLY 8 j SECTION A-A CITY OF FORT WORTH , TEXAS HYDRAULIC SLIDE SECTION B-B NOTE: DROP lHROUGH WILL BE POURED MONOLITHICALLY WITH CAST IN PLACE BENCH, OR DOWELED AND GROUTED TO PRECAST BENCH. DATE: 08-2007 SAN-010 uc11Y OF FORT WORTH STANDARD CLEANOUT CAP (PVC OR CAST IRON) DOUBLE BAND STAINLESS STEEL COUPLING CONCRETE COLLAR (PLAN VIEW) .;.!i"'ili--BACKFILL CLEANOUT STACK WITH CONCRETE ANCHOR FERNCO FLEXIBLE COUPLING REQUIRED IF EXISTING SERVICE IS PRESENT, OTHERWISE PLUG . W'. ,,, ..... :,·;: ....... • 1lri (.•'•!I ,:• • • I ••• •, .:; 1: ~--~; ': ,;:.::. ·:. .! : .. :.:~ 6 " MIN . PAID FOR AS CLEANOUT PRODUCT INFORMATION •• From Stanley Roberts & Assoc., Information Subject To Change . DESCRIPTION YiEl.mil PART NO. Cast Iron Lateral Cleanout 18 lbs ATL-424 W/ SS Bolts and Coupling Plastic Sewer Lateral Cleanout W/ SS Bolts and Coupling 2.25 lbs ATL-1524 NATIVE TOPSOIL COMPACTED TO 95" STANDARD PROCTOR DENSllY 4" STACK (IRON OR PVC) PVC CLEANOUT --- SOR-35 OR SOR-26 SERVICE SLOPE-V IES 2% MIN . ' \ PROPERlY LINE -----DI SIDEWALK {CURB I STREET 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 US ING 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 SAN ITARY SEWER SERVICE SHALL BE A MINIMUM OF 2 PERCENT. 4. IN HIGH TRAFFIC AREAS (STREETS , DRIVEWAYS, SIDEWALKS & WALKWAYS), SERVICE CLEANOUT STACK AND CAP SHALL BE CAST IRON. 5. IN NON-TRAFFIC AREAS , SERVICE CLEANOUT STACK AND CAP SHALL BE PVC MATERIAL. 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 . DRIVEWAY PROPERlY LINE ~-------------------~ CURB DRIVEWAY APPROACH STREET CAST IRON QLEANOUT BOOT T 7 .5" CITY OF FORT WORTH , TEXAS DATE : 08-2007 l_ TWO WAY SERVICE CLEANOUT SAN-011 w I:! w ...J m <( ii: <( > w a. li: 0:: w ,::: w w ...J V) CD >-<( 0:: Ct: <( < I-> z <( V) E1-9 MATERIAL E2 -9 CONSTRUCTION ~ NOTE: I ~OR~ ROADWAY 6"1 STANDARD CURB & GUTIER ~ w ...J Z CD -< ...J -a::: a:::< w> ~lw ,::: r::::! (/) ...J '-w u a.. a: SERVICE LINE, MIN . 27. GRADE TYPICAL SECTION STANDARD CURB & GUTIER SECTION NOTE: EMBEDMENT AND BACKFILL AS REQUIRED FOR ADJACENT SEWER MAIN SHALL BE INCLUDED IN THE PRICE BID PER SEWER SERVICE COMPLETE IN PLACE. TEES WILL BE USED ON ALL SERVICE LINES CONSTRUCTED AT THE SAME TIME AS PUBLIC SEWER. G) SEWER SERVICE LINE LOCA llON TO BE MARKED WITH RED VINYL TAPE AT LEAS T 3" WIDE AND 10 MIL THICK ATIACHED TO THE END OF THE SERVICE AND EXTENDING THROUGH THE BACKFILL AT THE POINT OF HOUSE SERVIC E CONNECTION BEHIND THE PROPOSED CURB. DATE : 08-2007 wl z ::i ~ 0:: w a. 0 0:: a., I CITY OF FORT WORTH, TEXAS SEWER SERVICE LINE DETAIL SAN-019 I h I I I Tl I ' I I I SUMMARY OF BORING LOG AND SOIL CLASSIFICATION BORE UNIFIED LIQUID PLASTIC LOCATION SOIL CLASSIFICATION . LIMIT INDEX B-1 ..... CL 43 22 B-2 ...... CL 32 14 B-3 ..... CH 50 26 B-4 ..... CL 44 23 B-5 ..... CL 30 11 B-6 ..... CL 48 27 B-7 ..... CL 24 6 B-8 ..... CL 22 5 B-9 ..... CL 41 20 B-10 ... CL 24 6 CBRAdJusted 2 .76 2.76 2.07 2.76 2.76 2 .76 2 .76 2.76 2.76 2 .76 PROJECT · AGENT :c I-a. w a I- 0 0 LL 5 10 15 I ~ 20 T 25 30 35 i 40 LOG OF SOIL BORING Fort Worth Proposed Street Improvement 2212 Huc;ison Stto 2216 Hudson St JEA 07027 HOLE B1 DATE 11/15/2007 -------..!----------------------------1 JEA/HydroTech Engineering, Inc. --=---=----------------ENGINEER E.J. Gutierrez, P.E. LEGEND: I-[D SHELBY TUBE a: I-z w w 0 C 0 tii 0 0 w I-:::i 0 a. en GPS Coordinates: dd" mm.mmm' N dd" mm.mmm' W ~ SPLIT SPOON & 140 LB. HAMMER w ..J a. :ii: ct en z LL z in :ii: ;: d ii: en 0 z w a: en a: en 0 tii iii 0 a. en :ii: z w z z 0 a: ::> w 0 0 C. I- 0 LL a: z 0 0 d 0 w en z a. 0 Cl) Cl) 0 m ..J a :I: I- IS2] THD CONE PENETROMETER [S;J DISTURBED OR BAG SAMPLE V WATER OBSERVED STRATUM DESCRIPTION LL Pl ------------------------------------------------------------------ 4.5+ 4.5+ 4.5+ 4 .5+ 4.5+ 4.5+ , Asphalt Paving of 4.5" thick with 3 .5" concrete 'slab ' ~--------------------------------' ""\ I \ ___ Tan broken limestone rock base _____ / Very stiff to hard, tanish brown CLAY with lime seams MC % 27 PL% 21 MC %28 PL %24 ---------------------------------------------------------------- -with tan weathered limestone at 8' Depth to water at completion of boring : Dry · Depth to water when checked : During Drilling was Dry Completion Depth 8 feet 43 21 54 30 -200 86 PROJECT AGENT J: I- Q. w C l-o 0 u. s. 10 15 20 25 30 35 40 LOG OF SOIL BORING ~F~o~rt~W;..;..;;.o~rth;..;..;;.P~ro~p~o~s~e~d~S~tr~e_et~l~m~p_r_ov_e~m~e~n_t __________ ~HOLE ~-B_-2 __ DATE ___ 1_11_1_51_20_0_7_--l 2100 Hudson St to 2106 Husdon St JEA 07027 _J_EAJ_H_,y'-d_ro_T_e_c_h_E_n-=g'-in_e_e_rl_n""'g,'-l_n_c. ______________ ENGINEER E.J. Gutierrez, P.E. w ..J Q. :!!: <( U) a: I-w w 0 Iii u 0 z u. :!!: i== d 0 C/J a: C/J Iii en w C/J z ~ z w 0 a.. I- ------------------ 2 .5 4.5+ 3.0 4.0 ---,r.s+--- 4 .S+ I- z I-:J C 0 0 Q. w 0 "' z en a: z u. ii: C/J 0 0 w d z ~ w 0 0 II) z Q. u Q. 0 U) z :iE U) 0 :::i 0 ID u ..J C J: I- ------------------------------------- LEGEND: DJ SHELBYTUBE GPS Coordinates: dd" mm.mmm' N dd" mm.mmm' W ~ SPLIT SPOON & 140 LB. HAMMER lS2I THO CONE PENETROMETER IS] DISTURBED OR BAG SAMPLE "\7 WATER OBSERVED STRATUM DESCRIPTION --------------------------------------, Asphalt Paving of 1.5" thick over 8" cement , \ stabilized sand ,' ~------------------------------/ --, Tan clayey SAND ,,. '--verysfiffTofia,=c(ran-snty~----J -----with limestone rock __ MC%26 PL%18 --· Broken LIMESTONE rock ------------------ ----------------· Very stiff, tan and gray CLAY with lime seams MC%2BPL%23 Very stiff to hard, reddish brown and gray CLAY MC%30PL%24 ------------------------------------ Depth to water at completion of boring: Dry Depth to water when checked: During Drilling was Dry Completion depth 10 feet LL 32 53 52 Pl 14 30 28 -200 65 81 r PROJECT AGENT ::c I- ll. w C l-o 0 LL 5 10 15 20 25 30 35 40 LOG OF SOIL BORING _F_o_rt_W_o_rth.,...,...P_ro~p~o_s_e~d~S_tre----=e_t~lm~p_r_o~ve~m_e~n~~~~-=----------HOLE __ B-~3_DATE~ __ 1_1_11_51_2_0_07 __ ~ 600 S Perkins St to 604 5 Perkins St JEA 07027 _J_EAJH_""'y'-d_r_o_Te_c_h_E_n""'g'-in_e_e_rl_n~g~, _ln_c_. --------------ENGINEER E.J. Gutierrez, P.E. w .J Q. :i: <( UJ I-a: .... z .... :::i w w 0 C 0 Q. .... u ~ w 0 0 UJ w z z ;;; IL a: z :i: ~ d ii: UJ 0 0 0 z w d 0 a: UJ a: w UJ 0 UJ z Q. .... en Q. w UJ u ~ 0 UJ z w z z 0 UJ u w a: 0 :::i u ID C ...I ll. .... ::c .... ----------1.5 ___ ts _____ ------------------4.o 4 .5+ THD 100/0.B" THD 100/0.5" LEGEND: SHELBY TUBE GPS Coordinates: dd" mm.mmm' N dd· mm.mmm' W SPLIT SPOON & 140 LB. HAMMER THO CONE PENETROMETER DISTURBED OR BAG SAMPLE WATER OBSERVED STRATUM DESCRIPTION LL Pl -...,., Asphalt Paving, 3" thick ,r--- ~----------------------------~ 50 26 -, Stiff, brown CLAY with lime pebbles , ',, --MC%24 PL%24 / ' ___________________________ _,,,, ., ', Very stiff, tan Silty Ct.A Y with lime pebbles ,' , ______________________________ ., 31 13 Tan weathered LIMESTONE with clay layers -,'------------MC%20 PL%1B ______ /r Tan weathered LIMESTONE -200 67 ------------------------------------------------------------------- Depth to water at completion of boring : Dry Depth to water when checked : During Drilling was Dry Completion Depth : 1 O feet ' r ' '- PROJECT AGENT J: t-a.. w C t- 0 0 u.. 5 10 15 20 25 30 35 40 LOG OF SOIL BORING Fort Worth Proposed Street Improvements HOLE B-4 DATE 11/15/2007 -:--=-:-:--::---:-:c-::-:----cc::-:--==,c----------------,-------~ 720 S Perkins St to 721 S Perkins St JEA 07027 JEA/HydroTech Engineering, Inc. --=::.----="-----------------ENGINEER E.J. Gutierrez, P.E. w ..J a.. :E < rn !:: Ir t-z t-..J w w 0 C 0 0 0. t-(.) 0 w 0 en w z u.. z cii Ir ::!l en u.. 0 ~ d U:: w d 0 Ir en z Ir w en 0 en z t-cii a.. w en (.) ::E 0 z w z z 0 en (.) a: m w 0 ::i (.) ..J C D.. t-J: t- z 0 0 a.. en GPS Coordinates: [D dd" mm.mmm' N ~ dd0 mm.mmm' W rs:;a IS] "v LEGEND: SHELBY TUBE SPLIT SPOON & 140 LB. HAMMER THD CONE PENETROMETER DISTURBED OR BAG SAMPLE WATER OBSERVED STRATUM DESCRIPTION LL Pl -200 ------------------------------------------------------------------- 4.5+ ___ 4.5,t_ __ _ 4.5+ THO 100/1" THO 100/0.8" THD 100/0.5" ----..,, ___ Asphalt Paving 6" thick _____ ,,,, -,, Very stiff, brown CLAY with lime pebbles / -, ', MC%26 ·PL%21 / \ ~--------------------------J I 44 23 74 ',, Very stiff, dark brown CLAY with / ''-lime eebbles --------. _______ / · Tan weathered LIMESTONE -------------------------------------------------------------------- Depth to water at completion of boring : Dry Depth to water when checked : During Drilling was Dry Completion depth 10 feet PROJECT AGENT :I: ... a.. w C ... 0 0 u. 5 10 15 20 25 T 30 35 40 LOG OF SOIL BORING Fort Worth Prc,posed Street Improvement 909 5 Perkins Rd to 917 S Perkins Rd JEA 07027 HOLE B-5 DATE 11/15/2007 -:--:-:-::-=-=--:-':,--=-:,---c:=-:-:=~---------------------1 JEA/HydroTech Engineering, Inc. --='----"''--------,------------,-ENGINEER E.J. Gutierrez, P.E. LEGEND: ... OJ SHELBY TUBE a: ... w w 0 C Iii 0 0 w z ... 0 0 :::i a.. en GPS Coordinates: dd" mm.mmm' N dd" mm.mmm ' W ~ SPLIT SPOON & 140 LB. HAMMER w ..J a.. ::ii < en z 11. z in ::ii ~ d U:: en 0 w 0: en z 0: en 0 Iii in 0 Q. en ~ z w z z 0 0: w 0 ::, 0 Q. ... 0 u. 0: z 0 0 d w 0 en z Q. 0 en en 0 Ill ..J C :I: ... IS2] THO CONE PENETROMETER [SJ DISTURBED PR BAG SAMPLE V WATER OBSERVED STRATUM DESCRIPTION LL Pl --------------------------------------------------------------------,u,----- 4 .5+ 4.5+ 4 .5+ 4.5+ THO 100/0.B" THO 100/0.B" -,, Asphalt .Paving, 3" th ick ,,.-----, ' , , '---------------------------~ / ', Very stiff, brown CLAY with / ',,embedded gravel. MC%39 PL%19,/ 30 11 ____ Ve['lstilf,..tan Silty_ CLAY with lime se~ ------ Tan weathered LIMESTONE with some clay layers . ------------------------------------------------------------------ Depth to water at completion of boring : Dry · Depth to water when cracked : During Drilling was Dry Completion Depth: 1 O feet -200 58 LOG OF SOIL BORING PROJECT Fort Worth Proposed Street Improvements HOLE 8-6 DATE 11/15/2007 3224,3225, 3228, 3229 Hazellne Rd JEA 07027 AGENT JEA/HydroTech Engineering, Inc. ENGINEER E.J. Gutierrez, P.E. LEGEND: I-GPS Coordinates: [D SHELBY TUBE a: I-z I-:i dd0 mm.mmm' N ~ SPLIT SPOON & 140 LB . HAMMER :z: w w 0 a 0 Q. I-I-u 0 w 0 0 Cl) Q. w w z LL z jij a: dd0 mm.mmm' W lS21 THO CONE PENETROMETER w .J :!!: LL z ~ d ii: Cl) 0 0 a Q. 0 w d [SJ :!!: a: Cl) z a: w 0 DISTURBED OR BAG SAMPLE I-Cl) 0 1/) z Q. 0 < ti cii -a. Cl) Cl) u :E -0 Cl) v WATER OBSERVED 0 z w z z Cl) u LL a: 0 Ill w 0 ::> u ...I a Q. I-:z: I- STRATUM DESCRIPTION LL Pl -200 -Asphalt Paving of 4" thick over 5" concrete --f-------"2-:s------------------------_ over a sand and_gravel base ______________ -1.75 Stiff, dark brown CLAY --1.5 MC%30 PL%21 -48 27 84 5 - 1.5 --------4.5+ -------------i.--------------------------------------------------4.5+ Tan Weathered LIMESTONE with clay layers ----THD -100/2 " 10 ----------------------.. 1-----------------------------------------------~ ----.---Depth to water at completion of boring : Dry - 15-Depth to water when checked : --Du ri ng Drilling was Dry r -Completion Depth : 1 O feet ------ 20---------- zs---------- 30------ ---- 35----------l 40-- PROJECT AGENT ::c I-a.. w C I- 0 0 u. 5 10 15 r 20 i ! ' ~I 25 I r 30 T 35 1 40 I_ LOG OF SOIL BORING Fort Worth Proposed Street Improvement 3500, 3501, 3504, 3505 Hazeline JEA 07027 -=-:-:~-::-........_-:=-=-=::-=-==--~~~~~~~~HOLE __ B_-_7~DATE~~1~1/_1_&_20_0_7~-i JEA/HydroTech Engineering, Inc. --='----='-----------------ENGINEER E.J. Gutierrez, P.E. w ..J a.. ::: < u, 0::: w I-w ::: 0 0::: Iii z w a.. w 0 z ~ (I) iii w 0::: 2 .0 2.5 2.0 3 .5 3.5 4 .5+ 4.5+ 4 .5+ 4 .5+ I- 0 C 0 w u. z d ii: U) z 0 u, 0 z z 0 :::> I- I- z I-:J 0 0 a.. 0 U) iii u. a: z Cl) 0 0 w d 0::: IIJ 0 ti) z a.. a.. ::1E 0 u, 0 C/l 0 m 0 ..J C J: I- LEGEND: DJ SHELBY TUBE GPS Coordinates: dd0 mm.mmm' N dd" mm.mmm' W ~ SPLIT SPOON & 140 LB. HAMMER IS2] THO CONE PENETROMETER cs:.) DISTURBED OR BAG SAMPLE 'v WATER OBSERVED STRATUM DESCRIPTION Asphalt Paving of 3" thick with 6" concrete ·,,over gravel and sand base / ~----------------------------J Medium stiff, tanish brown Silty CLAY _ with lime seams ____ MC%2~'PI:%1 8 ____ _ Very stiff to hard, reddish brown CLAY MC%30PL%22 MC%31 PL%21 LL 24 50 51 Pl 6 28 30 -200 55 82 ---------------------------------------------------------------- Depth to water at completion of boring : Dry Depth to water when checked: During Drilling was Dry Completion Depth: 10 feet I r l r r PROJECT AGENT ::c: I-a.. w C I- 0 0 IL. 5 10 15 20 25 30 35 40 LOG OF SOIL BORING Fort Worth Proposed Street Impr ovements HOLE 8-8 DATE 11/15/2007 ..;..;..;;.,;;..;_..;....;..;.-'-:----,="'"-==.,......---..;;._----------------------! 3613 & 3612 Hazellne Rd JEA 07027 JEA/HydroTech Engineering, Inc. --"'---~'-----------------ENGINEER E.J. Gutierrez, P .E. a:: I-z I-w w 0 C 0 0 I-u 0 w 0 w w z IL. z en IL. ..J :i ~ d ii: 0) a.. 0 w d :i a:: 0) 0) z a:: 0 U) <C !ii en u a.. -0) 0) :i z w z z 0 0) a:: al w 0 ::::, u ..J Q. I- 4 .5+ --4 .5+ --- I-:::::; a.. 0) a:: z 0 0 w 0 z a.. 0 0) u C ::c: I- GPS Coordi nates: dd0 mm.mmm' N dd0 mm.mmm' W LEGEND: SHELBY TUBE SPLIT SPOON & 140 LB. HAMMER THD CONE PENETROMETER DISTURBED OR BAG SAMPLE WATER OBSERVED STRATUM DESCRIPTION LL Pl -200 ----------, A sphalt Paving of3" th ick over 10" THD 100/0.3" ',, broken limestone rock base ,,,, '----------------------------,, Very stiff to hard , tan Silty CLAY ',with lime seams MC°/c,1 6 PL%17 ,.,.,.' ~--------------------------------Tun..W.e.athere.d.LIMESTOf::JE Depth to water at completi on of boring : Dry Depth t~ water when checked : During Drilling was Dry Completion Depth : 5 feet 22 5 r r PROJECT AGENT :c I- II.. w C I- 0 0 u. 5 10 15 20 25 30 35 40 LOG OF SOIL BORING Fort Worth Proposed Street Improvements Mt Vernon and Collard St JEA 07027 HOLE B-9 DATE 11/15/2007 ------''-----------------------------1 JEA/HydroTech Engineering, Inc. --"'-----="-----------------ENGINEER E.J. Gutierrez, P.E. w ..J II.. ::f!: < Cl) a: w w Iii 0 z :!: ~ 0 a: Cl) Iii en z w a: w II.. 4.0 . 4.5+ 4.5+ 4.5+ 4.5+ I- 0 0 u. d !/) (/) z 0 I- --4:5+---- 4.5+ 4.5+ 4.5+ t:: I-..J C z 0 II.. w 0 0 !/) z en a: z u. ii: Cl) 0 0 w d z w 0 0 a: !/) z II.. II.. 0 ::i1 0 (/) z 0 (/) 0 ::, m 0 ..J C :c I- LEGEND: SHELBY TUBE GPS Coordinates: dd0 mm.mmm' N dd0 mm.mmm' W SPLIT SPOON & 140 LB. HAMMER THO CONE PENETROMETER DISTURBED OR BAG SAMPLE WATER. OBSERVED STRATUM DESCRIPTION Asphalt Paving of 4• th ick with ',, 4• concrete over 4" gravel base /~ -----------------------------J Very stiff to hard , brown CLAY MC%37 PL%21 MC%36 PL%22 ----------------------------------- Very stiff to hard, tan Silty CLAY with lime seams MC%31 PL%19 LL Pl 41 20 43 21 33 14 -200 77 ---------------------------------------------------------------- Depth to water at completion of boring: Dry Depth to water when checked : During Drilling was Dry Completion Depth: 1 O feet T T r T i PROJECT AGENT :x: I-a.. w Q I- 0 0 11. 5 10 15 20 25 30 35 40 LOG OF SOIL BORING Fort Worth Proposed Street Improvements HOLE '"'3""3..,.oo,.....,.c-o"'"na_r....,d_S_,t_J..,.EA:::-c--0""10::c2=1:--'---------------B-10 DATE 11/1512007 _J_EAIH_...,Y,._d_r_oT_e_c_h_E_n-=g=-ln_e_e_r_ln-=g"-, _ln_c_. --------------ENGINEER E.J. Gutierrez, P.E. LEGEND: I- 0:: I-:::i SHELBY TUBE w w 0 .0 Iii u 0 w w z 11. z ...J :ii z I- 0 0 a.. 0 1/) in 11. 0:: 1/) z GPS Coordinates: dd" mm.mmm' N dd" mm.mmm' W SPLIT SPOON & 140 LB. HAMMER THO CONE PENETROMETER D.. :l: <C 1/) ~ d 0 1/) 0:: 1/) I-1ii w 1/) z UJ z 0:: w 0 a.. I- --------- --------- --------- 4 .5+ 4.0 4 .5+ 4 .5+ 4 .5+ 4 .5+ ii: 0 0 UJ d z w 0 0 0:: 1/) z a.. a.. u :l: 0 1/) z 0 1/) u m ::, u ...J C :c I- ------------------ ------------------ ------------------ DISTURBED OR BAG SAMPLE WATER OBSERVED STRATUM DESCRIPTION LL Pl --,,,...__!'-!P~~l!!:'!~i~f!~I~:..5~~i:~-----'/ ___ _ --, Very sUff to hard , tanish brown ',, Silty CLAY with limestone ,.,,.- ______ Tan Weathered LIMESTONE _____ ~--- Very stiff to hard, tan Silty CLAY with broken fimestone rock MC%19 PL%18 24 6 ------------------------------------------------------ Very stiff, tan Shaley CLAY MC%30PL%22 Depth to water at completion of boring : Dry Depth to water when checked : During Drilling was Dry Completion Depth : 1 O feet 44 22 -200 THE CITY OF FORT WORTH, TEXAS PLANS FOR THE CONSTRUCTION OF STORM WATER POLLUTION PREVENTION PLAN FOR HUDSON; S. PERKINS, HAZELINE, COLLARD HUDSON STREET (SCOTI AVENUE TO BOMAR AVENUE), S. PERKINS STREET (PANOLA AVENUE TO HAWLET AVENUE), HAZELINE ROAD (RAMPART STREET TO S .. AYERS AVENUE) & COLLARD STREET (PURINGTON AVENUE TO E. LANCASTER AVENUE) 2004 CIP CONTRACT NO. 51 PROJECT NO. 453 WATER PROJ. NO. P253 541200 '6081700453 83 SEWER PROJ. NO . P258 54120Q 7Q81700453 83 STREET PROJ. NO. C200 541200 2084000453 63 DOE PROJECT NO. 5410 FILE NO. K-2026, X-20366 LOCATION MAP NOT TO SCALE H]R HOR Engineering, Inc . 210 E. 3rd St .• Suite 300 Fort Worth, TX 78102-4002 ._ 817-333-2800 · SHEET' INDEX TNI SIAL UPIAJUHO ON 11m DOCUVENT YA! AUTHOll!UD IY DtlffllJ Y, SC HUUI. P,L 71111, ON .1\ILY I, 2GOI IO a, I') 0 N I >< .; N 0 N I :l<'. g ~ c;: 0 ~ <I) d z ... u w a 0:: Q. w 8 ~ c ~ u ,ti w z l. ~ I : I . vi z I ii: I 0:: I w I Q. ,,; j z 0 VI . I 0 :, I I J: I , ,:; I "' I .. 0 z I t; w a I t-"' Q. I! <I) d I : z ... .I ' u ~ lz I 0 I u g;-I u .. 0 I 0 ! N \ \ \ \ ID I IO ., .., 0 "' I X o5 s N I " d z vi ;.; ~ w a. ...-------------lvi z 0 gi :, :,: tr i : SW3P PLAN ... c:i PLANS SHEET LEGEND -@)-......... ,e_,,....,_, -€v- t.urlol"utk•uit·Tr11P z nm HAL u,lilnfo OH Tl!U J)OCUW'IJff TA.5 jtmlDRJRD BY lltHNl! I', !ICIMZ!. 1-- ~f-;-O·R~-~~;~?R~TII~--i.,i ,i ~:I, P,L 'rllll. ON nn.y a, 1001 ,--...t!!J!:::!J!d!:2:!==;!{i!i!!!!l:===1 ''-~\\\\\\\1111111. . oz· 1· ,j!· -;Sil''~{. CF T 711 HUDSON, s. PERKINS, ,§' ..,~.~. · · · · · · -r-:1, ~ HAZELlNE & COLLARD >- :::f • c • ~ ··.•'?!. 1----------------1~ EH:" 1'\ ··.*~ PAVING IMPROVEMENTS 'z ' ; ~oti-iN is· w: s·ci-iui.2:°E~ !m!RII 11Am1 rou.UTioN PBl!YIKTION PIAN o i 1 ~i·:_;)iiii""~~{[ CITYOFI:.;~::.TEXAS ~ ! II ~~i"~,':~ ST~~G'°I'..~ 1-.-a-,a~.-... -,.,,--1.P-,a.--.-CA-t.t~~, -....,.---1D j 1 (1,(of, 711111~{{1i{~$#. LBS COD TPC GR.lPltCAL 2 or I j ' ! !" 11 1 1 I I 11 11 SW3PPLAN PLNIS SHEET LEGEND --@)-........ ,, .......... ,._. TIii ff4L '4PrlJJWfO OK TJl1i IIOCUJffNT I'll J.Vl'MOJIHD H DVfHlS I'. ·1CRutU. •• I P.L JU:U, Off MY I, IOOI __ l:E!d::!I:!!tt==!§,u[E==:::J'"' ~. ~\\\\\\llli11111l HUDSON, S, PERKINS, g ...... $"':.~.~~~ .. Of..rr_.i-,;jltq, HAZELINE & coll.ARD ~ :ii•.·· -IL · ..• ~ ~ ..;w"'"-""'• =*·: ~ ··.•% PAVING IMPROVEMENTS iz 0 "' ~ti-iilis· ·w: sc?iui.zti§ 91oa11 ••nft rou.UTtoN P.RBVINTION PLAN r-~,f::tfn~\i;;~foii·~~;ff 1---CITY--~O~F-F_c~-;n-T-~~;;-R-;-~TB~XAS--.-. -;~ ~".r.r -~-~.T}:·;G'~ ..... -.. -,.-.~.-... -... ~.-,,-.. ~_-oe.u.a-~~-SIR-ET--<U ,( f{ ot, 1111/111\\\t\\~~ t-l-8-S -+-C00--1-c-TPC-l-'-CR-A-Plf-C-Al-+-J-•-r-1--18 l....----------,-----..;_------------------------------'------------'-------"-''-----i.,;.;-'L-.;.;;__J_.....J. ___ ....J.~--...JN <O ~ I )( .; ~ I "' ci z SW3P PLAN P~l'NS SHEET LEGEND ----®- Seca-1 CNltnl ,_, ~ cwaw., s.,,..,., r,.... 'ffll !CAL APPUROIC ON THI! DOCUMIHT TA! Alll'RDIUlED IY JINHL! 1', ai:,nnn.. o aa 40 •• es;...J I HR HOii f,i11f11 urlna.1n .. 1:. ...... -.i..,-• nr~JTIII-IIII FORT WORTH ~ ID co ,.., 0 N I X aj N 0 N I " 0 z ~ c;:· 0 :; "' 0 z ... u w a "' n. w 0 0 0 ~ ...J 0 u ~ w z a ~ !2 ;;;. ffi n. vi z 0 "' §l :c ,:.; "' ,.,. 0 z ti w f n. P.l •. lUU, CJN IULY I , 1001 ~-bl:!d:!!~d::=:::!!!!!!!!!C::;::=j .; 0 z i !z 0 u & ... 8 N I ·, l I I I i I; I ! I ' Ii i i-, I , I I I I I I I I' i ! ! .-------------------------------------ilD \ \ \ i II i ~ /~ SW3P PLAN PL»lS SHEET LEGEND -Qv- ----<E>-- ldtlll •• ,. TIIE n.lL ,Al"l'U&u,IQ ON . ms OOctnllHT "' I') ~ I )( ai ~ N I )l ci z ':l ~ 0 ~- 0 z ~ g n. w g z ::; ..... ~ ~ ;;z ffi n. ..,-----'--------i.,; z 0 VI Cl ::, I ,;,; ~ g l---'--F-OR_T_W_OR-TH---18 ~~ HR HD~nalnu11ni,,lna. N Wlt, • .R.IOII ,-n1-"' . 'J.l!I A.UTnOJUUD IY DIHNl! 'I, 3CIIUUI, 1/1 P . .I. 11111 , ON IULY .. I. 1001 ,---Dlld::EEd::=31!!!iC==l ~\\\\\\\'1111111 HUDSON, S. PERKINS, g ~ :1t °" tc ~/1 HAZELINE & COLLARD ~ .. ~~········-:r1r(l,z . t; =='*···· ....iL. ····*~ g :=*.: ~ ··.*~ PAVING IMPROVEMENTS z . §oe:NNis .. w.' s'ci-1uL.te:l§ mn11 n11n rowmoH PRJMHTlON PLAN o :::::; . ' ' • ' ' ' ' ' ' ' . ' ' ' . ' ' . ' ' ':;;; S. PERJUNS STRIBT U "' • 71211 . : ::::: .;_· c ,."!.-~ii: CITY OF FORT WORTH, Tll.XAS . -~! s, t.!:-,".F-.~ 1--...::;=-o.c,.--=-.cc"'-r--"-"'-"~T"'~,-.. - 17 --iu s,o",;i..L ' ,,fJ#' ic"c..:".ccicK+•"'-'"'-t-u-"PR--t----'-c.w:--t---,"' . "'\ 0o(oe, 11111\\\\\\\'\~ LBS coo TPC GR APHICAL 5 "' n 2 L ' I: 'I I: 'I I I I : I! I I I 1 I L. ! I i ' I I 11 I 1 I I i I , I SW3P PLAN PLANS SHEET LEGEND -@)- , .... "'''*'',..'"Mt -@- hlUI "-I' -@-:-- t..-.... ,, .... '"11 ... I I. ,::r:· I~ .== I nn: ILU. APPEAllND DH ffl1I DOCWJN'T l'AI Atn'BDRDID If DINNUI W. ICKUW. ~ ] • •• .. • • >--W I tO "' "' 0 "' I X ,.; "' 0 "' I "' d z ~ r.: 0 :; "' ci z t . w a "' 11. w 8 c ~ cf u ~ ~ I a . ! ii ~ I: .-----------1! I : f/1 ;;? I ! H f-------=c-::-c:::-=::---J I fORT-;.ORTf! i Ii':.··- P.L ::::~~,~~,;,·,,,~ .... ,--.ll!ld:Eiilct:::=::::!!u!!!1C==I: ! I ~,,,, ,, HUDSON, S. PERKINS, z I # ... ~~~ .. C!"..rr~:1~ . , ___ HAZE __ L_INE __ &_c_o_L_LARD ___ -lyl 1 '.I ~*~·· ...A., '···*~ r ir :::*:' ~ ·-.*~ PAVING IMPRO.VEMENTS I §!ot't>iNis' \ii.' i;'ci-iui.zE§ rm:JRII WATER rauunoN PREVEIITION PLAN 8 I . .. .. ''iii ii' .......... § lfAUI.1111 ROAD • 11._·.. ' I ·P • .'·'!'~ .. ~.-~~ CITYOPFORTWORTU Tl!XAS '·'*'·!.~1 ST!.,!:'\+<;§. f-'·~~-=.,...:....c.c.,c--"'-"-'-"u='-"+-----1U 1' ! i('ss,o;;;;_· tV-G# D!.!IQN Dl.4.l'Jf Ul'Jl. ICAU SHIIT V I "\ft,(o!. 111111\t\\\\\\\~~ LBS COO · TPC GR.IPHICAl 6 DP I £ ! 1 I ____ J_ ___ _ SW3P PLAN PLANS SHEET LECEND . -(@--· ,.,....,,,~1ra1,-. -<E>-....... -€.v- t'\r•W.th•9j"l•fr• ___ J __ . ma IUl. APr1UIN0° Ol'f 11ltl DDCUXlltT l'AI .LUTMDlU.D n 111:NNlf Y. SC11VLtl. 0 20 4D .. 1-U I FORTWORTil ~ ~ 0 N I >< a:i N 0 N I "' c:i z ~- 0 ... "' c:i z .... u .., a "' 0.. w g ~ a ~ 0 u ,tf w z i;j ~ Iii ~ ffi 0.. vi z 0 g:i :, . :c ..; I "' .... ~ .... I u w cl I : "" , ,- 0.. P.L lllll, DN J\ILY •• IDOi ,....:. _ _b .. !!:1[c:b!difilv±·==~gc::=::t I i "' c:i , 1 ~\\\\\\\\11111,; ~1~~~ . .'~'. .!f~A~/q, S'".··*·,,..-~ ::: *.. ··* ~ HUDSON, S. PERKINS; HAZELINB & COLLARD PAVING IMPROVEMENTS ff:'!.< .............. :·-'!4:.i ~~~.~~~ .. ~ .. ~.~~~.~~ ST0Rll 1fATER ::u,~o ~':""10H PLAN -< 71211 . : : 1--------------~ .,e ~<i_:,:t::: CllYOPFORTWORTil, TBXAS •Fl$ T f. ... <~~ 1-_..;:;:.::...:;..;:.;_.;;.=.;::...===.;,;;;=cc....--i .rs;r,;;;..t(.¥-G#' DUION DkAWH lPPJI, SCALI SKIET '\( 'f> (oe,. IIIHI\\\\\\\\~ LBS COO TPC GR~P~CAL l or I z I! ,- ~ !z 0 I I u ! a: I u .... I 8 I N ./ ·! SIQBY We\l[R POI I IUIQH PSfYCHJIQH f"I AH [5WFPPI CCN!IN· St'C0:4JJUG Tt«' ,u11r0S( Dr TH( 3'fPPI'. Of' WHICH THC [AOSl'ON C~Tllot. "-»1 IS A rMl, IS TD WNlltU "°'-1.U1V>N TO 1HC STOIIW WATOII 1H CotrLIAHCC WllH THC "'4TlDN.«l. r°'-LU110.., D1SCHM;ct CLUHATION nsnu ,.,,on, rH.I.CTtD IT 1.-; D'A It !l'.PTtU90l, 1111. JH[ CONTltACTOlt ANO THC D~ MC .JONTl.Y R!O..UCD TO suBMlr 10 TIit [PA NCI lME STAT[ Of TCIIW'S A NOTICE Of' IHTVff (HOO AT UA.ST •I HOUltS l'lliOlt TO C~CQIC>(l OF CDNST'fUCTIDN AT lHC Sl1C. Tl£ CONUIACT OOCU\ICHTS NG CONSTR\ICTION ~l"[Clt'ICATION5 rDII THC no.JCCT WU s,rcn:~l'( .&llM[SS Tl€ fl(S,OHSJIUTO 0,: lH[ OWNt.fl NC THC COHlllM:TOJI M:OMDNCI Tl< Na. 1Ht' CONJIUClDII IS lltSl"OfilSIIK.£ ro11 IW'fUMtHTNO THE SWP,.,. .-.S D[l'Cltb a,t TKC ACC:O~Al<'l'IHG ~ TH[ ,u,N ..,.ovmu STJIUCT\JIIR.. c.DNHIOU .wl/Dfl . STA81.IIATION l'ftH:TICD DCSJCiN(D TO IINWIU l"DlLIITNflS N lHE STOR\I WATER NfD TO U . .IIINAJE UIACIJrfC Or' SOI. 0,, SIT[ IT VCHO.CS. A ltGUI..NI l'flOGIIAM Or NSnCJl>N N¥:J MMlTtHAHC.t or T>C [ROSK)ff NCl ,OLUJTDH C0Jtl!lt0t.S. 5 ll(OWIUI l'f E,A. 1K CONTft>CT DOCU,l(JrffS N«J CONSJJWCJIOH SP(CF1CATION1 ,~ TIii PftOJCCT mCNT'FT THIE l"Altn ltU~L( rM SUCM MrCCTONJ. IASCD Oft TM:U NSl'[CnGH!I ~ POSON NIO ,OU.UYIOH COMTll<llS WU • Wolfl......m. ~v 11t woon::o. ,'Ml ....,.., at ~PUMQtJ[O I'( ADCl!tJONM. WEAS\mC H ORO[lt TO ADIOJATO. Y Mtnl,ll( POU UT NHS. TM[ CONTltACTOfl NCI THE' OWN(II MC JOOffl.Y RCOUIICO TO l.l.llllAll TO (PA NO n«" SJJ.1( Of TOtAS A NOTICf. Of run.lHAllON IHOTJ l#TUt TH[ SIT[ HAS l!l(tN :n~a[D, COHStflUCTIOlf KAS CHD(O NG lDPORMV ~ UOSIOH COMTltOL V(A.SUMS HAY[ lto,I ltDIOVCD. ~ HIIS l'ftO..,:CT CONSISTS Of' MPA.,.,,C. A .)IJ rooT UlnlAH ltDAOWAY SCCTIOlf O.J Ult.CS N LDICTM. A JI 1001 LMAN ftoAOWAY S(CTl)N o.• ~ H LDfQTH. A 21 fOOT IAIIAH ltOM)WAY SECTION cu "81..ll H t.D«lnt. NlO A 28 roor UA&lr.N IIONJWAY SlCTllN 0,7 .liClil ,t l.EHCTK. nu PIIUCT •L NOl IUCRCAS[ me RVNOfT or TH( MCA. Tt«: O'Fl'.CTS Ol ·THS l"flOJtCT tnl.L I<; t(S~T "' ncs Oll.,lr,f,UCC a· ... ,... 11C sot.s .. T>C: Mt• MC LOWT to ti.AV .uo · TH! MEA tS IU!MJY IS UHO[II a.iPCIIYIOUS OJSTHO PAY(~NT. TIU .PAMCT WI.L UOT JlfCll[AS( THAT ~#4TLY. lH(lltr0Rt N'l1. TIIAfflH Wl.l ACCQli,UJO,\T[ TI£ SMIU HalWC J,I RUNOFF. SCQCCMCC Of CONSI!IICIIW l Cl.CAA NfD GlfUII TI1t Altt,u NtCCSSM'f 10II TH( Nl'TM.LATOH Of (ltOSION CCNTIIOI. \C,U\/Ats. 2. IHSTM.L [11.0SIOM CONTllOL WU.Sl..-"CS lSt.T rocc, HAT II.IL.CS, STOHE oun.crs. SCDU!Nl lllJ.,S, etc.I. J . Cl™ »CJ CAUi Alt[AS or WOAA. STOOtl'll( TMSO&.. GANX. MfA.S 10 rH>L atAOE . S'lOltU l'tAT(.lf POLLUTION l'fl[V[JfTO, l'I.Nf ll[O~(UCNTS l THC CD/fl'/1,1,CTDfl tS IICSl'DHSolll.[ rOII OIT~ A COPY 0, mt 1"tXAS SlRFJr.Ct WA.TU CIISCMMC£ SYSTtll STOll:U WATCR CCN(A.tl POU.IT, NI) fAl,a,.WIIZNl MMSnr W'IJH TK CONTCMTS Tlt(ll[Of~ Jt< COtt"J'IIACTOII IS Al.SO ltlSIIONSIII.[ F.Dfl DITMOMJ A COPY OF lHC TClAS .t-PDU c:v,('IU,I. PVIWIT FOIi STCLII\& WATU Ol!CKMCU ASSOCIAHO WlfH A CONSTitllCTIC)H srrc ,I.HO , ...... WllZIHO HI.ISl:l.r WJTM Ttst: CONTOIJS T~ni:or. 2. THC COHTTtACT~ SHALL PRUOIVC lH( CXISTMI \rtClTATIDN WHCRC ATTNNMll..t', DISlVRIED MEAS 'Nil\. I[ .STAB&.nC.0 A5 $OOH AS PIIIM:TICAIILC. SU81.1UT1DM ,.ftACTCts UJ.Y INC1,Ul>{1 TCWl'OIIM:T SUDl"IO. PCRM,UQ,,IT SEEDING , WLCHNC , C[0Ttx1'.n, s.OOOHC V[C[TAlrY[ IUf'rCR STIIPS »iO 011-0 Ml:A!lJIICS. J , Tl1( COHTftACrOII SJ-W.L IU.IHT..,.. A ll[CCIID Of TI1C DATU Vl'HCN I.IA.IOI! C,'U,DNC ACTrvltCS CU.SC, 'WHCN CON!UUCmH ACTMTICS TOll'OANIU Ol PC~n Y Cf.AS( OH A POftTION or TH( ST( AHO WHtH STMIUJAllON Y£ASUIICS N1C ,NJLlTCO, 4. OISTUlll!ICO AA(AS Wll[RE COHSlllUCTION M:llVITE'S HAY( TO,OftAM. Y OIi: PDl'U.....um. T CtAS(D WU IE STAM.lltD. AS SOON AS ,,u,CTICM., IUT .. JilO CASt LATtR THAH li O~'IS N'Tll CGNSTII\JCTION M:nvin NA.1 cv.sm. 5. Nt[AS WO£ COl'fSTAUC'TION olrCTlVnT Wl.L ROUW£ "n*'4 21 OA'tS CW' 0£ llLIE COHSTINCTlCl'I JrCTMJT U~Nll.Y C£.UED l£CD HOT B( SJ"9Ul(O. I . ~ AIIO Nl[AS IAVCIU,tl( A>HJAL ltlN"M.L OF' 0 10 10 tletel .-HO SOll•MO NIU.S IAV(IIAGl AA'NUM. lfA,Nf'M.1. Ill TO 20 IKJil'Sl,SlMM..12ATICN WEASU'ICS SHALL I[ NTIATtD AS SOON M. PIUCTc.,au:. ,. M COHTRJriCTOfl ~tw.1. loOIUZ[ orr•Sfl( TFVOtila OF StJXt.lJJ,ns ""'° TIC l.00.t.TIDN or OUST CAUSCD ..,. CONfflACTOrtS' YD ICU: ACTMllU .. I , Hit CONtRACTDII SHM.L. I.IANT'Atl, Jl[Pl,llt 011 lltsJOlt[ Ml. CRAO( Sl.lfrACts.. W>US. DAMS AND STR1..1C1IMICS. VCGCTA1ION, [.IIQSJON NIJ SCOUDIT COHT~OL MUSU'IU, »«j Qnl(a PROTt'CTNt O[VX:U iMNT.-o, 94 nl( Sil( fllR-1.. . . l. M .COHTitAt1QII SH>U. N5P[C1 All ClOSION CDlflllOL l"IW:T'ICCS ON Tl< fflt Al ILUT [VCJl'I' S[V(H OAYS NC Wl'rte,1 H ~S,N'Jtlt A.STORM [VtN'J 0, I HCH Ofl MOIi[. THC . COJlTIIACTCUI SHALL TAXC M:Tl>H TO CLIUHATE »f'( DD"CVCO roUtolO ~ THU[ NSP[Cl!ON5. DOCUUOCT ATIOH af. h< fflM:CTIONt, ntC (M)ll,IG IHJ Nft CORIICCTIY[ M:TION:S SKAI..L IC IUOfT....S AT fH[ snc. Tl£ 00Cl,l,l[)f1'AJION s....u. lfCll.D[ A IICl'OAT SUUUAlllltfll TH( SCOPE or THC NSPC:CllO~SI. NAl,l(ISI NlfJ QU-'l.J(ICAJIOHS OT P[JlSONHEl. MNQNJ TH[ tfSP[CTICNS. HU: OATCISI, U.IJDft OBStJ1V41le»IS lt£\.ATWC TO THE SYtPl"P N#O ACTIONS UIC[N. 'JD, W"5T[. DISl'OSN.• nc COHJRAC1'011 SHM.L A(UQV( >U. WAST[ COM"O.!CD or 81.a.DNC l,L,\TDIW,.S rllOW rHC tlSPOS.«l. N llCCNUO OISl"'DS,ll r.t.CUtlU. A. I«> IUUIM: WATtftW.. W.UtU Ofl UN\IS[D 1i..awc MAltll.ll. SH.All 8( I\JIUEO. DI..WCD , 011 OISOWtc:CO TO WAT[lt.!I or nc STATI: AT ?KAT srTL •• EACH SIT[ SHALL HAVE CIIAV[UD .t.eaSs CHl.u.NC[ NG D'IT OflYU NIO PMICHC Nlt"1 10 lt.[OUCC lHE TltAO(N:: CW' st:Dll.l(HT ONTO P\&tc 011 rtWATC IIOADS, C. M..l LN"'AVCD 110AOS OH THIE s:irc CMltl"Nl uou lMAH 1S vtXClC., f[II DA't SHAU. IC CIIAYClCD. It, F\.ICL NIO CHt .. C.tl STO,tN;C Nl[o\SI THC CONJIIACTOA SIW.l PIIOYllt CONT.......O,T AIIOUolO rutu.ia loHO OOIC.t4. STOIIACC All[A! JO CNS~? lHAT 51'1..lS N M!t ofAEAS 00 N:>T Jll[ACH WArtRS CIF TK STAT[. CDNTlHC[JolCl:J SH>l..L I[ l'ltOVOtO fOR ffiC TIIEAT\€Nr AHDIOII DJSP03AL or CONTN,,CIMATEO sou. tt. bTSlNC STAT[ OR LOCM.. ll!CJl.fflCUOOS rOR sCOMl[HT ~o VIOSIOH cowt110L Mc HCIIOT N:OIIPOIIAT(O IN ltEJ'(lt[Mc;t ·J.HO NI[ Ul'OIIC[Alll.L 041[ ____ _ OAT[ ____ _ tATC 13. n4( STOIII.I 'fll'AT[lt 'OLLUTION Pll[YOlflCIN PUH UUST CLCNILY aJCNTf"T rOR UOI W:"5UIIIE IOOl'M[O .. TI< Pl.NI, lH( CONf.ltH:TOll(SI NtOIOII SUICONTll.&CTOIUSI fHAT "1.L .....u:won nc MCA5I.Jltt. N ACCORO#ftt WITH l'MT lC.G.llJ or n< TCXAS .... ou GCJ€1JAI. PDll.lll .>U. CONTIIACTOJIIS IMO St.BCONTIUCTOflS Dtwtno IN TlfC PLAH W!T SICN A COl''t OT THC COUR:ATION STAT(M£Hr. Ali. (.(flff'ICATIONS wn at M:l.UDEO N TH( SlOfU.( WATU POLLUTION PR[VOfllOH rLAH. If, COOFlCATION SUT[U[NT• JlL.COHTlt.ACTORJ NG SIJICONTIIACTOl'IS SH.IU.. 51CN A CCIP'f Of 1K CUrrlCATIDH STATOENT llrOII( COIC>UCTIHO i.H't F'llortSStONM. Stll'nCC' AT TH( Sift IO(NTIJl(O IN tMC STOIIU WATCA PtlU.VTION l'Jt(VDtlJON l'I.IH. IS. nc CCR"1CATION \IJST INO.UD[ TH[ HMAE ~ mu: OF TH( l'fJtSON PltOYltllHC TH!: SICNATUlt[ I,( loCCOtOANCC WITti, THt Mil'Ots Q(H['lt.«l. PUNT! nc HN,1£, n«: JODll!S! N#O T(Ul'HONt ......SCA OF ~ CCVIJll,t,CTNO rRt.11 THC . AOOIIW NIO ·u>f'I ono OOfflF'(l«J OCltJIIPTIOHI or ,~ S1Tt1 NIO THC DATE THC CDITf'ICAlDf 15 w«. nm n.u. APPlWHQ ON T1III DOC't111Drf FORT WORTH ~ Wil A.UTRDllrttll ff DlH!«J 1', ICUULU, I I I r .L 'T\lll, OH ,ULv e, lOOS ,...._..bo.Em!rJbj,:,d!,!JvQ. ==:],ti!!~=== ~\\\\\\\llli///l . HUDSON, S. PERKINS, HAZELINE & COLLARD $"".,'\':~~ .. Of..!r_,t-_/jllq, ~· .... ..A.. ··.:*i =*: ~ ·.·~ §oti-ir:.iis··w:scii'ui.zE~ PAVING IMP~·ovEMENTS ~ ...................... - ,.., ·. 71211 : E STORM ll'ATER POLLlnlON PIUYllNTlON Pl.AH H,J!Mffl'I '° ., .... 0 N I >< .,; N 0 N I " g ~ c;: 0 :;: "' ci z >-l) w a 0: a. w 8 i:i j 5 l) ~ w z :J l,J ~ vi ,!; x· 5 a. vi z 0 1/1 0 ::, :,: "' "' ... 0 z >-l) w -, 0 0: a. ;;:; 0 z i 0 l) a: l) ... 1,~~ec; ._1:-"!:~ CITYOFFORT WORTII' TBXAS ~/".rs ... ~.\ ~;.o'~ 1-D-.. -,c..::N:;.ID.:.IU.:.Yll..:::;l ,",-'-,," .. "'r--,::.,.::c.u..,:==..;,:=::: • .::Kt::..IT_-lCJ I//// 'ONA~~~ t--+--+--+-----1------< 0 0 N . 1(r,(of:> Ill\\\\\\\\\~ !PC I COO I TPC I MTS I B or 11 ·' ! I I I i I i I ·1 i i I ! i I I i i I I ' / I I I i I I PLAN SHEET LECEND S1dim1nt Conlrolrenco COM1t:l \h1 11\dl of 11/CCIHlvl ttMlorurn.nl 1hub or ,111 o mh. or & t1me1 wllh hog ,1n,,. ~ Cohf. w.w.u . u1.S Co. mll\.l mo•. ops"'"9 9'u 1holl 111 ]:'". 4'", SECTION A-A (mlmf 111h '\IS'" mh. or oncl'lof II \ft roe,. S(OIU(NT CONTROL rrncE USAGE CUIOELNES A aedlrntnl c1t'lltol h11e1 mor b• con•ltucl•d 111or th1 ;...;,.•Ir•-,•rlm1hr et 1 , .. 1w,'°•III w•• •'-."I I cenl- to lnlernpl ucltn•nl lrDl't'I: o verlarid """"· A 1 yur alarm fr1qu•1tCJ' '"°>' 111 uHd lo colciidt1 lh• now role lo b1 flhr1d. S1d\trwnl conlrol line, 1hould b• 1l11d lo rllltt o mu. llow lhrouth ra\1 ol 100 CPMIFT • !1dlrn1nl eonlnflenc1 11 not rKomm111dtd lo control 1rolon fnim o droln191 ~1a 1w11rthOl\l'ocrlfll, GENERAL NOTES t. 1111 guld'-5,,u 1hown hareon an klCIV-•Uo nt ONf Md moy b1 moclO.d by lhi ~11r. 4' min. 1hdor ••od pn"la 1pac1d o\ I' lo 8 '. S11t .. 01d , .. u shllll b1 J" m~ di 1, or n1ml,,112"1-t", Hardwood put. 1holhav1 o min. crou ucUon of 1.5'' 1 ~ ... to· PLoca 4 " lo &" or fob<lc ~oll,11 lh1 l1'1nch' 116& and appr11, 1" acro11 Ir.itch boUom In up 1luorn, dhctlon. ~ lunch 1h1 ah1lh I" 1quor1. Boc'ir.J..,~ hand 0lomp. TEMPORARY SEDIMENT CONTROL FENCE OUch nowln1 PLAN VIEW PROFILE VIEW PLANS SHEET LECEND Bolod Hoy --@- BALED HAY USAGE CUIOELINES A Boltd Hoy h1lol0Uon mcy b 1 contlNChd n,or lhc down.slrHm p1rff11\1r o( a 61lu,brd •no olong o conllKlf' lo i'll1tcep\ 1td"imml lrom :o~r:d :.':':'f; !o::.~ore•·:;'= ,':t.ciu,~ncr b• nt.r,d.. lh1 ~loloUon shotAd bl 11.ud to nt1r o m11ffl.11" flow Wu r,11 or , CPu1n:t of c,011 Hcllonn1,1r ... !lol1d ha)' mart>. l.lttd ot lh1 tolowlng locollot11t \. When lhl ru11oir opproodWlg lh• boled hor IIDWll ·Hlf dlatu,b1d .ollor .... ~ 100'. If Iha .rop1 ol u,, dillurllff aoa 1,c11dt' \Olt, lh1 l1nglh or 11e,, vp1tr101T1 , .. bol•d hy aho,.,!d 111 1111 U'lan .50". 2. Wh1r1 lht M1loll0Von wllb, r•qi,ircd ,.,,. .. lhl)II J l'Mlllhl. l , v.,..,. the cont,•uUttf dr Dlna91 ••• Is .... lhon Y1 OCl'L for Doled Ho7 fttlollollora ii tmoll dHchH, ltw ,oddfllenof(o&a•ln9 .-ld1r1livns opply• l. llttl ditch tldHlopu ;holAd bo ffodtd ,, not os po111lrJ 1 lo mc,111mb.1 lhe droit'I~ llowroh ltvu th, hoy. 1 , lh ditch 1hould h ,rodld lar;• 1na119h lo oonlolll lb ov1r1opp~ drolnaq1 ,h,n 11dlm1nl IWI I 1111d lo lh• top DI lh"t bNd hoy, . 80!11 lhoind b1 r~ploud u1 u olr 1nry 2 monl ar mo,, 11l1n It.mt wll •••lh,r when loH ol 1trucl\.'ollnl19rlly is ocullrohd. M ,rnt,toh lowGl'd pr••io111tr 1o1, llol• .~ SECTION B-B fllvoldt b•l••tn BALED HAY FOR EROSION CONTROL --®- GENERAL · NOTES t. Hoy llolu lho• h f; ,,..,.,,,. ol Jo~ WI l~lh and w1lgh o Mrrum _at .50 Lbs. l. Ho1 boln ,hdJ ba bOUnd by 11lhtr ""' or ttylon or pot,.p,op~lanc 1trnQ!. 1ha balH · 1hollba cornpucd cnl.-aty o1 ug1lat1 .. a ,-------------ffloll1r. J . Hay bolH lhall b1 u ntmfded I\ lh1 sol · o trinlmum of 4" and "hiin pauib/1 Y1 , the htlght of lh• bol1. · 4". Hoy balu ,holl be ploud In o row wllh 1nda UghUy ob11llln9 lh1 odJoc,r,l b1l11, lh, bo!H •hoDbe ,htc•d •ilh bll>dln.J 1 ,llfollel!• IN 9"llt1r11l $. Hoy bak. 11MI b, 11curdr iancho,1d I,, p lOCI -Ith :'K" OJ .. t1b11" It r • 1 " ••ocf tlokn, drN'al\ lhrou51h lhl bollL Tht llr1\ 1loli1 1"i.allb1 ori!ijl1d lnotds lh1 pri~utly !old bola lo foru IJ\I bolu t191lhel". I . Tha ~·"d..,H aho•n h1not'l·or1 •vttnUo," eN)' ond .,,oy ·h modln,, by. IMI Engi,111,. · . . FORTWORTII ~ HUDSON, S. PERKINS, HAZELINE &:. COLLARD PAVING IMPROVEMENTS IO co .., 0 N I )( af N 0 N I "· d z ~ Ci: 0 ; "' o · z .... u w ~ a. w i 8 0 ~ ~ 0 u ~ w z ::; w i ~ >< ffi n.· vi z 0 V1 0 ::, I ,;; ~· g ... u w I -,. 0 1· "' Q. I I "' c:i i z I ... u ! ~ i ~· . , u l I ii." I [l ! j .. 0 0 l I N I fi I! f1 ~§ ··~ ~O'Uift. ti Dron to udimcnl lropp\nt dole• I lli!i. 5Q'Mln. · PROF'II.E CONSTRUCTION EXIT <TYPE 1l GENERAL NOTES · 1. Thi~~~~ •:n ~:, l~!.~ :~·~~~: ~:! 1~0111 GI j " -4'"'"· 2. Th• cDan1 09~19011 1f\O!Jld h op,,i grOd,d wllH I Jiu ~r 4"' 11 .r. l, H1• oppreoeh lronalllon1 •ho\ld bt no tlHpll" lhan Jll and i;;oNLrucl1d. H P.W,cltd by lht C,,.pM!u, 4, n., c.,ulrucU.n .. 11 lo""4foUon ca~H ,hdh Jln1"bl1 IIGH,. blh,rTWnous cor,cr,te, 'porllonci t11Mfll tol'lcrtl• or olhar 1N1l1rlal DI opflfOYid t., lht (n_tflur. . . 5. TM coMLrucllon .. 11 tholbt Ql"Od1d lo ollrD• dralnoQ1 lo a ut(&onanl ltoppin9 dole,, S. 1'h1 tufdllnu tho•n htrun ore 111g9utlo111 only Md "'"' 111 m1cllflttl r., lht &9\o\Hr, ti Dr.it. ht tuAm.nt 1 '"'"""'' ... ~. . . 1. 1~• r,glh of lM lyp1 2 urw\n,cU011 .,JI !lholbt -cold 01'1 the plona, llul 1'191 lau lhon 50': 2. lrtoltd Imber p .. l'lh, ahoOh ollach.d lo U,, roilrood . llu •lllt Y,·1,I" ffln. lo; toR1, ·Olhtr , .. ,.,\.,, trtar h u11d ot opprov,d by IM [l\gW'lur. TM lnotad IJmlur plofth 1holllh •t ,,act. ~ ond aheuld be fr.o from l1t,g1 ond lo1a1 11:nolo. · 4.. Thi appr11ch lror.aJllilfl, ahalh "° ,lacp,, IJIM 6•1 ottd con1lrudird n dlr1cl1d by lN [tiglntar. S. 1h1 con1lr11ctlon nit fOW1do\io11 cow.n sholba flnblc bou. lllllllffn,us c.,er,le, ,orllarld um,nt corct1l1 or olhtt "'ol,rfol GJ 'Gppl"IIVld by lho [l\~lf, I, Th, n1111tru11:ll0tt nit ,i..urd 111 vr•d•d lo allow dtoi'loo• lo o 114m1nt lroppiilg dcvlu. . 7, The guldllnN lho•n h.,•on on 1u9g,1llon1 onl)i ond mclJ b• modified b)' lh• [nolnut. 4 it St,,,b35rcd SECTION A·A CONSTRUCTION EXIT <TYPE HR HOii ~=-Inf.Ins. -f;t.5! ,,__.. FORT WORTH ~-"' IO .., 0 N I X tli N 0 N I "' c:i z ::I u. 0 ; 11'1 c:i z ,_ u l,J a "' 0.. ~ ; Cl t c ~ ..., 8 41 'w z ::J l,J ~ vi ?; "" ffi 0.. vi t 1/1 Cl ::, :,: ,:; 'U'l ... c:i z ,_ u l,J • ., I . ~ ' r 'I THI n.u. APPIUING OR nns DOCOlHHT Y.t.l AuntOl.11111 l'I' DINNll Y, •CMULU., P.L n1u. OH IULY o, 1001 j o.ilc J f, j,,.1 iitWWW I ;: ! i "' I I ci ! i #\\\\\\\1111111 HUDSON, S. PERKINS, ~';,.._~~~.?r..!f.-l',.;'11/;, HAZELINE & COLLARD ffl-:' ·* ···f~ PAVING IMPROVE~ENTS ::l:ciENNis'. Yi.° s'ci-{ili.ze:l§ BTOJU(, nm POLt.lJTION PREVINTION PLAN l"·."'0'7,ijj"'0"_.···_g DBTAIL SHUT (l or B) ~11.,~e .._~:~.::: CITYOFFORTWOR.'.IH Tl!XAS ~q,.. .a,s1t"·~1u~ ' 11 -?,,1,,1".r;,·····"·t~o'~ ou1o•ln•lrlll ,..,._, scu. I snm 1: r, 0HAL ~ p, r .. ~ 1/1111111\\\\\'\).\l · TPG j coo j TPC j NTS I 10 or 1 z .. I I t; I I ~ ! i 8 ! ~ I u ... i 8 "' SED1t.lENT BASIN I< TR!J' USAGE GUIDELINES A ucf,nanl bo1ln f#'ld/« llop Illa)' lie '9ed. lo pr,dpltol1 uc*n11nl ovt ol rvnolr draining from on un1IDIIM.ud DfH. llukla1-Jl,• drolnoo• or.a for o 11cf'-nl bewo1 1ho1Ad nol u11ud 100 ocnL Tha bDSn capocl17 aholb1 al lccnl 115CIO CF/k./1 of dtolno91 •ao ID.~"' • .,,,, lh1 drolnoi;i1 or10). If lhl dl1l\lfbrd ono iroWnt lo lh1 boW\ 11 terou lhon to ocru, IM b111ln co,odly 1h1uld •• JIOO CF!~,. u.o~ ..... , Lhl *olno91 Of'IOJ. TM botln 11\0uld t10,-1 11 40 "DIA" «-·do•11 lint, with on ll'l'ltrgaiey apllway . TM aplhray mer II• designed la pon ~ paalt ral• al rwnalf r,-111 2S y11Gf rnquuc:y 1lorm. Th, 100 ,, ... 1lorm 1hould 111, lnHtUgotad to con.Jdar p11.!lll1 noodiNj lmpoc:h, The 1nlronc1 .,to lhl batln aho...rd bf pro\rclcd from 1ro,lol\. Thi b01ln 1houlcf 1110 c \aar,td when lh o copodlJ ho1 bHt1 r1duc1d ., 1/l. ltma!....The droino;• Dl'H to, o ud'1m1nl ltop SNHid nal 11cud s ocrH, tha lrop copoclly 1hould h 1800 crn,u, 1o..s· ovtr lh• dr#IM!i;i, lll"col . 51dlmanl lropa thoukf lta placed In U.1 lolawhf locaU1n•1 I. Wllhln dr0ffl09• dlt.ti.s spoced • ,co· on unl•C. 2. lnmetlalal), pr•n*19 dllch ltll•l• J . J\lll b•tor• the •olnctt• •nleUI O • .,,., COt.ll'H 4. Ml b•lou 1h41 «olnot• leirtH Iha rltf'il or •or TN t,ap ouU.I n,ay 1fth1r b• uvaugh • perloral•d r!Hr ol'ld pip• OHlmbty dHl9n1d lo ochlln o 40 he~ dfow~down tlffl• or • .,.,. • lnehl•bllud 9!'H lv1geh1\lot'I., rock, 1lc.J. The l,op 1hould b• claonad,ll'hen I~ copocll)' hat bHn flduced by !/1 or Iha 11~1nl hos ~cumu!ohd ID D daplh ol T. whlch1v1r 11 IIH, 1f1U'111. SECTION 0-0 SANDBAG DETAIL CURB INLET SEDIMENT TRAP SECTION. E-E ~ SECTION C-C IO ~ I X '° N ~ I " c:i z t SECTION 8-8 vi z PLANS SHEET LEGEND ~ S.dh111nt Baal'! and/or Tr-® with rll>tl ou tt, t ~- Drop Inlet Sodlnlent TroD ~ Ctrtt lnla1' S•~"'ant Tr°" -----,-@------ S•dl!Mnf Trop with l•vel St~ffl ud Outlo"t GENERAL NOTES ~ w Q. vi z FA I ! l L.~~~:..~=~'"'· '!I-1·! ; ?~~~!:~~:~~~~.~~::~:;~~~·'.~:~., 1---.!...· .. F_~o-.-R....., "rr·-~-= ..... =--_?_.::_~_ ... _; __ -_---in.;_. 1 / ,·!,-lhdb• 8:1 or lloller. Protect th, Vao1.,.., "'- putlllc from lnlll tloclll wlUwl th, d111, '°"'· 1n 111.1. ArrEAIJtfD OH TRIS DOC:UYIN'T. 4, Stclnunt batl,,1 alwllhru ,Ide 1Topu af J11 or nailer. ns A~D~• ~f'rf o1~sa.~i:O~D1ILD, .,. :;; I 1 5. TM dltn1nalDM and (,nits' al UCG¥otl,n lor Hclfflenl JI I bu~, ~• 1'°" •ttb• " """ ,b,.h,,o •• lh, •""'· #\\\\~\llffll/1,, HUDSON, S. PERKINS, g I l 1. The 1andboo 111ahrk111t1cllb1 111ode o1 pclyprop)'l,na, pofy afhyloni ~ ~ .. ~~ ••••• !f~_.·1/~. HAZELJNE & COLLARD I-I : or ool10/Nde woven fobrlc, lllfn. \nit w•lohf ,t ounce.a/SY, Uu11n ;:if ':I •• • * ·~ '2 ~ / ' bvra't atrM'IQth DIIH,dlnQ 300 o&I ond l.lfrovlotct afoblOy £1:' *.·· '·"!ti . I,; modno 70:L fg.'I;:· ............... :·"!'..~ PAVING IMPROVEMENTS 1. Tha ould•II,..., &hown n•r•on ere augoutlona only and ino~· ::;QENN/S W. SCHULZE~ STORM WATIR POU.tnlON PRIVEHTION PLAN O · · ll'IOclflild by the [nvlnur. ~ .. · ...... ·7;2;r .......... E DffA(L SKEET (3 OP ~) . u I l '·:'e 1,~--~£: 1---CITY--O-F_F_O_RT_W_O_R_rn, __ TE_XAS __ -1.;: I : . .. ~f,r~ :riir~iiti~ ·;~CN D~WN ·;;(~ •;: , 7,\ i ! ! JUL-30-20 08 WE D 06:00 PM CITY F. W. ENGINEE RING FAX NO. 817 871 7854 ClTY OF FORT WORTH DEPARTMENT OF ENGINEERING ENGINEERING SERVICES DIVISION ADDENDUM NO. 5 2004 CIP CONTRACT 51 Street Reconstruction, Wat.er and Sewer Replacement for Hudson Street (Scott A venue to Bomar A venue) S. Perkins Street (Panola Avenue to Hawlet Street) Hazeline Road (Rampart Street to S. Ayers Avenue) Collard Street (Purington Avenue to E. Lancaster Avenue) Project No. 00453 DOE No . 5410 RELEASE DATE: July 30, 2008 BID DA TE: July 31, 2008 INFORMATION TO BIDDERS: The Contract Documents for the above mentioned project are revised and amended as follows : CONSTRUCTION DOCUMENTS (SPECIFICATIONS): SECTION C -UNIT lli: Transportation/Public Works Dept. Special Provisions for Street and Storm Drain • Page SPwl6-"41. PAY lTEM -UNCLASSIFIED STREET EXCAVATION", Add the following paragraph: lbe soil borings for this project indicate the presence of concrete base in some locations. The extent of the concrete base is not delineated in the plans. Removal of existing concrete base, including breaking up the concrete, cutting reinforcing steel, and properly disposing of the material, that requires special equipment will be considered as additional scope of work and will be paid as a separate pay item. Please acknowledge receipt of the Addendum in the following locations: (1) In the space provided below (2) 1n the Proposal , Units l, 11 & III : Water, Sewer, Paving and Drainage Im)rovernents (3) Indicate in upper case letters on the outside of the sealed bid envelop: ' "RECEIVED & ACKNOWLEDGED ADDENDUM NO. 5" • Failure to acknowledge the receipt of Addenda could cause the subject bidder to be considered "NON-RESPONSIVE ", resulting in disqualification. RECEIPT ACKNOWLEDGED: A. DOUGLAS RADEMAKER. P.E . DIRECTOR. DEPARTMENT OF ENGTNEERING B~J:!s~J~~~o~G.-r-~ Title: JLB Manage m8ni,,.,!!.•C., its 6&m.Qf<P"artp,igram Manager Page 1 of l P. 02 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR 2004 CIP-CONTRACT No. 51 PAVING, WATER & SANITARY SEWER ON HUDSON STREET (SCOTT A VENUE TO BOMAR A VENUE) S. PERKINS STREET (PANO LA A VENUE TO HA WLET AVENUE) HAZELINE ROAD (RAMPART STREET TO S. AYERS A VENUE) COLLARD STREET (PURINGTON A VENUE TO E. LANCASTER A VENUE) Dale Fisseler, P .E City Manager S. Frank Crumb, P .E Director Water Department Greg Simmons, P .E Acting Director CITY PROJECT NO. 00453 D.O.E. NO. 5410 IN THE CITY OF FORT WORTH TEXAS JUNE2008 Mike Moncreif Mayor A. Douglas Rademaker, P.E Director Transportation and Public Works Department of Engineering HlR ' a..< -~-. . 210 E. 3rd Street, Suite 210 Fort Worth, TX 76102 CONTRACT DOCUMENTS FOR 2004 CIP -CONTRACT No. 51 PAVING, WATER & SANITARY SEWER ON HUDSON STREET (SCOTT A VENUE TO BOMAR A VENUE) S. PERKINS STREET (PANO LA A VENUE TO HA WLET AVENUE) HAZELINE ROAD (RAMPART STREET TO S. AYERS A VENUE) COLLARD STREET (PURINGTON A VENUE TOE. LANCASTER A VENUE) CITY PROJECT NO. 00453 D.O.E. NO. 5410 CITY OF FORT WORTH TARRANT COUNTY, TEXAS JUNE 2008 I hereby state that these Contract Documents were prepared under my direct supervision and that I am duly licensed Professional Engineer under the laws of the State of Texas. ~"""'"'"\:\:_\.'\.'\\ .... ~'..-£. OF r.·~,.1.h ..:,-:\I"\ ....... f*. ii: :~.··*··.~'J1, ~ .. • · .. · 'I., tf*: ··*"' ~ ...................... ;.,.~ ~ TODD P. CONSTANT ~ ~ ....................... , ... :; ~-o·. 88243 :c:r:: i: '1,-f'/'\·. / '"' :~~ ~ 'l1'-":~··!-!CENS'(.~··~'V5 q ~~sio~· f..i..°i:-~0 ~ 'lo\\'\'\; ~,"\': I 2004 CIP -CONTRACT No. 51 PAVING, WATER& SANITARY SEWER ON HUDSON STREET (SCOTT A VENUE TO BOMAR A VENUE) S. PERKINS STREET (PANO LA A VENUE TO HA WLET A VENUE) HAZELINE ROAD (RAMPART STREET TO S. AYERS AVENUE) COLLARD STREET (PURINGTON A VENUE TO E. LANCASTER A VENUE) CITY PROJECT NO. 00453 D.O.E. NO. 5410 TABLE OF CONTENTS SECTION A-UNIT I, II & III: Water Dept. & Transportation/ Public Works Notice to Bidders Comprehensive Notice to Bidders Fort Worth M/WBE Policy Bid Proposal Vendors Compliance to State Law SECTION B -UNIT I & II: Water Department Special Instructions to Bidders Part C -General Conditions Part C-1-Supplemental Conditions to Part C General Conditions Part D -Special Conditions Part DA-Additional Special Conditions Part E-Material Specifications SECTION C-UNIT III: Transportation/ Public Works Special Instructions to Bidders Special Provisions for Street and Storm Drain SECTION D-UNIT I, II, & III: Water Dept. & Transportation/ Public Works Certificate of Insurance Performance Bond Payment Bond Maintenance Bond Contract Contractor Compliance with Worker's Compensation Law Conflict of Interest Questionnaire Prevailing Wage Rates APPENDICES-UNIT I, II, & III: Water Dept. & Transportation/ Public Works A -Standard Figures and Details B -Right -of-Entry Agreements NOTICE TO BIDDERS Sealed Proposals for the follow ing : 2004 CIP-CONTRACT NO . 51 PAVING, WATER & SANITARY SEWER ON HUDSON STREET (SCOTT AVENUE TO BOMAR AVENUE) S . PERK INS STREET (PANOLA AVENUE TO HAWLET AVENUE) HAZELINE ROAD (RAMPART STREET TO S. AYERS AVENUE) COLLARD STREET (PURINGTON AVENUE TOE. LANCASTER AVENUE) UNITI- UNIT II- UNIT 111- WATER IMPROVEMENTS SEWER IMPROVEMENTS PAVING & DRAINAGE IMPROVEMENTS CITY PROJECT NO. 453 D.O.E. NO. 5140 FILE NO. K-2028/ X-20386 P253 541200 60817 00453 83 P258 541200 70817 00453 83 C200 541200 20840 00453 83 Addressed to Mr. Dale Fisseler, C ity Manager of the City of Fort Worth , T exas , will be received at the Purchasing Office unti l 1 :30 P.M ., Thursday, July, 3rd, 2008, and then publicly opened and read aloud at 2:00 p .m ., in the Council Chambers. Plans , Specifications and Contract Documents for this project may be purchased at the office of the Depa rt ment of Engineering, Municipal Office Building , 1000 Throckmorton Street, Fort Worth, Texas . One set of plans and documents may be purchased for a non-refundable cost of seventy-five dollars ($75.00) per set. Bidders shall not separate, detach , or remove any port ion , segment or sheets from the contract documents at any time. Bidders must complete the proposal secti ons and submit the complete specifications book or face rejection of bid as non-responsive. The maj or work on the referenced project consists of the following : 4,500 LF 192 LF 16,500 SY 18,000 SY 10 ,500 LF 42 ,000 SF 33 .6 TN 4 ST RE ETS • Notice to Bidders.doc 8-lnch Water Line , Water Services and Appurtenances 8-lnch Sanitary Sewer Line, Manholes and Appurtenances 7-lnch Re inforced Concrete Pavement 6-lnch Lime Treated Subg rade 7-lnch Concrete Curb 4-lnch Concrete S idewalk 6-Inch H.M.A.C (Type D) NOTICE TO BIDDERS 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 concerning this project , please contact Todd Constant, P.E., Project Manager at the office of HDR Engineering, Inc. (817) 333-2800 or Richard Argomaniz, P.E. Project Manager, at the City of Fort Worth, (817) 392-8653 . A pre-bid conference will be held on Wednesday, June 251h, 2008 at 11 :00 a.m., in the Department of Transportation and Public Works Conference Room , Room 270, 2°d Floor, City Municipal Building, 1000 Throckmorton Street, Fort Worth, Texas. Bidders are encouraged to review the plans and specifications prior to the pre-bid conference . Advertising Dates : June 5th 2008 June 121h. 2008 4 STREETS -Notice to Bidders .doc Department of Engineering A. Douglas Rademaker, Director COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following : 2004 CIP-CONTRACT NO. 34 PAVING, WATER & SANITARY SEWER ON HUDSON STREET (SCOTT AVENUE TO BOMAR AVENUE) S. PERKINS STREET (PANOLA AVENUE TO HAWLET AVENUE) HAZELINE ROAD (RAMPART STREET TO S. AYERS AVENUE) COLLARD STREET (PURINGTON AVENUE TOE. LANCASTER AVENUE) UNITI- UNIT II- UNIT 111- WATER IMPROVEMENTS SEWER IMPROVEMENTS PAVING & DRAINAGE IMPROVEMENTS P253 541200 60817 00453 83 P258 541200 70817 00453 83 C200 541200 20840 00453 83 CITY PROJECT NO. 453 D.O.E. NO. 5140 FILE NO. K-2028/ X-20386 Addressed to Mr. Dale Fisseler, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1 :30 p.m. on Thursday February 28, 2008 and then publicly opened and read aloud at 2:00 p.m . in the Council Chambers. Plans, specifications, and contract documents for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth , Texas. A set of plans and documents may be purchased on a non-refundable basis for sixty dollars ($60 .00) for each set. These documents contain additional information for prospective bidders . All bidders will be required to comply with provision 5159a of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No. 7278, as amended by City Ordinance No. 7400 (Fort Worth City Code Sections 13-A-21 through 13- A-29}, prohibiting discrimination in employment practices . Bid security is required in accordance with Paragraph 2 of the Special Instructions to Bidders . The major work on the above project shall generally consist of the following (quantities are approximate): 2,055 LF 2 ,160 LF 10 ,000 SY 5,200 LF 17,600 SF 774 SY 200LF 8-Inch Water Line, Water Services and Appurtenances 8-Inch Sanitary Sewer Line, Manholes, Sewer Services and Appurtenances 6-Inch Reinforced Concrete Pavement and Subgrade 7 -Inch Concrete Curb with 18-Inch Gutter 4-Inch Concrete Sidewalk 6-Inch H.M.A.C (Type D) 24 -Inch RCP Storm Drain, Inlets, Manholes and Appurtenances Included in the above will be all other items of construction as outlined in the plans and Specifications. Construction time is 120 Working Days AWARD OF CONTRACT: The City reserves the right to reject any and/or all bids and waive any and/or all formalities . No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of contract, if made , will be within ninety (90) days after the opening of bids , but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the contract. Bidders shall not separate, detach , or remove any portion, segment, or sheets from the contract document at any time . Bidders must complete the proposal sections and submit the complete specifications book or face rejection of the bid as non-responsive. Comprehensive Notice to Bidders.doc COMPREHENSIVE NOTICE TO BIDDERS Bidders are responsible for obtain ing 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. In accord with the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts . A copy of the Ordinance can be obtained from the Office of the City Secretary. In addition , the MBE/WBE UTILZATION FORM, SUBCONTRACTOR/ SUPPLIER UTILZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM and/or the JOINT VENTURE FORM ("Documentation ") as appropriate . The Documentation must be received by the managing department no later than 5 :00 p.m., within five (5) City business days after bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the Documentation was received by the City. Failure to comply shall render the bid non-responsive . Bidders are advised that the City of Fort Worth may not have acquired all necessary easements and temporary right-of entry agreements for the construction of the project as shown in the Plans. Bidders are hereby notified that the City anticipates obtaining the necessary temporary right-of-entry agreements and easements by the start of construction. In the event the necessary easements and temporary right-of-entry agreements are not obtained, the City reserves the right to cancel the award of the contract at any time before the Contractor begins any construction work on the project(s). In addition, bidders shall hold their unit prices until the City has completed the acquisition of all the easements and temporary right-of-entry agreements. The Contractor shall be prepared to commence construction without all executed easements and temporary right-of-entry agreements and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require easements and/or temporary right-of- entry agreements. The Managing Department for this project is the Department of Engineering . For additional information concerning this project , please contact Todd Constant P.E., Project Manager at the offices of HDR Engineering, Inc., (817) 333-2800 or Richard Argomaniz, P.E., Project Manager at the City of Fort Worth , (817) 392-8653. A pre-bid conference will be held on Wednesday, February 20 , 2008 at 11 :00 a.m ., in the Department of Transportation and Public Works Conference Room, Room 270, 2°d Floor, City Municipal Building, 1000 Throckmorton Street, Fort Worth , Texas. Bidders are encouraged to review the plans and specifications prior to the pre-bid conference . DALE A. FISSELER, P.E. CITY MANAGER MARTY HENDRIX CITY SECRET ARY A. DOUGLAS RADEMAKER, P.E. DIRECTOR, DEPARTMENT OF ENGINEERING By: _____________ _ Dena Johnson, P.E. Manager, Engineering Services Advertising Dates: January 31, 2008 February 7, 2008 Comprehensive Notice to Bidders.doc FORT WORTH ~ PRIME COMPANY NAME : J LB Cont ra cting, LP. PROJECT NAME : 20 04 CIP Contract 51 City's M/WBE Project Goal : 21% C i ty of Fort Worth 08 -01 -,~ A 9 :13 I ATIACHMENT 1A Page 1 of 4 Subcontr acto r s/S uppliers Utilizati o n Form Check applicable block to describe prime I M/W/DBE I X I NON-M!W/DBE BID DATE July 31, 2008 Prime's M/WBE Project Utilization: PROJECT NUMBER 00453 23 .38% DOE No. 54 10 Identify all subcontractors/suppliers you will use on this project Failure to complete this form , in its entirety with requested documentation , and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offerer 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-respons ive to bid specifications M/WBEs listed towa rd meetin g th e project goal must be located in the ni ne (9) cou nty marketplace or c urre ntly doing bu s in ess in the marketplace at t he time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman a nd 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 1 st tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL M/WBEs MUST BE CERTIFIED BEFO RE CO NTRACT AW ARD. Certifi cation means those firms, located or doing business at the tim e of bid openin g 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 divi s ion . Disadvantaged Business Enterprise (D BE) 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. FORTWORTH ~ 'J J -L, I -cl ~; A ' '-;) : I '5 ATTACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e ., Minority, Women and non-M/WBEs. SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax Please list M/WBE firms first, use additional sheets if necessary. N 0 Certification (check one) T1--~~~-n i N T e M W C X M r B B T D W E E R O B C T E A Detail Subcontracting Work Detail Supplies Purchased ME Burns Construction, 1 X Utilities Inc. PO Box 783 Burleson, Texas 76097 817-447-0292 817447-0207 Southern Star 8505 Freeport Parkway North Suite 200 Irving, Texas 75063 972-621-0999 972-621-0280 Barnsco 2609 Willowbrook Rd. Dallas, Texas 75220 214-352-9091 (214) 352-7020 Con Pen 5430 Redfield PO Box 35766 Dallas, Texas 75235 214-634-2990 214-634-0953 Esterday Fence PO Box 374 Kennedale, Texas 76060 (817) 572-5949 (817) 478-7767 Dallas Lite & Barricade 1607 Fort Worth Avenue Dallas, Texas 75208 214-748-5791 214-7 48-3586 X Concrete Supplier X Steel Supplier X Concrete Sealing X Fence X Barricades Dollar Amount $422 ,978.00 $387,717 .00 $79,035.00 $17,664.00 $24 ,660.00 $15,000 .00 fORTWORTH ~ ATTACHMENT 1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status ; i.e ., Minority, Women and non-M/WBEs. SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax Skyline Excavation 9611 S FM 51 Boyd , Texas 76023 817-220-8157 817-220-8159 Please list M/WBE firms first , use additional sheets if necessary. Certification N (check one) 0 Tf----~~~~-1 n i N T e M W C X r B B T D E E R 0 C T A Detail M Subcontracting Work Vii B E )< Exacavation Detail Supplies Purchased Dollar Amount $139,400.00 FORT WORTH ~ Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $422,978.00 $663,476.00 $1,086,454.00 ATTACHMENT 1A 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 Offerer further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offerer also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one ( 1 ) year. James G. Humphrey Printed Signature President President Title Contact Name!Title (if different) JLB Contracting, LP 817-261-2991 Company Name Telephone and/or Fax 7151 Randol Mill Rd Address E-mail Address Fort Worth, Texas 76120 August 6, 2008 City/State/Zip Date ' BID PROPOSAL (This Proposal must not be removed from this book of Contract Documents) TO: Mr. Dale Fisseler, P.E. City Manager Fort Worth, Texas For: 2004 CAPITAL IMPROVEMENTS PROGRAM-CONTRACT 51 HUDSON STREET (SCOTI AVENUE TO BOMAR AVENUE) S . PERKINS STREET (HAWLETI AVENUE TO PANOLA AVENUE) HAZELINE ROAD (RAMPART STREET TO S . AYERS AVENUE) COLLARD STREET (E. LANCASTER AVENUE TO PURINGTON AVE.) D.O.E . No. 5410 FILE No. K-2028/X-20386 UNIT I -WATER IMPROVEMENTS P253 541200 6081700453 83 UNIT II -SANITARY SEWER IMPROVEMENTS P258 541200 7081700453 83 UNIT Ill -PAVING & DRAINAGE IMPROVEMENTS: C200 541200 2084000453 83 Includes the furnishing of all materials (except as specified to be furnished by the City), equipment, labor, and incidental work for the installation of all improvements and appurtenant work shown in the plans and specifications and as required to provide a complete and serviceable project. Pursuant to the foregoing "Notice to Bidders"' the undersigned bidder, having thoroughly examined the Contract Documents, including Plans, Special Contract Documents, and General Specifications for Water Department Projects, and the site of the project, understands the amount of work to be done and the prevailing conditions does hereby propose to do all work, furnish all labor, equipment and materials (except as specified to be furnished by the City) necessary to fully complete all work as provided in the p·lans and specifications , and subject to the inspection and approval of the Engineering Department Director of the City of Fort Worth, Texas. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish an approval Performance Bond, Payment Bond, Maintenance Bond as approved by the City of Fort Worth for the performance and completion of said work. Total quantities given in the bid proposal may not reflect actual quantities; rather they are a representation of project quantities based upon a reasonable effort of design a.nd investigation . Said quantities are merely provided for the purpose of bidding upon and awarding the contract. Contractor proposes to do the work within the time stated and for the following sums, to wit: Page 1 of 20 2004 CAPITAL IMPROVEMENTS PROJECT-CONTRACT 51 Hudson, S. Perkins, Hazeline & Collard Street Improvements (DOE No. 5410) June 5, 2008 UNIT I-WATER IMPROVEMENTS lP253 541200 6081700453 83\ Pay Approximate Description of Items with Bid Prices Amount Item Quantity Written in Words Unit Price Bid 1 4,500 LF 8-inch, PVC DR-14 Water Main, Complete in Place (Includes Removal of Existing Water BID-Pipe); 00617 Per Item D-52/D29 & City Approved Product Form J;i/R 7 y -M/cLe:. Dollars and 1~ /:-/t./-1 /' Y-;::; v~ Cents per LF :;..---11,0 $33 $1,Z .3l5 -- 2 15 EA 8-inch Gate Valve with Cast Iron Box & Lid; BID-Per Figure 3 00749 ON£ fa"uJ4.vd_l h,?ry Dollars and et:; .,,uo Cents per EA -,f>0 $ /()50 $/'))5'°0 3 7 EA Remove and Salvage Existing Fire Hydrant; BID-Per Item 0-29 00547 '-J;;J!ulJ/1~#4, frr'l'-/;v/L. Dollars and o_9-(J ~ .A./ 0 Cents per EA $2t< $ ltS5, 4 130 LF 6-inch, PVC DR-14 Water Main, Complete in Place (Includes Removal of Existing Water BID-Pipe); 00616 Per Item D-52/D29 & City Approved Product Form Ie,,oTI'-#/A.J~ Dollars and t,O ~,!!.. Al cJ Cents per LF $ 2 7 .-$ ]7"?0 5 8 EA 6-inch Gate Valve with Cast Iron Box & Lid; BID-Per Figure 3 00745 5£:o6i Ji,(jtJti#,_ .JJi1.f!Tr Dollars and e_g.. I 19 ti A.IO Cents per EA --$710 $ (p >20 6 1 VF Fire Hydrant Barrel Extension; BID-Per Figure 5 00548 Vff/ld /.j,0d/le'# 5-c'2wft' Dollars and .dL O Cents per VF c;CJ $.f/0;.---$ 3 ?o 0~ Page 2 of 20 2004 CAPITAL IMPROVEMENTS PROJECT-CONTRACT 51 Hudson, S. Perkins, Hazeline & Collard Street Improvements (DOE No. 5410) June 5, 2008 UNIT I -WATER IMPROVEMENTS lP253 541200 6081700453 83\ Pay Approximate Description of Items with Bid Prices Amount Item Quantity Written in Words Unit Price Bid 7 8 EA Standard Fire Hydrant Assembly (3' -6" Bury); BID- 00546 Per Figure 5 ziW L_t'~a,€ JJ.11/J/la Dollars and JJO Cents per EA (!)~ $2100·-$/t' '600 8 2 .7 TON Cast Iron/Ductile Iron Fittings; BID-Per Item DA-52 .12 00568 /~It.TY· fevJELJ ,.. C: 1-/u~/J~M,. m1~/Y ~ /·, v-C Dollars and 60 >-! /JO Cents per TON $~7.7.r"" $t2..7f'1 9 129 EA Relocate Existing Water Meter; BID-Per Item D-52. 7 00549 _5 ,CtJ6Nz 1-A./, Ne. Dollars and o.,9..-,/JO Cents per EA C $?? $10!'1/ 10 2 ,915 LF 1-inch Water Service Replacement, Type "K" Copper; BID- 00758 Per Item D-52 . 7 £~1/T&f'IJ Dollars and 9_F ).//N€.Tl -/-/PL Cents per LF $/g $5"5 2-37 11 129 EA 1-inch Tap, Saddle, Stop and Fittings for 1- inch Water Service Tap to Main; BID- 00762 Per Item D-52 . 7 tz:4NMM ,.hn-r·/~e1~ Dollars and oj_ ' ~ ~ ~ l,. /JO Cents per EA $ 2,(,) $flr!85" 12 129 EA Class "A" Meter Box; BID-Per Item D-52. 7 00550 a£/!1ud/lt!,J, /;/7cer-> Dollars and 0~ /-'O Cents per EA -$/ y? }5 $/I j Page 3 of 20 2004 CAPITAL IMPROVEMENTS PROJECT -CONTRACT 51 Hudson, S. Perkins, Hazeline & Collard Street Improvements (DOE No. 5410) June 5, 2008 UNIT I -WATER IMPROVEMENTS (P253 541200 6081700453 83) Pay Approximate Description of Items with Bid Prices Amount Item Quantity Written in Words Unit Price Bid 13 1 LS Furnish & Lay 2-inch Pipe and Fitting for Temporary Service Connection; BID- 00768 Per Item D-52.8 ~ r:6',k,f4£ZvYAv!}, &,r>' Dollars and ' )JD Cents per LS ~~ .... d~ ....- $ 2/of"o $ 2.105'0 14 5 EA Exploratory Excavation (D-Hole), as Directed by the Engineer; BID- 00539 Per Item D-51 z;;/.ft,,1.a~t 5'.crr-£1{ Dollars and ~ c,1~ /t/CJ Cents per EA $ 2 /;5 $ I j z:;,.. 15 50CY Class "B" (2,500 psi) Concrete for Misc. Placement; BID- 00837 Per Item D-21 t1 ,NC Dollars and 5 )0 /" Cents per CY $ I e;_ _:-roe $,2 - 16 50CY Class "E" (1,500 psi) Concrete for Misc . Placement; BID- 00839 Per Item D-21 tJ .)..J ~ Dollars and t)~ f"O //OL Cents per CY $ I ---$ 52._ - 17 50CY Washed Rock ( %" -1 %") for Misc. Placement (D-45); BID- 00840 Per Item D-21 cJ,z;c Dollars and o5 f""O r/f/L Cents per CY $ ( $ ~2-- 18 7,210 LF 2-inch Temporary H.M.A.C . Pavement Repair; BID- 00442 6" Flex Base & 2" HMAC Per Item D-25 & Figure B )JIIJ I{_ Dollars and fr? f-t9~[Y-J~ t//r,,i..J Cents per LF 7 $ 1 :.---$C.?l7~ Page 4 of 20 2004 CAPITAL IMPROVEMENTS PROJECT -CONTRACT 51 Hudson, 5. Perkins, Hazeline & Collard Street Improvements (DOE No. 5410) June 5, 2008 UNIT I -WATER IMPROVEMENTS (P253 541200 6081700453 83) Pay Approximate Description of Items with Bid Prices Amount Item Quantity Written in Words Unit Price Bid 19 181 SY 6-inch Permanent H.M.A.C . Pavement Repair; BID- 00451 6" Flex Base & 6" HMAC Per Item D-25 & Figure 8 v1ac /!w,(/,1RM, };yr/c·~r-Dollars and ~ ~ J tJ..0 Cents per SY $//' $ zo 99? 20 SOCY Crushed Limestone for Misc. Placement; BID-Per Item D-21 00493 t'J,NC:.. Dollars and /-1 ve_ Cents per CY ~ S-b $ I $ S-2-;_.-- UNIT I-WATER IMPROVEMENTS SUBTOTAL p (Forward to Bid Summary Page) $93? ztc; Page 5 of 20 e.- -- CITY APPROVED PRODUCT FORM* CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED: ---~-___ PVC, AWWA C900, DR-14 _______ DIP, Class 51 Consult the ''City of Fort Worth Standard Products List" to obtain the Genericffrade Name and the Manufacturer for the pipes listed above . Failure to provide the information required above may result in rejection of bid as non-responsive. Only products of methods listed above will be allowed for use in this project. Any substitution shall result in rejection of bid as non-responsive. Page 6 of 20 LIST OF CAST IRON FOTTINGS AS REQUIRED BY E2-7.11A TO BE SUBMITTED WITH BID 2004 CAPITAL IMPROVEMENTS PROJECT HUDSON STREET, S. PERKINS STREET, HAZELINE ROAD & COLLARD STREET UNIT I: WATER IMPROVEMENTS Weight Per Each Total Weight No. Size of Fittings Fitting Type (lbs. including (Tons) accessories 7 8" X 6" Reducer I 3l {J .Cj7 7 8" Mechanical Joint I ] .5 CJ ~ tr 7 7 6" Mechanical Joint 1 7 CJ, 3 y 8 8" X 6" Tee 2-lr I a . 9t 5 8" X 8" Tee 2-C. C> tJ. l, 5 8" Cleaning Wye 505 c<J . ?l 4 8" 22.5° Bend /&CJ rJ . J 2- 1 8" Plug L/5 C>.02.2- 1 8" X 8" Cross J 35-C).Jt:, Page 7 of 20 2004 CAPITAL IMPROVEMENTS PROJECT -CONTRACT 51 Hudson, S . Perkins, Hazeline & Collard Street Improvements (DOE No. 5410) June 5, 2008 UNIT II -SANITARY SEWER IMPROVEMENTS (P258 541200 7081700453 83\ Pay Approximate Description of Items with Bid Prices Amount Item Quantity Written in Words Unit Price Bid 1 192 LF 8-inch, PVC SDR-26 Sanitary Sewer Main; BID-ll/1/trr ~ J;/26-1!-00332 Dollars and ,/JO Cents per LF ~t) $55 --$;:, J Jt 2 1 EA Standard 4-foot Diameter Manhole (O' -6 ' Depths); BID- 00207 Per Item D-27 & Figure 103/104 /fv,!_/JTY-T.#/<6/E_ !fa"' (2 /l. e 11. f e c,1 e ,J.J rr Dollars and (!)()_ .,;./ 0 Cents per EA $ 23?0/ $/ 370 3 2 EA Watertight Manhole Insert; BID-Per Item D-27 00218 O,u-e dJJIJ/f_t{,:1~ hPiL Dollars and OJ!- ~~ c,;:,._ !._JO Cents per EA $/C>> $ 210 ~ 4 2 EA Concrete Manhole Collar; BID-Per Item D-27 & Figure 121 00196 7ZIEPTJ'-f1x Dollars and 00 c,(> /LIO Cents per EA $ 2 C. --$ ~2... -- 5 100 LF 4 -inch Sanitary Sewer Service; BID-Per Item D-28 00354 7~vcNl't._-t),1,;.( Dollars and ~ t ,,(/0 Cents per LF ~ $ 21 $ 2-ICJO 6 3 EA 4-inch Sanitary Sewer Service Tap; BID-Per Item D-28 00355 ,?;;u dl11.t&1,hr£/V Dollars and ~ ~ uo Cents per EA 0- $fl-> $ 9ct > - 7 3 EA 4-inch Sanitary Sewer Cleanout; BID-Per Item D-28 00356 ()Nk-ffiAPf~t ~ ,;5/,,-,-,.,6~6tfars and Dt) t>~ ,,,U O Cents per EA $ f 5"'8' ..;_. L-$L;7l/ . Page 8 of 20 2004 CAPITAL IMPROVEMENTS PROJECT-CONTRACT 51 Hudson, S. Perkins, Hazeline & Collard Street Improvements (DOE No. 5410) June 5, 2008 UNIT II -SANITARY SEWER IMPROVEMENTS IP258 541200 7081700453 83\ Pay Approximate Description of Items with Bid Prices Amount Item Quantity Written in Words Unit Price Bid 8 192 LF Pre-Construction T.V. Inspection of Sanitary Sewer Lines; BID- 00202 Per Item D-35 hv!L Dollars and 2..5 o0 ~EN/~ht1...t(Cents per LF $ 5--$/008- 9 192 LF Post-Construction T.V. Inspection of Sanitary Sewer Lines; BID- 00201 Per Item D-38 h;u1c Dollars and if~ $ 8CJt, ~ Tiv£.1J/"Y Cents per LF $ 10 1 EA Vacuum Test New Sanitary Sewer Manhole; BID- 00217 Per Item D-36 ~ 4.{J/),cbJ. ;;; ,U Dollars and ~ e:5!-I /i./0 Cents per EA $ 2/0 $ 2.!CJ 11 1 EA Exploratory Excavation (D-Hole), as Directed by the Engineer; BID- 00541 Per Item D-51 ;~ /j,AJ,JttM, 5,,rrJ-/,c)IL Dollars and 00 cB... /JO Cents per EA $ 2t.~ $ 2._t,5" 12 20 CY Class "B" (2,500 psi) Concrete for Misc. Placement; BID- 00837 Per Item D-21 0 ,l.J~ Dollars and $ /~ OC2_ riv!{. Cents per CY $21 - 13 20 CY Class "E" (1,500 psi) Concrete for Misc. Placement; BID- 00839 Per Item D-21 o.)..)~ Dollars and t,5 ce /;pL Cents per CY $I:.--$ 2./ Page 9 of 20 2004 CAPITAL IMPROVEMENTS PROJECT-CONTRACT 51 Hudson, 5. Perkins, Hazeline & Collard Street Improvements (DOE No. 5410) June 5, 2008 UNIT II -SANITARY SEWER IMPROVEMENTS fP258 541200 7081700453 83) Pay Approximate Description of Items with Bid Prices Amount Item Quantity Written in Words Unit Price Bid 14 20 CY Washed Rock (%" -1 %'') Misc. Placement; BID- 00840 Per Item D-21 () .u e: Dollars and $/02 o(!) 1 ~----; t.> fc._ Cents per CY $ 21- 15 192 LF 2-inch Temporary H.M .A.C. Pavement Repair; BID- 00442 6" Flex Base & 2" HMAC Per Item D-25 & Figure B /c.// ,() C Dollars and $ 9~ c o ;- Cents per LF $/gzy--/-1r:Tr 16 23 SY 6-inch Permanent H .M.A.C. Pavement Repair; BID- 00451 6" Flex Base & 6" HMAC Per Item D-25 & Figure B Cl_£ /.£AJr.1..e.£d , 5'xr..C-£.u Dollars and oe> JJ{) Cents per SY oe --$2-tt8-$/It 17 20 CY Crushed Limestone for Misc. Placement; BID-Per Item D-22 00493 0 JJ I(. Dollars and > ~~ /':.1 t,1£_. Cents per CY $/~ $2/ UNIT II -SANITARY SEWER IMPROVEMENTS SUBTOTAL Ljo (Forward to Bid Summary Page) $ I 7. 352-~ Page 10 of 20 2004 CAPITAL IMPROVEMENTS PROJECT-CONTRACT 51 Hudson, S. Perkins, Hazeline & Collard Street Improvements (DOE No. 5410) June 5 , 2008 UNIT Ill-PAVING & DRAINAGE IMPROVEMENTS (C200 541200 2084000453 83\ Pay Approximate Description of Items with Bid Prices Amount Item Quantity Written in Words Unit Price Bid 1 8 EA Project Designation Sign; BID-Per Item SP-69 & Figure WTR -026 00504 Three Hundred Dollars and No Cents per EA $ 300.00 $2,400.00 2 10,200 LF Remove Existing Curb and Gutter; BID-Per Item SP-54 & Item GP-104 00424 ?Z,o Dollars and I/ £c.£v/!µ Cents per LF $ 2--$ 2./5-Zc_ 3 25,000 SF Remove Existing Concrete Driveways and Sidewalks; BID- 00402 Per Item SP -53 & GP-104 Po Dollars and 8''/ £°161/TY--~q,te -Cents per SF $0 $2../~0 4 9,000 CY Unclassified Street Excavation ; BID-Per Item SP-41 00472 hr-T£c.Af 9 ,;-Dollars and ----J.h»crc._-/, v-£ Cents per CY $/) $/y3 )J( 5 18 ,000 SY 6-inch Lime Stabilized Subgrade (301bs/SY); BID- 00498 Per Item SP-50 /wt'.? Dollars and 5 C,:, ~ ~ be t:) - 0 7/1/fi/t.. -5 \1 Cents per SY $2.-$~2_ yfC> 6 270TON Lime for Subgrade Stabilization ; BID-Per Item SP-50 00496 12f'ffe-,,1~,{ef,fe..en,-£~,r Dollars and Ob .,,{_,r {) Cents per TON $ /Cf? $ J9 ?'tt ~t> 0 - 7 19,200 LF Silicone Joint Sealant; BID-Per Item SP-43 00469 }JO Dollars and 9 7 /tJ/N/f. r {.-56'i;&'w Cents per LF :.---- $0 $I? C 2 7k' Page 11 of 20 2004 CAPITAL IMPROVEMENTS PROJECT-CONTRACT 51 Hudson, S. Perkins, Hazeline & Collard Street Improvements (DOE No. 5410) June 5, 2008 UNIT Ill-PAVING & DRAINAGE IMPROVEMENTS (C200 541200 2084000453 83) Pay Approximate Description of Items with Bid Prices Amount Item Quantity Written in Words Unit Price Bid 8 10,200 LF Construct 7-inch Concrete Curb; BID-Per Item SP-60 00843 '/tvo Dollars and $ z_ 22-3 £e/6>rt. -T,fdJ2:'Cents per LF $c?.3trt. 9 42,000 SF 4-inch Cone. Sidewalk/Leadwalks; BID-Per Item SP-52 & GP-504 00530 7-;RY! Dollars and $ 3 '12-N /AJl!TT-.f ctJt!J.J Cents per SF $/tt 7 c,, 10 300 SF Remove & Construct Concrete Steps as Directed by Engineer; BID- 00536 Per Item SP-57 & GP-516 ~u.irr -lfo~ Dollars and o(!) /Jo Cents per SF --$ 7 S-00 ~ $25 11 23 EA Construct Reinforced Concrete Sidewalk Ramp (Type A); BID- ooxx Per Item SP-52 & GP-504 & Details X ~x#uv~t'.li fert!.TY Dollars and e:>g._ /JO Cents per EA $ t 3'0 $/l/C/90 12 17 EA Construct Reinforced Concrete Sidewalk Ramp (Type E); BID- ooxx Per Item SP-52 & GP-504 & Details X 17111.r/.=£:ol /!u !L/144, a Dollars and ~ o(!) - e,o ) - t9-- o,.{2 oO Cents per EA $/300 $ 2 2 /0? 13 1 EA Construct Reinforced Concrete Sidewalk Ramp (Type G); BID- ooxx Per Item SP-52 & GP-504 & Details X s.61,fu_ !laq(lf2fd l h/-z:. '1 Dollars and oO ob 1 ND Cents per EA $750-$ 756 - Page 12 of 20 2004 CAPITAL IMPROVEMENTS PROJECT-CONTRACT 51 Hudson, S. Perkins, Hazeline & Collard Street Improvements (DOE No. 5410) June 5, 2008 UNIT Ill-PAVING & DRAINAGE IMPROVEMENTS (C200 541200 2084000453 83) Pay Approximate Description of Items with Bid Prices Amount Item Quantity Written in Words Unit Price Bid 14 21,800 SF Construct 6-inch Reinforced Concrete Driveway; BID- 00404 Per Item SP-52 & GP -504 hu,( Dollars and lr r;, I 2/ 1£.Z:. ~ -C) )J~ Cents per SF $ /CJ() f '18' $ ---15 50CY Construct Reinforced Concrete Retaining Walls (Edge of Sidewalk); BID- 00411 Per Item SP-45 & Details hull. JI«~ d ,t_ e"'1 Nb.J/".,. Dollars and /..JC) Cents per CY $Y2o ufZ_. $ 2-. I (){!)0 16 33.6 TON 6" H.M.A.C. Transition Pavement (Type D); BID-Per Item SP-51 00471 (}t>(:... (/~1._L~/J i ~V'f Dollars and ,UO Cents per TON oe, $/30-$Y3~8 17 1 LS Miscellaneous Utility Adjustment; BID-Per Item SP-70 00414 Eight Thousand Dollars and No Cents per LS $8,000.00 $8,000.00 18 15 EA Manhole Adjustment; BID-Per Item SP-73 00849 Four Hundred Dollars and No Cents per EA $ 400.00 $6,000.00 19 23 EA Water Valve Box Adjustment; BID-Per Item SP-72 00847 Three Hundred Dollars and No Cents per EA $ 300.00 $6,900.00 20 129 EA Water Meter Box Adjustment; BID-Per Item SP-74 00848 Thirty-Five Dollars and No Cents per EA $ 35.00 $4,515.00 Page 13 of 20 ~ (~ ( ~ 2004 CAPITAL IMPROVEMENTS PROJECT -CONTRACT 51 Hudson, S. Perkins, Hazeline & Collard Street Improvements (DOE No. 5410) June 5, 2008 UNIT Ill-PAVING & DRAINAGE IMPROVEMENTS (C200 541200 2084000453 83} Pay Approximate Description of Items with Bid Prices Amount Item Quantity Written in Words Unit Price Bid 21 1,100 CY Topsoil, As Directed by Engineer; BID-Per Item SP-71 00147 Fifteen Dollars and No Cents per CY $ 15.00 $16,500.00 22 200 LF Remove Wrought Iron Fence with Concrete Curb; BID- 00127 Per Item SP-59 ~o Dollars and 35" M1£rr -/'lU'f Cents per LF $ 2 ;;.---C>" $y°)O ~ I-- 23 395 LF Remove Chain Link Fence; BID-Per Item SP-59 00127 - / A..) cJ Dollars and / 1-111l zt:. /?ii£ Cents per LF J> 2.S, $ 2-:.---$928 24 180 LF Remove Wood Privacy Fence; BID-Per Item SP-59 00127 T/1/~~t. Dollars and ~ Cents per LF (!)<l $ 2.. $ 7'2-J - 25 200 LF Construct Wrought Iron Fence with Concrete Curb; BID- 00126 Per Item SP-59 5/YT~·hvlf Dollars and 0~ ~ $C5 (J ,JJ{) Cents per LF $/Ja?O, 26 395 LF Construct Chain Link Fence; BID-Per Item SP-59 00128 ---//vb)T'(" Dollars and ,,<.J 0 Cents per LF $20~ $ / 9C>O q e:. 27 180 LF Construct Privacy Fence; BID-Per Item SP-59 00129 ;{!/ b/1-/t:L!J-..J Dollars and )..) (J Cents per LF ob ~~ $ /8 -$3CYO Page 14 of 20 2004 CAPITAL IMPROVEMENTS PROJECT-CONTRACT 51 Hudson, 5. Perkins, Hazeline & Collard Street Improvements (DOE No. 5410) June 5, 2008 UNIT Ill-PAVING & DRAINAGE IMPROVEMENTS (C200 541200 2084000453 83) Pay Approximate Description of Items with Bid Prices Amount Item Quantity Written in Words Unit Price Bid 28 3 EA Remove Mailbox -Standard Mailbox; BID-Per Item SP-61 00406 fae,1v z..z.-Snc Dollars and .v 0 Cents per EA ~o ()!3!- $2~ -$ 7 '6 29 4EA Remove Mailbox -Brick Mailbox; BID-Per Item SP-61 00406 /l/rr -J;£eL Dollars and NO Cents per EA o..Q. 19 ,!:- $ 5"3 $2.lc.. 30 3 EA Install Mailbox-Standard Mailbox; BID-Per Item SP-61 00407 :J.t.r'l" JL~a~~!I, ,hv£ Dollars and ()6 ' "!J2.-NO Cents per EA ---$ /OJ $51> 31 4EA Install Mailbox-Brick Mailbox; BID-Per Item SP-61 00407 5cv6JA,.,,Nl,=~ .4 1Lrr-l5v..cDollars and .,. 0~ .,,~ P /2. Cents per EA $73) $ 2 9 YD 32 1 LS SWPPP Implementation and Maintenance; BID-Per Item SP-68 00100 7/..leJ-JT 'r--f nr //qAJ,J/21£-1 '/_#//tT 'I Dollars and ~ NO Cents per LS $2.t.ft> $ zt,Jo ~~ 33 1 LS Traffic Control Plan -Install; BID-Per Item SP-92 and ~ns A, B, C, D & E 00181 ,r/r7£cb 7#t>uJ AJO 4c/.lr /~.u,;R~ 1:1 Dollars and C,1' .JJ6 Cents per LS --...-(~ $ /)%tx5 $1">8CJO UNIT Ill-PAVING & DRAINAGE IMPROVEMENTS SUBTOTAL $ 2~ -(Forward to Bid Summary Page) 7 C/l/ r;, 79 , Page 15 of 20 2004 CAPITAL IMPROVEMENTS PROJECT -CONTRACT 51 Hudson, S. Perkins, Hazeline & Collard Street Improvements (DOE No. 5410) June 5, 2008 UNIT Ill-PAVING & DRAINAGE IMPROVEMENTS ALTERNATIVE A -Green Concrete (C200 541200 2084000453 83) Pay Approximate Description of Items with Bid Prices Amount Item Quantity Written in Words Unit Price Bid 34A 16,500 SY Construct ?-inch Reinforced Concrete Pavement -Green Concrete ; BID- 00452 Per Item SP-42 r..i,o~//JG $1£7Y-)1y Dollars and 8? :;.--- ,et._C,l/7 z::.-/vi)..)£ Cents per SY $ Jt $ i -0 8 /1. UNIT Ill -PAVING & DRAINAGE IMPROVEMENTS [eef6 l./6 5 <f:/ AL TERNA TE A SUBTOTAL $ ~. 37 (Forward to Bid Summary Page) t, 702--,, , Page 16 of 20 ~ J7 z r 2004 CAPITAL IMPROVEMENTS PROJECT -CONTRACT 51 Hudson, S. Perkins, Hazeline & Collard Street Improvements (DOE No. 5410) June 5, 2008 UNIT Ill-PAVING & DRAINAGE IMPROVEMENTS ALTERNATIVE B -Non-Green Concrete (C200 541200 2084000453 83) Pay Approximate Descri ption of Items with Bid Prices Amount Item Quantity Written in Words Unit Price Bid 348 16,500 SY Construct 7-inch Reinforced Concrete Pavement -Non-Green Concrete ; BID- 00452 Per Item SP-42 7J./;£T',-r/ V/e Dollars and 'tZ- LJ/1v~r)"'"-Je v~ 1v Cents per SY $].J $5"'13 5e, UNIT Ill-PAVING & DRAINAGE IMPROVEMENTS ALTERNATE B SUBTOTAL $ e (Forward to Bid Summary Page) S-73f05 , Page 17 of 20 :; BID SUMMARY UNIT I -WATER IMPROVEMENTS SUBTOTAL (1) v~ $ l; Jt 2 Y<f - I UNIT II -SANITARY SEWER IMPROVEMENTS SUBTOTAL (2) yo $ 11 3~2. - UNIT Ill-PAVING & DRAINAGE IMPROVEMENTS BASE BID SUBTOTAL (3) 27 $ 1 cttt 1n 7 r-- UNIT Ill -PAVING & DRAINAGE IMPROVEMENTS AL TERNA TE A -GREEN CONCRETE l-1- SUBTOTAL (A) $ toJ>, ? {)2_ UNIT Ill-PAVING & DRAINAGE IMPROVEMENTS ALTERNATE B -NON-GREEN CONCRETE C)(!) :;..-- SUBTOTAL (B) $ 59]. !){)J ' PROJECT BID TOTALS l;:;'...--- CONCRETE PAVING ALTERNATE A (GREEN /) )' D q' 1 QO J "-' 7 CONCRETE) 7 (1+2+3+A) $ / 0 / % CONCRETE PAVING ALTERNATE B (NON-GREEN CONCRETE) / 0 (1+2 +3+B) $ / 793 0 2/ - Page 18 of 20 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 this Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas , in the event the contract and bond or bonds are not executed and delivered within the time above set forth as liquidated damages for the delay and additional work caused thereby . The undersigned bidder certified that he has obtained 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 the City Ordinance No. 7400 The Bidder agrees to begin construction within 10 calendar days after issue of work order, and to complete the contract within 200 Working Days after beginning construction as set forth in the written work order to be furnished by the Owner. Liquidation damages shall be assessed as indicated in section 7-7 .10 . (Complete A or B below, as applicable:) A. The principal place of business of our company is in the State of [ ] Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. [ ] Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. [ v1 B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. Page 19 of 20 • Receipt is acknowledged of the following addenda: Addendum No. 1 ___..~------- Addendum No. 2-~--------- , Addendum No . 3 ------- Addendum N~ 4 --:r::z::-------~ .. -fT> ~~ (' __ _.,. __ Respectfully Submitted , JLB CONTRACTING, LP By~J-... 6 Title: James G. Humphrey, President of JLB Management, Inc., Its General Partner Address: -------------- P.O. BOX 24131 FORT WORTH , TX 76124 (SEAL) If Bidder is Corporation Date: 1 /~//otJ ----'-+1-----'--l-1 --- -END OF PROPOSAL- Page 20 of 20 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to . nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-State contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in. the State in which ~e nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-State or nonresident bidders in order for your bid to meet specifications. The failure of out-of-State or nonresident contractors to do so will automatically' disqualify that bidder. Resident bidders must check the box in Section B . A . Nonresident vendors in (give State), our principal place of business, are required to be · percent lower than resident bidders by State law. A copy of the Statute is attached. Nonresident vendors in ----------(give State), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas.~ BIDDER: City JLB CONTRACTING, LP P.O. BOX 24 131 FORT WORTH, TX 76124 State Zip / James G. Humphrey, President of By: JLB Management, Inc., Its General Partner (Please print) Signature: ~ ,i:J ;../ a<- Title: -------------- (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION 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 retailer) This goes to certify that the cement used for this project meets the following criteria: D The cement was manufactured in a kiln utilizing the dry process (list source below) that met the emission standard of 1 . 71b or less of NOx / ton of clinker released into the atmosphere. D The cement meets ASTM C-150 requirements ~~, 1"7"' Source of Cement: Name of Concrete Supplier Name of Plant (Kiln) & Address---------------- Name of Manufacturer CONTRACTOR SUPPLIER ~~~--N e Name James G. Humphrey, President of Title .H B Management, Inc, Its General Partner Title JLB CONTRACTING, LP Company Company Phone Number ·:··. ·. : ti ' ,' .. ,, I I ' I ,' ', \. JLB CONTRACTING JL! CON'TRACTING FAX N:l, 81 7 S71 7854 GREEM CEMENT POLICY OOMPL.IANC! STATEMENT (To be ffit'l)/tMd by~ o.nnca,,u, "8 City at the,,,,_ 11( M op,,t#Jllj (Slll!Nnlt~ Aw.tor .... m,pplifvl~~,.,, r.~'·NllfteQfPraJlft "2,p~+ C,,,,!p 4rr:'k~ Sf ·. · .... . . •, .. .. . ··,; . ,·"'"',• City Pn,J . No.: Q42 U /'lo >4' ID PAGE 0 2 /02 PAGE 01/81 PAQi 81/Bl P, 11' .. . . ~ : ·. . . ... ; . . . :· Thie is ta cef1H'( 1hat Iha ciement to be uillzed 1tH' ttie above prq~ Wilt meet tfHt folfawtng . .. . . . . . crhr1a· ' . <-,.;-~-·: .. _ ... :·~· ·.~·:·; D!,e ~-fflll)Uf2ctut,d ill• klln ultlJDG Jhg grypmcess (list souratbltow) a~ln a ., .. . . . ... ~,. ,. ·. tdln that meets the MliaSlon standant of {?ib or leas of N0x I ton of clinker relea&ed in10 ., .. ·. ', .... ~ ....... - ... , -·, • . . . . ""' •"f•~IJll'll:I • . ;_~ .· .; . : · .. : .... ·. ._: ~ ...... · . . . ,, • ••• ' I ·.. .. Name o1 ,.."'8eturer -*' ~M.u;ei;.:.li..:e·u; "">.~-------- ... C;kl,... Qf -.nufaGtlnr. __ _,tf2-~-4tu.fb...l.,U.J,'Q~,t\.,._--,-·-www---- .. , . CONTRACTOR / IUPflLIEll . .' ... ' ~.; ....... ·•:• ~ /dp :sr: ~ & 15cJJ, · ·· · ·. ~ James G. Humphrey, President of Name 'o/ ( •. ::: .. ~: JLB Management, lac Its GenGral PatffliYtt-trtl ~fu lllMFJ(C; :; ,:_· ..... ,·:; .· r& JLB CONTRACTING LP _ ~-JL ~ dl, ..,- • · •· · ' 'd~ <;ky; ~,ru_, 1,r1 i. . . . .. , . !!-.,ffil ~-= . . .... ' ' . t;...,,rr"""'I.,, ~.,.,,h•;r :._. :.~·· .· ::•. ' .. •·. :· : '. ,· .. I . '•' ', I ' ,•, .. ~ ·.'· ~ . : . . .'' ... ~. . f .. ;,, SECTIONB UNIT I -WATER IMPROVEMENTS UNIT II -SANITARY SEWER IMPROVEMENTS Special Instructions to Bidders Part C-General Conditions Part C-1 -Supplemental Conditions to Part C General Conditions Part D -Special Conditions Part DA -Additional Special Conditions Part E -Material Specifications SPECIAL INSTRUCTIONS TO BIDDERS I) PREOUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids_ This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor_ It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening ofbids_ a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate . State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. c) The Director of the Water Department shall be the sole judge as to the acce ptability 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 ContractDocuments 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 (I) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate. of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the 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 : 09/10/04 1 ( 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 Ccide. 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 p.aid to each worker. These records shall be open at all reasonab'Ie hours for inspection by the City. The provisions of Right to Audit, under paragraph L of Section Cl: Supplementary Conditions To Part C- General Conditions; pertain to this inspection. · (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. ( d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 225&, 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. AMBIGUfIY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6. BIDDER LICENSE:· Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located. ":Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds . The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8 . PAYMENT: If the bid amount is $25,000.00 or less, the contract amount shall be paid within forty- five (45) calendar days after completion and acceptance by the <;ity . 9. AGE; In accordance with the policy ("Policy") of the Executive Branch of the Federal Government,· Contractor covenants that neither it nor any of its officers, members, agents employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against persons because of their age except on the bases of a bona fide occupational qualification, retirement plan or statutory requirement , 09/10/04 2 Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of.Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concem~g 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 an 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 perfonnance of this agreement 11. 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 shaU submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR W AIYER FORM and/or the GOOD F ATI1I EFFORT FORM (''with Docwnentation") 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 perfonned 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 tennination 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 misrepresentatlon) and/or commission of fraud will result in the Contractor being detennined 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. 09/10/04 3 d . The warranty period shall begin as of the date that the fmal punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required pr ior to final payment becoming due and payable. f . In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a . dispute regarding {i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. 09/10/04 4 Cl-1 Cl-1.1 Cl-1.2 Cl-1.3 Cl-1.4 Cl-1.5 Cl-1.6 Cl-1. 7 Cl-1.8 Cl-1.9 Cl-1.10 Cl-1.11 Cl-1.12 Cl-1.13 Cl-1.14 Cl-1.15 Cl-1.16 Cl-1.17 Cl-1.18 Cl-1.19 Cl-f.20 Cl-1.21 · Cl-1.22 Cl-1.23 Cl-1.24 c1-1.-2s Cl-1.26 Cl-1.27 Cl-1 •. 28 Cl-1.29 Cl-1.30 ·c1-1.31 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, 1, 1987 TABLE OF CONTENTS DEFINITIONS Definition of Terms Contract Documents Notice to Bidders Proposal · Bidder Generai Conditions Special Conditions Specifications Bond Contract Plans City Ci.ty 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 Alleys Unpaved Streets and Alleys City S~reets Roadway Gravel -Street INTERPRETATION AND PREPARATION OF PROPOSAL Proposal Form Interpretation of Quantities Examination of Contract Documents and Site Submitting of Pro~osal . Rejection of Proposals Bid Security { l) Cl-:1 Cl) Cl-1 Cl) Cl-1 (2 >° Cl-1 (2) Cl-1 (2) Cl-1 ( 2 -) Cl-1 q) Cl-1 (2) Cl-1 (2) Cl-1 (3-) Cl-1 (3) Cl-1 C3) Cl-1 (3) Cl-1 C3) Cl-i . (3) Cl-1 C3) Cl-1 (4) Cl-:1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 f4) Cl-1' ·c4) Cl-:1 . .;,( 4 ·) Cl-1 (4) c1Jrrts"> Cl-1 : (6) Cl".""l .(6) Cl-1 (6) Cl-1 ·t6) c1-:1 · <6 > c1-·1 <6 > . _C~2-::2 .~J.l) C2-2 Cl) C2-2 (2) C2-2 (3) C2"72 (3) · C2-2 (3} C2-2 .7 C2-2.8 C2-2.9 C2--'2.l0 C2-2.ll C2-2.12 C3-3 C3-3.l C3-3. 2 C3-3:3 C3-3.4 -C3-3.5 C3-3.6 C3-3.7 C3-3.B C3-3.9 C3-3.10 C3-3 -. ll C3-3.12 C3-3.13 C3-3~14 C3-3.15 C4-4 C4-4.l C4-4.2 C4-:4.3 C4-4.4 C4-4.5 C4-4.6 C4--4~7 cs-.--s cs-s.1 cs...:s. 2 CS-5.3 C5-5.4 cs-s.s CS-5.6 CS-5.7 CS-5.8 CS-5.9 CS-5.10 CS-5.11 ts-s.12 CS-5.13 CS-5.14 CS-5.15 CS -5.16 CS-5.17 CS-5.18 Delivery of Proposal Withdrawing Proposals T e legraphic Modification o f Proposals Public Opening of Proposal Irregular Proposals Disqualification of Bidders AWARD AND EXECUTlON OF DOCUMENTS Consideration of Prooosals 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 Irisuranc:e Contractor's Obligations Weekly Payroll Contractor's Contract Administration venue SCOPE OF WORK · Intent of Contract Documents Special Provisions . Increased or Decreased Quantities Alteration of Contract Documents Extra Work Schedule of Operations ..... C2-2 (4) C2-2 (4) C2-2 (4) C2-2 (4) C2-2 (4) C2-2 ( 5) C3-3 Cl> C3-3 Cl> C3-3 Cl) C3-3 (2) C3-3 (2) C3-3 (2) C3-3 (2) C3-3 (4} C3-3 (4) C3-3 (4) C3-3 C 4) C3-3 (7) C3-3 (7) C3-3 (7 > C3-3 (8) C4-4 Cl) C4-4 (l) C4-4 {l) c4...:4 c2> c4·--4 (2) cii-4 . c3> Progress. Schedules for Water and Sewer Plant Facilities . c·4..:-=4 . C 4 > CONTROL OF WORK AND MATERIALS Authority of Engineer . Conformity with Plans Coordination of Contract Documents Cooperation of Contractor Emergency and/or Rectification Work Field Office Construction Stakes Authority and Duties of Inspector_s Inspection · .... -...':"-~-···~ .. -.. .:. -~ Removal of Defective and Unauthorized Work Substitute Materials or Equipment Samples and Tests of Materials Sto~age of Materials Exiiting Structures and Utilities Int erruption of Servi~e Mutual Responsibility of Contractors Cleanup Fin al Inspection ( 2) CS-5 Cl> ts-s Cl> CS-5 (2) CS-5 {2) CS-5 C 3) CS-5 C3) C5-5 C3) CS-5 (4) cs.::.:s_ ·'{ s) cs~:s cs> CS-5 CS> CS-5 (6} CS-5 (6) CS-5 "< 7 > CS-5 (7) cs:_5 ,s> CS-5 (8} CS -5 (9) i -.., - t" , .. .J , j C6-6 C6-6.l C6-6.2 C6-6.3 C6-6.4 C6-6.5 C6-6.6 · C6-6.7 C 6-6. 8 C6-6.9 C6-6.10 C6-6 .11 C6-6.12 C6-6.13 C6-6.14 C6-6.15 C6-6.16 C6-6.17 C6-6.18 C6-6.19 C6-6.20 CG-6. 21 C7-7 . C7-7.l C7-7.2 C7-7.3 C7-7.4 C7-7.5 C7-7.6 C7-7.7 C7-7.8 C7-7.9 C7-7.10 C7-7.ll C7-7.12 C7-7.13 C7-7.14 C7-7.15 C7-7.16 C7-7.17 C8-8 C8-8.l C8-8.2 LE GAL RELATIO NS AND PUBLIC RESPONSIBILITY L a ws to b e Ob se rv e d Permits an d Li ce nses P a tent e d De vic e s, Materials and Proc e ss e s Sanitary P ro visi o ns Public Saf e t y and Convenience Privileges of Contractor in Stree t s, Alleys, and Right-of-Way Railway Cros sings Barricade s, Wa r nings and Watchmen Use of E x plosives, Drop Weight, etc. Work Within gas e ments Independent Contractor Contractor's Resporisibility for Damage Cla.ims Contractor's C laim for Damages Adjustment of Relocation of Public Utilities, etc. Temporary Sewer Drain Connections Arrang e me nt and Charges of Water Furnish e d by City Use of a Se~tion of Portion of the Work Contractor's Responsibility for Work No Waiver of Legal Rights Personal Liability of Public Officials State Sales Tax PROSECUTION AND PROGRESS Subletting Assignment of Contract Prosecution of the Work Limitations of Operations Character of Workman and Equipment Work Schedule Time of Commenc e ment and Completion Extension of time of Completion. Delays Time of Completion Suspension by Court Order Temporary Suspension Termination of Contract due to National Emergency Suspension of Abandonment of the Work and Annulment of Contract Fulfillment of Contract Termination for Convenience of the Onwer Safety Methods and Practices MEASUR EMENT AND PAYMENT Measurement of Quantities unit Pric e s ( 3) C6-6 ( l) C6-6 Cl) C6-6 ( 1) C6-6 (2) C6-6 (2) C6-6 (3) C6-6 (4) CG -6 (4) C6-6 (5} C6-6 (6) C6 -6 (8) C6-6 (8) · C6-6 {10) C6-6 (10) C6-6 (10) C6-6 (11) C6-6 (11) C6-6 Cll) C6-6 . (12) C6-6 (12) C6-6 (12) C7-7 (l) C7-7 {l} C7-7 (1) C7-: 7 C 2) C7-7 (2) C7-7 (3) C7-7 (4) C7-7 { 4) C7-7 (4) C7 -7 (5) C7-7 (6) C7-7 (6) C7-7 ( 7) C7-7 (7) C7-7 (9) C7-7 (10) C7-7 (13) C8-8 Cl) CB-8 ( 1) .,, CB-8.3 Lump Sum CB-8 ( 1) C8-8.4 Scope of Payment C8-8 (l} CB-8.5 Partial Estimates and Retainage CB-8 ( 2) CB-8.6 Withholding Payment C8-8 ( 3) C8-8.7 Final Acceptance CB-8 ( 3) C8-8.8 Final Payment CB-8 ( 3} C8-'8.9 Adqµacy of Design CB-8 ( 4) CB-8.10 General Guaranty CB-8 ( 4) CB-8.11 Subsidiary Work ·cs-a ( 5) ca..:a.12 Miscellaneous Placement of Material C8-8 . ( 5) CB-8_.13 Record Documents C8-8 ( 5) -i., ' . ' ' .. - . ' . ' .,, ( 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 used, the intent and meaning shall be understood and ,interpreted as follows: Cl-1~2 CONTRACT DOCUMENTS: The Gontract 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 ar~ contained in the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and include the following items: PART A -NOTICE TO BIDDERS (Sample) PART B -PROPOSAL (Sample) PART C -GENERAL CONDITIONS (CITY) PART D PART E - (Developer) SPECIAL CONDITIONS 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 DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include th·e ·-following i terns: PART A -NOTICE TO BIDDERS (Advertisement) Same as above PART B -PROPOSAL (Bid) PART C GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PA.RTE -SPECIFICATIONS PERMITS/EASEMENTS PART F BONDS PART G -CONTRACT PART H -PLANS (Usually bound separately) Cl-1 (1) ,- [' Cl-1.3 NOTICE TO BIDDER S : All of the l ega l publication s e it he r actually publish e d in public adv e rtis i ng me dium s or furnished direct to int e reste d parti e s pertaining t o the wotk contemplated under th e Contr~ct Docum e nts cons t itut e s the notice to bidders. Cl-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, toiether with .the bid securi~y, constit~~es the Proposal, which becomes binding upon the Bidder when it is officially ~eceived by the Owner, has been publicly opened and read and not rejected . by the Owner. Cl-1.5 BIDDER: Any . person,· persons, firm, partnership, company, a,ssociation, corporation, acting dir e ctly or through a duly authorizea ·representative, submitting a proposal for performing the work contemplated under the Con t rac t Documents, constitutes a bidde~. · Cl-1.6 GENERAL CONDITIONS: The General Conditions are the us~~l tbnstruction and contract req~irements which govern the performance of the work so that it will be carried on in ac·cordance wi_th the customary procedure, the local statutes, and requirements of the City of Fort Worth's charter ~nd 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 S~ECIAL CONDITIONS: Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions. When considered with the Genetal Co~ditions and .other el~ments.of t~e -Contract Documents they provide the information which the Contractor and Owner should have in .order to gain .a th.ore.ugh knowledge ·of the project. Cl-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which sets forth in detail the requirements which must be met by a11· materials, construction, woikrnanship, equipm~nt and services in order to render a completed and usefui project. Whenever reference is made to standard specifications, regulations, requirements, statutes, etc.; such referied to documents shall become a part of the Contract Documents just as though lhey were embodied therein. cl-1.9 BOND: The bond or bonds are the written guarantee or _ security fu r nished by th e Contractor for the p rompt and Cl-1 (2) \ - ,. ,_ - ' ~i faithful performance of the contract and include the following: a. Performance Bond (s~e paragraph C3-3.7) b. Payment Bond (see paragraph C3-3.7) c. Maintenance Bond (see paragraph C3-3.7) d. Proposal or Bid Security {see Special Instructions to Bidders, Part A and C2-2.6) Cl-1.10 CONTRACT: The Contract is the .formal signed agreement between the Owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract ·Documents. · · Cl-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the location, dimension and position of the various elements of the project, including such profiles, typical cross-sect{ons, layout diagrams, working drawings, preliminary drawings and such supplemental drawings ai the Owner mai 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 ~re a part of the"Contract Documents just as though they were bound therein. Cl-1. 12 CI TY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Mange~, each of which is required -by charter to perform specific duties. Responsibility for final enforcement of Contracts involving the City of Fort Worth is by ~harter vested in the City Managir. The terms City and Owner are synonymous. Cl-1.13 ·cITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. Cl-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tern of the City of Fort Worth, Tex~s. Cl-1.15 CITY MANAGER: The officially appointed and authorized · City Manager of the City of Fort Wcirth, Texas, or his duly authorized representative. Cl-1.16 CITY .ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas, br his duly authorized representative. Cl-1 (3) Cl-1.17 DIRECTOR OF PUBLLC 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 D!RECTOR, 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,· qr agents. Cl-1.19 ENGINEER: The Dir~ctor of Public Works, the bire~tor of tha Fort Worth City · Water Department, or ~heir .duly ~uthorized assistants, agents, engineers; inspectors, or superintendents, acting·0 within the ·scope of the particular duties entrusted to them. · Cl-1.20 CONTRACTOk:. 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-contr~ctor is a person,:firm, corporation, or others under contract with the principal contractor, supplying labor and materials or only iabor, for work at the site of the p~ojecL Cl-1.21 SURETIES: The Corporate bodies which are-bound by such bonds are required with and for the Contractor. The sureties engaged are to b~ fully responsible for the entire and satisfactory fulfillment of the contract and. for any and·. all requirements as set forth in the Contract Documents and approved changes th.e_rc~in. Cl-L 22 T.HE _.WORK OR PROJECT: . The c .ornpleted work contemplated in aqd ccivered by the contract Documents, including but not limited to the furnishing . of all labor, materials, tool~, ·equipment, and incidentals necessary to produce a completed and serviceable project. · Cl-1. 23 WORKING DAY: · A working .day is def.ined as a calendar . day, not including Saturdays, Sundays, and legal holida~~, in which the weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven <7> hours between 7:00 a.m. and 6:00 ~.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 Fort Worth for obse rvance by City employees as follows: Cl-1 (4) - 1. 2. 3. 4. 5. 6. 7. 8. 9. New Year's · Day . January 1 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 Third Monday in January Last Monday in May 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-1.26 ABBREVIATIONS: Wherever the abbreviations defined herein appear in Contract Documents, the intent and meaning shall be as follows: AASHTO - ASCE LAW ASTM AWWA ASA HI Asph. Ave. Blvd. CI CL GI Lin. lb. MH Max. American Association of MGD State Highway Transportation Officials American Society of Civil Engineers In Accordance With American Society of Testing Materials American ~ater 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.-Monolitbic % Percentum R Radius I.D. -Inside Diameter O.D. -Outside Elev~- F Diameter Elevation Fahrenheit Centigrade C In. Ft. St. CY Yd. SY L.F. D. I. Inch Foot Street -Cubic Yard -Yard -·Square Yard -Linear Foot -Ductile Iron Cl-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 inerease or decrease is more than 25% of the amount of the particular item or items in the original proposal ... All nchange Orders" shall be ~repired by the City from · information as nei:::essary furnished _by the Contractor . . Cl-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley ha~ing one of the following types of wearing surfaces applied over the naturai unimproved surface: 1. 2. 3 ·• 4. 5. Ahy type of asphaltic concrete with or without separate base material. Ahy type of asphalt surface treatment, not inclriding an oi·led surface, with or without separate base material. Brick, with or without separate base material. Concrete, with or without separate .base material. Any combination of the above .. Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, rciadway or other surface is any ~rea except those defined above for "Paved Streets and Alleys." Cl-1.30 CITY STRtETS: A ·city street is defined as that area between the right~of-way lines as the street is dedicated. Cl-1.31 ROADWAY: The roadway is defined as the area bet.ween parallel lines two (2') feet _back of the curb lines or fo~r ( 4') feet back of the ave:rage edge· of pavement where no carb exists. Cl-1. 32 GRAVEL STREET: A gr_:ivel street is any unpaved str_eet to which has been added one or more applications of gravel or similar ·material other than th~ natural material found on the street surface before any i~provement was made . . cl-:1(6>. ; - SECTION C -GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.l PROPOSAL FORM: The Owner will furnish bidders with proposal form, which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder's general .understanding of the project to be completed, provide a space . for . furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Expeiience Record," "Equipment Schedule," and "Financial Statement, n all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for ooening of bids. 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 hav~ been so prepared as · to reflect the current financial status. This statement must be current and not more than one ( 1) year old. In the case that a bidding date 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 (10%) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nattire and magnitude as that of the project for which bids are to be received, and .such experience must have been on projects completed not more than five "{5) years prior to the date on which are to be received. The Director of the Water department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2;2 INTERPRETATION OF QUANTITIES: The quantities of work .and materials to be furnished as may be listed in the proposal C2-2(1) ' ,. forms or other parts of th e Con tra ct Docum e nt s will be considered as aporoximate only and will b e used for the purpose of comparing. bids on a uni f orm ba s i s . Pa ym e nt will b e made to the .Contractor for onli the actual quantiti e s o f work perfo-rmed or materials furnished in strict accordance "lith -the · Contract Documebts and Plani. The quantities of work to b e 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: Bidde~i ar~ ~d~i~ed that th~ Cont~act Documents bn f ile with the Owner shall constitute all of the information which the Owner will furnish. All additional .information and data which the ownei will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Docum e nts just as though such addenda were actually written into the_ original· Contract Documents. Bidders ate requir~d, prior to the filing oi proposal, to read and beconie familid.r with the Contract Documents, to visit the site of the project and examine carefully all lo~al conditions, t6 infer~ themselves by theii own ~ndependent research and investigations, tests, boring, and by such ~ther _ means as may be necessary to gain a complete knowledge of the , conditions which will be encounter~d .dtiring the constructiori of the ~reject. They must judge for themselves the difficulfi~s of the work and ail ~ttending circumstances affecting the cost of doing the work or the time regui~ed for its completion, and obtain all information re.quired to make an . intelligent·· proposal. No informa_tion given ·by the Owner or any representative of the Owner other than that contained in the .Contract Documents and officially promulgated addenda £hereto, shall be binding upon the Owner~ Bidders shall rely exclusively and .s .ol.e .ly .up .on · t .heir .own estimates, investigation, research, tests, explorations, and other data which are necessary for full and ~o~plete 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 ihvestigations, examinations and tests herein required. Claims for additional compensation .due to variations between conditions actually encountered in construction and as indicated in the Contrp.ct Documents will not be -allowed. The logs of Soil Boring s , if any, showing on the plans ar e for general information only and may not b e correct. Neither th e C2 -2 (2 ) - - l ....... ,.: ~ Owner not the Engin2er ~uarant ee that the data shown is representative of conditions which a c tually ex ist. C2-2.4 SUBMITTING 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, writteti 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, th_e p_rice most advantageous to the City shall gover~. · If a proposal is submitted by an individual, his or her name must be signed by him Cher) or his Cher) duly authorized agent. If a proposal is submitted by a firm, association, or partnerthip, 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 ~nd business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power of Attorney authorizing agents or others to sign · proposal must be properly certified and must be in writing and·, submitted with the proposal. C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures, 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 after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2.6 BlD SECURITY: No proposal -will be congidered unless it is .accompanied by a "Proposal Security" of the character and in the amount indicated in the "Notice to Bidders" and the "Proposal." The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, ahd by way of a guaranty that if awarded the contract, the Bidder will withiri the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The bid security of ail other bid9ers may be returned promptly after the canvass of bids. C2-2(3) ' ,. C2-2.7 DELIVERY OF PRO P OSA L:. No pro p osal ·will b e COusidered unless it is d e li v er ed , a ccompanied by its proper Bid Security, to t he City Ma na g e r or hi s r e presentative in the official plac e o f busin e s ~ a~ set forth in the "Notice to Bidders." 'It is th e Bidd e r's sole r-esponsibility to deliver ·the proposal at th e proper ti me t6 the prop e r 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 s e aled envelope ·pl~inly marked with the word "PROPOSAL," and the name or description of the project as . designated in the "Not ice to Bidders." The envelope shall be addressed to the City Manag e r , City Hall, Fort ~orth, Texas . t2-2 .8 WI1HDRAWING PROP OSALS: Prop6sals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposal~. A r e quest for non-cbnsidera~ion of a proposal must be made in writing, addres~ed to the .City Manager, -and fil e d with him prior to the time set for the opening of proposals. After all proposals not requested for non~consideration ar e opened and publicly read aloud, the propqsals for which non-consideratiori requests have been properly filed ~i at the option of -the Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSI,LS: Any bidde~ may modify his proposal by telegraphic communication at any time · prior to the time set for opening proposals, provided such telegraphic communication i s 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 confirmatfon cif such .telegraphic communication over the signature of the -_biddei was mailed prior to the proposal _opening time. If such confirmation is n6t recei~ed within forty-eight (48) hours after the proposal opening time, ho further consid~ration will be given to the proposal. C2-2 .10 PUBLIC OPENING OF -PROPOSAL: -Pi;-oposals which have been properly filed and £or which no "Non-consideration Request" has been r~ceived will be publicly opened and reid aloud by the City Manager or his authorized representative at the time and place indicated in the "Notice to Bidders." ~11 ~ro~osals . which-have been opened and read wi 1 1 remain on file with the · Owner ·until the contract has been awarded .. Bidders or their authorized .representatives are irivited to b~ present for the opening of bids . C2-2 .11 IRREGULAR PROPO SAL S: Prop osals shall . be considered as being "Irre gular" if th ey sh o ~ any omissions, alterations of fo r m, additions, o r con ditions n ot call e d f or, unauthori zed al tern a te bid s , o r irregulc1.r itie s o f an y k i nd. How e v er , th e C2-2 (4) - - -;, ' -· Owner reserves the rig ht to waive any and all irregularities and to make the award of the contract to the best interest of the City. 1endering a proposal after the closing hour is an irregularity which cannot be waived. C2~2.12 DISQUALIFICATION OF BIDOERS: Bidders may be disqualified and their proposals not considered for any of, but not limited to, the following reason: a. Reasons for believing that collusion exists among bidders. b. Reasonable grounds for believing that any bidder is interested ~n more than one proposal for work contemplated. c. The bidder being interested in any litigation ·against the Owner or where the Owner may have a claim against or be ~ngaged in litigation against the bidder. . d. The bidder being in arrears on any existing contract or having defaulted on a previous contract. e. The bidder having performed a prior contract in an unsatisfactory manner. f. Lack of competency as revealed by the financial statement, experience record, equipment·schedule, and such inquiries as the Owner may see fit to make. g. Uncompleted work which, in the judgment of the Owner, will prevent or hinder the prompt completio~ of additional work if awarded. h. The bidder no~ filing with the Owner, one week in advance of the hour of .the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder as specified in Part "A" -Special Instructions. 2. 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. 3. 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 Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. C2-2(5} PART C -GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS 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 totai obtained by taking th~ 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 technicallties, 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 ag;ees, upon request by Owner, to allow and audit and/at an examination of any books, records, or files in the possession of Contractor that will substantiate the actual work performed by the MBE or WBE. Any materiaL misrepresentation of ·any nature will be grounds for termination of the contract and for initiating any action under appropriate federal, state or local laws and -ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for · bidding on future Contracts with the Owner for a period of time of not less than six (6) months. C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinance prohibiting discrimination in employment practices. C3-3 {l) . .. r r · . Th ~ Contractor s h a ll p o st t h e require d n ot ic e to that e ff e ct on the project site, a nd, at his r e quest, will be provided as s ist a nce b y t he Ci ty of For t Wo rth's Equ a l Employment Off ic e r wh o will ref e r a n y qualifi e d a pplicant h e may h3.v e on file in hi s offic~ to t h e Contractor. A~pr op ri ate notic e s may b e acquir e d from the Equal Employme nt Of fice r . C3-3.4 WITHDRAWAL DF PROPOSALS: After a proposal has been read by the Owner it cannot be withdrawn by the Bidder within forty-five (45) days after the date on which the proposals - were _opened. . . C3 -3.5 AWARD ot CONT RACT: The Owner reserves the right to · withholdfinal action on the prop6sals for a reasonable time, not to exceed forty-five (~5) days after the date of opening proposals~ and inn~ even~ will an award be made until after investigations have been made as to the responsibility of the p roposed awardee. -. The award of the contract, if an award is made, will be to the lowest and best responsible bidder. The award of th~ contract shall not become e£fective until the Owner has notified the Contractor in writing of such award. C 3-3. 6 RETURN OF. PROPOSAL SECURITIES: . As soon as proposed price totals have been determined for compa~ison ·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 ha~ been execnted arid bond furnished or the Owner has otherwise .disposed of the bids, afte r which t h ey will be returned by the City Secretary. C3~3. 7 BONDS: Wi th t h e execution and . d e livery of the Contract DoeumentsJ the Contractor shall furnish to, and file with the Owner in the amounts herein r equired, the following bonds: a. PERFORMANCE BOND: A good and _ suff{.cient . performance bond in an a mount not less than 100·. percent of the amount of the contract, as evidenced by the prop o s a 1 tab u 1 at ion or -o the. r wise , -guarant ee ing t h e full and faithful execution of the · work and perfo ~mance of th e contract, and for the orot e ction of t h e Owner a nd all other oersons ~3 a i nst d a mage by ·re ason of negligenc e .of the Cont ra cto r , o r im p roper exe cutiori of th e work or t h e u se o f i n fe r ior ma t e rials. This pe r formanc e C3 -3 (2 } i ; r~· r~·:"! r-: i. l. bond shall guarantee the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. b. MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful c. performance of the general guaranty which is set forth in paragraph C8-8.10. · 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 House Bill 344 Acts 56th Legislature,_ Regular Session, 1959, effective April 27, 1959, and/or the lat~st version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being construct~d und~r these specifications. Payment Bond shall remain in force until all payments as above stipulated are made. d. OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureti~s will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the owner. All bonds shall be made on . the .forms . furnished .. by_ the Owner and shall be executed by an approved surety company doing business in the city of Fort Worth, Texas, and which is acceptable to the owner. In order to be acceptable, the name of the surety shall be included on the current U.S. Treasury list ·of acceptable sureties, and the amount of bond written by any on~ acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to .that effect and the Contractor shall immediately provide a c3:...3 (3 > n e w surety satisfactory to t he Owner. No payme nt will b e mad e under th e contr a c t until th e new sur e ty or s ur et i es , as r equired, have qualified an d ~have b een accepte d by th e Owner. The contract shall not b e oper a tive nor will any paym e nts be du e or p ai d until approval of the bonds by t h e o wn e r. C3-c-3.8 EXECUTION OF CONTRACT: Within ten (10) days ::1.£ter the Owner has by appropriate resolution, or otherwis e , award~d the contract, the Contractor shall execute and file with the owner the Contract and such bonds qS may be required in the Contract Documents. No contract. shall. b.e -binding . upon the owner until it has been attested by the City S~cretary, approved as to form and lega_li ty by the City Attorney , and executed fo"t the Own-er by either the Mayor or City Manager. · C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10) days aft~r 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 th'e market prices of material and. labor, and it being impracilcable and difficult t~ accur~tely determine the amount of damages _occuring to the Owner :by reason of said award~e's failure to execute said bonds i~d contra~t within ten (10) days, the proposal security accompanying the proposal shall be the agreed amount of damages which Owner will suffer by reason of such failure on the part of the Awardee and shall thereupon immediately be forf~ited to the o~rier • . The £iling of a proposal will be considered as an acceptance of this provii{on by the Bidder. C3-3.10 BEGINNING WORK: The Contractor shall noi commence work until authorized in writing to do so by the Owner. Should the Contractor fail · to commence work at the ·sit-= of the project within the time stipulated in the written authorization usually termed the "Work Order" or "Proceed Order", it is agreed that the Surety Company will, within ten (10) days after the commenc~ment date set forth in such written authorization, commence the physical execution of · the contract. C3-3 .11 INSURANCE: The Contractor shall not commence work under this contract until ~e has obtained all the in~urance required und e r the Contract Documents, and such insurance has b e en approv e d by the Owner. _Th e . prime Contractor shall be res ponsibl e f or d e liv e ring to th e Owner th e su b -contractor s ' C3-3 (4) - r-~ f; -' certificate of insurance for ap prov a l. Th e p r ime contractoc shall -indicate on the certificate of insuranc~ included i n the documents f o r exec~tion whether or not his insurance covers sub-contractors. I t is the intention of the Owner that the insurance coverage required h e rein shall include the coverage of all sub-contractors. a. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Workers' Co~pensation Insurance on ail of his employees to be engaged in work on the · projeqt under this contract, and for all sub~contractors. In case any class of employees engaged in hazardous work on the proj~ct under ·this contract is not protected urider the Workers' Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. b. c. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the life of this contract Contr~ctor's Comprehensive General Liability Insurance. ( Public Liability and Property Damage Insurance} in an amount not less than $500,000 coveri.ng each occurrence on account of bodily injury, ·including death, and in an amount not less than $500,000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: 1. 2 •. 3. 4. Contingent Liability (covers General 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 foe $500,000. C3-3 (5) d. e. f. g. 5. Builder's risk (where above-ground structures a re involve d). 6. Contractual Liability (c~vers all indemnification requirements of Contract). AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain, durirrg the life of this Contract, Comprehensive Automobile Liability i~surance in an amo~nt not less than $250,000 for injuries includfrig 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, arid automobile property damage insurance in an amount not less than $100,000. SCOPE OF INSURANCE ANfr SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adeq~ate protection for th~ Contractor and his sub-contractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or iridirectly_employed by him, and also against any of the following speciaL hazards which .may be ·encountered in ·.the performance of the Contract. · · PROOF OF CARRIAGE OF INSORANCE: The Contractor shall furnish the Owrier .w1 th satisfactory-proof of coverage by insurance required in these Contract . Documents in amounts and ·by carriers satisfactory to the Owner~ (Sample attached.) All lnsurance requirements made upon the Contr-actor shall apply to the sub-contractor, should the Prime Contractdr's insurance not cover the sub-contractor's wbik operations. LOCAL .AGENT FciR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's _insura:nce and performance, .payment, maintenance and all such other bonds are written shall be represented by an agint or agents having an office located ~ithin the city limits of the C3-3 {6) i .d. I., - J.. City of Fort Worth, Tarr1nt County, Texas. Each such agent shall be a duly qGalified, one uoan whom service of process may be had, and mdst have authority and power to act on beh~lf 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 Contradtor, 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 · agefft · or claims officer residing in the Metroplext the Fort Worth-Dallas area. The name of the agent or agents shall be set fotth on all of such bonds and certificates of insurance. C3-3.12 CONTRACTOR'S OBLIGAtIONS: Under the Contract, the Contractor shall pay for all materials, labor and services when d1.ie. C3-3.13 WEEKLY PAYROLL: A certified.copy of each payroll covering payment of wages to all person engaged in work -0n 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 perioj. A copy or copies of the applicable minimum wage rates as set forth in tbe Con ·tract 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, po~ting and protection of the wage rates shall be the responsibility of the Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person, p2rsons, partnershi9, company, firm, association, corporation or other who is approved to do business with and enters into a contract with the City for construction 0£ water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth-Dallas metropoli~an ar~a. The Contractor shall charge, d2legate, or assign this office (or he may delegate his Proj~ct Superintendent} with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters pettaining to tha work governed by the Contract whether it be administrative or otherwise and aa such shall be empow2red, thus deleg.::ited ana. di::-::!ct.ea, to sei:tle all m~t=rial, labor or other expenditures, all claims against the work or any other C3-3 ( 7) matter asso~iated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority foi administration of the work under the Contract . shall be maintained until all bus ·iness · transactions executed as part of the Contract are complete. Should the Contractor's principal base _o£ operations be other than in th~ Fort Worth-Dallas metropolitan area, notification of the Contractor's assignment of local authority shall be made in writing to the Engi_neer in advance of any wor·k on the project, ~11 appropriately sig~ed and sealed, _as applicable, .by the Contractor's -respon's ·i ·ble officers with the understanding that this written assignment of authority to a local representative shall become part of the proje~t Contract as though bo~nd directly int6 ~h~ pr6ject documents. The intent of these requirements is that all mattars associated with the Contractor's administration, whether it be oriented in furthering the ~ork, or other, be governed direct · by iocal authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor's local representative £ ail to perform to th_e satisfaction of Engineer, the Engineer, at his sole discretion, may demand that such lo~al representative Se replaced and the Engineer may, at his sole discretion, stop all work until a new local a~thority satisfactory to the Engineer is assig~ed~ 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 C 8 J 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 intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that · the ·Contractor ·shall do all work as provided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project. C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipul~ted or covered by General or Special c6nditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, then "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals 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 th~ right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or .decreased at the unit prices. Such increased or decreased quantity shall not be more than 25 percent of the contemplated quantity of such item or items. When such changes incr~ase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised co~sideration to be determined by special agreement or as hereinafter provided for "Extra Work ." No allowance ~ill be made for any changes in anticipated profits nor shall such changes be considered as C4-4 (1) waiving pr invalida t ing any conditions or provisions of the Contract Documents. Variations · in quantiti~s of sanitary sewer pipes in depfh categories, shall be interpreted herein as applying to .the overall quantities or sanitary sewer pipe in each pipe size, b~t not to the various depth catagori2s. C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change Order, the Owner reserves the right to make such. changes in the Contract Documents and in the character or quantities of the work as may be necessary or de.s_irable t,o in.sure .completion in the most satisfactory ~anner, provided such chan~es do not materially .alt~r .the original Contract Documents or change the general n~ture of the project a~ a whol~. Such changes shall not be considered as waiving or inval.idating any condition or provision of the Contract Docum-::nts. . . . c~-4.5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents oc of quantities or for othei reasoas for which no prices are provided in tbe Co~tract Documents, shall be defined as "Extra Work" and shall be ~erformed bi the C~itractor _in ac~ord~nce with thes~ Contr~ct Documents or approved additions ~hereto;.~rovided, however, that before any extra work is begun a nchange 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. Uriit bid price previously approved. b. c. An agreed lump sum .. The actual r~asonable cost of {l) labor, (2) rental of equipment used on the extra work for the time so used at l,ssociated General Contractors of America current equipment rental rates; (3°J -materials entering permane~tly into the project, and (4) actual cost ·of insurance, bonds, and social security as determined by the bwn~r, plus a fixed fee to be agreed upon but not to e~ceed 10% of the actual cost of such extra wotk. The fixed .fee is not to include any addi~ional profit to the Contractor for rental of equipment owned by him and used for the extra work. The fee shall be full and compl~te _compensation · to cover -fhe -cost o.f suoeriritendence, overhe3d, other profit, gener1l 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 th e me thod C4-4 ( 2) = ,_ ; ' l ..., i - sugg2sted by the Own e r an d shall giv e th e Owne r access to all accounts, bills, vouchers, and r':!cords rela t i n g to the. Extra Wo r k . No "Change Order" shall be come effective until it has b ee n a pproved and signed by each of the Contracting parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In cas .e any orders or instructions, either oral or written, appear to the Contractor t o involve Extra Work for which he should receive compensation, he shall make written reque s t to th e Engineer for written ordets ·Atithorizing s~ch gxtra Work, prior to beginning such work. Should a difference arise as to what doe s or does not constitute Extra Work, or as to the payment thereof, and the Engineer insists upon its performanc e , the Contract or shall proceed with the work after making written requ e st for written orders and shall keep an accurate account of the actual reasonable cost thereof as provided under method (Item CJ. Claims for ~xtra work will not be paid un l ess the Contractor shall file his claim with the Owner within fiv e (5) days before the time £or making the first estimat~ after su-ch work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon the said Extra Work. The Contractor shall furnish the Owner such installation records of all d e viations f rom the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a c6rrected set of plans show~ng the actual installation. The ciompensation agreed ~pon for 'extr a work' whether or not ini itiated by a 'change order' shall be a full, complete and final payment _for all costs Contractor incurs as a result ot relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, includi~g without limitation, any costs for delay, extended overhead, r ipple or impact cost, or any other effect on chang e d or unchanged work as a r2sult or th~ change or extra work. C4-4.6 SCHEDULE OF OPERATIONS: Before commencing any work under this contract, the Contractor shall submit to the Own 2 r and receive the Owner's approval thereof, a uschedule of Operations," showing by a straight line method the date of c o mm e ncing and finishing each of the major elements of tb e contract. Tb e r e s hall b e a lso shown th e e stimat ed monthly c ost of work for which e s t i ma t e s are to b e ex p~ct 2 d. The ~~ C4-4 (3) , l. shall b e pr ese nte d al so a com posi t e gr aph s howing the anticipated pr og r e ss of con s t ruc t i on w ith t h e tim e being plot t ed horizont a ll y and the pe r cen tag e o f c om p leti o n plotted ver~ically~ Th e prbg i es s c har t s s h a ll b e pr e par e d on 8-1/2" x 11" sheets and at least five black or blue line prints shall be furnish e d to the Owner. · C4-4.7 PROGRESS SCHEDULE S FOR WATER AND SEWER PLANT FACILITIES: Within ten (10) days prior to submission of first monthly progress piyment, th ~ Contractor shall prepare and submit to the Owner for approval six copies of the schedule in · which the-Contract o r p r opos e s to carry on the work, the date of which he will st out ·the several major activities Cincludi~g procureme nt 6f materials, plans, and equipment)· arid the contemplat~d di~es for com~leting thi same .. The schedule shall be in the form of a time schedule Critical ·path Method {CPM) network: diagram. As the work progresses, the Contractor shall ent2r on the ·diagram the actual progress at the end of each partial payment period _ or at such intervals as directed by the Engineer. The Contractor shall .also revise the schedule to reflect any adjustments ·in contract time approved by the Engineer. Three copies of the updated schedule shall be deliver~d at such ~~tervals as direct~d by the Owner. ~s a minimum, the construction schedule shall ·ihcorporate all work: elements and activities indicated in the proposal and in the technical specifications. Prior to the final drafting 0£ the detailed cons~ructio~ schedule, the .Contractor shill 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 prepa~ing the construction scheaule: a. Milestone dates and final project completion dates shall be deJeloped to confocm to tim~ constrai~ts, sequencing requirements and completion time. ihe construction proce s s shall be divi~ed int6 activities with time durations of approximately fourteen {14) days and construction valbes not to e xceed $50,000. Fabrication, deli~ery and s ubmittal 3 ctivitie s a r e e x ce pt ions t o this guideline. C4 -.f (4) .d. c. Durations shall ~~ i~ calen d ar d a y s and norm a l holiday s and wea th ~r c o nditi o n s o ver the duratio ~ o~ th e contract shall be account e d for within the duration of each a ctiv ity. d. One critical ?at ~ shall be shown on th e construction sch 2 du l~. e. Floa~ time is defined as th~ amount of tim e between the earliest start date and the latest start date of a chai~ of activities of the CPM construction schedu le. Float time is not for th e exClusive · use or 02n2£it of· ·e1ther the Contractor or the owner. f; Thirty days shall be used for submittal review unlesi otherwise sp~cified. The construction schedul~ shall as a minimum be divided into general categories as indicated in the Proposal and Technical Specifications and each general category shall be broken down into activities in enough detail to achi$ve activities of approximately fourteen (14) days duration. For each general category, the construction schedule sha ll identify all trades or subcont~acts whose work is represented by activities t hat follow the guideline~ of this Section. For each of the t rades or su b contracts; the construction schedule shall indicate t he following procurements, construction and preacceptanc~ activities and events in their logical sequence for e q ,Jipment and. mat=rials. 1. Preparation and tr.ansmit~al of submittals. 2. Submittal revi~w periods . 3. Shop fabrication and delivery. 4. Erection or installatio ~. 5. Transmittal of manufa~t~rer's operation and maintenance instruction s. 6. Installed equi;?me n t ano mat~riaL; te s ·ting. 7. Owner's open.tor inst .r uc ':.ion (it 2.p9 licable). 8. Final inspection. (:4 -4 :5 ) 9. . Op era tional · 10 ~ Fin a l in s pection. If, in the opinion of the Owner, work ac~omplished falls behind that scheduled, the Contractor shall take such action as necessary to improve his progress. In addition, ~he Owner may r e quire the Contractor to submit a revised schedule demonstr~ting his program and proposed plan · to m~ke up lag in scheduled progc~ss and to insure completion of the work within the corttract time. If ·the Owner finds th~ proposed pla n not acceptabl~, he may require the Contr~6 tor to increasa the work force, the 6onstruction plant and equipment, the number of work shifts or th e overtime operations without additional cost to the Owner. Failure of the Contractor to comply with these requ.irements sh a ll be consid~red grounds for determination by the Owner that the Contractor is failing to prosecute the work with suth diligenc e as will insure its completion within the time specified. ~4 -4 (5) ,- ?"':1 r; ,..__._: PART C -GENERAL CONDITIONS CS-5 CONTROL OF WORK AND MATERIALS SECTION CS-5 CONTROL OF WORK AND MATERIALS CS-5.1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. He shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, rate of progress of the work, overall s~quence 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 tha contract documents. He shall determine the amount and quality of the work ·. completed and materials furnished, and his decisions and estimates shall be final. His estimates in such event shall be a condition to the right of the Contractor 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 th~ Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters, the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the Owner and Contractor, a written decision on the matter in controversy. CS-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with ·lines, grades, cross-sections, finish, and dimensions shown on the plans or any other requirements otherwise described in the Contract Documents. Any deviation from the approved Contract Documents requir~d py the Engineer during construction will in all case~ be determined by the Engineer and authorized by the Owner by Change Order. cs-s (1) r CS-5.3 COO R DINATION OF CONT RACT DOCUMENTS: Th e Contract Documents are made up of several sections, which, taken together, are intend ed to describe and provide for a complete and useful proj e ct, and any requireme nts app e aring in one of the sections is as binding as thou gh it occurred in all iections. In case of discrepanci e s, figured dimension shall govern over scaled dimensio ns , plans shall govern over specifications, special conditions shall govern over general .conditions arid standard specificati-0ns, ana ·quantities shown on the pla?s shall gov~rn over those shown in the p~oposal. · The Con tractor shall not take advantage of any appar2n t error 6r omission in the Contract Docurnerits, 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 -th e Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Enaineer. In the event of a confiict in the drawings, specificati~ns, or other portions o{ the ~ontract Documents which were ncit reported prior to the award of Contract, the Contractor shall be ~ee~ed to have quoted the most expensive resolution of the conflict. CS-5.4 COOPERATiON OF CONTRACTOR: The Contra~tor· wil~·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 th e work t~e constant attention necessary to facilitate the progress thereqf and shall cooperate with the Enginee::-, "his inspector, and other Contracto_rs in every possible way. The Contractor shall at all times h ave competent personnel · availab~e to the project site for proper performance of the w6rk. The ContrActoi Bh~ll provide 'and ~aintai~ at all ti~es at the site of the project a competent~ ·English-speaking superintendent and an assistant who are fully authorized to act as the ~ontra~tor's agent on the work. Such superintend~nt and his assistant shall b·e capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or his . authorized representatives. Pursuant to this responsibility of the Contractor, the Contractcr shall designate in writing to the project superintendent, to act as the Contractor's agent on the work~ Such assistant project superintendent shall be· a resident of Tairant Count y , T exas and shall be subje~t to call, as is the project Sup erinte nd ent , at any time of the d a y or night on a ny day of the week on which th e Engine er determines that cir2umstances requ ir e th e presence on the proj ec t site of a re pre s e~tative of the Contractor to CS-5 (2) l .' 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 material.s entering into the work. CS-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. Such a response shall occur day or night, whether the project is scheduled on a calendar-day or on a working-day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies, omissions, or corrections necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work oc changes aie to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The city shall then deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due the Contractor on the project. 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 shall be not less than 10 by 14 feet in floor area, substantially constructe~, well heated, air condition~d, lighted, and weather-proof, so that documents will not be damaged by the elements. CS-5. 7 CONSTRUCTION STAKE·S: 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 est~blish~d by means of stakes 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 ~ay be establis~ed for the Contractor's use or guidance shall be preserved by the Contr~ctor until he is authorized by the ~ngineer to remove them. Whenever~ in the opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost of replacing such stikes or .marks plus 25%.~ill be charged against the Contractor, and the full amoufit will be deducted from pa:yment· due the Contractor~ cs~s.e AUTHORITY ASD DUTIES OF .CITY INSPECTORS: City Inspectors will be authorized to inspect all work done and to be done and all materials furriished. Such. insp~ction may extend to all or any part of the work, and the ~reparation or manufacturing of the ma t2 rials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer as to the progress of the w6rk and tha manner in which it · is being performed, to report any evidence that th.e materials being . furnished or the work being performed by the Contractor fails to fulfill the reqdirements 6£ the Contract Documents, and to call the attenti6n of .the . Contractor to any such f ai 1 ure or other. in fr inge'men ts. Such inspecti6n or lack of inspecti6n will not relieve the Coritractor from any obligation to perform the work in accordance .with the requirements of . the Contract Documents. In case of .any dispute arisio·g between the Contractor and the City Inspector as to the · materials or equipment furnished or the mannei of ~erforming the work, the Citi Inspector will have authority ~o reject materials or equipment to suspend work until the question at issue can be referred to and be decid~d by the Engineer. The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release aiy requirement of these Contract Documents, nor to approve .or accept any portion or ·section of the work, nor to issue any instructions contrary to the requirements of the Contract Documents. He will in no case act a~ sup~rintendent or foreman or 2erform any other duties for · the Contractor, or interfere with the management or operation of the wotk. He will not ac~ept fr6m the Contractor any compensation in any ·form for performihg any duties. The Contractor shall regard and obey the directions and instrµctions of the City Inspector or Engine?r when the .same are consistent with the obligations 6£ the Contract Docum~nts~ provided, however, should the Contractor object . to any orders or iostru8tions of the City Inspector, the Contractor may within six days make written a~peal to the Engineer for his decision on the matter in controversy. CS-5 (4) i- ! ; CS-5.9 INSPECTION: Th e Contr~ctor shall furn ish the Engineer with every reasonable facility for ascertaining wh e ther or not the work as perform ed is in accordance with the requirements of the Contract Doct:im.e nts. r( the Engine e r so requests, the Contractor shall, at any time before acceotance of the work ~ I remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall rest~re said portions of th e work to the standard required by the Coritr~ct Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the cov~ring or making good of the part3 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 1 s expense. No work shall be done or materials used without suitable supervision or inspection. CS-5 .10 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK: All work, materials, or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at his own expense. Work done beyond the lines and grades given or as shown pn the 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 provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removefr 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 defective or unauthorized work shall not constitute acceptance of such works. CS-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if Contractor wishes to furnish or use a proposed substitute, he shall, prior to the preconstruction conferenc~, 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, b e 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 th~ proposed cs-s ( 5) t substitute 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 substitut~ 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 .Qwn;er and Engineer and anyone directly 6r · indirectly employed by either of thein from ~~d against the claims, damages, losse~ and expenses (including attorneys fees) arising out of the use of ·substitute d materialj or equipment. CS-5 .12 SAMPLES AND TESTS.s·OR MATERIALS: Where 1 in the opiriion of the Engineer 1 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. The failure of the Owner to make any tests of materials shall be in no way relieve the Contractor of his responsibility of furnishing miterials artd equipmeht ·fully cohforming to the requirements of the Contract Documents. Tests _ and sampling of materials, unless otherwise specified~ ~ill be made :in accordance with the lat.est methods prescribed by the American Society for Te~ting Materials or specific requirements of the :, ·· owner. The Contractor shall orovide such faciJ.i ties as the Engineer may require for collecting and forwarding sampies and shall not, without sp~6ific ~ritten permis.sion · of ·the Engineer, use the materials repres~nted by the samples rintil tests have been made and the materials approved for use. The Contractor will furnish adequate sample~ iithou~ ch~r~e to the Owner. ··In . case of .concrete, the aggregates, des.ign minimum, and the . mixing and transporting e ·qui.i:rment ·shall 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. Tests shall be made at least 9 days ptior to the placi~g of concr~te, using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the sourc·e of supply chang~, new tests shall 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 ~onstruction operition shall be stored so as to insure the preservation of" the quality and fitness of the war%. When directe d by the Engine~r, they -shall be plac~d on wooden pla~form s or othir h a rd, cl e an durable sutfaces and not on the ('t:;_c:; I h) L 'i . ! \ ground, and shall be placed und e r cover when direct e d. Stored materials shall be placed and located so as to facilitate prompt inspection. CS-5.14 EXISTING STRUCTURES AND DTILITIES: The location and dimensions shown on the Plans relative to existing utilities are based on · ~he best information ~vailable. Omission from, or the inclusion of utility locations on the Plans is ~ot 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· th·e Owner i 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 ~ufficient 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 whieh 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 eonstruction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions _in order to protect all existing utilities, structures and seivice lines. Verification of existing utilities, structures and service lines shall include notification of all utility companies at least forty eight {48) hours in advance of construction including exploratory excavation if necessary. All verification of existing utilities and their adjustment shall be considered ·as subsidiary work. 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: 1. Notify the Water Department's Distribution Divisi6n as to location, time, and schedule of service interruption. cs-s (7) 2. Notify each customer personally through respo_nsible 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 kno~. The tag shall be durable in composition, and in large bold type shall say: "NOTICE" Due to Utility Improvement in your neighborhood, your {water) (sewer) service will be inter- rupted on between the hours of and This inconvenience will be as short as possible. Thank you, Contractor Address Phone b. Emergency: , In the event that an unforeseen service interruptioh occurs, noti~e shall be as above,but immediate. CS~S.16 MUTUAL RESPONSIBILITY OF CONTR~CTORS: If, through acts or neglect on the part of the Contracto~, any ·other Contractor or any sub-contractor shall suffer loss or damage ori the woik, the Contractor ~grees to sett~e ~ith such oth~r Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub-contractor shall assert .any claim against the Owner on accourit of any damage alleged to have . been sustained, the O~ner will notify the Contractor, who shall indemnify and save har.mless the Owner against any such claim. CS-5.17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution 0£ the work under these Contiact Documents shall be accomplished in keeping ~ith a daily routine established to the the satisfaction of the Engine~r. Twenty-fours fouis after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if . the Contractor fails to correct the C5-5 (8) unsatisfactory procedur e , the City may take such direct action as the Engineer de e ms appropriate to correct the clean-up deficiencies cited to the Co!}tractor in the written notice, and the costs of such direct action, plus 25% of such costs, shall be deducted from monies du e or to b ecome due to the Contractor. Upon the completion of the project as a whole as covered by the·se Contract Documents, and befor~ final acceptance and final payment will be made, the Contractor shall clean and remove from the .. site of. the project all. .surplus and discarded materials, temporary structures, and debris of every kind. He shall leave the site of all work in a neat and orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by hi~ and shall deliver over such materials and equipment in a bright, clean, polished and naw appearing condition. No extra compensation will be made to the Contractor for any ~lean-up requi~ed on the project. CS-5.18 FINAL INSPECTION: Whenever the w6rk 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 inspectio~ will be made within 1o ·days after such notification. After such final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work. cs-s {9) . t PART C -GENERAL CONDITIONS C6-6 LEGAL R3LATIONS AND PUBL IC 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 Laws and City ·ordinances and regulations which in any way affect th e conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted ·later by bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation bf any such law, brdinance, regulation, or order, whether it be by himself or his employees. C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges, costs and fees, and give all notices necessary and incident to the due aria lawful prosecution of the work.· C6-6.3 PATENTED DEVICES, MATERIALS AND PROCESSES: If the Contractor is required or desi~es to use any design, device, material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract prices shall include all royalties or cost arising from patents, trade-marks, and copy rights in any way involved in the work. The Contractor and his sureties shall indemnify and save harmless the Owner from any and all claims for infringement by reason .of .. the use of any such patented design, device, material or process, or any trade-mark or copy right in connection with the work agreed to be performed under these Contract Documents, and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any . time during the prosecution of the work or after completion of the work, provided, however, that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon by the design, type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits. C6-6 (1) C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of ~arbage 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 w6rk on any property ·either public or private, and such regulations as are required by Law shall be put iito immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on th~ work, properly. sec.lu.ded .. from publ.ic observati9n, shall be ~onstrttcted and maintained by the Contract~r and theii use _shall be stricfly enforced by £he C6n~ractor. All such fa~ilities shall be kept in a clean and sanitary condition, free from objectionable .odors so as not.to cause · a nuisance. All sanitary laws and re~ul~tions 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 ~o plaqed and used, and the work shall at all times be so con~ucted, as to cause no grea~er obstruction or inconvenience to the public than is considered to be absolutely . necessary by the Engineer. ·:·The Contractor is required to maintain at all times all phases-of his work in such a manner as not to impair the safety or convenience of the public, ·including, but not limited £0, safe and convenient ingress and egress to property contiguous to the work area.· The Contractor .shall make adequate provisions td render reasonable ingress and egress for ·normal vehicular traffic, except during -actual trenching ·or pipe installation operations, at all driveway crossings. Suth provisions may include bridging, placement of crushed stone or gravel or such other means of providing proper ingress arid egress for -the property served by the _driveway as the Engineer may approve as appropriat~. Such other means ~ay include the diversion of driveway ·traffic, with·specific approval by the Engineer. ·rf diversion of traffic is approved by the Engineer at any location, the Contractor shall make arrangements satisfactory to th~ Engineer at any location, the Contractor shall make arrangements satisfactory to the Engineer for the diversio·n of traffic, and s.hall, at his own expense, pr9vide all materials and perform all ·work necessary for : the con~truct~on and · maintenance of roadways and bridges for such diversion of traffic_ Sid~walks must not be obstructed except by special permission of the Engine~r. The materials · excavated and the con·struction materials such as pipe ·used in the construction of the work shall be placed so as not ·to endanger the work or prevent free access to all fire hydrants, fire alarm boxes; police call .boxes, water valves, C6-6 (2) ; ' .1 r i !;: . j I I I I gas valv e s, or manholes in the vicinity. The Owne r r e serves the right to r e medy a ny neglect on the part of th e Contractor a s reg a rds to public conveni ~nce and s afety which ma y come to · its attention, after t~enty-four hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to r e me dy 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 du e to the Contractor. The Contractor, after ap~roval of the Engineer, shall notify the Fire De partment Headquarters, Traffic Engineer, and Police Department, when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and, when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstr.ucted use by fire apparatus. The Contractor shall promptly notify the Fire Department Headquart e rs when all such obstructed streets, alleys, or hydrants ar e again placed back in service. Where the Contractor is required to construct temporary bridges or make oth e r arrangements for crossing over ditches or stream~, his responsibility for accidents in connection with such crossings ~hall include the roadway approaches as well as the structures of such crossings. The Contractor shall at all times conduct his operation and the use of construction machinery so as not to damage or destroy trees and shrubs located in close proximity to or on the site of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of property own e rs, and no payment will be made by the Owner in sittlement of such claims. The Contractor shall file with the Engineer a written statement showing all such claims adjusted. CG-6.6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEY~, AND RIGHT-OF-WAY: For the performance of the contract, the Contractor will be permitted to use and occupy such portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of -the City, as shown in the Contract Documents~ or as may be specifically authorized in writing by the Engineer. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in th e 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 a s not to inconve nience occupants of adjacent property. If the stre e t is occupied by railway tracks, the work shall b e C6-6 (3) carried on in such manner as not to interfere with the operation of trains, loading or unloading of cars, etc. Other contractors of the Owner may, _for all purposes required by the contract, enter upon the work and premises used by the Contractbr 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 hi.m at his own cost and expense. C6-6.7 RAILWAY .CROSSINGS: When the work encroaches upon any right-of-way -0£ any raf1~~y, the .City will secure thi necessary easement .for the work. · Where the railway tracks are to be crossed, the Contractor shall observe all the regulations · and . inst.ructions of the railway company as to· the methods of p~rforming the work and take all ~recautions for ·.safety of property and the public. Negotiations with the railway companies for permits shall be done by and through the City.· The Contractor shall give the City notice not less than five days prior to the time of _his intentions to beg in work on tha~ portion of the project which is related to the railway properties. The Contractor will not be given extra or additiohal compensation for such railway crossing~ unl~ss · specifically set forth in the Contract Documen.ts. C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is carried on in or adjacent to any street, alley, or publia place, tbe Contractor shall at his own expense furnish, erect,· and maintain such barricades, fences, lights and 4anger signals, sh~11· provide such watcbmen, .and ~hall take all such other precautionary measures for the protection of persons or property arid bf the work as are necesiary. Barricades and fences shall b~ painted in a color that will be visible at night. ·From -sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning lig.ht at ea·ch bar·r icade .. A sufficient number 0£.. barricades shall be erecte·d anJ maintained to keep pedestrians away from, and vehicles · from being driven on or into, any work under constru~tion or being maintained. The Contr~ctor shall furriish watchmen and keep them at their re~pective assign~ents in sufficient numbers to protect the work and prevent accide,rit or damage. All installations ~nd procedures shall be consistent with the provisions set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Reguiating Traffic on Highways", codified as Article 6701d Veron's Civil Statutes~·~~rtinent sections being Section Nos. 27, 29, 30 and 31. . C6-6 (4) . i i : -=-~ 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 ~s 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 tbe above referenced manual and such temporary sign must be installed prior to the remov~l of the permanent-sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the perman~nt sign shall be left in place until the temporary sign requirements are met. When construttion work is completed to the extent that the permanent sign can be re-installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re~installation is completed. The Contractor will be held responsible for all damage to the work or the public due to failure of barricades,. signs, fences, 1 ights, 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 Contraritorts 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 Contract6r for the work and materials involved in the constructing, providing, and maintaining of barricades, signs, fences, and lights pr for salaries of watchmen, for the subsequent removal and disposal of such barricades, sigis, 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 representativ~ of any public service corporation, any company, individual, or utility, and the Owner, not less than twenty-four hours in C6-6 CS) t advance of th~ use of any activity which might damage or endanger their or his property along or adjacent to the work. Where the ·use of ~Xplosives . is to be permitted on the project, as specified -in the Special Contract Documentsi ··or the use of ex~losiyes is requested, the Contractor shall sribrnit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish . evidende that he has insuranc~ coverage to protect against ~ny damages and/or injuries aiising out of s~ch use of explosives. All ci~ims arising out of the use of explosiv~s shall be .investigated and a written report made by the Contractor's insurers to the Engineer within ten (10} days after receipt of written notfce of the claim to the Contractor from either the City or the claimant. The City shall proceed to give notice to the .Contractor of any such claim. The use of explosives may be suspended -by .the Engineer if any complaint is received and such use shall not be resumed until the cause of the complaint has been addressed. Whenever explosives are stored or kept, they shall be stored in a safe and secure manner and all storage plac~s ~hall be plainly maiked "DAN~EROUS EXPLOSIVES" ~rid shall be under 'the care of a competent watchman at all times. All vehicles. .. in which explosives ara being tran~pdrted shall be plainly marked as menti6ned above and shall, insofar as possible, not use he·avy traffic routes. · C6-6.10 WORK WITHIN EASEMENTS: Where the work passes ov~r, ·thiough, or into private property, the Owner will provide such right-of-way or easement privileges as the City may deem necessary for the proiectiti6n of the work. Any additional rights-of-way or work area ctinsidered necessary by the Contractor shall be provided by him at his own ~xpense. Such additional r igh.ts-of-way. .or .work _area shall be . acquired for the behefit of the City. The City shall be notified in . writing as to the _ri~hts so acquired before work begins in the affected area. The Coritractor shall n6t enter upon private property for any purpose wi thout··_having previously obtained . permission from the _ owner of such,·_ property~ The Con tractor will not be allowed to store equipment or mate_ri~l _on pr:Lvate property unless and until the specified approval of . the pro~erty owner has been secured in writing by the Contract6r ~nd ~ copy furnished to the Engineer. Unless specifically ptovided otherwise, the Contract6r ~hall clear all rights-of-way or eas~ments of obstructions which must be removed to make .possible proper prosecution ,of the work as a part of the projett construction operations .. The Contrac~or shall be responsibl2 for the preservation of and shall use C6-6 (6) j f .. : r l ; i !.. ·t every precaution to prevent damage to all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvement~, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of teraporary fences, and to all other public or private property along adjacent to the work. The Contractor shall notify the proper representatives of owneis or occupants of public or private lands or iriterest in lands which might be affected by the work. Such notice shall be made at least 48 hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants, whos~ 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 ~ny direct or indirect or inju~y is done to public or private property on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non-execution thereof on the part of the Contractor, he shall restore or have restored at his own cost ·, and expense such property to a condition at least equal to that existing before such damage or injury was done, by repairing, 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 const~uction 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 is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is ~ot in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost for fence removal, temporary closures and replacement shall be subsidiary to the various items bid in the project C6-6 (7} proposal. The re for e , n o s ep a r a te payme.nt shall be allowe d f or -ani s e rvice a ssoci a t ed with t his work. In case of failur e on th e part of t h a Contractor to restore such property to make good such damage ~r injury, th e owner may, upon 48 hour written notice ·unde r ordinary circumstances, and without notic e when a nuisance or hazardous condition results, proce e d to repair, rebuild, or otherwise r e stor e such property as may be determined by th e Owner to be necessary, and the cost thereby will be d e ducted from any monies due or to become due to the Contr a ctor under this Contract. C6-6 .11 INDEPENDENT CONTRACTOR: It is understood-and agr2ed by the parties here to that Contractor shall perform all work and services hereunde r a s an independent contractor, and not is ·an officer, agent, servarit or employee of _the Owner. Cohtiactor shall hav e e xclusive co n trol of and -the exclusive right to contiol the .details of all the work and servi~es p e rformed hereunder, and all _ ~e~sons performing _same, and shall be solely responsible for the acts and omissions of its Off icerS f agents r Servants I employees I COntractQ!"S 1 subcontractors, licen s e es and invite e s. Th~ doctrine of respondeat superior shall not apply as between O~ner and Contractor, its officers, agents,-employees, contractori and subcont~actors, and nothing hereirrshall be construed .as creating a partner~hip or joint enterprise between Owner and Contractor. ·C6-6.l2 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and.agrees to, and does h e r~by indemnify, hold harmless and defend Owner, its officers, agents, servants, and employees from and against any _an all claims or s uits for property damage or loss and/or persorral injury, includini death, to arty and all persons, of whatsoever kind or character, whether real or asserted, arising out of ·or in connection with, directly or indirectly, the wor-k _and. -services to be performed hereunder by Contractor, its of~icers, agents, emplqyees, contractors, subcontractors, licensees or invitees, whether or not ca~sed, in whole or in part, by alleged negligenc~ on the part of officers, agents, servant~, employees, contractors, subcontractors, licensees and invitees of tba Owner; and said Contractor does hereby cov~nant and · agree to assume all liability and responsibility of Owner, its officer s ag e nts, servants and e mployees for property damage or loss, and/or pers6rtal injuries, ·in~ludiig d~ath~ to any and ·a ll persons of whatsoever k:ind or c ·h aract·er, whether real or as sert e d, arising ou t of or i n conn e ction with, directly or i ndirectly, th e wo r k a n d s e rv ice~ t 6 be p eifo r me d h e reunder by C ontractor, it s offi cer s, ag e nts emp loy ee 3, contractors, s u b contracto rs, lic e n sees and inv i tees , whet h er or n ot caus e d, C6-6 (3 ) -, i F i , i in whole or in part, by alleged negligence of officers, agents, servants, employees, contractors, s u be on tractors licensees or invitees of t~e Owner. C6ntractor likewis; covenants ~nd agrees .to, and does h~reby, indemnify and hold harmless Owner from and against any and all injuries,loss or damages to property of th~ 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 Owner. In .the e~ent a written claii lor 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 period of 30 days after the date of such final inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the -claim has been settled and a release has been obtained from the. claimant involved. If the claim concerned remains unsettled as of the expiration of the above 3D~day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to ba 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 Dir~etor shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of si~ months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory ~o .the.nirector that: 1. The clai• has been settled and a release has 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 (1) above is met at any time within the six month period, the Director shall recommend that the final payment to the Contractor be made. _ If condition (2) above is met at any time within the six month p~riod, the Director may recommend that the final payment to the Contractor be made. At the C6-6 (9) expiration of th e six month period th e Dir e ctor ma y recommend t hat final payment b ·2 mad e i f all other work has b e en performed and all other obliga t ions o f the Contractor have be e n met to the satis£action o f th e Di r e ~tor. Th e Director may, if he deems it appropriate., refuse to accept bids on other Water Department Contract work from a Contiactor against whom a claim for dama g e s is outstanding as a result of wo r k performed urider a City contract. C6-6.13 CONTRACTOR .'.S .. CLAIM .. FOR DAMAGES.: Should the Contractor claim compensation for any alleged damag e by reason of the acts or o~issions of the Owner, he shall within three days afier the actual sustaining of such alleged damage, make a wiitten statement to the Engin~er, setting out in ~etail tbe nature of the alleged damage, and on or b e fore the 25th day of the month succeeding that in which any such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of the details and amount of · such alleged d~mage and, upon request, shall give the E~~ineer access to all books of account, receipts, vouchers, bills of lading, and other books or pape.rs containing any evidence as . to the amount of such alleged damag e . Unless · such statements shall be filed as hereinabove required, the Contractor's claim for compensation shall be waived, and he shall not be entitled to paymeot ·on account of such damages; C6-6 .14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC.: In case. it is necessary to change, move, or alter .in any manner the property of a public utilit'y or others, the said . property shall not be moved or interfered with until 6rders thereupon have been issue4 by the irigineer. 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 t he ·performance of t his contract. · C6-6 .15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing sewer lin e s have to be taken uo or removed, the Contractor shall, at his own expens e an~ cdst~ provide and maintairt temporary outlets and connections for all private or public drains and sewers. The Contractor shall also take care of all s ewage and drainage which will be re c eiv e d from these drains and s e w~rs, and for this purpos e h e shall provide and ·maintain, at his own cost and exp e nse, ad e quat e pumpihg f acilities and temporary outl e ts or div ers ions. Th e Contractor, at his own co st a n d e xp e ns e , s hall construct s uc h trough s , pipes, o r .o th e r st ru c t u r e s n e c e ~s a ry, and be p repared at all tim e s t o di spo s e of drain a g e and s e ~age C6-6 ( 10} t··"4 i -1 r _J r e c ~iv ed f rom th ese t emporary co nn ect i o n s un ti l suc h time s as the p erma n e nt connect i ons are b u ilt and a r e in s e r v ic e . The ex isting s e wers a nd c onn ec ti9ns shall b e k e pt in servic e and maintained under th e Contr ac t, exce pt wh e n specifi e d or ordered to be aband one d ~y t h e Engi n e e r. All water~ sewage, a nd other waste shall be di spo s ed o f in a satisf a ctory man n er s o that no nuisanc e i s c rea t e d an d s o that th e work under constr u ction will be ad equ ate l y p rotected . C6-6.l6 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to us e City water in connection with any c onstruction work, he shall make complete and satisfactory arrang e ments with t h~ Fort Worth City Water Department for so doing. City water furnished to th e Contrac t or shall be delivered to the Contractor from a connection on an e x isting City main. All piping ~equired b e yond th e point o f delivery shall be installed by the Contractor at his own e x pens e . The Contractor's r esp onsibility in t he us e of all e x isting fire hydrant and/or v a lves is detailed in S e ction E2-l.2 USE OF FIRE HYbRANTS AND VALVES in these General Contract Documents. When meters are used to measure th e water, the charges, if any, for water will be at the regular e stabl~shed rates. Wh e n . meters are not used, the charges, if any, will be as prescribed by the City Ordina~ce, or where no ordinance applies, payment shall b e made on estimates and rates established by the Director of the Fort Worth Water Department. C6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the op i nion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon ·the written order of the Engineer, and such usage shall not be held to · be i-n ·any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents. All necessary repairs and removals of any section of the work so put into use, due to defective materials or workmanship, equipment, or to deficient operations on th e part of th e Contractor, shall be performed by the Contractor at his own e x p e n s e. C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in t hese Contract Documents, the work shall be und e r the charge and care of the Contractor, and he shall take ev e ry nece s sary precaution ·to prevent injury or damage to t he work or a ny part C6-6 (11) "there9f by action of ·the elements or . from any cause whatsoever, whether arising from the execution or nonexecrition of the work. The Contractor _shall rebuild, repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove cau.ses ~ C6-6 .19 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any order by the Owner by payment of money or any paymant 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. .l\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 correcf any error th~t may -b~ 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 J;>ERSONAL ;LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Docu•ents or in exercising any power of authority granted ther~under~ there shall -be no liability upon the authorized representatives of the Owner, either personally or ot~erwise ~s they are agents and represen tati v .es .. of the City. C6-6~21 STATE SALES TAX: On a contract awarded by the City of Fort Worth, an organization which qualifies for exemption pursuant the provisions of Article 20~04 CH) of the Texas Limited ~ales, excise, ~nd Use Tax Act, the Contractor may purchase, rent or leasa all materials:, supplies and equipment used or consumed in tbe performanbe of this contract by ·i~suing to his sripplier an exem~tibn certificate in lieu of the tax, said exemption certificate to comply with St~te Cornptr6ller's Ruling .007. Any -~ucb -exem~tion certificate issued by the Contractor in lieu of the tax shall be subject to and shall comply with the provisions of State Comptroller'.s Ruling .011, and any other applicable State Comptroller iulings pertaining to the Tex~s Limited Sales, Excise, and Use 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 whicih has been dedicated to the public arid the City . of Fort Worth, an organization which ·qualifies for exemption pur~uant to the provisions of Article 20.04 (H) of the Texas limited Sales, Excise, and Us~ Tax Act, the Contractor can probably b e exern~ted in the sam9 mannec stated above. C6-5 (12} . ~: -. ' i 1 .. I ! ,.....; i i _,_ Limited Sale, Excise and Use Tax p ermi t s a nd information can be obtained from: Comptroller of Public Acco·unts Sale Tax Division Capitol Station Austin, TX C6-6 {13} PART C -GENERAL CONDITIONS C7-7' P ROSECUTION AND PROGRESS SECTION C7~7 PROSECUTION AND PROGRESS: C7-7.l SUBLETTING: The Contractor shall perform with his own organization, and with the assistance of workman under his immediate superintendance, work of a value of not less than fifty {50%) percent of the va1ue embraced in the contract. If the Contractor sublets any part 0£ the work to be done under these Contract Documents, he will not under any circumstances be relieved of the responsibility and obligation assumed under these Contract Documents. All transactions of the Engineer will be with the contractor. Subcontractors will be considered only in the capacity of employees or workl!len of the Contractor and shall be subject to the same requirements as to character and competency. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times; when the work is in operation, be represented either in person or by a superintendent or other designated representatives. C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer, sublet, convey, or otherwise dispose of the contract or his rights, title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in by the Sureties. If the Contractor .does, without such previous consent, assign, transfer, sublet, convey, br otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to any person or persons, partnership, company, firm, or corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under th~ insolvency laws of any state, attempt to dispose of the contract may, at the option of the Owner be revoked and annulled, unless the Sureties shall succeisfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by viitue of said contract shall be retained by the Owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages. C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction operation, the Contractor shall submit to the Engineer in five or more copies, i .f requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step the manner of C7-7 (1) r · ,. prosecuting the work ·and orderihg materials and equipmen t which he expects to follow in order to complete the project in th e scheduled time . There s~all als6 be submitt e d a table of estimated amounts to be earned by · the Contractor during each monthly estimat e period. The Contractor shall commence the woik to be performed under this contract within the time limit stat~d in these Contract -Documents and shall conduct the -work in a continuous manner and with .s .ufficient equipment, materials, and labor as is necessary to insure its completion within the time limit. The s~quence requested of all construction operations shall .be at all times as specified in the Special Contract Documents. Any deviat _ion from scuh sequencing shall be submitted to the Engineer for his approval. Contractor shall .not proceed with any deviation until he has received written approval from the Engineei. 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 Ag'reement, and a progress schedule shall not coristitu.te a change in .. -the contract time. C7-7.4 LIMITATIONS OF OPERATIONS: The working operations shall p.t_a,.l _l times he condu9ted by the Contractor so as to create a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engi·neer, the Contractor bas obstructed or closed or is carrying on operations in a portion of a stre~t or public way gieater than is necessary for the proper execution of the work, the Engineer may require the Contractor to finish · the section on which operations are in progress before .the work is c .ommenced on any additional section or street. C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor is available. The Contractor may bring in from outs_ide the City of Fort Worth his key men-and his superintendent. All other workmen, including equipment operatois, may be imported ooly after .the local supply is e x ha us t e d • Th e c on t r a c t _ o r s h a 11 em p 1 o y -o n 1 y s u c h superintendents, foremen, and workmen who are careful, competent, and fully qualified to perform the duties or tasks assigned -to them, and the Engineer may demand and secure the summary a1smissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner, shall miscond~ct himself or be found to b~ incompetent, disrespectful, intemperate, dishon es t, or r,J -, , ") ' l otherw ise obj ect ionabl e or neglectful in the proper p e rforma nc e of his o r the ir duties, or who negl e cts or refuses to comply with or carry out th e directions of the owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall hav~ suffici e nt skill, ability, and experience to prop e rly 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 consideied to be necessary foi .prosecution of the work in an acceptable mannei 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 oc adjacent property will result from its use. C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of work compl ~ted as defined in Cl-1 .23 nwoRKING DAY" or the date stipulated in the "WORK ORDER" for beginning work, whichever comes first. ~othing in these Contract Docum~nts shall be construed as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays, providing that the following requirements are met: a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later than the proceeding Thursday. b. Any work to be done on the project on such a specific Saturday, Sunday or Legal Holiday must be, in the opinion of the Engineer, essential to the timely completioQ of the project. The Engi~eer's decision shall be final in response to such a request for approval to work on a specific Saturday, Sunday ~r Legal Holiday, and no e~tra compensation shall be allowed to the Contractor for any work performed 6n such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in Cl-1.24 and the Contr~ctor may wor k as he so desires. C7-7 <3> C7-7.7 TIME OF COMMENCEMENT AND COMPLtTION: The Contractor shall commence the working operations wit~in the time specified in the Contract Documents and set forth in the Work Order. Failure to do so shall. be consideied by the Owner as abaridonment of the Contract by the Contractor and the Owner may proceed as he sees fit. The Contractor shall ~aintain a rate of p+ogress such as will insure that the whole w6rk will be performed and the primises cleaned hp in accordance with the Contract Documents and within the time established in such doctlments and such extension of time as may be properly authorized by the Owner. C 7-7. 8 EXTENSION OF TIME .COMPLETION: The Contractor's reque:fr for an extension of time of completion shall be considered only when the request for such extension is ~ubmitted 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 reques tec;i such request will be forwarded to the City Councii for approval . In adjusting the coritract time for dompletion of wo~k, eonsideration will be given to unforseeable cau~ei bejond the control of and without the fault ~r 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 e~bargoes, or delays of sub-contractors due to such causes. When the date of completion is based on a calendar day· bid, a request for extinsion of time because of irtclQm~nt weather will not be ~onsidered. A request for extension of time due to inability to obtain supplies .and materials will be cbnsidered only when a review of th~ Contractor's purchase order dates and other pertinent data .as requested by the Engineer indicates that the Contractor has mide a bonafide attempt to secure delivery on schedule. This shall include efforts to obtain the supplies and materials from altetnate sources in cas~ the first source cannot make delivery. · If satisfactory execution and completion of the co~tract should require work and materials in greater amounts or . quantities than those set forth in the approved Contra~t Documents, then ~he contract time may be increased by Change Order. C7-7.9 DELAYS: The Contr::tctor shall receive no compensation for delays or hindrances to the work, except when direct arid unavoid~ble extra cost to the Contractor .is cau~ed by the failure of the City to provide inf0rmation or matarial, if C7-7 ( 4) -: -: L ; I -f .-' --i_ any, which i3 to be fuinished by the City. When such extra compensation is claimed a written statement thereof shall b e presented by the Contractor _ to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binaing. If delay is caused by specific orders given by the Engineers to stop work, or by the perf~rm3nce of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such ext ension of time shall release the Contractor or the surety on his performa~ce bond from all his 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 contract. Each bidder shall indicate in the appropriate place on the last page of the Proposai the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the Proposal section of the contract documents. The number of days indicated shall be a realistic es~imate of . the tim~ required to complete the work covered by the specific contract being bid upon. T~e 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 after the time specified in the Contract Documents, or the increased tim e 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 schedul~, unless otherwiie · specified in other parts of the Contract Documents, will be deducted from monies due the Contractor, not as a penalty, but as liq~idated da~ages suffered by the Owner . AMOUN·r OF CONTRACT Less than $ 5,000 inclusive $ 35.00 $ 5,001 to $ 15,000 inclusive ... 45.0 0 ;;, $ 15,001 t:o $ 25,000 inclusive $ 63.00 $ 25,001 to $ 50,000 i!1clusive $ 105.00 $ 50,001 t:::> ... 100,000 in~lusive ... 154.00 ;;, ;;, $ 100,001 to $ 500 ,000 i!1clusive $ 210.00 C7-7 (5) $ 500,001 to $1,000,001 to $2,000,001 and over $1,000,000 $2 f_ooo t 000 inclus i v -e $ inclusive$ $ 315.00 420.00 530-.00 The parties hereto understand arrd agree that any harm to the City caused by t he Contractor's delay in completing the work hereunder in the time specified by the Contract Documen.ts would be incap~ble or very difficult of accurate estimation, and that the "Amount of Liquidated -Damages Per Day", as set out above, is c1. reasonable forecast of just compensation _due the City for harm caused by any delay. ~7-7.11 SUSPENSION BY COURT ORDER:. The Contractor shall suspend operations on such part or parts of 'the work order~d by any court, a~d will nqt be ~ntitled to additional c6mpensation by virtue of such court·order. Neither will he b e liable to the City in the event the work is suspended by a Co~rt Order. Neither will the Owner be liable to the Contractor by virtue of any Corirt Order or action for which the Owner is not solely responsible. C7-7 .12 TEMPORARY SUSPENSION: The Owner shall . have the right to suspend ~he work operation wholly or in part for iu~h period or ~eriods of time as he may deem :necessary du~ to unsuitable weather conditions or any other unfavorable . ;ondi tions which in the opinfcin ·oT tne-OwneJ::· or·Engi-ne-er ·caus-e ·' ~--··-·- further prosecution of the ~ark to b~ unsatisfactory or detrimental to the interest of the project. · During temporary suspension of work covered by this cont"ract' for " any reason, the Owner will make no extra payment for stand-by ti~e of construction equipment and/or construction crews. If it .should become nebessaiy to suspend work for an indefinite period; the ·contractor shall store all materials in such manner that they will not obstruct .or impede the public - unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provid~ suitable drainage ~bout the work, and erect temporary structt1res where necess·ary .··-- Should the contractor not b~ able to compl~te a portion of the proje6t due to causes beyond the control of and without the fault or negligence of the Contractor as set -~orth in Paragraph C7-7.8 EXTENSION OF THB TIME OF COMPLETt6N, and should it be determined by mutual consent of the Contractor and the Engineer that a ~elution to allow construction to proceed is not available within a reasonable p e riod of time, then the Contractor may be reimbursea for th e cost of moving his equipment off the job and returning the necessary equipment to the job wh e n it is determined by the Engineer C7-7 (6) i _j _; ! ,...L.. ,. i 1 """! that construction may~~ rasumed. Such r~imbursement shall be based on actaal cost to the Contractor of moving the equipment and no profit will be allowed. No reimbursement 3hall be allowed if the equip~ent is rnov~a to another constructio11 project for the City of Fort worth. The Contractor shall not suspend work without written notice from the Engine~r and shall proceed with the work operations promptly when notified by the Engineer . to so resume operations. C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whcnever,-because of National Emergency, so declared by the President oE the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a p2riod of two months, the Contractor shall within seven days notify the City in writing, giving a detailed statement of the efforts which ~ave been mad8 and li3ting all necessary items of labor, materials, and equipment . not obt -3.inable. If, after investigations, the Owner finds that such 'conditions .ex i5ting and that the inability of the Contractor to proceed is not attributable in _ whole or in part to the fault or neglect of the Contract, then if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, mateiials and equipment within thirty days, the Contractor may request the Owner to terminate the contr3ct and the Ownar may comply with the request, and tha termination shall be conditioned and base1 upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accocdanc~ with the tacms of . th2 agreed settlement, which shall include, but not be limited to, the . payment for all work ex.ecllt~d but !10 antici.pat-~-i profits on wor k ~hich bas not been performed. C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT: T~e work ope~ations on all or any portion or section of the work llnder Contract shall be suspended immediately on written 0rdec oE the Engineer or the Contract m,3.y b.~ d•;clared cancell~d by the C i.ty Council foe aoy goad 3,1'.i sufficient cause. The followin9, ~y way of ,;>eample, but not oE limitation, may be considered grounds for suspension oc -::ancella tion: a. Failure of the Contractor to commenc~ work operations within the time specified in the W~rk Qrjer issued by the Ownec. b. Substantial ~vidence that progress of the work operations by -Contractor is insufficient to complete the work w~thin the spe cified time. c.· Failure of the Contractor to pr~vide and maintain sufficient labor and equipment to .properly execute the working operations. d. e. f. g. h. i. Substantial evidence that the Contractor has abandoned the work . . Substanti~l evidence thaf the Contractor has become insolvent or 'bankrupt, or btbeiwise financially ·unable to carry _on the work satisfactorily. Failuie on th~ part of the Contractor to obser~e any requirements of the Contract Documents or to comply with any orders given by the Engineer or Owner pr_ovided for in these Contract Documents.· Eailure of the C6ntractor promptly to m~ke good any - defect in materials or workmanship, or any defects of any n~ture the correction of which·h~s been directed in writing by the Engineer or the Owner'. Substantial evidence of collusioi for the puroose '~ of illegally procuring a contract or perpetrafing · f.raud on· the City in the construction of work under contract·. A substantial indication that the Contractor has made an unauthorized assignment -of the contract ·or · any funds due therefio~ for the benefit of any creditor or for any other purpose. j. If th~ Contractor shall for iny cause whatsoever n6t carry on the working operation iri an acceptable manner. k. · If the Contractor commences legal actio~ agai!'lst the Owner. A copy of the ·suspension order or action of the City Council shall be served on the Contractor's Sureties. When wor~·is suspended for any cause or causes, or when the contract is cancelled, the Contractor shall discontinue the work or such part thereof as the Owner shall d e signate, whereupon the Sureties _may, at th e ir option, assume the contract or t hat porti~n th e ieof which th e Owner has orde red the Contractor to discontinue, and may p e rfo r m th e same or may, with the written C7-7 (8} _, -.: consent of th e Own e c, sublet t he wor k o r th a t port io n of th e work as ta~en over, pr~vided how e ver, t h at th e Sur e tie s s hall ex e rcise their option, if at all, ~ithin two weeks aft e r th e written notice to discontinue · the work has been s erved upon th e Contractor and upon the Sur e ti e s o r their ~uthorized agents. The Sureties, in such event shall assum e th e Contractor's plac e in all respects, and shall b e paid by th e Owner for all work performed by them in accordance with the terms of the Contract Documents. All moni~s remaining due the Contractor at th~ time of this default shall thereup6n become due and payable to the Sureties as the work progr e ss2s, subject to all of the terms of the .Co.ntract Documents. Incas~ the Sureties do not, within the hereioabove spe cified time, exercise their right and option to ~ssume the contract responsibilities, or that portion ther e of which the Owner has ordered by the Contractor to discontinue, then the Owner shall have the power to complete. by contract or otherwise, a s it may determine, the work herein described or such part thereof as it ~ay deem necessary, and the Contractor hereto agre e s 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 tha 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 accourit of the Contractor of said cotitract expens~ for labor, materials, tools, equipment, and all expenses incidental thereto. The expense so charged shall be deducted by the Owner f r om such monies as may be due or may become due at any time thereafter to the Contractor undar and by virtue of the Contract or any part thereof. Th~ Owner shall not be requir~d to obtain the lowest bid fo r th e w~rk coipleting the contract, but the expense to be deducte d shall be the actual cost of the owner oE such work. In case such expens e s shall exceed the amount which would have been payable under the ·contra~t if the same had been completed by the Contractor, then the Contractor and his Sur~ties shall pay the amount of such excess to the City on notic~ from th9 Owner of the excess due. When any particular part ~f t~e work is being carried bn by the Owner by contract or oth~rwis e . under the provisions of this sec t ion, the Contractor shall continue the remainder of the wcrk in conformity with th9 terms of the Contract Documents aod i~ such a manner as to not hi:-ider or inted:ere with perform.a.nee of the work by the Owner.· C7-7.15 FULFILLMENT OF CONTRACT: Th e Contr~ct will be consid~red as having been fulfilled, save as pr~7id 9 d in any bond or ~onds or by law, ~hen all the work and all s e ction s or parts of the project covere~ by the Contcact Docume n ts hav e C7-7 (9) been finished and completed, the final inspection ma de by the Engineer, and the 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 ti:!rminated by the Owner in whole, pr .from time · to time in part, in accordance with this s~ction, wheriever the Owner shall determine that such termi~ation is iri the best interest of · the Owner. Any such termination shall be effected by mailing a notice of termi'nation to the Contractor .specifying the extent to which performance of work ~nder the contract is tetminated, and the date upon which such termination becomes effective. Receipt of the notice shall b ·e de.emed . conclusively presumed and established when the lett~r is placed in the Unit9d States Mail by the Owner. Further, it shall be deemed conclusively presumed and established that such termination . is made with just cause as ~hec~in stated; and no proof in any claim, demand or suit shall be required of the Owner regarding s~ch ~iscretiotia~y action. CON~RACTOR ACTION: After riceipt of a notice of termination, and except as otherwise directed by ~he Engineer, the Contractor shall: l.· stop work under the contract on the date and to the extent specified in the notice of termination; 2. place no further ordets or iubcontracts for m~terials, services or facilities except as ·may be necessary for co~pletion 6£ such portion of the work under the contract as ·is not . terminate.a; 3. terminate all o~dets and subcontr3cts . to the extent that they ~elate to the performance of work terminated by the notice o .f termination; . 4. transfer title to .the· Owner and deliver in the ffianner I at the times/ a ·na tO th e extent I if any, di r ~cted by the Engineer: ('.7-,7 (1()) i ;- I -= a . the Eabr ica t~J or unE~bric~ted part~, wor~ in pr ocess , completed wark, s u~pli ~s and ot h er mat ~rial produc ~d as a part 6£, or acqui~2d in conn ec tion with the performance of, th e wor~ terminated by the notice of terminatibn; and b. the compl~ted, or partially completed plans, drawing;~ information and oth3r property which, if the contract had been completed, would have been required to be furnished to the Own~c. 5. complete performance of such part of th e work as shall n~t have been terminated by the notice of t ecn~_nation; and ,. 0. ta~e such action as ~ay be necessary, or as the Engineer may direct, for the protection and preservation of t~e property related to its contract which is in the possession of the Contractor and in which the Owner has oc may acquire the rest. ~ta time not later than 30 days aft~r the termination date specified in the notice of termination, the Contractor may 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 of items the disposition of which has been direc~~a or a~thorized by the Engineer. Not later than 15 day; theraafter, the Owner shall .accept title to such items provide~, that the list submitted shall be subject t0 verification by the Engineer upon .removal of tri,~ i teins or, if the i terns a re s tor~d, withi~ 45 days from the date of submission of the list, and any necessary adjustments to cocre=t th8 list as submitted, shall be mad~ prior to final settlement. C. TERMINATION CLAIM: Within 60 days after notice of ~ermination, the Contractor shall submit his termination claim to the Engi~eec in the form and with the certification pces~ribed by the Engineer. Unless one or more eKtansions i~ writing a~~ granted by the. Owner upon request 0E th2 Contract~c, ~ad~ in writin~ withih Stl c h 60-d~y a~iiod oc authorized extension thereof, ahy and all ;uch claims shall ~e conclusiv91~ deem~3 wai~~a. C7-7 (ll) D. E. F. G. AMOUNTS: Subject to the provisions oE Item C7-7.16(C), the Contractor and Owner may agr-e~ upon the whole or any p~rt of the amount or amounts to be paid to the Contractor by reason of the total or ~artlal 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 othe~wise made and as frirther reduced by tSe contract price of work not terminated. The cohtract shall be amended accordingly, and the Contractor shall be paid the agreed amount. No amount ~hall be due for lost · or anticipated pr6fits. Nothing in C7-7.16{E) hereafter, prescribing the amount to be paid to the Contractor in the event of failure -of the Contractor by reason of the termination of work pursu~nt to this section, shall be deemed to limit, restrict or otherwise determi~e or affect the amount~~ am6unts which may be .agreed upon to be paid to the Contract6r pursuant to this paragraph~ FAILURE TO AGREE: In the event of the f'ailur~ of the Contractor and the Owner to agree as proiided in C7-7.16 CD) 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 inform~tion available to it, the amount, if any, due to the Contraqtor by reason of the termination and shall pay to the Contractor the amounts determined. No amou~t shall be due for lost or ~nticipated profits. DEDUCTIONS: In arriving at the amount due the contractor under thi~ Section, there shall be _deducted Ca) all unliquidated advance or other pay men ts on a cc c>"u n t · t he r .e to f o i e made t o th e Contractor, applicable to the terminated portion of this contract; Cb) any . claim which the Owner may have against the Contractor in connection with this ~ontract; and (c) the agreed pric~·fdt, or·the proceeds of sale of, any materials, supplies or other things ·kept by the Contractor or sold, pursuant t6 the provisions of this clause, and n6t otherwise recover e d by o~ credited to the Own~r. ADJUSTMENT: If the termination hereunder b~ partial, prior-to the settlement of the terminated portion of this contract, the Contractor may file with th e Engin e er 3 request iri writing f~r an C7-7 (12) ' i !· r H. equitable adjustment of the price or prices speciEied 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 limtt 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 the rights which the Owner may have for termination of this contract under C7-7.14 hereof e~titled qsuspension of Abandonment of the work and Amendm=nt of Contract" or any other right which Owner may have for default or breach of contract by Contractor. C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and progr::irns 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 damage in connection with the work. C7-7 {13) PART C -GENERAL CONDITIONS C8-8 MEASUREM E NT AND PAYMENT SECTION CB-8 MEASUREMENT AND PAYMENT CB-8.l MEASUREMENT OF QUANTITIES: The determination of quantities of work performed by the Contractor and authorize4 by the Contract Docume nts acceptably completed under the terms of the Contract Docume nts shall be made . by the Engin e er, based on measurements made by the Engineer. These measurements will be made according to the -United States Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights of th e materials and items installed. CB-8.2 UNIT PRICES: When in the Proposal a "Unit Pri~e" 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, overh ~ad 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. CB-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said "Lump Sum"· shall represent the total cost for the Contractor~ to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all subsidary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. C8-8.4 SCOPE OF PAYMENT: The Contra~tor 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 e lements, for any unforeseeD defects or obstructions which may arise or be encountered during the prosecution of the work at any time CB-8 Cl} b e for e its fin~l acceptan ce oy th e Ow ne r, (except as provided . in par a graph CS-5.14} for all risks of whatevei des6rioti6n c onn e cted with th e prosecuti9n of :tb e 0·work, for _all ex~pense incurred by or in consequence of suspension or dis·continuance . of such prosecution of the working operations as herein s p e cified, cir any and all infiiogements 6f patents# trademarks, copyrights, or other legal reservations, and for complet eing the work in an acceptable man'ner according to the t erms of the Contract Documents. · Th e payment of any curre~t 6r ~artial esti~~te p~ior to .final acceptance, of the work by the Owner shall in · no way cons·titute an acknowledgm~nt of the acceptance of the work, materials., or · equipment, noi in any way prejudice or affect the: obligations · of the Contractor to repair,· correct, renew, oi:-· replace at his own and prop e r e x pens e a n y detect~ or imperfections in the construction 6r in the strength or qualitt of the material us e d or equipment or machinery furnished in o~ about the c6hstruction of the work under contract and its ~ppurtenances, or any dam~ge ~ue or attributed ·to such _defects, _which defects, imperfection, or dam~ge shall have been discovered on or before the final inspection and acceptadce of work or during th e one y e ar . guaranty period afte.i;-final ac-cept;ance. The O.wner shall be the sole judge of such defe,cts~ imoerfections, or damage, and the Contractor shall be liable · to~ th e Owner for failure· to co·rrect the same · as provided h e r e in. · · C8-8. 5 PARTIAL ESTIMATES A ND RETAINAGE: Between th·e 1st and· 5th day of each m~nth the Co~tractor shall subm~t to the Engineer a statement showing an esiimat~ of the · value of the work done during the previous month, or estimate period· under the Contiact Doturnents. Not late~ t~an the 10th day of the month the Engineer shall verify such estimate, and if .it is f ound to be acceptable and the value .of work performed since · the last partial payment was made e x ceeds one hundred dollars ($100.00) in amount, 90% of such estimated sum will be paid to the Contra~tor if the tot~l cont~act amount is l~ss than $400,000, or 95 % of -such estimated sum :will be paid to· the Contr a ctor if the total contract amount is $400,000 or greater within twenty-£ i ve ( 25} days after the regular estimpte period. The C i ty ~ill h~~e the option of preparing estimate~ o~ forms f urnish e d b y the City. The partial estimate may include . ac c e ptable non~~ri s hable m~t~rials delivered to the work which ar e to b e inco r po t atad into the wor~ as a perm~n~nt part th er eof, but which at th e t h e time of the-estimate have not b ee n install e d. (such p a y men t will b e allowed on a b a sis 6£ 8 5 % o f th e n ~t inv o ic e v a lu e ther ~of.} The Contractor shall _fu r ni s h the E n gineer s u c h in fo r mation as he may r e qu<:?st to aid ·2 8-8 (2) ·-i .J i L ' i t ·him as a guid~ in the verification or the preparation of partial estimates. It is understood that the pariial 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 th~ Owner of the amount of work done or ,of its quality of sufficiency, or as an acceptance of the work done or tha release of the Contractor of any of his responsibilities under the Contract Documents. The City reserves the right to ~ithhold 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. C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents. C8-8. 7 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents shall have b~en completed and . all requirements of . the Contract Documents shall have been fulfilled on the part of the Contractor, the Contractor shall notify the Engineer in writing that the improvements are ready for the final inspection. The Engineer sh~ll 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 comoleted in accordance with the terms of the Contract Doc~ments and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptanc9 of the project and final ~ayment therefor as outlined in C8-8.8 below. C8-8.8 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 £inal estimate showing the value of the work will be prepared by the Engineer as soon as the riecessary measurements, computations, and checks can be made. All prior estimates upon which payment has been made are subject ta necessary corrections or revisions in the final payment. C8 -8 (3) The a~ount of the fin~l estimate, le~s previous .payments and any sum that have been deduited or retained under the provisions of the Contract Documents, will be .. paid to the Contractor within 60 days aftei final acceptanc~ by the owner ' on a proper resolution of the City Council, pro~ided the Contractor ha~ furnished to the Owner satisfactory evidence of payment as follo~s: Pii6r to s~bmission of the final estimate for payment, the Contractor shall execdte an affidavit, as furnish~d by the City, certifying that _all persons~ firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in fu11; that the wage scale established by the City Council in the City of Fort Worth has been paid, and that there ara no claims pending for personal injury and/or propeity damages. ' The acceptance by the Contractor of the last or final payment a~ aforesaid shall oper~te 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 Contradt Doduments or any act or neglect of said City relating to 6i ~onnected with the Contract. The ·making of the final payment by the Owner shall not relieve the Contractor of any guarantees or other r~guirements of ·the Contract Documents which specifically continue thereaftet:". C8-8~9 ADEQUACY OF DESIGN: It is .understood that the Owner believes it has employed competent ·Enginee.rs and design-=:ts to prepare the Contract Pocu~ents and all modifications of the approved Contract Documen~s. It is, therefore, agreed that the Owner shall be reiponsible for the adequacy of its o~n design features, sufficienciy of the Contract Documen~s, the safety of the structure, and th~ practicabili~y of the operations of the completed · project, prov{ded ·the Contractor has compl~ed with the raquirsments nf the said Contiact . ·Documerits, all approved modifications thereof, and additions and alterations thereto approved'in writing by the Owner. -The burden of proof of such compliance shall be upon the Contractor to show . that he has complied with .the siid requirements of the Contract Documents,. approved mod if ica tions · thereof, and all approved additions and alterations thirato~ CB-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in th~ Contract .trocuments nor partial or ent~re occupancy or use 6f the premises by the Owner shall constitute an acceptance of _w0rk not done in accordance with the Cobtract Documents or relieve the Contractor of liability in respect to any ~xpres~ warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and C8-8 (4) pay for any damage to other work resulting therefrom which shall appear within a period of one year from the date of final 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. Th2 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, t~e General Contract Documents or these Special Contract Documents, in which no specific it~m for bid has been provided for in the Proposal, shall be considered as a subsidiary item of woik, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. CB-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL:. Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of materia~. 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 misc2llaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. C8-8.13 RECORD DOCUMENTS: Contractor shall keep on record a copy of all specifications, plans, addenda, modifications, shop drawings and samples at the site, in good order and annotated to show all changes made during the construction process. These shall be delivered to Engineer upon completion of the work. C8-8 ( 5) - SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS A. . General B. These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. · Partial pay estimates may include acceptable nonperishable materials . de.livered 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 1 of the General Conditions is deleted and replaced with D-3 of Part D -Special Conditions. Revised 10/24/02 Pg. 1 D. C3-3. l l INSURANCE: Page C3-3 (6): Delete subparagraph «g. LOCAL AGENT FOR INSURANCE AND BONDING" E. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage,· personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or · damage is caused in whole or in part by the negligence or alleged negligence of Owner, its 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 Revised 10/24/02 Pg. 2 - liiiii r -· G. herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. C3-3.I1 INSURANCE: Page C3-3 (7): Add subparagraph "h. ADDITIONAL INSURANCE REQUIREMENTS" a The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy . . b. Certificates of insurance shall be delivered to the City of Fort Worth, contract · . administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX .76102, prior to commencement of work on the · contracted project. c. Any failure on part .of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten .days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. 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 shaUbe 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. · Revised 10/24/02 Pg.3 H. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss . l. Contractor's liability shall not be limited to the specified amounts of insurance required herein. rn. 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 C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence . of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein . I. CS-8.10 GENERAL GUARANTY: Delete CS-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 Revised 10/24/02 Pg. 4 w ' ' f. ~ .. --4 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 l 00 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness.· Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of 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.11 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 sqch 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 Revised 10/24/02 Pg. 5 after the proposal opening time, no further consideration will be given to the proposal K. C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated November 1, 1987; (City let projects) make the following revisions: 1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: · In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a 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 C3-3.11 INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3.ll 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: C&-8.14 RIGHT TO AUDIT: (a) Contractor agrees that the City shalt, 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 furthe_r, 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. Revised 10/24/02 Pg. 6 j - -·· - M. ( c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: 1. 50 copies and under -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. N, · Reference Part C -General Conditions, Section C6-6.8 BARRICADES, WARNINGS ·-AND WATCHMEN: ·. i. 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 . 0. . MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BU.SINESS · 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 comm1ss1on of fraud will result in the Contractor being Revised 10/24/02 Pg. 7 determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years. P. Revised 10/24/02 P g . 8 r J l ·. J ·: 0-41 0-42 0-43 0-44 0-45 0-46 0-47 0-48 0-49 0-50 0-51 06123/06 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 Al'JD 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 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS ............ 14 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ................ 14 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 ................................................................. 22 SUBSTITUTIONS ........................................................................................................ 23 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............. 23 VACUUM TESTING OF SANITARY SEWER MANHOLES .......................................... 26 BYPASS PUMPING ..................................................................................................... 27 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER .......... 27 SAMPLES AND QUALITY CONTROL TESTING ......................................................... 29 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................................................ 29 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ........................ 30 PROTECTION OF TREES, PLANTS AND SOIL.. ........................................................ 31 SITE RESTORATION .................................................................................................. 31 CITY OF FORT WORTH STANDARD PRODUCT LIST .............................................. 31 TOPSOIL, SODDING, SEEDING & HYDROMULCHING ............................................. 31 CONFINED SPACE ENTRY PROGRAM ..................................................................... 37 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ............................ 37 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ...................... 37 CONCRETE ENCASEMENT OF SEWER PIPE .......................................................... 38 CLAY DAM ................................................................................................................... 38 EXPLORATORY EXCAVATION (D-HOLE) .................................................................. 38 SC-1 PART D -SPECIAL CONDITIONS 0-52 INSTALLATION OF WATER FACILITIES .................................................................... 39 52.1 Polyvinyl Chloride (PVC) Water Pipe ............................................................................ 39 52 .2 Blocking ....................................................................................................................... 39 52.3 Type of Casing Pipe ..................................................................................................... 39 52 .4 Tie-lns .......................................................................................................................... 39 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 Sterilization 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 0-53 SPRINKLING FOR DUST CONTROL .......................................................................... 45 0 -54 DEWATERING ............................................................................................................. 45 0-55 TRENCH EXCAVATION ON DEEP TRENCHES ........................................................ .45 0-56 TREE PRUNING .......................................................................................................... 45 0-57 TREE REMOVAL ......................................................................................................... 46 0-58 TEST HOLES ............................................................................................................... 46 0-59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION ........................................................................................................ 47 TRAFFIC BUTIONS .................................................................................................... 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. ..................................... 50 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) ............................................................................................................ 51 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS .................................................................................... 53 0-70 ADDITIONAL SUBMITIALS FOR CONTRACT AWARD ................................................. 53 D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION ..................................................... 54 0-72 AIR POLLUTION WATCH DAYS ..................................................................................... 54 0-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS .......................................... 55 0 6123/06 SC-2 PART D -SPECIAL CONDITIONS This Part D -Special Conditions is complimentary to Part C -General Conditions and Part C1 - Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is additive to any provision in Part C -General Conditions and part C1 -Supplementary Conditions to Part C of the Contract are to be read together. Any conflict between Part C -General Conditions and Part C1 -Supplementary Conditions of the Contract and th is Part D, Part D shall control. FOR: PROJECT DESCRIPTION xxxxxxxxxxxxxxxxx xxxxxxxxxxxxxxxxx FORT WORTH , TEXAS DOE PROJECT NO. XXXXX WATER DEPARTMENT PROJECTS NO . PW XXXXXXXXXXXX & PS XXXXXXXXXXX D-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2. Contract Documents 3. Special Conditions The following Special Conditions shall be applicable to this project under the provisions stated above . The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes . Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions, are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents and the rules , regulations, requirements , instructions , drawings or details referred to by manufacturers name, or identification include therein as specifying, referring or implying product control, performance , quality, or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications, which general specifications shall govern performance of all such work. This contract and project, where applicable, may also be governed by the two following published specifications, except as modified by these Special Provisions: 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 06/23106 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 applicable to each pay item are indicated by the call-out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered . The Bidders must have the proposal actually delivered . Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and the name or description of the project as designated i n 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. 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. C . TELEGRAPHIC MODIFICATION OF PROPOSALS : Any bidder may modify his proposal by telegraphic communication at any t ime prior to the time set for opening proposals , provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time , and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time . If such confirmation is not received within forty-eight (48) hours after the proposal opening time , no further consideration will be given to the proposal. D-2 COORDINATION MEETING For coordination purposes, weekly meetings at the job si te may be required to maintain the project on the desired schedule . The contractor shall be present at all meetings . 06/23106 SC-4 PART D -SPECIAL CONDITIONS D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions : 1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81 , TWCC-82, TWCC-83, or TWCC-84 ), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Persons providing services on the project ("subcontractor" in §406 .096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include , without limitation, providing, hauling , or delivering equipment or materials , or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries , and delivery of portable toilets . B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code , Section 401.011(44) or all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D . If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the 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 receipt by the contractor, a new certificate of coverage showing extension of coverage , if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 06/23106 SC-5 PART D -SPECIAL CONDITIONS G . The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known,, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage . I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements , which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project , for the duration of the project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage , if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a.) A certificate of coverage, prior to the other person beginning work on the project; and b.) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 5. Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 6 . Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1 )-(7), with the cert ificates of coverage to be provided to the person for whom they are providing services . 8. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured , with the commission 's Division of Self-Insurance Regulation . Providing false or 06/23/06 SC-6 PART D -SPECIAL CONDITIONS misleading information may subject the contractor to administrative , criminal , civil penalties or other civil actions . 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. J . The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage . This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules . This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population . The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling , or delivering equipment or materials , or providing labor or transportation or other service related to the project , regardless of the identity of their employer or status as an employee." Call the Texas Worker's Compensation Commission at (512)440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage , or to report an employer's failure to provide coverage". D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project, it will be necessary to deactivate , for a period of time , existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. D-5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be constructed of ductile iron pipe. The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping . Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. Backfill, fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work , the cost of which shall be included in the price bid in the Proposal for each bid item . D-6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans , or to show them in their exact location . It is mutually agreed that such failure shall not be 0612 3/06 SC-7 PART D -SPECIAL CONDITIONS considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property exposed by his construction operations. Contra ctpr shall ma~e all necessary provisions (as approyed or authorized by ·the appiicable utility company) for the support, protection and/or temporary relocation of all utility poles, gas lines, telephone cables , utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction. It is understood that the Contractor is not responsible for the perma_nent relocation of existing utilities in direct con fl ict with the proposed construction . The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED . Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction , or better, unless otherwise shown or noted on the plans, at his own cost and expense . The Contractor shall immediately notify the Owner of the damaged utility or service line . He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design , from the owners of the utilities involved and from evidences found on the ground . D-7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new line and the existing lines from these possibly excessive loads. The Contractor shall not, at any time , cross the existing or new pipe with a truck delivering new pipe to the site. Any damage to the existing or new pipe will be repaired or rep laced 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 resu lts from any phase of his construction operation. D-8 TRAFFIC CONTROL 0 6123106 SC-8 PART D -SPECIAL CONDITIONS The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Un iform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701 d Vernon 's Civil Statutes , pertinent sections being Section Nos. 27 , 29, 30 and 31 . A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer at (817) 871-8770, at the pre-construction conference . Although work will not begin until the traffic control plan has been reviewed, the Contractor's time will begin in accordance with the time frame established in the Notice to the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 871-7738) to remove the sign. In the case of regulatory signs , the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications , the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed . Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas ." The cost of the traffic control is subsidiary work and the cost of same shall be included in the price bid for pipe complete in place as bid in the Proposal, and no other compensation will be allowed . 0-9 DETOURS The contractor shall prosecute hi s work in such a manner as to create a minimum of interruption to traffic and ped estrian fac ilities and to the fl o w of vehicular and pedestrian tra ffic within th e project are a 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 0612 3/06 SC-9 PART D -SPECIAL CONDITIONS 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. D-12 WATER FOR CONSTRUCTION The Contractor at his own expense will furnish water for construction. D-13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property. D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items . Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis . Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25 %. Final cleanup work shall be done for this project as soon as all construction has been completed. No more than seven days shall elapse after completion of construction before the roadway, right- of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance . The City of Fort Worth Department of Engineering shall give final acceptance of the completed project work . D-15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK Prior to executing the Contract, it shall be the responsibility of the Contractor to furnish a schedule outlining the anticipated time for each phase of construction with starting and completion dates, including sufficient time being allowed for cleanup. The Contractor shall not commence with water and/or sanitary sewer installation until such time that the survey cu ~heets 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: 06/23/06 SC-10 PART D -SPECIAL CONDITIONS 1. A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING -UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." 2. Equipment that may be operated within ten feet of high voltage lines shall have insulating cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hook connections. 3. When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (ONCORE) who will erect temporary mechanical barriers, de- energize the lines, or raise or lower the lines. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to ONCORE, and shall record action taken in each case. 4. The Contractor is required to make arrangements with the ONCORE company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. 5. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). D-17 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities . There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities . To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. D-18 CUTTING OF CONCRETE When existing concrete is cut, such cuts shall be made with a concrete saw. All sawing shall be subsidiary to the unit cost of the respective item. D-19 PROJECT DESIGNATION SIGN Project signs are required at all locations. It shall be in accordance with the attached Figure 30 ( dated 9-18-96). The signs may be mounted on skids or posts . The Engineer shall approve the exact locations and methods of mounting. In addition to the 4' x 8' project signs, project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades. Barricade signs shall be in accordance with Figure 30, except that they shall be 1 '-0" by 2'-0" in size. The information box shall have the following information: For Questions on this Project Call: 06/23106 (817) 871-8306 M-F 7:30 am to 4:30 p.m. or (817)871-8300 Nights and Weekends SC-11 PART D -SPECIAL CONDITIONS Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed . D-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks and/or driveways, such sidewalks and/or driveways shall be completely replaced for the full existing width, between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works Department Standard Specifications for Construction, Item 504 . At locations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced to match type and geometry of the removed curb and gutter shall be installed in accordance with City of Fort Worth Public Works Department Standard Specification for Construction, Item 502 . Payment for cutting , backfill , concrete , forming materials and all other associated appurtenances required, shall be included in the square yard price of the bid item for concrete sidewalk or driveway repair. D-21 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used , measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. D-22 CRUSHED LIMESTONE BACKFILL Where spec ified on the plans or directed by the Eng ineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208 .2 -Materials and Division 2 Item 208.3 -Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill, Construction Specifications , General Contract Documents . Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-2 .16 Measurement of Backfill Materials , Construction Specifications , and General Contract Documents . D-23 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts Figures 1 through 5 refer to using 2:27 Concrete as base repair. Since this call- out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete . D-24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lots , driveways, gravel surfaced roads , within easements, and within existing or future R.O .W . shall be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract 0 6/23/0 6 SC-12 PART D -SPECIAL CONDITIONS Documents and Specifications except as specified herein. 1. TRENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom. The expense of such remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights-of-way, permanent easements, and any temporary construction easements. All excavation shall be in strict 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 test ing laboratory and must include representative samples of soils in all involved areas, with a map showing the location and depth of the various test holes. If excavated material is obviously granular in nature, containing little or no plastic material , the Engineer may waive the test report requirement. See E1-2.3 , Type "C" or "D" Backfill, and E2-2 .11 Trench Backfill for additional requirements . When Type "C" back-fill material is not suitable, at the direction of the Engineer, Type "B" backfill material shall be used. In general, all backfill material for trenches in existing paved streets shall be in accordance with Figure A. Sand material specified in Figure A shall be obtained from an approved source and shall consist of durable particles free of thin or elongated pieces, lumps of clay, soil, loam or vegetable matter and shall meet the following gradation : • Less than 10% passing the #200 sieve • P .I. = 10 or less Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following: Sieve Size 1" 1/2" 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 wh ich 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 approva l by the Engineer. Backfill material to be compacted as described above must be within +-4% of its optimum moisture content. 06/23106 SC-13 PART D -SPECIAL CONDITIONS The City, at its own expense, will perform trench compaction tests per A.S.T.M. standards on all trench backfill. Any retest ing required as a result of failure to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City. These soil density tests shall be performed at two (2) foot vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City. 4. MEASUREMENT AND PAYMENT: All material, with the exception of Type "B" backfill, and labor costs of excavation and backfill will be included in the price bid per linear foot of water and sewer pipe. Type "B " backfill shall be paid for at a pre-bid unit price of $15 .00 per cubic yard . 0-25 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness , etc., to existing pavement as detailed in the Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures 2000-1 through 2000-3 . The results of the street cores that were conducted on the project streets, to determine HMAC depths on existing streets , are provided in these specifications and contract documents . All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls . The trench shall be backfilled and the top nine (9) inches shall be filled with required materials as shown on paving details, compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced . All residential driveways shall be accessible at night and over weekends . 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 gutte r. The pavement repair shall then be made from a min imum 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 . 0-26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) 0 6/23/06 SC-14 PART O -SPECIAL CONDITIONS A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from · cave-ins . The requirements of this item govern all trenches for mains, manholes, vaults, service lines, and all other appurtenances . The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas. The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. B. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Sub-Part P -Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS: 1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen ( 15) feet. 2. BENCHING SYSTEM -Benching means excavating the sides of a trench to form one or a series of horizontal level or steps, usually with vertical or near-vertical surfaces between levels . 3. SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are inclined away from the excavation. 4. SHIELD SYSTEM -Shields used in trenches are generally referred to as "trench boxes" or "trench shields ". 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 Documents and Specifications, unless amended or superseded by requirements of this Special Condition . For new sewer line installations, the Contractor shall temporarily plug all 0612310 6 SC-15 PART D -SPECIAL CONDITIONS lines at every open manhole under construction in order to keep debris out of the dry sewer lines. The plugs shall not be removed until the applicable manhole complete with cone section has been constructed and the lid installed to keep out debris as a result of additional construction . 1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per Figure 121. 2. WATERTIGHT MANHOLE INSERTS: Watertight gasket manhole inserts shall be installed in all sanitary sewer manholes . Inserts shall be constructed in accordance with Fort Worth Water Department Standard E100-4 and shall be fitted and installed according to the manufacturer's recommendations . Stainless Steel manhole inserts shall be required for all pipe diameters 18" and greater. 3. LIFT HOLES: All lift holes shall be plugged with a pre-cast concrete plug . The lift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout. 4 . FINAL RIM ELEVATIONS : Manhole rims in parkways , lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the surround ing ground . Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground . The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regarded near the manhole . Manholes in open fields, unimproved land , or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade. 5. MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes . Manhole frames and covers shall be McKinley, Type N, with indented top design , or equal, with pick slots . Covers shall set flush with the rim of the frame and shall have no larger than 1 /8-inch gap between the frame and cover . Bearing surfaces shall be machine finished. Locking manhole lids and frames will be restricted to locations within the 100-year floodplain and areas specifically designated on the plans . Certain teed Ductile Iron Manhole Lids and Frames are acceptable for use where locking lids are specified . 6 . SHALLOW CONE MANHOLES : Shallow manhole construction will be used when manhole depth is four ( 4) feet or less. All shallow cone manholes shall be built in accordance with Figure 105. All shallow cone manholes shall have a cast iron lid and frame with pick slots. NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED . 7. MANHOLE STEPS : No manhole steps are to be installed on any sanitary sewer manhole . 8. EXTERIOR SURFACE COATING : Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black" Tnemec "46- 450 Heavy Tnemecol," or equal to, a minimum or 14 mils dry film thickness . 9. MANHOLE JOINT SEALING: All interior and/or exterior jo ints on concrete manhole sections constructed for the City of Fort Worth Water Department, excluding only the joints using a trapped type performed 0-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. 06123/06 SC-16 PART D -SPECIAL CONDITIONS This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent- Seal, Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross-sectional area or flat-tape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporation, · or any other chemical action for either its adhesive properties or cohesive strength . The Joint sealer shall remain totally flexible without shrinking, hardening , or oxidizing regardless of the length of time it is exposed to the elements . The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre-formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years . B. EXECUTION: 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above-specified materials. All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand , mud , or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in accordance with the recommendations. The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench . After removal of the protective wrapper, the joint sealant shall be kept clean . Install frames and cover over manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames and gr_ade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer. 2. SEALING AND/OR ADJUSTING EXISTING MANHOLES: Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. 06/23106 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 sect ion . Pre-cast concrete rings, or a pre-cast concrete flattop section will be the only adjustments allowed. In brick or block manholes, replace the upper portion of the manhole to a point 24 inches below the frame. If the walls or cone section below this level are structurally unsound , notify the Engineer prior to replacement of the grade rings and manhole frame . Existing brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense . Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris . Coat exposed manhole surfaces with an approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface . If the inside diameter of the manhole is too large to safely support new adjustment rings or frames, a flat top section shall be installed . Joint surfaces between the frames, adjustment rings , and cone section shall be free of dirt, stones , debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable material in lieu of pre -formed gasket material. Position the butt joint of each length of joint material on SC-17 PART D -SPECIAL CONDITIONS opposite sides of the manhole . No steel shims , wood, stones , or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten ( 10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface . The top of the casting shall be 1 /8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. 3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"; Tnemec "46- 450 Heavy Tnemecol ", or equal, to a minimum of 14 mils dry film thickness. 4. The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 1 /2-inch thick coat of trowelable bitumastic joint sealant from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling. C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement , which if required, shall be paid separately. The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole , including, but not limited to, excavation , backfill, disposal of materials, joint seal ing, lift hole sealing and exterior surface coating . Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for adjusting and/or sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting and/or sealing the manhole, including but not limited to, joint sealing, lift hole sealing , and exterior surface coating. Payment for concrete collars will be made per each . Payment for manhole inserts will be made per each . 0-28 SANITARY SEWER SERVICES Any reconnection, relocation , re-routes, replacement, or new sanitary sewer service shall be required as shown on the plans , and/or as described in these Special Contact Documents in addition to those located in the field and identified by the Engineer as active sewer taps . The service connections shall be constructed by the Contractor utilizing standard factory manufactured tees. City approved factory manufactured saddle taps may be used, but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case basis . The Contractor shall be responsible for coordinating the scheduling of tapping crews with building owners and the Engineer in order that the work be performed in an expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be required. Severed service connections shall be ma intained as specified in section C6-6 .15 . D. SEWER SERVICE RECONNECTION : When sewer service reconnection is called for the Contractor shall vertically adjust the existing sewer service line as required for reconnection and furnish a new tap . The fittings used for vertical adjustment shall consist of a maximum 06123106 S C-18 PART D -SPECIAL CONDITIONS bend of 45 degrees. The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut applications , all sanitary sewer service lines shall be replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four (4) feet of service line which is included in the price bid for Sanitary Sewer Taps. Payment for work such as backfill, saddles, tees , fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps . E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line . If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line, all work shall be performed by a licensed plumber. The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as approved by the Engineer. For situations involving sewer service re-routing, whether on public or private property, the City shall provide line and grade for the sewer service lines as shown on the project plans. Prior to installing the applicable sewer main or lateral and the necessary service lines, the Contractor shall verify (by de-holing at the building clean-out) the elevations (shown on the plans) at the building clean-out and compare the data with the elevation at the proposed connection point on the sewer main, in order to ensure that the two (2) percent minimum slope (or as specified by the Engineer) requirement is satisfied . Elevations shall also be verified at all bend locations on the service re-route . All applicable sewer mains , laterals and affected service lines that are installed w ithout 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 . The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property. Furthermore , the contractor shall utilize the services of a licensed plumber for all service line work on private property. Permit(s) must be obtained from the City of Fort Worth Development Department for all service line work on private property and all work related to the service line must be approved by a City of Fort Worth Plumb ing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the san itary sewer service re-route and proof of final acceptance by the 06/2310 6 SC-19 PART D -SPECIAL CONDITIONS Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-route. Payment for work and materials such as backfill, removal of existing clean-outs , plugging the abandoned sewer service line, double checking the grade of the installed service line, pipe fittings, surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of way. Payment for all work and material involving the "tap" shall be included in the price bid for sanitary sewer service taps . D-29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as shown on the plans, and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with Section E2-1.5 Salvaging of Material and E2-2 . 7 Removing Pipe, of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water meter and concrete vault lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The concrete vault shall be demolished in place to a point not less than 18 inches below final grade. The concrete vault shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade . C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1 .5 Salvaging of Materials. The void shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade . D. SALVAGE OF EXISTING GATE VALVE : Existing gate valve and valve box and lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1 .5 Salvaging of Materials . The void area caused by the valve removal shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade . If the valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18" below final grade. E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position and demolishing the valve box in place to a point not less than 18 inches below final grade . Concrete shall then be used as backfill material to match existing grade . 06123106 SC-20 PART D -SPECIAL CONDITIONS F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top slab and lid removed and vault walls demolished to a point not less than 18" below final grade. The void area caused shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with the existing surrounding grade. G. ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes entering or exiting the structure plugged with lean concrete. Manhole top or cone section shall be removed to the top of the full barrel diameter section, or to point not less than 18 inches below final grade. The structure shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill. Backfill material may be either clean washed sand of clean, suitable excavated material approved by the Engineer. Surface restoration shall be compatible with surrounding service sufface. 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. C. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe, except as follows: separate payment will be made for removal of all fire hydrants, gate valves, 16 inch and larger, and sanitary sewer manholes , regardless of location. Payment will be made for salvaging, abandoning and/or removing all other existing facilities when said facility is not being replaced in the same trench (i.e ., when removal requires a separate trench). L. ABANDONMENT OF EXISTING SEWER LINES : Where plans call for abandonment of existing sewer mains after the construction of a new sewer main, the Contractor shall be responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a final determination that all existing service connections have been relocated to the new main. Once this determination has been made, the existing main will be abandoned as indicated above in Item I. 06/23106 SC-21 PART D -SPECIAL CONDITIONS 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 cons ist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall not be less than two inches with a minimum unit weight of 2}'2 pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows : Type of Utility Color Code Water Safety Blue Sewer Safety Green Legends Caution! Buried Water Line Below Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the pipe. Payment for work such as backfill , bedding, blocking, detectable tapes , and all other associated appurtenances required shall be included in the unit price bid for the appropriate bid item(s). D-31 PIPE CLEANING Joints shall be wiped and then inspected for proper installation by the inspectors . Each joint shall be swept daily and kept clean during installation. A temporary night plug shall be installed on all exposed pipe ends during any period of work stoppage . D-32 DISPOSAL OF SPOIL/FILL MATERIAL Prior to the disposing of any spoil/fill material , the Contractor shall advise the Director of Engineering Department, acting as the City of Fort Worth 's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies . No fill permit is required if disposal sites are not in a floodplain . Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stati ng 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 material at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering Department, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinances of the City and this section. D-33 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men 's liens upon receipt of payment. 0 6/23/06 SC-22 PART D -SPECIAL CONDITIONS D-34 SUBSTITUTIONS The specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material, which has been specified . Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute. Where the term "or equal", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions . The provisions of this sub-section as related to "substitutions" shall be applicable to all sections of these specifications. D-35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: Prior to the reconstruction, ALL sections of existing sanitary sewer lines to be abandoned, removed (except where being replaced in the same location), or rehabilitated (pipe enlargement, cured-in-place pipe, fold and form pipe, slip-line, etc.), shall be cleaned, and a television inspection performed to identify any active sewer service taps, other sewer laterals and their location. Work shall consist of furnishing all labor, material, and equipment necessary for the cleaning and inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. 1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line cleaning equipment shall be constructed for easy and safe operation. The equipment shall also have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter around the outer periphery to 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 cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning again attempted. If, again, successful cleaning cannot be performed or equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists, and the cleaning effort 06/23106 SC-23 PART D -SPECIAL CONDITIONS shall be abandoned. When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before using any water from the City Water Distribution System, the Contractor shall apply for and receive permission from the Water Department. The Contractor shall be responsible for the water meter and related charges for the setup, including the water usage bill. All expenses shall be considered incidental to cleaning. 3. DEBRIS REMOVAL AND DISPOSAL: All sludge , dirt, sand , rock , grease, and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells , or damage pumping equipment, shall not be permitted. 4. All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from the site no less often than at the end of each workday and disposed of at no additional cost to the City. 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES. 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 produc ing 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. 8. 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 othe r devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. 06/2310 6 When manually operated winches are used to pull the television camera through the line , telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew . The importance of accurate distance measurements is emphasized . All television inspection videotapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed . Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape , or other suitable device, and the accuracy shall be satisfactory to the Engineer. SC-24 PART D -SPECIAL CONDITIONS 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 the tapes by the Engineer including collection and removal, transportation and disposal of sand and debris from the sewers to a legal dump site. 06123/06 SC-25 PART D -SPECIAL CONDITIONS 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 televis ion inspection and rehabilitation; when a portion of a line is not or cannot be televised or rehabilitated , the cleaning of that portion of line shall be incidental and no payment shall be made. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera . The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included in the bid price for TV Inspections. The cost of retrieving the TV Camera, under all circumstances, when it becomes lodged during inspection , shall be incidental to TV Inspection . The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D-36 VACUUM TESTING OF SANITARY SEWER MANHOLES D. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes . B. EXECUTION: 1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with all connections in place. Lift holes shall be plugged, and all drop-connections and gas sealing connections shall be installed prior to testing . 06/23106 The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole . The plugs shall be installed in the lines beyond the drop-connections, gas sealing connections, etc. The test head shall be placed ins ide the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuum of ten inches of mercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed , the level of vacuum shall be read after the required test time. The required test time shall be determined from the Table I below in accordance with ASTM C1244-93 : Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg ( 1 O"Hg -9"Hg) (SEC) Depth of MH . 48-lnch Dia. 60-lnch Dia . (FT.) Manhole Manhole 0 to 16' 40 sec. 52 sec. 18 ' 45 sec . 59 sec. 20' 50 sec . 65 sec. 22' 55 sec . 72 sec . 24' 59 sec . 78 sec. 26' 64 sec. 85 sec. 28' 69 sec . 91 sec. SC-26 PART D -SPECIAL CONDITIONS 30' For Each Additional 2' 74 sec. 5 sec. 98 sec. 6 sec. 1. ACCEPTANCE : The manhole shall be considered acceptable, if the drop in the level of vacuum is less than one-inch of mercury (1" Hg) after the required test time. Any manhole, which fails to pass the initial test, must be repaired by either pressure grouting through the manhole wall or digging to expose the exterior wall of the manhole in order to locate the leak and seal it with an epoxy sealant. The manhole shall be retested as described above until it has successfully passed the test. Following completion of a successful test, the manhole shall be restored to its normal condition, all temporary plugs shall be removed, all braces, equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material, labor, equipment, and all incidentals, including all bypass pumping, required to complete the test as specified herein. 0-37 BYPASS PUMPING The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated and/or replaced. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. Provisions shall be made at driveways and street crossings to permit safe vehicular travel without interrupting flow in the bypass system. Under no circumstances will the Contractor be permitted to discharge sewage into the trenches . Payment shall be incidental to rehabilitation or replacement of the sewer line. 0-38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television inspection performed by an independent sub-Contractor hired by the prime Contractor. Work shall consist of furnishing all labor, material, and equipment necessary for inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection . C. EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of 06/23106 SC-27 PART D -SPECIAL CONDITIONS any sewer service taps . In no case will the television camera be pulled at a speed greater than 30 feet per minute . Manual winches , power winches , TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer. When manually operated winches are used to pull the television camera through the line , telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed . Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. Sanitary sewer mains must be laced with enough water to fill all low pints . The television inspection must be done immediately following the lacing of the main with no water flow . If sewer is active , flow must be restricted to provide a clear image of sewer being inspected. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection. All televis ion logs shall be referenced to stationing as shown on the plans. A copy of these television logs will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm , or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations . 4. VIDEOTAPE RECORDINGS : The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed . Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days . Equipment shall be provided to the City by the Contractor for review of the tapes . Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. 06123/06 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 SC-28 PART D -SPECIAL CONDITIONS tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera . D . PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS : The cost for post-construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis . The quantity of TV inspection shall be measured as the total length of new pipe installed. All costs associated with this work shall be included in the appropriate bid item -Post-Construction Television Inspection. The item shall also include all costs of installing and mainta ining 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 requ irements of the contract. D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested , and any work effort involved is deemed to be included in the unit price for the item being tested . E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site . The ticket shall specify the name of the pit supplying the fill material. D-40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the 06123/06 SC-29 PART D -SPECIAL CONDITIONS contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations . The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other devices . B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water courses, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. 2. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams . 3. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 4. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 5. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. 6. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials . He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. D-41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES 06/23106 SC-30 PART D -SPECIAL CONDITIONS The Contractor shall provide ingress and egress to the property being crossed by this construction and adjacent property when construction is not in progress and at night. Drives shall be left accessible at night, on weekends, and during holidays. The Contractor shall conduct his activities to minimize obstruction of access to drives and property during the progress of construction. Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. D-42 PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to the Contractors' operations including lawns, yards, shrubs, trees, etc., shall be preserved or restored after completion of the work, to a condition equal to or better than existed prior to start of work. Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or replaced at the Contractor's expense . Trimming or pruning to facilitate the work will be permitted only by experienced workmen in an approved manner (No trimming or pruning without the property owners' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing . By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal, or root pruning) can be done on trees or shrubs growing on public property including street Rights-of-Ways and designated alleys. This permit can be obtained by calling the Forestry Office at 871-5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association . A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. No separate payment will be made for any of the work involved for this item and all costs incurred will be considered a subsidiary cost of the project. 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 . 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. 06/23106 SC-31 PART D -SPECIAL CONDITIONS 1. TOPSOIL DESCRIPTION: This item will consist of furnishing and placing a minimum of six (6) inches of topsoil , free from rock and foreign material, in all parkways and medians to the lines and grades as established by the Engineer. CONSTRUCTION METHODS: Topsoil will be secured from borrow sources as required to supplement material secured from street excavation. All excavated materials from streets which is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a borrow source . Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. 2 . SODDING DESCRIPTION : Sodding will consist of furn ishing and planting Bermuda, Buffalo or St. Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on embankments or cut slopes, or in such areas as designated on the Drawings and in accordance with the requirements of this Specification. Recommended Buffalo grass varieties for sodding are Prairie and 609. MATERIALS : Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass secured from sources where the soil is fertile . Sod to be placed during the dormant state of these grasses shall be alive and acceptable . Bermuda and Buffalo grass sod shall have a healthy, virile root system of dense , thickly matted roots throughout a two (2) inch minimum thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy, virile root system of dense , thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots . 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 reta in native soil on the roots of the sod during the process of excavating , hauling, and planting. Sod material shall be kept moist from the time it is dug until planted. When so directed by the Engineer, the sod existing at the source shall be watered to the extent required prior to excavating. Sod material shall be planted within three days after it is excavated. CONSTRUCTION METHODS : After the designated areas have been completed to the lines, grades , and cross-sections shown on the Drawings and as provided for in other items of the contract, sodding of the type specified shall be performed in accordance with the requirements hereinafter described. Sodding shall be either "spot" or "block"; either Bermuda, Buffalo or St. Augustine grass . a . Spot Sodding 06123/06 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 SC-32 PART D -SPECIAL CONDITIONS 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 wi th a heavy, hand roller developing fifteen ( 15) to twenty-five (25) pounds per square inch compression. Hand tamping may be required on terraces. b. Block Sodding . At locations on the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas . The sod shall be so placed that the entire designated area shall be covered , and any voids left in the block sodding shall be filled with additional sod and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass . Surfaces of block sod, which, in the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil , shall,. upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the fi rm earth, sufficiently close to hold the block sod firmly in place. When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. The sodded areas shall be thoroughly watered immediately after they are planted and shall be subsequently watered at such times and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth . 3. SEEDING DESCRIPTION : "Seeding" will consist of preparing ground , providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance with these Specifications. MATERIALS : a . General. All seed used must carry a Texas Testing Seed label showing purity and germination, name, type of seed, and that the seed meets all requirements of the Texas Seed Law . Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be with in 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. 06/23106 The specified seed shall equal or exceed the following percentages of Purity and germination : Common Name Common Bermuda Grass Annual Rye Grass Tall Fescue Western Wheatgrass SC-33 Purity 95% 95% 95% 95% Germination 90% 95% 90% 90% PART D -SPECIAL CONDITIONS Buffalo Grass Varieties Top Gun Cody 95% 95% Table 120.2.(2)a. 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 directions at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained. "Finishing" as specified in Section 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 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 0 6123/06 SC-34 PART D-SPECIAL CONDITIONS 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 thr~e (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D- 45, Construction Methods. Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened. After the watering, when the ground has become sufficiently dry to be loose and pliable , the seed, or seed mixture specified, shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is obtained. After planting, the seed shall be raked or harrowed into the soil to a depth of approximately one-quarter (1/4) inch. The planted surface area and giving a smooth surface without ruts or tracks . In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth. The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included, then MS-2 shall be used. Applications of the asphalt shall be at a rate of three-tenths (0 .3) gallons per square yard. It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth. RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES : Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120 .2(2)a. The re-seeding will be achieved in the following manner. The cool season species shall be mowed down to a height of one (1) inch 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 sl it which is then pressed close with a cult packer wheel. 4. HYDROMULCH SEEDING: If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes . 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER 0 6123/06 SC-35 PART D -SPECIAL CONDITIONS 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 topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding " bid items and will not be paid for directly. "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard , complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping; for all watering ; for disposal of all surplus materials ; and for all materials , labor, equipment, tools and inc identals necessary to complete the work, all in accordance with the Drawings and these Specifications . 0612 3/06 SC-36 PART D -SPECIAL CONDITIONS The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case may be, which price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the work accepted as follows : Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding. 0-46 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and subcontractors at all times during construction . All active sewer manholes, regardless of depth, are defined by OSHA, as "permit required confined spaces". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM" for all applicable manholes and maintain an active file for these manholes. The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces . 0-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 7. Prior to the final inspection being conducted for the project, the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete. 8. The inspector along with appropriate City staff and the City's consultant shall make an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected. 9. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected. 10 . Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price. Contractor shall still be required to address all other deficiencies, which are discovered at the time of final inspection. 11 . Final inspection shall be in conformance with general condition item "C5-5.18 Final Inspection" of PART C -GENERAL CONDITIONS . 0-48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) 1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs, tree trunks, and tree roots at each work site . All such measures shall be considered as incidental work .included in the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering . 2. Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the construction area. 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations. The Engineer shall be notified 06/23/06 SC-37 PART D -SPECI.AL CONDITIONS at least 24 hours prior to any tree trimming work. No trimming work will be permitted within private property without written permission of the Owner. 4. Nothing shall be stored over the tree root system within the drip line area of any tree. 5. Before excavation ( off the roadway) within the drip line area of any tree , the earth shall be sawcut for a minimum depth of 2 feet. 6. At designated locations shown on the drawings , the "short tunnel" method using Class 51 D.I. pipe shall be utilized. 7. Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense . 8 . Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. 9 . Short tunneling shall consist of power augering or hand excavation. The tunnel diameter shall not be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipe installation shall be pressure grouted. D-49 CONCRETE ENCASEMENT OF SEWER PIPE Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of concrete encasement as measured in place along the centerline of the pipe for each pipe diameter indicated. The Contract Unit Price shall include all costs associated with installation and reinforcement of the concrete encasement. D-50 CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Construction , figure in the Drawings in these Specifications, at locations indicated on the Drawings or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an impervious barrier to reduce groundwater percolation through the pipeline trench. Construction material shall consist of compacted bentonite clay or 2:27 concrete. Payment for work such as forming, placing and finishing shall be subsidiary to the price bid for pipe installation . D-51 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of all existing utilities prior to construction , in accordance with item D-6 . At locations identified on the drawings, contractor shall conduct an exploratory excavation (D-Ho le ), 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 proj ect. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications . The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the 06/23/06 SC-38 -PART D -SPECIAL CONDITIONS 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 Eng ineer, shall include full compensation for all materials, excavation, surface restoration, field surveys, and all incidentals necessary to complete the work, shall be the unit price bid. No payment shall be made for exploratory excavation(s) conducted after construction has begun. D-52 INSTALLATION OF WATER FACILITIES 52.1 Polyvinyl Chloride (PVC) Water Pipe POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance with the material standard contained in the General Contract Documents. Payment for work such as backfill, bedding, blocking, detectable tapes and all other associated appurtenant required, shall be included in the linear foot price bid of the appropriate BID ITEM(S). 52.2 Blocking Concrete blocking on this Project will necessarily be required as shown on the Plans and shall be installed in accordance with the General Contract Documents. All valves shall have concrete blocking provided for supporting. No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the linear foot bid price of the pipe or the bid price of the valve. 52.3 Type of Casing Pipe 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203 . Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0 .375 inch . 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. 11 O of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. 52.4 Tie-Ins 06123106 SC-39 06/23106 PART D -SPECIAL CONDITIONS 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 t ie-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 . Th is 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 (E1- 17 & E1-18) contained in the General Contract Documents . All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade. SC-40 PART D -SPECIAL CONDITIONS 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 ma i n line to the meter box. All services which are to be replaced or relocated shall be installed with the service main tap and service line being in line with the service meter unless otherwise directed by the Engineer. A minimum of 24 hours advance notice shall be given when service interruption will be required as specified in Section C5-5 .15 INTERRUPTION OF SERVICE. All water service meters shall be removed, tagged, and collected by the contractor for pickup by the Water Department for reconditioning or replacement. After installation of the water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 1. WATER SERVICE REPLACEMENTS : Water service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street reconstruction . The contractor shall replace the existing service line with Type K copper from the main to the meter, curb stop with lock wings , and corporation stop. Payment for all work and materials such as backfill , fittings, type K copper tubing , curb stop with lock wings , service line adjustment, and any relocation of up to 12-inches from center line existing meter location to center line proposed meter location shall be included in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the service installation . Payment for all work and materials such as tap saddle (if required), corporation stops , and fittings shall be included in the price bid for Service Taps to Main . 1. WATER SERVICE RECONNECTION: Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction . The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop . The contractor will be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. 2. WATER SERVICE METER AND METER BOX RELOCATIONS : When the replacement and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve (12) inches , as measured from the center line of the existing meter to location to the center line of the proposed meter location, separate payment will be allowed for the relocation of service meter and meter box . Centerline is defined by a line extended from the service tap through the meter. Only 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. 0 6123/06 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 , SC-41 PART D -SPECIAL CONDITIONS labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation. All other costs will be included in other appropriate bid item(s). This item will also be used to pay for all service meter and meter box relocations as required by the Engineer when the service line is not being replaced. Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment at any time . Locations with multiple service branches will be paid for as one service meter and meter box relocation . 4. NEW SERVICE : When new services are required the contractor shall install tap saddle (when required), corporation stop, type K copper service line, curb stop with lock wings , and meter box . Reinforced plastic meter boxes with cast iron lid shall be provided for all 2 inch water meters or smaller. The reinforced plastic water meter boxes shall comply with section E 1-18A -Reinforced Plastic Water Meter Boxes . Payment for all work and materials such as backfill , fittings, type K copper tubing , and curb stop with lock wings shall be included in the Linear Foot price bid for Service Line from Main to Meter five (5) feet behind the meter. Payment for all work and materials such as tap saddle, corporation stops, and fittings shall be included in the price bid for Service Taps to Mains. Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box . 1. MULTIPLE SERVICE BRANCHES : When multiple service branches are required the contractor shall furnish approved factory manufactured branches . Payment for multiple service branches will include furnish ing and i nstalling the multiple service branch only and all other cost will be included in other appropriate bid item( s ). 2. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service line that is applicable for the size of the existing service meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid item(s). 52.8 2-lnch Temporary Service Line A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide temporary water service to all buildings that will necessarily be required to have severed water service during said work . The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and the Engineer in order that the work be performed in an expeditious manner. Severed water service must be reconnected within 2 hours of discontinuance of service . 06/23/06 A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to the City water supply. The 2-inch temporary service main and 3/4-inch service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2" temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to installation. SC-42 PART D -SPECIAL CONDITIONS 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 responsibility of the contractor. The Water Department Meter Shop will evaluate the condition of the meters upon return and if repairs are needed the contractor will receive an invoice for those repairs . The issued meter is for this specific project and location only. Any water that the contractor may need for personal use will require a separate hydrant meter obtained by the Contractor, at its cost, from the Water Department. 06123/06 52.9 Purging and Sterilization of Water Lines Before being placed into service all newly constructed water lines shall be purged and sterilized in accordance with E2-24 of the General Contract Documents and Specifications except as modified herein . The City will provide all water for INITIAL cleaning and sterilization of water lines . All materials for construction of the project, including appropriately sized "pipe cleaning pigs ", chlorine gas or chlorinated lime (HTH) shall be furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to provide a chlorine residual of fifty (50) PPM. The residual of free chlorine shall be measured after 24 hours and shall not be less than 10 parts per million of free chlorine . Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary sewer not be available, chlorinated water shall be "de-chlorinated" prior to disposal. The line may not be placed in service until two successive sets of samples, taken 24 hours apart, have met the established standards of purity. Purging and sterilization of the water lines shall be considered as incidental to the project and all costs incurred will be considered to be included in the linear foot bid price of the pipe. SC-43 06/23106 PART D -SPECIAL CONDITIONS 52.10 Work Near Pressure Plane Boundaries Contractor shall take note that the water line to be replaced under this contract may cross or may be in close proximity to an existing pressure plane boundary. Care shall be taken to ensure all "pressure plane" valves installed are installed closed and no cross connections are made between pressure planes 52.11 Water Sample Station GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main . Payment for all work and materials necessary for the installation of the sampling station , concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service 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 E1-7. The price bid per ton of fittings shall be payment in full for all fittings , joint accessories, polyethylene wrapping, horizontal concrete blocking , vertical tie-down concrete blocking, and concrete cradle necessary for construction as designed . All ductile-iron and gray-iron fittings , valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E 1-13 and Construction Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie- down concrete blocking, and concrete cradle. Payment for the polyethylene wrapping, SC-44 PART D -SPECIAL CONDITIONS horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle shall be included in bid items for vales and fittings and no other payments will be allowed . D-53 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control " shall apply. However, no direct payment will be made for this item and it shall be considered to this contract. D-54 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations . The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. Dewatering shall be considered as ·incidental to a construction and all costs incurred will be considered to be included in the project price. D-55 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction . Contractor shall not leave excavated trench open overnight. Contractor shall fill any trench the same day of excavation . No extra payment shall be allowed for this special condition. D-56 TREE PRUNING A. REFERENCES : National Arborist Association's "Pruning Standards for Shade Trees ". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2. Vermeer V-1550RC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 3. Steel 'T ' = Bar stakes , 6 feet long. 4 . Smooth Horse-Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 5. Surveyor's Plastic Flagging : "Tundra " weight, International fluorescent orange or red color. 6. Combination Fence : Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings . D. ROOT PRUNING 7. Survey and stake location of root pruning trenches as shown on drawings . 06123/06 SC-45 PART D -SPECIAL CONDITIONS 8. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone . 9 . Backfill and compact the trench immediately after trenching. 10. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 11. Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity. Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation . 12. Limit any grading work within conservation areas to 3-inch maximum cut or fill , with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods , equipment and protection. E. MULCHING : Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price. D-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. D-58 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock , if any , through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under this condition. Whether prospective bidders perform this subsurface exploration jointly or independently, and whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective b idders. If test borings have been made and are provided for bidder 's information, at the locations shown on the logs of borings in the appendix of this specification , it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location, or elevation , as shown on the boring logs . It shall be the responsibility of the bidder to make such subsurface investigations , as he deems necessary to determine the nature of the material to be excavated . The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site . The cost of all rock removal and other associated appurtenances , if required, shall be included in the linear foot bid price of the pipe . 0 612 3/06 SC-46 - PART D -SPECIAL CONDITIONS D-59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis , prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows : The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area . The flyer shall be prepared on the Contractor 's letterhead and shall include the following information: Name of Project, DOE No ., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name of the contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction notification' flyer is attached. The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed . The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction , the contractor shall prepare and del iver a notice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as follows : The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption . The flyer shall be prepared on the contractor's letterhead and shall include the following information : Name of the project, DOE number, the date of the interruption of service , the period the interruption will take place , the name of the contractor's foreman and his phone number and the name of the City 's inspector and his phone number. A sample of the temporary water service interruption notification is attached . A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed. The contractor shall not be permitted to proceed with interruption of water service until the flyer has been delivered to all affected residents and businesses . Electronic versions of the sample flye rs can be obtained from the Construction office at (817) 871-8306 . All work involved with the notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made. D-60 TRAFFIC BUTTONS The removal and replacement of traffic buttons is the responsibility of the contractor and shall be considered a subsidiary item . In the event that the contractor prefers for the Signals , Signs and Markings Division (SSMD) of the Transportation/Public Works Department to install the mark ings , the contractor shall contact SSMD at (817) 871-8770 and shall reimburse SSMD for all costs incurred, both labor and material. No additional compensation shall be made to the contractor for this reimbursement. 06123/0 6 SC-47 PART D -SPECIAL CONDITIONS D-61 SANITARY SEWER SERVICE CLEANOUTS Whenever a sanitary sewer service line is installed or replaced , the Contractor shall install a two- way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high traffic areas such as driveways, streets, sidewalks, etc. whenever possible . When it is not possible, the cleanout stack and cap shall be cast iron. Payment for all work and materials necessary for the installation of the two-way service cleanout which are required to provide a complete and functional sanitary sewer cleanout shall be included in the price bid for Sanitary Sewer Service Cleanouts . D-62 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base . The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideability on the street as well as provide a smooth transition between the existing pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary pavement repair pay item . The contractor shall be responsible for maintaining the temporary pavement until the paving contractor has mobilized . The paving contractor shall assume maintenance responsibility upon such mobilization. No additional compensation shall be made for maintaining the temporary pavement. D-63 CONSTRUCTION STAKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary method of markings as may be found consistent with professional practice, establishing line and grades for roadway and utility construction, and centerlines and benchmarks for bridgework. 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 respons ibility, at the Contractor's sole expense , to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted , and time will continue to be charged in accordance with the Contract Documents . D-64 EASEMENTS AND PERMITS The performance of this contract requires certain temporary construction , right-of-entry agreements, and/or permits to perform work on pr ivate property. The City has attempted to obtain the temporary construction and/or right-of-entry agreements for properties where construction activity is necessary on City owned facilities , such as sewer lines or manholes. For locations where the City was unable to obtain the easement or right-of-entry, it 0 6/23/0 6 SC-48 PART D -SPECIAL CONDITIONS shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject property. This shall be subsidiary to the contract. The agreements, which the City has obtained, are available to the Contractor for review by contacting the plans desk at the Department of Engineering, City of Fort Worth. Also, it shall be the responsibility of the Contractor to obtain written permission from property owners to perform such work as cleanout repair and sewer service replacement on private property. Contractor shall adhere to all requirements of Paragraph C6-6 .10 of the General Contract Documents. The Contractor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these agreements, by the property owners. The easements and/or private property shall be cleaned up after use and restored to its original condition or better. In event additional work room is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required . No additional payment will be allowed for this item . The City has obtained the necessary documentation for railroad and/or highway permits required for construction of this project. The Contractor shall be responsible for thoroug~ly revie.wing, understandio_g anq complying with all provisions of such permits, including obtaining the requisite insurance, and shall pay any and all costs associated with or required by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. For railroad permits, any and all r ailroad insurance costs and any other,fncidental costs neces sary to meet th,e conditlons ass'ciciatedwith permit(s) compliance, includ ing payment for flag111en, shall be subsidiary to the bid item price for bpring und~r the railmad. No ~dditional R~Y[l~nt wilrbit_allow&d for ttiJs .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 Compliance with and Enforcement of Prevailing Wage Laws Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258 , Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258 . Such prevailing wage rates are included in these contract documents. Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract · documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258 .023. 06123/06 SC-49 PART D -SPECIAL CONDITIONS Complaints of Violations and City Determination of Good Cause . On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258 .023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writ ing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258 .023 , Texas Government Code , including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration . The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction . Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work , maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract ; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. Pay Estimates . With each partial payment estimate or payroll period, wh ichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. Posting of Wage Rates . The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times . Subcontractor Compliance . The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. (Wage rates are attached at the end of this section .) (Attached) D-67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE 06123/06 SC-50 PART D -SPECrAL CONDITIONS A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR Part 61, Subpart M. This specification will establish procedures to be used by all Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with NESHAP. Nothing in this specification shall be construed to void any provision of a contract or other law, ordinance , regulation or policy whose requirements are more stringent. B. ACP is defined under NESHAP as a Category 11, non-friable material in its intact state but which may become friable upon removal, demolition and/or disposal. Consequently , if the removal/ disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61.150 . A NESHAP notification must be filed with the Texas Department of Health . The notification must be filed at least ten days prior to removal of the material. If it remains in its non -friable state, as defined by the NESHAP, it can be disposed as a conventional construction waste. The Environmental Protection Agency (EPA) defines friable as material , when dry, which may be crumbled , pulverized or reduced to powder by hand pressures. C. The Generator of the hazardous material is responsible for the identification and proper handling , transportation, and disposal of the material. Therefore, it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable . The Excavator is responsible to employ those means, methods, techniques and sequences to ensure this result. E. Compliance with all aspects of worker safety and health regulations including but not limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs, which are the responsibility of the Excavator. (Copy of forms attached) F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe unless otherwise stated or indicated on the project plans or contract documents. D-68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations , a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tnrcc .state.tx.us/permitting/water perm/wwperm/construct.html. So i l 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 0 6/23/06 SC-51 PART D -SPECIAL CONDITIONS Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs . The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater than 5 acres, the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOi shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee . The NOi shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team ; MC-228 P.O . Box 13087 Austin , TX 78711-3087 A copy of the NOi shall be sent to: City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity , the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to : Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin , TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site . Five of the 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 activ ities may vary from those anticipated 06123/06 SC-52 - PART D -SPECIAL CONDITIONS during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized . SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES : Submission of a NOi form is not required. However, a TCEQ Site Notice form must be completed and posted at the site . A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above . A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances , seeding , sodding, mulching, soil retention blankets , or other structural or non-structural storm water pollution controls . The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION : Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP . D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative . The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project, the Contractor must coordinate this activity through the appropriate City representative . The Contractor shall not operate water line 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 responsib ilities as a result of these actions. D-70 ADDITIONAL SUBMITTAL$ 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 subm it the additional informa ti on if requested 06123106 SC-53 PART D -SPECIAL CONDITIONS may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable : The work progress on all construction projects will be closely monitored . On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more ( example : 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: 1. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time . 2. The Project Manager and the Directors of the Department of Engineering, Water Department, and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed . 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 06/23/06 SC-54 - PART D -SPECIAL CONDITIONS responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m . whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10 :00 a.m . if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG . If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. - 6 :00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month . D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS A fee for street use permits is in effect. In addition, a separate fee for re-inspections for parkway construction, such as driveways, sidewalks, etc., will be required. The fees are as follows: 1. The street permit fee is $50 .00 per permit with payment due at the time of permit application. 2. A re-inspect ion fee of $25.00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to the City performing re-inspection . Payment by the contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made . 06/23/06 SC-55 PART D -SPECIAL CONDITIONS 06/23/06 SC-56 Date: ____ _ FORT WORTH DOE NO. XXXX Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON --------- BETWEEN THE HOURS OF _______ AND _____ _ IF YOU HA VE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT -----------(CONT RAC TORS SUPERINTENDENT} (TELEPHONE NUMBER} OR MR·-----------~AT ___________ _ (CITY INSPECTOR} (TELEPHONE NUMBER} THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ------------' CONTRACTOR F Q r 0 ff i C Q l) s e n l y 0 T A H p A 0 PART D -SPEClAL CONDITIONS ~ DEMOLITION/ RENOVATION ~ NOTIFICATION FORM T D H NOTIFICATION# ________ _ TEXAS DEPARTMENT OF HcALlH NOTE: CIRCLE ITEMS THAT ARE AMENDED {) Aba l ~ment Contrector. ___________ ~ _______ TDH Liceq1,e N:Umber~· ------ Address : City : Stare: zrp: ___ _ OfficB Phone Number: .__...__ ________ :Job Site Phone Numb0t: ____________ _ Site supervisor: . . TOH Uoenise Nvmber: -------------- Sile Supervisor: TOH License Number.·-~------------ Trained On-Sife NESHAP lnd ividual: ______________ Cer1ification Date:. _______ _ Demolitiot1 Conlractor: _____________ omce Phooe Numbe .~~---------- Adcfre-.s-$: Cily : Sta1e : __ --'Zip;. ___ _ 2) Project Consult;;int or Qperator; ________________ TDH LiCE!nse Number.. _____ _ Mailing A.dd'f~:----------------------------------Clty: S late: ___ ~Zip,_· ____ Office Phone Number;•-~~-~---- 3) facllit)rOwner.._~------------------------------Altentiorl'. ___________________________________ _ Ma i'li r;g Address :~----------------------------------Ciiy: · State: Zq): Owner Phone Number,._.._ ___ _ "Noto: Too-invoieo fot thD notlli<catlon fao wlll be sent to the owner of the bulldln,g "nd the bll!lng acr.drefl tor the lnvolca will b,- obt~lnod trom tho lnfotm~!ton Uiillt ls PfGvldcd In thra section. · N • 4) Descrfption or Facility Name=·---------:::--~~------------------ E • Ph}'!;i ical Addre$s :,-----,--,----------Couniy: City: Zip :-.. ---- 06/23/06 $ Faclllty Pbooe Number. F1;1cility Contact Person :~.-----------~-H Dat;criplion of Area/RoQm Number.. ___________________________ _ A Prfor Use ; _______________ FUIUt G Use: . ' . ''''' ....... . P Age Qf Bt1 ildlnglfacllit~1: Size : Number of Fl oors: School {K· 12); a YES o· NO .I) T 6 H D L V f 0 r a ti O· n ? 5} Typ,e of Work: CJ Demolition Work will be d1.1ring: O Day a Renovation {Abatement) o An .nuai Consolidated o Evening o Nfghl ;:;-, Phased P,oJect ' Oescriplion of work schedule:. ______________ ---------------- 6 ) Is this a Public Building? o YES NESHAP-OnJy fac.ility? D YES D NO federal FacUlty? 0 YES = NO Industrial Site? D YES O NO 0 NO Is Building/Facility Occupied? a YES Cl NO 7) No1 ifi cation Type CHECK ONLY ONE 0 Orig inal (10 Work1ng Oa.ys} :J Cancellation D Amendment O Emergency/Ordered If this is an amMdrnent, which ;;ime11dmen1 number is, this ?_ (Enclose copy of or'lg lnal and/or last amendment) Lf an emergency, who did you talk with at TOH? Ernergency#: _____ _ Date and Hou r of Etn9t(;ertcy (HHIMMIDDIYY}·._ ______ _ Descriptio n of Uie s udden, une'<pected event and expl anatiOn or 110,.., tho (Went caused unsafe conditions or Would ca.us · eq1,1 l prnent da m~e (compu teis, machinery, etc·-------------~---------- Cl S) Dtlscriplion of procedures to be followed in the e•:eot that u:nc:xpf:ctOd asbestos is found or prevrou!;.ly n011-friable Y asbestos mate.rial becomes crumbled . pulve-1ized. or reduced t.o powder:---------------- £ s 9) Was .:in Asbes 1os survey perfo1med? o YES n NO Dal,e : f TOH Inspector Lice nse No ;. _____ _ G An ~ylical Me1hod : o PLM o TEM O Assumed TOH Labora tory License No ;,.,..-,----- N {For TAHPA (public building) projecis: an .issumptio.n must be made by a TDH Licens ed Inspector) 10) Description of planned c!emo l1tion or rQMv.ation work, type of meternil, and method(s) to be used.,..: ------- 11} Desctip1ion of work pr.i ci ices a n d eng ineering controls 10 be used to pro'/01,t omissions of asbestos at lhe demolit ionlrenova1ion ·,_ ------------------------------ SC-58 -06123/06 PART D -SPECIAL CONDITIONS 12} ALL appllcable, llams Ir\ 1hef0llowirtg table must be GOmpleted; IF NO AS8EST0S PRESEN:T CHECK HERE c Approxima,te amount of Check unit of meuurement Asbestos..Containing Building M~terial Asbe!iitQ1> Type 1--~~......;;;;_,,;...;.."""'"'----+--.---;-o~..,,....-......-~......-........-f Ln i Ln ;:,Q SQ , Pipes S'Urf-ilce Aree Ft ,tJ Ft M RACM to be removed RACM NOT removed l11terwr Cate o I non-frfab!e removed Extetiot Cate o I non-friabfe removed Cetec·o I nonwfriable NOT removed Jriterior. Cat o , 11 non-ftiab[e ramo ... ed Eicteoor Gatei:i · JI non-friable removed . Cat II noo-frl@l~tNQJ removOd · RACM Off-Facility Component 13) Waste Transpor1er Name: -=--------------TOH Lf'oense Number:------ Addtess : ___________ ·Cify : ___ ~~~=·=·-·"stace: ___ Zip:..._. __ ~ Contac.t Pcmio!l ; Phone Nurnb.ir: -~·--------- 14) waste Disposal Site N.,irne: ________ ~~------------------- Address :,_-,--__,.---------~-C.iiy~ ·---------Sta1e : ___ .Zip: ___ _ Telephone : TNRCC Permit N 1,miber: -------- 15) For s i rucrurally unsound facilltles, attach a copy of demolllian order and identify G.Q·,emmen.tal Official below; Name,: · eglstration No:·-·---~-~------ Ti l le ;---:--,--.,,-...,-,::--::--:...,-,,---,--....,.-......... _- Date of order (MM.IDO/YY} I I Date o rder to begin {MM!OD/YY) -~'-~'-- 16) Sched\Jled Dates of Asbestos Abatefl1en1 (MMi'DDJYY) St.3rt --~' -~'--Compl ete; -~'-~- 17) Sthed·uled Da:l'Bs DemoliUonlHenovaoon {MM/ODIYY} Slart: . / / complete:_~-~--- -Note: If the start dale on this n.otitie.a1;l;:," e~!'i n.ot bo rnul, thii TOH R.Gghmal or L.ocal Program office Must be contacted by phone prior to the 1Siart date. Failure to do so Is a 11(o~'Uon fn J)CC:Ofit~ncc to TAHPA. S4ictlon 295.61. l hereby oer1ify that all information I htlve provided Is correct. completo. and 1ruc to th e best of my knowledge. I ac;knQ'Nl edge that I aro responsll>fe for all aspects or the notification. fQrm, i11clte1d i ng, but !<OI limiting . ,cootoot and submlss fon dates . Tho m.3ximum penally is $10 ,000 per day per violation . (Signature of Building Owner/ Operator Of Deleg.ated C()(lSU IIanV'Conl!'actor} M.All TO: (Printed Nafl"io) (Date} ASBESTOS NOTIFICATION SECTION TOXIC SUBSTANCES CONTROL DMSION TEXI..S DEPARTMENT OF HEALTl'i PO BOX 143538 AUSTIN, TX 78714-3538 Pli: 512-834-6600. 1-800-572-5548 (Telephone) •Fa:res arc not accepted• Form APB#5, d9,/e<:I 07129/02. Replaces TDH fomi datod 07/r 3/tn. For assistance in c;ompleling form , c~I 1-600-572-5548 SC-59 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents L SCOPE OF WORK ................................................................................................................................... SP -4 2. AW ARD OF CONTRACT ....................................................................................................................... SP-4 3. PRECONSTRUCTION CONFERENCE .................................................................................................. SP-4 4. EXAMINATION OF SITE ...................................................................................................................... SP-4 5 . BID SUBMITTAL .................................................................................................................................... SP-5 6. WATER FOR CONSTRUCTION ............................................................................................................ SP -5 7. SANITARY FACILITIES FOR WORKMERS ........................................................................................ SP-5 8. PAYMENT ................................................................................................................................................ SP-5 9. SUBSIDIARY WORK .............................................................................................................................. SP-5 10 . LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ...................................................................................................................................... SP-5 l l . WAGE RATES ......................................................................................................................................... SP -5 12 . EXISTING UTILITIES ............................................................................................................................. SP-5 13 . PARKWAY CONSTRUCTION ............................................................................................................... SP-5 14 . MATERIAL STORAGE ........................................................................................................................... SP-5 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS .......................................................................................................................... SP-6 16 . INCREASE OR DECREASE IN QUANTITIES ...................................................................................... SP -6 17 . CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS .......................................................... SP -6 18 . EQUAL EMPLOYMENT PROVISIONS ................................................................................................ SP-6 19 . MINORITY AND WOMENS BUSINESS ENTERPRISE (M/WBE) COMPLIANCE ........................................................................................................................ SP-7 20. FINAL CLEAN UP ................................................................................................................................... SP -8 21. CONTRACTOR'S COMPLIANCE WITH WORKER 'S COMPENSATION LAW ........................................................................................ " ................................ SP -8 22. SUBSTITUTIONS .................................................................................................................................... SP-1 l 23 . MECHANICS AND MATERIALSMEN'S LIEN .............................................................. " .................... SP-11 24. WORK ORD ER DELAY ......................................................................................................................... SP-11 25 . WORKING DAYS ................................................................................................................................... SP-11 26 . RIGHT TO ABANDON ........................................................................................................................... SP-11 27 . CONSTRUCTION SPECIFICATIONS ................................................................................................... SP -11 28 . MAINTENANCE STATEMENT ............................................................................................................ SP-11 29 . DELAYS ................................................................................................................................... SP-11 30 . DETOURS AND BARRICADES ............................................................................................................ SP-12 31 . DISPOSAL OF SPOIUFILL MATERIAL .............................................................................................. SP-12 32 . QUALITY CONTROL TESTING ........................................................................................................... SP-1 2 33 . PROPERTY ACCESS .............................................................................................................................. SP-13 34 . SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ............................................... SP-13 35. WATER DEPARTMENT PRE-QUALIFICATIONS ............................................................................. SP -13 36. RIGHT TO AUDIT .................................................................................................................................. SP-13 37 . CONSTRUCTION STAKES ................................................................................................................... SP-14 38 . LOCATIONOFNEWWALKSANDDRIVEWAYS .......................................................................... SP-14 39. EARLY WARNING SYSTEM FOR CONSTRUCTION ............. : ........................................................... SP -14 40 . AIR POLLUTION WATCH DAYS ................ _ ............................ : ......... : .................................................. SP-15 05/27/05 SP-1 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents CONSTRUCT ION ITEMS: 41. 42 . 43. 44. 45. 46 . 47. 48. 49. 50 . 51. 52 . 53. 54 . 55. 56 . 57 . 58 . 59 . 60 . 61. 62. 63. 64 . 65. 66 . 67 . 68. PAY ITEM -UNCLASSIFIED STREET EXCAVATION ...................................................................... SP-15 PAY ITEM -6" REINFORCED CONCRETE PAVEMENT ................................................................... SP-16 PAY ITEM-SILICONE JOINT SEALING ............................................................................................. SP-16 PAY ITEM -7" CONCRETE CURB ........................................................................................................ SP-20 PAY ITEM -RETAINING WALL ........................................................................................................... SP-20 PAY ITEM -REPLACE EXIST. CURB AND GUTTER ........................................................................ SP-20 PAY ITEM-HMAC TRANSITION ......................................................................................................... SP-20 PAY ITEM -6" PIPE SUBDRAIN ........................................................................................................... SP-20 PAY ITEM -TRENCH SAFETY ............................................................................................................. SP-20 PAY ITEM -8" THICK LIME STABILIZED SUBGRADE AND CEMENT FOR SUBGRADE STABILIZATION ................................................................................................................ SP-21 PAY ITEM -6" HMAC PAVEMENT (THICKNESS TOLERANCES AND HMAC TESTING PROCEDURES) .................................................................................................................. SP-21 PAY ITEM -CONCRETE FLAT WORK (CURB , CURB & GUTTER, SIDEWALKS, LEADW ALKS, WHEELCHAIR RAMPS AND DRIVEWAYS) ....................................... SP-22 PAY ITEM-REMOVE EXISTING CONCRETE SIDEWALK, DRIVEWAYS, STEPS, LEADWALKS AND WHEELCHAIR RAMPS .................................................................. SP-22 PAY ITEM -REMOVE EXISTING CURB AND GUTTER ................................................................... SP-22 PAY ITEM-REMOVE EXISTING CURB INLET ................................................................................. SP-22 PAY ITEM -6" REINFORCED CONCRETE DRIVEWAY ................................................................... SP-23 PAY ITEM -REMOVE AND CONSTRUCT CONCRETE STEPS ........................................................ SP-23 PAY ITEM-4' STANDARD CONCRETE SIDEWALK, LEADWALK AND WHEELCHAIR RAMP ....................................................................................................... SP-23 PAY ITEM-REMOVE AND REPLACE FENCE ................................................................................... SP-23 PAY ITEM -STANDARD 7" CURB AND 18 " GUTTER ...................................................................... SP-24 PAY ITEM -REMOVE AND RECONSTRUCT MAILBOXES/MISCELLANEOUS ........................... SP-24 PAY ITEM -BORROW ........................................................................................................................... SP-24 PAY ITEM-CEMENT STABILIZATION .............................................................................................. SP-24 PAY ITEM-CEMENT ........................................................................................................................... SP-24 PAY ITEM -NEW 7" CONCRETE VALLEY GUTTER ........................................................................ SP-24 PAY ITEM -STORM DRAIN INLET S ................................................................................................... SP-25 PAY ITEM -TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN ......................................................................................................... SP-25 PAY ITEM -STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS EQUAL TOORGREATERTHAN l ACRE) .................................................................... SP-25 69 . PRE BID ITEM -PROJECT DESIGNATION SIGN ............................................................................... SP-27 70 . PRE BID ITEM -UTILITY ADJUSTMENT ........................................................................................... SP -2 7 71 . PRE BID ITEM -TOP SOIL .................................................................................................................... SP-27 72 . PRE BID ITEM -ADJUST WATER VAL V E BOX ................................................................................ SP-28 73 . PRE BID ITEM -MANHOLE ADJUSTMENT ....................................................................................... SP-28 74 . PRE BID ITEM -ADJUST WATER METER BOX ................................................................................ SP-28 75. NON-PAY ITEM -CLEARING AND GRUBBING ................................................................................ SP-28 76 . NON-PAY ITEM -SPRINKLING FOR DUST CONTROL ................................................................... SP-28 77. NON-PAY IT EM -PROTECTION OF TREES, PLANTS AND SOILS ................................................ SP-28 78 . NON -PAY ITEM-CONC RETE COLORED SURFACE ....................................................................... SP-29 05/27/05 SP-2 --. 79 . 80. 81. 82. 83. 84 . 85. 86. 87. 88. 89. 90. 91. SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table af Contents NON-PAY ITEM -PROJECT CLEAN-UP .............................................................................................. SP-29 NON-PAY ITEM -PROJECT SCHEDULE ............................................................................................ SP-29 NON-PAY ITEM-NOTIFICATION OF RESIDENTS .......................................................................... SP-29 NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION .............. SP-29 NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING ........................................ SP-30 NON-PAY ITEM -WASHED ROCK ...................................................................................................... SP-30 NON-PAY ITEM -SAWCUT OF EXlSTING CONCRETE ................................................................... SP-30 NON-PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES .......................................................................................... SP-30 NON-PAY ITEM -TIE-IN INTO STORM DRAIN STRUCTURE ........................................................ SP-31 NON-PAY ITEM -SPRINKLER HEAD ADJUSTMENT ...................................................................... SP-31 NON-PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS .............................. SP-31 NON PAY ITEM -·TEMPORARY.EROS.ION, SI3DIMENTAND WAT,ER · POLLUTION CONTROL(FOR.QISTURBED AREAS LESS TIIAN .. 1 ACRE) .... SP-31 NON PAY ITEM -~IC~90filRO~ ········~········:;····················:······:~·········~··········· ....... : ................. SP-32 05/27/05 SP-3 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR: CANYON CREEK STORM DRAIN REHABILITATION Project No. GS93-020 93 028 9390 0.0.E. NO. 4821 1. SCOPE OF WORK : The work covered by these plans and specifications consist of the following: Reconstruction of and all other miscellaneous items of construction to be performed as outlined in the plans and specifications which are necessary to satisfactorily complete the work. 2.l: ... AWARD OF CONTRACT: Submissionof Bids: Unit 1 and Unit II constitute a package. If the Contractor submits a bid on both Unit '1 and Unit II and has the lowest responsive proposal price, the Contra.ctor will be the apparent successful bidder for this project. The Contractor can bid e.ither the tlMA.C:alternate and/or theJ:on9r.ett~.alterp_gte. The additive alternate,mustJ?~ inc;:ludeq ir(any bid. Bidders are hereby informed that the Pii ector of the _Department of Engin~ering reserves the right to evaluate and recommend to the City Council the best bid tha! is considered to be in the best interest of the City. 3. PRECONSTRUCTION CONFERENCE: The successful Contractor, Engineer, and C ity -City shall meet at the call of the Gity for a preconstruction conference before any of its work begins on this project. At this time, details of sequencing of the work, contact individuals for each party, request for survey, and pay requests will be covered . Prior to the meeting, the Contractor shall prepare schedules showing the sequencing and progress of their work and its effect on others. A final composite schedule will be prepared during this conference to allow an orderly sequence of project constructi<:m. As used t}frein, the term "Engineer" shall mean the design ·eng!neer who prep9 red and sealed the plans, sp~cifications and contract documents for this project. 4 . 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 that 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 preparation of the Proposal and all unusual conditions ·that may give rise to later contingencies should be brought to the attention of the City prior to the submission of the Proposal. During the construction of this project, it is required that all parkways be excavated and shaped including bar ditches at the same time the roadway is excavated . Excess excavation will be disposed of at locations approved by the Engineer. During construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes . 05/27/05 SP-4 5. BID SUBMITIAL: Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids as appropriate and as determined by the Director of the Depart,men.t of Engineering. 6 . WATER FOR CONSTRUCTION : Water for construction will be furnished by the Contractor at his own expense. 7. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of wor kers at the project site . Specific attention is directed to this equipment. 8. PAYMENT: The Contractor shall receive full payment from the City for all the work based on unit prices bid on the proposal and specified in the plans and specifications and approved by the Engineer per actual field measurement. 9 . SUBSIDIARY WORK: Any and all work specifically governed by documentary requirement for the projects, such as conditions imposed by the Plans, the General Contract Documents or these special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item or work, the cost of which shall be included in the price bid in the Proposal for each bid item , in~Jucfing but not li rp ited to surface resto ration cle~riup ,an.d relocatiqn of mailpoxes . All objectionable matter required to be removed fr9m within the right-of-way and not particularly described under these specifications shall be covered by Item No. 102 "Clearing and Grubbing" and shall be subsidiary to the other items of the contract. 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's particular attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public" of the "Standard Specific atior;i s for Street and Storm Drain ,Con§truction". 11 . WAGE RATES : Compliance with and Enforcement of Prevail ing Wage Laws Duty to pay Prevail ing Wage Rates. The contractor shall comply with all requirements of Chapter 2258 , Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258 . Such prevailing wage rates are included in these contract documents. Penalty for Violation . A contractor or any subcontractor who does not pay the prevai l ing wage shall, upon demand made by the C ity, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is pa id less than the prevailing wage rates stipulated in these contract documents . This penalty shall be retained by the C ity to offset its administrative costs , pursuant to Texas Government Code 2258.023. Complaints of Violations and City Determination of Good Cause . On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code , by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information , as to whether good cause exists to believe that the violation occurred . The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that 05/27/05 SP-5 there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation . Arbitration Required if Violation Not Resolved . An issue relating to an alleged violation of Section 2258 .023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq ., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons . The City is not a party in the arbitration . The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. Records to be Maintained . The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. Pay Estimates . With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. Posting of Wage Rates . The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times . Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply.with paragraphs (a) through (g) above. (Wage rates are attached at the end of this section .) 12 . EXISTING UTILITIES : The locations and dimensions shown on the plans relative to existing utilities are based on the best information available . It shall be the Contractor's responsibility to verify location of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as are necessary in the construction process in order to provide adequate clearance . The Contractor shall take all necessary precautions in order to protect all services encountered. Any damage to utilities and any losses to the utility City due to disruption of service resulting from the Contractor's operations shall be at the Contractor's expense . 13 . PARKWAY CONSTRUCTION: During the construction of this project, it will be required that all parkways be excavated and shaped at the same time the roadway is excavated . Excess excavation will be disposed of at locations approved by the Director of the Department of Engineering . 05/27/05 SP-6 14. MATERIAL STORAGE: Material shall not be stored on private property unless the Cont~actor has obtained permission from the property QJty. 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures, improvements and utilities, which may be encountered . The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City or the Engineer to be accurate as to extent, location and depth, they are shown on the plans as the best information available at the time of design, from the Owners of the utilities involved and from evidences found on the ground . 16. INCREASE OR DECREASE IN QUANTITIES: The quantities shown in the Proposal are approximate. It is the Contractor's sole responsibility to verify all the minor pay item quantities prior to submitting a bid . No additional compensation shall be paid to Contractor for errors in the quantities. Final payment will be based upon field measurements. The City res'erves the right to alte,r the quantities of the work ,o be performed or to e~end or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered,. increased or decreased at the unit prices as established in the contract documents: No allowance will be made for any changes in anticipated profits or shall such changes be considered as waiving or invalidating any conditions or provisions of the .Contract Documents. Variations in quantities of storm drain pipes in depth categories shall be interpreted herein as applying to'the over?II guantities of storm drain f?ipe in each pipe size but not t9 the variou~ depth categories. 17. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants and agrees to indemnify City's Engineer and Architect,. ?nd their personnel .at the pr9jec_t site for Contractor's sole negligence. In addition; Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to 'arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, l:JY the negligence or alleged negligence of City, its officers, servants; or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City's officers, servants and employees and any damage, loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in ·part by the negligence or alleged negligence of City, its offi_cers, serv~nts or employees; In the event City receives a written claim for dam.ages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to City satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed 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 resu_lt of work performed under a City Contract. 18. EQUAL EMPLOYMENT PROVISIONS: Contractor shall comply with City Ordinance Number 7278 as amended by City Ordinance Number 7400 (Fort Worth City Code Sections 13-A-21 through 12- A-29) prohibiting discrimination in employments practices . 05/27/05 SP-7 The Contractor shall post the required notice to that effect on the project site, and at his request , will be provided by 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. 19 . MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE : In accordance with City of Fort Worth Ordinance No. ~ ~530, the City has goals for the participation of minority business enterprises and women business enterprises in City contracts. The Ordinance is incorporated in these specifications by reference . A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the ordinance shall be a material breach of contract. M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM, as applicable, must be submitted within fine (5) city business days after bid opening . Failure to comply shall render the bid non-respons ive . Upon request, Contractor agrees to provide the City complete and accurate information regarding actual work performed by a Minority or Women Business Enterprise (M/WBE) on the contract and payment thereof. 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 acts (other than a negl igent misrepresentation) and /or the commission 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 statement. Further, any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time not less than three years . The City will consider the Contractor's performance regarding its M/WBE program in the evaluation of bids. Failure to comply with the C ity's M/WBE Ordinance , or to demonstrate "good faith effort", shall result in a bid being rendered non-responsive to specifications. Contractor shall provide copies of subcontracts or co-signed letters of intent with approved M/WBE subcontractors prior to issuance of the Notice to Proceed . Contractor shall also provide monthly reports on utilization of the subcontractors to the City's M/WBE office . The Contractor may count first and second tier subcontractors and/or suppliers toward meeting the goals . The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed. All M/WBE Contractors used in meeting the goals must be certified prior to the award of the Contract. The M/WBE Contractor(s) must be certified by either the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TxDOT), Highway Division and must be located in the nine (9) county marketplace or currently do ing business in the marketplace at time of bid . The Contractor shall contact all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith effort forms as applicable. Failure to contact the listed M/WBE subcontractor or supplier pr ior to bid opening may result in the rejection of bid as non-responsive . Whenever a change order affects the work of an M/WBE subcontractor or supplier , the M/WBE shall be given an opportunity to perform the work. Whenever a change order exceeds 10 % of the original contract , the M/WBE coordinator shall determine the goals applicable to the work to be performed under the change order During the term of the contract the contract shall : 1. 05/27/05 Make no unjustified changes or deletions in its M/WBE participation commitments submitted with or subsequent to the bid , and , SP-8 2. If substantial subcontracting and/or substantial supplier opportunities arise during the term of the contract which the Contractor had represented he would perform with his forces, the Contractor shall notify the City before subcontracts or purchase orders are let, and shall be required to comply with modifications to goals as determined by the City, and, 3. Submit a REQUEST FOR APPROVAL OF CHANGE FORM, if the Contractor desires to change or delete any of the M/WBE subcontractors or suppliers . Justification for change may be granted for the following : a. Failure of Subcontractor to provide evidence of coverage by Worker's Compensation Insurance . b. Failure of Subcontractor to provide required general liability of other insurance . c . Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his M/WBE Participation plan. d. Default by the M/WBE subcontractor or supplier in the performance of the subcontractor. Within ten (10) days after final payment from the City, the Contractor shall provide the M/WBE Office with documentation to reflect final participation of each subcontractor and supplier used on the project, inclusive of M/WBEs . 20. FINAL CLEAN-UP : Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been complete_g. No more than seven days shall elapse after completion of construction before the roadway and ROW. is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City or its representative . This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. 21. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW : A. Workers Compensation Insurance Coverage a. DEFINITIONS: b. Certification of coverage ("Certificate"). A copy of a certificate of insurance , a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, OR TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental ent ity . Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project , regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes , without limitation, independent Contractors, subcontractors, leasing companies, motor carriers , City-operatgrs, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include , without limitation , providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 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 05/27/05 SP-9 of Texas Labor Code, Section 401 .011 (44) or all employees of the Contractor providing services on the project, for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d . If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project , the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended . e . The Contractor shall obtain from each person providing services on a project , and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project , so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage , if the coverage period shown on the current certificate of coverage ends during the duration of the project. f . The Contractor shall reta in all required certificates of coverage for the duration of the project and for one year thereafter . g. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the Contractor knew or should have known , or any change that materially affects the prov ision 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, informing all persons providing services on the project that they are required to be covered , and stating how a person may verify coverage and report lack of coverage . i. The Contractor shall contractually require each person with whom it contracts to provide servi ces on a project , to : 05/27/05 (1) provide coverage , based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements , which meets the statutory requirements of Texas Labor Code , Section 401 .011 ( 44) for all of its employees providing services on the project, for the duration of the project ; (2) provide to the Contractor , prior to that person beginning work on the project , a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project , for the duration of the project ; (3) provide the Contractor , prior to the end of the coverage per iod , a new certificate of coverage showing extension of coverage, if the coverage period shown on the current cert ificate of coverage ends during the duration of the project; ( 4) obtain form each other person with whom it contracts , and prov ide to the Contractor: (a) a certificate of coverage , prior to the other person beginning work on the project ; and SP-10 j . k. B. (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (c) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (d) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (e) contractually require each person with whom it contracts, to perform as required by paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom they are providing services . By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative, criminal , civil penalties or other civil actions . The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten day after receipt of notice of breach from the governmental entity. The Contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage . This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Commission rules . This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the Worker population . The text for the notices shall be the following text , without any additional words or changes : "REQUIRED WORKER'S COMPENSATION COVERAGE 05/27/05 The law requires that each person working on this site or providing services related to this construction project must be covered by worker's compensation insurance . This includes persons providing , hauling, or delivering equipment or materials , or providing labor or transportation or other service related to the project, regardless of the identify of their employer or status as an employee ." Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". SP-11 22 . SUBSTITUTIONS : The specifications for materials set out the minimum standard of qu_ality that the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the m§(fili§!I t'1at has been specified. Where the term "or equal ", or "or approved equal " is used , it is understood that if a material, product , or piece of equipment bearing the name so used is furnished , it will be approvable , as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed substitutes is procured by the Contractor. Where the term "or equal ", or "approved equal " is not used in the specifications , this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose . However, the Contractor shall have the full responsibility of providing that the proposed substitution is , in fact, equal , and the Eng ineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of the sub-section as related to "substitutions " shall be applicable to all sections of these specifications . 23 . MECHANICS AND MATERIALMEN'S LIEN: The Contractor shall be required to execute a release of mechanics and materialmen's liens upon receipt of payment. 24 . WORK ORDER DELAY: All utilities and right-of-way are expected to be clear and easements and/or permits obtained on this project within sixty (60) days of advertisement of this project. The work order for subject project will not be issued until all utilities, right-of-ways , easements and/or permits are cleared or obtained. The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 25 . WORKING DAYS : The Contractor agrees to complete the Contract w ithin the allotted number of working days. 26. RIGHT TO ABANDON : The City reserves the right to abandon , without obligation to the Contractor, any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City. 27 . CONSTRUCTION SPECIFICATIONS : This contract and project are governed by the two following published specifications , except as modified by these Special Provisions : STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the Office of the Department of Engineering, 1000 Throckmorton Street , 2nd Floor, Municipal Building , Fort Worth , Texas 76102 . The specifications applicable to each pay item are indicated in the call-out for the pay item by the Engineer. If not shown , then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. 28. MAINTENANCE STATEMENT: The Contractor shall be respons ible for defects in this project due to faulty materials and workmanship , or both , for a pe r iod of two (2) years from date of fina l acceptance of th is project and will be requ ired to replace at his expense any part or all of the proje ct which becomes defective due to these causes . 29 . DELAYS : The Contractor shall receive no compensation for del ays or hindrances to the work, except when d irect and unavoidable extra cost to the Contractor is caused by the failure of the C ity 05/27/05 SP-12 - to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Dir;_e<;:tpr of the _Depc1rtment of l;ngineering and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval ; and the action thereon by the Council shall be final and binding . If delay is caused by specific orders given by the Engineers to stop work or by the performance of extra work or by the fa ilure of the City to provide material or necessary instructions for carrying on the work , then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council ; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 30. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area . Contractor shall protect construction as required by Engineer by providing barricades . Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs," Item 524 and/or as shown on the plans . Construction signing and barricades shall conform with "1980 Texas Manual on Uniform Traffic Control Devices , Vol. No. 1 ." 31 . DISPOSAL OF SPOIUFILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the Department of Engineering acting as the City of Fort Worth 's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites .have been determined by the Admin istrator to meet the requirements of the Flood Plain Ordinance of the C ity of Fort Worth (Ord inance No . 10056). All d isposal sites must be approved by the Administrator to ensure the filling is not occurring w ith in a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies . No fill permit is required if disposal sites are not in a flood plain . Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain fill Permit authorizing fill within the flood plain. Any expenses associated with obtain ing the fill permit, including any necessary engineering stud ies, shall be at the Contractor's expense . In the event that the Contractor disposes of spoil/fill materials at a site without a fill permit or a letter from the administrator approving the disposal site , upon notification by the Director of Engineering , Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section . 32 . QUALITY CONTROL TESTING : (a) The Contractor shall furnish , at its own expense, certifications by a private laboratory for all materials proposed to be used on 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 on site 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 05/27/05 SP-13 specifications will be at the expense of the Contractor and will be billed at commercial rates as determ ined 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. 33. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 34. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLT AGE LINES : The following procedures will be followed regarding the subject item on this contract: (a) A warning sign not less than five inches by seven inches , pa inted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes , derricks, power shovels , drilling rigs , pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows : "WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLT AGE LINES ." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except back hoes or dippers and insulator links on the lift hood connections . (c) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (TU Electric Service Company) wh ich will erect temporary mechanical barriers, de-energize the line or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth . The notifying department shall maintain an accurate log of all such calls to TU Electric Service Company and shall record action taken in each case . (d) The Contractor is required to make arrangements w ith the TU Electric Service Company for the temporary relocation or rais ing of high voltage lines at the Contractor's sole cost and expense. ( e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (c). 35. WATER DEPARTMENT PRE-QUALIFICATIONS: Any Contractor performing any work on Fort Worth water or sanitary sewer fac ilities must be pre-qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications which general specifications shall govern performance of all such work. 36. RIGHT TO AUDIT: (a) Contractor agrees that the 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 05/27/05 SP-14 - pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of th is section . The City shall give Contractor reasonable advance notice of intended audits . (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, under the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents , papers and records of such subcontractor involving transactions to the subcontract and further, that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c ) hereof. City shall give subcontractor reasonable advance notice of intended audits . (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees .to reimburse Contractor for the cost of copies at the rate published in the Texas Aqministrativ~ Q9d~ {n,,E;iff~ct ~s of.th~ time copying is perform~d . 37 . CONSTRUCTION STAKES: The C ity , through its Surveyor or agent, will provide to the Contractor construction stakes or other customary methods of markings as may be found consistent with professional practice to establish line and grade for roadway and utility construction and centerlines and benchmarks for bridgework . These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage , etc.), one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter and/or 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, in the opinion of the Engineer , a sufficient number of stakes or markings provided by the City have been lost, destroyed , or disturbed, that the proper prosecution and control of the work contracted for in the Contract Documents cannot take place, then the Contractor shall replace such stakes or markings as required . An individual registered by the Texas Board of Professional Land Surveying as a Registered Professional Land Surveyor shall replace these stakes , at the Contactor's expense. No claims for delay due to a lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents . 38. LOCATION OF NEW WALKS AND DRIVEWAYS; The Contractor will make every effort to protect existing trees within the parkway , with the approval of the eng ineer the Contractor may re-locate proposed new driveways and walks around existing trees to minimize damage to trees . 39 . EARLY WARNING SYSTEM FOR CONSTRUCTION : Time is of the essence in the completion of this contract. In order to insure that the Contractor is responsive when notified of unsatisfactory performance and/or of failure to "1.clintaiQ ti)~ cqntract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored . On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the Contractor is less than the percentage of time allowed by 20% or more (example: 10% of .the work completed in 30% of the stated contract time as may be amended by change order), thefollowing proactive measures will be taken : 1 . 05/27/05 A letter will be ma,Ued to t~e C.ontractor by certified mail, return receipt requested demanding that , within 10 days · from the . date that the letter is received, it provide SP-15 2. 3 . A. 5 . sufficient equipment, materials and labor to ensure completion of the work within the contract time . In the event the Contractor receives such a letter, the Contractor shall provide to the City an update9 .schedule showing how the project will be co.mpleted within !he contract time ; The ·Project Manager and the Directors .of the Department of Engineering , Water Department, and Department of.Transportation and Public Works will be made aware ofJ,he situation . If necessary, the , <;:;ity Manager's Qffic~ and the apgropriate c jty counci! members may also pe inform~.d. Any notice that may, in the City's sole discretion, be required to be provided to 'interested individuals will distributed by the Engineering ·· DepartrT)ent's Public lnforma!ion Offi~_er. , Up on receipt of the ·contractor's= response, the appropriate City departments .and directors will ~e notified . The Engineerjng Department's Public lnformatiori Officer will,. if necessary, then fQrward ygg 9te~ noticesJ o the, interested individuals: If the1~ Cor1tractof >fails to provide · an acceptable schedule or fails to .perform satisfacto'rily a second time prior to the completion of the contract, the bonding com~~riy wil! t>I~ nqtified appropriately.. . . 4Cf AIR POLL.UTION . WAT CH DAYS: The Contractor shall be required to observe the following guidelines'r'elatirig 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' OCTQBER ·31 , with 6:00 ' a.m . -10:00 a .m. being critical BECAUSE EMISSIONS FROM THIS TIME -P,ERIOb HAVE ENOUGH TIME TO B~KE IN THE HOT ATMOSP!-fERE THAT LEADS, TO EARLY .A~ER_N QQt:LQ~Ql'H= FORMATION. T he Texas Comrrfi ssfo n '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 equ ipment is new and certified by EPA as "Low Emitting"; or equipment b'urns Ultra Lqw Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to p«::lrform continuous work for a period of at least seven hours between the hours of 7:00 a.m. -6:00 p.m ., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. CONSTRUCTION 41. PAY ITEM -UNCLASSIFIED STREET EXCAVATION : See Standard Spec ifications Item No . 106, "Unclass ified Street Excavation " for specificat ions governing this item. Removal of existing penetration or asphalt pavement shall be included in this item. Operations necessary to windrow exist ing gravel base in order to lower or raise subgrade shall be considered as subsidiary to this item and no addit ional compensation shall be given as such . 05/27/05 SP-16 During the construction of this project, it is required that all parkways be excavated and shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the engineer. The intention of the ¢i!Y is to pay only the plan quantity without measurement. Should either contracting party be able to show an error in the quantities exceeding 10 percent , then actual quantities will be paid for at the unit prices bid . The party requesting the payment of actual rather than plan quantities is responsible for bearing any survey and/or measurement costs necessary to verify the actual quantities. 42 . PAY ITEM -6" REINFORCED CONCRETE PAVEMENT : (a) All applicable provisions of standard Specifications Item 314 "Concrete Pavement ," shall apply. The Contractor shall use a six (6) sack concrete mix for all hand placement in the intersections . The unit price bid per square yard shall be full payment for all labor , material, equipment and incidentals necessary to complete the work . (b) Once an evaluation of the pavement is made to determine whether the crack is due to distress or minor shrinkage, the following policy will apply: (1) When the crack is minor and due to shrinkage (cosmetic}, then no further treatment will be needed. (2) If the crack is due to distress (structural), the failed pavement must be removed and replaced a minimum of 5 feet. In no case should the remaining portion of the panel be less than 5 feet wide after repairing the failed panel. (3) Any crack within 12 inches of any joint must be removed and replaced a m inimum of 5 feet to prevent future spalling of the pavement. (c) All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the Construction Engineer. Screeds will not be allowed except if approved by the Construction Eng ineer. 43. PAY ITEM -SILICONE JOINT SEALING FOR CONCRETE PAVEMENT: 1. SCOPE CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING (Revis ion 1, October 18 , 1989) (Revision 2 , May 12 , 1994) Th is specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314 .2. (11) "Joint Sealing Materials" of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH, and Item 2.210 "Joint Sea ling " of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH TEXAS COUNCIL OF GOVERNMENTS . 2. MATERIALS 2.1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for Class A sealant except as modified by the test requ irements of this specificat ion . Before the installation of the joint sealant , the Contractor shall furnish the Engineer certification by an independent testing laboratory that the silicone joint 05/27/05 SP-17 sealant meet these requirements . 2 .2 The manufacturer of the silicone joint sealant shall have a minimum two-year demonstrated , documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems. Verifiable documentation shall be submitted to the Engineer. Acetic acid cure sealants shall not be accepted . The silicone sealant shall be cold applied . 2 .3 Self-Leveling Silicone Joint Sealant The joint sealant shall be Dow Corning 890-SL self-leveling silicone joint sealant as manufactured by Dow Corning Corporation, Midland, Ml 48686-0994, or an approved equal. Self-Leveling Silicone Joint Sealant Test Method Requirement AS SUPPLIED **** MIL-S-8802 ASTM D 1475 **** **** **** AS CURED -AFTER ASTM D 412 , Die C ASTM D 3583 (Sect. 14 Mod.) ASTM C 719 ASTM D 3583 (Sect. 14 Mod .) ASTM D 3583 (Sect. 14 Mod.) Non Volatile Content,% min . Extrusion Rate, grams/minute Specific Gravity Skin-Over Time, minutes max . Cure Time, days Full Adhesion, days Mod. Elongation, % min . Modulus @ 150% Elongation , psi max. Movement, 10 cycles @ +100/-50% Adhesion to Concrete, % Elongation min . Adhesion to Asphalt , % Elongation min . 96 to 99 275 to 550 1.206 to 1.340 60 14 to 21 14 to 21 1400 9 No Failure 600 600 2.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them . Reference is made to the "Construction Detail " sheet for the various joint details with their respective dimensions . 3. TIME OF APPLICATION 05/27/05 On newly constructed Portland Cement Concrete pavement, the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the "Construction Detail " sheet or as directed by the Engineer within 12 hours of the pavement placement. (Note that for the "dummy" joints , the initial 1/4 inch SP-18 - - - - 4. width "green" saw-cut and the "reservoir" saw cut are identical and should be part of the same saw cutting operation. Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints.) The pavement shall be allowed to cure for a minimum of seven (7) days . Then the saw cuts for the joint sealant reservoir shall be made, the joint cleaned, and the joint sealant installed . During the application of the joint sealant, the weather shall not be inclement and the temperature shall be 40F (4C) and rising. EQUIPMENT 4.1 All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the Engineer prior to the beginning of the work. The minimum requirements for construction equipment shall be as follows: 4.2 Concrete Saw: The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions . 4.3 High Pressure Water Pump : The high pressure cold water pump ing system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw-cut joint. 4.4 Air Compressors : The delivered compressed air shall have a pressure in excess of 90 psi and 120 cfm. There shall be suitable reaps for the removal of all free water and oil from the compressed air. The blow-tube shall fir into the saw-cut joint. 4.5 Extrusion Pump: The output shall be capable of supplying a sufficient volume of sealant to the joint. 4.6 Injection Tool: This mechanical device shall apply the sealant uniformly into the joint. 4.7 Sandblaster: The design shall be for commercial use with air compressors as specified in Paragraph 5.4 . 4.8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and free of contamination. They shall be compatible with the join depth and width requirements . 5. CONSTRUCTION METHODS 5.1 General : The joint reservoir saw cutting , cleaning , bond breaker installation, and joint sealant placement shall be performed in a continuous sequence of operations 5 .2 Sawing Joints: The joints shall be saw-cut to the width and depth as shown on the "Construction Detail " sheet. The faces of the joints shall be uniform in width and depth along the full length of the joint. 5 .3 Cleaning Joints : Immediately after sawing , the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high pressure water. The water flushing shall be done in one-direction to prevent joint contamination.· 05/27/05 SP -19 When the Contractor elects to saw the joint by the dry method, flushing the joint with high pressure water may be deleted . The dust resulting from the sawing shall be removed from the joint by using compressed air. (Paragraph Rev . 1, October 18 , 1989) After complete drying , the joints shall be sandblasted. The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate, one directional passes . Upon the termination of the sandblasting, the joints shall be blown-out using compressed air. The blow tube shall fit into the joints . The blown joint shall be checked for residual dust or other contamination . If any dust or contamination is found , the sandblasting and blowing shall be repeated until the joint is cleaned . Solvents will not be permitted to remove stains and contamination . Immediately upon cleaning, the bond breaker and sealant shall be placed in the joint. Open , cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape: The bond breaker rod and tae shall be installed .i n the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions. 5.4 Joint Sealant: Upon placement of the bond breaker rod and tape, the joint sealant shall be applied using the mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less than 40F (4C). Joints shall not be sealed unless they are clean and dry. Unsatisfactorily sealed joints shall be refilled . Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints . The pavement surface shall present a clean fina l condition . Traffic shall not be allowed on the fresh sealant until it becomes tack-free . Approval of Joints : A representat ive of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and the Eng ineer the acceptable method for sealant installation . The manufacturer's representative shall approve the clean , dry jo ints before the sealing operation commences . 6 . WARRANTY 7. 05/27/05 The Contractor shall provide the Engineer a manufacturer's written guarantee on all joint sealing materials . The manufacturer shall agree to provide any replacement material free of charge to the City. Also , the Contractor shall provide the Engineer a written warranty on all sealed joints . The Contractor shall agree to replace any failed joints at no cost to the City. Both warranties shall be for two years after final acceptance of the completed work by the Engineer. BASIS OF PAYMENT Payment will be made at the Contract bid item unit price bid per linear foot (L.F .) as provided in "MEASUREMENT" for "SILICONE JOINT SEALING ", which price of SP-20 = - -shall be full compensation for furnishing all materials and for all preparation , del ivery, and application of those sealing materials and for all labor, equipment, tools and incidentals necessary to complete the silicone joint seal ing in conformity with the plans and these specifications . 44 . PAY ITEM -7" CONCRETE CURB : The Contractor may, at his option , construct either integral or superimposed curb . Standard Specification Item 502 shall apply except as follows: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab . The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab . If the Contractor fails to backfill behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb shall be reduced by 25% until the backfill operation is complete . 45 . PAY ITEM -RETAINING WALL: This item will consist of placing reta ining walls in locations and at heights determined by the engineer in the field. All applicable section of City of Fort Worth Standard Specification item 518 shall apply except as follows : Retaining wall shall be constructed per City of Fort Worth Construction Standard Drawing No . S-M13 "Retaining Wall With Sidewalk" where applicable. All existing brick and/or stone retaining walls not sign ificantly impacted by proposed grade changes will be protected. Replacement of retaining walls not impacted by proposed grade changes will be at the expense of the Contractor. 46 . PAY ITEM -REPLACE EXIST. CURB AND GUTTER: This item is included for the purpose and removing and replacing existing curb and gutter in trans ition areas as determined by the Engineer in the field . The proposed curb and gutter will be of the same dimensions as the existing curb and gutter to be removed. Quantities for this pay item are approximate and are given only to establish a unit price for the work The price bid per linear foot for "REPLACE EXIST . CURB AND GUTTER" as shown in the Proposal will be full payment for materials including all labor, equ ipment, tools and incidentals necessary to complete the work. 47 . PAY ITEM -HMAC TRANSITION : This item will consist of the furnishing and placing at varying thicknesses an HMAC surface in transit ion areas where indicated on the plans , as specified in these specifications and at other locations as may be directed by the Engineer. This item shall be governed by all applicable provisions of Standard Specifications Item 312. The price bid per ton HMAC Transition as shown in the Proposal will be full payment for materials including all labor, equipment , tools and incidentals necessary to complete the work . 48. PAY ITEM - -6" PIPE SUBDRAIN : No specific location for this item is designated on the plans. Subdrain shall be installed only if field conditions indicate ground water at subgrade level after excavation and if deemed necessary by the Engineer. 49 . PAY ITEM -TRENCH SAFETY: Description: This item will cons ist of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench . The Contractor shall develop, des ign and implement the trench excavation safety protection system . The Contractor shall bear the sole 05/27/05 SP-21 responsibility for the adequacy of the trench safety system and providing "a safe place to work" for the workman . The trench excavation safety protection system shall be used for all trench excavations deeper than five (5) feet. The Excavating and Trenching Operation Manual of the Occupational Safety and Health Administration, U.S. Department of Labor, shall be the minimum governing requirement of this item and is hereby made a part of this specification . The Contractor shall , in addition, comply with all other applicable Federal , State and local rules, regulations and ordinances . Measurement and Payment: All methods used for trench excavation safety protection shall be measured by the linear foot of trench and paid at the unit price in the Proposal , which shall be total compensation for furnishing design , materials , tools, labor, equipment and incidentals necessary, including removal of the system . T rench depth for payment purposes for Trench Safety Systems is the vertical depth as measured from the top of the existing ground to the bottom of the pipe. 50 . PAY ITEM -8" THICK LIME STABILIZED SUBGRADE & CEMENT FOR SUBGRADE STABILIZATION: See Standara Specifications Item No . 210 :"Lime Treatment (Material Manipulation)" and Specification Item No. 212, "Hydrated Lime and Lime ~lurry" for spe:cificatio r;i s gove~ning t~i~ item. Qµantities for this P?Y item are approximate and are gi'{.en only to establish a unit price for the work ~ The price bid per square yard for "8" THICK LIME STABIL.IZED~SUB.~RADE" as shown in''i he Proposal will be full payment for all labor, equipment, tools and incidentals necessary to complete the work. The price bid per ton for "LIME FOR SUBGRADE STABILl~TION" ~s soown in the Proposal will be full _ payment for material.s necessary to complete th~ work : 51 . PAY ITEM - 6" H.M.A.C. PAVEMENT {Thickness To le rances and HMAC Testing Procedures): The base course shall · be a 3" deep Type "B" c<>wse pla~ed _in one lift. The surface course shall be a 3" deep ,Type ~D" course placed in :one lift All provisions of Standard Specification No . 312 .7 'Construction Tolerance ' shall apply except as modified herein : 1) After completion of each asphalt paving course , core tests will be made to determine compliance with the contract specifications . The hot-mix asphalt ic concrete pavement will be core drilled by the City of Fort Worth . The thickness of the asphaltic surface will be determined by measurement cores taken at locations determined by the Eng ineer. The thickness of individual cores will be determined by averaging at least three (3) measurements . If the core measurements indicate a deficiency, the length of the area of such deficient thickness shall be determined by additional cores taken along the length of the pavement in each direction until cores are obtained which are at least of specified thickness . The width of such area shall not be less than Yi of the roadway width . 2) When the thickness of the base course (as determ ined from core samples) is more than 15 % deficient of the plan thickness , the Contractor shall remove and replace the deficient area at his own expense . If the thickness is less than 15 % deficient , the Contractor shall make up the difference in the base thickness with surface course material. 3) The surface course must be the pl an thickness . This does not include surface course mater ial used to make up deficiencies in the base course as described in item 2). 4) The overall thickness of asphaltic concrete pavement must be a minimum of the plan thickness . Deficient areas (as determ ined in item 1) found to be less than the plan thickness will be removed and replaced at the Contractor's expen se . 05/27/05 SP-22 - - - - - 5) No additional payment over the contract price will be made for any hot-mix asphaltic concrete course of a thickness exceeding that required by the plans and specifications . 6) HMAC Testing Procedure: The Contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference . This design shall not be more than two (2) years old . Upon submittal of the design mix a Marshal (Proctor) will be calculated, if one has not been previously calculated, for the use during density testing . For type "B " asphalt a maximum of 20% rap may be used. No Rap may be used in type "D" Upon approval of an asphalt mix design and the calculat ion 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 ass ist 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 establ ished, 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 appl ication of Type "D" asphalt additional cores must be taken to determine the applied thickness . 52 . PAY ITEM -CONCRETE FLAT WORK (CURB. CURB & GUTTER. SIDEWALKS. LEADWALKS. WHEELCHAIR RAMPS AND DRIVEWAYS): Concrete flatwork is defined as curb, curb and gutter, sidewalks , leadwalks, wheelchair ramps and driveways as shown in the plans . This provision governs the sequence of work related to concrete flatwork and shall be considered a supplement to the specifications governing each specific item . Required backfilling and finished grading adjacent to flatwork shall be completed in order for the flatwork to be accepted and measured as completed. No payment will be made for flatwork until the pay item has been completed , which includes backfilling and finished grading. 53 . PAY ITEM-REMOVE EXISTING CONCRETE SIDEWALK. DRIVEWAYS. STEPS. LEADWALKS AND WHEEL CHAIR RAMPS : This item includes removal of existing concrete sidewalks , driveways , steps, leadwalks and wheelchair ramps at location shown on the plans or as designed by the Engineer. See Item No . 104 "Removing Old Concrete", for Specifications governing this item . 54. PAY ITEM -REMOVE EXISTING CURB AND GUTTER: Where shown on the plans or where designated by the Engineer, existing curb and or gutter and existing laid down curb shall be removed and disposed of in a manner satisfactory to the Engineer. Measurement will be by the linear foot for curb and gutter, laydown curb removed , and for all labor, tools , and incidentals necessary to complete the job. 55 . PAY ITEM-REMOVE EXISTING CURB INLET: 05/27/05 SP-23 This item shall include all labor, materials , and equipment necessary to remove and dispose of the existing inlet and removal and connection of the existing RCCP lead pipe inlet as shown on the Plans and as directed by the Engineer. 56. PAY ITEM -6" THICK REINFORCED CONCRETE DRIVEWAY; See Standard Specification Item No. 504 , "Concrete Sidewalk~ and Driyeway:~" for specifications governing this iterri ~s well as d~tails S-S5 and S_:-S5A. The price bid per square foot for "6" THICK REINFORCED CQNCREJE DRIVEWAY" as shown in the Proposal will be full payment for f'!laterials including all la.lJor , i gujpm'iin t , toqls and incidentals necessary to compJete the work. 57. PAY ITEfv1-REMOVE"'AND CONSTRUCT°CONCRETE STEPS: See Standard Specification Item No. 516, "Co11cfr~Je S_t~p~" for specifi cat jons governing th j s item as well as details SM-3. T he price bid per each for "REMOVE CONCRETE STEPS" an d "CON.STRUCT CONCRETE STEPS " as shown in the Proposal will be full payment for materials including ah labor, equipment, tools and · incidentals ,.necessary to complete the rem9val ap d co.1.1~tru 9ti o.r1 ofea<;:h se.t of concrete-sti ps . 58 . PAY ITEM-4' STANDARD CONCRETE SIDEWALK, LEADWALK AND WHEELCHAIR RAMP : All applicable provisions of standard Specifications Item 104 "Removing Old Concrete" and Item 504 "Concrete Sidewalk Driveways " shall apply except as herein modified . The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed details , or as directed by the Engineer. The Contractor shall not remove any regulatory sign, instruction sign, street name and sign or other sign wh ich has been erected by the City. The Contractor shall contact Signs and Marking Division , TPW (Phone 871-7738). All concrete flared surfaces shall be colored with LITHOCHROME color hardener as manufactured by L.M . Scofield Company or equal. The color hardener shall be brick red color and dry-shake type , and shall be used in accordance with manufacturers instructions . "Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specification . The sample, upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item. The method of application shall be by screen , s ifter , sieve or other means in order to provide for a uniform color distribution ." 59 . PAY ITEM -REMOVE AND REPLACE FENCE : This item shall include the removal and reconstruction of the existing fence at the locations shown on the plans or where deemed necessary by the Engineer. The Contractor shall exercise caution in removing and salvaging the materials to they may be used in reconstructing the fence . Their constructed fence shall be equal in every way , or superior , to the fence removed . The Contractor shall be responsible for keeping livestock within the fenced areas during construction operation and while removing and relocating the fence , and for any damage or injury sustained by persons, livestock or property on account of any act of omiss ion , neglect or misconduct of his agents , employees, or 05/27/05 SP -24 - - - - subcontractors . The unit price per linear foot shown on the Proposal shall be full compensation for all materials, labor, equipments, tools and incidentals necessary to complete the work. 60 . PAY ITEM -STANDARD 7" CURB AND 18" GUTTER: All provisions of Standard Specification No. 502 'Concrete Curb and Gutter' shall apply except as modified herein : Subsidiary to the unit price bid per linear foot shall be the following : a. A minimum of 5 " or greater as required depth of stabilized subgrade properly compacted under the proposed curb and gutter as shown in the construction details . b. If the Contractor fails to backfill either in from of the gutter or behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb and gutter shall be reduced by 25% until the backfill operation is complete. Standard Specifications Item No. 502, shall apply except as herein modified . Concrete shall have minimum compressive strength of three thousand (3,000) pounds per square inch in twenty-eight (28) days . The quantity of mixing water shall not exceed seven (7) gallons per sack (94 lbs.) of Portland Cement. The slump of the concrete shall not exceed three (3) inches . A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required . 61. PAY ITEM -REMOVE AND RECONSTRUCT MAILBOXES / MISCELLANEOUS: This item includes the removal and reconstruction of existing mailboxes , brick walls, flowerbed trim and miscellaneous items w ithin the right of way which may be damaged or removed during construction . When possible, the Contractor shall salvage existing materials for reuse in the replacement or repair of damaged or removed items. Items which are to be repaired or reconstructed should look architecturally the same in material and appearance and should be reconstructed or repaired in a better or new condition. All applicable provisions of City of Fort Worth Construction Standards shall apply. 62. PAY ITEM-BORROW : The non-expansive earth fill s'hould consi$t of soil materials with a ljquid limit of 35 or less, a plasticity index between 8 and 20, a minimum of 35 percent passing the No. 200 sieve, a minimum of 85 percent passing the No. 4 sieve, and which are free of organics or other deleterious materials. When compacted to the recommended moisture and density, the material should have a maximum free swell value of 0 .5 percent and a maximum hydraulic conductivity (permeability) of 1 E-05 cm/sec, as determined by laboratqry testing of remolded specimens of the _actual mate rials proposed for the non- expansive earth fill. 63. PAY ITEM -CEMENT STABILZATION: All applicable provisions of Item 214, 'Portland Cement Treatment' shall apply. 64. PAY ITEM -CEMENT: All applicable provisions of Item 214, 'Portland Cement Treatment' shall apply. 65. PAY ITEM -NEW 7" CONCRETE VALLEY GUTTER: This item shall include the construction of concrete valley gutters at various locations to be determined in field. 05/27/05 SP-25 Removal of existing , asphalt pavement , concrete base , curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subs idiary to this pay item . Furn ishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsidiary to th is Pay Item . See standard specification Item No. 314 ", Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104 , "Removing Old Concrete", Item No . 106, "Unclassified Street Excavation" Item No . 208 "Flexible Base ." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section w ill be included . Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch . Contractor shall work on one-half of Valley gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. 66 . PAY ITEM-STORM DRAIN INLETS: An alternative method of construction for these items will be "Pre-Cast" manholes and inlets . If the Contractor desires to use this method , he must submit details for the construction to the Transportation and Public Works Department fore review and approval if said details are acceptable. The Pre-Cast construction must be equal or superior to the strength requirements for this item as set out in Item 444 , "Manholes and Inlets" and said construction shall be in compliance with all other requirements of Item 444 where applicable . 67 . PAY ITEM-TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN : Work under this item includes all the proposed excavation and backfill in the project area and the necessary fill area . Payment will be made for the quantity of earth excavated/backfilled . The placing of fill shall be subs idiary to the trench excavation/backfill price . Excess material which is obtained from excavating the trench shall be used for fill placement subject to the provisions of Item 114 of the City of Fort Worth Standard Specifications. All excavated material wh ich is unacceptable as fill material shall become the property of the Contractor to be hauled off the site and disposed of properly. Unacceptable material shall be , but not lim ited to : rocks , concrete , asphalt, debris, etc. The cost for removal and disposal of unacceptable material shall be subsidiary to the unit prices . 68 . PAY ITEM -STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS EQUAL TO OR GREATER THAN 1 ACRE): PERMIT : As defined by Texas Commiss ion on Environmental Quality (TCEQ) regulations , a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of tota l 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 th is project. Best Management Practices are construction management techniques that , if properly utilized , can minimize the need for physical 05/27/05 SP-26 - controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater than 5 acres, the Contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the Contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollut ion prevention at the site . The NOi shall be submitted to the TCEQ at least 48 hours prior to the Contractor moving on site and shall include the required $100 application fee . The NOi shall be mailed to : Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O . Box 13087 Austin, TX 78711-3087 A copy of the NOi shall be sent to : City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth , TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the Contractor shall sign , prior to final payment , a TCEQ Notice of Termination (NOT) form prepared by the engineer . It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to : Texas Commission on Environmental Quality Storm Water & General Perm its 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 construct ion 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 prov_ided 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 construct ion activities . The SWPPP shall be incorporated into in the contract documents . The Contractor shall subm it 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 s ince 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 approva l. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been ach ieved 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 . 05/27/05 SP-27 SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES : Submission of a NOi form is not required . However, a TCEQ Site Notice form must be completed and posted at the site . A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above . A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include , but not be limited to , silt fences, straw bale dikes , rock berms , diversion dikes, interceptor swales , sediment traps and basins , pipe slope drain , inlet protection, stabilized construction entrances, seeding, sodding, mulching , soil retention blankets, or other structural or non-structural storm water pollution controls . The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the eng ineer 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 , ~P ECIAL . PROVISION 23 -40 SHALL BE APPLICABLE. 69. PRE BID ITEM -PROJECT DESIGNATION SIGN : The Contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the Contractor to maintain the signs in a presentable cond ition at all times on each project under construction . Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the individual project sign.s lettered and painted in accordance with the enclosed detail. The quality of the pa int, pa inting and lettering on the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of W fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the Engineer and in place at the project site upon commencement of construction . The work , which includes the painting of the signs , installing and removing the signs , furnishing the materials , supports and connections to the support and maintenance shall be to the satisfaction of the Engineer. The unit price bid per each will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work . 70 . PRE BID ITEM -UTILITY ADJUSTMENT : This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water , san itary sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain . An arb itrary figure has been placed in the Proposal ; however, this does not guarantee any payment for utility adjustments , neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the "Contractor" responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence , where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense . The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10 %) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments . 05/27/05 SP-28 71. PRE BID ITEM -TOP SOIL: The proposed quantities shown are calculated to provide topsoil 4 to 6 inches in depth (compacted) over the parkway area and do not include deeper than design depth behind the curb. The pay item is intended to pay for topsoil that must be imported where suitable material is either not available on the job or cannot reasonably be stored on-site . Payment will be made on the basis of loose truck volume (full truck with sideboards up) tickets and material must meet City of Fort Worth standards for topsoil. Only the volume imported will be paid for and may be substantially less than the proposal quantities listed . 72. PRE BID ITEM -ADJUST WATER VALVE BOX: Contractor will be responsible for adjusting water valve boxes to match new pavement grade. The water valves themselves will be adjusted by City of Fort Worth Water Department forces . The unit price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 73 . PRE BID ITEM -MANHOLE ADJUSTMENT : This item shall include adjusting the tops of existing and/or proposed manholes to match proposed grade as shown on the plans or as directed by the Engineer. Standard Specification Item No. 450 shall apply except as follows: Included as part of this pay item shall be the application of a cold-applied preformed flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole sections as per current City Water Department Special Conditions. 74. PRE BID ITEM -ADJUST WATER METER BOX: This item shall include raising or lowering an existing meter box to the parkway grade specified . No payment will be made for existing boxes , which are within 0.1' of specified parkway grade. The unit price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work . 75 . NON-PAY ITEM -CLEARING AND GRUBBING : All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and Grubbing ." However, no direct payment will be made for this item and it shall be considered incidental to this contract. 76 . NON-PAY ITEM -SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200 , "Sprinkling for Dust Control " shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. 77. NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards, shrubs, trees , etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. 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-way and designated alleys. This permit can be obtained by calling the Forestry Office at 871- 5738 . All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association . A copy of these standards can be 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 . 05/27/05 SP-29 Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning pa int. This is the only instance when pruning paint is recommended . 78. NON-PAY ITEM-CONCRETE COLORED SURFACE: Concrete wheelchair ramp surfaces, excluding the side slopes and curb, shall be colored with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M . Scofield Company or equal , shall be used in accordance with manufacturers instructions . Contractor shall provide a sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specifications. The sample, upon approval of the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this Non-Pay Item. No direct payment will be made for this item and it shall be considered incidental to this contract. The method of application shall be by screen , sifter, sieve , or other means in order to provide for a uniform color distribution. 79 . NON-PAY ITEM -PROJECT CLEAN-UP: The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as d irected by the Engineer as the work progresses or as needed . If, in the opinion of the Engineer it is necessary, clean up shall be done on a daily basis . Clean up work shall include, but not be limited to : • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of res idents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition , on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been constructed . No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. 80 . NON-PAY ITEM -PROJECT SCHEDULE: Contractor shall be responsible for producing a project schedule at the pre-construction conference . This schedule shall detail all phases of construction , including project clean up, and allow the Contractor to complete the work in the allotted time . Contractor will not move on to the jobsite nor will work begin until said schedule has been received and approval secured from the Construction ,,. Engineer. However, contract time will start even if the project schedule has not been turned in . Project schedule will be updated and resubmitted at the end of every estimating period . All costs involved with producing and maintaining the project schedule shall be considered subsidiary to this contract. 81 . NON-PAY ITEM -NOTIFICATION OF RESIDENTS: In order to cut down on the number of complaints from residents due to the dust generated when saw- cutting joints in concrete pavement, the Contractor shall notify residents, in writing, at least 48 hours in advance of saw-cutting joints during the construction of paving projects . All costs involved with providing such written notice shall be considered subsidiary to this contract. 82. NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION : 05/27/05 SP-30 - Prior to beginning construction on any block in the project, the Contractor shall, on a block by block basis , prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows : The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area . The flyer shall be prepared on the Contractor's letterhead and shall include the following information : Name of Project, DOE No., Scope of Project (i.e. type of construction · activity), actual construction duration within the block, the name of the Contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction notification' flyer is attached . The Contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The Contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. An electronic version of the sample flyer can be obtained from the construction office at 871-8306. All work involved with the pre-construction notification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. 83. NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING : After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The Contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre- construction conference but in no case will construction be allowed to begin until this meeting is held. 84. NON-PAY ITEM -WASHED ROCK: All washed rock used for embedment or backfill or as otherwise directed by the Engineer shall washed , crushed stone and shall meet the following gradation and abrasion : (Actual washing not required if gradation is met) Sieve Size 1" 1/2" 3/8" #4 #8 % Retained 0-10 40-75 55-90 90-100 95-100 Los Angeles Abrasion Test: 50% Maximum wear per A.S.T.M. Designation C-131 . 85. NON-PAY ITEM-SAWCUT OF EXISTING CONCRETE : When existing concrete or H.M.A.C. is cut, such cuts shall be made with a concrete saw . The Contractor may break out curb and gutter to the nearest joint if he chooses. All sawing shall be subsidiary to the unit cost of the respective item . 86. NON PAY ITEM-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 recycling 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 to two (2) working days before recycling begins on any street. Marking the curbs with paint is a recommended procedure. 05/27/05 SP-31 It shall be the Contractor's responsibility to notify the utility companies that he has commenced work on the project. As the recycling is completed (within the same day) the Contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the Contractor shall notify the utilities of this completion and indicate that start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons : Company Southwestern Bell Telephone Texas Utilities Lone Star Telephone Number (817) 338-6275 (817) 336-9411 ext. 2121 (817) 336-8381 ext. 372 Contact Person "Hot Line" Mr. Roy Kruger Mr. Jim Bennett 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 i n the shut down of the recycl ing operation by the Construction Engineer. The Contractor shall be responsible for all materials, equ ipment and labor to perform a most accurate job and all costs to the Contractor shall be figured subsidiary to this contract. 87 . NON PAY ITEM-TIE IN INTO STORM DRAIN STRUCTURE: The cost for making lateral tie -ins to the storm drain structure shall be subsidiary to the bid price for the respective lines . 88 . NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT: The adjustment and/or relocation of sprinkler heads encountered shall be paid for under utility adjustment in the proposal section . No other compensation will be provided . 89 . NON PAY ITEM -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 : The street permit fee is $50.00 per permit with payment due at the time of permit appl ication . A re-inspection fee of $25.00 will be assessed when work for which an inspection called for is incomplete . Payment is due prior to the City performing re-inspection . Payment by the Contractor for all street use perm its and re-inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made . 90. NON PAY ITEM -TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE): A. DESCRIPTION : This item shall consist of temporary soil erosion sediment and water pollutioo control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measure unless otherwise directed by the engineer and they shall not include measures taken by the CONTRACTOR to control conditions created .by his construction operations . The temporary measures shall include dikes , dames, berms , sediment basins, fiber mats, jute netting,.temporary seeding, straw mulch, asphalt mulch, plastic liners , rubbl~ liners, baled-hay retards , dikes , slope drains and other devices. B . CONSTRUCTION REQUIRMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface are of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and 05/27/05 SP-32 to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water course, lakes, ponds or other areas of water impoundment. Such work may involveJhe construction of temporary berms; dikes, dams, sediment basins, slope'arains and use of temporary 'mulches, mats, seeding or other 'control devices or methods directed by the Engineer as nec~ssary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior ,to installaUon of permanent pollution control features, b.ut 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 grad ing, mulching, seeding, and oth,er such permanerit pollution-controrm'easures current in accorda.nce y.,ith the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil- ero.~io11.,ccmtrol measures shall be perforrtJ~<L~P dir~eteo by the Engineer. J. , Waste or disposal areas and construction roads shall be located and constructed iri a ma.nn~r that ~iUminimize the·an:iount of sediment entering streams . 2. Frequent fordings of live stre~m~ yZm n?t be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossing are necessaJY. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be qperated 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 arid removal of,~uch barn~[SJQ minimize the muddying of a stream . '·• 4 .. All waterways shaUbe cleared as soon as practicab!e '>of false work, piling, debris oc otl)er ob.~tr ct[pns P.la.~~<!cJY.ring ,construc.tion operatiqnJ; th2 t are not,part of the finished wor.~. 5. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumens, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement pf migratory fish. E. SUBMITI AL: Prior to the start of the applicable construction , the Contractor shall submit for approval his schedules for accomplishment of soil-erosion-control work and his plan to keep the area of erodible-earth material to a minimum. ·He shall'also submit for acceptance his proposed method of soil-erosion control on construction and haul roads and material sources and his plan for disposal of waste materials. No work shall be started until the8 soil-erosion control schedules and methods of operations have been reviewed and approved by the Engineer. F. MEASUREMENT AND PAYMENT: All Y{Ork, materials and equipment necessary to provide temporary erosion control shalLbe considered subsidiary to the contract and no extra pay will be given for this work. 81. &IQM QOY IIEU TR.,FFl0 08tlTRQk1 TR? CoAtFHte: uum be ,eqahed to olstai:. a "Slceef I Ice [;Ju, .,it" p:ibl to sl:e, ting HUI It. ,a.e ,-aA of the "Sfceet I fee 12orMif' a traffiie e:011li cl .plao is coq11i1iiof4. •Ro CoRtliiastoc sball be responsible tac pcmdaiRS tnttic coAtre:I ela.i11g tit~ voAstn •ctioA ef O~ie J!r&joet e&ReieteAt wilb !be pcmrisioos set toctb in lbe "I atoct liif4itia~ TouH t,1a,n1!:I OP'I WMiferM Icaffio C&Atrel 9er::iHa faF &tracts m :el I li?JI :aays2 issued di ,de, 4A& 21.Uiaoritr ef t~e "8tate of}fexas l!lflifrq:rlXI o ct RosulatiR~ TN"4e &A Wi9b1tra~·c." Hliliftoel aY 05/27/05 SP-33 r . ' icle 6701d Vernon's Civil Statutes , pertinent sections being Section Nos. 27, 2 31. A traffic con I plan shall be submitted for review· to Mr. Charles R. Burkett, Ci raffle Engineer at (817) 392-871 , the pre-construction conference . · Although work will not in until th.e traffic control plan has been revi d, ·the Contracto(s time will begin in accordance w · the time fr~me established iri.t he Notic~ to the Co ctor. :The Contractor will not remove regulatory sign, instruction gn, street name sign or other slgn ; which has been erected by the City. · is determined that rgn must be removed to permit required construction, the Contractor shall contac Transport · n and Public Works Department, Signs and Markings Division, (Phone Number 871-7738 e e the sign . In the case of regulatory signs, the Contractor fllUSt replace the permanent sign wit orary sign meeting the requirements of the above-referenced manual and such tempor sign mus installed prior to the removal of the permanent sign. If the temporary sign i t installed correc .. if it does not meet the required specifications, the permanent sign be left in place until the te ary sign requ irements are m~.t. When construction work i.s co ted to the extent that the permanent can be reinstalled, the Contractor shall again cont the Signs and Markings Division to reinstall th . rmaner:it sign and shall leave hisJempor ign in place until such.rein.stallaUon is completed. Work shall n e performed on certain locations/streets during "peak traffic ·ods ";as determina · by the City Traffic Engineer and in accordance with the applicable pro of pf . Fort Worth Traffic Control Handbook for Construction and Mainte11ance Wo '"'JI" ,.1 ... -' . '·•.-· •. ,I • I-~ .. .... \ .... ·.;.~-~ '_.,..,J. ·• ... , •·. ' I • f' • • 05/27/05 SP-34 - 91 . 'GREEN' CEMENT POLICY: All cement utilized for this project shall be procured from a kiln utilizing a dry kiln process that does not produce an excess of 1 . 71b of NOx emissions per ton of clinker produced. Cement from wet kiln process plants shall also be acceptable if the cement manufacturer certifies that it meets the NOx emission requirements as stated above. In cases where cement meeting 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 suppliers who use the Dry Kiln Process stating that no stock of 'green' cement available fo r the contractor at that time. These letters must be dated no later than the bid opening date of the project. All related costs for complying with the 'Green Cement Policy' shall be considered subsidiary to the applicable project pay items. The contractor shall submit the 'Green Cement Policy Compliance Statement' at the time of the pre- Construction conference . A copy of the Compliance Statement is attached at the end of the Specical Conditions. Failure to comply with the 'Green' Cement policy shall be grounds for rejecting the bid as nonresponsive. 92.PA Y ITEM -TRAFFIC CONTROL: The Contractor will be required to obtain a "Street Use Permit" prior to starting work. Unless otherwise included as a 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 timeframe mutually established in the 'Notice to Proceed' issued to the Contractor. The traffic control plan shall be consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways " issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways ," cod ified as Article 6701d Vernon 's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. The Contracto r will no t re move any re gul atory s ign, in stru cti o nal s ig n, s treet name s ign o r other s ig n, which has been erected by the City . If it is d etermined th at a s ig n mu st be re moved to pe rmit required cons tru c ti o n, th e Co ntractor s ha ll contac t the T ra ns portati o n a nd Public Works De partme nt , Si gns and M arkin gs Di vis ion , (Ph o ne Numbe r 871-77 38) to re mov e th e s ign . In th e case o f regulatory s igns , th e Co nt rac to r mu s t re pl ace th e pe rm anent s ig n with a te mp orary s ign meetin g th e req uire ments of th e a bove-refere nced manu a l and s uc h te mporary s ign mu st be in sta ll ed prior to the re moval of th e pe rm ane nt si gn . If the te mp orar y s ign is no t in sta ll ed correctl y o r if it d oes not meet the required s pec ifi ca ti o ns, th e perm ane nt s ign sha ll be le ft in pl ace until th e te mp orary s ign re qui re me nt s are met. Wh e n constru c ti o n work is compl eted to th e exte nt t hat th e perm ane nt s ign can be rein sta ll ed , th e Co nt ra cto r s hall aga in contac t the Si g ns and M arkings Di vis io n to rein sta ll the perm ane nt sig n and sha ll leave hi s te mp o rary s ign in pl ace until s uc h reins ta ll at io n is comp lete d . 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 lump sum pay item for traffic control shall cover design , and / or installation and maintenance of the traffic control plans . 04 /15/08 SP-35 - (To be printed on Contractor's Letterhead) Date: ----- DOENo: PROJECT NAME: Water/Sanitary Sewer and Paving/Storm Drain Improvements for: MAPSCO LOCATION: -- LIMITS OF CONST.: -------------Estimated Duration of Construction on your Street : _ days THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL < REPLACE WATER AND/OR SEWER LINES -RECONSTRUCT THE STREET> ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HA VE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <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. 05/27/05 SP-3~ I I ACORQM CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 10 /1 7/2008 lPRODUCER (817)4 5 7-6700 FAX (817)457-7246 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION THE SWEENEY COMPANY ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1121 E. Loop 820 South HOLDER. THIS CERTIFICATE DOES NOT AMEND , EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW . I P O Bo x 8720 Fort Worth, TX 76124-0720 INSURERS AFFORD ING COVERAGE NAIC# INS URE D JLB Contracting , LP IN SURER A: Bi t uminous Casualty Corp 1 PO Bo x 24131 IN SURER 8 : Am Guarantee & Li ab i lity (Cas Mkt Fort Worth Tx 76124 IN SURER C: IN SURERD: IN SUR ER E: -COVERAGES I T HE POLICIES OF INSURANCE LIST ED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREM ENT, TERM OR CONDIT ION OF ANY CONTRACT OR OTHER DOC UMENT WITH RESPECT TO WHICH T HI S CERT IF ICATE MAY BE ISSU ED OR MAY PERTAIN, T HE INSURANCE A FF ORDED BY THE POLICIES DESCR IBED HEREIN IS SUBJECT TO ALL T HE TERMS , EXC LUSIONS AND CONDITIONS OF SUCH ~ POLICIES . AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I INSR ~~~! TY PE OF INSURAN CE POLICY NUM B ER POLICY EFFE CTI VE POLICY EX PIRATION LIMITS I T l> nA,T~ n .A•un n tvv\ "4TF GENERAL LIABILI TY CLP 3 257 408 09/30/2008 09/30/2009 EACH OCCURRENCE $ 1,000 ,000 I A X COM MERCIAL GENERAL LIABILI TY DAMAGE TO RENTED $ 100,000 nn.-1.~1 <'."r-c-,..-,\ -~ CLA IMS MADE [8J OCCUR MED EXP (A ny one person ) $ 5,000 X xcu PERSONAL & ADV INJURY $ 1,000,000 -X CONTRACTUAL GENERAL AGGREGATE $ 2 ,000,000 1 - GEN 'L AGGREGATE LIMIT APPLIES PER: PR ODUCTS -COMP/OP AGG $ 2 ,000 ,000 I fxl PRO-nLOC POLICY JECT AU TOMOBILE LIABILI TY CAP 3 525 020 09/30/2008 09/30/2009 COMB INED SING LE LIMI T $ 1 X ANY AUTO (Ea acci dent) 1,000 ,000 -X ALL OWNED AU TOS BODILY IN JU RY -( Per person) $ X SC HEDULED AUTOS A - X HIRED AUTOS BODI LY INJURY 1 -(Per accident) $ X NON -OWNED AUTOS --- PROPERTY DAMAGE -(Per accid ent) $ T GARA GE LIABILITY AUTO ONLY -EA ACC IDE NT $ ==i ANY AUTO OTHER TH AN EAACC $ AUTO ONLY: AGG $ EXCESS/U MBRELLA LIA BILITY AUC-9376460 -05 09/30/2008 09/30/2009 EACH OCCURRENC E $ 3 ,000 ,000 ~ OCCUR D CLA IMS MADE UMBRELLA AGGRE GATE $ 3,000,000 B $ ==i DEDUCTIBLE $ 'T RETENT ION $ $ I WORKE RS COMP ENSATION AND WC 3 525 019 09/30/2008 09/30/2009 X I WC STATU -I TORY I IMITS IOJ~- EMP LOYE RS" LI ABI LITY $ 1 ,000 ,000 I A ANY PROPRIETOR/PARTNER/EXECUTI VE E.L. EACH ACC IDENT OFF ICER/MEMBER EXCLUDED? E.L. DISEASE -EA EMPLOYEE $ 1 ,000,000 If yes, desc ribe under E.L. DIS EASE -POLICY LIMIT $ 1 ,000 ,000 SPEC IAL PROVISIONS below OTHE R r I DESCR IPTIO N OF OP ERATIO NS/ LOCATI ONS I VEHICLES/ EXCLUSIO NS A DDED BY EN DO RS EMEN T / SPE CI A L PR OVI SIO NS 004 CIP CONTRACT #51 -PAVING , WATER & SANITARY SEWER ON HUDSON STREET , S PERKINS STREET , HAZELINE ~OAD AND COLLARD STRE ET. CERT HOLDER NAMED ADLN INSURED EXCEP T ON WORKERS COMP WITH GENL LIAB BEI NG RIMARY & NON -CON TRIBUTORY WI TH WAIVER OF SUBROGATION ON ALL POLICIES AS REQUIRED BY WRITTEN CONTRACT. 0 DAY CANC NOTIC E AMENDED TO 10 DAY FOR NON -PAY OF PREM I UM. r-1 CERTIFICATE HOLDER i CITY OF FORT WORTH 1000 THROCKMORTON ST CANCELLATIO N SHOU LD ANY OF THE A BOVE DESCRIBED POLIC IES B E CANCE LLED BEFORE T HE EXP IRATION DATE THEREO F, TH E ISSUING INSURER W ILL ENDEAVOR TO MAIL _lQ_ DAYS W RITTE N NOTICE TO TH E CERT IFI CATE HOLDER NAMED TO THE L EFT , BUT FAILU RE TO MAIL SUCH NO T ICE SHALL IMP OSE NO OBLI GATION OR LIABILIT Y GENTS OR REPRESENTATIVES . T FT WORTH , TX 76102 ------~~~'--'-------"-----++------' 25 (2001 /08) IMPORTANT If the certificate holder is an ADDITIONAL INSURED , the policy(ies) must be endorsed . A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED , subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon . ACORD 25 (2001/08) CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended , Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Engineering No .5410 and City of Fort Worth Project No . Proiect No. 00453. STA TE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR JLB Contracting, J::P LL~ By ~/.)~ Name: James G;-Humphrey, Presidentof Title : JLB·CONTRACTING, LLC Date : -~/(J_-u;~_-o_y ____ _ Be~ore me, the undersigned authority, on this day personally appeared _Jn m1;s ~. H vmPll-&:r'I , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of JLB Contracting, -1:P" for the purposes and consideration therein expressed and in the capacity therein stated. UL Given Under My Hand and Seal of Office this ~ay of tkr@all , 20 ol? PERFORMANCE BOND Bond No. _5 __ 4 ..... 5 __ 94 _____ _ THE STATE OF TEXAS § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF TARRANT § LLCJ That we (1) JLB Contracting,-bP as Principal herein , and (2) Westfield Insurance Company, a corporation organized under the laws of the State of (3) Ohio and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth , a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein , in the sum of: One Million, Eight Hundred Nine Thousand, One Dollar andl0/100 ......................................................... . ($1,809,001.10) Dollars for the payment of which sum we bind ourselves, our heirs , executors, administrators , successors and assigns, jointly and severally, firmly by these presents . WHEREAS, Principal has entered into a certain contract with the Obligee dated the --of DEC O 2 zooa 2008 a copy of which is hereto attached and made a part hereof for all purposes, for the construction of: Pavement Reconstruction and Water and Sanitary Sewer Replacement on Portions of Hudson Street, Collard Street, Hazeline Drive and Perkins Street NOW THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal 's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void ; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed purs uant to Chapter 225 3 of the Texas Government Code, a s amended, and a ll liabilities on this bond shall be d etermined in accordance with the provisions of such statue, to the same extent a s if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized repre sentatives of the Principal and the Surety have executed this instrument. DEC 02 2008 SIGNED and SEALED this __ day of ______ """-=2=0=08=. Ai: d -~~p cf ~pal)Sr 9"e13ry 01· h • s ta f Lmaa 1p an~ ecre ry o JLB CONTRACTING, LLC (SEAL) ATTEST: (Surety) S ecretary (SEAL) JLB Contracting, bP LLC,J PRINCIPAL (4) / _ B ~~~ Title : James G . Humphrey , Preside nt PO BOX 24131 Fort Worth, TX 76124 yle W. S eney, Attorney-in-Fact 555 Republic Drive, Suite 450 Plano, Texas 75074 (Address) NOTE: Date of Bond must not be prior to date of Contract (I) (2) (3) Correct name of G. ntJactor Correct name of o,rety _:::- State of incorporati 6,;i ot;.S~r<.t}:' •. -----~" ,-- "'·-.,.... -... . --;,,,,-. Telephone number of s urety mu;t·o;s~i;ct:.:J ~ addition, an ori g inal copy of Power of Attorney shall be attached to Bond by the Attorney-in- Fact. The date of bond shall not be prior to date of Contract. PAYMENT BOND Bond No. _5~4=5~94 _____ _ THE ST A TE OF TEXAS § § § KNOW ALL MEN BY THESE PRESENTS : COUNTY OF TARRANT L.L6 That we, (1) JLB Contracting, ~as Principal herein, and (2) Westfield Insurance Company ___ , a corporation organized and existing under the laws of the State of(3) _0~h=i=o _____ , as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties , Texas , Obligee herein , in the amount of One Million, Eight Hundred Nine Thousand, One Dollar and 10/100 ................................. Dollars ($1,809,001.10) 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: DEC 02 2008 WHEREAS , the Principal has entered into a certain written contract with the Obligee dated the ___ day of _______ , 20082 which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project : Pavement Reconstruction and Water and Sanitary Sewer Replacement on Portions of Hudson Street, Collard Street, Hazeline Drive and Perkins Street NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor and materials in the prosecution of the work under the contract, then this obligation shall be void; other wise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue , to the same extent as if it were copied at length herein . IN WITNESS WHEREOF, the duly authorized representatives of the Principal and Surety have executed this instrument. SIGNED AND SEALED this ___ day of DEC O 2 200~ 2008. JLB Contracting, t;¥ LLt- PRINCIPAL < rinci al) SecL~~iG'a ul 1p hant, Secretary Ol JLB ONTRACTING, LLC Name: James G. Humphrey Title: President ATTEST: Secretary (SEAL) NOTE: Address : PO BOX 24131 Fort Worth, TX 76124 Address : 555 Republic Drive, Suite 45(1 ~ Plano, Texas 75074 ~ .:::-.. -..- Telephone Number: 972-51 if-6::;...;ll;.;;.·o __ _ ",:-~--~ .. ;~ ~ .. (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. .. .. -... ::. _ ....... ..,.-·-. ... ... _...._ - MAINTENANCE BOND Bond No. 54594 THE STATE OF TEXAS § COUNTY OF TARRANT § LLC,, That JLB Contracting,4..P (Contractor), as principal , and Westfield Insurance Company __ _, a corporation organized under the laws of the State of_O ___ h=i ..... o _______ ,(Surety), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth , a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum of One Million, Eight Hundred Nine Thousand, One Dollar and 10/100 .................................................................................................................... Dollars ($1,809,001.10) lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs , executors, administrators, assigns and successors , jointly and severally. This obligation is conditioned , however; that, WHEREAS , said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the __ of DEC O 2 2008 , 2008 copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements : Pavement Reconstruction and Water and Sanitary Sewer Replacement on Portions of Hudson Street, Collard Street, Hazeline Drive and Perkins Street the same being referred to herein and in said contract as the Work and being designated as project number(s) Project No. 00453 and said contract, including all of the specifications, conditions , addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and made a part hereof, and , WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of Two (2) Years after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work m good repair and condition for said term of Two (2) Years ; and, WHEREAS , said Contractor binds itself to repair or reconstruct the work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary; and , 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 c 'ontract, these presents shall be null and void , and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed m 2 counterparts , each one of which shall be deemed an original , this ___ day of DEC 0 A.O. 2008. ATTEST: (~ Secretary Linda Oliphant, Secretary of ATTEST: (SEAL) Secretary JL B CONTRACTING, LLC JLB Contracting, H>Ll..u Contractor By:~ .,,A~e:::> Name~ James G. Humphrey Title: President 555 Republic Drive, Suite 450 Plano, Texas 75074 Address •,, ........ -... _i--·----·- -:. --.·. -: .:-:::: IMPORTANT NOTICE To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P.O. Box 149104 Austin, Texas 78714-9104 Fax# (512) 475-1771 PREMIUM OR CLAIM DISPUTES The address of the surety company making this bond to which any notice of claim should be sent may be obtained by calling the Texas Department of Insurance at the above number. Should you have a dispute concerning your premium or about a claim, you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND This notice is for information only and does not become a part or condition of the attached document. This notice is given to comply with Section 2253.048, Texas Government Code and Section 53.202, Texas Property Code effective September 1, 2001. THIS POWER OF ATTORNEY SUPERCEDES AN Y PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 08/13/08 , FOR AN Y PERSON OR PERSONS NAMED BELOW. General Power of Attorney CE RTI F l ED CO P Y PO W E R N O. 4220052 06 Westfield Insurance Co. Westfield National Insurance Co. Ohio Farmers Insurance Co. Westfie ld Ce nter, O h io Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations , hereinafter referred to individually as a "Company " and collectively as "Companies ," duly organized and existing under the laws of the State of Ohio , and having its principal office in Westfield Center , Medina County, Ohio , do by these presents make, constitute and appoint CHARLES D. SWEENEY , MICHAEL A . SWEENEY , KYLE W. SWEENE Y, JOINT LY OR SEVERAL LY of FORT WORTH and State of TX its true and lawful Attorney(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, unde rtakings, or other inst ruments or contracts of suretyshi p-- - --· · · · · · · · · · · · · · • · · • • · • • • • • · · · · • · · • · · · · · · · · · · · · · · · · · · · · · · · • LIMITATION : T HIS POW ER OF ATTORNEY CA NNOT BE US ED TO EXECUT E NOTE G UARANTEE , MORTGAGE DEFIC I ENCY , MORTGAGE GUARANTEE , OR BANK DEPOSITORY BONDS . and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises . Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPAN Y, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved, that the President, any Senior Executive , any Secret ary or an y Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions : The Attorney-in-Fact. may be given full power an d authority for and in the name of and on behalf of the Company , to execute , ac knowledge and deliver, any and all bonds , recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and al l 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 as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." "Be it Further Resolved , that the signature of any such designated person and the 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 facs imile signatures or facsimile seal shall be valid and b inding upon the Company with respect to any bond or undertaking to which it is attach ed." (Each adopted at a meeting held on February 8 , 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFI ELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused t hese presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 13th day of AUGUST A .O., 2008 . ........ ,.,.,,., Corporate ,. .. ···~'-" R~i;,'"•,,, Seals /~'tli ............ C~·,,_ Affi xed!•~····· -. •• ••• c, •., z ;:: : \ ~,~ i ~f SEAL 1~i i ;\ if} \ 'J '·· .... -./'r' ~ ... ~··"-.. ,, State of Ohio County of Medina ss.: •• 1 ........ ,,,,,, ,.,·::.:.c.. \"SUR .i~·,,,, .i ~-······-·~('?'"',. i ~.·· -•,.'f",:. ! ~:' .. ~dTER .. "\S i :a.::" <u :;a:! \\ .. 1848 )fl ~ •••• ... ..• .v: ~ ····•····· • ........ .. .,,,,,,,, . ,,.,,. .... .. .......... ,, WESTFI ELD INSU RA NC E CO M PA NY WE STFIELD NA TI O NAL IN S U RAN C E COMPA NY O H IO FA RMER S I NS URA NC E COMPAN Y By: R ichard L. Kinnaird , J r., Senior Executive On this 13th day of AUGUST A.O ., 2008 , before me personally came Richard L. K innaird , Jr. to me known, who , being by me duly sworn , did depose and say , that he resides in Medina, Ohio ; that he is Sen ior Exec utive of WESTFIELD INSURANCE CO MPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANC E COMPAN Y, the companies described in and which executed the above instrument; that he knows the seal s of said Companies ; that the seals affixed to said instrument are such corporate seals ; that they were so affixed by order of the Boards of Directors of said Companies ; and that he signed his name thereto by like order . · 1· ~ : _-'--,. Notarial ....... ,-• .., ;4;' /i-.--· __ ,_ A~:~d r ~~~.1j;~J .. :~;\ ---~------~--',,\_ ~ ·..:::S A ~--,) ·--· B.Q • Wimam J. Ka heli n, A mey at '-'f,,c1'/0 ta,y Public , -~ : \_II'>-~-%1-.o My Commission Does Not Expire (Se ~ ~?3 Ohi ~vised s ode )- ••• _ '</ •. ~ ,.·· ---······.,..~o f' o...... , -........ , .......... , ,,. ... _ .... ./ ~. -~--,_ ~,":.._~--.-~-:-~~' _, ... < .. ~ State of Ohio County of Medina ss .: I, Frank A. Carrino , Secretary of WEST FIELD INSURANC E COMPANY, WESTFIELD NATIONAL INSURANCE COMPAN Y"t.n;.o B.[6::i=:ti"R MERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies , which is still in full force and effect ; and furthermore , the resolutions of the Boards of Directors , set out in the Power of Attorney are in ful I force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals A.O ., 2008 ....... d ........ . /~~\\~.~.~~.~;~.,., ~.-·· ..... ,. '\ !.~/ -···<'" z ;::: \o \ ,,; SEAL :~1 i ~\ i;:J \~-. -l illt \"°'•., /'r'~ ... ,.~:--Y BPOAC2 (combined) (06-02 ) of said Companies at Westfield Cento t ct o ~i~uJB day of THE STATE OF TEXAS CITY OF FORT WORTH, TEXAS CONTRACT KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT DEC O 2 2008 This agreement made and entered into this the _ day of AD ., 2~ by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, AD. 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city , and the City of Fort Worth being hereinafter termed Owner, JLB Contracting, bP, HEREINAFTER CALLED Contractor. t-LV WITNESSETH: That said parties have agreed as follows : 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows : Pavement Reconstruction and Water and Sanitary Sewer Replacement on Portions of Hudson Street, Collard Street, Bauline Drive and Perkins Street 2 . That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. 3 . The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth . 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for ili mspect1on and approv 1 of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 200 working days . If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $420 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency . 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the w ork and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or inv itees, whether or not any such iniury, damage or death is caused. in whole or in part •. by the negligence or al.leged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees.. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. The Contractor agrees , on the execution of this Contract, and before beginning work, to make, execute and deliver to said City of Fort Worth good and sufficient for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Article 5160 of the Revised Civil Statutes of Texas, as amended, in the form included in the Contract Documents, and such bonds shall be for 100 percent of the total contract price, and said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth. 8 . Said City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a, shall be One Million Eight Hundred Nine Thousand One Dollar and 10/100 .................................................................................................................. Dollars, ($1,809,001.10). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10 . The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein . 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in ~ counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in ~ counterparts · ·ts zl'l mt seal attached. Done in Fort Worth, Texas, this the_ day of ____ __._A.D ., 2008. ATIEST: JLB Contracting, ~ Lle.. 7151 Randol Mill Rd. Fort Worth, TX 76120 CONTRACTOR BY :~vj~ James G. Humphrey, President -of JE&CONTRACTING, LLC p.o. i3ox.1.l.fl 3/ ·Faarlu12t2-171, 1x 7ltzl2L/ J ADDRESS November 1960 Revised May 1986 Revised September 1992 CITY OF FORT WORTH FERNANDO COSTA, ASST CITY MANAGER CITY SECRET ARY (SE AL) Con t ract AuthorizatioR \ '>\ ?-l \)z Date APPROVED AS TO FORM AND LEGALITY: ,A T l (ld)~r·i~at;on AC Mechanic AC Mechanic Helper Acoustical Cei lin g Mechanic Bricklaver/Stone Mason Brlddaver /Stone Mason Helper Carpenter Carpenter Helper Concrete Finisher Concrete Form Builder Drywall Mechanic Drywall Helper Drywall Taper Drywall Taoer Helper Electrician (Journeyman) Electrician Helper Electronic Technician Electronk Technician Helper Floor Layer (Resilient) Floor Layer Heloer Glazier Glazier Helper Insulator Insulator Helper Laborer Common Laborer Skilled Lather Painter Painter Helper Pipefitter Pipefitter Helper Plasterer Plasterer Helper 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY Hr f Ra~c-C•ass1f1cat1or. $21.69 Plumber $12.00 Plumber Helper $15.24 Reinforcing Steel Setter $19.12 Roofer $10.10 Roofer Heloer $16.23 Sheet Metal Worker $11.91 Sheet Metal Worker Helper $13.49 Sprinkler System Installer $13.12 Sprinkler Svstem Installer Helper $14.62 Steel Worker Structural $10.91 Concrete Pump Crane, Clamsheel, Backhoe, Derrick, D'line $13.00 Shovel $9.00 Forklift $2.0.20 Front End Loader $14.43 Truck Drtve,- $19.86 Welder $12.00 Welder Helper $20.00 $13.00 $18.00 $13.00 $14.78 $11 .25 $10.27 $13.18 $16 .1 0 $14 .83 $8 .00 $18.85 $12.83 $17.25 $12.25 - 1 Hrly Rate $20.43 $14.90 $10 .00 $14.00 $10.00 $16.96 $12.31 $18.00 $9 .00 $17.43 $20.50 $17 .76 $12.63 $10.50 $14. 91 $16.06 $9.75 BEA VY & IDGHW AY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Tool Operator Asphalt Distributor Operator Asphalt Paving Machine Ooerator Asphalt Raker Asphalt Shoveler Batching Plant Weiimer Broom or Sweeper Operator Bulldozer Ooerator Carpenter Concrete Finisher Paving Concrete Finisher, Structures Concrete Pavinl,!; Curbin~ 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, Drag)ine, Shovel Ooerator Electrician Flae:e:er Fonn Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Dri11 Operator, Truck Mounted Front End Loader Ooerator Laborer, Common Laborer, Utility Mechanic Milling Machine Operator, Fine Grade Mixer Operator Motor Grader Operator, Fine Grade Motor Grader Ooerator, RoUM Oiler Painter, Structures Pavement Marking Machine Operator Pipelayer Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Roller Operator, Pneumatic, Self-Propelled Roller Operator, Steel Wheel, Flat Wheelffamping Roller Operator, Steel Wheel, Plant Mix Pavement Scraper Ooerator Servicer Slit> Form Machine Operator Spreader Box Ooerator Tractor Operator, Crawler Type Tractor Ooerator, Pneumatic Traveling Mixer Ooerator Truck Driver, Lowboy-Float Truck Driver, Single Ax le, Heavy Truck Driver, Single Axle, Lisilit Truck Driver, Tandem Axle, Semi-Trailer Truck Driver, Transit~Mix Wagon DriJI, Boring Machine, Post Hole Driller Operator Welder Work Zone Barricade Servicer $10.06 $13 .99 $12.78 $] 1.01 $ 8.80 $14.15 $ 9 .88 $13 .22 $12 .80 $12.85 $13.27 $12.00 $}3 .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 $11.83 $11.58 $15.20 $14.50 $14.98 $13.17 $10.04 $11.04 $14 .86 $16 .29 $11.07 $10.92 $) 1.28 $1 J.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