Loading...
HomeMy WebLinkAboutContract 3823700 No .o .. Jcm sEcRE D.O.E. FILE CONTRACTORS BONDING CO. CON SECRET 1�UN5 COPY CONSTRUCTION'S TACT � CLIENT DEPqFgIX%#FICATIONS AND CONTRACT DOCUMENTS FORTWORTH 2004 CAPITAL IMPROVEMENT PROJECTS " YEAR 4 — CONTRACT 49 .o BYERS AVE., DEXTER AVE., BYERS AVE., LAFAYETTE AVE., OWASSO ST. PROJECT NUMBERS: T/PW - C200-541200-207400045183 STORM WTR - P229-541200-207280045183 WATER - P253-541200-607170045183 SEWER - P258-541200-707170045183 DOE NO.5448 - AJLV 2-M&— COHMAL RECOPO cffy SECOEW MIKE MONCRIEF Ft o Tx DALE A. FISSELER, P.E. MAYOR ' CITY MANAGER A. DOUGLAS RADEMAKER, P.E. - DIRECTOR (4;-tT6'"� DEPARTMENT OF ENGINEERING l' ► �ti ...... ... JMAWDS .. PREPARED BY: .... . DEPARTMENT OF ENGINEERING s ,.727x _ 41 ORIGINAL (? 02-13-09 P01:58 IN�? r JUL-25-2008 FRI 01:11 PM CFW DOE DESIGN SERVICES FAX NO. 8173922527 P. 02 CITY OF FORT WORTH DEPARTMENT OF ENGINEERING DESIGN SERVICES DIVISION ADDENDUM NO.1 - 2004 CAPITAL IMPROVEMENT PROGRAM YEAR 4 — CONTRACT 49 BYERS AVE., DEXTER AVE., OWASSO ST. BYERS AVE., LAFAYETTE AVE. ro RELEASE DATE: July 25, 2008 INFORMATION TO BIDDERS: PROJECT NUMBERS: P253 - 541200 — 607170045183 P258 - S41200 — 707170045183 P229 — 541.200 - 707290045183 C200 - 541200 — 207400045183 DOE NO.5448 The Specifications and Contract Documents for the above mentioned project are revised and amended as follows: In Section 1— FRONT END DOCUMENTS, under the Comprehensive Notice to Bidders doeumeM amend the following bid opening date to be August 07, 2008 instead of July 31, 2009. Please acknowledge receipt of the Addendum in the bid proposal and on the outside of the sealed envelope. NUMMIMPIMPINAM .. w an A. DOUGLAS RADEMAKER, F.E. DIRECTFan . MENT O GINGERING By: ck, F.E Engineering Design Services ___ JUL= 31-2008 THU 10:26 AM CFW DOE DESIGN SERVICES FAX NO. 8173922527 P. 02 - CITY OF FORT WORTH DEPARTMENT OF ENGINEERING DESIGN SERVICES DIVISION ADDENDUM NO.2 2004 CAPITAL IMPROVEMENT PROGRAM YEAR 4 & 5 CONTRACT 49 BYERS AVE., DEXTER AVE., OWASSO ST. BYERS AVE., L,AFAYETTE AVE. RELEASE DATE_ July 31, 2008 M INFORMATION TO BIDDERS: w PROJECT NUMBERS: P253 - 541200 - 607170045183 P258 - 541200 - 707170045183 P229 - 541200 - 707280045183 C200 - 541200 -- 207400045183 DOE NO.5448 The Specifications and Contract Documents for the above mentioned project are revised and amended as follows: 1. Please amend the following to read as follows throughout the Specifications and Contract Documents: 2004 CAPITAL IMPROVEMENTS PROGRAM YEAR 4 & 5 CONTRACT 49 2. Please amend the Bid Opening date to August 14, 2008 instead of August 07, 2008 as stated in Addendum No. 1. .. The Construction Plans for the above mentioned project are revised and amended as follows: 1. Please amend the following to read as follows throughout the Construction Plans: 2004 CAPITAL IMPROVEMENTS PROGRAM YEAR 4 & 5 - CONTRACT 49 2. On the Cover Sheet, under the Sheet Index, amend the verbiage to read as follows: 11 OWASSO ST. -- L-1530 SEWER PLAN & PROFILE - STA_ 0+00 TO STA. 2+55.00 14 STORM DRAIN PLAN & PROFILE - STA. 0+00 TO STA. 2+39,87 3. On Sheet 4, BYERS AVE. WATERLINE `E', amend the verbiage to read on the plan as follows: W.L. B' STA_ 0+00 BEGIN 8" WATER REPLACEMENT, INSERT CLEANING PIG & INSTALL 8" x 8" TEE. 1) INSTALLS" x 6" ANCHOR TEE, 6" 0,V_, & PROVIDE STD. F.H. w/10 L.F. OF 6" LEAD LINE 23' LT. CONK. TO EXIST. 6" WATER w/8" M.J. SOLID SLEEVE AND 8"x6" REDUCER 36.0' LT. 2) INSTALLS" G.V. 3T RT. CONN. TO E)GST. 6" WATER w/8" M.J. SOLID SLEEVE AND 8" x 6" REDUCER 50.5' RT. 4. On Sheet 8, BYERS AVE, 8" SEWER LINE - L-887, amend the verbiage to read on the plan as follows: a) S.S. STA. 0+91.69 P.I- w/24" S.D. F/L 24" S.D. = 681.25 F/L S" S.S. = 684.00 END PERMANENT PVMT. REPAIR AND BEGIN TEMP. PVMT. REPAIR. JUL-31-2008 THU 10:26 AM CFW DOE DESIGN SERVICES FAX NO, 8173922527 P. 03 b) "ABANDON EX. M.H." instead of REMOVE EX. M.H. 5. On Sheet 11. OWASSO ST., 8" SEWER LINE--1.4530, amend the verbiage to read on the plan as follows: CJL PROP. 8" SEWER LINE L-1530 6. On Sheet 14, STORM DRAIN EXTENSION, STORM DRAIN PLAN & PROFILE, amend the verbiage to read on the plan as follows: FROM CLOVER LN. TO 239.84 LF. EAST 7. On Sheet 23, REINFORCED CONCRETE PAVEMENT CONSTRUCTION DETAILS, under the TYPICAL REINFORCED CONCRETE ROADWAY, amend the verbiage to read on the plan as follows: MIN. COMPRESSIVE STRENGTH OF 4,000 PSI aQ 28 DAYS. Please acimowledge receipt of the Addendum in the bid proposal and on the outside of the sealed envelope. RE TP. ACKNOWLEDGED: P I A. DOUGLAS RADEMAKER, P.E_ DIRECTO T OF E ER,TNG By: B an iiecic, P.E. Manager, Engineering Design Services we AUG-08-2008 FRI 11:23 AM CFW DOE DESIGN SERVICES FAX NO, 8173922527 CITY OF FORT WORTH DEPARTMENT OF ENGINEERING DESIGN SERVICES DIVISION ADDENDUM NO.3 2004 CAPITA, IMPROVEMENT PROGRAM YEAR 4 & 5 — CONTRACT 49 BYERS AVE., DEXTER AVE., OWASSO ST. BYERS AVE., >LAFAYETTE AVE. PROJECT NUMBERS: P253 - 541200 — 607170045183 P258 - 541200 — 7071700451.83 P229 — 541200 - 707280045183 C200 - 541200 — 207400045183 DOE NO, 5448 RELEASE DATP-, August 08, 2008 INFORMATION TO 13IDDERS: The Specifications and Contract Documents for the above mentioned project are revised and amended as follows: 1. In Section 2 — MWBE DOCUMENTATION, amend the M/WBE PROMCT GOALS to read as follows: 20% - Alternative `A' - Concrete Pavement w/Non-Green Cement 20% - Alternative `B' — Concrete Pavement w/Green Cement 2. In Section 3 — BID PACKAGE, under the Proposal, mend the following project number to read as UNTT TT: STORM WATER Project NO. P229-541200-0207280045183 P. 02 22) In the Proposal, under UNIT I — SECTION A: WATER REPLACEMENT, amend the bid quantities to read as follows: 14. BID- 5 EA 'Water Service -I Inch —Relocate; 00759 Per Each: Dollars and Cents 26) In the Proposal, under UNIT I - SECTION B: SEWER REPLACEMENT, amend the bid quantities to read and include as follows: 8. BID- 36 VF Manhole — Paint & Coating -Interior 00211 Protective Coating — Install; Per Vertical Foot: Dollars and Cents $� $ AUG-08-2008 FRI 11:23 AM CFW DOE DESIGN SERVICES FAX NO. 8173922527 P. 03 no 10. BID- 923 Ll~ Sewer Service — 4 Inch — Install; 00354 Per Linear Foot: _ Dollars and Cents $ $ 11. BID- 35 EA Sewer Service — 4 Inch Service Tap 00355 — Install; Per Each: Dollars and Cents 12, BID- 39 EA Sewer Service — 4 Inch-2 Way Clean Out — 00356 Install; Per Each: Dollars and Cents $ $ 21. BID- 144 LF Inspection-Preconstruction Cleaning & 00202 T.V. — Study; Per Linear Foot: Dollars and Cents $ $ 2c) In the Proposal, under UNIT II — PAVING CONSTRUCTION — BASE, BID, amend the bid quantities to read and include as follows: 4. BID- 1 LS Traffic Control — Design & Build; 00526 Per Lump Stun: Dollars and Cents $__ . $ 21. B.D)- 155 SF Channel —Concrete Pilot (Concrete Apron 00061 for Inlet) — Install; Per Square Foot: Dollars and Cents $ $ 22, BID- 400 CY Fill Material — Borrow — Install; 00543 per Cubic Yard: Dollars and Cents $ $ 23. BID- 15437 SF Walk — 4 Ft. — Install; 00530 Per Square Foot: Dollars and Cents $ $ AUG-08-2008 FRI 11:23 AM CFW DOE DESIGN SERVICES FAX N0, 8173922527 P. 04 = 40. BED- 64 SF Walk -Steps — Remove; 00537 Per Square Foot: Dollars and _ -- Cents 41. BID- 64 SF Walk -Steps — Install; 00536 Per Square Foot: .. no Dollars and Cents 2d) In the proposal, under UNIT II — PAVING RECONSTRUCTION, CONCRETE PAVEMENT ALTERNATIVES , amend the bid quantities to read as follows: ALTERNATIVE 'A'— CONCRETE PAVEMENT WITff NON -GREEN CEMENT 1A, BID- 11,963 SY Pavement - 6 Inch Reinforced Concrete 00450 Pavement with Non -Green Cement -- Install; Per Square Yard: Dollars and Cents $ S. ALTERNATIVE `A' BID $ ALTERNATIVE `BI — CONCRETE, PAVEMENT WITH GREEN CEMENT 1A. BID- 11,963 SY Pavement - 6 Inch Reinforced Concrete 00450 Pavement with Green Cement — Install; Per Square Yard: Dollars and Cents $ $ ALTEWNATIVE `B' BID $ 2e) In the Proposal, under SUMMARY OF BIDS, amend the verbiage to read as follows: *CONSTRUCTION OPTION -I — PAVEMENT W-j'XKNON-GREENCEMENT UNIT 1 + UNIT 11(Base Bid -t Alternative `A') $ *CONSTRUCTION OPTION 2 — PAVEMENT WITH GIMIEN CEMENT UNIT I + = II (Base Bid + Alternative `B') $ AUG-08-2008 FRI 11:24 AM CFW DOE DESIGN SERVICES FAX NO. 8173922527 P. 05 3a) In Section 4 — GENERAL AND SPECIAL CONDITIONS, tinder Part DA — Additional Special Conditions, please include the following to read as follows: DA-1.21— SANITARY SEWER CONNECTIONS r At )east 4 sanitary sewer services will be required to be re-routed on Byers Ave. from kenley St. to Camp Bowie Blvd. Two services have been identified while two services are unknown. The contractor will be required to T.V. the existing sewer main from Sta. 10+13 (Old Stationing from Sewer Maps) to the end of the main, which is approximately 144 L.F. west of Sta 10+13 and locate all services tied (from beginning to end) to the existing sewer main prior to replacement. T.V. ing will occur simultaneously when the cut -in valves are installed Once this is complete, the contractor will be required to contact the Project Inspector and Manager to coordinate their findings. The Project Manager will need to obtain Right -of -Entry documents signed by owners to allow the work to be performed. 3b) In Section 4 — GENERAL AND SPECIAL- CONDITIONS, under the Special provisions for Street and Storm Drain Improvements, please amend the following verbiage under PAY ITEM 42 - "6" REINFORCED CONCRETE PAVEMENT" to read as follows: *Items outlined under Part-b "Evaluation of Pavement" will follow the attached Concrete Pavement Acceptance Policy Draft dated August 20, 2007 for pavement replacement. 3e) In Section 4 — GENERAL AND SPECIAL CONDITIONS, under the Special Provisions for Street and Storm '" Drain Improvements, please amend PAY ITEM 57 - "REMOVE AND CONSTRUCT CONCRETE STEPS (OMITTED)" to read as "PAY ITEM 57 — "REMOVE AND CONSTRUCT CONCRETE STEPS". All provisions for this pay item will be as follows: See Standard Specification Item No, 516, "Concrete Steps" for specifications governing this item as well as details SM-3. The price bid per each for "REMOVE CONCRETE STEPS" and "CONSTRUCT CONCRETE STEPS" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals ow necessary to complete the removal and construction of each set of concrete steps. 3d) In Section 4 — GENERAL AND SPECIAL CONDITIONS, under the Special Provisions for Street and Storm Drain Improvements, please include PAY ITEM 96 "CERAMIC TI)<.)Er STREET NAMES" and read as follows: At all locations where they currently exist, the contractor will install ceramic tile street names integral to the proposed curb. Prior to removal, the contractor shall note the placement and pattern of the tiles and new street name to match the existing. The titles provided shall be porcelain ceramic mosaic tiles. Tiles shall be impervious, stain proof, dent proof, and frost proof. Tiles are to be I" x 1". When fmisbed, the file surface shall be flushed with the face of the curb. In order to provide a clean appearance, the contractor will need to determine the required thickness of the ceramic the street names and leave a block -out using a piece of plywood with the: correct length, width and thickness dimensions of the ceramic file street names. CUTTING the curb to install the ceramic street names after it has been poured and cured will NOT be acceptable. The price bid per each for "CERAMIC TILE STREET NAMES" as shown in the proposal will be full payment for all materials, labor, equipment, tools and incidentals necessary to complete the work. Any work considered to be defective by the Engineer that needs to be corrected or completely removed and replace shall be considered subsidiary to this item. 3e) In Section 4 — GENERAL AND SPECIAL CONDITIONS, under the Special Provisions for Street and Stonn Drain Improvements, please include PAY ITEM 97 "CRUSHED LIMESTONE FOR MISCELLANEOUS PLACEMENT (DRIVEWAY TRANSITIONS)" and read as follows: Contractor shall lay a minimum of 6" thick crushed limestone 2 ft. in length for driveway transitions consisting of dirt to concrete. AUG-08-2008 FRI 11:24 AM CFW DOE DESIGN SERVICES FAX N0, 8173922527 P. 06 The price bid per each for "CRUSHED LIMESTONE FOR MISCELLANEOUS PLACEMENT (DRIVEWAY .. TRANSITIONS)" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the transitions. .. 3 f) In Section 4 -- GENERAL AND SPECIAL CONDITIONS, under the Special Provisions for Street and Storm Drain Improvements, please include NON -PAY ITEM 98 PARKING ]LOT STRIPPING/BUTTONS" and read as follows: The cost for replacing parking Lot Stripping/Buttons shall be subsidiary to this contract. 3g) In Section 4 — GENERAL AND SPECIAL CONDITIONS, under the Special Provisions for Street and Storm Drain Improvements, please include NON -PAY ITEM 99 "STAMPED CONCRETE" and read as follows: The cost for replacing the STAMPED CONCRETE at any location shall be subsidiary to this contract. No compensation will be provided. 3h) in Section 4 — GENERAL AND SPECIAL CONDITIONS, under the Special. Provisions for Street and Storm Drain Improvements, please include the following verbiage to read as follows under PAY ITEM 62 .. "BORROW": Additional borrow will be required to baclfill behind the curb on Lafayette Ave. since the street width has changed from 36 Ft. to 30 Ft. Use the revised quantity shown in this addendum. 3i) In Section 4 -- GENERAL AND SPECIAL CONDITIONS, under the Special Provisions for Street and Storm Drain Improvements, please amend and replace the following Summary of Quantities Per Location for Water, �* Sewer, Paving & Drainage with the revised quantities attached with this addendum. 4) In Section 6 — REPORTS, under 6,0 Analysis and Recommendations in the Geotecln ical Deport, the contractor shall follow the recommendation for Owasso Street and Dexter Avenue as follows: The tan weathered limestone cannot be stabilized: therefore, placing the minimum 6 inch thickness of PCC on the weathered limestone is recommended. Please acknowledge receipt of the Addendum in the bid proposal and on the outside of the sealed. envelope. T ACKNOWLEDG ` A. DOUGLAS RADEMAKER, P.E. DIRCCTOR Z OF E INLLRING By: B Beck, P.E. 17 Manager, Engineering Design Services ow AUG-08-2008 FRI 11:24 AM CFW DOE DESIGN SERVICES FAX NO, 8173922527 P. 07 No .. RT WORTH I CITY OF FOIST WORTH I Policy CONCRETE PAVEMENT ACCEPTANCE' Effective Daze .POLICY tJew DRAFT Auaust 2 .200.7 Puce of i The following policy shall govern all concrete pavement within the City of Fort Worth rights . of way and easements: PURPOSE This policy is intended to guide the city staff and contractor a clear understanding and expectation for accepting concrete paving: DEFINITIONS A. Minor crack — A crack of no more than 3 feet in length and does not extend L) from the edge of a slab or from a pavement joint, or, ii.) the depth to the reinforcement steel of the concrete slab, or; ill.) an intermediate crack that is designated as a minor crack under IV. B, below. S. Intermediat@ Cmci --A crack that extends from any edge of slab or joint a distance of no more than 5 feet. G. Structural or Ma cr grack -- A crack i.) of greater than 5 feet, or, U.) that extends -from the edge of a slab Drfrom a pavement joint to any other edge of slab or joint, or; iii.) extends the -full deptft at the concrete slab, or, iv.), an intermediate crack that is designated as a structural crack underlV. B. below. D. City Engineer— In the application of this policy, the City Engineer is the Director of the Department of Engineering or his designee. ACCEPTABLE PAVEMENT -- NO ACTION IS NECESSARY: A concrete panel with four (4) or less minor cracks as defined above is acceptable (See Figure 1). No action is necessary and no routinq and sealing is allowed. -0 AUG-08-2008 FRI 11:25 AM CFW DOE DESIGN SERVICES FAX N0, 8173922527 P. 08 WA r F" TTTT i� PLAN PROFILE FjAilrp 1 - No action Ir- aralmaryR I' MON1170R:ED PAVEMENT A concrete pavemertwith one intermediate crack as defined above may be acceptable. The contractor has two options. A. Option No. 1— The panel may be removed and replaced at contractor expense. 13, Option No. 2 — The limit of the crack shall be Identified for future reference by ddiling a 1/2" hole at the free end of the crack and searing with an approved epoxy material. If at the end of the warranty period the crack has not propagated then the crack will be designated as a minor crack. If the cmck.has propagated then the crack is considered a structural crack. FAILED PAVEMENT — FULLPANEL REPLACEMENT IS REQUIRED: A. If a panel contains greater than four (4) minor cracks, or one or mare major or stnictural clacks, the panel mustbe removed and replaced. (Sae Figure 2) PLAN PROFILE Figure 2 - FuH pgnel replacement is Mgu(red. AUG-08-2008 FRI 11:25 AM CFW DOE DESIGN SERVICES FAX N0, 8173922527 P. 09 Y .r '-a All.concrete parrels with any structural or major crack as defined above rrnast be removed and replaced in their entirety. (See Figures 3 and 4 below) W h Flours 3 - Full ganef reulacem*nt 1s Muked, PLAN - Figure 4- Fuf1 panel replacement is required PRO19LE PROFILE C. 11"the. edge of existing concrete pavement Is damaged during the construction of adjacent pavement, the damaged panel(s) must be removed, and replaced in its (their entirety. APPLICATION AND FINAL DETERMINATION OF POLICY The City Engineer or his/her designee will make the determination if the crack is minor or structural and the cause. If the Contractor disagrees with the City's assessment the City will hire an independent geotechnical consultant mutually agreeable to the City and Contractor to perform testing and analysis to determine the cause of the failure. If the failure is deemed to be due to materials and workmanshlp, the Contractor will be responsible for the costs of the geatechnical testing and analysis In addition to replacing the failed pavement. The consultant's finding is final. P. 10 a s AUG-08-2008 FRI 11:25 AM CFW DOE DESIGN SERVICES FAX NO. 8173922527 Approved Approved -Robert D. Goode Date A. Douglas Rademaker Date! Director, TPW Director, E Berm m A ■ WATER AND SEWER MAIN REPLACEMENTS DOE # 5448 SUMMARY OF QUANTiTY PER LOCATION UNIT 1- SECTION A: WATER REPLACEMENT CIUANTITY PER LOCATION ITEM No, Byes Ave, (B911etDGlover) Dexter Ave. Byers Ave. (Kenley to Camp Bavle} LefayeiteAve_ Owasso St. APPROX. TOTAL (WANTITY BESCRfPTION 1 15 11 11 20 19 76 LF 5-lnch Vdater Pi 2 1 647-5 4H 524 537 161,1 2338 LF 1�-tnch Water Pipe' 3 1 1 1 2 2 7 EA &Inch Gate Valve wfCasl Iron box & Lid 4 1 1 2 EA frinch Gatn Value wfCasl Iron box & Lid ('Cut -In Valve`) 5 3 2 3 3 2 13 EA B-Inch Gate Valve wfCasl Iron box & Ltd 6 0.6 0.5 1.4 U.a 1.3 4.6 TONS Cast fronfDuctile Iron Rttin s 7 1 1 1 2 2 7 EA 5iandard Fire ii dram S-6" Bury Depth 8 3 3 3 6 3 18 VF Fire Hydrant Bbl ExlensiDn 9 1 1 1 2 2 7 EA Remove Exiisting Eire Hydrant 1D 22 18 B 2 2 52 EA 1" Service Taps to Main 11 2 2 EA 2" Service Taps to Main 12 371 301 228.5 57 21 979 LF install 1" Ca per Service Main tD 5' behind meter 13 57 57 LF install 2"Coppw Service Main to S behind meter 14 3 2 5 EA Relocate 1" Service Meters and Meter Boxes 15 22 16 8 2 2 52 EA I Furnish & Set Class'A' 164eter Boxes 16 M 2 2 1 EA L5 Famish & Set Class'B' Meier Boxes Fumish & La 2' Pipe & FiWngs fnr TumpGrzrry Service 17 0.2 4.2 0-2 0,2 D.2 18 4 4 4 4 4 2D CY Crushed Limestone 19 4 4 4 4 4 2D CY Class B Concrete (2590i1) 20 4 4 4 4 4 21) GY Class E Concrete (1500ar) Concrete 21 40 44 84 LF Trench Safety Syslem 22 4D 44 84 LF Exbra Depth of Water Mains 23 95 8 no 56 2B 3135 LF jMiri 2- HMAC on 2:27 CDncrele Base (2DN-IA) 24 25 B26 716 50 2816 552 585.6 13fi_Jillol 111ni59 LF LF 2-Inds (min) HMAC on6-Inch Flex -Base (Tamp- Pvmt.) Concrete Dn 2127 Concrete Base (2D90.2) c I 0 w 1 ry 0 0 co x z O co w ca ry ro tTl rU p WATER AND SEWER MAM REPLACEMENTS DOE # 5448 SUMMARY OF QUANTITY PER LOCATION UNIT 1 - SECTION B. SEWER REPLACEMENT QUANTRY PER LOCATION ITl M Byers Ave_ Dexter Ave. NO. (Bella ID Clover} (Kenleyto Byers Ave. Game Lafayette Ave. Owasso Si Bovvt=y APPRO}(. TOTAL QUAWfTY DESCRIPTION 1 72D.64 377,8$ 490 1589 LF 8-Inch Sanitary Sewer Pi (All Depths} 2 44 36.37 18 98 LF 8-Inch SDR-26 Sanitary Sewer PipeWI De ths) 3 3 3 5 11 Is EA VF Standard 4' Ujameter 1Jlarthole 0 io O' Depth Additional Depth Dyer T of Standard 4' Diameter Manhole 4 4.75 3.5 7.25 5 3 3 5 11 EA Concrete Collar for Manhole, Per Fig- 121 6 3 3 5 11 EA Watertight Manholelnserts 7 3 3 5 11 Fri Vacuum TestIoT Sanftary Sewer Manhrb B 8.6 7.5 19.7 36 FA Protective Coating for Manholes 9 1 3 4 EA Remove Exisling Sewer ManhDle 10 11 4 anilaTy Sewer Service Tap 11 407 n1lo7y Sewer Service Line Replacement 12 rATtari Sewer 2-Way Gleanou! 13 1 1 2 FJ1 Cut & Plug Existing All Sizes All Depths — Abandon 14 6.67 6-67 B_67 20 CY CTushed Limeslone 15 6.67 6.fi7 6-57 20 CY Glass B Gonvmte 25" 16 6.67 17 3771A 6.67 6.67 20 CY Class E Concrete (1500 Concrete 169.75 547 LF M In 2" 44MAG on 2:27 Concrete Base 20000 A) 1B 391.23 322,65 60 774 LF 2-Inch (min) HMAC on irinch flex -Base emp. Pvmt_ 19 764.64 204-25 505 1477 EA Trench Salety System 20 764.64 414.25 508 1687 LF Post -Construction TV Ins ctlon Df Sewer Lines 21 144 144 LF Pre -Construction TV InspectiDn of Sevier Lines PAVING AND DRAINAGE IMPROVEMENTS DOE # SMB SUMN[ARY OF QUANTITY PER LOCATION UNIT II - PAVING RECONSTRUCTION - BASE BR} + ALTERNATIVES QUANTITY PER LOCATION NO. Ave.TEN1 Byers (B�ila 7n Cie. Dexter Ave. Byers Ave. (KemIey to Camp Lafayette Ave. INY85S0 SL Boxrle} APPROX. TOTAL QUANW-Y DESCRIPTION BASE BID 1 02 0.2 D.2 0.2 0.2 1 LS Uiilit Adjustment 2 DA 0.4 0.4 0A 0.4 2 1 EA Pro ect Desi naUun Sg ns 3 0.2 0.2 0.2 0.2 0.2 1 LS Storm WaW Pollution Prevention Plan 4 D,2 02 0.2 0.2 0.2 1 LS Traffic CDrrtrol Plan 5 1108 920 1060 2164 1960 7220 LF Remove ETdsL Curb & Gutfev 6 3B35 439 4494 2280 7B4 11832 SF Remove Erdst. Walk 7 140 876 228 SF Remove ExlsL WiwelchairRam 8 17B2 019 W28 37d60 2125 11574 SF Remove ExisS. Conc. Drfvewa 9 627 537 699 2221 ireat Excavalion 10 2 2 -0 &4 Remove Inlet 11 82 82 35 35 CY UrrrlasslFred Channel Excavaton 12 LF Pro . 1 B` GL 111 R.C.P. 13 19 1B LF Pro . 21" CL 111 R.C.P. 16 222 222 LF Pm . 24" CL ill R.C.P. 15 10 1D LF P 30" CL III R.G.P. 16 424 424 CY P:op. Trench Excavation 8 Backfill 17 2 2 4 FA Pro . Sia td3rd IV Inlel 18 1 1 FA Pro .Hon Standart 1D' Inlet 19 4'Square Manhi2a 20 24i 24i LF Pro .Trerf Safety 21 155 155 5F Pro _ 4" Concrete ApTnn 22 3B35 1950 51 DO 3344 120E 15437 SF Prop, 4 Ft. Walk 23 2128 1071 3095 4303 2145 12740 SF Prop. Standard 6" Coaerele Driveway 24 239 239 SF ProD. Standard 6" Concete Odyetway with Exposed Aggregate 28 83 83 463 123 7B2 SF Prap. ADA Wheaichelr Ram 26 303 279 403 1354 41 D 2748 CY Topsoil as DftecW by Ery jlneeF 27 467 40D CY Prop. Borrow 2B 5 3 1 4 2 16 EA Prop. Adjust Water Valve Box 29 22 18 a 4 1 53 EA Prop, Adjust Wafer Meter Sox 30 1 3 5 1 10 EA Prop. Adjust Manhole 31 1 1 1 1 1 5 CY Pmp. 6" Thick Crushed Urnestone foT Dr veway Transi69n 32 1 1 2 EA As haft Speed Cushions 33 2 2 EA Ceramic TO-- Street Labe 34 2135 1783 2411 A893 M15 14B38 SY 6" L me- Stab ized Subgrade , 27415Y 35 29 24 33 60 49 201 TN Lemefor Su ?ode 33 1901 1427 2160 4104 3197 12689 LF FlTop. Silicone Joint Sealant 37 99D VA 9" 2202 192D 7052 LF Pro . Standard 7" C9ncrele Curb 38 80 50 30 $24 T00 394 LF Pv .7" Cvrb & 16" Gutter 39 t.5 3.7 2.2 5.3 5.5 1B2 TN Pro . 6" H.M.A.C. Transition 40 64 54 SF Remova Ust. Steps 41 64 64 Sr- Prop. Concrete Steps REINFORCED CONCRETE PAVEMENT-ALTFRNATIYE W 1 1850 1344 2000 4024 2945 11963 SY Pro . 5" Reinforced C9ncrele Pavenw_nt w;Non-Green Ce�7znt REINFORCED CONCRETE PAVEHIENT- ALTERNATIVE W } 1 1650 1 1344 1 200D 4024 2945 11963 SY Prop. 6" ReinfoTo-+J Concete Pavement WE;reen Cement c I 0 ry 0 0 m -Ti ri! fly cn 3 'T7 C7 CD r=1 C7 rrl C17 z cn tr7 rZ7 C_ r CTl in x O r� W co FXD ry ul r\D Ni W AUG-12-2008 TUE 02:32 PM CFW DOE DESIGN SERVICES FAX NO. 8173922527 P. 02 CITY OF FORT WORTH DEPARTMENT OF ENGNEERING DESIGN SERVICES DIVISION ADDENDUM NO.4 2004 CAPITAL IMPROVEMENT PROGRAM YEAR 4 & 5 - CONTRACT 49 BYERS AVE., DEXTER AVE., OWASSO ST. BYERS AVE., LAFAYETTE AVE. PROJECT NUMAERS; ` P253 - 541200 — 607170045193 P258 - 541200 — 707170045183 P229 — 541200 - 707280045183 C200 - 541200 — 207400045183 DOE NO, 5448 RELEASE DATE: August 12, 2008 =a INFORMATION TO BIDDERS: The Specifications and Contract Documents for the above mentioned project are revised and amended as follows: 1_ Please amend the Bid Opening Date to August 21, 2008 instead of August 14, 2009 as stated in Addendum No. 2. M 2. In Section 3 — BID PACKAGE, amr.,nd the existing Proposal and replace it with the revised proposal attached. 3. Please amend item 3g as stated in Addendum No. 3 to read as follows: PAY ITEM 99 "STAMPED CONCRETE WALK" All applicable provisions of standard Specifications Item 104 "Removing Old Concrete " and Item 504 "Concrete Sidewalk Driveways" shall apply except as herein modified. All other provisions will follow Pay Item 52. The contractor will match the texture, color and design of the existing stamped concrete at 4029 Byers Avenue. The price bid per square foot for installing "Walk, 4 Ft. (Stamped Concrete)" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the transitions. Any work considered to be defective by the Engineer that needs to be corrected or completely removed and replaced shall be considered subsidiary to this item. PAY ITEM 100 "STAMPED CONCRETE DRIVEWAY" All applicable provisions will follow the ones outlined in Pay Item 56. The contractor will match the texture, color and design of the existing stamped concrete at 4029 Byers Avenue. The price bid per square foot for "Driveway — 6 Inch (Stimped Concrete)" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the transitions. Any work considered to be defective by the Engineer that needs to be corrected or completely .� removed and replaced shall be considered subsidiary to this item. 4. Please include the provided Traffic Control Details with the Specifications and Contract Documents. These are typical CFW standard details used throughout the City. Contractor will use these details to develop a Traffic Control Plan per Special Provision No. 92 — Traffic Control Plan. AUG-12-2008 TUE 02:32 PM CFW DOE DESIGN SERVICES FAX NO. 8173922527 P. 03 Please acknowledge receipt of the Addendum in the bid proposal and on the outside of the sealed envelope. REC ACKNOWLEDGED: A. DOUG-LAS RADEMAKER, P.E. DIRECTOR, ' R.TMENT OF )✓NGIN]✓ERING By: g eck, P.E. r Manager, Engineering Design Services No i J j AA l� NOT TO SCALE PROJECT LOCATIONS CRESTLINE RD WASHBURN z - J a HA a w y > BUJ AFA ETTE AVE. of FAV TTE AVE ��E o 9 GP�P � z � � p w y 6 Q £p w s BYERS AVE.0 V R AVE a z z J J p J f N 2 a N } � J z U � W U Y INTEFTATE HIGHWAY20 CITY OF FORT WORTH DEPARTMENT OF ENGINEERING 2004 CAPITAL IMPROVEMENT PROGRAM LOCATION MAP YEAR 4 - CONTRACT 49 STREET RWA NSTRUMON WATER AND SANITARY SEWER REPLACEMEM BYERS AVE., DEXTER AVE., BYERS AVE., LAFAYETTE AVE. OWASSO ST. DEPARTMENT OF ENGINEERING ENGINEERING SERVICES DIVISION CITY PROJECT NO: I OOE NO: DATE: EXHIBIT COUNCIL DISTRICT NO.: 7 MAPSCO PAGE: 75P, G & H 00451 54aa JULY 2008 sTReET No mo TABLE OF CONTENTS dw 1. FRONT END DOCUMENTS 1.1 COMPREHENSIVE NOTICE TO BIDDERS 1.2 SPECIAL INSTRUCTIONS TO BIDDERS - (Water -Sewer 9-10-04) 1.3 SPECIAL INSTRUCTIONS TO BIDDERS - (TPW) 2. MWBE DOCUMENTATION 2.1 MWBE SPECIAL INSTRUCTIONS 2.2 MWBE SUBCONTRACTORS/SUPPLIERS UTILIZATION FORM 2.3 MWBE GOOD FAITH EFFORT 2.4 MWBE PRIME CONTRACTOR WAIVER 2.5 MWBE JOINT VENTURE 3. BID PACKAGE 3.1 COVER, BID PROPOSAL & SIGNATURE SHEETS no 3.2 GREEN CEMENT POLICY COMPLIANCE STATEMENT (05-01-08) 3.3 VENDOR COMPLIANCE TO STATE LAW .. 4. GENERAL AND SPECIAL CONDITIONS 4.1 PART C - GENERAL CONDITIONS (WATER -SEWER) 4.2 SUPPLEMENTARY CONDITIONS TO PART C (WATER -SEWER) 4.3 PART D - SPECIAL CONDITIONS (WATER -SEWER 6-20-08) 4.4 PART DA - ADDITIONAL SPECIAL CONDITIONS (WATER -SEWER 11-02-04) 4.5 PART E - WATER DEPARTMENT SPECIFICATIONS 4.5.1 GENERAL CONSTRUCTION NOTES 4.6 SPECIAL PROVISIONS FOR STREET STORM DRAIN IMPROVEMENTS (07-08-08) 4.7 QUANTITY BREAKDOWNS 4.8 CONSTRUCTION SCHEDULE 4.9 PREVAILING WAGE RATES 4.9. 1 -COMPLIANCE WITH AND ENFORCEMENT OF PREVAILING WAGE LAWS ~' 4.10 STANDARD DETAILS (WATER, SEWER & PAVING) 5. CONTRACTS, BONDS, AND INSURANCE 5.1 CERTIFICATE OF INSURANCE 5.2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 5.3 CONFLICT OF INTEREST QUESTIONNAIRE 5.4 PERFORMANCE BOND 5.5 PAYMENT BOND 5.6 MAINTENANCE BOND 5.7 CITY OF FORT WORTH CONTRACT 6. REPORTS 6.1 GEOTECHNICAL REPORT MACTEC ow w r wd W UP 1.1 1.2 up 1.3 i am �f Mb no i ow U0 No SECTION 1— FRONT END DOCUMENTS Comprehensive Notice to Bidders Special Instructions to Bidders (Water -Sewer 9-10-04) Special Instructions to Bidders (TPW) L__j v COMPREHENSIVE NOTICE TO BIDDERS r Sealed proposals for the following: FOR: 2004 CAPITAL IMPROVEMENT PROJECTS — YEAR FOUR — CONTRACT 49 BYERS AVE., DEXTER AVE., BYERS AVE., LAFAYETTE AVE., OWASSO ST. DOE NO. 5448 PROJECT NUMBERS: T/PW — C200-541200-0207400045183 STORM WATER — P229-54200-0207280045183 WATER — P253-541200-0607170045183 SEWER — P258-541200-070710045183 Addressed to: No CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 mo Bids will be received at the Purchasing Office until 1:30 p.m., Thursday, July 31, 2008 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. Plans, General Contract Documents and Specifications for this project may be obtained in the office of the Engineering Department, Municipal Office Building, 1000 Throckmorton Street, 'p Fort Worth, Texas 76102. Sets of documents will be provided for purchase for a nonrefundable price of THIRTY DOLLARS ($30.00) per set. These documents contain additional information for prospective bidders. wo The major work will consist of the (approximate) following: Reconstruction of 5 streets consisting of pavement reconstruction (6" concrete/6" base), storm drain installation and water/sanitary sewer line improvements. Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. NOTICES Bidders shall comply with the City's Green Cement Policy as stipulated in the specifications and contract wo documents. 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 of Fort Worth Ordinance no. 7400 (Fort Worth City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment practices. Bid security may be required in accordance with Special Instructions to Bidders. The City of Fort Worth 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 are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the Addenda Index and Receipt form(s). Bids that do not acknowledge receipt of all addenda may be rejected as being non -responsive. Information regarding the status of addenda may be obtained by contacting the Engineering Department at (817) 392-7910. Bidders, using the printed copy, shall not separate, detach or remove any portion, segment or sheets from the contract .. COMPREHENSIVE NOTICE TO BIDDERS document at any time. Bidders must complete the proposal section(s) and submit the complete specification book or face rejection of the bid as non -responsive. It is recommended that the bidder make a copy of the forms included in the ftw Minority and Women Business Enterprise section for submittal within the time deadline stated below or the bidder may request a copy of said forms from the City of Fort Worth Project Manager named in this solicitation. aw Bidders, using the electronic bidding system (Buzzsaw) and as outlined in the submission instructions, shall submit those documents electronically that are requesting information but do not require a signature. And for those documents that require signatures, print a copy of each document, complete, sign, and received at the Purchasing Office within the time deadline stated above. 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 of Fort Worth contracts. A copy of the Ordinance ow can be obtained from the office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM (with "Documentation') and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received no later than 5:00 p.m., five (5) City of Fort Worth business days after the bid opening date. The bidder - shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the City of Fort Worth received the Documentation. Failure to comply shall render the bid non -responsive. MW SUBMISSION OF BID AND AWARD OF CONTRACT The proposal (Unit I and Unit 11) within this document is designed as a package. In order to be considered an acceptable bid, the Contractor is required to submit a bid for (Unit I and Unit II). A bid proposal submittal that is received with only a single proposal unit complete will be rejected as being non -responsive. The Contractor who submits the bid with the lowest price, will be the apparent successful bidder for the project. Bidders are hereby informed that the Director of the Engineering Department reserves the right to evaluate and recommend to the City of Fort Worth City Council the bid that is considered to be in the best interest of the City of Fort Worth. The managing department for this project is the Engineering Department. .. For additional information, please contact Victor V. Tornero Jr., E.I.T., Project Manager, City of Fort Worth — Engineering Department at Telephone Number: 817-392-8574 or by email: victor.tornero@fortworthgov.org. DALE A. FISSELER, P.E. CITY MANAGER Advertising Dates: July 03, 2008 July 10, 2008 s By: — (� ;,,vilo Ar Bryan Beck, P.E. Engineering Department, Engineering Services MARTY HENDRIX CITY SECRETARY "W MV SPECIAL INSTRUCTIONS TO BIDDERS 1) PREQUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical cvaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non -responsive and will be rejected as such. e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. 2. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth, in an amount of not less than five (5%) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (10) days after the contract has been awarded To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 3. BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred (100%) percent of the contract price will be required, Reference C 3-3.7. vs 09/ 10/04 4. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Right to Audit, under paragraph L of Section C1: Supplementary Conditions To Part C — General Conditions, pertain to this inspection. (C) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. "' The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. .. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in 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 MW business in this state. This provision does not apply if this contract involves federal funds. 1W 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 1W disqualify that bidder. 8. PAYMENT: If the bid amount is $25,000.00 or less, the contract amount shall be paid within forty- five (45) calendar days after completion and acceptance by the City. .. 9. AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents employees, program .. participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions 09/10/04 N ar VW or privileges of their employment, discriminate against persons because of their age except on the bases of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, ow 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, .o retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City "' arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. .. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees ow of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties .o or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. .r 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be "" obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("with .. Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was r received by the City. Failure to comply shall render the bid non -responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding + actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3) years. 12. FINAL PAYMENT, ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. 09/ 10/04 3 b. Payment of the retainage will be included with the final payment after acceptance of the project VW as being complete. C. The project shall be deemed complete and accepted by the City as of the date the final punch list w. has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. a 09/ 10/04 4 SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than 5 percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. PROPOSAL: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities ' shown in the proposal, and the .. application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re -advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be '~ used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. 3. ADDENDA: Bidders are responsible for obtaining all addenda to the Contract Documents prior to the bid receipt. Information regarding the status of addenda may be obtained by contacting the Department of Engineering at (817) 871-7910. Bids that do not acknowledge all applicable addenda will be rejected as non -responsive. 4. AWARD OF CONTRACT: The contract, if awarded, will be awarded to the lowest responsive bidder. The City reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn until the expiration of NINETY (90) City business days from the date that the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") is received by the City. .* WX 5. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The successful bidder shall be required to furnish bonding as applicable in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. A. If the total contract price is $25,000 or less, payment to the contractor shall be made in .. one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. If the contract amount is in excess of $100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. A Two-year Maintenance Bond is required for all projects to insure the prompt, full and .� faithful performance of the general guarantee as set forth in Paragraph 7 of the Special Provisions. O. To be an acceptable surety on the performance, payment and maintenance bonds, the surety must be authorized to do business in the state of Texas and meet all requirements of Texas Insurance Code, section 7.19-1. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City 6. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1 - General Provisions, Item 8, Paragraph 8.6, Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects except as modified by these specifications. This project is to be bid by the calendar day. As such, should the Contractor not complete the contract in the calendar days specified, a time charge shall be made for each calendar day thereafter, not as a penalty but as liquidated damages. The preceding shall No mw .� supersede any and all references made in these specifications and/or the standard street specifications, in regards to liquidated damages. 7. EMPLOYMENT AND NON-DISCRIIVIINATION: The Contractor shall not discriminate against any person(s) because of sex, race, religion, color or national origin and shall comply with the provisions of sections 13A-21 through 13A-29 of the Code of the City of Fort Worth (1986), as amended, prohibiting discrimination in employment practices. 8. WAGE RATES: All bidders will be required to comply with provision 5159a of "Vernons Annotated Civil Statutes" of the State of Texas with respect to the payment of .w prevailing wage rates as established by the City of Fort Worth, Texas, and set forth in Contract Documents for this project. 9. FINANCIAL STATEMENT: A current certified financial statement may be required by the Director of the Department of Transportation and Public Works for use by the City in determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid pen -nit issued by an appropriate State ' Licensing Agency. 10. INSURANCE: Within ten days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Workers Compensation (statutory); Comprehensive General Liability ($1,000,000 per occurrence, $2,000,000 aggregate); and Automobile Insurance ($1,000,000 each accident on a combined single basis or $250,000 property damage/$500,000 bodily injury per person per occurrence. A commercial business policy shall provide coverage on "any auto", defined as autos owned, hired, and non -owned). Additional lines of coverage may be requested. If such a request is made after bid opening, Contractor shall be entitled to additional compensation equal to 110% of the additional premium cost. For worker's compensation insurance requirements, see Special Instructions to Bidders - Item 16. ,. 11. 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. %&a F. Deductible limits, or self -funded retention limits, on each policy must not exceed .. $10,000.00 per occurrence unless otherwise approved by the City. G. Other than worker's compensation insurance, in lieu of traditional insurance, City may "' consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. —� H. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. ar I. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. J. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self -funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. K. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. L. Contractor's liability shall not be limited to the specified amounts of insurance required herein. M. Upon the request of City, Contractor shall provide complete copies of all insurance ,M policies required by these contract documents. 12. NON-RESIDENT BIDDERS: Pursuant to Texas Government Code, art. 2252.002, the City of Fort Worth will not award this contract to a non-resident bidder unless the non- resident'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 non-resident bidder to obtain a comparable contract in the state in which the non-resident's principal place of business is located. "Non-resident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company of majority owner has its principal place of business in this state. .� "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. .. This provision does not apply if the project is funded in whole or in part with federal funds. The appropriate blanks of the Proposal must be filled out by all non-resident bidders in order for its bid to meet specifications. The failure of a non-resident contractor to do so will automatically disqualify that bidder. WM 13. NIINORITY/WONIEN BUSINESS ENTERPRISE: In accordance with City of Fort Worth Ordinance No. 13550, the City of Fort Worth has goals for the participation of M# qW minority business enterprises and women business enterprises in City contracts. You may obtain a copy of the Ordinance from the Office of the City Secretary. The M/WBE Utilization Form, Prime Contractor Waiver Form and the Good Faith Effort Form, as applicable, must be submitted no later than 5:00 p. in. five (5) City business days after the bid opening date, exclusive of the bid opening date. The bidder shall submit the documentation at the reception area of the Department of Engineering ("Managing Department"), 2nd floor, City Hall, and shall obtain a receipt. Failure to comply shall render your bid non -responsive. Upon contract execution between the City of Fort Worth and the successful bidder, now known as Contractor, a pre -construction meeting will be scheduled at which time the Contractor is required to submit either Letters of Intent or executed agreements with the M/WBE firm(s) to be utilized on this project. Such Letters of Intent or executed agreements shall include the following information: 1. Name of Contract 2. Name of M/WBE firm utilized 3. Scope of Work to be performed by the M/WBE finn 4. Monetary amount of work to be performed by the M/WBE finn 5. Signatures of all parties A notice to proceed will not be issued until the signed letter(s) or executed agreement(s) .w have been received. Throughout the duration of this project, the Contractor comply with the M/WBE Ordinance i by complying with the following procedures: A M/WBE Participation Report Form must be submitted monthly until the contract is _ completed. The first report will be due 30 days after commencement of work. The monthly report MUST have an original signature to ensure accountability for audit purposes. aw Reports are to be submitted monthly to the M/WBE Office, regardless of whether or not the M/WBE firm has been utilized. if there was no activity by an M/WBE in a particular month, place a "0" or "no participation" in the spaces provided, and provide a brief explanation. The Contractor shall provide the M/WBE Office proof of payment to the M/WBE subcontractors and suppliers only. The M/WBE Office will accept the following as proof of payment: 1. Copies of submitted invoices with front and back copies of canceled check(s), OR 2. A notarized letter explaining, in detail: a Subcontractor/supplier Scope of Work RM b. Date when services were received from subcontractor/supplier c. Amounts paid to the subcontractor/supplier d. Original signatures from both parties must be included on this letter. If the Contractor foresees a problem with submitting participation reports and/or proof of payment on a monthly basis, the M/WBE Office should be notified. 40 Im W VW If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere to the following: am 1. Immediately submit a Request for Approval of Chance Form to the M/WBE Office explaining the request for the change or deletion. 2. If the change affects the committed M/WBE participation goal, state clearly how and why in documentation. ,. a. All requests for changes must be reviewed and pre -approved by the M/WBE Office. b. If the Contractor makes change(s) prior to approval, the change will not be considered when performing a post compliance review on this project. Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Fort Worth, The Contractor will provide the M/WBE Office with a Final Participation Report Form to reflect the total participation from ALL subcontractors/suppliers utilized on the project. All forms are available at the M/WBE Office, 3rd floor - City Hall. For additional information regarding compliance to the M/WBE Ordinance, call (817) 871-6104. Upon request, Contractor agrees to provide to Owner Complete and accurate information .+ regarding actual work performed by a Minority/Women Business Enterprise (M/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 M/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 a negligent misrepresentation) and/or commission of fraud will result on the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three years. 14. AMBIGUITY: In case of ambiguity or lack of clearness in stating process in the proposal, the City reserves the right to adopt the most advantageous construction thereof or to —• reject the proposal. 15. PAYMENT, FINAL PAYMENT PROJECT ACCEPTANCE AND WARRANTY: Because of the unique nature of this contract, section 9.7 of the Standard Specifications for Street and Storm Drain Construction shall not apply and shall be superseded by the following: Whenever the improvements prescribed by an individual Work Order have been completed, the Contractor shall notify the Engineer. The Engineer .or other appropriate official of the Owner will, within a reasonable time, perform the inspections. If such inspection reveals that the improvements are in an acceptable condition and have been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will recommend acceptance of the work under that particular Work Order and recommend payment therefore. .. No If the Engineer finds that the work has not been completed as required, the Contractor shall .. be advised in writing and will be furnished with an itemized list of all known items that have not been completed or which are not in an acceptable condition. When the Contractor has corrected all such items, he shall again notify the Engineer that the improvements are ready for inspection, and the Engineer shall proceed as outlined above. Whenever the improvements prescribed by the individual Work Order have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor as to that Work Order, an estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be .. made. The amount of the estimate will be paid to the Contractor after acceptance by the Transportation and Public Works Director, provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows: Prior to submission of the estimate for payment, the Contractor shall execute an affidavit, as furnished by the City, certifying that all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials under that Work Order have been paid in full, that the wage scale established by the City Council in the City of Fort Worth has been paid, and that there are no claims pending for personal injury and/or property damages. i The acceptance by the Contractor of the individual payment as aforesaid shall operate as and shall release the Owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under that Work Order or any act or neglect of said City relating to or connected with the Contract. The making of the payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents that specifically continue thereafter. For purposes of this section, the Work Order shall be deemed complete and accepted by the City as of the date the punch list for the particular Work Order has been completed, as evidenced by a written statement signed by the contractor and the City. The warranty period shall begin as of the date that the final punch list for the particular Work Order has been completed. 16. A1R POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. - 10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION.. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if .. No equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low lowequipment 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. 17. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance with Workers Compensation shall be as follows: A. Definitions: Certificate 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 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 entity. :.+ Persons providing services on the project ("subcontractor" in_ 406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person 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 service 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) for all employees of the contractor providing services on the project, for the duration of the project. ow C. The Contractor must provide a certificate of coverage to the government -al entity prior to being awarded the contract. g, 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 IM that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the City: VON MW Ow (1) a certificate of coverage, prior to that person beginning work on the project, so the City 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. i The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten 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 Workers' 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 or entity with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person or entity 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 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' 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 of misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entities the City to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. "The contractor shall post a notice on each project site infonning 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 Workers' Compensation Act or other Texas Workers' Compensation commission rules. This notice must be printed with MW a title in at least 30 point bold type and text in at least 19 point nonnal 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 WORKERS' 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 Workers' 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." 18. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any officers, members, agents or employees who engage in the performance of this contract shall, in connection with such employment, advancement or discharge of employees or in an connection with the terms, conditions or privileges of their employment, discriminate against any person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents or employees acting on their behalf, shall specify in solicitations or advertisements for employees to work on those contract a maximum age limit for such employment unless the specified maximum �+ age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants that it will fully comply with the Policy and will defend, indemnify and hold City hannless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the Policy in the performance of this contract. 19. DISCRIIYIINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms or conditions of employment for applicants for employment with, or current employees of, Contractor. Contractor warrants that it will fully comply with the ADA's provisions and any other applicable federal, state, or local laws concerning disability and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the ADA in the performance of this contract. i jmL —' so as •R no W SECTION 2 - MWBE DOCUMENTATION 2.1 MWBE Special Instruction For Bidders 2.2 MWBE Subcontractors/Suppliers Utilization Form 2.3 MWBE Good Faith Effort Form 2.4 MWBE Prime Contractor Waiver Form 2.5 MWBE Joint Venture Eligibility Form ATTACHMENT IA Page 1 of 4 -90 FORT WORTH City of Fort Worth Subcontractors/Suppliers Utilization Form' I ' PRIME COMPANY NAME: McClendon Construction Co, Inc Check applicable block to describe prime M!W/DBE x NON-M!W/DBE PROJECT NAME: 2004 CIP Contract 49 BID DATE August 21, 2008 City's M/WBE Project Goal: 20 % Prime's M/WBE Project Utilization: 1 38 % PROJECT NUMBER DOE 5"8 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MA BE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner -operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner -operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev. 5/30103 i FORT WORTH ATfACHMENT1A Page 2 of 4 w ri no w .L -22•- Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-MM/BEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N SUBCONTRACTOR/SUPPLIER T (check one) n Detail Detail T Company Name Address I e M w N C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T R D O B B E E C T E A Rubio Trucking 9000 Co Rd 513 Hauloff $44,219.00 Alvarado, TX 76009 1 x K Trucking (� 817/829-3711 (see notes) No Fax M E Bums Construction PO Box 783 Water and Sewer $412,569.00 Burleson, TX 76097 1 x x (Prequalified) 8171447-0292 Fax 817/447-0207 Klutz Construction PO Box 100263 Drainage $19,200.00 Ft Worth TX 76185 1 x x Construction 817/921-0990 Fax 817/921-0990 H J G Trucking, Inc 701 Denair St Topsoil $41,220.00 Ft Worth, TX 76111 1 x x Sand/Stone 817/834-7181 Ricochet Fuel Distributors 1201 Royal Pkwy Fuel $13,050.00 Euless, TX 76040 1 x 817/268-5910 Fax 817/282-7497 Rev. 5/30/03 ATTACHMENT IA Page 3 of 4 i FORT WORTH 08-22-08 An9:5c! Primes are required to identify AIL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-MMIBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N o SUBCONTRACTORISUPPLIER T (check one) n Detail Detail N T Company Name Address i e M w C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T R D O vy B E E C T E A Concrete Penetrating Co PO Box 35766 Silicone $11,987.00 Dallas, TX 75235 1 X Joint Seal 214/634-2990 Fax 214/634-0999 Beall Lime Co 1100 West Parkway Hydrated Lime $24,200.00 Euless, TX 76040 1 X Slurry 817/835-4000 Southern Star Concrete 8505 Freeport Pkwy Ready -Mix $239,125.00 Irving, TX 75063 1 x Concrete 972/621-0999 Bamsco, Inc 2609 Willowbrook Rebar Supplier $65,033.00 Dallas, TX 75220 1 x 214/352-9091 Fax 214/379-0341 Rev. 51=03 i aM ' FoRr_lr"�l ATTACHMENT1A Page 4of4 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ $530,258.00 Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ $340,345.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ $870,603.00 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval) of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach ofi contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed) M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror 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. 2�-z2v-- Aufflorized Signature President Title McClendon Constniction Co, Inc Company Name PO Box 999 Address Burleson, TX 76097 City/Statemp Dan McClendon Printed Signature Contact Name/Title (if different) 817/295-0066 Telephone and/or Fax dan@mcclendonconstruction.com E-moll Address August 22, 2008 Rev. 5/30/03 AUG-12-2008 TUE 02:32 PM CFW DOE DESIGN SERVICES FAX NO. 8173922527 P. 04 M PROPOSAL, This proposal must not be removed from this book of Contract Documents. TO: MR. DALE A. FISSELER, P.E. Fort Worth, Texas City Manager Fort Worth, Texas FOR: 2004 CAPITAL IMPROVEMENTS PROJECTS, YEAR 4 & 5 — CONTRACT 49 BYERS AVE. (BELLE PL. TO CLOVER LN.) BYERS AVE. (KENLEY ST. TO CAMP BOWIE BLVD.) DEXTER AVE. (DOROTHY LN. TO SUTTER Sal'.) LAFAYETTE AVE. (CLOVER LN. TO TREMONT AVE.) OWASSO ST. (CRESTLINE RD. TO LAFAYETTE AVE.) DOE NO.5448 City Project No.: 00451 UNITS/SECTIONS: UNIT I: A) Water Project No. P253-541200-0607170045183 B) Sewer Project No. P258-541200-0707170045183 UNIT II: TPW Project No. C200-541200-0207400045183 STORM WATER Project No. P229-541200-0207280045183 Pursuant to the foregoing "Notice to Bidders", the undersigned has examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director, Department of Engineering of the City of Fort Worth. If required by this project, Contractor must be pre -qualified in accordance with the projects sponsoring Departments of the City of Fort Worth requirements. Upon acceptance of this Proposal by the City Council and required by this project, the bidder is bound to execute a contract and furnish Performance, Maintenance Bond for the water replacement contract only, and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated for the following sums, to wit: Total quantities given in the bid proposal may not reflect actual quantities, by represent the best accuracy based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. Special Note: All contractors are advised that one contract will be awarded to the lowest combined bid for all Units/Sections. am AUG-12-2008 TUE 02:33 PM CFW DOE DESIGN SERVICES FAX NO. 8173922527 P. 05 UNIT I - SECTION A: WATER REPLACEMENT PAY BID ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM CPMS QUANTITY UNIT PRICES IN WORDS PRICE AMOUNT No. (Furnish and install, including all appurtenant work, complete in place, the following items) 1. BID- 76 LF Pipe - Pressure - 6 inch - Install; 00616 Per linear Foot: A1,14 �. a;, Dollars and I "v Cents d_ d $ �a $ 2 �3a. 2. BID- 2336 LF Pipe - Pressure -- 8 inch - Install; 00618 Per linear Foot: .. i Ai ►"� ar-X" r Dollars and Cents 3. BID- 7 EA Valve-6 Inch -Cate Valve with Box 00745 - Install; Per Each: SeytAn �> Zf 4 Dollars ~ i Cents � $ /S-0 $ szo. and ,v o 4. BID- 2 EA Valve-6 Inch -Gate Valve with Box 00745 --- Install ("Cut -In Valve"); Per Each: - hG 4yy5,AjzZI Dollars and Cents ors $ O's —1 S. BID- 13 EA Valve-8 Inch -Gate Valve with Box 00749 - Install; Per Each: OhL A006 o, Dollars CPO and a.,,� Cents $�C.�� $_ 6. BID- 4.5 Ton Pipe Fittings-< Than 16 Inch DI Pipe 00568 - Install; PerTon: ��r I I 1 -hoV�jG�►�/` 7'�--c� 60V)dr-ed �" IV Dollars and f. Cents $ A -.1 a 2 AUG-12-2008 TUE 02:33 PM CFW DOE DESIGN SERVICES FAX NO. 8173922527 P. 06 UNIT I — SECTION A: 'WATER REPLACEMENT PAY BTD ESTIMATED UNIT DESCRIPTION OF ITEMS WITI4 .. ITEM CPMS QUANTITY UNIT PRICES IN WORDS No. UNIT TOTAL PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) 7. BID- 7 EA Fire Hydrant -- Install; 00546 Per Each: Q Ong bujrr ,��;Dollars r�1 0� and �Vm Cents $ �� $ S-U5,O S. BID- 18 VF Fire Hydrant -Barrel & Stem 00549 Extension — Install; Per Vertical Foot: ` 4' v c Dollars and 4/(5-> Cents $ 9. BID- 7 EA Fire Hydrant --- Remove; - 00547 Per Each: 4rce- 11urllreef Dollars and do Cents $ 10. BID-- 52 EA Water Service —1 Inch Tap to Main - 00762 — Install; Per Each: -v v �i- Dollars Cents $ $Jz/s and �� 11. BID- 2 EA Water Service — 2 Inch —Tap to Main 00767 — Install; Per Each: One, Dollars and in7 Cents � �o $ D^� 12. BID- 979 LF Water Service-1 Inch --- Install; 00758 Per Linear Foot: S;x ccV-� _Dollars and Cents S 7� 1G. as $ TLC_©2� . 3 AUG-12-2008 TUE 02:33 PM CFW DOE DESIGN SERVICES FAX NO. 8173922527 P, 07 UMT I - SECTION A: WATER REPLACEMENT PAY BID ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL _ ITEM CPMS QUANTITY LNIT PRICES IN WORDS PRICE AMOUNT No. (Furnish and install, including all appurtenant work, complete in place, the following items) 13, BID- 57 LF Water Service-2 Inch - Install; 00763 Per Linear Foot: ,r�Dollars ?? CpO % a Wm and ti o Cents $ J $ t5 14. BID- 5 EA Water Service-1 Inch -Relocate; 00759 Per Each: Dollars and ,moo Cents $ $ S-0 15. BID- 52 EA Meter Box -Class A - Install; 00550 Per Each:: //�� DD� DnC 6yv1.(rtr.(4 411fe v1 Dollars o� and AV D Cents $ 1 $ S ��� M. BID- 2 EA Meter Box -Class B - Install; 00553 Per'Each: h rc e- hbrJQJ Dollars and lu a> Cents $ 17. BID- 1 LS Water Service-2 Inch -Temporary 00768 - Install; - Per Lump Sum: �;vc 4k j!, c rj Dollars - and. do Cents 18. BID- 20 CY Subgrade-Crushed Limestone far •• 00493 Misc. Placement - Install; Per Cubic Yard: - o h e_ Dollars and �LJd Cents $ 4 AUG-12-2008 TUE 02:33 PM CFW DOE DESIGN SERVICES FAX NO. 8173922527 P. 08 UNIT I — SECTION A: WATER REPLACEMENT PAY BID ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM CPMS QUANTITY UNIT PRICES IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) 19. BID- 20 CY Concrete -Type B — Install; 00837 Per Cubic Yard: 0)ne Dollars 1 1 and fO Cents $ $ 20. BID- 20 CY Concrete — Type E — Install; 00839 Per Cubic Yard: Cboc Dollars cZ m m and. A,/p Cents $ co 21. BID- 84 LF Trench Safety System 5 Foot Depth M 00372 install; Per Linear Foot: n n G Dollars ' OP I� -� and Cents $ $ 22. BID- 84 LF Pipe -Pressure -Extra Depth > Than - 00620 1 Ft — Install; Per Linear Foot: 0 #A Dollars and NO Cents _ 23. BID- 365 LF Pavement- 2 Inch HMAC on 2/27 00443 Concrete Base (2000 — 1A) — Install; Per Linear Foot: ' G Dollars and tip, Cents 24. BID- 2816 LF Pavement — 2 Inch HMAC on 6 Inch 00442 Flex Base - Temporary — Install; .. Per Linear Foot: In(f Dollars and Cents ry ' r $ � dd S =' $_L�_ -qqs-� $5?, 5V $_a3 13/ `�' AUG-12-2008 TUE 02:33 PM CFW DOE DESIGN SERVICES FAX NO. 8173922527 P. 09 UNIT I — SECTION A: WATER REPLACEMENT PAY BID ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM CPMS QUANTITY UNIT PRICES IN WORDS PRICE AMOUNT No. (Furnish and install, including all appurtenant work, complete in place, the following items) 25. BID- 50 LF Pavement Concrete on 2/27 00458 Concrete Base (2000-2) — Install; Per Linear Foot: Foot: Se uc.'IL �® Dollars a ? ti and m Cents $ $ 3 �� TOTAL AMOUNT WATER BID $ 2 S-0 S75O, � *Type of Pipe Used / PVC DR-14: 1/ DIP Class 51: TRANSFER TOTAL OF UNIT I —WATER REPLACEMENT TO SUMMARY OF BIDS ON PAGE 20 0 AUG-12-2008 TUE 02:34 PM CFW DOE DESIGN SERVICES FAX NO. 8173922527 P. 10 UNIT I -- SECTION B: SEWER REPLACEMENT PAY BID ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM CPMS QUANTITY UNIT PRICES IN WORDS PRICE AMOUNT NP (Furnish and install, including all appurtenant work, complete in place, the following items) 1 2. 3 4 5, 6. BID- 1589 LF Pipe-Sewer-8Inch-SDR35 00351 (All Depths) — Install; Per Linear Foot: Or Dollars and ti Cents BID- 98 LF Pipe-Sewer-8 Inch — SDR26 00350 (All Depths) —Install; Per (Linear Foot: 4 �" 4✓); ►nG Dollars and /V6 Cents BID- 11 1A Manhole — Std. 4 Ft Diam- 00213 (to 6 Ft Depth) — Install; r Per Each: p J ' T �` ►• rrt SFDr, r �t�►'J Dollars and A,-'O Cents $ $ a(o 13ID- 16 VF Manhole — Std. 4 Ft Diam- Added 00214 Depth (to 6 Ft Depth) — Install; Per Vertical Foot: pprr p ✓� v � `CF Dollars and Cents $ BID- 11 EA Manhole -Vacuum Test — Services; 00217 Per Each: D a ' ' � " Jr ecr( Dollars and Cents $ — $ 260- BID- 11 EA Manhole — Watertight Insert — Install; 00218 Per Each: p J ��'5''ry Dollars o� m So Ssd. - and cents $ $ 7 AUG-12-2008 TUE 02:34 PM CFW DOE DESIGN SERVICES FAX NO. 8173922527 P. 11 .. Iv. UNIT I - SECTION B: SEWER REPLACEMENT PAY BID ESTIMATED UNIT DESCPdPTION OF ITEMS WITH UNIT TOTAL ITEM CPMS QUANTITY UNIT PRICES IN WORDS PRICE AMOUNT No. (Furnish and install, including all appurtenant work, complete in place, the following items) 7. BID- 11 EA Collar -Manhole -Install; 00196 Per Each: A ✓e_ Dollars c 5 S [� and .vim Cents $ $ 8. BID- 36 VF Manhole -- Paint & Coating -Interior 00211 Protective Coating - Install; Per Vertical Foot: r-2 ri e, �vjl Dollars and Cents $ I $ C9 9. 13ID- 4 EA Manhole — Remove; 00206 Per Each: Ovjrz Dollars mo and o Cents $ 360 $ 1 awl 10. 1310- 923 LF Sewer Service - 4 Inch - Install; 00354 Per Linear Foot: 4_�.'ee%4 _�-- a> Dollars Cge cp and fA'l 6> Cents $ _ $ PO 11. BID- 35 EA Sewer Service - 4 Inch Service Tap 00355 — Install; IPer Each: a Dollars and „J c:0 Cents $- $ 1 o S 12. BID- 39 EA Sewer Service - 4 Inch-2 Way Clean 00356 Out — Install, Per Each: j on C �(�rr� ✓ h 11arS c �- and Cents $I $ 4� g o� 8 AUG-12-2008 TUE 02:34 PM CFW DOE DESIGN SERVICES FAX NO. 8173922527 P. 12 s No UNIT I - SECTION B: SEWER REPLACEMENT PAY BID ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM CPMS QUANTITY UNIT PRICES IN WORDS PRICE AMOUNT No. (Furnish and install, including all appurtenant work, complete in place, the following items) 13. BID- 1,477 LF Trench Safety System S Foot Depth 00372 - Install; Per Linear Foot: n V 1 C Dollars I J �' 1 L/ 7 and 41Po Cents S $ 14. BID- 1,687 LF Inspection -Post Construction 00201 Cleaning & TV M Study; Per Linear Foot: +�O Dollars 7� 7 and Seen e, Cents $ $ 15. BID- 20 CY Subgrade-Crushed Limestone for 00493 Misc. Placement - Install; Per Cubic Yard: (� n G Dollars m— �� and ti Cents $ $ 16. BID- 20 CY Concrete -Type B -Install; 00837 Per Cubic Yard: 00 e Dollars Cents and ij0 17. BID- 20 CY Concrete -- Type E M Install; 00839 Per Cubic Yazd: ©n (f Dollars and Cents 18. BID- 2 EA Sewer - Service -Cut & Plug Existing 00367 All Sizes All Depths - Abandon; •. Per Each: 4" ) re Dollars .. and - ,4zCents $ 7C �w 2 AUG-12-2008 TUE 02:34 PM CFW DOE DESIGN SERVICES FAX NO. 8173922527 P. 13 UNIT I — SECTION B: SEWER REPLACEMENT PAY BID ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM CPMS QUANTITY UNIT PRICES IN WORDS PRICE AMOUNT No. (Furnish and install, including all appurtenant work, complete in place, the following items) 19. BID- 00443 oft 20. BID 00442 21. BID- 00202 469 LF Pavement-2 Inch Min HMAC on 2/27 Concrete Base (2000-1A) --- Install; Per Linear Foot: �Or4v Dollars and �1a Cents 774 LF Pavement — 2 Inch HMAC on 6 Inch Flex Base - Temporary — Install; Per Linear Foot: lOS-Jc2a' a h (— Dollars � � � and $ / —, e.•� Cents $ 144 LF Inspection-Preconstruction Cleaning & T.V. — Study; Per Linear Foot: 5 e ye- ') Dollars rd om and Na _ Cents $:_ $ CO� TOTAL AMOUNT SEWER BID $ % 7S- 2 ( o Type of Pipe Used: / PVC Pipe (SDR-35, Per E1-25, 6 15 inch) t/ PVC Pipe (PS-46, Per E1-27, 6 - 15 inch) PVC Pipe (Composite Pipe, Per E1-29, 8 - 15 inch) PVC Pipe (Corrugated Pipe, Per E 1-31, 6 - 15 inch) TRANSFER TOTAL OF UNIT II — SEWER REPLACEMENT TO SUMMARY OF BIDS ON PAGE 20 10 AUG-12-2008 TUE 02:34 PM CFW DOE DESIGN SERVICES FAX NO. 8173922527 P. 14 •• UNIT H - PAVING CONSTRUCTION T BASE BID PAY BID ESTIMATED UNIT DESCRTPTION OF ITEMS WITH UNIT TOTAL ITEM CPMS QUANTITY UNIT PRICES IN WORDS PRICE AMOUNT - ,do (Furnish and install, including all appurtenant work, complete in place, the following items) 1. BID- I LS Utility Adjustment - Repair; 00414 Per Lump Sum: Fifty Thousand Dollars and No Cents 2. BID- 2 EA Sign -Project Designation - Install; 00504 Per Each: Three Hundred Dollars and No Cents 3. BID- 1 LS Storm Water Pollution Prevention 00099 Plan ¢ than 1 Ac - Install; Lump Sum: 11Per 4 h�� ,-, c.! ollars _ and Cents 4. BID- 1 LS Traffic Control - Design & Build; _ 00526 Per Lump Sum: I J 4 k6t�JL-ue- by t��l ' Dollars �. and A > O Cents v 5. BID- 7,220 LF Curb & Gutter - Remove; _ 00424 Per Linear Foot; r c Dollars and Cents 6. BID- 11,831 SF Walk - Remove; 00529 Per Square Foot: t) e Dollars and Cents $ 50,000.00 $ 50,000.00 $ 300.00 $ 600.00 .Pl@ao �S pc' $=v 11 AUG-12-2008 TUE 02:34 PM CFW DOE DESIGN SERVICES FAX NO. 8173922527 P. 15 �+ UNIT H — PAVING CONSTRUCTION — BASE BID PAY BID ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM CPMS QUANTITY UNIT PRICES IN WORDS PRICE AMOUNT Imo. (Furnish and install, including all appurtenant work, complete in place, the following items) 7. BID- 228 SF Walk - ADA Wheelchair Ramp 00533 — Remove; Per Square Foot: C� Dollars o� S o S� a and �:,!. , _c_ Cents $ $— 8. BID- 11,575 SF Driveway —Remove; .. 00402 Per Square Foot: ©,I e Dollars �'— I 1 S ?._: ---, w. and ti � Cents $ $ 9. BID- 6,633 CY Pavement -Unclassified Street �- 00472 Excavation — Remove; Per Cubic Yard: C 17 Dollars Cents ll p 6 i s , $ �� I and. No $ 10. BID- 4 EA Inlet — Remove; 00102 Per Each: D One,, Dollars C a and iV Cents $1C�'-2� $ �c _ 11. BID- 82 CY Channel -Unclassified Excavation 00065 — Remove; Per Cubic Yard: - -i- e_ .n �v, Dollars Cents $ o<(/, $ and `1jlp + 12. BID- 424 CY Unclassified Trench Excavation & 00101 Backfill — Install; Per Cubic Yard: Dollars C , and AJ4P Cents 10 12 AUG-12-2008 TUE 02:35 PM CFW DOE DESIGN SERVICES FAX NO. 8173922527 P. 16 no A UNIT H — PAVING CONSTRUCTION -- BASE BID PAY BID ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM CPMS QUANTITY UNIT PRICES IN WORDS PRICE AMOUNT No. (Furnish and install, including all appurtenant work, complete in place, the following items) 13. BID- 4 EA Inlet-Inline -10 Ft. — Install; 00106 Per Each: dt ss.,r,C)s x %c�rJ� liars mp and . v Cents 14. BID- 1 EA Inlet-Inline - 10 Ft. (Non Standard) 00106 — Install; Per Each: II r� +wo ►� e , c,� hV ollars and v Cents $ �700 15. BID- 1 EA Manhole — 4 Ft. --- Install; 00118 Per Each: �1-o / Sc,„vt �; %) Zykll4lars n ace and Cents $ M. BID- 241 LF Trench Safety System 5 Foot Depth 00372 Install; Per Linear Foot: On e _ Dollars and " Cents $ I T . BID- 35 LF Pipe — Drainage —18 Inch-CL III 00838 — Install; Per Linear Foot: Sr✓ten ��„ Dollars and Cents $� �o $- . A A-9 18. BID- 19 LF Pipe — 21 Inch-CL III — Install; 00081 Per Linear Foot: P�� ,•.�„ E.l� l�� Dollars ��,�— C20 a and Cents $-_ $a, 13 AUG-12-2008 TUE 02:35 PM CFW DOE DESIGN SERVICES FAX NO. 8173922527 P. 17 UNIT H - PAVING CONSTRUCTION - BASE BID PAY BID ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM - CPMS No. QUANTITY UNIT PRICES IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) 19. BID- 222 LF Pipe - 24 Inch-CL III - Install; 00082 Per Linear Foot: v 11 •e, j Dollars and ,vo Cents $ 7 $ I 20. BID- 10 LF Pipe - 30 Inch-CL III - Install; 00083 Per Linear Foot: hurnaL je-0 Dollars nv)e- and_..,,—._,... 0. o� l� o© AJ 21. BID- 155 SF Channel -Concrete Pilot (Concrete 00061 Apron for Inlet) - Install; .a Per Square Foot: Dollars Cents c ! 0 $ J � $ - and S:X� y 22. BID- 400 CY Fill Material - Borrow w Install; 00543 Per Cubic Yard: 4e -Ith�"' Dollars oo �, 3�- and ,um Cents $. _ $ 23. BID- 15,242 SF Walk - 4 Ft. - Install; _. 00530 Per Square Foot: Dollars and Cents $" $ C� 24. BID- 781 SF Walk - ADA Wheelchair Ramp 00532 - Install; Per Square Foot: aw -5e,/C✓l Dollars m d 7, 7, and iV o Cents $ 14 AUG-12-2008 TUE 02:35 PM CFW DOE DESIGN SERVICES FAX NO. 8173922527 P. 18 UNIT II — PAVING CONSTRUCTION — BASE BID PAY BID ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM CAMS QUANTITY UNIT PRICES IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) 25. BID- 12,598 SF Driveway - 6 Inch — Install; 00404 Per Square Foot: S ,1k Dollars and N m Cents 26. BID- 239 SF Driveway - 6 Inch Exposed 01119 Aggregate— Install; Per Square Foot: Dollars Sa andC Cents 27. BID- 2,748 CY Topsoil — Install; 00147 Per Cubic Yard: 28. BID- 5 00493 29, BID- 18 00471 30, BID- 394 00426 Fifteen Dollars and No Cents CY Subgrade - Crushed Limestone for Miscellaneous Placement (Driveway Transitions) — Install; Per Cubic Yard: 414v 5k Dollars and �> b Cents TN Pavement— Transition -Min 6 Inch H.M.A.C. --- Install; Per Ton; i"��cz hy jrJ Dollars and A10 Cents LF Cwb & Gutter-7 Inch w/l8" Gutter a1M.A.C. Transition) — Install; Per Linear Foot: 1L"'c,el Dollars and tim Cents $ 15.00 $ 41,220.00 $ cooc$-366D- �' $ _4133L/490 15 AUG-12-2008 TUE 02:35 PM CFW DOE DESIGN SERVICES FAX NO, 8173922527 P. 19 UNIT II — PAVING CONSTRUCTION — BASE BID PAY BID ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT ITEM CPMs QUANTITY UNIT PRICES IN WORDS PRICE TOTAL AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) .M 31. BID- 7,052 LF Curb — 7 Inch — Install; 00843 Per Linear Foot: Dollars L 4V and Alca Cents 32. BID- 14,838 SY Subgrade - 6 Inch -Lime Stabilized — 00484 27 Lbs./SY. — Install; Per Square Yard. 4 --4, Dollars Cents $ m $ and /Iuc _ 33. BID- 200 TN Subgrade - Lime for Stabilization 00496 --- Install; Per Ton: ©l hu� C,., v Dollars I a s o and 4- Cents $ 34, BID- 12,899 LF Pavement — Silicone Joint Sealant 00469 — Install; Per Linear Foot: it/ C2 Dollars Cents $ and 35. BID- 17 EA Valve Box -Adjustment -- Services; 00847 Per Each: Two Hundred Dollars and No Cents $ 200.00 $ 3,400.00 36. BID- 54 EA Meter Box -Adjustment — Services; 00848 Per Each: Thi*-Five Dollars and No Cents $ 35.00 $ 1,890.00 T AUG-12-2008 TUE 02:35 PM CFW DOE DESIGN SERVICES FAX NO. 8173922527 P, 20 no no no am UNIT II — PAVING CONSTRUCTION — BASE BID PAY BID ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM CPMS QUANTITY UNIT PRICES IN WORDS PRICE AMOUNT No. (Furnish and install, including all appurtenant work, complete in place, the following items) 37. BID- 10 EA Manhole -Adjustment - Services; 00849 Per Each: 38, BID- 2 01120 39. BID- 2 00002 40. BID- 64 00537 41. BID- 64 00536 42. BID- 195 00530 Three Hundred -Fifty Dollars and No Cents EA Speed Cushion - w/Stripping 30 to 36 Ft Wide Street --- Install; Per Each:: / ©1G y-%sr,, d �wv 6cxrcDollars and ,e _?il� Cents EA Sign. - Ceramic Tile Street Names - Install; Per Each: c>,74,h,LNJr 4 _ Dollars and „aim Cents SF Walk - Steps - Remove; Per Square Foot: �- -y Dollars and Cents SF Walk - Steps - Install; Per Square Foot: Siasc✓� Dollars and iC J p Cents SF Walk - 4 Ft. (Stamped Concrete) Install; Per Square Foot: _ S i K Dollars and Cents $ 350.00 $ 3,500.00 $ate $ Ia 1'2�� $ t 0' � s� $ 17 AUG-12-2008 TUE 02:36 PM CFW DOE DESIGN SERVICES FAX NO, 8173922527 P. 21 aw UNIT H — PAVING CONSTRUCTION — BASIE BID PAY BID ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM CPMS QUANTITY UNIT PRICES IN WORDS PRICE AMOUNT Imo. (Furnish and install, including all appurtenant work, complete in place, the following items) 43. BID- 142 SF Driveway - 6 Inch (Stamped 00404 Concrete) — Install; Per Square Foot: Stec-✓► Dollars /,-�/ S-cx:p and Cents $ 7 TOTAL AMOUNT OF BASE BfD $ 5 G 5 TRANSFER TOTAL OF UNIT H -- PAVING RECONSTRUCTION — BASE BID TO SUMMARY OF BIDS ON PAGE 20 18 AUG-12-2008 TUE 02:36 PM CFW DOE DESIGN SERVICES FAX NO. 8173922527 P. 22 UNIT II — PAVING RECONSTRUCTION — CONCRETE PAVEMENT ALTERNATIVES PAY BID ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM CPMS QUANTITY UNIT PRICES IN WORDS PRICE AMOUNT No. ALTERNATIVE `A' - CONCRETE PAVEMENT WITH NON -GREEN CEMENT 1 A. BID- 11,963 SY Pavement — 61neh Reinforced 00450 Concrete Pavement with Non - Green Cement — Install; Per Square Yard: SL�IJr Dollars � and ��.�, en $_ $ ca ALTERNATIVE `A' BID $�- ALTERNATIVE `B' — CONCRETE PAVEMENT WITH GREEN CEMENT 1B. BID- 11,963 SY Pavement — 6 Inch Reinforced 00450 Concrete Pavement with Green �- Cement — Install; Per Square Yard: 14and.ci Dollars $ 3r — $ ca ALTERNATIVE `B' BID $ 3 -7v � S 3 , *BIDDERS SHALL SUBMIT BIDS ON BOTH PAY ITEMS 1A AND 1B* TRANSFER TOTAL OF UNIT II —.CONCRETE PAVEMENT ALTERNATIVES TO SUMMARY OF BIDS ON PAGE 20 19 AUG-12-2008 TUE 02:38 PM CFW DOE DESIGN SERVICES FAX NO. 8173922527 P. 23 INS BASE BID: me so old SUMMARY OF BIDS UNIT I: WATER & SEWER REPLACEMENT Total Section A - Water (from Pg. 6) Total Section B - Sewer (from Pg. 10) TOTAL AMOUNT BID UNIT 1 UNIT II: PAVING RECONSTRUCTION Total - Paving Reconstruction - Base Bid (from Pg. 18) Total - Concrete Pavement - Alternative `A' Bid (from Pg. 19) Total - Concrete Pavement - Alternative `B' Bid (from Pg. 19) a�. $ SS-3. *CONSTRUCTION OPTION 1- PAVEMENT WITH NON -GREEN CEMENT UNIT I + UNIT II (Base Bid + Alternative'A') $ 3q.4i -7 a7 *CONSTRUCTION OPTION 2 - PAVEMENT WITH GREEN CEMENT a.,U a7 UNIT I + UNIT II (Base Bid + Alternative `B') $, *THESE TOTALS ARE TO BE READ AT BID OPENING CONTRACTOR shall, if applicable, identify the pre qualified sub -contractor who shall install water and/or sanitary sewer facilities. M,-E ' :&A, e R _5 � 1 Pre -qualified sub -contractor for water and/or sanitary sewer installation. 20 AUG-12-2008 TUE 02:36 PM CFW DOE DESIGN SERVICES FAX NO. 8173922527 P. 24 on PROPOSAL (Cont.) Within ten (10) days after acceptance of this Proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of S% is to become the property of the City of Tort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. As a requirement of this project, the undersigned bidder certified that they have been furnished at least one set of the General Contract Documents and General or Special Specifications for Projects, and that they have read and thoroughly understand all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within ten (10) calendar days after issue of the work order and to complete the contract within Two Hundred -Sixty Five 265) working nays after beginning construction as set forth in the written work order to be furnished by the Owner. (Complete A or B below, as applicable:) A. The principal place of business of our company is in the State of Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non resident bidders in the State of , our principal p e of business, are not required to underbid resident bidders. The principal place of business of our company or our parent company or majority owner is in the State of Texas. 21 AUG-12-2008 TUE 02:36 PM CFW DOE DESIGN SERVICES FAX NO. 8173922527 P. 25 I (we) acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration on preparation of the forgoing bid: Addendum No. 1 (InitialsIG� ) Addendum No. 3 (Initials)_ Addendum No. 2 (Initials) �Py Addendum No. 4 (Initials) (Seal) Date: 42,1109 Respectfully submitted, By: 4 41 Title: t i s, a Company: _ M C- C Aim w Address: 7�2 a�k k,,' jes.L�, ""'- 76o i7 Telephone: 9/ 7 —" — 006( 22 .r aw i 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 / product supplier) Name of Project: City Proj. No.: co tj L/6-c- � q C, 6"-- C/J 5 0 E S'44 � This is to certify that the cement to be utilized for the above project will meet the following criteria: The cement was manufactured in a kiln utilizing the dry process (list source below) or in a kiln that meets the emission standard of 1.71b or less of NOx / ton of clinker released into the atmosphere. Name of Manufacturer 90 ` C-c V,,,- rI Address of Manufacturer: CONTRACTOR haw &rC�.��w _ Name �—Pre S Title / /1 Company _ $i? — 2,95 — DD�G Phone Number SUPPLIER Name /- ,sGt (S2 S Title 50�� Company Phone Number VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or nonresident bidders in order for your bid to meet specifications. The failure of out-of-state or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. ,W 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: kC- �;o B Y: C- ae- Company (Please print) Signature:, Address --EV,V-(e_SolA, J` -7661- itle: PeS - City/State/Zip (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION WW no WW MW i w SECTION 4 — GENERAL AND SPECIAL CONDITIONS 4.1 Part C - General Conditions (Water -Sewer) 4.2 Supplementary Conditions to Part C (Water -Sewer) 4.3 Part D — Special Conditions (Water -Sewer 6-20-08) 4.4 Part DA — Additional Special Conditions (Water -Sewer 11-02-04) 4.5 Part E - Water Department Specifications 4.5.1 General Construction Notes 4.6 Special Provisions for Street & Storm Drain Improvements (7-08-08) 4.7 Quantity Breakdowns 4.8 Construction Schedule 4.9 Prevailing Wage Rates 4.9.1 Compliance with and Enforcement of Prevailing Wage Laws 4.10 Standard Details (Water, Sewer and Paving) Aw Md 2W so wao r. .. EW .e PART C - GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER 1, 1987 TABLE OF CONTENTS C1-1 DEFINITIONS C1-1 (1) C1-1.1 Definition of Terms C1-1 (1) C1-1.2 Contract Documents C1-1 (2) C1-1.3 Notice to Bidders C1-1 (2) C1-1.4 Proposal C1-1 (2) C1-1.5 Bidder C1-1 (2) C1-1.6 General Conditions C1-1 (2) C 1-1.7 Special Conditions Cl-1 (2) C1-1.8 Specifications C1-1 (2) C1-1.9 Bonds C1-1 (2) C1-1.10 Contract C1-1 (3) C1-1.11 Plans C1-1 (3) C1-1.12 City C1-1 (3) C1-1.13 City Council C1-1 (3) C1-1.14 Mayor C1-1 (3) C1-1.15- City Manager C1-1 (3) C1-1.16 City Attorney C1-1 (3) C1-1.17 Director of Public Works C1-1 (3) C1-1.18 Director, City Water Department C1-1 (3) C1-1.19 Engineer C1-1 (3) C1-1.20 Contractor C1-1 (3) C1-1.21 Sureties C1-1 (4) C1-1.22 The Work or Project C1-1 (4) C1-1.23 Working Day C1-1 (4) C 1-1.24 Calendar Days CI-1 (4) C1-1.25 Legal Holidays C1-1 (4) C.1-1.26 Abbreviations Cl-1 (4) C1-1.27 Change Order C1-1 (5) C1-1.28 Paved Streets and Alleys C1-1 (5) C 1-1.29 Unpaved Streets or Alleys Cl-1 (6) C1-1.30 City Street C1-1 (6) C1-1.31 Roadway C1-1 (6) C1-1.32 Gravel Street C1-1 (6) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 Proposal Form C2-2 (1) C2-2.2 Interpretation of Quantities C2-2 (1) C2-2.3 Examination of Contract Documents and Site of Project C2-2 (2) C2-2.4 Submitting of Proposal C2-2 (2) so (1) ,. C2-2.5 Rejection of Proposals C2-2 (3) C2-2.6 Bid Security C2-2 (3) C2-2.7 Delivery of Proposal ` C2-2 (3) C2-2.8 Withdrawing Proposals C2-2 (3) C2-2.9 Telegraphic Modifications of Proposals C2-2 (3) C2-2.10 Public Opening of Proposal C2-2 (4) C2-2.11 Irregular Proposals C2-2 (4) C2-2.12 Disqualification of Bidders C2-2 (4) C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3.1 Consideration of Proposals C3-3 (1) C3-3.2 Minority Business Enterprise/Women Business C3-3 (1) Enterprise Compliance C3-3.3 Equal Employment Provisions C3-3 (1) C3-3.4 Withdrawal of Proposals C3-3 (1) C3-3.5 Award of Contract C3-3 (2) C3-3.6 Return of Proposal Securities C3-3 (2) C3-3.7 Bonds C3-3 (2) C3-3.8 Execution of Contract C3-3 (3) C3-3.9 Failure to Execute Contract C3-3 (3) C-3-3.10 Beginning Work C3-3 (4) C3-3.11 Insurance C3-3 (4) C3-3.12 Contractor's Obligations C3-3 (6) C3-3.13 Weekly Payrolls C3-3 (6) C3-3.14 Contractor's Contract Administration C3-3 (6) C3-3.15 Venue C3-3 (7) C4-4 SCOPE OF WORK C4-4.1 Intent of Contract Documents C4-4 (1) C4-4.2 Special Provisions C4-4 (1) C4-4.3 Increased or Decreased Quantities C4-4 (1) C4-4.4 Alteration of Contract Documents C4-4 (2) C4-4.5 Extra Work C4-4 (2) C4-4.6 Schedule of Operation C4-4 (3) C4-4.7 Progress Schedules for Water and Sewer Plant Facilities C44 (4) C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 Authority of Engineer C5-5 (1) C5-5.2 Conformity with Plans C5-5 (1) C5-5.3 Coordination of Contract Documents C5-5 (1) C5-5.4 Cooperation of Contractor C5-5 (2) C5-5.5 Emergency and/or Rectification Work C5-5 (2) C5-5.6 Field Office C5-5 (3) C5-5.7 Construction Stakes C5-5 (3) •a NN %W MW wo WW aw (2) .r w 4W MW MP A so 4W C5-5.8 Authority and Duties of City Inspector C5-5 (3) C5-5.9 Inspection C5-5 (4) C5-5.10 Removal of Defective and Unauthorized Work C5-5 (4) C5-5.11 Substitute Materials or Equipment C5-5 (4) C5-5.12 Samples and Tests of Materials C5-5 (5) C5-5.13 Storage of Materials C5-5 (5) C5-5.14 Existing Structures and Utilities C5-5 (5) C5-5.15 Interruption of Service C5-5 (6) C5-5.16 Mutual Responsibility of Contractors C5-5 (7) C5-5.17 Clean -Up C5-5 (7) C5-5.18 Final Inspection C5-5 (8) C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 Laws to be Observed C6-6 (1) C6-6.2 Permits and Licenses C6-6 (1) C6-6.3 Patented Devices, Materials, and Processes C6-6 (1) C6-6.4 Sanitary Provisions C6-6 (1) C6-6.5 Public Safety and Convenience C6-6 (2) C6-6.6 Privileges f Contractor in Streets, Alleys, C6-6 (3) and Right -of -Way C6-6.7 Railway Crossings C6-6 (3) C6-6.8 Barricades, Warnings and Flagmen C6-6 (3) C6-6.9 Use of Explosives, Drop Weight, Etc. C6-6 (4) C6-6.10 Work Within Easements C6-6 (5) C6.6.11 Independent Contractor C6-6 (6) C6-6.12 Contractor's Responsibility for Damage Claims C6-6 (6) C6-6.13 Contractor's Claim for Damages C6-6 (8) C6-6.14 Adjustment or Relocation of Public Utilities, Etc. C6-6 (8) C6-6.15 Temporary Sewer and Drain Connections C6-6 (8) C6-6.16 Arrangement and Charges for Water Furnished by the City C6-6 (9) C6-6.17 Use of a Section or Portion of the Work C6-6 (9) C6-6.18 Contractor's Responsibility for the Work C6-6 (9) C6-6.19 No Waiver of Legal Rights C6-6 (9) C6-6.20 Personal Liability of Public Officials C6-6 (10) C6-6.21 State Sales Tax C6-6 (10) C7-7 PROSECUTION AND PROGRESS C7-7.1 Subletting C7-7 (1) C7-7.2 Assignment of Contract C7-7 (1) C7-7.3 Prosecution of The Work C7-7 (1) C7-7.4 Limitation of Operations C7-7 (2) C7-7.5 Character of Workmen and Equipment C7-7 (2) C7-7.6 Work Schedule C7-7 (3) C7-7.7 Time of Commencement and Completion C7-7 (3) C7-7.8 Extension of Time Completion C7-7 (3) wo (3) C7-7.9 Delays C7-7 (4) C7-7.10 Time of Completion C7-7 (4) C7-7.11 Suspension by Court Order C7-7 (5) C7-7.12 Temporary Suspension C7-7 (5) C7-7.13 Termination of Contract due to National Emergency C7-7 (6) C7-7.14 Suspension or Abandonment of the Work C7-7 (6) and Annulment of the Contract: C7-7.15 Fulfillment of Contract C7-7 (8) C7-7.16 Termination for Convenience of the Owner C7-7 (8) C7-7.17 Safety Methods and Practices C7-7 (11) C8-8 MEASUREMENT AND PAYMENT C8-8.1 Measurement Of Quantities C8-8 (1) C8-8.2 Unit Prices C8-8 (1) C8-8.3 Lump Sum C8-8 (1) C8-8.4 Scope of Payment C8-8 (1) C8-8.5 Partial Estimates and Retainage C8-8 (2) C8-8.6 Withholding Payment C8-8 (3) C8-8.7 Final Acceptance C8-8 (3) C8-8.8 Final Payment C8-8 (3) C8-8.9 Adequacy of Design C8-8 (4) C8-8.10 General Guaranty C8-8 (4) C8-8.11 Subsidiary Work C8-8 (4) C8-8.12 Miscellaneous Placement of Material C8-8 (4) C8-8.13 Record Documents C8-8 (4) w s %W r r i. (4) ow PART C - GENERAL CONDITIONS C1-1 DEFINITIONS ,w SECTION C1-1 DEFINITIONS C1-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the .o following terms or pronouns in place of them are used, the intent and meaning shall be understood and interpreted as follows: C1-1.2 CONTRACT DOCUMENTS: The Contract Documents are in all of the written and drawn documents, such as specifications, bonds, addenda; plans, etc., which govern the terms and performance of the contract. These are contained on the General Contract Documents and the Special Contract Documents.. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and Include the following Items PART A - NOTICE TO BIDDERS (Sample) White PART B - PROPOSAL (Sample) White PART C - GENERAL CONDITIONS (CITY) Canary Yellow (Developer) Brawn PART D - SPECIAL CONDITIONS Green PART E - SPECIFICATIONS El -White E2-Golden Rod E2A-White PERMITS/EASEMENTS Blue PART F - BONDS (Sample) White PART G - CONTRACT (Sample) White b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the ow General Contract Documents and include the following items: PART A - NOTICE TO BIDDERS (Advertisement) same as above PART B -PROPOSAL (Bid) PART C - GENERAL CONDITIONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEMENTS PARTF-BONDS i PART G - CONTRACT PART H - PLANS (Usually bound separately) C1-1 (1) w u C1-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. C1-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. C 1-1.5 BIDDER: Any person, persons, firm, partnership, company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents, constitutes a bidder. .. C1-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be .r carried on in accordance with the customary procedure, the local statutes, and requirements of the City of Fort Worth's charter and promulgated ordinances. Whenever there may be a conflict between the General Conditions and the Special Conditions, the latter shall take precedence.. C1-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. C1-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which set forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed an useful project. Whenever reference is made to standard specifications, regulations, .. requirements, statutes, etc., such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. C1-1.9 BONDS: The bond or bonds are the written guarantee or security furnished by the Contractor for prompt and faithful performance of the contract and include the following: a. Performance Bond (see paragraph C3-3.7) b. Payment Bond (see paragraph C3-3.7) am C. Maintenance Bond (see paragraph C3-3.7) d. Proposal or Bid Security (see Special Instructions to Bidders, Part A and C2-2.6) C1-1 (2) _ C 1-1.10 CONTRACT: The Contract is a formal signed agreement between the owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. C1-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the location, dimension and position of the various elements of the project, including such profiles, typical cross -sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The plans are usually bound separately from the other parts of the Contract Documents, but they are part of the Contract Documents just as though they were bound therein. C1-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Manager, each of which is required .by charter to perform specific duties. Responsibility for final enforcement of the Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous. C1-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. C1-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tem of the City of Fort Worth, Texas. i C1-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. C1-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort .. Worth, Texas, or his duly authorized representative. C1-1.17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of the City of Fort Worth, Texas, referred to in the charter as the City Engineer, or his duly authorized representative. C1-1.18 DIRECTOR, CITY WATER DEPARTMENT: The officially appointed Director of the City Water Department of the City of Fort Worth, Texas, or his duly authorized representative, assistant, or agents. C1-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. am C1-1.20 CONTRACTOR: The person, person's, partnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of work, acting C1-1 (3) bw directly or through a duly authorized representative. A sub -contractor is a person, firm, corporation, supplying labor and materials or only labor, for the work at the site of the project. C1-1.21 SURETIES: The Corporate bodies which are bound by such bonds as are required with and for the Contractor. The sureties engaged are to be fully responsible -for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. C1-1.22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. C1-1.23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which 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 p.m., with exceptions as permitted in paragraph C7-7.6 C 1-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days being excepted. C1-1.25: LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: 1. New Year's day 2. M.L. King, Jr. Birthday 3. Memorial Day 4. Independence Day 5. Labor Day 6. Thanksgiving Day 7. Thanksgiving Friday 8. Christmas Day 9. Such other days in lieu of holidays as the City Council may determine January 1 Third Monday in January Last Monday in May July 4 First Monday in September Fourth Thursday in November Forth Friday in November December 25 When one of the above named holidays or a special holiday is declared by the City Council, falls on a 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 as the holiday. C1-1.26 ABBREVIATIONS: Whenever the abbreviations defined herein appear in the Contract Documents, the intent and meaning shall be as follows: Im M M M M M .. W M C1-1 (4) No AASHTO - American Association of State MGD - Million Gallons Highway Transportation Officials per Day .. ASCE - American Society of Civil CFS - Cubic Foot per Engineers Second IAW - In Accordance With Min. - Minimum ASTM - American Society of Testing Mono. - Monolithic Materials % - Percentum AWWA - American Water Works R - Radius - Association I.D. - Inside Diameter ASA - American Standards Association O-.D. - Outside Diameter HI - Hydraulic Institute Elev. - Elevation _ Asph. - Asphalt F - Fahrenheit Ave. - Avenue C - Centigrade Blvd. - Boulevard In. - Inch CI - Cast Iron Ft. - Foot CL - Center Line St. - Street GI - Galvanized Iron CY - Cubic Yard Lin. - Linear or Lineal Yd. - Yard lb. - Pound SY - Square yard MH - Manhole L.F. - Linear Foot Max. - Maximum D.I. - Ductile Iron C 1-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25% of the amount of the particular item or items in the original proposal. All "Change Orders" shall be prepared by the City from information as necessary furnished by the Contractor. C1-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: .. 1. Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment, not including an oiled surface, with or without separate base material. 3. Brick, with or without separate base material. 4. Concrete, with or without separate base material. 5. Any combination of the above. C1-1 (5) low C1-1,29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined for "Paved Streets and Alleys." IMM C1-1.30 CITY STREET: A city street is defined as that area between the right-of-way lines as the street is dedicated. C1-1.31 ROADWAY: The roadway is defined as the area between parallel lines two ,o (2') back of the curb lines or four (`4) feet back of the average edge of pavement where no curb exists. C1-1.32 GRAVEL STREET: A gravel street is an unimproved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. e. r No .r am C1-1 (6) r. aw SECTION C - GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 PROPOSAL FORM: The Owner will furnish bidders with Proposal form, which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder's general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and "Financial Statement," all of which must be properly executed and filed with the Director of the City Water Department one week prior to the. hour for opening of bids. The financial statement required shall have been prepared by an independent certified 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 current financial status. This statement must be current and no more than one (1) year old. In the case that 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 nature and magnitude as that of the project for which bids are to be received, and such experience must have been completed not more than five (5) years prior to the date on which Bids 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. how The prospective bidder shall schedule the equipment he has available for the'project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the _ .actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other, requirements of the Contract Documents. C2-2(1) 4— C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which the Owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract .. Documents just as though such addenda were actually written into the original Contract Documents. Bidders are required, prior to filing of proposal, to read and become familiar with the Contract Documents, to visit the site of the project and examine carefully all local ., conditions, to inform themselves by their own independent research and investigations, tests, boring, and by such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during construction of the project. They must .� judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to make an intelligent proposal. No information given by the Owner .. or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima -facie evidence that the bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. .r The logs of Soil Borings, if any, on the plans are for general information only and may _ not be correct. Neither the Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices, written in ink in both .. words and numerals, for which he proposes to do work contemplated or furnish the materials required. All such prices shall be written legibly. In case of discrepancy between price written in words and the price written in numerals, the price most .. advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member of the firm, association, or partnership, or by person duly authorized. If a proposal is submitted by a company or corporation, the company or corporation name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power .. C2-2(2) -00 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, erasures, or irregularities of any kind, or contain unbalanced value of any *R items. Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and the amount indicated in the "Notice to Bidders" and the "Proposal." The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The bid security of all other bidders may be returned promptly after the canvass of bids. C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope `plainly marker with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the City �► Manager, City Hall, Fort Worth, Texas. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals. A request for non -consideration must be made in writing, addressed to the City Manager, and filed with him prior to the time set for 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 TELEGRAHIC MODIFICATIONS OF PROPOSALS: Any Bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. C2-2(3) 4W W C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly ow filed and for which no "Non -consideration Request" has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the "Notice to Bidders." All proposals which have been opened and ", read will remain on file with the Owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. to C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as "Irregular" if they show any omissions, alterations of form, additions, or conditions not called for, unauthorized alternate bids, or irregularities of any kind. However, the Owner reserves +.. the right to waive any all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which can not be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of, but not limited to, the following reasons: a) Reasons for believing that collusion exists among bidders. b) Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. ` c) The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d) The bidder being in arrears on any existing contract or having defaulted on a previous contract. .r e) The bidder having performed a prior contract in an unsatisfactory manner. f) Lack of competency as revealed by financial statement, experience statement, 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 completion of additional work if awarded. . .. h) The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder as specified in 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 the bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. C2-2(4) P_ _ PART C - GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS: w C3-3.1 CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities �+ shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of the 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 ward of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re -advertise for new proposals, or to proceed with the work in any manner as may be considered for the best interest of the Owner. C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman -owned Business Enterprise (WBE) on the contract and the payment therefor. Contractor further agrees, upon request by the Owner, to allow and audit and/or an examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWE 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 Ordinances prohibiting discrimination in employment practices. The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on which the proposals were opened. C3-3 (1) wd C 3-3.5 AWARD OF CONTRACT: The Owner reserves the right to withhold final `w action on the proposals for a reasonable time, not to exceed forty-five (45) days after the date of opening proposals, and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee. %W The award of the contract, if award is made, will be to the lowest and best responsive bidder. No The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. M& C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have been determined for comparison of bids, the Owner may, at its discretion, return the •• proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the Owner until the required contract has been executed and %W bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. .. C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the owner in the amounts herein required, the following bonds: a. PERFORMANCE BOND: A good and sufficient performance bond in .w the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the full and faithful execution of the work and performance of the contract, and for ,W the protection of the Owner and all other persons against damage by reason of negligence of the Contractor, or improper execution of the work or use of inferior materials. This performance bond shall guarantee the ,. payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made .r on the project by the City. b. MAINTENANCE BOND: A good and sufficient maintenance bond, in fto the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty which is set PM forth in paragraph C8-8.10. C. PAYMENT BOND: A good and sufficient payment bond, in the `w 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 payment of all claimants as defined in Article No C3-3 (2) *. %W 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill 344, Acts 56t' Legislature, Regular Session, 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made. d. OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or 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 one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties, as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute •• and file with the Owner, the Contract and such bonds as may be required in the Contract Documents. MW No Contract shall be binding upon the Owner until it has been attested by the City Secretary, approved as to form and legality by the City Attorney, and executed for the Owner by either the Mayor or City Manager. C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10) days after- the contract is' awarded shall be considered by the owner as an abandonment of his proposal, .and the owner may annual the Award. By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occurring to the owner by reason of said awardee's failure to execute said bonds and contract within ten (10) days, the proposal security accompanying the proposal shall be the agreed amount of damages which the Owner will C3-3 (3) wo suffer by reason of such failure on the part of the Awardee and shall thereupon .o immediately by forfeited to the Owner. The filing of a proposal will be considered as acceptance of this provision by the Bidder. w C-3-3.10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner. Should the Contractor fail to commence UM work at the site of the project within the time stipulated in the written authorization usually termed "Work Order" or "Proceed Order", it is agreed that the Surety Company will, within ten (10) days after the commencement date set forth in such written .w authorization, commence the physical execution of the contract. C3-3.11INSURANCE: The Contractor shall not commence work under this aw contract until he has obtained all insurance required under the Contract Documents, and such insurance has been approved by the Owner. The prime Contractor shall be responsible for delivering to the Owner the sub -contractor's certificate of insurance for wo approval. The prime Contractor shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub -contractors. It is the intention of the Owner that the insurance coverage required herein shall include the No coverage of all sub -contractors. a. COMPENSATION INSURANCE: The Contractor shall maintain, IM during the life of this contract, Worker's Compensation Insurance on all of his employees to be engaged in work on the project under this contract, r and for all sub -contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Worker's Compensation Statute, the Contractor shall provide adequate ,0 employer's general liability insurance for the protection of such of his employees not so protected. .. b. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor Shall procure and shall maintain during the life of this contract, Comprehensive General Liability Insurance (Public Liability and Property .. Damage Insurance) in the amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence on account of property .o damage with $2,000,000 umbrella policy coverage. C. ADDITIONAL LIABILITY: The Contractor shall furnish "' insurance as a 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: s` 1. Contingent Liability (covers General Contractor's Liability for acts No of sub -contractors). C3-3 (4) 4W 2. Blasting, prior to any blasting being done. 3. Collapse of buildings or structures adjacent to excavation excavation are performed adjacent to same). .� 4. Damage to underground utilities for $500,000. 5. Builder's risk (where above -ground structures are involved). 6. Contractual Liability (covers all indemnification requirements of Contract). d. AUTOMOBILE INSURANCE - BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain during the life of " this Contract, Comprehensive Automobile Liability Insurance in an amount not less than $250,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500,000 on account of one accident, and automobile property damage insurance in an amount not less than $100,000. e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub -contractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall fiunish ,ow the owner with satisfactory proof of coverage by insurance required in these Contract Documents in the amounts and by carriers satisfactory to the Owner. (Sample attached.) All insurance requirements made upon the Contractor shall apply to the sub -contractors, should the Prime Contractor's insurance not cover the sub -contractor's work operations. g. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's insurance and C3-3 (5) .r performance, payment, maintenance and all such other bonds are written, shall be represented by an agent or agents having an office located within ` the city limits of the City of Fort Worth. Tarrant County, Texas. Each such agent shall be a duly qualified, one upon whom authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, and claims that the City of Fort Worth or other claimant or any property owner who has been damaged, may have against the Contractor, insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort Worth - Dallas area. The name of the agent, or agents shall be set forth on all 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 due. W C3-3.13 WEEKLY PAYROLLS: A certified copy of each payroll covering payment of wages to all persons engaged in work on the project at the site of the project shall be %W furnished to the Owner's representative within seven (7) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project so at all times during the course of the Contract. Copies of the wage rates will be famished the Contractor, by the Owner; however, posting and protection of the wage rates shall be 'w the responsibility of the Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, IM whether a person, persons, partnership, company, firm, association, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully aw operational business office within the Fort Worth -Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office (or he may delegate his Project Superintendent) with full authority to transact all business actions required in the .. performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or other •! wise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditure, all claims against work or any other mater associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for the administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor's principal base of operations be other than in the Fort Worth - Dallas metropolitan area, notification of the Contractor's assignment of local authority shall be made in writing to the Engineer in advance of any work on the project, all .w C3-3 (6) IMM .. appropriately signed and sealed, as applicable, by the Contractor's responsible offices with the understanding that this written assignment of authority to the local, representative shall become part of the project Contract as though bound directly into the project documents. The intent of these requirements is that all matters associated with the Contractor's administration, whether it be oriented in furthering the work, or other, be governed direct by local authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor's local representative fail to perform to the satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such local representative be replaced and the Engineer may, at his sole discretion, stop all work until a new local authority satisfactory to the Engineer is assigned. No credit of working time will be allowed for periods in which work stoppages are in effect for this reason. MP IM L--J NM MW C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant County, Texas. CM (7) Tw PART C - GENERAL CONDITIONS C4-4 SCOPE OF WORK SECTION C44 SCOPE OF WORK C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project. C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, the "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for any such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" shall be considered to be part of the Contract Documents just as though they were originally written therein. C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right ,. to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than twenty-five (25) percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work." No allowance will be made for any changes in anticipated profits not shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted herein as applying to overall quantities of sanitary sewer pipe in each pipe size, but not to the various depth categories. C4-4 (1) MW 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 desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are .. provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided however, that before any extra work is begun a "Change •• order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: +w a. Unit bid price previously approved. No b. An agreed lump sum. C. The actual reasonable cost of (1) labor, (2) rental of equipment used on the ~" extra work for the time so used at Associated General Contractors of America current equipment rental rates, (3) materials entering permanently aw into the project, and (4) actual cost of insurance, bonds, and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10 percent of the actual cost of such extra work. The fixed fee is .o not to include any additional profit to the Contractor for rental of equipment owner by him and used for extra work. The fee shall be full and complete compensation to cover the cost of superintendence, overhead, so other profit, general and all other expense not included in (1), (2), (3), and (4) above. The Contractor shall keep accurate cost records on the form and in the method suggested by the Owner and shall give the Owner access to .. all accounts, bills, vouchers, and records relating to the Extra Work. No "Change Order" shall become effective until it has been approved and signed by each No of the Contracting Parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In case any orders or instructions, either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation, he shall make written request to the Engineer for written orders authorizing such Extra Work, prior to beginning such work. IkW C4-4 (2) Should a difference arise as to what does or dose not constitute Extra Work, or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep ,R accurate account of the actual reasonable cost thereof as provided under method (Item Q. Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five (5) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon said Extra Work. *rt The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for "Extra Work" whether or not initiated by a "Change Order" shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or extra work. _ C4-4.6 SCHEDULE OF OPERATION: Before commencing any work under this contract, the Contractor shall submit to the Owner and receive the Owner's approval thereof, a "Schedule of Operations," showing by a straight line method the date of commencing and finishing each of the major elements of the Contract. There shall be also shown the estimated monthly cost of work for which estimates are to be expected. There shall be presented also a composite graph showing the anticipated progress of construction with the time being plotted horizontally and percentage of completion plotted vertically. The progress charts shall be prepared on 8-1/2" x 11" sheets and at least five black or blue line prints shall be furnished to the Owner. C44.7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES: Within ten (10) days prior to submission of the first monthly progress payment, the Contractor shall prepare and submit to the owner for approval six copies of the schedule in which the Contractor proposes to carry on activities (including procurement of materials, plans, and equipment) and the contemplated dates for completing the same. The schedule shall be in the form of a time schedule Critical Path Method (CPM) network diagram. As the work progresses, the Contractor shall enter on the diagram the actual progress at the end of each partial payment period: or at such intervals as directed by the Engineer. The Contractor shall also revise the schedule to reflect any adjustments in contract time approved by the Engineer. Three copies of the updated schedule shall be delivered at such intervals as directed by the Engineer. As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technicalspecifications. C4-4 (3) mow Prior to the final drafting of the detailed construction schedule, the Contractor shall review the draft schedule with the Engineer to ensure the Contractor's understanding of the contract requirements. The following guidelines shall be adhered to in preparing the construction schedule: %W a. Milestone dates and final project completion dates shall be developed to U, conform to the time constraints, sequencing requirements and completion time. b. The construction progress shall be divided into activities with time durations of approximately fourteen days (14) days and construction values not to exceed $50,000. Fabrication, delivery and submittal activities .., are exceptions to this guideline. C. Durations shall be in calendar days and normal holidays and weather *� conditions over the duration of the contract shall be accounted for within the duration of each activity. ow d. One critical path shall be shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date ' and the latest start date of a chain of activities of the* CPM construction schedule. Float time is not for the exclusive use or benefit of either the Contractor'or the Owner. £ Thirty days shall be used for submittal review unless otherwise specified. .. The construction schedule shall as a minimum, be divided into general categories as indicated in the Proposal and Technical Specifications and each general category shall be broken down into activities in enough detail to achieve activities of approximately fourteen (14) days duration.. ow For each general category, the construction schedule shall identify all trades or subcontracts whose work is represented .by activities that follow the guidelines of this Section. W For each .of the trades or subcontracts, the construction schedule shall indicate the following procurements, construction and preacceptance activities and events in their " logical sequence for equipment and materials. l . Preparation and transmittal of submittals ON 2. Submittal review periods. .. .W C4-4 (4) Wo 3. Shop fabrication and delivery. 4. Erection or installation. 5. Transmittal of manufacturer's operation and maintenance instructions. = 6. Installed equipment and materials testing. 7. Owner's operator instruction (if applicable). 8. Final inspection. 9. Operational testing. If, in the opinion of the Owner, work accomplished falls behind that scheduled, the Contractor shall take such action as necessary to improve his progress. In addition, the Owner may require the Contractor to submit a revised schedule demonstrating his _ program and proposed plan to make up lag in scheduled progress and to insure completion of the work within the contract time. If the owner finds the proposed plan not acceptable, he may require the Contractor to increase the work force, the construction plant and equipment, the number of work shifts or overtime operations without additional cost to the Owner. Failure of the Contractor to comply with these requirements shall be considered grounds for determination by the Owner that the Contractor is failing to prosecute the work with diligence as will insure its completion within the time specified. MW me C4-4 (5) MW PART C - GENERAL CONDITIONS C5-5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 AUTHORITY OF ENGINEER: The work shall be -performed to the 'W satisfaction of the Engineer and in strict compliance with the Contract Documents. The Engineer shall decide all questions which arise as to the quality and acceptability of the materials fiarnished, work performed, rate of progress of the work, overall sequence of the construction, interpretation of the Contract Documents, acceptable fulfillment of the Contract, compensation, mutual rights between Contractor and Owner under these Contract Documents, supervision of the work, resumption of operations, and all other questions or disputes which may arise. Engineer will not be responsible for Contractor's means, methods, techniques, sequence or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor's failure to perform the work in accordance with the contract documents. -00 The Engineer shall determine the amount and quality of the work completed and materials fiarnished, and his decisions and estimates shall be final. His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters, the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the owner and Contractor, a written decision on the matter in controversy. C5-5.2 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 other wise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. C5-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of several sections, which, taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern over specifications, special conditions shall govern over general conditions and standard specification, and quantities shown on the plans shall govern over those shown in the proposal. The Contractor shall not take advantage of any apparent error or omission in the C5-5 (1) RW Contract Documents, and the owner shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract ` Documents. In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a r conflict in drawings, specifications, or other portions of the Contract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. how C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of Contract Documents and shall have available on the site of the project r at all times, one set of such Contract Documents. The Contractor shall give to the work the constant attention necessary to facilitate the 1. progress thereof and shall cooperate with the Engineer, his inspector, and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent, English-speaking superintendent and an assistant who No are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or his authorized ow representatives. Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent, to act as the Contractor's agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas, �. and shall be subject to call, as is the project superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the o, presence on the project site of a representative of the Contractor to adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of the property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. 1W C5-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, +� the Contractor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. Such a response shall occur day or night, whether the project is scheduled on a calendar -day or a working -day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the .w C5-5 (2) wo 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 shoe 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 deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due the Contractor on the project. C5-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called for. The field office shall be not less than 10 x 14 feet in floor area, substantially constructed, well heated, air conditioned, lighted, and weather proof, so that documents will not be damaged by the elements. C5-5.7 CONTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor with all lines, grades, and measurements necessary to the proper y` prosecution and control of the work contracted under these Contract Documents, and lines, grades and measurements will be established by means of stakes or other customary method of marking as may be found consistent with good practice. These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings as may be established for Contractor's use or guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost of replacing such stakes or marks plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. C5-5.8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City Inspectors will be authorized to . inspect all work done and to be done and all materials furnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be 'W stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed, to, report any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents, and to call the attention of the Contractor to any such failure or other infringements. Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents. In case of any dispute arising between the Contractor and the City Inspector as to the materials or equipment furnished or the manner of performing the work, the City Inspector will have the authority to reject materials or equipment, and/or to suspend work until the question at issue can be referred to and decided by the Engineer. The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents, nor to approve or accept any portion or section of the work, nor to issue any instructions contrary tot he requirement s of the MW C5-5 (3) IA+ Contract Documents. The City Inspector will in no case act as superintendent or foreman or perform any other duties for the Contractor, or interfere with the management or operation of the work. He will not accept from the Contractor any compensation in any form for performing any duties. The Contractor shall regard and obey the directions and .. instructions of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents of the Contract Documents, provided, however, should the Contractor object to any orders or instructions or the City Inspector, the Contractor may within six days make written appeal to the Engineer for his decision on the matter in Controversy. C5-5.9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents. If the Engineer so requests, the +� Contractor shall, at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should Work so exposed or examined prove to be unacceptable, the uncovering or removing and replacing of all adjacent defective or damaged parts shall be at the Contractor's expense. No work shall be done or materials used without suitable supervision or inspection. ow C5-5.10 REMOVAL OF EDEFCTIVE 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 this expense. Work done beyond aw the lines and grades given or as shown on the plans, except as herein specially 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 removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due tot he Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute *� acceptance of such work. C5-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if Contractor wishes to fixrnish or use a proposed substitute, he shall, prior to the preconstruction conference, make written application. to ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the function called for by the general design, be similar and of equal substance to that specified and be suited to the same use and VW C5-5 (4) q, capable of performing the same function as that specified ; and identifying all variations of the proposed substitute from that specified and indicating available maintenance service. No substitute shall be ordered or installed without written approval of Engineer .. who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent. No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require -R which shall be furnished at Contractor's expense. Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employees by either of them from and against the claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. C5-5.12 SAMPLES AND TESTS OF MATERIALS:. Where, in the opinion of the Engineer, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless other wise specifically provided. The failure of the Owner to '! make any tests of materials shall in no way relieve the contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract s Documents. Tests and sampling of materials, unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the. Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer, use materials represented by the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge to the Owner. In case of concrete, the aggregates, design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contractor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents. Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of new materials. C5-5.13 STORAGE OF MATERIALS: All materials which are to be used in the construction contract shall be stored so as to insure the preservation of quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. C5-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the plans relative to the existing utilities are based on the best information available. Omission from, the inclusion of utility locations on the Plans is not to be considered as 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 C5-5. (5) No low all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all such, structures and utilities on the plans or to show them in their exact location. It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for Extra Work or for increasing the pay quantities in any manner whatsoever, unless an obstruction encountered is such as to necessitate changes in the lines and grades of considerable magnitude or requires the building of special works, provision of which is not made in these Contract Documents, in which case the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractor's responsibility to verify locations of the adjacent and/or +. conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all : existing utilities, structures, and service lines. Verification of existing utilities, structures, and service lines shall include notification of all utility companies at least forty-eight (48) hours in advance of construction including exploratory excavation if necessary. All at verification of utilities and their adjustment shall be considered subsidiary work. C5-5.15 INTERRUPTION OF SERVICE: W* a. Normal Prosecution: In the normal prosecution of work where the ur interruption of service is necessary, the Contractor, at least 24 hours in advance, shall be required to: 1. Notify the Water Department's Distribution Division as to location, time, and schedule of service interruption. .. 2. Notify each customer personally through responsible personnel as to the time and schedule of the interruption of their service, or %P" 3. In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer's door knob. The tag shall be durable in composition, and in large bold letters shall say: r C5-5 (6) low aw MW "NOTICE" Due to Utility Improvement in your neighborhood, your (water) (sewer) service will be interrupted on between the hours of and This inconvenience will be as short as possible. Thank You, Contractor Address Phone b. Emergency In the event that an unforeseen service interruption occurs, notice shall be as above, but immediate. C5-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through act or neglect on the part of the Contractor, or any other Contractor or any sub -contractor shall suffer loss or damage of the work, the Contractor agrees to settle with such other Contractor or sub -contractor by agreement or arbitration. If such other Contractor or sub- contractor shall assert any claim against the owner on account of damage alleged to have been sustained, the owner will notify the Contractor, who shall indemnify and save harmless the owner against any such claim. C5-5.17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be accomplished in keeping with a daily routine established to the satisfaction of the Engineer. Twenty-four (24) hours after written notice is given the Contractor that the ,w clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice, and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. -� Upon the completion of the project as a whole as covered by these Contract Documents, and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus and discarded materials, temporary structures., and debris of every 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 him and shall deliver over such materials and equipment in a bright, clean, polished and new appearing condition. No extra compensation will be made to the Contractor for any clean-up required on the project. C5-5 (7) MW C5-5.18 FINAL INSPECTION: Whenever the work provided for in and MW contemplated under the Contract Documents has been satisfactorily completed and final clean-up performed, the Engineer will notify the proper officials of the Owner and request r that a Final Inspection be made. Such inspection will be made within 10 days after such notification. After such final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work. LJ 1W ON 1W W W VP w 40 w 1W C5-5 (8) MW PART C - GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 LAWS TO BE OBSERVED:The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea or misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation, or order, whether it be by himself or his employees. C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges, costs and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6.3 PATENTED DEVICES, MATERIALS, AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the ,. patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract price shall include all royalties or cost arising from patents, trademarks, and copyrights 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 trade -mark or copyright 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 the design, type of construction or material or equipment specified in the Contract Documents famished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits. C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor and their use shall be strictly enforced by C6-6(1) qPF the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from ow objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work shall be placed and used, and the work shall at all times be so conducted, as to cause no greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including, but not limited to, safe and convenient ingress and egress to the property contiguous tot he work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic, except during actual trenching or pipe installation operations, at all driveway crossings. Such *� provisions may include bridging, placement or crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate. Such other means may include the diversion of driveway traffic, with specific approval by the Engineer, If diversion of traffic is approved by the Engineer at any location, the Contractor may make arrangements satisfactory to the Engineer for the diversion of traffic, and shall, at his expense, provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed except by special permission of the Engineer. The materials excavated and the construction materials such as pipe used in construction 60 of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes, police call boxes, water valves, gas valves, or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the VW Contractor as regards to public convenience and safety which may come to its attention, after twenty-four hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case, the .t cost of such workor materials furnished by the Owner or by the City shall be deducted from the monies due or to become due to the Contractor. ae The Contractor, after approval of the Engineer, shall notify the Fire Department Headquarters, Traffic Engineer, and Police Department, when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets, alleys, or hydrants are placed, back in service. Where the Contractor is required to construct temporary bridges or make other WE arrangements, for crossing over ditches or streams, his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the so structures of such crossings. C6-6(2) ftF _ The Contractor shall at all times conduct his operation and use of construction machinery so as not to damage or destroy trees and scrubs located in close proximity to or on the site .. of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of property owners, and no payment will be made by the Owner in settlement of such claims. The Contractor shall file with the Engineer a written statement showing all such claims adjusted. C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS ALLEYS AND " RIGHT-OF-WAY: For the performance of the contract, the Contractor will be permitted to use and occupy such portions of the public streets and alleys, or other public places or other rights -of -way as 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 the construction ,. operations. Excavated and waste materials shall be piled or staked in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. If the street is occupied by railroad tracks, the work shall be 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 Contractor and shall be provided all reasonable facilities and assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. C6-6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railroad, the City will secure the necessary easement for the work. Where the railroad tracks are to be crossed, the Contractor shall observe all the regulations and instructions of the railroad company as to the methods of performing the work and take all precautions for the safety of property and the public. Negotiations with the railway companies for the permits shall be done by and through the City. The Contractor shall give the City Notice not less than five days prior to the time of his intentions to begin work on that portion of the project which is related to the railway properties. The Contractor will not be given extra compensation for such railway crossings unless specifically set forth in the Contract Documents. C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: Where the .work is carried on in or adjacent to any street, alley, or public place, the Contractor shall at his own expense furnish, erect, and maintain such barricades, fences, lights, and danger signals, shall provide such watchman, and shall take all such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning .. light at each barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away from, and vehicles from being driven on or into, any work under .. C6-6(3) w construction or being maintained. The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to protect the work and prevent aw accident or damage. All installations and procedures shall be consistent with provisions set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Veron's Civil Statues, pertinent section being Section Nos. 27, 29, 30 and 31. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the -City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number 871-8075), to remove the sign. In case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referred manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re- installed, the Contractor shall again contact the Signs and Markings Division to re -install the permanent sign and shall leave his temporary sign in place until such re -installation is completed. The Contractor will be held responsible foe all damage to the work or the public due to failure of barricades, signs, fences, lights, or watchmen to protect them. Whenever evidence is found of such damage to the work the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor's own expense. The Contractor's responsibility for the maintenance of barricades, signs, fences and lights, and for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation, except as specifically provided in these Contract Documents, will be +- paid to the Contractor for the Work and materials involved in the constructing, providing, and maintaining of barricades, signs, fences, and lights or salaries of watchmen, for the subsequent removal and disposal of such barricades, signs, or for any other incidentals necessary for the proper protection, safety, and convenience of the public during the contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal. C6-6.9 USE OF EXPLOSIVES, DROP WEIGHT, ETC.: Should the Contractor elect to use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be 4W exercised at all times so as not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation, any company, individual, or ow utility, and the Owner, not less than twenty-four hours in advance of the use of any *. C6-6(4) IRW qM activity which might damage or endanger their or his property along or adjacent to the work. „„ Where the use of explosives is to be permitted on the project, as specified in the Special Conditions Documents, or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish .. evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives. C6-6.10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into private property, the Owner will provide such right-of-way or easement privileges, as the City may deem necessary for the prosecution of the work. Any additional rights -of -way or work area considered necessary by the Contractor shall be provided by him. at his expense. Such additional rights -of -way or work area shall be acquired for the benefit of the City. The City shall be notified in writing as to the rights so acquired before work begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the work as a part of the project construction operations. The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage to, all tress, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, .f including the construction of temporary fences and to all, other public or private property adjacent to the work. The Contractor shall notify the proper representatives of the- owners or occupants of the public or private lands of interest in lands which might be affected by the work. Such notice shall be made at least 48 hours in advance of the beginning of the work. Notices -- shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the work. The Contractor shall be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the work, or at any time due to defective work, material, or equipment. When and where any direct or indirect or injury is done to public or private property on IdW account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of non -execution thereof on the, part of the Contractor, he shall restore or have restored as his 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 C6-6(S) W replacing and restoring as may be directed by the Owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. "~ All fences encountered and removed during construction of this project shall be restored MW 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 brace posts on either side of the permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross -braced posts at the point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits, before the fence is cut. %W Temporary fencing shall be erected in place of the fencing removed whenever the work is not_ in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost for fence removal, temporary closures and replacement shall be subsidiary to the various items bid in the project proposal. Therefore, no separate payment shall be allowed for any service associated with this work. In case of failure on the part of the Contractor to restore such property or to make good such damage or injury, the Owner may, upon 48 hour written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results, proceed to repair, rebuild, or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any monies due to or to become due to the Contractor under this contract. C6.6.11 INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that the Contractor shall perform all work and services hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the Owner. Contractor shall have exclusive control of and exclusive right to control the details of all work and services performed hereunder, and all persons performing the same, and shall be solely responsible for the acts and omissions of its officers, agents, servants, employees, contractor, subcontractors, licensees and invitees. The doctrine of respondeat superior shall not apply as between Owner and Contractor, its officers, agents, employees, contractors and subcontractors, and nothing herein shall be construed as creating a partnership or joint enterprise between Owner and Contractor. C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to, and does hereby indemnify, hold harmless and defend Owner, its officers, agents, servants, and employees from and against any and all claims or suits for property damage or loss and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services -to be performed hereunder by the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence on the part of officers, agents, employees, contractors, subcontractors, licensees or invitees of the C6-6(6) 1W Owner; and said Contractor does hereby covenant and agree to assume all liability and ' responsibility of Owner, its officers, agents, servants, and employees for property damage or loss, and/or personal injuries, including death, to any and all person of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence of officers, agents, employees, contractors, subcontractors, licensees or invitees of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and against any and all injuries, loss or damages to property of the Owner during the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from, in whole or in apart, any and all alleged acts of ,. omission of officers, agents, employees, contractors, subcontractors, licensees, or invitees of the Owner. In the event a written claim for damages against the contractor or its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Water Department, as evidenced by a final inspection, final payment to the Contractor shall not be recommended to 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 claims concerned remains unsettled as of the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in the amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of performance of such work, and such semi-final payment may then be recommended by the Director. .P The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the .o acceptance of the work performed unless the Contractor submits evidence in writing satisfactory tot he Director that: 1. The claim has been settled and a release has been obtained from the claimant involved, or 2. Good faith efforts have been made to settle such 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 dw met at any time within the six month period, the Director may recommend that final payment to the Contractor be made. At the expiration of the six month period, the .. C6-6(7) Director may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction of "" the Director. The Director may, if he deems it appropriate, refuse to accept bids on other Water bw Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. Mr C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim compensation foe any alleged damage by reason of the acts or omissions of the Owner, he 400 shall within three days after the actual sustaining of such alleged damage, make a written statement to the Engineer, setting out in detail the nature of the alleged damage, and on or before the 25th day of the month succeeding that in which ant such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of the details and the amount of such alleged damage and, upon request, shall give the Engineer access to all books of account, receipts, vouchers, bills of lading, and other �e books or papers containing any evidence as to the amount of such alleged damage. Unless such statements shall be filed as hereinabove required, the Contractor's claim for compensation shall be waived, and he shall not be entitled to payment on account of such +w damages. C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC.: In case it is necessary to change, move, or alter in any manner the property of a public utility or others, the said property shall not be moved or interfered with until orders thereupon have been issued by the Engineer. The right is reserved to the owners of public utilities to enter "W the geographical limits of the Contract for the purpose of making such changes or repairs to the property that may be necessary by the performance of this Contract. .. C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing sewer lines have to be taken up or removed, the Contractor shall, at his own expense and cost, provide and maintain temporary outlets and connections for all private or public drains and sewers. The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers, and for this purpose he shall provide and maintain, at his own cost and expense, adequate pumping facilities and temporary outlets or divisions. as The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other structures necessary, and be prepared at all times to dispose of drainage and sewage received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers and connections shall be kept in service and maintained under the Contract, except when specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. a.r .. C6-6(8) W ,W C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City V, Water Department for so doing. City water furnished to the Contractor shall be delivered to the Contractor from a 40 connection on an existing City main. All piping required beyond the point of delivery shall be installed by the Contractor at his own expense. am The Contractor's responsibility in the use of all existing fire hydrant and/or valves is detailed in Section E2-1.2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges, if any, for water will be made at the regular established rates. When meters are not used, the charges, if any, will be as prescribed by the City ordinance, or where no ordinances applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C 6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable ow condition, it may be put into use upon the written notice of the Engineer, and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents. All necessary repairs and removals of any section of the work so put into use, due to defective materials or .workmanship, equipment, or deficient operations on the part of the Contractor, shall be performed by the Contractor at his expense. C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in these Contract Documents, the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove causes. C6-6.19 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents. Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents. C6-6(9) Rpr C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representative of the Owner, either personally or other wise as they are agents and representatives of the City. C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth, 10 and organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and ,s shall comply with the provision of State Comptroller's Ruling .011, and any other applicable State Comptroller's rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. <+r On a contract awarded by a developer for the construction of a publicly -owner improvement in a street right-of-way or other easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant the provisions of Article .20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor can probably be exempted in the same manner stated above. Texas Limited Sales, Excise, and Use Tax Act permits and information can be obtained from: "W Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX VW WN low W VM C6-6(10) IM _ PART C - GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS TM SECTION C7-7 PROSECUTION AND PROGRESS: �. C7-7.1 SUBLETTING: The Contractor shall perform with his own organization, and with the assistance of workmen under his immediate superintendance, work of a value of not less than fifty (50%) percent of the value embraced on the contract. If the .. Contractor sublets any part of the work to be done under these Contract Documents, he will not under any circumstances be relieved of the responsibility and obligation assumed under these Contract Documents. All transactions of the Engineer will be with the Contractor. Subcontractors will be considered only in the capacity of employees or workmen of the Contractor and shall be subject tot he 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, 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, or otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to any person or persons, partnership, company, firm, or corporation, or does by ,. bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any states, attempt to dispose of the contract may, at the option of the Owner be revoked and annulled, unless the Sureties shall successfully complete said contract, and in the event of -• any such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retained by the Owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages. C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction operations, the Contractor shall submit to the Engineer in five or more copies, if "' requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step the manner of prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. There shall be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period. W The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials, and labor as is necessary to insure its completion within the time limit. C7-7(1) Wd The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents. Any Deviation from such sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the Engineer. Such specification or approval by the Engineer shall not relieve the Contractor from full responsibility of the complete performance of the Contract. The contract time may be changed only as set forth in Section C7-7.8 EXTENSION OF TIME OF COMPLETION of this Agreement, and a progress schedule shall not constitute a change in the contract time. C7-7.4 LIMITATION OF OPERATIONS: The working operations shall at all a.. times be conducted by the Contractor so as to create a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way greater than is necessary for proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on any additional section or street. C7-7.5 CHARACTER OF WORKMEN AND EOUIPMENT: Local labor shall be used by the Contractor when it is available. The Contractor may bring from outside the City of Fort Worth his key men and his superintendent. All other workmen, including equipment operators, may be imported only after the local supply is exhausted. The Contractor shall employ only such superintendents, foremen, and workmen who are careful, competent, and fully qualified to perform the duties and tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner, shall misconduct himself or to be found to be incompetent, disrespectful, intemperate, dishonest, or otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglect or refuses to comply with or carry out the direction of the owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have sufficient skill, ability, and experience to properly perform the work assigned to them and operate any equipment necessary to properly carry out the performance of the assigned duties. The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for the prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the k' Engineer and shall be maintained in a satisfactory, safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work. Workmen or adjacent property will result from its use. Ur C7-7(2) MW i C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of the work completed as defined in C1-1.23 "WORKING DAYS" or .. the date stipulated in the "WORK ORDER" for beginning work, whichever comes first. Nothing in these Contract Documents shall be construed as prohibiting the Contractor MW 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 that the preceding Thursday. b. Any work to be done on the project on such a specific Saturday, Sunday or Legal Holiday must be, in the opinion of the Engineer, essential to the timely completion of the project. The Engineer's decision shall be final in response to such a request for approval to work on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday. aw Calendar Days shall be defined in C1-1.24 and the Contractor may work as he so desires. C7-7.7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall commence the working operations within the time specified in the Contract Documents and set forth in the Work Order. Failure to do so shall be considered by the owner as .. abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit. i The Contractor shall maintain a rate of progress such as will insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time established in such documents and such extension of time as may be properly authorized. C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor's request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval. In adjusting the contract time for completion of work, consideration will be given to unforeseen causes beyond the control of and without the fault or negligence of the Contractor, fire, flood, tornadoes, epidemics, quarantine restrictions, strikes, embargoes, or delays of sub -contractors due to such causes. C7-7(3) ON When the date of completion is based on a calendar day bid, a request for extension of time because of inclement weather will not be considered. A request for extension of time 'W due to inability to obtain supplies and materials will be considered only when a review of the Contractor's purchase order dates and other pertinent data as requested by the Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on schedule. This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery. �r If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents, then the contract time mat be increased by Change Order. C7-7.9 DELAYS: The Contractor shall receive no compensation for delays or w hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed, a written statement thereof shall be presented by the Contractor to the Engineer and if by the Engineer found correct, shall be approved and referred by the Engineer to the City Council for final approval or disapproval; and the action thereon by the City Council shall be final and binding. If delay is caused by specific orders given by the Engineer to stop work, or by the performance of extra work, or by the failure of the City to provide material or , necessary instructions for carrying on the work, then such delay will entitle the Contractor "" to an equivalent extension of time, his application for 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 from all his obligations hereunder which shall VW 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 proposal, the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the proposal section of the Contract Documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the successful bidder or the City will become the time of completion specified in the •• Contract Documents. For each calendar day that any work shall remain uncompleted after the time specified in ■- the Contract Documents, or increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is. signed, the sum per day given in the following schedule, unless otherwise specified in other parts of the Contract Documents, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the Owner. IM C7-7(4) *. MW AMOUNT OF CONTRACT AMOUNT OF LIQUIDATED DAMAGES PER DAY Less than $ 5,000 inclusive $ 35.00 me $ 5,001 to $ 15,000 inclusive $ 45.00 $ 15,001 to $ 25,000 inclusive $ 63.00 $ 25,001 to $ 50,000 inclusive $ 105.00 •.� $ 50,001 to $ 100,000 inclusive $ 154.00 $ 100,001 to $ 500,000 inclusive $ 210.00 $ 500,001 to $ 1,000,000 inclusive $ 315.00 *► $ 1,000,001 to $ 2,000,000 inclusive $ 420.00 $ 2,000,000 and over $ 630.00 The parties hereto understand and agree that any harm to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the Contract Documents would be incapable or very difficult to calculate due to lack of accurate information, and that the "Amount of Liquidated Damages Per Day", as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. C7-7.11 SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court, and will not be entitled to additional compensation by virtue of such court order. Neither will he be liable to the City in the vent the work is suspended by a Court Order. Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible. C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unsuitable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of the work covered by this contract, for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. Should the Contractor not be able to complete a portion of the project due to causes N. beyond the control of and without the fault or negligence of the Contractor as set forth in Paragraph C7-7.8 EXTENSION OF THETIME OF COMPLETION, and should it be C7-7(5) W determined by mutual consent of the Contractor and the Engineer that a solution to allow construction to proceed is not available within a reasonable period of time, then the FM Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer that construction may be resumed. Such reimbursement shall be based on actual cost to the i" Contractor of moving the equipment and no profit will be allowed. No No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth. aw The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations. 4. C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency, so declared by the president of the United ,. States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months, the Contractor shall within seven days notify the City in writing, giving a detailed statement of the efforts which have been made and listing all necessary items of labor, materials, and equipment not obtainable. If, after investigations, the owner finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contractor, than if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials, and equipment within thirty days, the Contractor my request the owner to terminate the contract and the owner may comply with the request, and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include. But not be limited to the payment for all work executed but not anticipated profits on work which has not been performed. C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF THE CONTRACT: The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared canceled by the City Council for any good and sufficient cause. The following, by way of example, but not of limitation, may be considered grounds for suspension or cancellation: a. Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner. b. Substantial evidence that progress of the work operations by the Contractor is insufficientto complete the work within the specified time. 4W W C7-7(6) M - C. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. d. Substantial evidence that the Contractor has abandoned the work. e. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work satisfactorily. f. Failure on the part of the Contractor to observe any requirements of the MW Contract Documents or to comply with any orders given by the Engineer or Owner provided for in these Contract Documents. — g. Failure of the Contractor promptly to make good any defect in materials or workmanship, or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. h. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under i contract. M CJ i. A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose. j. If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. k. If the Contractor commences legal action against the Owner. A Copy of the suspension order or action of the City Council shall be served on the Contractor's Sureties. When work is suspended for any cause or causes, or when the contract is canceled, the Contractor shall discontinue the work or such part thereof as the owner shall designate, whereupon the Sureties may, at their option, assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue, and may perform the same or may, with written consent of the owner, sublet the work or, that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents. The Sureties, in such event shall assume the Contractor's place in all respects, and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contract Documents. All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses, subject to all of the terms of the Contract Documents. C7-7(7) MW In case the Sureties do not, within the hereinabove specified time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner 'w has ordered the Contractor to discontinue, then the Owner shall have the power to complete, by contract or otherwise, as it may determine, the work herein described or such work thereof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials, plants, tools, equipment, supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools, equipment, materials, labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense for labor, materials, tools, equipment, and all expenses incidental.. thereto. The expense so charged shall be deducted by the owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be the actual cost of the owner of such work An In case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contract, then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with the performance of the work by the Owner. C7-7.15 FULFILLMENT OF CONTRACT: The Contract will be considered as having been fulfilled, save as provided in any bond or bonds or by law, when all the work and all sections or parts of the project covered by the Contract Documents have been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner. on C7-7:16 TERMINATION FOR CONVENIENCE OF THE OWNER: The performance of the work under this contract may be terminated by the Owner in whole, or from time to time in part, in accordance with this section, whenever the Owner shall determine that such termination is in the best interest of the Owner. A. NOTICE OF TERMNATION: Any Termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the Owner. Further; it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any C7-7(8) W claim, demand or suit shall be required of the Owner regarding such discretionary action ., B. CONTRACTOR ACTION: After receipt of a notice of termination. and except as otherwise directed by the Engineer, the Contractor shall: 1. Stop work under the contract on the date and to the extent specified in the notice of termination; .r 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the work under the contract or as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by notice of termination; 4. transfer title to the Owner and deliver in the manner, at the times, and to the extent, if any, directed by the Engineer: A. the fabricated or unfabricated parts, work in progress, completed work, supplies and other material produced as a part of, or acquired in connection with the performance of, the work terminated by the notice of the termination; and b. The completed, or partially completed plans, drawings, information and other property which, if -- the contract had been completed, would have been required to be furnished to the Owner. 1W 5. complete performance of such work as shall not have been terminated by the notice of termination; and ae 6. Take -such action as may be necessary, or as the Engineer may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. At a.time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the Engineer a list, ow certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of .. C7-7(9) up which has been directed or authorized by Engineer, Not later than 15 days thereafter, the owner shall accept title to such items provided, that the list submitted shall be subject to verification by the Engineer upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. C. TERMINATION CLAIM: Within 60 days after the notice of termination, the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more extensions in writing are granted by the Owner upon request of the Contractor, made in writing within such 60-day period or authorized extension thereof, any and all such claims shall be conclusively +� deemed waived. D. AMOUNTS: Subject to the provisions of Item C7-7.1(C), the Iw Contractor and the Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of the work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price reduced by the amount of payments otherwise made and as further reduced by the contract price work not terminated. The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. No amount shall be due for lost or anticipated profits> Nothing in C7-7.16(E) loop hereafter, prescribing the. amount to be paid to the Contractor by reason of the termination of work pursuant.to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. E. FAILURE TO AGREE: In the event of the failure of the Contractor and the Owner to agree as provided in C7-7.16(D) upon the whole amount to be paid to the Contractor by reason of the termination of the work pursuant to this section, the Owner shall determine, on the basis of +» information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. No amount shall be due for lost or anticipated profits. F. DEDUCTIONS: In arriving at the amount due the Contractor under this section there shall be deducted; 1W 1. all unliquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract; s. C7-7(10) M !" 2. any claim which the Owner may have against the Contractor in connection with this contract; and 3. the agreed price for, or the proceeds of the sale of, any materials, supplies or other things kept by the Contractor or sold, pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. G. ADJUSTMENT: If the termination hereunder be partial, prior to the `w settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an equitable adjustment of the price or prices specified in the contract relating to the continued '! portion of the contract (the portion not terminated by notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or prices; noting contained herein, however, shall limit the right of the owner and the Contractor to agree upon the amount or amounts to be paid tot he 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. H. NO LIMITATION OF RIGHTS: Noting 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 entitled "SUSPENSION OR .r ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT" or any other right which the Owner may have for default or breach of contract by Contractor. C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. i r+ Im 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(11) w PART C - GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8-8.1 MEASUREMENT OF QUANTITIES: The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights of the materials and item installed. C8-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said am "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, finishing costs, overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other clauses, 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. C8-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all subsidiary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution 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, C8-8(1) QW 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 R, 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 one year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the 1" and the 5d' •- day of each month, the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month, or estimate period under the Contract Documents. Not later than the 10d' day of the month, the Engineer shall verify such estimate, and if it is found to be acceptable and the value of the work performed since the last partial payment was made exceeds one hundred dollars ($100.00) inn amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount is less than $400,000.00, or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400,000.00 or greater, within twenty-five (25) days after the regular estimate period. The City will have the option of preparing estimates on forms furnished by the City. The partial estimates may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work as a permanent part thereof, but which at the time of the estimate have not been installed (such payment will be allowed on a basis of 85% of the net invoice value thereof). The Contractor shall furnish the Engineer such information as he may request to aid him as a guide in the verification or the preparation of partial estimates. It is understood that partial estimates from month to month will be approximate only, all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate, and such estimate shall not, in any respect, be taken as an admission of the Owner of the amount of work •- done or of its quantity of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any monthly estimate if the Contractor fails to perform the work strictly in accordance with the specifications or provisions of this Contract. _ C8-8(2) 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 been completed and all requirements of the Contract Documents shall have been fulfilled on the part of the Contractor, the Contractor shall _ notify the Engineer in writing that the improvements are ready for final inspection. The Engineer shall notify the appropriate officials of the Owner, will within a reasonable time make such final inspection, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof; the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment thereof as outlines in paragraph 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 final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. All prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. The amount of the final estimate, less previous payments and any sums that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after the final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the owner satisfactory evidence of compliance as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit as furnished by the City, certifying that; A. all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full, B. that the wage scale established by the City Council in the City of Fort " Worth has been paid, and C. that there are no claims pending for personal injury and/or property ' damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of said City relating to or connected with the Contract. C8-8(3) M qF The making of the final payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue I' thereafter. C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has employed competent engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents. It is, therefore, agreed that the kj Owner shall be responsible for the adequacy of its own design features, sufficiency of the Contract Documents, the safety of the structure, and the practicability of the operations of the completed project, provided the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereof 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 Contract Documents, approved modifications thereof, and all alterations thereof. C8-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of the work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to the 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 and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. i C8-8.11 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. C8-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one - tenth 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. C8-8.13 RECORD DOCUMENTS: The Contractor shall keep on record a copy of all specifications, plans, addenda, modifications, shop drawings and samples at the C8-8(4) 4M .. me WE M Md M w s as site, in good order and annotated to show all changes made during the construction process. These shall be delivered to the Engineer upon completion of the work. CS-S(5) r SECTION Cl: '~ SUPPLEMENTARY CONDITIONS TO PART C - GENERAL CONDITIONS A. General an 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. 4W B. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent (10%). For contracts of $400,000 or more at the time of execution, retainage shall be five percent (501a). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It -is understood that the partial pay estimates °will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of -work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. Part C . General Conditions: Paragraph C3-3.11 of the General Conditions is deleted and replaced with D-3 of Part D - Special Conditions. D. C3-3.11 INSURANCE: Page C3-3 (b): Delete subparagraph "gl LOCAL AGENT FOR INSURANCE AND BONDING" Revised Pg. 1 l0/24/02 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 a... covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of or -� alleged to arise out of the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and 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 injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. INCREASED OR DECREASED QUANTITIES: Part C - General Conditions, Section C4-4 SCOPE OF WORD, Page C 4-4 (1), revise paragraph C4-4.3 INCREASED OR DECREASED QUANTITIES to read as follows: The Owner reserves -the -right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. C3-3.11 INSURANCE: Page CM (7): Add subparagraph "h. ADDITIONAL ff"41 124/02 Pg. 2. MW INSURANCE REQUIREMENTS" V9 a. The City, its officers, employees and servants shall be endorsed as an additional insured ow on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non -renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self -funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk �. retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favorof 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 I ot be called upon to contribute to doss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any, known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. 1. Contractor's liability shall not be limited to the specified amounts of insurance required herein. Revised Pg. 3 10/24/02 in. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. H. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: 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. C8-8.10 GENERAL GUARANTY: Delete C8-8.10, General Guaranty at page C8-8(4) is deleted in its entirety, and replaced with the following: Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy, or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of final acceptance of the work unless a_ longer period is specified and shall furnish a good "and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined The Owner will give notice of observed defects with reasonable promptness. Revised 10/24/02 Pg. 4 OP PW M NK Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date, of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. J. Part C - General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2.7, C2-2.8 and C2-2.9 with the following: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, P.O. Box 17027, Fort Worth, Texas 76102. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non -consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non -consideration are opened and publicly read aloud, the proposals for which non -consideration requests have been properly filed may, at the option of the Owner, be returned unopened C2-2.9 TELEGRAPI-11C MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal 'opening time; and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal K: C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated November 11 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: Revised 10/24/02 Pg.; 5 s 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 C3-3.11 INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING". as .. L. RIGHT TO AUDIT: Part C - General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: im C8-8.14 RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. as (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 aright 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 V" provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits. (c) Contractor and subcontractor agree to photocopy;such documents as may be AW 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 Revised Pg. 6 10/24/02 2, More than 50 copies - 85 cents for the first page plus fifteen cents for each page thereafter M. SITE PREPARATION: The Contractor shall clear rights -of -way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project construction operations. The contractor's attention is directed to paragraph C6-6.10 work within easements, page C6-6(4), part C - General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe. N. Reference Part C General Conditions, Section C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: 1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the word flagmen. 2. In the first paragraph, lines five (5) and six (6), change the phrase take all such other ,precautionary measures to take all reasonable necessary measures. O. NIINORITY/WO1VlEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide. to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract d/or initiating action under appropriate federal, state or local laws or ordinances relating t-o false statements; further, any such misrepresentation (other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being 'determined to be irresponsible and barred from participating in City work for a period of `dime of not less than thee (3) years. Revised Pg. 7 40/24/02 P. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by:the City. The provisions of Section C-1, L. Right to Audit (Rev. 9/30/02) pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above- (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with t1le requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Revised 10/24/02 Pg. 8 how ,M MW Ow M. 0, .. w Aw sw ,*W me -00 PART D - SPECIAL CONDITIONS k" W. .. D-1 D-2 D-3 GENERAL.....................................................................................................................3 COORDINATION MEETING.........................................................................................5 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ................5 D- 4 COORDINATION WITH FORT WORTH WATER DEPARTMENT................................7 D- 5 CROSSING OF EXISTING UTILITIES..........................................................................7 D- 6 EXISTING UTILITIES AND IMPROVEMENTS..............................................................8 D- 7 CONSTRUCTION TRAFFIC OVER PIPELINES...........................................................8 D- 8 TRAFFIC CONTROL.....................................................................................................9 D- 9 DETOURS...................................................................................................................10 D- 10 EXAMINATION OF SITE.............................................................................................10 D- 11 ZONING COMPLIANCE...............................................................................................10 D- 12 WATER FOR CONSTRUCTION..................................................................................10 D- 13 WASTE MATERIAL................................................................................ .....................10 D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE......................................................10 D- 15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK.................................11 D- 16 SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES ............................11 D- 17 BID QUANTITIES........................................................................................................11 D- 18 CUTTING OF CONCRETE..........................................................................................12 D- 19 PROJECT DESIGNATION SIGN.................................................................................12 D- 20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT......................................12 D- 21 MISCELLANEOUS PLACEMENT OF MATERIAL........................................................12 D- 22 CRUSHED LIMESTONE BACKFILL............................................................................13 D- 23 2:27 CONCRETE........................................................................................ .................13 D- 24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION.........................................13 D- 25 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS ............ 14 D- 26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ................15 D- 27 SANITARY SEWER MANHOLES................................................................................16 D- 28 SANITARY SEWER SERVICES..................................................................................19 D- 29 REMOVAL SALVAGE AND ABANDONMENT OF EXISTING FACILITIES................20 D- 30 DETECTABLE WARNING TAPES...............................................................................23 D- 31 PIPE CLEANING..........................................................................................................23 D- 32 DISPOSAL OF SPOIL/FILL MATERIAL.......................................................................23 D- 33 MECHANICS AND MATERIALMEN'S LIEN.................................................................23 D- 34 SUBSTITUTIONS ............................. ...........................................................................24 D- 35 PRE -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER.............24 D- 36 VACUUM TESTING OF SANITARY SEWER MANHOLES..........................................27 D- 37 BYPASS PUMPING .................. ...................................................................................28 D- 38 POST -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ..........28 D- 39 SAMPLES AND QUALITY CONTROL TESTING .........................................................30 D- 40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE)................................................................31 D- 41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ........................32 D- 42 PROTECTION OF TREES, PLANTS AND SOIL.........................................................32 D- 43 SITE RESTORATION..................................................................................................32 D- 44 CITY OF FORT WORTH STANDARD PRODUCT LIST...............................:..............33 D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING ..............................................33 D- 46 CONFINED SPACE ENTRY PROGRAM.....................................................................38 D- 47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ............................39 D- 48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS)......................39 D- 49 CONCRETE ENCASEMENT OF SEWER PIPE..........................................................40 06120108 SC-1 PART D - SPECIAL CONDITIONS D- 50 CLAY DAM...................................................................................................................40 D- 51 EXPLORATORY EXCAVATION (D-HOLE)..................................................................40 D- 52 INSTALLATION OF WATER FACILITIES....................................................................40 52.1 Polyvinyl Chloride (PVC) Water Pipe...........................................................................40 52.2 Blocking.......................................................................................................................41 52.3 Type of Casing Pipe.....................................................................................................41 52.4 Tie-Ins..........................................................................................................................41 52.5 Connection of Existing Mains ............................. :......................................................... 41 52.6 Valve Cut-Ins...............................................................................................................42 52.7 Water Services............................................................................................................42 52.8 2-Inch Temporary Service Line....................................................................................44 52.9 Purging and Sterilization of Water Lines......................................................................45 52.10 Work Near Pressure Plane Boundaries.......................................................................45 52.11 Water Sample Station..................................................................................................46 52.12 Ductile Iron and Gray Iron Fittings................................................................................46 D- 53 SPRINKLING FOR DUST CONTROL..........................................................................47 D- 54 DEWATERING............................................................................................................47 D- 55 TRENCH EXCAVATION ON DEEP TRENCHES.........................................................47 D- 56 TREE PRUNING..........................................................................................................47 D- 57 TREE REMOVAL.........................................................................................................48 D- 58 TEST HOLES...............................................................................................................48 D- 59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION....................................................................................................48 D- 60 TRAFFIC BUTTONS....................................................................................................49 D- 61 SANITARY SEWER SERVICE CLEANOUTS..............................................................49 D- 62 TEMPORARY PAVEMENT REPAIR............................................................................50 D- 63 CONSTRUCTION STAKES.........................................................................................50 D- 64 EASEMENTS AND PERMITS......................................................................................50 D- 65 PRE -CONSTRUCTION NEIGHBORHOOD MEETING................................................51 D- 66 WAGE RATES.............................................................................................................51 D- 67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE......................................53 D- 68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN1 ACRE)............................................................................................................53 D- 69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS....................................................................................55 D- 70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD.............................................56 D- 71 EARLY WARNING SYSTEM FOR CONSTRUCTION.................................................56 D- 72 AIR POLLUTION WATCH DAYS................................................................................57 D- 73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS.....................................57 D- 74 GREEN CEMENT POLICY 59 06120108 SC-2 .m r. m .. r Aw aw s PART D - SPECIAL CONDITIONS This Part D — Special Conditions is complimentary to Part C — General Conditions and Part C1 — Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is additive to any provision in Part C — General Conditions and part C1 — Supplementary Conditions to Part C of the Contract are to be read together. Any conflict between Part C — General Conditions and Part C1 — Supplementary Conditions of the Contract and this Part D, Part D shall control. FOR: 2004 CAPITAL IMPROVEMENT PROJECTS, YEAR 4 — CONTRACT 49 BYERS AVE. (BELLE PL. TO CLOVER LN.); BYERS AVE. (KENLEY ST. TO CAMP BOWIE); DEXTER AVE. (DOROTHY LN. TO SUTTER ST) LAFAYETTE AVE. (CLOVER LN. TO TREMONT AVE.) OWASSO ST. (CRESTLINE RD. TO LAFAYETTE AVE.) FORT WORTH, TEXAS DOE PROJECT NO.: 5448; CITY PROJECT NO.: 00451 WATER DEPARTMENT PROJECTS NO. P253-541200-607170045183 P258-541200-707170045183 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 wafter 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: 06120108 SC-3 PART D - SPECIAL CONDITIONS 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - .. CITY OF FORT WORTH 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH �l CENTRALTEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in Im 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 ow of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the .. contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non -responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and the name or description of the project as designated in the "Notice to Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102. B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for 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 time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. Maw SC-4 = _ PART D - SPECIAL CONDITIONS 40 em D-2 COORDINATION MEETING For coordination purposes, weekly meetings at the job site may be required to maintain the project on the desired schedule. The contractor shall be present at all meetings. D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions: 1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Persons providing services on the project ("subcontractor" in §406.096)- includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering 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 0&20/0s SC-5 I im PART D - SPECIAL CONDITIONS .. 2. No later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of .. coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project UM and for one year thereafter. G. The contractor shall notify the governmental entity 1n 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. 1. 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. a, 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 0&20i08 SC-6 PART D - SPECIAL CONDITIONS 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1)-(7), with the certificates of coverage to be provided to the person for whom they are providing services. 8. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. 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. 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) 463-3642 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 06120108 SC-7 PART D - SPECIAL CONDITIONS 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 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. Contractor shall make all _ necessary provisions (as approved or authorized by the applicable 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 permanent relocation of existing utilities in direct conflict 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 osrzaos SC-8 PART D - SPECIAL CONDITIONS line and the existing lines from these possibly excessive loads. The Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the site. Any damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the City. In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more frequent crossings of the pipes are allowed. It still is, however, the responsibility of the Contractor to repair any damage to the existing or proposed lines, if the damage results from any phase of his construction operation. D- 8 TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on �. Highways," codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. 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 "Typicals" 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, 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 817-392-7738) 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 perrrianent 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 lump sum pay item for traffic control shall cover design and / or installation, and maintenance of the traffic control plan. �a or0&20/08 SC-9 PART D - SPECIAL CONDITIONS fte D- 9 DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. D-10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such .. examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be '— given to these details during the preparation of the Proposal and all unusual conditions, which may give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. D- 11 ZONING COMPLIANCE During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. 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- •• OWOI08 SC-10 8-0 PART D - SPECIAL CONDITIONS of -way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make I — 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 cut -sheets have been received from the City inspector. D-16 SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 1. A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING - UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." .. 2. Equipment that may be operated within ten feet of high voltage lines shall have insulating OF 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 (ONCOR) 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 ONCOR, and shall record action taken in each case. 4. The Contractor is required to make arrangements with the ONCOR 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 IM 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. o6 2a(08 SC-11 PART D - SPECIAL CONDITIONS %W 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 MW (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 V-0" by 2'-0" in size. The information box shall have the following information: " For Questions on this Project Call: (817) 392-8306 M-F 7:30 am to 4:30 p.m. or (817) 392-8300 Nights and Weekends Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D- 20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks and/or driveways, such sidewalks and/or driveways shall be completely replaced for 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. 06120108 SC-12 MW PART D - SPECIAL CONDITIONS D- 22 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208.2 - Materials and Division 2 Item 208.3 - Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill, Construction Specifications, General Contract Documents. .. 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 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 testing laboratory and must include representative samples of soils in all involved areas, with a map showing the location and depth of the various test holes. If excavated material is obviously granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type "C" or "D" Backfill, and E2-2.11 Trench Backfill for additional requirements. When Type "C" back -fill material is not suitable, at the direction of the Engineer, Type "B" backfill material shall be used. In general, all backfill material for trenches in existing paved streets shall be in accordance with Figure A. Sand material specified in Figure A shall be obtained from an approved source and shall consist of durable particles free of thin or elongated pieces, lumps of clay, soil, loam or vegetable matter and shall meet the following gradation: 06120108 SC-13 PART D - SPECIAL CONDITIONS No • 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 % Retained 1 " 0-10 1 /2" 40-75 3/8" 55-90 #4 90-100 #8 95-100 All other provisions of this section shall remain the same. 3. TRENCH COMPACTION: All trench backfill shall be placed in lifts per E2-2.9 Backfill. Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90% Standard Proctor Density (A.S.T.M. D698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. ow UIF Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% .. Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted as described above must be within +-4% of its optimum moisture content. The City, at its own expense, will perform trench compaction tests per A.S.T.M. standards on all trench backfill. Any retesting required as a result of failure to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City. These 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. D- 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. 1.0 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. .. 0sr20i08 SC-14 .. PART D - SPECIAL CONDITIONS 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 gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter line. The pavement shall be replaced within a maximum of five (5) working days, providing job Im 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. D- 26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins. The requirements of .. this item govern all trenches for mains, manholes, vaults, service lines, and all other appurtenances. The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas. The trench safety plan shall be specific for each a, 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 110 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 1.0 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. �. 0620108 SC-15- PART D - SPECIAL CONDITIONS ow 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. MW E. PAYMENT - Payment shall be full compensation for safety system design, labor, tools, materials, equipment and incidentals necessary for the installation and removal of trench safety systems. .. D- 27 SANITARY SEWER MANHOLES A. GENERAL: The installation, replacement, and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the 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 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: Ail lift holes shall be plugged with a pre -cast concrete plug. The lift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout. 4. FINAL RIM ELEVATIONS: Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting 06/20/08 S C-16 w., PART D - SPECIAL CONDITIONS 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 joints on concrete manhole sections constructed for the City of Fort Worth Water Department, excluding only the joints using a trapped type performed O-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. This sealant shall be pre -formed and trowelable Bitumastic as manufactured by Kent -Seal, Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross -sectional area or flat -tape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or �. any other chemical action for either its adhesive properties or cohesive strength. The Joint F 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 MOM SC-17 PART D - SPECIAL CONDITIONS the protective wrapper, the joint sealant shall be kept clean. Install frames and cover over manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames -- and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer. 2. SEALING AND/OR ADJUSTING EXISTING MANHOLES: Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. Remove manhole frame from the manhole structure and observe the condition of the frame and grade rings. Any frame or grade ring that is not suitable for use as determined by the Engineer shall be replaced. Grade rings that are constructed of brick, block materials other than pre -cast concrete rings, or where necessary and approved by the Engineer, shall be replaced with a pre -cast flattop section. Pre -cast concrete rings, or a pre -cast concrete flattop section will be the only adjustments allowed. In brick or block manholes, replace the upper portion of the manhole to a point 24 inches below the frame. If the walls or cone section below this level are structurally unsound, notify the Engineer prior to replacement of the grade rings and manhole frame. Existing -- brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense. Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. .. Coat exposed manhole surfaces with an approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface. If the inside diameter of the manhole is too large to safely support new adjustment rings or frames, a flat top section shall be installed. Joint surfaces between the frames, adjustment rings, and cone section shall be free of dirt, stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable material in lieu of pre- formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of the ,casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. _. 3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"; Tnemec "46- r 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. OW0108 SC-18 .. PART D - SPECIAL CONDITIONS C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole, including, but not limited to, excavation, backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. Im The price bid for adjusting and/or sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting and/or sealing the manhole, including but not limited to, joint sealing, lift hole sealing, and exterior surface coating. .. Payment for concrete collars will be made per each. Payment for manhole inserts will be made per each. D- 28 SANITARY SEWER SERVICES Any reconnection, relocation, re-routes, 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 maintained as specified in section C6-6.15. D. SEWER SERVICE RECONNECTION: When sewer service reconnection is called for the Contractor shall vertically adjust the existing sewer service line as required for reconnection and furnish a new tap. The fittings used for vertical adjustment shall consist of a maximum bend of 45 degrees. The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line "r 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 w 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 r. OWOI08 SC-19 low PART D - SPECIAL CONDITIONS 1W approved by the Engineer. For situations involving sewer service re-routing, whether on public or private property, the City shall provide line and grade for the sewer service lines as shown .. on the project plans. Prior to installing the applicable sewer main or lateral and the necessary service lines, the Contractor shall verify (by de -holing at the building clean -out) the elevations (shown on the plans) at the building clean -out and compare the data with the elevation at the ,. proposed connection point on the sewer main, in order to ensure that the two (2) percent minimum slope (or as specified by the Engineer) requirement is satisfied. Elevations shall also be verified at all bend locations on the service re-route. All applicable sewer mains, laterals and affected service lines that are installed without pre -construction de -holing at the affected residences (to verify design elevations) shall be removed and replaced as necessary at the Contractor's expense in the event grade conflicts are brought to light after de -holing is conducted. All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that the two (2) percent minimum slope is not satisfied. If the Contractor determines that a different alignment for the re-route is more beneficial than shown on the plans, the Contractor shall obtain and submit all relevant elevation information for the new alignment to the Inspector and shall be responsible for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is satisfied. Prior to backfilling, the Contractor shall double check the grade of the installed service line and submit signed documentation verifying that the line has been installed as designed to the Engineer. The Contractor, at its sole expense, shall be required to uncover any sewer service for which no grade verification has been submitted. All re-routes that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense. The Contractor shall ensure that the service line is backfilled and compacted in accordance with the City Plumbing Code. Connection to the existing sewer service line shall be made with appropriate adapter fittings. The fitting shall be a urethane or 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 Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to �- beginning work on the sanitary sewer service re-route and proof of final acceptance by the Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-route. .. Payment for work and materials such as backfill, removal of existing clean -outs, plugging the abandoned sewer service line, double checking the grade of the installed service line, pipe fittings, surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of way. Payment for all work and material involving the "tap" shall be included in the price bid for sanitary sewer service taps. D- 29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as shown on the plans, and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with 06120108 SC-20 "W PART D - SPECIAL CONDITIONS fm Im 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. 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 OWOI08 SC-21 PART D - SPECIAL CONDITIONS Wr washed sand of clean, suitable excavated material approved by the Engineer. Surface restoration shall be compatible with surrounding service surface. Payment for work involved in UW 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 MW 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. am .w OWOI08 SG-22 PART D - SPECIAL CONDITIONS 0 D- 30 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pipe. The detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall not be less than two inches with a minimum unit weight of 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 stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary Engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill 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. 06120108 SC-23 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. 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 ow - 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 off OWOI08 SC-24 .. r a PART D - SPECIAL CONDITIONS cleaning cannot be performed or equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists, and the cleaning effort shall be abandoned. When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before using any water from the City Water Distribution System, the Contractor shall apply for and receive permission from the Water Department. The Contractor shall be responsible for the water meter and related charges for the setup, including the water usage bill. All expenses shall be considered incidental to cleaning. 3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells, or damage pumping equipment, shall not be permitted. 4. All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from the site no less often than at the end of each workday and disposed of at no additional cost to the City. 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES, 6. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. B. EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds -• or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. 06120108 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 SC-25 .. PART D - SPECIAL CONDITIONS like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll -a -tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost of retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. 2. DOCUMENTATION: Television Inspection Logs the Contractor and will clearly show the location sewer service taps observed during inspection. such as locations of unusual conditions, roots presence of scale and corrosion, and other dis copy of such records will be supplied to the City. : Printed location records shall be kept by in relation to an adjacent manhole of each In addition, other points of significance storm sewer connections, broken pipe, cernible features will be recorded, and a 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 am No aw .. ,. .W off .m 0 612 0/0 8 SC-26 .. IF PART D - SPECIAL CONDITIONS provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to existing sewer conditions and for providing appropriate means for review of the tapes by the Engineer including collection and removal, transportation and disposal of sand and debris from the sewers to a legal dump site. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The primary purpose of cleaning is for television inspection and rehabilitation; when a portion of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall be incidental and no payment shall be made. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included in the bid price for TV Inspections. The cost of retrieving the TV Camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to TV Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be �. incidental to the project. D- 36 VACUUM TESTING OF SANITARY SEWER MANHOLES D. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes. B. EXECUTION: 1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with .V all connections in place. Lift holes shall be plugged, and all drop -connections and gas sealing connections shall be installed prior to testing. ., , ., . 06120108 The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole. The plugs shall be installed in the lines beyond the drop -connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuum of ten inches of mercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. The required test time shall be determined from the Table I below in accordance with ASTM C1244-93: Table 1 MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Ha (10"Ha - 9"Ha) (SEC) Depth of MH. 48-Inch Dia. 60-Inch Dia. (FT.) Manhole Manhole 0 to 16' 18' 40 sec. 45 sec. SC-27 52 sec. 59 sec. PART D - SPECIAL CONDITIONS 20' 50 sec. 65 sec. 22' 55 sec. 72 sec. 24' 59 sec. 78 sec. 26' 64 sec. 85 sec. 28' 69 sec. 91 sec. 30' 74 sec. 98 sec. For Each 5 sec. 6 sec. Additional 2' ACCEPTANCE: The manhole shall be considered acceptable, if the drop in the level of vacuum is less than one -inch of mercury (1" Hg) after the required test time. Any manhole, which fails to pass the initial test, must be repaired by either pressure grouting through the manhole wall or digging to expose the exterior wall of the manhole in order to locate the leak and seal it with an epoxy sealant. The manhole shall be retested as described above until it has successfully passed the test. Following completion of a successful test, the manhole shall be restored to its normal condition, all temporary plugs shall be removed, all braces, equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material, labor, equipment, and all incidentals, including all bypass pumping, required to complete the test as specified herein. D- 37 BYPASS PUMPING The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated and/or replaced. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. Provisions shall be made at driveways and street crossings to permit safe vehicular travel without interrupting flow in the bypass system. Under no circumstances will the Contractor be permitted to discharge sewage into the trenches. Payment shall be incidental to rehabilitation or replacement of the sewer line. D- 38 POST -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television inspection performed by an independent sub -Contractor hired by the prime Contractor. 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 06120108 SC-28 %W .. .. um .. Im 1W ftw "W PART D - SPECIAL CONDITIONS Pr be operative in 100% humidity conditions. The camera, television monitor, and other `' components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. C. EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. +- The importance of accurate distance measurements is emphasized. All television inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the .= like, which would 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 television logs shall be referenced to stationing as shown on the plans. A copy of these television logs will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard -size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording 06120108 SC-29 PART D - SPECIAL CONDITIONS Wf playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection "' and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of ... the sewer line or to locate service connections, the Contractor shall be required to re - televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. D. PAYMENT OF POST -CONSTRUCTION TELEVISION INSPECTION OF SANITARY um 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 am 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. VW The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D- 39 SAMPLES AND QUALITY CONTROL TESTING A. The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement, and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. C. Quality control testing of in -place material on this project will be performed by the city at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the .. requirements of the contract. D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations VW requiring testing. The Contractor shall provide access and trench safety system (if required) OWOI08 SC-30 •• i No "W PART D - SPECIAL CONDITIONS for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested. E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. D- 40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled -hay retards, dikes, slope drains and other devices. B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible -earth material exposed by preparing right- of-way, clearing and grubbing, the surface area of erodible -earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution -control measures to prevent contamination of adjacent streams, other water courses, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary 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 r obstructions placed during construction operations that are not a part of the finished work. 06120108 SC-31 PART D - SPECIAL CONDITIONS 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 EGRESSIOBSTRUCTION OF ACCESS TO DRIVES .. The Contractor shall provide ingress and egress to the property being crossed by this construction and adjacent property when construction is not in progress and at night. Drives shall be left accessible at night, on weekends, and during holidays. The Contractor shall conduct his activities .m 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 817-392-5738. 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. 06120108 SC-32 aw .4 .. i UK PART D - SPECIAL CONDITIONS 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 "c minimum technical requirements. D- 45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Specifications for Topsoil. Sodding and Seeding. 1. TOPSOIL DESCRIPTION: This item will consist of furnishing and placing a minimum of six (6) inches of topsoil, free from rock and foreign material, in all parkways and medians to the lines and grades as established by the Engineer. CONSTRUCTION METHODS: Topsoil will be secured from borrow sources as required to supplement material secured from street excavation. All excavated materials from streets which is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a borrow source. Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. 2. SODDING DESCRIPTION: Sodding will consist of furnishing and planting Bermuda, Buffalo or St. Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on embankments or cut slopes, or in such areas as designated on the Drawings and in accordance with the requirements of this Specification. Recommended Buffalo grass varieties for sodding are Prairie and 609. MATERIALS: Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass secured from sources where the soil is fertile. Sod to be placed during the dormant state of these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum thickness .of native soil attached to the roots. St. Augustine grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots. The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn. Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug until planted. When so directed by the Engineer, the sod existing at the source shall be OW 0108 SC-33 PART D - SPECIAL CONDITIONS watered to the extent required prior to excavating. Sod material shall be planted within three days after it is excavated. .r CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross -sections shown on the Drawings and as provided for in other items of the contract, sodding of the type specified shall be performed in accordance with the requirements hereinafter described. Sodding shall be either "spot" or "block"; either Bermuda, Buffalo or St. Augustine grass. „ a. Spot Sodding Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the dimensions shown on the Drawings, shall be opened on areas to be sodded. In all furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the finished grade. Holes of equivalent depth and spacing may be used instead of furrows. The soil shall be firm around each block and then the entire sodded area shall be carefully rolled with a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds per .w square inch compression. Hand tamping may be required on terraces. b. Block Sodding. At locations on the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas. The sod shall be so placed that the entire designated area shall be _ covered, and any voids left in the block sodding shall be filled with additional sod and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass. Surfaces of block sod, which, in the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil, shall,. upon direction of the .. Engineer, be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently close to hold the block sod firmly in place. When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spread aw uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. VAW 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. V„ 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: 06120108 SC-34 a. PART D - SPECIAL CONDITIONS a. General. All seed used must carry a Texas Testing Seed label showing purity and germination, name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. The specified seed shall equal or exceed the following percentages of Purity and germination: Common Name Purity Germination Common Bermuda Grass 95% 90% Annual Rye Grass 95% 95% Tall Fescue 95% 90% Western Wheatgrass 95% 90% Buffalo Grass Varieties Top Gun 95% 90% Cody 95% 90% Table 120.2.(2)a. URBAN AREA WARM -SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS) Mixture for Clay or Tight Soils Mixture for Sandy Soils Dates (Eastern Sections) (Western Sections) (All Sections) Feb 1 Bermudagrass 40 Buffalograss 80 Bermudagrass 60 to Buffalograss 60 Bermudagrass 20 Buffalograss 40 May 1 Total: 100 Total: 100 Total: 100 Table, 120.2.(2)b 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. nsrzoios SC-35 PART D - SPECIAL CONDITIONS %W 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 w• 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 up specified uniform rate of application for both is obtained. "Finishing" as specified in Section D- 45, Construction Methods, is not applicable since no seed bed preparation is required. DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, Construction #" Methods. The seed, or seed mixture, specified shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately one -eight (1/8) inch. The planted area shall be rolled with a corrugated roller of the ow "Cultipacker" type. All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to . be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, �. Construction Methods. 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, ,w 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. 0620108 SC-36 .. V" PART D - SPECIAL CONDITIONS RE -SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)a. The re -seeding will be achieved in the following manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit -seeding equipment will be able to cut through the turf and achieve adequate soil penetration. * Slit -seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4. HYDROMULCH SEEDING: If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes. 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications. MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20- 0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists. 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. R _ 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. 06120108 SC-37 PART D - SPECIAL CONDITIONS Acceptable material for "Sodding" will be measured by the linear foot, complete in place. Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding. PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract -- unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work. Its price shall be full compensation for excavating (except as noted below), loading, hauling, placing and furnishing all labor, equipment, tools, supplies, and �.. incidentals necessary to complete work. All labor, equipment, tools and incidentals necessary to supply, transport, stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and will not be paid for directly. "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard, complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping; for all watering; for disposal of all surplus materials; and for all materials, labor, equipment, tools and incidentals necessary to complete the work, all in accordance with the Drawings and these Specifications. The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case may be, which price shall each be full compensation 'for furnishing all materials and for performing all operations necessary to complete the work accepted as follows: Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding. D- 46 CONFINED SPACE ENTRY PROGRAM WW 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. 06120108 SC-38 MW fto .. PART D - SPECIAL CONDITIONS D- 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. D- 48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) 1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs, tree trunks, and tree roots at each work site. All such measures shall be considered as incidental work included in the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering. 2. Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the construction area. 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations. The Engineer shall be notified at least 24 hours prior to any tree trimming work. No trimming work will be permitted within private property without written permission of the Owner. 4. Nothing shall be stored over the tree root system within the drip line area of any tree. 5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. 6. At designated locations shown on the drawings, the "short tunnel' method using Class 51 6 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. 062O108 SC-39 1W PART D - SPECIAL CONDITIONS 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. ow 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-Hole), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). Payment shall not be made for verification of existing utilities per item D-6. Payment for exploratory excavation (D-Hale), at locations identified on the plans or as directed by the Engineer, shall include full compensation for all materials, excavation, surface restoration, field surveys, and all incidentals necessary to complete the work, shall be the unit price bid. No payment shall be made for exploratory excavation(s) conducted after construction has begun_ 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). 0s2cv08 SC-40 ra 0&20/08 PART D - SPECIAL CONDITIONS 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 E1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfll, and incidental work shall be included in the unit price bid per foot. 52.4 Tie -Ins The Contractor shall be responsible for making tie-ins to the existing water mains. It shall be the responsibility of the Contractor to verify the exact location and elevation of the existing line tie-ins. And any differences in locations and elevation of existing line tie-ins between the contract drawings and what may be encountered in the field shall be considered as incidental to construction. The cost of making tie-ins to existing water or sanitary sewer mains shall be included in the linear foot bid price of the pipe. 52.5 Connection of Existing Mains 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 SC-41 PART D - SPECIAL CONDITIONS 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 City Project Manager, Construction Services, Phone 817-392-8306, 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 ,m bid for the appropriate pipe size. 52.6 Valve Cut -Ins It may be necessary to cut -in gate valves to isolate the water main from which the extension and/or replacement is to be connected. This may require closing valves in other lines and putting consumers out of service for that period of time necessary to cut in the new valve; the work must be expedited to the utmost and all such cut -ins must be 'w 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. no 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 ftw 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. All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1- inch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from the main line to the meter box. All services which are to be replaced or relocated shall be installed with the service main tap and service line being in line with the service meter unless otherwise directed by the Engineer. A minimum of 24 hours advance notice shall be given when service interruption will be required as specified in Section C5-5.15 INTERRUPTION OF SERVICE. 06/20/08 S C-42 PART D - SPECIAL CONDITIONS UN ow 1W 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. 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. When relocation of service meter and meter box is required, payment for all work and materials such as backfill, fittings, five (5) feet of type K copper service and all materials, labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation. All other costs will be included in other appropriate bid item(s). This item will also be used to pay for all service meter and meter box relocations as _ required by the Engineer when the service line is not being replaced. Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment at any time. Locations with multiple service branches will be paid for as one service meter and meter box relocation. 0 . 06120108 SCA3 PART D - SPECIAL CONDITIONS 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 E1-18A — Reinforced Plastic Water Meter Boxes. Payment for all work and materials such as backfill, fittings, type K copper tubing, and curb stop with lock wings shall be included in the Linear Foot price bid for Service Line from Main to Meter five (5) feet 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. MULTIPLE SERVICE BRANCHES: When multiple service branches are required the contractor shall fumish approved factory manufactured branches. W Payment for multiple service branches will include furnishing and installing the multiple service branch only and all other cost will be included in other appropriate bid item(s). 2. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service line that is applicable for the size of the existing service meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid item(s). 52.8 2-Inch Temporary Service Line A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide temporary water service to all buildings that will necessarily be required to have severed water service during said work. The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and the Engineer in order that the work be performed in an expeditious manner. Severed water service must be reconnected within 2 hours of discontinuance of service. A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to the City water supply. The 2-inch temporary service main and 3/4-inch service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2" temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to installation. The out -of -service meters shall be removed, tagged and collected by the Contractor for delivery to the Water Department Meter Shop for reconditioning or replacement. Upon restoring permanent service, the Contractor shall re -install the meters at the correct .. location. The meter box shall be reset as necessary to be flush with the existing ground or as otherwise directed by the Engineer. 06r20/08 SC-44 .. s PART D - SPECIAL CONDITIONS The temporary service layout shall have a minimum available flow rate of 5 GPM at a dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contractor to determine the length of temporary service allowed, number of service taps and number of feed points. When the temporary service is required for more than one location 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. No ,. 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. 0620108 52.9 Purging and Sterilization of Water Lines Before being placed into service all newly constructed water lines shall be purged and sterilized in accordance with E2-24 of the General Contract Documents and Specifications except as modified herein. The City will provide all water for INITIAL cleaning and sterilization of water lines. All materials for construction of the project, including appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated lime (HTH) shall be furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to provide a chlorine residual of fifty (50) PPM. The residual of free chlorine shall be measured after 24 hours and shall not be less than 10 parts per million of free chlorine. Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary sewer not be available, chlorinated water shall be "de -chlorinated" prior to disposal. The line may not be placed in service until two successive sets of samples, taken 24 hours apart, have met the established standards of purity. Purging and sterilization of the water lines shall be considered as incidental to the project and all costs incurred will be considered to be included in the linear foot bid price of the pipe. 52.10 Work Near Pressure Plane Boundaries Contractor shall take note that the water line to be replaced under this contract may cross or may be in close proximity to an existing pressure plane boundary. Care shall be taken to ensure all "pressure plane" valves installed are installed closed and no cross connections are made between pressure planes SC-45 I. PART D - SPECIAL CONDITIONS 52.11 Water Sample Station go 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. s 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 ,,m 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 i bid per ton of fittings shall be payment in full for all fittings, joint accessories, polyethylene wrapping, horizontal concrete blocking, vertical tie -down concrete blocking, and concrete cradle necessary for construction as designed. All ductile -iron and gray -iron fittings, valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E1-13 and Construction Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie -down concrete blocking, and concrete cradle. Payment for the polyethylene wrapping, horizontal concrete blocking, vertical tie -down concrete blocking, and concrete cradle shall be included in bid items for vales and fittings and no other payments will be allowed. ,w 0&20/08 SC-46 W AMW PART D - SPECIAL CONDITIONS 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. ROOT PRUNING 7. Survey and stake location of root pruning trenches as shown on drawings. 8. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. ?aoa SC-47 PART D - SPECIAL CONDITIONS b, 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. VW 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 bidders. If test borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location, or elevation, as shown on the boring logs. It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated. The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site. The cost of all rock removal and other associated appurtenances, if required, shall be included in the linear foot bid price of the pipe. D- 59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION 0&/20/08 SC-48 PART D - SPECIAL CONDITIONS Prior to beginning construction on any block in the project, the contractor shall, on a block by block Im 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 low 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 „W 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 MM 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. im .. w In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as follows: The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption. The flyer shall be prepared on the contractor's letterhead and shall include the following information: Name of the project, DOE number, the date of the interruption of service, the period the interruption will take place, the name of the contractor's foreman and his phone number and the name of the City's inspector and his phone number. A sample of the temporary water service interruption notification is attached. A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed. The contractor shall not be permitted to proceed with interruption of water service until the flyer has been delivered to all affected residents and businesses. Electronic versions of the sample flyers can be obtained from the Construction office at (817) 392- 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 markings, the contractor shall contact SSMD at (817) 392-8770 and shall reimburse SSMD for all costs incurred, both labor and material. No additional compensation shall be made to the contractor for this reimbursement. D- 61 SANITARY SEWER SERVICE CLEANOUTS 06120108 SC-49 PART D - SPECIAL CONDITIONS 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. lies 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 low 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 responsibility, at the ^ Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. D- 64 EASEMENTS AND PERMITS mr The performance of this contract requires certain temporary construction, right -of -entry agreements, and/or permits to perform work on private property. JW 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 -Z shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject 06/20/08 SC-50 ,. PART D - SPECIAL CONDITIONS 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 wo agreements, by the property owners. The easements and/or private property shall be cleaned up after use and restored to its original condition or better, In event additional work room is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. The City has obtained the necessary documentation for railroad and/or highway permits required for construction of this project. The Contractor shall be responsible for thoroughly reviewing, understanding and complying with all provisions of such permits, including obtaining the requisite insurance, and shall pay any and all costs associated with or required by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. For railroad permits, any and all railroad insurance costs and any other incidental costs necessary to meet the conditions associated with permit(s) compliance, including payment for flagmen, shall be included in the lump sum pay bid item for "Associated Costs for Construction within Railroad / Agency Right-of-way". No additional compensation shall be allowed on this pay 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. W06 20108 SC-51 Ill a PART D - SPECIAL CONDITIONS This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. Complaints of Violations and City 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 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts VW 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. ar 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) OW0108 SC-52 bw PART D - SPECIAL CONDITIONS D- 67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR Part 61, Subpart M. This specification will establish procedures to be used by all Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with NESHAP. Nothing in this specification shall be construed to void any provision of a contract or other law, ordinance, regulation or policy whose requirements are more stringent. B. ACP is defined under NESHAP as a Category II, non -friable material in its intact state but which may become friable upon removal, demolition and/or disposal. Consequently, if the removal/ disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61.150. A NESHAP notification must be filed with the Texas Department of Health. The notification must be filed at least ten days prior to removal of the material. If it remains in its non - friable state, as defined by the NESHAP, it can be disposed as a conventional construction waste. The Environmental Protection Agency (EPA) defines friable as material, when dry, which may be crumbled, pulverized or reduced to powder by hand pressures. C. The Generator of the hazardous material is responsible for the identification -and proper handling, transportation, and disposal of the material. Therefore, it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable. The Excavator is responsible to employ those means, methods, techniques and sequences to ensure this result. E. Compliance with all aspects of worker safety and health regulations including but not limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs, which are the responsibility of the Excavator. (Copy of forms attached) F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe unless otherwise stated or indicated on the project plans or contract documents. D-68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) 4ft, 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 a 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 SC-53 PART D - SPECIAL CONDITIONS Wr permit can be obtained through the Internet at http://www.tnrcc.state.tx.us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural �• controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum r,r 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 as 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 s Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an M„ F 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 a. 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. aw 06120108 SC-54 ,. PART D - SPECIAL CONDITIONS LARGE CONSTRUCTION ACTIVITY — DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOI) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY - DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOI form is not required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 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 k616de, 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 responsibilities as a result of these actions. 06120108 SC-55 PART D - SPECIAL CONDITIONS W D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD +m The City reserves the right to require any pre -qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be — notified in writing of a recommendation to the City Council. D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the +. percentage of work completed will be compared to the percentage of time 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. w 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. 0er20/e8 SC-56 r A PART Q - SPECIAL CONDITIONS D-72 AIR POLLUTION WATCH DAYS The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. - 10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION.. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. - 6:00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. D-73 FEE FOR STREET USE PERMITS AND RE -INSPECTIONS 4 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 application. 2. A re -inspection fee of $25.00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to the City performing re -inspection. Payment by the contractor for all street use permits and re -inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made. D-74 "GREEN" CEMENT POLICY As per Fort Worth City Council Resolution 3536, the City Manager is authorized to specify the purchase of dry kiln cement as the base bid in City of Fort Worth bid projects, with an alternative bid for the purchase of cement from an unspecified source and preferential purchasing for bids from a cement kiln with emissions not exceeding 1.7 pounds of NOx per ton of clinker produced. In cases where cement meeting the above requirements is not available, and where cement from a non -compliant source must be utilized, the Contractor shall furnish good faith effort documentation in the form of letters from two North Texas cement suppliers of green cement stating that no stock of green cement is available for the contractor at that time. These letters shall be considered valid for a maximum of one week after which new letters must be submitted to MOMS SC-57 PART D - SPECIAL CONDITIONS the Project Inspector if green cement continues to remain unavailable. 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 or the good faith •. effort documentation at the time the of bid opening of the project. A copy of the Compliance Statement is attached at the end of this section. Failure to comply with the Green Cement Policy may result in rejection of the bid as non -responsive. oe✓zoios ��,-ots PART D - SPECIAL CONDITIONS Us Jor r 41w .. mv ., Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: (To be printed on Contractor's Letterhead) DOE No: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON WATER AND / OR SEWER LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE 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 (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 06 20108 SC-59 FORTWORTH 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 HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: Im MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, .CONTRACTOR on w ww PART D — SPECIAL CONDITIONS F TEXAS DEPARTMENT OF HEALTH 4 DEMOLITION ! RENOVATION o r1!rf NOTIFICATION FORM r NOTE: CIRCLE ITEMS THAT ARE AMENDED T D H NOTVICATION# K 1) Abatement Contractor, - TDH L.icanse Nurnber; I Address., City; State: Zip: , e Offica Phone Number: ( } Job Site Phone Numbw.. o Srfe Supervisor: _ TDH License Number_ IJ Site Supervisor: TQH Licertxe Number_ Is Trained On -Site NESHAP Individual: Certification Date: Del(411110art Contractor: Ottit s Phone Numbw 1 Address- cfty.Saate:�Zip: 2) Project Consultant or Operator TDH License Nu "W. Marling Addrasa City State- Zip: Office Phone Number. C 1 3) Facility Owner Mailing Address; City: State: Zip; Owner Phone Number[-), "Note: Tho imroico far On notification fee will be sent to the ownerall the bulldIng and the bllling address for the invoice will be obtained from the Information that is pmAded in this section. re 4) Description or FacrLt' y Name: '!e E Physical Address: County City: Zip; Facility Phone Numberf 1 Facility Contact Person; H Description of AreaRoom Number_ A Prior Use: Future Use: s P Age of Buildir acility: Size: Number of Floors: School (K -12); 0 YES IJ NO ❑ 5) Type of Work: 0 Demolition a Rert"lon (Abatommt) Annual Consolidated T Work will be during: 0 08y ❑ Ev+eift 0 fvtt 0 Phow Project 0 Description of wt;'rlt sChedllle: 6) Is this a Public Butktirtg? O YES 0 NO Federal Facility? 0 YES = NO Industnial Site? ❑ YES 0 NO d NESHAP-Only Facility? ❑ YES ❑ NO is Buifd rionclldy 0coupted? a YES 0 NO L ` 7) Notification Type CHECK ONLY ONE V 0 Original (10 Working Days) Cancellation 0 Amendment ❑ Emcgency[Ordamd 1 n If this is an amendment. which amendment number is this?_ (Enelos* copy of original and/or fast amendment) I If an emergency, who did you talk wllh at MH? Emer9ettcylk a Date and Hour of Emergency (FhilMttU00": 6Descr)ptinn of the sudden, unexpected event and explanation of how the event caused unsafe owditigns or would cause 0 equipment damage (computers. machinery. eta 'v n 1131 8) Description of procedures to be Wowed in the event that unexpected asbestos is found or previotnly non -friable Y asbestos material becomes crumbled. pulverized, or reduced to powder. E 9) Was an Asbestos, survey Wormed? Q YES ❑ NO Date: ! / TOM Inspector Lice r _ No: G Analytical Method: ❑ PLM ❑ TEM ❑ Assumed TW Labarato Lloonse No: i N (For TAHPA (public buWuV) pt*ecls: an assumption must be made by a TQH Licensed Inspector) 10) Description of planned demolition or renovation work, We of malteriai, and method(s) to be used: 11) DesoVilion of wank pvdkn and engirwexing oont9rcds ID be used to prevent emissions of ssbestos at the damoFtl4nfl�rovatlion: 0&20/08 SC-61 PART D - SPECIAL CONDITIONS 12) ALL appitcabkc Items in the following table must be completed; IF NO ASBESTOS PRESENT CHECK HERE Asbestos -Containing Building Material Type Approximate amount of Asbestos Check unit of measurement Pipes surface Area Ln Ft Ln At SO Ft SO M Cu Cu I Ft M RACti1 to be removed RACM NOT removed Interior Category I non -friable removed Exterior Category 1 non -friable removed C I non -friable NOT removed lnteriot Category 11 non -friable removed Exterior Category 11 non -friable removed CateooEj 11 non -friable NOT removed RACM Off -Facility Component 13) Waste Transporter Name: TDH License Number. Address: City. State: Zip: Contact Pennon: Phone Number- I } 14) Waste Disposal site Telephone: ber 1S) For structurally unsound fedlitle3, attach a copy of demolition order and identify Governmental Official below: Name: Ran No: Title' Data of order (MMIDDIYY) t ! Date order to begin (MMMDdYY) r J 16) Scheduled Dates of Asbestos Abatemertt (MMlDDNr Starr r ! Complete; / f 17) Scheduled Deus DemolitlonlRenovation (MLVDDlYY) Start ! ! C0ntptet0r ! r Nottx If the start darn an thts natiRgtion can not be nsK the TDH Rackmal or Local Pragram office A(M be contacted by phone prior to the start date. Fallure to do sots a vtokotlon In accordance to TAMPA. 3ectlon 29&61. I hereby oertify that all Information 1 have provided Is Correct, complete, and true to the best of my knowledge. I acknowledge that I am responsible for ap aspects of the notification form, inaluQing, but not limiting, content and submisslon dates. The maximum penalty is $10,000 per day per violatlon. t 1 (Sowtwe of Building Ownerl Operator (Printed Name) (Date) (Telal hwe) or Delegated C4nstdtant1ConVzc1or) j j (Fact Nu rdw) MAIL TO: ASBESTOS NOTIFICATION SECTION TOXIC SUBSTANCES CONTROL DIVISION TEXAS DEPARTMENT OF HEALTH "Faxes am not accepted' PO BOX 143538 AUSTIN, TX 78714-3538 PH: 512-834-66W,1-800-572-550 1W 4W s ti "Faxes are not accepted' �► Farm APBff5, dated 07/2%VZ Replaces TDH form dated 07/13VI. For assistance in compfefing fo m, cO 1-800-572.5548 MW 06120108 SC-62 M PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS ..........................4 DA-2 PIPELINE REHABILITATION CURED -IN -PLACE PIPE................................................4 DA-3 PIPE ENLARGEMENT SYSTEM...................................................................................4 DA-4 FOLD AND FORM PIPE ......................................................... ...:............ ........................ 4 DA-5 SLIPLINING...................................................................................................................4 DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT.........................................................4 DA-7 TYPE OF CASING PIPE................................................................................................4 DA-8 SERVICE LINE POINT REPAIR / CLEANOUT REPAIR..........................................I.....4 DA-S PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION .....................4 DA-10 MANHOLE REHABILITATION......................................................................................7 DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION..................................7 DA-12 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEM ...................7 DA-13 INTERIOR MANHOLE COATING - QUADEX SYSTEM................................................7 DA-14 INTERIOR MANHOLE COATING - SPRAY WALL SYSTEM........................................7 DA-15 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM.......................................7 DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY LINER ..... 10 DA-17 INTERIOR MANHOLE COATING -STRONG -SEAL -SYSTEM .............................. .... -..10 DA-18 RIGID FIBERGLASS MANHOLE LINERS...................................................................10 DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION................................................10 DA-20 PRESSURE GROUTING.............................................................................................10 DA-21 VACUUM TESTING OF REHABILITATED MANHOLES.............................................10 DA-22 FIBERGLASS MANHOLES ................................................. ...................10 DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES .....................10 DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER............................................10 DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS .................................................11 DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE.............................................11 DA-27 GRADED CRUSHED STONES....................................................................................11 DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE...........................................................11 D7A-29 BUTT JOINTS - MILLED.............................................................................................11 DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) .....................................................11 DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER.............................................11 DA-32 NEW 7" CONCRETE VALLEY GUTTER.....................................................................11 DA-33 NEW 4" STANDARD WHEELCHAIR RAMP...............................................................11 DA-34 8" PAVEMENT PULVERIZATION.....................,..,......................................................11 DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT)... .......................11 DA-36 RAISED PAVEMENT MARKERS ..................................... ......................... .................. A l DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING ................A2 DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL ......... 16 DA-39 ROCK RIPRAP - GROUT - FILTER FABRIC..............................................................16 DA-40 CONCRETE RIPRAP...................................................................................................16 5A-41 CONCRETE CYLINDER PIPE AND FITTINGS...........................................................16 DA-42 CONCRETE PIPE FITTINGS AND SPECIALS............................................................16 DAZ UNCLASSIFIED STREET EXCAVATION....................................................................16 FA-44 6" PERFORATED PIPE SUBDRAIN.......................... .................................................. 16 DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS.....................................................16 I A-46 RECOMMENDED SEQUENCE OF CONSTRUCTION................................................16 DA47 PAVEMENT REPAIR IN PARKING AREA ........... ........................ - ............................17 5A-48 EASEMENTS AND PERMITS......................................................................................17 11102104 ASC-1 01 m PART DA - ADDITIONAL SPECIAL CONDITIONS DA-49 HIGHWAY REQUIREMENTS......................................................................................17 FA-50 CONCRETE ENCASEMENT.......................................................................................17 DA-51 CONNECTION TO EXISTING STRUCTURES.... ......................... ............................... 17 BA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION..................................17 DA-53 OPEN FIRE LINE INSTALLATIONS............................................................................17 5AS4 WATER SAMPLE STATION........................................................................................17 DA-55 CURB ON CONCRETE PAVEMENT...........................................................................18 EA-56 SHOP DRAWINGS ........... ,............................................................................... ...........18 DA-57 COST BREAKDOWN ................................................. 18 EA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY, ............... .................. 18 DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP_ .......... ................... ....... .... __ ................. _19 DA-60 ASPHALT DRIVEWAY REPAIR..................................................................................19 DA-61 TOP SOIL....................................................................................................................19 BA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT...................19 DA-63 BID QUANTITIES .........:........................................................19 DA-64 WORK IN HIGHWAY RIGHT OF WAY........................................................................19 DA-65 CRUSHED LIMESTONE (FLEX -BASE).............................. ........................................ 19 BA-66 OPTION TO RENEW...... .................... ................. ...................................................... 19 DA-67 NON-EXCLUSIVE CONTRACT...................................................................................19 DA-68 CONCRETE VALLEY GUTTER...................................................................................19 DA-69 TRAFFIC BUTTONS...... .......... ............................................... ............................. 19 BA-70 PAVEMENT STRIPING...............................................................................................19 DA-71 H.M.A.C. TESTING PROCEDURES .............. :............................... FA-72 SPECIFICATION REFERENCES, .... .................... ......... ........... ................................ 20 DA-73 RELOCATION OF SPRINKLER SYSTEM BACK -FLOW PREVENTER/CONTROL VALVEAND BOX.. ... ............... .............. .................. ............................................ 20 DA-74 RESILIENT -SEATED GATE VALVES..................................,......................................20 DA45 EMERGENCY SITUATION, JOB MOVE4N.................................................................20 DA-76 1 %" & 2" COPPER SERVICES...................................................................................20 EA-77 SCOPE OF WORK (UTIL. CUT) ......................................... ................. ..............20 DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT) .......................... ..,.......................... 20 DA-79 CONTRACT TIME (UTIL. CUT) .............................................. _.,...,.......... ............. , 21 DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) .... .............................21 DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) ........................: ..I.......I..............21 DA-82 LIQUIDATED DAMAGES (UTIL. CUT) ........................................... .........................21 DA-83 PAVING REPAIR EDGES (UTIL. CUT).......................................................................21 DA-84 TRENCH BACKFILL (UTIL. CUT)...............................................................................21 DA-85 CLEAN-UP (UTIL. CUT)... ......... ............... :.............................................. ..,,,21 DA-86 PROPERTY ACCESS (UTIL. CUT} ................................................. 4,.:...........................21 DA-87 SUBMISSION OF BIDS (UTIL. CUT)...........................................................................21 DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT)................................................21 DA-89 CONCRETE BASE REPAIR FOR UNIT 11 & UNIT III JUTIL. CUT).:...............:.......:....21 DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) .......... .... ,............................ ................. .:Z1 DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) ............21 DA-92 MAINTENANCE BOND (UTIL. CUT)...........................................................................22 DA-93 BRICK PAVEMENT (UTIL. CUT)........ .............. ........................ .............. I ..... I ........ 22 DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) ................................ :............................ 22 DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT)......................................................22 11102104 ASC-2 alp. %w fm emp go b. .. as, 40 w PART DA - ADDITIONAL SPECIAL CONDITIONS . , ow .. DA-96 REPAIR OF STORM DRAIN% STRUCTURES (UTIL. CUT).........................................22 DA-97 "QUICK -SET" CONCRETE (UTIL. CUT) .................... ...................... ,................. ...... ...22 DA-98 UTILITY ADJUSTMENT (UTIL. CUT)..........................................................................22 DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) ...... 22 DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT).. ................................ -22 DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT)......................................................22 DA-102 PAYMENT (UTIL, CUT)...........................................................................................22 DA403 DEHOLES (MISC. EXT.)..........................................................................................22 DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.).......................................................22 DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.)................ ,.......................... 23 DA-106 BID QUANTITIES (MISC. EXT.)..... --... ................................................................ .,,23 DA-107 LIFE OF CONTRACT (MISC. EXT.)... ....... ............................................................... 23 DA-108 FLOWABLE FILL (MISC. EXT.).............................. ................................................ 23 DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.)..........................................................23 DA410 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) .............................23 DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.).............................................23 DA-112 MOVE IN CHARGES (MISC. REPL.).... .... --..........................................................23 DA-113 PROJECT SIGNS (MISC. REPL.)...........................................................................23 DA-114 LIQUIDATED DAMAGES (MISC. REPU................................................................23 DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL,).............................................23 DA-116 FIELD OFFICE ........... --.... --......................................... ..........23 DA-117 TRAFFIC CONTROL PLAN.....................................................................................24 DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS..............24 DA-119 CATHODIC PROTECTION SYSTEM........................................................24 DA-120 CUT -IN VALVES................................................................................24 11102104 ASC-3 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS Not Used. DA-2 PIPELINE REHABILITATION CURED -IN -PLACE PIPE Not Used. DA-3 PIPE ENLARGEMENT SYSTEM Not Used. DA-4 FOLD AND FORM PIPE Not Used. DA-5 SLIPLINING Not Used. DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT Not Used. DA-7 TYPE OF CASING PIPE Not Used. DA-8 SERVICE LINE POINT REPAIR / CLEANOUT REPAIR Not Used. DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION a A. GENERAL: 1. Scope: This section governs all work, materials and testing required for the application of interior protective coating. Structures designated to received interior coating are listed on the construction drawings. The structures are to be coated, including interior wall, top and bench surfaces. Protective coating for corrosion protection shall meet the requirements of this Specification (and items DA-14 and DA-15) and the Manufacturers recommendations and specifications. 2. Description: The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of protective coating of structures in accordance with manufacturer's recommendations. ,. > 11OVO4 ASC-4 4M PART DA - ADDITIONAL SPECIAL CONDITIONS 3. Manufacturer's Recommendations: Materials and procedures utilized for the lining process shall be in strict accordance with manufacturer's recommendations. 4. Corrosion Protection: Corrosion protection may be required on all structures where high turbulence or high H2S content is expected. MATERIALS: Scope: This section governs the materials required for completion of protective coating of designated structures. 2. Protective Coating: The protective coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc. or a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. 3. Specialty Cement (If required for leveling or filling): The specialty cement -based coating material shall be either Quadex QM-1s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4. Material Identification: The protective coating material sprayed onto the surface of the structure shall be a urethane or epoxy resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the minimum physical properties as follows: Property Standard Long Tenn Value Tensile Strength ASTM D-638 5,000 psi Flexural Stress ASTM D-790 10,000 psi Flexural Modulus ASTM D-790 550,000 psi 5. Mixing and Handling: Mixing and Handling of specialty cement material and protective coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating installations. EXECUTION: 1. General: Protective coating shall not be installed until the structure is complete and in place. 2. Preliminary Repairs: ASC-5 PART DA - ADDITIONAL SPECIAL CONDITIONS a. All foreign materials shall be removed from the interior of the structure using high pressure water spray (3500 psi to 4000 psi at spray tip). Im b. All unsealed lifting holes, unsealed step holes, and voids larger than approximately one-half (1/2) inch in thickness shall be filled with patching .• compound as recommended by the material supplier for this application. C. After all repairs have been completed, remove all loose material. 3. Protective Coating: a. The protective coating shall be applied to the structure from the bottom of the frame to the bench, down to the top of the trough. The top of the structure shall also be coated. b. The protective coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) The surface shall be thoroughly cleaned of all foreign materials and matter. 2) Place covers over the invert to prevent extraneous material from entering the sewers. UK 3) If required for filling or leveling, apply specialty cement product to provide a smooth surface for the coasting material. 4) Spray the urethane or epoxy onto the structure wall and benchttrough to a minimum uniform thickness of 125 mils (0,125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. After the walls are coated, the wooden VM bench covers shall be removed. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur inside the structure within 24 hours after application. 4. Testing of Rehabilitated Manholes: Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with the Section D-36 - VACUUM TESTING OF SANITARY SEWER MANHOLES. D. MEASUREMENT AND PAYMENT: Payment shall be based on the Contract Unit Price Bid per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing required to complete the work. Pressure grouting, if necessary to stop active infiltration prior to application of the 11102104 ASC-6 .. PART DA - ADDITIONAL SPECIAL CONDITIONS protective coating, shall be included in the above unit price. Grouting of the pipe seals, ., bench and trough, and lower portion of a particular structure, if required by the Engineer, shall be paid for separately, as specified in Section DA-10, MANHOLE REHABILITATION. DA-10 MANHOLE REHABILITATION Not Used. DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION Not Used. DA-12 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEM Not Used. DA-13 INTERIOR MANHOLE COATING - QUADEX SYSTEM Not Used. DA-14 INTERIOR MANHOLE COATING - SPRAY WALL SYSTEM Not Used. DA-15 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM .. A. GENERAL + 1 Scope This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed of the Manhole Rehabilitation Schedule, listed in Section 1. Interior manhole coating shall meet the requirements of this Section, or of Section DA-12, DA-13, DA-14, DA-16 or DA-17. 2, Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. i 3. Manufacturer's Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations. 4. Manholes 11102104 ASC-7 PART DA - ADDITIONAL SPECIAL CONDITIONS Manholes to be coated are of brick, block, or concrete construction. All manhol shall have a minimum of one-half (1f2) specialty cement -based coating material (Quadex QM-1s or Reliner MSP) sprayed or trowelled on coating over the original interior surface. B. MATERIALS 1. Scope .. No This section governs the materials required for completion of interior coating of manholes. .L 2. Interior Coating Raven Ultra High -Build epoxy Coating, a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. 3. Specialty Cement aw The specialty cement -based coating material shall be either Quadex QM-1 s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard .. Cement Materials. 4. Material Identification Contractors will completely identify the types of grout, mortar, sealant, and/or root control chemicals proposed and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance. These grouting materials shall be compatible with Raven 405 interior coating. The contractor shall be responsible for getting approval from Raven Lining systems and/or the grout manufacturers for the use of these grouting materials. 5. Mixing and Handling Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Coating shall be performed only by certified applicators approved by the manufacturers. im C. EXECUTION 1. General MW Manhole coating shall not be performed until sealing of manhole from frame and grade adjustments, partial manhole replacement, manhole grouting or sewer replacementfrepairs are complete. - 11102104 ASC-8 PART DA - ADDITIONAL SPECIAL CONDITIONS Temperatures Normal interior coating operation shall be performed at temperatures of 40OF or greater. No application shall be made when freezing is expected within 24 hours. Interior Manhole Coating a. Manholes scheduled for interior coating are shown on the Manhole Rehabilitation Schedule. The interior coating shall be applied to the manhole from the bottom of the manhole frame to the bench/trough, including the benchttrough. b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE RESTORATION. 2) Apply a minimum of one-half (1/2) inch specialty cement -based product (Quadex QM-1 s or Reliner MSP) smooth surface for the urethane coating material. 3) The surface prior to application may be damp but shall not have noticeable free water droplets seeping or running water. Material shall be spray applied per manufacturer's recommendations with a minimum thickness of 125 mils (0.125 inch). 4) After the walls are coated, the wooden bench covers shall be removed and the bench sprayed to the same average and minimum thickness as required for the walls. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur in side the manhole within 24 hours after application. .r 4. *Testing of Rehabilitated Manholes a. After the epoxy liner has set (hard to touch), all visible pinholes shall be repaired. Repairs shall be made by lightly abrading the surface and brushing the lining material over the area. All blisters and evidence of uneven cover shall be repaired according to the manufacturer's recommendations. Spot check of coating thickness may be made by Owner's Representative, and the 11/02104 ASC-9 I - PART DA - ADDITIONAL SPECIAL CONDITIONS .. contractor shall repair these areas as required, at no additional cost to the Owner. b. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- ftw 21 —VACUUM TESTING OF REHABILITATED MANHOLES. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment all testing necessary to complete the work. Payment for grouting of pipe seals, bench and trough and manhole walls shall be based on the Contract Unit Price for each manhole actually grouted. DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY LINER Not Used. DA-17 INTERIOR MANHOLE COATING -STRONG -SEAL -SYSTEM Not Used. DA-18 RIGID FIBERGLASS MANHOLE LINERS Not Used. DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION Not Used. DA-20 PRESSURE GROUTING Not Used. DA-21 VACUUM TESTING OF REHABILITATED MANHOLES Not Used. DA-22 FIBERGLASS MANHOLES Not Used. DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES Not Used. DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER 11102104 ASC-10 .o M PART DA - ADDITIONAL SPECIAL CONDITIONS Not Used. DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS Not Used. DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE s Not Used. DA-27 GRADED CRUSHED STONES Not Used. DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE Not Used. DA-29 BUTT JOINTS - MILLED Not Used. DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) Not Used. DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER Not Used. a DA-32 NEW 7" CONCRETE VALLEY GUTTER Not Used. DA-33 NEW 4" STANDARD WHEELCHAIR RAMP Not Used. r DA-34 8" PAVEMENT PULVERIZATION Not Used. DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) Not Used, DA-36 RAISED PAVEMENT MARKERS Not Used. 11/02104 ASC-11 PART DA - ADDITIONAL SPECIAL CONDITIONS ., DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING A. GENERAL: Where known by the design engineer, the locations of potentially petroleum contaminated ••• material (soil) that may be encountered during excavation and/or construction activities will be shown on the plans. For all locations where material is excavated and suspected of being contaminated with petroleum products, whether known or not, these special r, conditions are to be followed. The contractor is also to follow all applicable Federal. State and Local regulations when handling known or suspect contaminated materials (soils). 1. WORK INCLUDED a. Excavation, stockpiling and testing of Potentially Petroleum Contaminated Material. b. Removal, testing, and disposal of petroleum contaminated groundwater. c. Obtaining and paying for required permits. Aw d. Hiring of qualified environmental professional consultant(s). Contractor will be required to submit the environmental consultant's experience and qualifications to .• the City prior to beginning worts in areas of Potentially Petroleum Contaminated Material. am e. Hiring of qualified environmental sampling professionals that will collect and submit samples to the applicable City of Fort Worth testing laboratory. The City of Fort Worth's Department of Environmental Management for coordination of laboratory sm testing. 2. REFERENCES a. All applicable OSHA regulatory requirements. b. All applicable Environmental Protection Agency (EPA) regulatory requirements. c. All applicable State of Texas regulatory requirements. d. All applicable City of Fort Worth (City) regulatory requirements. _ e. All applicable NIOSH standards. f. All applicable TNRCC requirements. .. 3. SUBMITTALS a. The contractor shall prepare and submit to the City's Department of Environmental -- Management, Senior Specialist in Compliance, plans for handling Potentially Petroleum Contaminated Material (PPCM) not less than 30 days prior to commencing excavation. ,. b. The Contractor shall take necessary precautions while performing this project. Contractor shall not commence PPCM work (1) Contractor's submittal for dealing aw with PPCM is reviewed by the City and (2) the plans (i.e., drawing and description) 11102104 ASC-12 UW PART DA - ADDITIONAL SPECIAL CONDITIONS for discharging any treated liquid into the storm sewer or sanitary sewer are aw reviewed by the City (3) and acceptable stockpile area is identified by the Contractor. c. Contractor shall submit the name of his proposed qualified environmental professional consultant(s) and proposed PPCM Handling Plan to the City. The PPCM Handling Plan shall include the detailed sequence of construction including proposed excavation and handling methods, proposed carriers for contaminated materials, waste disposal site, and a list of any permits that may be required for PPCM handling or contaminated materials disposal. The above data must be compiled and arranged in a format that is acceptable to the Texas Natural Resource Conservation Commission (TNRCC). d. Contractor shall submit actual limits of PPCM excavation, as prepared by his qualified environmental consultant(s) and testing lab. e. Contractor shall submit for review the proposed carrier pipe material to be used with the actual limits of PPCM excavation, including pipe gasket and carrier pipe coating or liner. 00 B. PRODUCTS. .. 1. PIPE GASKET MATERIAL. Materials used within the actual limits of PPCM excavation, including pipe gaskets, shall be resistant to petroleum hydrocarbon deterioration. C. EXECUTION: 1. POTENTIALLY PETROLEUM CONTAMINATED AREAS wo a. Areas suspected of having petroleum contaminated material (soils) are shown in on the engineering drawings. b. In areas other than those noted on the plans and where potentially petroleum contaminated materials are either detected or suspected, the City of Fort Worth and the Engineer should be notified immediately and the work should proceed in accordance with this section. 2. SCREENING POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Care should be taken during all excavation and dewatering activities to identify areas potentially contaminated by petroleum. .. b. When a petroleum odor is encountered during excavation or when there is visual evidence of potentially petroleum contaminated soil, the Contractor shall notify the Engineer without delay. c. The Contractor shall have retained the services of an environmental consultant who shall be present at the site to screen suspect soil with a photo -ionization detector (PID) or a flame ionization detector (FID). A reading of 20 ppm above ambient 11102104 ASC-13 rr PART DA - ADDITIONAL SPECIAL CONDITIONS conditions or greater on PID or FID tested soil sample will be considered potentially petroleum contaminated. The soul sample should be a recent sample from the excavation face. The sample should be stored in a laboratory supplied glass jar with a teflon gasket lined lid. The City of Fort Worth Department of Environmental Management will be notified prior to all sample collection and submittal to the current testing laboratory identified by the City. The PID or FID tests should be performed in a confined location. Soils producing a reading of less than 20 ppm above ambient will not be considered potentially petroleum contaminated. The PID or FID shall be calibrated according to manufactures instructions. d. Water encountered during excavation or dewatering shall be considered to be potentially contaminated if there is a visible sheen, a hydrocarbon odor, adjacent soil that appears visually to be contaminated by hydrocarbons or at any time the Contractor has reason to believe that hydrocarbon contamination may have occurred, The Contractor shall immediately notify the City and the TNRCC whenever contaminated water is encountered. a. The Contractor shall contact the City whenever contamination from any source is suspected. 3. HANDLING POTENTIALLY PETROLEUM CONTAMINATED SOIL (PPCS) a. Contractor shall coordinate with the City to determine a suitable location for the stockpiling of contaminated soil. The following procedure shall be followed in preparing the chosen site: 1. Provide a diked enclosure large enough to hold all material and prevent runoff_ 2. The diked area shall be lined with 20-30 mil plastic tp prevent seepage into the existing soil. 3. At the end of each work day, Contractor shall completely cover stockpile with 20 mil plastic. During the day, the Contractor shall keep the stockpile covered, as necessary, to prevent release of contaminated materials due to rain or wind. 4. Sampling and evaluation of materials will be performed at the Contractor's expense. (The City of Fort Worth will provide laboratory services) b. PPCS shall be handled, tested, observing all standard chain -of -custody procedures and sampling preservation and analyses shall conform to published and recognized standards. c. The stockpiled PPCS shall be sampled and tested every 50 cubic yards for Total Petroleum Hydrocarbons (TPH) (TX1005) and Benzene, Toulene, Ethylbenzene and Xylene (BTEX) (EPA 8020). All test results will be forwarded to the City of Fort Worth Department of Environmental Management. d. Contaminated soil identified by test results will be disposed of according to DA-36, Loading, Transportation, and Disposal of Contaminated Soil. e. it is the intent of the City of Fort Worth that uncontaminated soils be utilized as backfrll material, if the soils also meet the Type C or B backfill classifications. 4. HANDLING POTENTIALLY PETROLEUM CONTAMINATED WATER (PPCW) 11102104 ASC-14 .. ow .. aw am .. PART DA - ADDITIONAL SPECIAL CONDITIONS a. Water pumped from the excavation or from dewatering activities that has an oily sheen, a hydrocarbon odor, or is otherwise suspect, shall be considered potentially petroleum contaminated. b. PPCW shall be handled, tested, and discharged in accordance with the TNRCC's appropriate state regulation. PPCW shall be tested no later than 15 days prior to extraction. PPCW shall, if necessary, be treated in an appropriately sized oil/water separator, air stripper or GAC canisters. Contractor shall have his testing laboratory determine that the oiUwater separator treated discharge is within the limits _ established by the TNRCC's regulations before being allowed to discharge (discharge to sanitary sewer). Contractor shall be responsible for furnishing the effluent test reports to the City. c. Alternatively, the Contractor may dispose of contaminated water, after appropriate pretreatment, into the sanitary sewer collection system. It shall be the responsibility of the Contractor to obtain the necessary permit(s) and to perform all testing required by the City of Fort Worth Pretreatment Services Division. d. All treated water shall be discharged into a Contractor supplied Frac Tank, sampled, and analyzed before discharge into the sewer system. e. The product that is recovered shall be disposed of in accordance with all applicable regulations. Any phase separate product recovered from the oiltwater separator and air stripper shall be transported in accordance with Department of Transportation rules and regulations for flammable products. When transporting product for disposal, transportation shall also be performed by a licensed carrier. The Contractor is responsible for proper manifesting of the material from the site to the waste disposal facility. Completed Manifests shall be returned to the City Department of Environmental Management within 90 days of shipment. 5. HANDLING VAPOR CONCENTRATIONS a. In order to maintain safe working conditions, the vapor concentrations should not exceed 20 percent of the Lower Explosive Limit (LEL). During construction, measures should be taken to maintain LEL levels below 20 percent in all working areas. b. To monitor vapor levels and oxygen levels a combustible gas indicator (CGI) with a LEU02 meter should continuously operate in the working area. The CGI should be properly calibrated and should have an alarm that sounds if 20 percent LEL is reached. Monitoring data from the GCI should be recorded periodically to determine if ventilation or other methods are effective. In the event local health and safety agencies require more stringent monitoring, the local regulations must be implemented. D. MEASUREMENT AND PAYMENT: 11102104 ASC-15 PART DA - ADDITIONAL SPECIAL CONDITIONS .. Payment for handling PPCS, PPCW and Vapor Concentrations, obtaining and paying for any permits required, hiring the services of a qualified professional environmental consultant(s), environmental issues, stockpiling and all issues included and incidental to this section will be full compensation for all labor, equipment, materials, and supervision. Measurement and Payment for this section will be per linear foot of trench excavated where .� the excavated material is handled as a contaminated material. No separate payment will be made for handling of contaminated water, vapor concentrations, sampling, stockpiling, etc. DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL Not Used. DA-39 ROCK RIPRAP - GROUT - FILTER FABRIC Not Used. DA-40 CONCRETE RIPRAP Not Used. DA-41 CONCRETE CYLINDER PIPE AND FITTINGS Not Used. DA-42 CONCRETE PIPE FITTINGS AND SPECIALS Not Used. DA-43 UNCLASSIFIED STREET EXCAVATION Not Used. DA-44 6" PERFORATED PIPE SUBDRAIN Not Used. DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS Not Used. DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION In order to facilitate timely reconstruction of the affected roadway surfaces (subsequent to wateNsewer installation) under the City's roadway maintenance program, it is recommended that the proposed water and/or sanitary sewer improvements be conducted on the project streets based upon the following sequence: 1. Byers Ave. (Belle Pl. to Clover Ln.) 2. Dexter Ave. (Dorothy Ln. to Sutter St.) 11102104 ASC-16 PART DA - ADDITIONAL SPECIAL CONDITIONS 3. Owasso St. (Crestline Rd. to Lafayette Ave_) - 4. Byers Ave. (Kenley St. to Camp Bowie Blvd.) 5. Lafayette Ave. (Clover Ln. to Tremont Blvd.) After the work start date has been established, the selected contractor shall be required to submit the beginning and ending dates for all work (including pavement repair) on each of the project streets. Please be advised that the contractor has the option of submitting a different sequence of construction than stated above. The contractor shall not be allowed to begin work (but time charges will begin on the project) until the preferred sequence of construction and the start and end work dates for each street have been submitted to the City. DA-47 PAVEMENT REPAIR IN PARKING AREA Not Used. DA-48 EASEMENTS AND PERMITS Not Used. DA-49 HIGHWAY REQUIREMENTS im Not Used. .. DA-50 CONCRETE ENCASEMENT Not Used. DA-51 CONNECTION TO EXISTING STRUCTURES Ik All connections between proposed and existing facilities, shall consist of a watertight seal. Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements of Section E1-20 and E2-20 of the General Contract Documents. Prior to concrete placement, a gasket, RAM-Nek or approved equal shall be installed around penetrating pipe. Payment for such work as connecting to existing facilities including all labor, tools, equipment, and material necessary to complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM. DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION Not Used. DA-53 OPEN FIRE LINE INSTALLATIONS Not Used. DA-54 WATER SAMPLE STATION Not Used. 11102104 ASC-17 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-55 CURB ON CONCRETE PAVEMENT UW Not Used. DA-56 SHOP DRAWINGS -- 1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material schedules as may be required by the Engineer for his review. Submittals may be checked by and .. stamped with the approval of the Contractor and identified as the Engineer may require. Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated actions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data. Processed shop drawing submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after submittals are processed, the design drawings and specifications shall govern. The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of constriction, coordination of his work with that of other trades and satisfactory performance his work. The Contractor shall check and verify all .. measurements and review submittals prior to being submitted, and sign or initial a statement included with the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application. Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form. 2. Shop drawings shall be submitted for the following items prior to installation: List the required submittals here Additional shop drawing requirements are described in some of the material specifications. 3. Address for Submittals - The submittals shall be addressed to the Project Manager: (Victor V. Tomero Jr., E.I.T.) City of Fort Worth 1000 Throckmorton Fort Worth, TX 76102 DA-57 COST BREAKDOWN Not Used. DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY Not Used. 11102104 ASC-18 ow PART DA - ADDITIONAL SPECIAL CONDITIONS DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP Not Used. DA-60 ASPHALT DRIVEWAY REPAIR Not Used. DA-61 TOPSOIL Not Used. DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT Not Used. " DA-63 BID QUANTITIES Not Used. DA-64 WORK IN HIGHWAY RIGHT OF WAY •- Not Used. DA-65 CRUSHED LIMESTONE (FLEX -BASE) Not Used. , DA-66 OPTION TO RENEW Not Used. u DA-67 NON-EXCLUSIVE CONTRACT Not Used. DA-68 CONCRETE VALLEY GUTTER Not Used. DA-69 TRAFFIC BUTTONS Not Used. -- DA-70 PAVEMENT STRIPING Not Used. DA-71 H.M.A.C. TESTING PROCEDURES 11102104 ASC-19 PART DA - ADDITIONAL SPECIAL CONDITIONS Not Used. DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other specification, it shall be understood that the latest revision of such specification, prior to the date of these general specifications or revisions thereof, shall apply. DA-73 RELOCATION OF SPRINKLER SYSTEM BACK -FLOW PREVENTER/CONTROL VALVE AND BOX , Not Used. DA-74 RESILIENT -SEATED GATE VALVES a Not Used. "W DA-75 EMERGENCY SITUATION, JOB MOVE -IN Not Used. DA-76 1 %" & 2" COPPER SERVICES .. The following is an addendum to E1-17, Copper Water Service Lines and Copper Alloy Couplings: All fittings used for 1 W and 2" water services lines shall be compression fittings of the type produced with an internal "gripper ring° as manufactured by the Ford Meter Box Co., Inc., Mueller Company, or approved equal. Approved equal products shall submit shop drawings and manufacturer's catalog information for approval. Contractor shall make all cuts to the copper tubing with a copper tubing cutter tool specifically designed for this purpose in order to provide a clean, square cut. The use of hacksaws or any other type of cutter will not be allowed. Prior to installing the compression fittings, the copper tubing will be made round by the use of a — arounding tube" specifically made for that purpose. Payment for all work and materials associated with 1 ' " and 2° copper services shall be included in the price of the appropriate bid item. DA-77 SCOPE OF WORK (UTIL. CUT) Not Used. DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT) Not Used. 11102104 ASC-20 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-79 CONTRACT TIME (UTIL. CUT) Not Used, DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) Not Used. DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) Not Used. DA-82 LIQUIDATED DAMAGES (UTIL. CUT) Not Used. DA-83 PAVING REPAIR EDGES (UTIL. CUT) Not Used. DA-84 TRENCH BACKFILL (UTIL. CUT) Not Used. DA-85 CLEAN-UP (UTIL. CUT) Not Used. DA-86 PROPERTY ACCESS (UTIL. CUT) Not Used. DA-87 SUBMISSION OF BIDS (UTIL. CUT) Not Used. DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) Not Used. DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT III (UTIL. CUT) -- Not Used. DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) Not Used. DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) 11102104 ASC-21 r. PART DA - ADDITIONAL SPECIAL CONDITIONS DA-92 MAINTENANCE BOND (UTIL. CUT) Not Used. DA-93 BRICK PAVEMENT (UTIL. CUT) Not Used. DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) Not Used. DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) Not Used. DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) Not Used. DA-97 "QUICK -SET" CONCRETE (UTIL. CUT) Not Used. DA-98 UTILITY ADJUSTMENT (UTIL. CUT) Not Used. DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) Not Used. DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) Not Used. DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) Not Used. DA-102 PAYMENT (UTIL. CUT) Not Used. DA-103 DEHOLES (MISC. EXT.) Not Used. DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) 11102104 ASC-22 PART DA - ADDITIONAL SPECIAL CONDITIONS Not Used. DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) Not Used. DA-106 BID QUANTITIES (MISC. EXT.) Not Used. DA-107 LIFE OF CONTRACT (MISC. EXT.) Not Used. DA-108 FLOWABLE FILL (MISC. EXT.) Not Used. DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) Not Used. DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) Not Used. DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) Not Used. DA-112 MOVE IN CHARGES (MISC. REPL.) Not Used. DA-113 PROJECT SIGNS (MISC. REPL.) Not Used. DA-114 LIQUIDATED DAMAGES (MISC. REPL.) Not Used. DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) ' Not Used. DA-116 FIELD OFFICE 11102104 ASC-23 PART DA - ADDITIONAL SPECIAL CONDITIONS Not Used DA-117 TRAFFIC CONTROL PLAN Not Used. ,. DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS Not Used. DA —119 CATHODIC PROTECTION SYSTEM fto Not Used. DA —120 CUT -IN VALVES .. Prior to construction, `Cut -In Valves' will be completed first before any other work is performed. The required "Cut -In Valves' are indicated on sheets 4 and 6 of the provided construction plans. Once this work is complete, the contractor will follow the provided construction sequence outlined in DA-46. No No or r �r r 11102104 ASC-24 ad IV WATER DEPARTMENT r r SECTION E SPECIFICATIONS JANUARY 1, 1978 All materials, construction methods and procedures used in this project shall conform to Sections El, E2, and E2A of the Fort Worth Water Department General Contract Documents and General Specifications, together with any additional material specification(s), construction(s) or later revision(s). (See revisions listed on this sheet). Sections El, 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 El MATERIAL SPECIFICATIONS E2 CONSTRUCTION SPECIFICATIONS I, E2A GENERAL DESIGN DETAILS Revisions as of April 20, 1981, follow: E1-2.4 Backfill: (Correct minimum compaction requirement to 95% Procter density and correct P.I. values as follows:) C. Additional backfill requirements when approved for use in streets: 1. Type B Backfill - (c) Maximum plastic index (PI) shall be 8 2. Type C Backfill (a) Material meeting requirements and having a PI of 8 or less shall be considered as suitable for compaction by wetting (b) Material, meeting requirement and having a PI of 9 or more shall be considered for use only with mechanical compaction E2-2.11Trench Backfill: (Correct minimum compaction 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). r r SECTION E100 — MATERIAL SPECIFICATIONS MATERIAL STANDARD E 100-4 "' JANUARY 1, 1978 (ADDED 5/13/90) r E1004 WATERTIGHT MANHOLE INSERTS. E1004.1 GENERAL: This standard covers the furnishing and installation of watertight gasketed manhole .. inserts in the. Fort Worth sanitary sewer collection system. E100-4.2 MATERIALS AND DESIGN: No a. The manhole insert shall be of corrosion -proof high density polyethelene that meets or exceeds the requirements of ASTM D 1248, Category 5, Type 111. MW b . The minimum thickness of the 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 minimum 1 wide woven polypropalene or nylon webbing, with the ends treated to prevent unravelling.. 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 rate no greaterthan 10 gallons per 24 hours. E 100-4.3 INSTALLATION: MW a. The manhole frame shall be cleaned of all dirt and debris before placing the manhole insert on the rim. • b. The manhole insert shall be fully seated around the manhole frame rim to retard water from seeping between the cover and the manhole frame rim. *r E100 (1) VM L_� MW L-::i 4W .r .. %W �, low Um .. VW .. GENERAL CONSTRUCTION NOTES 1. Applicable design and details shall conform to "General Contract Documents and Specifications for Water Department Projects" (GCD) effective July 1, 1978, with the latest revisions. 2. All horizontal blocking, cradle blocking, and vertical tie -down blocking to be in accordance with Fig.(s) 9, 10, and 11 of the GCD. 3. Fire hydrants shall be located a minimum of Y-0" behind the face of curb per Fig. 5 GCD. 4. All gate valve installations for sizes up to 12" are to be per Fig. 3 GCD and sizes 16" and larger Fig. 4 GCD, 5. The proposed water and/or sewer mains at times will be laid close to other existing utilities and structures both above and below the ground. The contractor shall make necessary provisions for the support and protection of all utility poles, fences, trees, shrubs, gas mains, telephone cables, TU cables, drainage pipes, utility services, and all other utilities and structures both above and below the ground during construction. It is the contractor's responsibility to notify all utility owners prior to any construction in the area and verify the actual location of all buried utilities that may or may not be shown on the plans. The contractor shall preserve and protect all underground and overhead facilities and be responsible for any damage he may cause to them. The Contractor shall contact the following @ least 48 hours prior to excavating at each location: Fort Worth Water Department Field Operations Kristian Sugrim Scott Neystel Fort Worth Transportation & Public Works Light and Signal Division Dwayne Cox Roger Martin Fort Worth Transportation. & Public Works (Storm Drain locates) Gordon Couch Lone Star Gas Company Texas Utility Service Company Southwestern Bell Telephone Company Texas One Call -Fiber Optics Location (MCI, AT&T, Sprint, etc.) Marcus Cable T.V. 817-212-2649 or 817-925-2271 817-212-2642 or 817-994-8663 817-871-8100 817-871-8100 817-871-8100 Metro (214) 263-3444 336-2328 Enterprise 9800 1-800-245-4545 737-4731 6. Contractor shall verify the elevation, configuration, and angulation of existing line prior to construction of tie-in materials. Such verification shall be considered as subsidiary cost of project and no additional compensation will be allowed. Elevation adjustments at connections may be made with bends, offsets, or joint deflections. All .. nonstandard bends shall be made using the closest standard M.J. fittings with the required joint deflections.(deflections not to exceed manufacturer's deflection per joint) 7. Contractor shall keep at least one lane of traffic open at all times during construction and access to all places of business and residence at all times.(reference C6-6.5 GCD) .. 8. No excavated materials, backfill materials, equipment, or supplies shall be stored within floodways or drainage easements.(reference C6-6.6 GCD) 9. Trenches which lay outside existing or future pavements shall be backfilled above the top of the embedment with Type "C" backfill material. When Type "C" backfill material is not suitable, at the direction of the Engineer, Type "B" material shall be .. used. All backfill material shall be compacted to a minimum of 90% proctor density by means of tamping only. Trenches which cross under existing or future pavement shall be backfilled per Fig. "A" with 95% proctor density by jetting, tamping, or a combination of such methods. 1 O.Rim elevations of the proposed sanitary sewer manholes in repaved streets are shown as final finished grades in these plans. They shall be constructed to 15" below final finished grade by utility contractor and adjusted by paving contractor in accordance with Fig. M of the special contract documents. Concrete collars shall be installed where indicated on the plans per Fig. 121 of the special contract documents. Manhole inserts shall be installed in all standard four foot and standard four foot drop access manholes per E-100-4 of the special contract documents. Standard four foot diameter manholes shall be in accordance with section E2A, Fig. 103 and Fig. 104 GCD, standard four foot drop access manholes per Fig. 107 GCD, and shallow manholes per Fig. 106 GCD. 1 I.The top of the water lines shall be a minimum of 3'-6" below the top of the curb for 12" and smaller mains except where otherwise shown on these plans. 12.All water meters shall be placed or relocated T-O" behind the face of the proposed curb or as directed by the Engineer. WO 13.All existing water services shall be replaced with 1" minimum copper tubing unless a larger size is indicated on the plans. Corporation stops shall be fully opened prior to trench backfill. Curb stops with lock wings shall be tested for full flow when the system is pressure tested. Extend 1" water services to those lots where no, water services have been extended to. Locate these services at normal locations or as directed by the Engineer. a.The normal location of water service lines shall be 5' east or north of the center of the property frontage. b.For 40' or less lot frontage, all water services shall be placed 18" from the east or south property line. 14.All sanitary sewer services encountered shall be replaced to the property line as directed by the Engineer. uw SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents - 1' SCOPE OFWORK .................................................................................................... SP-4 2' AWARD OFCONTRACT .......................................................................................... SP-4 3. PRECCNSTR%J[TIC*NCONFERENCE ..................................................................... SP-5 4. EXAMINATION OF SITE .......................................................................................... SP-5 5. BID S[]BM[7T/\L--.................................................................................................. 0. WATER FOR CONSTRUCTION ... .................................................................. ........ SP-5 ~� 7. SANITARY FACILITIES FOR \A/ORKK8EFS.............................................................. SP-5 8. PAYMENT .................. ..................... ........................................................................ SP-5 9. SUBSIDIARY WORK ..................................... ,-.,....................................................... SP-O _ 10. LEGAL RELATIONS AND RESPONSIBILITIES TOTHE PUBLIC ....................................................................................................... SP-O 11. WAGE RATES .......................................................................................................... SP-O 1Z EXISTING UTILITIES ................................................................................................ SP-7 - 13. PARKWAY CONSTRUCTION ................................................................................... SP-7 14. MATERIAL STORAGE .............................. ............................................................... SP-8 15. PROTECTION OFEXISTING UTILITIES *� AND IMPROVEMENTS ....................................................... ..................................... SP-8 16. INCREASE ORDECREASE YNQUANTITIES ........................................................... SP-8 17' CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS .................................. SP-8 ' 18. EQUAL EMPLOYMENT PROVISIONS ...................................................................... SP-9 19. MINORITY AND WOMENS BUSINESS ENTERPRISE /K8/WBF\COMPLIANCE ........................................................................................... SP-0 - 20. FINAL CLEAN UP ... ................................................................................................ SP-1O 21. CONTRACTOR'S COMPLIANCE WITH WORKER'S COMPENSATIONLAW ........................................................................................... SP-11 _ 22. SUBSTITUTIONS ........................................................................... ........................ -SPc14 23. MECHANICS AND K&ATEPUA�-SNYEN'SLIEN ........................................................... SP-14 24. WORK ORDER DELAY ........................................................................................... Sp-14 25. WORKING DAYS ----.----'------.-~-..----..--_--.----------------SP-14 26. RIGHT TO ABANDON ....... ..................................................................................... SP-14 27. CONSTRUCTION SPECIFICATIONS ..................... ............................................... SP-14 28. MAINTENANCE STATEMENT ................................................................................ SPA 5 - 29. DELAYS .----_--''....-----~-------'---'^----^-'`-^--'.-^----^---_'Spc15 30. DETOURS AND BARRICADES ............................................................................... SPA 5 31' DISPOSAL OFSPC)iL/F|LLMATERIAL --..------------------.',------.---SP-15 - 32. QUALITY CONTROL TESTING .................................................. ........................... 0P-16 33. PROPERTY ACCESS ---.--.'-------.-----------------~---------.SPc1O 34. SAFETY RESTRICTIONS -\8MORK NEAR HIGH VOLTAGE LINES ......................SP'16 35. WATER DEPARTMENT PRE -QUALIFICATIONS ................................................... SP-17 30. RIGHT TO AUDIT .................................................................................................... SP-17 37. CONSTRUCTION STAKES .................. .................................................................. SP-18 - 38. LOCATION OFNEW WALKS AND DRIVEWAYS ................................................. SPA 8 39. EARLY WARNING SYSTEM FOR CONSTRUCTION -.----.------.----------SP-18 06120108SPA SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents CONSTRUCTION ITEMS: 41. PAY ITEM - UNCLASSIFIED STREET EXCAVATION ....................................... SP-19 42. PAY ITEM - 6" REINFORCED CONCRETE PAVEMENT ................................... SP-20 43. PAY ITEM - SILICONE JOINT SEALING........................................................... SP-20 44. PAY ITEM - 7" CONCRETE CURB.................................................................... SP-24 45. PAY ITEM - RETAINING WALL (OMITTED)...................................................... SP-24 46. PAY ITEM - REPLACE EXIST. CURB AND GUTTER ........................................ SP-25 47. PAY ITEM - 6" HMAC TRANSITION.................................................................. SP-25 48. PAY ITEM - 6" PIPE SUBDRAIN (OMITTED)..................................................... SP-25 49. PAY ITEM - TRENCH SAFETY.......................................................................... SP-25 50. PAY ITEM - 6" THICK LIME STABILIZED SUBGRADE AND CEMENT FOR SUBGRADE STABILIZATION....................................................... SP-26 51. PAY ITEM - 6" HMAC PAVEMENT (THICKNESS TOLERANCES AND HMAC TESTING PROCEDURES)............................................................. SP-27 52. PAY ITEM - CONCRETE FLAT WORK (CURB, CURB & GUTTER, SIDEWALKS, LEADWALKS, WHEELCHAIR RAMPS AND DRIVEWAYS)................................................................................. SP-27 53. PAY ITEM- REMOVE EXISTING CONCRETE SIDEWALK, DRIVEWAYS, STEPS, LEADWALKS AND WHEELCHAIR RAMPS ..................... SP-27 54. PAY ITEM - REMOVE EXISTING CURB AND GUTTER ................................... SP-27 55. PAY ITEM - REMOVE EXISTING CURB INLET ................................................ SP-27 56. PAY ITEM - 6" REINFORCED CONCRETE DRIVEWAY ................................... SP-28 57. PAY ITEM - REMOVE AND CONSTRUCT CONCRETE STEPS (OMITTED)..,, SP-28 58. PAY ITEM- 4' STANDARD CONCRETE SIDEWALK, LEADWALK AND WHEELCHAIR RAMP.................................................................... SP-28 59. PAY ITEM - REMOVE AND REPLACE FENCE (OMITTED) .............................. SP-28 60. PAY ITEM - STANDARD 7" CURB AND 18' GUTTER ....................................... SP-28 61. PAY ITEM - REMOVE AND RECONSTRUCT MAILBOXES/MISCELLANEOUS (OMITTED)..................................................................................... SP-29 62. PAY ITEM - BORROW....................................................................................... SP-29 63. PAY ITEM - CEMENT STABILIZATION (OMITTED).. .................................. SP-29 64. PAY ITEM - CEMENT (OMITTED) ................................................................... SP-29 65. PAY ITEM - NEW 7" CONCRETE VALLEY GUTTER (OMITTED) ..................... SP-29 66. PAY ITEM - STORM DRAIN INLETS................................................................. SP-29 67. PAY ITEM - TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN...................................................................... SP-29 68. PAY ITEM - STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS EQUAL TO OR GREATER THAN 1 ACRE) ...................... SP-30 69. PRE BID ITEM - PROJECT DESIGNATION SIGN ................................................... SP-32 70. PRE BID ITEM - UTILITY ADJUSTMENT................................................................ SP-32 71. PRE BID ITEM - TOP SOIL...................................................................................... SP-33 72. PRE BID ITEM - ADJUST WATER VALVE BOX ...................................................... SP-33 06/20/08 SP-2 va I* %w SPECIAL PROVISIONS FOR - STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 73. PRE BID ITEM - MANHOLE ADJUSTMENT....................................................... SP-33 74. PRE BID ITEM - ADJUST WATER METER BOX ................................................ SP-33 75. NON -PAY ITEM - CLEARING AND GRUBBING .. SP-33 76. NON -PAY ITEM - SPRINKLING FOR DUST CONTROL ....................................... SP-33 77. NON -PAY ITEM - PROTECTION OF TREES, PLANTS AND SOILS .................... SP-34 78. NON -PAY ITEM - CONCRETE COLORED SURFACE ........................................ SP-34 79. NON -PAY ITEM - PROJECT CLEAN-UP.............................................................. SP-34 80. NON -PAY ITEM - PROJECT SCHEDULE............................................................. SP-35 81. NON -PAY ITEM - NOTIFICATION OF RESIDENTS ............................................. SP-35 82. NON -PAY ITEM - PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION ............................................... SP-35 83. NON -PAY ITEM - PRE -CONSTRUCTION NEIGHBORHOOD MEETING ............ SP-35 84. NON -PAY ITEM - WASHED ROCK...................................................................... SP-36 85. NON -PAY ITEM - SAWCUT OF EXISTING CONCRETE ...................................... SP-36 86. NON -PAY ITEM - LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES............................................................. SP-36 87. NON -PAY ITEM - TIE-IN INTO STORM DRAIN STRUCTURE ............................. SP-37 88. NON -PAY ITEM - SPRINKLER HEAD ADJUSTMENT .......................................... SP-37 89. NON -PAY ITEM - FEE FOR STREET USE PERMITS AND RE -INSPECTIONS... SP-37 90. NON -PAY ITEM - TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS - THAN 1 ACRE)......................................................................... SP-37 91. NON -PAY ITEM - `GREEN' CEMENT POLICY ...................................................... SP-39 92. PAY ITEM - TRAFFIC CONTROL............................................................... SP-39 _ 93. PAY ITEM - NON STANDARD STORM DRAIN INLET ..................................... SP-40 94. PAY ITEM - PROPOSED 4" CONCRETE APRON ............................................ SP-40 95. PAY ITEM - UNCLASSIFIED CHANNEL EXCAVATION ................................... SP-40 SPECIAL PROVISIONS 06/20/08 S P-3 FOR STREET AND STORM DRAIN IMPROVEMENTS FOR: 2004 CAPITAL IMPROVEMENT PROJECTS CITY PROJECT NO.: 00451 YEAR 4 - CONTRACT 49 BYERS AVE. (BELLE PL. TO CLOVER LN.) BYERS AVE. (KENLEY ST. TO CAMP BOWIE BLVD.) DEXTER AVE. (DOROTHY LN. TO SUTTER ST.) 4 LAFAYETTE AVE. (CLOVER LN. TO TREMONT AVE.) OWASSO ST. (CRESTLINE RD. TO LAFAYETTE AVE.) SCOPE OF WORK: The work covered by these plans and specifications consist of the following: Reconstruction of Byers Ave. (Belle PI. to Clover Ln.), Byers Ave. (Kenley St. to Camp Bowie Blvd.); Dexter Ave. (Dorothy Ln. to Sutter St.); Lafayette Ave. (Clover Ln. to Tremont Ave.); Owasso St. (Crestline Rd. to Lafayette Ave.) 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. AWARD OF CONTRACT: Submission of Bids: Unit 1 and Unit II constitute a package. If the Contractor submits a bid on both Unit 1 and Unit II and has the lowest responsive proposal price, the Contractor will be the apparent successful bidder for this project. The Contractor can bid either the HMAC alternate and/or the Concrete alternate. The additive alternate must be included in any bid. _ Bidders are hereby informed that the Director of the Engineering Department reserves the right to evaluate and recommend to the City Council the best bid that is considered to be in the best interest of the City. ' In order to aid the Contractor with construction, an estimated construction schedule for water, sanitary sewer, paving and drainage improvements for each street has been included at the end of the Special Provisions section. In addition, a breakdown of water, sanitary sewer, storm drain and paving quantities has been included and are for informational purposes only. However, the Contractor should - understand that adverse weather and unforeseen circumstances can affect these estimated dates and shall not hold the City of Fort Worth responsible for any delays in issuing the work orders for this contract. - Furthermore, construction will follow the provided sequence indicated below: 1) Byers Ave. (Belle PI. to Clover Ln.) 2) Dexter Ave. (Dorothy Ln. to Sutter Ln.) 4 3) Owasso St. (Crestline Rd. to Lafayette Ave.) 4) Byers Ave. (Kenley St. to Camp Bowie Blvd.) 06/20/08 SP-4 5) Lafayette Ave. (Clover Ln. to Tremont Ave.) Due to a nearby school located next to Byers Ave. (Belle PI. to Clover Ln.), the contractor will be required to keep all materials and equipment on Byers Ave. and NOT on Clover Ln. No construction will be done at the intersection of Byers Ave. and Clover Ln. between the hours of 7am to 9am and from 2:30 pm to 4:30 pm. 3. PRECONSTRUCTION CONFERENCE: The successful Contractor, Engineer, and City - City shall meet at the call of the City for a preconstruction conference before any of its work begins on 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 construction. As used herein, the term "Engineer" shall mean the design engineer who prepared and sealed the plans, specifications and contract documents for this project. 4. EXAMINATION OF SITE: It shall be 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. 5. BID SUBMITTAL: Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non- responsive" and rejecting bids as appropriate and as determined by the Director of the Engineering Department. 6. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor at his own expense. 7. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project site. Specific attention is directed to this equipment. 8. PAYMENT: The Contractor shall receive full payment from the City for all the work based on unit prices bid on the proposal and specified in the plans and specifications and approved by the Engineer per actual field measurement. 06/20/08 SP-5 9_ SUBSIDIARY WORK: Any and all work specifically governed by documentary requirement for the projects, such as conditions imposed by the Plans, the General Contract Documents or these special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item or work, the cost of which shall be included in the price bid in the Proposal for each bid item, including but not limited to surface restoration cleanup and relocation of mailboxes. All objectionable matter required to be removed from within the right-of-way and not _ particularly described under these specifications shall be covered by Item No. 102 "Clearing and Grubbing" and shall be subsidiary to the other items of the contract. 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's particular attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain Construction". 11. WAGE RATES: Compliance with and Enforcement of Prevailing Wage Laws Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. 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 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected - worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. 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., 06/20/08 SP-6 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 Engineering Department. 06/20/08 SP-7 14. MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has obtained permission from the property City. 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures, improvements and utilities, which may be encountered. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City or the Engineer to be accurate as to extent, location and depth, they are shown on the plans as the best information available at the time of design, from the Owners of the utilities involved and from evidences found on the ground. 16. INCREASE OR DECREASE IN QUANTITIES: The quantities shown in the Proposal are approximate. It is the Contractor's sole responsibility to verify all the minor pay item quantities prior to submitting a bid. No additional compensation shall be paid to Contractor for errors in the quantities. Final payment will be based upon field measurements. The City reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in anticipated profits or shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of storm drain pipes in depth categories shall be interpreted herein as applying to the overall quantities of storm drain pipe in each pipe size but not to the various depth categories. 17. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants and agrees to indemnify City's Engineer and 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 City, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the _ work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City's officers, servants and employees and any damage, loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of City, its officers, servants or employees. In the event City receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor w 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. w 06/20/08 SP-8 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 result 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. 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 (MIWBE) COMPLIANCE: In accordance with City of Fort Worth Ordinance No. 15530, .the City has goals for the participation of minority business enterprises and women business enterprises in City contracts. The Ordinance is incorporated in these specifications by reference. A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the ordinance shall be a material breach of contract_ MNVBE UTILIZATION FORM, MNVBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM, as applicable, must be submitted within fine (5) city business days after bid opening. Failure to comply shall render the bid non -responsive. Upon request, Contractor agrees to provide the City complete and accurate information regarding actual work performed by a Minority or Women Business Enterprise (MNVBE) 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 negligent 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 MNVBE program in the evaluation of bids. Failure to comply with the City's MNVBE 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 MNVBE subcontractors prior to issuance of the Notice to Proceed. Contractor shall also provide monthly reports on utilization of the subcontractors to the City's MNVBE 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 MNVBE participation in the joint venture for a clearly defined portion of the work to be performed. All MNVBE Contractors used in meeting the goals must be certified prior to the award of 06/20/08 SP-9 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 doing 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 prior to bid opening may result in the rejection of bid as non- responsive. R 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: Make no unjustified changes or deletions in its M/WBE participation commitments submitted with or subsequent to the bid, and, — 2. If substantial subcontracting and/or substantial supplier opportunities arise during the term of the contract which the Contractor had represented he 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 completed. No more than seven days shall elapse after completion of construction before the roadway and R.OW. 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 06/20/08 SP-10 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 govemmental entity. Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent Contractors, subcontractors, leasing companies, motor carriers, City -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. 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 to the govemmental 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 06/20/08 SPA 1 (2) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. f. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. g. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the Contractor knew or should have known, _ or 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, 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 form each other person with whom it contracts, and provide to the Contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 06/20/08 SP-12 (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. j. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative, criminal, civil penalties or other civil actions. k. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor 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. B. The Contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the Worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker'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." 06/20/08 SP-13 Call the Texas Worker's Compensation Commission at 512-463-3642 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". 22. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material that has been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a material, 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 Engineer, as the representative of the City, shall be the sole judge of the " acceptability of substitutions. The provisions of the sub -section as related to "substitutions" shall be applicable to all sections of these specifications. 23. MECHANICS AND 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 V 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 4 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 within the allotted number of working days. t 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, 2"d Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated 06/20/08 SP-14 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. MAI"ITENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. 29. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Director of the Engineering Department and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 30. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall protect construction as required by Engineer by providing barricades. Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs," Item 524 and/or as shown on the plans. Construction signing and barricades shall conform with the latest version of the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways" 31. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the Department of Engineering acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain fill Permit authorizing fill within the flood plain. Any expenses 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 06/20/08 SP-15 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. r 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 specifications will be at the expense of the Contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the Contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. (d) Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. .. (e) The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 33. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 34. SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES: ` The following procedures will be followed regarding the subject item on this contract: (a) A warning sign not less than 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." 06/20/08 SP-16 (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage -type of guard about the boom or arm, except back hoes or dippers and insulator links on the lift hood connections. (c) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (TU Electric Service Company) which will erect temporary mechanical barriers, de -energize the line or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to TU Electric Service Company and shall record action taken in each case. (d) The Contractor is required to make arrangements with the TU Electric Service Company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. (e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (c). 35. WATER DEPARTMENT PRE -QUALIFICATIONS: Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre -qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications which general specifications shall govern performance of all such work. 36. RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, under the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor involving transactions to the subcontract and further, that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c ) hereof. City shall give subcontractor reasonable advance notice of intended audits. (c) Contractor and subcontractor agree to 'photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 06/20/08 SP-17 37. CONSTRUCTION STAKES: The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary methods of markings as may be found consistent with professional practice to establish line and grade for roadway and utility construction and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage, etc.), one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter and/or 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 engineer the Contractor may re -locate proposed new driveways and walks around existing trees to minimize damage to trees. 39. EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the completion of this contract. In order to insure 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. 06/20/08 SP-18 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. 40. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. - 10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. - 6:00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. CONSTRUCTION 41. PAY ITEM - UNCLASSIFIED STREET EXCAVATION: See Standard Specifications Item No. 106, "Unclassified Street Excavation" for specifications governing this item. Removal of existing penetration or asphalt pavement shall be included in this item. Operations necessary to windrow existing gravel base in order to lower or raise subgrade shall be considered as subsidiary to this item and no additional compensation shall be given as such. 06/20/08 SP-19 During the construction of this project, it is required that all parkways be excavated and shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the engineer. The intention of the City is to pay only the plan quantity without measurement. Should either contracting party be able to show an error in the quantities exceeding 10 percent, then actual quantities will be paid for at the unit prices bid. The party requesting the payment of actual rather than plan quantities is responsible for bearing any survey and/or measurement costs necessary to verify the actual quantities. 42. PAY ITEM - 6" REINFORCED CONCRETE PAVEMENT: _ (a) All applicable provisions of standard Specifications Item 314 "Concrete Pavement," shall apply. However, under the NEW PAVEMENT DESIGN STANDARDS MANUAL 2005, the contractor will be required to use the specified concrete compressive strength recommended by the Geotechnical Report provided in Section 7 "Reports" in the contract documents and shown on the construction details. 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 4 portion of the panel be less than 5 feet wide after repairing the failed panel. (3) Any crack within 12 inches of any joint must be removed and replaced a minimum of 5 feet to prevent future spalling of the pavement. *Items listed under this part will be disregarded and Evaluation of Pavement WILL follow the new Pavement replacement policy procedure. (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 Engineer. — 43. PAY ITEM - SILICONE JOINT SEALING FOR CONCRETE PAVEMENT: CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING (Revision 1, October 18, 1989) (Revision 2, May 12, 1994) 1. SCOPE 06/20/08 SP-20 This 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 Sealing" 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 requirements of this specification. Before the installation of the joint sealant, the Contractor shall furnish the Engineer certification by an independent testing laboratory that the silicone joint sealant meet these requirements. 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, MI 48686- 0994, or an approved equal. Self -Leveling Silicone Joint Sealant Test Method Test Requirement AS SUPPLIED **** Non Volatile Content, % min. 96 to 99 MIL-S-8802 Extrusion Rate, grams/minute 275 to 550 ASTM D 1475 Specific Gravity 1.206 to 1.340 **** Skin -Over Time, minutes max. 60 ***' Cure Time, days 14 to 21 **** Full Adhesion, days 14 to 21 AS CURED - ASTM D 412, Die Mod. Elongation, % min. 1400 ASTM D 3583 Modulus @ 150% Elongation, psi max. 9 (Sect. 14 Mod.) ASTM C 719 Movement, 10 cycles @ +100/-50% No Failure ASTM D 3583 Adhesion to Concrete, % Elongation min. 600 (Sect. 14 Mod.) ASTM D 3583 Adhesion to Asphalt, % Elongation min. 600 06/20/08 SP-21 W (Sect. 14 Mod.) or 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. ME 3. TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement, the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the "Construction Detail" sheet or as directed by the Engineer within 12 hours of the pavement placement. (Note that for the "dummy" joints, the initial 1/4 inch width "green" saw -cut and the "reservoir" saw cut are identical and should be ` part of the same saw cutting operation. Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints.) The pavement shall be allowed to cure for a minimum of seven (7) days. Then the saw cuts for the joint sealant reservoir shall be made, the joint cleaned, and the joint sealant installed. During the application of the joint sealant, the weather shall not be inclement and the temperature shall be 40F (4C) and rising. 4. EQUIPMENT y 4.1 All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the Engineer prior to the beginning of the work. The minimum requirements for construction equipment shall be as follows: 4.2 Concrete Saw: The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. 4.3 High Pressure Water Pump: The high pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw -cut joint. 4.4 Air Compressors: The delivered compressed air shall have a pressure in excess of 90 psi and 120 cfm. There shall be suitable reaps for the removal of all free water and oil from the compressed air. The blow -tube shall fir into the saw -cut joint. 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. 06/20/08 SP-22 M 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. When the Contractor elects to saw the joint by the dry method, flushing the joint with high pressure water may be deleted. The dust resulting from the sawing shall be removed from the joint by using compressed air. (Paragraph Rev. 1, October 18, 1989) After complete drying, the joints shall be sandblasted. The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate, one directional passes. Upon the termination of the sandblasting, the joints shall be blown -out using compressed air. The blow tube shall fit into the joints. The blown joint shall be checked for residual dust or other contamination. If any dust or contamination is found, the sandblasting and blowing shall be repeated until the joint is cleaned. Solvents will not be permitted to remove stains and contamination. Immediately upon cleaning, the bond breaker and sealant shall be placed in the joint. Open, cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape: The bond breaker rod and tae shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions. 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 06/20/08 S P-23 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 final condition. Traffic shall not be allowed on the fresh sealant until it becomes tack -free. Approval of Joints: A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and the Engineer the acceptable method for sealant installation. The manufacturer's representative shall approve the clean, dry joints before the sealing operation commences. 6. WARRANTY The Contractor shall provide the Engineer a manufacturer's written guarantee on all joint sealing materials. The manufacturer shall agree to provide any replacement material free of charge to the City. Also, the Contractor shall provide the Engineer a written warranty on all sealed joints. The Contractor shall agree to replace any failed joints at no cost to the City. Both warranties shall be for two years after final acceptance of the completed work by the Engineer. 7. BASIS OF PAYMENT Payment will be made at the Contract bid item unit price bid per linear foot (L.F.) as provided in "MEASUREMENT" for "SILICONE JOINT SEALING", which price of shall be full compensation for furnishing all materials and for all preparation, delivery, and application of those sealing materials and for all labor, equipment, tools and incidentals necessary to complete the silicone joint sealing in conformity with the plans and these specifications. 44. PAY ITEM - 7" CONCRETE CURB: The Contractor may, at his option, construct either integral or superimposed curb. Standard Specification Item 502 shall apply except as follows: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab. _ If the Contractor fails to backfill behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb shall be reduced by 25% until the backfill operation is complete. 45. PAY ITEM - RETAINING WALL: (OMITTED) 06/20/08 SP-24 46. PAY ITEM — "PROP. 7" CURB & 18" GUTTER (REPLACE EXIST. CURB & GUTTER): This item is included for the purpose and removing and replacing existing curb and gutter in transition areas as determined by the Engineer in the field. The proposed curb and gutter will be of the same dimensions as the existing curb and gutter to be removed. Quantities for this pay item are approximate and are given only to establish a unit price for the work The price bid per linear foot for "PROPOSED 7" CURB & 18 GUTTER"" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 47. PAY ITEM — 6" HMAC TRANSITION: This item will consist of the furnishing and placing at varying thicknesses an HMAC surface in transition 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 6" 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: (OMITTED) 49. PAY ITEM - TRENCH SAFETY: Description: This item will consist of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench. The Contractor shall develop, design and implement the trench excavation safety protection system. The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing "a safe place to work" for the workman. The trench excavation safety protection system shall be used for all trench excavations deeper than five (5) feet. The Excavating and Trenching Operation Manual of the Occupational Safety and Health Administration, U.S. Department of Labor, shall be the minimum governing requirement of this item and is hereby made a part of this 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. .. Trench depth for payment purposes for Trench Safety Systems is the vertical depth as measured from the top of the existing ground to the bottom of the pipe. 50. PAY ITEM - 6" THICK LIME STABILIZED SUBGRADE & CEMENT FOR SUBGRADE STABILIZATION: 06/20/08 SP-25 See Standard Specifications Item No. 210, "Lime Treatment (Material Manipulation)" and Specification Item No. 212, "Hydrated Lime and Lime Slurry" for specifications governing this to item. Quantities for this pay item are approximate and are given only to establish a unit price for the work. The price bid per square yard for "8" THICK LIME STABILIZED SUBGRADE" as shown in the Proposal will be full payment for all labor, equipment, tools and incidentals necessary to complete the work. The price bid per ton for "LIME FOR SUBGRADE STABILIZATION" as shown in the Proposal will be full payment for materials necessary to complete the work. 51. PAY ITEM - 6" H.M.A.C. PAVEMENT (Thickness Tolerances and HMAC Testing Procedures): The base course shall be a 3" deep Type "B" course placed in one lift. The surface course shall be a 3" deep Type "D" course placed in one lift. All provisions of Standard 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 asphaltic concrete pavement will be core drilled by the City of Fort Worth. The thickness of the asphaltic surface will be determined by measurement cores taken at locations determined by the Engineer. The thickness of individual cores will be determined by averaging at least three (3) measurements. If the core measurements indicate a deficiency, the length of the area of _ such deficient thickness shall be determined by additional cores taken along the length of the pavement in each direction until cores are obtained which are at least of specified thickness. The width of such area shall not be less than % of the roadway width. _ 2) When the thickness of the base course (as determined from core samples) is more than 15% deficient of the plan thickness, the Contractor shall remove and replace the deficient area at his own expense. If the thickness is less than 15% deficient, the Contractor shall make up the difference in the base thickness with surface course material. 3) The surface course must be the plan thickness. This does not include surface course material used to make up deficiencies in the base course as described in item 2). 4) The overall thickness of asphaltic concrete pavement must be a minimum of the plan thickness. Deficient areas (as determined in item 1) found to be less than the plan thickness will be removed and replaced at the Contractor's expense. 5) No additional payment over the contract price will be made for any hot -mix asphaltic concrete course of a thickness exceeding that required by the plans and specifications. 6) HMAC Testing Procedure: The Contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be used for each project. This should be submitted at the Pre -Construction Conference. This design shall not be more than two (2) years old. Upon submittal of the design mix a Marshal (Proctor) will be calculated, if one has not been previously 06/20/08 SP-26 calculated, for the use during density testing. For type "B" asphalt a maximum of 20% rap may be used. No Rap may be used in type "D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the Contractor is approved for placement of the asphalt_ The Contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the 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 Troxier Thin Layer Gauge will be used for all asphalt testing. After a rolling pattern is established, densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B" and "D" asphalt. Densities on type "B" must be done before Type "D" asphalt is applied. Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied. Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness. 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 goveming 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: 06/20/08 SP-27 This item shall include all labor, materials, and equipment necessary to remove and dispose of all existing inlet sizes 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 Sidewalks and Driveways" for specifications governing this item as well as details S-S5 and S-S5A. - The price bid per square foot for "6" THICK REINFORCED CONCRETE DRIVEWAY" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 57. PAY ITEM - REMOVE AND CONSTRUCT CONCRETE STEPS: (OMITTED) 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 which has been erected by the City. The Contractor shall contact Signs and Marking Division, TPW (Phone 817-392-7738). 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, sifter, sieve or other means in order to provide for a uniform color distribution." 59. PAY ITEM - REMOVE AND REPLACE FENCE: (OMITTED) 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: 06/20/08 SP-28 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. 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: (OMITTED) 62. PAY ITEM — BORROW: The non -expansive earth fill should consist of soil materials with a liquid limit of 35 or less, a plasticity index between 8 and 20, a minimum of 35 percent passing the No. 200 sieve, a minimum of 85 percent passing the No. 4 sieve, and which are free of organics or other deleterious materials. When compacted to the recommended moisture and density, the material should have a maximum free swell value of 0.5 percent and a maximum hydraulic conductivity (permeability) of 1 E-05 cm/sec, as determined by laboratory testing of remolded specimens of the actual materials proposed for the non -expansive earth fill. Borrow material will be utilized as necessary to fill in the hole located inside existing swale east of Thomas Place Community Center. 63. PAY ITEM — CEMENT STABILZATION: (OMITTED) All applicable provisions of Item 214, `Portland Cement Treatment' shall apply. 64. PAY ITEM — CEMENT: (OMITTED) All applicable provisions of Item 214, `Portland Cement Treatment' shall apply. 65. PAY ITEM — NEW 7" CONCRETE VALLEY GUTTER: (OMITTED) 66. PAY ITEM — STORM DRAIN INLETS: An altemative 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: 06/20/08 SP-29 Work under this item includes all the proposed excavation and backfill in the project area and the necessary fill area. Payment will be made for the quantity of earth excavated/backfilled. The placing of fill shall be subsidiary to the trench excavation/backfill price. Excess material which is obtained from excavating the trench shall be used for fill r placement subject to the provisions of Item 114 of the City of Fort Worth Standard Specifications. Ail excavated material which 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 limited 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 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.htmi. Soil stabilization and structural practices have been selected and designed in accordance with North Central -. Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOI): If the project will result in a total land disturbance equal to or greater than 5 acres, the Contractor shall sign at the pre -construction meeting a TCEQ Notice of Intent (NOI) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the Contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOI shall be submitted to the TCEQ at least 48 hours prior to the Contractor moving on site and shall include the required $100 application fee. 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 06/20/08 SP-30 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the Contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Five of the project SWPPP's are available for viewing at the plans desk of the Department of Engineering. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY — DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOI) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The Contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The Contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the Contractor must be prepared and submitted by the Contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY - DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOI form is not required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 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, 06/20/08 SP-31 interceptor swales, sediment traps and basins, pipe slol construction entrances, seeding, sodding, mulching, structural or non-structural storm water pollution controls in a minimum sediment retention of 70% as defined Deviations from the proposed control measures must approval. �e drain, inlet protection, stabilized soil retention blankets, or other The method of control shall result by the NCTCOG "BMP Manual." be submitted to the engineer for PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. FOR DISTURBED AREAS LESS THAN 1 ACRE, SPECIAL 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 condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of 3/" 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, sanitary sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the "Contractor" responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those 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 06/20/08 SP-32 plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. 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. 06/20/08 SP-33 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 11 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 to the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance " when pruning paint is recommended. 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 t 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 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%. 06/20/08 SP-34 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: 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 817- 392-8306. 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: 06/20/08 S P-35 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 % Retained 1" 0-10 1 /2" 40-75 3/8" 55-90 #4 90-100 #8 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. Ali 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. 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 AT&T TXU ATMOS Energy Telephone Number 817-338-6275 1-800-233-2133 817-215-0366 06/20/08 SP-36 Dig TESS 880- 344-8377 Of course, under the terms of this contract, the Contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5) working days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut down of the recycling operation by the Construction Engineer. The Contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the Contractor shall be figured subsidiary to this contract. 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 application. A re -inspection fee of $25.00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to 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. 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 pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measure unless otherwise directed by the engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dames, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled -hay retards, dikes, slope drains and other devices. B. CONSTRUCTION REQUIRMENTS: The Engineer has the authority to define 06/20/08 SP-37 erodible earth and the authority to limit the surface are of erodible -earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible -earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution -control measures to prevent contamination of adjacent streams, other water course, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary 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. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 2. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossing are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 3. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 4. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not part of the finished work. 5. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumens, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. E. SUBMITTAL: 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 the soil -erosion control schedules and methods of operations have been reviewed and approved by the Engineer. 06/20/08 SP-38 F. 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. 91. NON PAY ITEM - GREEN CEMENT POLICY: As per Fort Worth City Council Resolution 3536, the City Manager is authorized to specify the purchase of dry kiln cement as the base bid in City of Fort Worth bid projects, with an alternative bid for the purchase of cement from an unspecified source and preferential purchasing for bids from a cement kiln with emissions not exceeding 1.7 pounds of NOx per ton of clinker produced. In cases where cement meeting the above requirements is not available, and where cement from a non -compliant source must be utilized, the Contractor shall furnish good faith effort documentation in the form of letters from two North Texas cement suppliers of green cement stating that no stock of green cement is available for the contractor at that time. These letters shall be considered valid for a maximum of one week after which new letters must be submitted to the Project Inspector if green cement continues to remain unavailable. 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 or the good faith effort documentation at the time the of bid opening of the project. A copy of the Compliance Statement is attached at the end of this section. Failure to comply with the Green Cement Policy may result in rejection of the bid as non -responsive. 92. PAY ITEM - TRAFFIC CONTROL PLAN: 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 "Typicals" 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, 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 06/20/08 SP-39 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 lump sum pay item for traffic control shall cover design, and / or installation and maintenance of the traffic control plans. 93. PAY ITEM — NON-STANDARD STORM DRAIN INLET: This inlet will be a composite design of a typical standard 10 Ft. inlet with a drop inlet top in place of a standard inlet top. Refer back to drawing details S-SD-2 and S-SD-5 in the Stanadard Specifications for Street and Storm Drain Construction Manual. The back of the inlet opening will have the same opening size and height as the front of the inlet. All other provisions will follow the ones outlined under PAY ITEM —STORM DRAIN INLET. The price bid per each for "Inlet-Inline —10 Ft. (Non Standard)" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 94. PAY ITEM — PROPOSED 4" CONCRETE APRON: This item will follow drawing detail No. S-SD-5 from the Standard Specifications for Street and Storm Drain Construction Manual. However, the inlet opening dimensions for a Standard 10 Ft. Inlet will prevail over the ones shown in this detail. A 4" x 12" "toe wall' will = be required at the end of the apron as indicated in the plans. This work will be done simultaneously with the installation of sidewalks on Lafayette Ave. Prior to any concrete pouring, the contractor will contact the Project Inspector and Project Manager for inspection and approval of work. The price bid per square foot for "Channel -Concrete Pilot (Concrete Apron for Inlet)" as v shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 95. PAY ITEM — UNCLASSIFIED CHANNEL EXCAVATION: See Standard Specifications Item No. 110, "Unclassified Channel Excavation" for specifications governing this item. 06/20/08 SP-40 During the construction of this area, it is required that all parts of the swale be excavated and shaped at the same time the non-standard inlet and concrete apron are constructed. Excess excavation will be disposed of at locations approved by the engineer. The intention of the City is to pay only the plan quantity without measurement. Should either contracting party be able to show an error in the quantities exceeding 10 percent, then actual quantities will be paid for at the unit prices bid. The party requesting the payment of actual rather than plan quantities is responsible for bearing any survey and/or measurement costs .. necessary to verify the actual quantities. The price bid per cubic yard for "Channel -Unclassified Excavation" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 06/20/08 SP-41 (To be printed on Contractor's Letterhead) Date: DOE No: 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 HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: _ Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> C��7 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. 06/20/08 SP-42 WATER AND SEWER MAIN REPLACEMENTS DOE # 5448 SUMMARY OF QUANTITY PER LOCATION UNIT 1 - SECTION A: WATER REPLACEMENT QUANTITY PER LOCATION ITEM NO. Byers Ave. (Belle to Clover) Dexter Ave. Byers Ave. (Kenley to Camp Bowie) Lafayette Ave. Owasso St. APPROX. TOTAL QUANTITY DESCRIPTION 1 15 11 11 20 19 76 LF 6-Inch Water Pipe* 2 647.5 466 524 537 161.1 2336 LF 8-Inch Water Pipe* 3 1 1 1 2 2 7 EA 6-Inch Gate Valve w/Cast Iron box & Lid 4 1 0 0 1 0 2 EA 6-Inch Gate Valve w/Cast Iron box & Lid ("Cut -In Valve" 5 3 2 3 3 2 13 EA 8-Inch Gate Valve w/Cast Iron box & Lid 6 0.6 0.5 1 A 0.8 1.3 4.6 TONS Cast Iron/Ductile Iron Fittings 7 1 1 1 2 2 7 EA Standard Fire Hydrant T-6" Bury Depth 8 3 3 3 6 3 18 VF Fire Hydrant Bbl Extension 9 1 1 1 2 2 7 EA Remove Existing Fire Hydrant 10 22 18 8 2 2 52 EA 1" Service Taps to Main 11 2 2 EA 2" Service Taps to Main 12 371 301 228.5 57 21 979 LF Install 1" Copper Service Main to 5' behind meter 13 57 57 LF Install 2" Copper Service Main to 5' behind meter 14 3 2 5 EA Relocate 1" Service Meters and Meter Boxes 15 22 18 8 2 2 52 EA Furnish & Set Class 'A' Meter Boxes 16 2 2 EA Furnish & Set Class 'B' Meter Boxes 17 0.2 0.2 0.2 0.2 0.2 1 LS Furnish & La 2" Pipe & Fittings for Temporary Service 18 4 4 4 4 4 20 CY Crushed Limestone 19 4 4 4 4 4 20 CY Class B Concrete (2500# 20 4 4 4 4 4 20 CY Class E Concrete (1500#) Concrete 21 40 44 84 LF Trench Safety System 22 40 44 84 LF Extra Depth of Water Mains 23 95 8 180 56 26 365 LF Min 2" HMAC on 2:27 Concrete Base (2000-1A 24 826 716 552 585.6 136 2816 LF 2-Inch (min) HMAC on 6-Inch Flex -Base (Temp. Pvmt.) Concrete on 2/27 Concrete Base (2000-2) 25 50 = 50 1 LF WATER AND SEWER MAIN REPLACEMENTS DOE # 5448 SUMMARY OF QUANTITY PER LOCATION UNIT 1 - SECTION B: SEWER REPLACEMENT QUANTITY PER LOCATION ITEM Byers Ave. NO. (Belle to Clover) Dexter Ave. Byers Ave. (Kenley to Camp Lafayette Ave. Owasso St. Bowie) APPROX. TOTAL QUANTITY DESCRIPTION 1 720.64 377,88 490 1589 LF 8-Inch Sanitary Sewer Pipe (All Depths) 2 44 36.37 18 98 LF 8-Inch SOR-26 Sanitary Sewer Pie(All Depths 3 3 3 5 11 EA Standard 4' Diameter Manhole 0 to 6' Depth 4 4,75 3.5 7.25 16 VF lAdditionai Depth over 6' of Standard 4' Diameter Manhole 5 3 3 5 11 EA Concrete Collar for Manhole, Per Fig. 121 6 3 3 5 11 EA Watertight Manhole Inserts 7 3 3 5 11 EA Vacuum Test for Sanitary Sewer Manhole 8 8.6 7.5 19.7 36 EA Protective Coating for Manholes 9 1 3 4 EA Remove Existing Sewer Manhole 10 11 4 20 35 EA 4" Sanitary Sewer Service Tap 11 407 160 150 717 LF 4" Sanitary Sewer Service Line Replacement 12 11 13 1 4 20 35 EA 4" Sanitary Sewer 2-Way Cleanout 1 2 EA Cut & Plug Existing All Sizes All Depths — Abandon 14 6.67 6.67 6.67 20 CY Crushed Limestone 15 6.67 6.67 6.67 20 CY Class B Concrete (2500# 16 6.67 6.67 6.67 20 CY Class E Concrete 1500# Concrete 17 377.64 91.6 469 LF Min 2"HMAC on 2:27 Concrete Base 2000-1A 18 391.23 322.65 60 774 LF 2-Inch (min) HMAC on 6-Inch Flex -Base (Temp. Pvmt.) 19 764.64 204.25 508 1477 EA Trench Safety System 20 764.64 414.25 508 1687 LF Post -Construction TV Inspection of Sewer Lines PAVING AND DRAINAGE IMPROVEMENTS DOE # 6448 SUMMARY OF QUANTITY PER LOCATION UNIT II - PAVING RECONSTRUCTION - BASE BID + ALTERNATIVES QUANTITY PER LOCATION ITEM NO. Byers Ave. (Belle to Clover) Dexter Ave. Byers Ave . (Kenley to Camp Bowie) Lafayette Ave. Owasso St, APPROX. TOTAL QUANTITY DESCRIPTION BASE BID 1 0.2 0.2 0.2 0.2 02 1 LS Utility Adjustment 2 0.4 0.4 0.4 0A 0.4 2 EA Project Designation Signs 3 0.2 0.2 0.2 0.2 0.2 1 LS Storm Water Pollution Prevention Plan 4 0.2 0.2 0.2 0.2 0.2 1 LS Traffic Control Plan 5 1108 928 1060 2164 1960 7220 LF Remove Exist. Curb & Gutter 6 3835 439 4494 2280 784 11832 SF Remove Exist. Walk 7 140 87.6 228 SF Remove Exist. Wheelchair Ram 8 1782 879 2828 3960 2125 11574 SF Remove Exist, Conc. Driveway 9 627 537 699 2221 2549 6633 CY Unclassified Street Excavation 10 2 2 4 EA Remove Inlet 11 82 82 CY Unclassified Channel Excavation 12 35 35 LF Pro . 18" CL III R.C.P. 13 19 19 LF Pro . 21" CL III R.C.P. 14 222 222 LF Pro . 24" CL III R.C.P. 15 10 1D LF Pro . 30" CL III R.C.P. 16 424 424 CY Pro .Trench Excavation & Backfill 17 2 2 4 EA Pro .Standard 10' Inlet 18 1 1 EA Pro .Non -Standard 10' Inlet 19 1 1 EA Pro .Standard 4' Square Manhole 20 241 241 LF Pro .Trench Safety 21 155 155 SF Pro . 4" Concrete Apron 22 3835 1950 5100 2736 1208 14829 SF Prop 4 Ft, Walk 23 2126 1071 3095 4303 2145 12740 SF Prop. Standard 6" Concrete Driveway 24 239 239 SF Prop Standard 6" Concrete Driveway with Exposed Aggregate 25 83 83 493 123 782 SF Prop. ADA Wheelchair Ram 26 303 278 403 1354 410 2748 CY To soil as Directed by Engineer 3 3 CY Pro . Borrow 5 3 1 4 2 15 EA Pro . Adjust Water Valve Box 22 18 8 4 1 53 EA Pro . Ad ust Water Meter Box 1 3 5 1 10 EA Pro . Ad ust Manhole 1 F 1 1 1 1 5 CY Pro . 6" Thick Crushed Limestone for Drivewa Transition 1 1 2 EA As halt S eed Cushions 2 2 EA Ceramic Tile Street Label 2136 1783 2411 4893 3615 14838 SY 6" Lime Stabilized Subgrade @ 27#ISY 35 29 24 33 66 49 201 TN Lime for Subgrade 36 1901 1427 2180 4184 3197 12889 LF Prop Silicone Joint Sealant 37 990 864 996 2282 1920 7052 LF Prop. Standard 7" Concrete Curb 38 80 60 30 124 100 394 LF Pro 7" Curb & 18" Gutter 39 1.5 3.7 2.2 5.3 5.5 1 18.2 TN Prot). 6" H.M.A.C. Transition REINFORCED CONCRETE PAVEMENT - ALTERNATIVE 'A' 1 1650 1344 2000 4024 2945 1 119631 SY jProp. 6" Reinforced Concrete Pavement w/Non-Green Cement REINFORCED CONCRETE PAVEMENT-ALTERNATIVE'B' 1 1650 1 1344 1 2000 4024 1 2945 1 119631 SY jProp 6" Reinforced Concrete Pavement w/Green Cement ID t Task Name DOE 6154 -CONSTRUCTION SCHEDULE Duration 266 d,y. Start Mon 10120MB Finish Fri 197/]N6 ct'08 1 Nov'08 I Dec'08 I Jan'09 1 Feb'09 I Mar'09 I Aor'09 I Ma '09 I Jun'09 I JU1,09 I Au '09 1 Se '09 I Oct'09 121191261 2 1 9 116 123 130 1 7 114 121128 1 4 Ill 118 126 1 1 1 8 115 1221 1 1 8 15 22 9 5 112 119 126 1 3 1101171241311 7 114 121 128 1 5 1121191261 2 1 9 1 16 123 130 1 6 113 120 127 1 4 11 1 18 1 25 2 BYERS AVE, WATER REPLACEMENT BYERS AVE,: PAVING DEXTER AVE.: WATER/SEWER REPLACEMENT DEXTER AVE, PAVING OWASSOST.:WmexisEWER REPLACEMENT OWASSO ST.: PAVING BYERS AVE:WATERISEWER REPLACEMENT BYERSAVE.:WATER REPLACEMENT LAFAYETTE AVE.: WATER REALACEMENTI9TORM DRAIN LAFAYET7E AVE, PAVING 1000 150.y. 06.A 45 O.y. a" so" 4" 45 A.y. I00oy, 606.yo Mon tMOM Man 1111 Mon 11 r3M Mon 1/5109 Mon12rnm Mon 3009 Mon 7R3I06 Mon 61ilm M.n420X19 Mon Frde9' Fr11N31MS Fri 1/2A19 Fri 12126M Fr1318M Fri21201OB Fri 549RM Fri Y17,09 Fri 7/31M9 116111. Fri 104359 es 's + s a =s o: :e + e -e . a 3 4 6 6 7 6 9 70 11 12 13 14 16 Project: 4.8 • Construction S I Task :: Progress Summary ^ External Tasks Deadline Date: Fri 7111108 1 Split Milestone Project Summary WWOMOMW External Milestone HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Tool Operator $10.06 Asphalt Distributor Operator $13.99 Asphalt Paving Machine Operator $12.78 Asphalt Raker $11.01 Asphalt Shoveler $ 8.80 Batching Plant Weigher $14.15 Broom or Sweeper Operator $ 9.88 Bulldozer Operator $13.22 Carpenter $12.80 Concrete Finisher, Paving $12.85 Concrete Finisher, Structures $13.27 Concrete Paving Curbing Machine Operator $12.00 Concrete Paving Finishing Machine Operator $13.63 Concrete Paving Joint Sealer Operator $12.50 Concrete paving Saw Operator $13.56 Concrete Paving Spreader Oorator $14.50 Concrete Rubber $10.61 Crane, Clamshell, Backhoe, Derrick, Dra line, Shovel Operator $14.12 Electrician $18.12 Fla er $ 8A3 Form Builder/Setter, Structures $11,63 Form Setter, Paving & Curb $11.83 Foundation Drill Operator, Crawler Mounted $13.67 Foundation Drill Operator, Truck Mounted $16.30 Front End Loader Operator $12.62 Laborer, Common $ 9.18 Laborer, Utility $10.65 Mechanic $16.97 Milling Machine Operator, Fine Grade $11.83 Mixer Operator $11.58 Motor Grader Operator, Fine Grade $15.20 Motor Grader Operator, Rough $14.50 Oiler $14.98 Painter, Structures $13.17 Pavement Marking Machine Operator $10.04 Pi ela er $11.04 Reinforcin Steel Setter, Paving $14.86 Reinforcing Steel Setter, Structure $16.29 Roller Operator, Pneumatic, Self -Propelled $11.07 Roller Operator, Steel Wheel, Flat Wheel/TampingWheel/Tamping $10.92 Roller Operator, Steel Wheel, Plant Mix Pavement $11.28 Scraper Operator $11.42 Servicer $12.32 Slip Form Machine Operator $12.33 Spreader Box Operator $10.92 Tractor Operator, Crawler Tye $12.60 Tractor Operator, Pneumatic $12.91 Tmveling Mixer Operator $12.03 Truck Driver, Lowboy -Float $14.93 Truck Driver, Single Axle, Heavy $11.47 Truck Driver, Single Axle, Light $10.91 Truck Driver, Tandem Axle, Semi -Trailer $11.75 Truck Driver, Transit -Mix $12.08 Wagon Drill, Boring Machine, Post Hole Driller Operator $14.00 Welder _ $13.57 Work Zone Barricade Servicer $10.09 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY .1: ar AC Mechanic $21.64 Classification 1 Piumber $20.43 AC Mechanic Helper $12.00 Plumber Helper 514.90 Acoustical Ceiling Mechanic $15.24 Reinforcing Steel Setter $10.00 Bricklayer/Stone Mason $19.12 Roofer $14.00 Bricklayer/Stone Mason Helper $10.10 Roofer Helper $10.00 Carpenter $16.23 Sheet Metal Worker $16.96 Carpenter Helper $11.91 Sheet Metal Worker Helper $12.31 Concrete Finisher $13.49 Sprinkler System Installer $18,00 Concrete Form Builder $13.12 Sprinkler Sys em Installer Helper $9.00 Drywall Mechanic $14.62 Steel Worker Structural $17.43 Drywall Helper $10.91 Concrete Pump $20.50 Drywall Taper $13.00 Crane, CLamsheet, Backhoe, Derrick, D'Une Shovel $17.76 Drywall Taper Helper $9.00 Forklift $12.63 Electrician (Journeyman) $20.20 Front End Loader $10.50 Electrician Helper $14.43 Truck Driver $14.91 Electronic Technician $19.86 Welder $16.06 Electronic Technician Helper $12.00 Welder Helper $9.75 Floor Layer (Resilient) $20.00 Floor Layer Helper $13.00 Glazier $18.00 Glazier Helper $13.00 Insulator $14.78 Insulator Helper $11.25 Laborer Common $10.27 Laborer Skilled $13.18 Lather $16.10 Painter $14.83 Painter Helper $8.00 Pipefitter $18.85 Pipefitter Helper $12.83 Plasterer $17.25 Plasterer Helper $12.25 Compliance with and Enforcement of Prevailing Wage, Laws (a) 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. (b) 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. (c) Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. (d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 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 1 Ith day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. (e) Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (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. (f) Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (g) Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. (h) Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. a sm Jos vw COLLAR CONFIGURATION COLLAR CONFIGURATION FOR PAVED AREA '�`""` FOR UNPAVED AREA • -A . CLASS 'A' (3000 PSI) CONCRETE 8-#4 REBARS TYP. -� X" CHAMFER (TYP.) r CASE WE.2 CASE 1 COLLAR SHALL EXTEND. TO TOP.'OF' 2:.2.7 CONCRETE SECTION A -A (REBAR:REQUIRED) 1O REBAR SHALL BE PLACED 3" MIN. FROM i CASE 2 TOP AND BOTTOM OF -COLLAR SHALL BE., 8". THICK CONCRETE COLLAR. w (REBAR: REQUIRED) = : E1-20Ei"= I MATERIAL = - E2-20: E2-21 CON T` UCTIION . ' Fbr�• CITY OP FORT WORTH, TEXAS DATE 08-2007 �►1 - •+77GATE VALVE CONCRETE COLLAR :'.. WTR-004 1� 3'4" LETTERING (RECESSED FLUSH) I I A [ 283mm ] COVER SECTION 1'2/8' [327mm] 11 3/8' [289mm]- [48mmi 251mm] [305mm] [ 391 mm ]• 18 V" [476mm] BOX SECTION I Yi"R (R38mm) V, [16ml t8" [457mm] 1 �7%4 X„ [44mm]] 2 154mm] [8mmj COVER SECTION •20" 508mm] 18 Y" [464mm] F[425rnm] [533m'mr , 24" [610mm] BOX SECTION NOTE: FORT WORTH LOGO IS OPTIONAL. a 15 %IB" 1 S" 15 7�6" i 14' 3" (76mm)' A [386mm] [457mm] ,[392mm] ` (356' : .•PLAN . VIEW , X„R 4" (R38mm] [ 102mm] r. BOX SECTION 26 Y4' (679mm] 13YV 13Y,,. [337mm] (337mm) t, �4' ; -E[44mm] "VOTE., FORT , WORTH LOGO IS. OPTIONAL. COVER_ SECTION T. .[8mm ] 30" [762mm] 27- -�[686mm] [635mm]. BOX SECTION 12" • [305mm] $ 14.Yz" .17" 18" (368mm] [432mm] [467mm]. [16mm] 2"R [R51MM] PLAN VIEW COVER SECTIOIbi t1��+"_ . . (f 2ggm� 16 BOX SECTION . [419mm] [IOmm,] r[38mm] NOTE: FORT WORTH LOGO IS OPTIONAL. :: • . , • ass'---�I�---- �s� . [$mm] (8mm] COVER SECTION (479mm] . [38mm] �•� 26 [S 4m4m] BOX SECTION ORTVVORT CITY OF FORT WORTH, TEXAS DATE: M2007 CLASS:"C" STANDARD PLASTIC METER BOX W - W/ CAST IRON, LID`FOR 2 - 4" METERS WTR-033 r MINIMUM 6" INITU BACKFILL COVER MINIMUM E EMBEDMEN PE "C" BACKFILL E SPEC. E1_-2.4 ND MATERIAL EMBEDMENT INITIAL BACKFILL - E SPEC. Ei-2.3 G.C.D. f . WAT_R: SIZES UP TO AND INCLUDING 12" W a 7 MINIMUM 6" INITIAL- BACKFILL COVER: WATER - 6' SEWER - 12" STORM DRAIN - 12" MINIMUM 6"- .EMBEDMENT TYPE "C" BACKFILL SEE: SPEC: Et =2.4 G.C.D. CRUSHED STONE OR SAND MATERIAL INITIAL BACKFILL SEE SPEC. EI-2.4(b) OR E1-2:3 G.C.D. CRUSHED STONE SEE SPEC. Ei -2.3 G.C.D. WATER: SIZES 16" AND LARGER SEWER: ALL SIZES... . - STORM.DRAIN: ALL SIZES SAND GRADATION' ' MATERIAL SPECIFICATIONS LESS .THAN.-.76% PASSING' 'THEEMBEDMENT AND BACKFILL DETAILS PROVIDED ON THIS 200 SIEVE SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF BOTH THE P.I. _. 10 OR LESS E1-2.4(b) AND .E1.=2.3 OF THE 'G.C.D:. AND. STD. SPEC. ITEM 402 OF THE TPW STANDARD SP- ECIFICATIONS' FOR. STREET & STORM DRAIN- CONSTRUCTION. ALL OTHER PROVISIONS OF THESE ITEMS SHALL APPLY_ :SIEVE 51ZE RETAINED 0-10 , ` 40-- 7.5. 3�" -55-90 00 foo .H ' CITY OF .FORT WORTH, TEXAS - : .. 'DATE:. 08-2007 i WATER, SEWER,'& STORM .DRAIN. :. .; • EMBEDMENT AND BACKFILL DETAILS- WTR-034 w EXISTING CURB II II �I . (I _ — - — EXISTING METER VAULT. SEE DETAI I FOR TEMP• SERVICE 6 • Cs' m � CONNECTION. �. TEMP. SERVICE as II 2" GALV. PIPE L w � I r a II >Z TEMP_ .SERVICE I Y 2 GALV. _PIPE [ i o- Q, [ O a yM r O a Ii as II °° TO F.H. OUTLET FOR TEMP I [ WATER SUPPLY. [ 314"' TUBING CUT-OFF 2" GALV. PIPE '" �) :^ 'j• I' `:•:•- III_ I -I 11-I i!-_ I I=I :I 1 i-a t i-111-11 17 11-1 I(=1 ! 1=1 I i= EXISTING COPPER SERVICE UNE,� NOTE: CONTRACTOR SHALL BE REQUIRED TO COVER METER VAULT WITH PROTECTIVE GUARD. ADAPT AS REQUIRED �- EXISTING PRIVATE SERVICE TO HOUSE OR BUILDING. NOTE: METER. SHALL BE REMOVED BY THE CONTRACTOR. CONNECTION FROM BY• -PASS :TO PRIVATE SERVICE SHALL :BE "MADE BY CONTRACTOR. CITY OF FORT WORTH, TEXAS. TEMPORARY SERVICE CONNECTION DATE: 08 2007 WTR-036 u. �. 36" MAX. aw ASPHALT COVER 2' GALV. PIPE MK EXISTING PAVING .�;+., .» ,,w:. r•_:,-,•�,i±;`; ytwVf:i ,t•. i5# ROOFING FELT, 36" WIDE 2-STANDARD FINISHED V xV WOODEN PLANKS 4m 2.2 5 " , o RT T 2.25" :. PROJECT NAME z.5" o PROGRAM NAME/FUNDING SOURCE N This project is managed by,theDepartment Of. Engineering Z :. Questions on this project, call 000 ,0000 (Weekdays 7:30a.m.-4:30p;m) w Questions'.on,this project after hours, call 000-0000 J N After-hours watgr and sewer emergencies, call 000-0000 "R 3 7'-6" (TYP.) , 3" 1 U-- WHITE L_ PMS. 288. (BLUE) FONTS: FORT WORTH LOGO CHELTENHAM BOLD ALL OTHER TEXT - ARIAL' LOGO COLORS: FORT WORTH - PMS 288 (BLUE) LONGHORN LOGO -PMS 725 (BROWN) CITY 'OF FORT. WORTH; TEXAS PATE: 08-2007 ORT WORT PROJECT SIGN - 4'x8' -E2-1, :CONSTRUCTION WTR7039 aw so, CONCRETE COLLAR PER PLANS OR As DIRECTED BY ENGINEER (SEE SAN-009) < 2 COATS OF BITUMASTIC COATING JOINTS RECOATED AFTER SECTIONS PUT TOGETHER mo IMANHOLE FRAME AND. 24" DIA. COVER, * EQUAL TO - McKlNLEY IRON WORKS NO. A24AM W/-,PICK BARS. - (REF. STD. PRODUCT LIST) TRENCH WIDTH CONC. CRADLE TO EXTEND TO ,PIPE BELL 0—RING GASKETS 0 JOINTS (TYP.). LLI 5EQ-1710N A -A A *VARIES WITH PIPE DIA. A 2 A GROUT z USE 4000. PSI CONCRETE SECTION 13-13 O 4' . 'MIN. 2 ROWS PREFORMED' DIA,. FOR SEWER PIPE S. '. . UP TO 21" DIA; SEALANT* BETWEENN ` GRADE RINGS (RAM—NEK'OR- DIA. FOR SEWER PIPE ET-14 MATERIAL APPROVED EQUAL) up To' 39". DiA.. .;E2-14- CONSTWCTION.- Cl-N OF FORTWORTH, TEXAS 'DATE: 08-.2,007 STANDARD .4`DIAMETER MANHOLE SAN-003 71r COLLAR CONFIGURATION COLLAR CONFIGURATION . FOR PAVED AREA FOR UNPAVED AREA a r�ra CLASS 'A' �;;•�t-;. CONCRETE (3000 PSI)` r ., s ' - } 741 ..':..r'. 8—#4 .REBARS. TYP. GRADE RINGS CHAMFER (TYP,) �e =�=} _. Z GROUND f :RVMT: :PVLiITam . :,.• '.'' I co CASE 1 CASE 2 + �:, CONCRETE COLLAR HEIGHT VARIES RAM-NEK (8" MIN., 24 MAX.) CASE t COLLAR SHALL -EXTEND. TO TOP •'OF '2:.27 CONCRETE (RE.BAR REQUIRED) Jc- CASE- 2 'COLLAR SHALL EXTEND 3" BELOW BOTTOM OF LOWEST O REBAR SHALL BE GRADE RING (REBAR REQUIRED) PLACED 3" MIN. FROM SEC11ON A -A TOP AND -BOTTOM OF CONCRETE COLLAR. NEW E1-20.. £1--21 MATERIAL" E2-20' "E2-21 CONSTRUCTION . 'CITY OFfORT:WORTH; TEAS.: DATE: 08-2007 MANHOLE CONCRETE COLLAR`: :.' SAN-009- , "� "PROPERTY LINE CONCRETE 1 6" #3 BARS COLLAR 2 IT 4e. - 1* 14" 7y 12" CONCRETE COLLAR (PLAN VIEW) FERNCO.FLEXISLE COUPLING REQUIRED IF EXISTING SERVICE .IS PRESENT, OTHERWISE PLUG. ......... :CONCRETE -ANCHOR r­w**CITY OF FORT WORTH STANDARD CLEANOUT CAP. (PVC OR CAST IRON) COLD JOINT REQUIRED 'IL"u ""r-v STANDARD PARKWAY Y,"lf TOUSLEXIST. OR PROP. EXIST. OR POOP. 4' SIDEWALK DOUBLE BA OUSL I D STAINLESS E BAND STAINLESS eOLJPI STEEL . STEEL COUPLING BACKFILL CLEANOUTSTACK WITH NATIVE* TOPSOIL COMPACTED TO 957. STANDARD, PROCTOR DENSITY 4" STACK (IRON OR PVC) TWO WAY CLEANOUT TEE 16'. MIN. 11' MIN, _6" PRODUCT., INFORMATION From. Stonley.Roberts & Assoc'., InformationTo Change, DESCRIPTION WEIGHT PART NO.. .Cast: Iron Lateral Cleanout I 8Abs ATL-424 W/'SS Bolls and Coupling Plaslid.Sswer Lateral Cleanout 2.25 The ATL-1524 W/ 'SS: Polls and Coupling SS, BOLTS 0 RING T NOT 1, THE SWEEP TEE AND PIPE FITTINGS INSTALLED SMALL BE SDR-35 OR SDR-26, PVC MATERIAL, 2, CONNECTIONS. TO THE EXISTING SERVICE, SHALL BE MADE USING RUBBER SLEEVE COUPLINGS WITH STAINLESS STEEL =77Z, DOUBLEBAND REPAIR.SLEEVES. THE SLEEVES SHALL BE TIGHTENED -TO THE TORQUE RECOMMENDED BY THE MANUFACTURER.' 1$LOPE OF THE SANITARY 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, SWEEP TEE- .5. IN NON —TRAFFIC AREAS, SERVICE CLEANOUT STACK AND CAP SHALL BE PVC MATERIAL. vICE, 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 PSI SEWER MAIN mix, PVC CLEANOUT DRIVEWAY PROPERTY LINE PROPERTY LINE ISIDEWALK I I SIDEWALK CAST IRON J CURB CURB' CLEANOUT DRIVEWAY APPROACH STREET STREET PVC CLEANQUI BOOT CAST IRQN CLEANOUT BOOT CITY OF FORT WORTH, TEXAS DATE': 08-2007 TWO WAY SERVICE CLEANOUT SAN-011. mm EXISTING TRENCH REPAIR LIMITS CURB & EXISTING HMAC NEW HMAC GUTTER PAVEMENT (SEE NOTE l) { {i !'1 1. +. _ _ .� }� 11E�.t ��,� iak'�}�' � yi •i �x i. -fi ... . ::� { . �i : s �.4. ate.. . o � 'F,'� ; {:S+t�, �y�:y: ft �S•,Ii� r� c'fty�i,;t�•G 3�e �`'S�t� 4,�` .� i j5•,:•.. ,by...'a; ,: P .:'�.', t� �I� ''��.��^: .�.o.. •.A CV: •� ,',x .��`.,�., �vk�}������/\Fj4��t i.�..f 'r V 0� .q:. ,<W:�. �Ii°: : o — — II-. i,j-"�'�' t+•' 'ti,i`$ �!`,Pr 3 ti i4�i+t.. ,. — —�il �Ii'.-�Ti�11` III-,Ii� ill, �(�,��;ll:;-,iji .,111-►;-_III�`_IIIV�I!1=� �,;l�l ;:.,..� _:_>, �# `�;_�i.;,'. I-=�{{ "IVi=_ll,��l.!:;._I. 1 12 I 1 1 _ ,'` �-. PRIME COAT EXISTING �`'ti i I; ' SUBGRADE 1(- :r,- (IF ANY) BACKFILL MATERIAL PIPE' ! ` ` r I' 1 { PER. DETAIL WTR-034 k l..:_, (SEE.NOTE .3). III I DITCH WALL N.TES;� 1. ALL EXISTING ASPHALT COURSE SHALL BE REPLACED TO THE ORIGINAL DEPTH. PLACE A MINIMUM OF 2" HMAC SURFACE COURSE (TYPE "D" MIX) TO MATCH EXISTING GRADE AS SHOWN, 2, PLACE A MIN. OF 8" 2:27 CONCRETE AS SHOWN. 3. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL' ALL TRENCHES IN DOWNTOWN STREETS. AND IS OPTIONAL IN OTHER AREAS, IF FLQWABLE FILL IS REQUIRED, A SEPERATE PAY ITEM WILL BE PROVIDED FOR SUCH., 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 TRENCH REPAIR TRENCH REPAIR LIMITS EXISTING CURB & EXISTING HMAC NEW HMAC GUTTER PAVEMENT (SEE NOTE 4) 5 MIN•' `f • 5� _ i4M.. �• + �,....aj�:�y.' y�Il�.a�.�. k• I I ,0.! i s'r• L �f' t Ri ',iiTT y0.� ti } •Ir L.w :kK —�'�� ).-' ••r .1 .. �.i.. ..i'f'{si,�s .4 'Y. 3!; `i �.`ll.� CY �{...-. y: �.. y'.:: .•P; .�v } ter• f ,79.fx EXISTING J #3 BARS ON 24" CENTERS =�a SUBGRADE BOTH WAYS WITH MIN. 2 BARS (IF ANY) LONGITUDINAL IN DITCH PIPE DITCH WALL NOTES: 1 • CONCRETE BASE SHALL BE REPLACED TO ORIGINAL THICKNESS OR TO A MINIMUM THICKNESS OF 5", WHICHEVER IS GREATER. 2. IF STEEL EXISTS IN CONCRETE BASE TO BE CUT, THE STEEL SHALL BE CUT AND SALVAGE AS POSSIBLE, A MINIMUM LAP SPLICE DISTANCE OF 12" SHALL BE PROVIDED. 3. REINFORCED CONCRETE BASE WILL BE REPLACED OVER TRENCH, AS SHOWN, IN THE EVENT NON —REINFORCED CONCRETE BASE IS REMOVED. 4. ALL EXISTING ASPHALT COURSE SHALL BE REPLACED TO THE ORIGINAL DEPTH. PLACE A MINIMUM OF 2" HMAC SURFACE COURSE (TYPE "D" MIX) TO MATCH EXISTING GRADE AS SHOWN. /— SEE DETAIL I STR-035 is TACK COAT CLASS 'A' REINFORCED EXISTING CONCRETE BASE CONCRETE BASE BACKFILL MATERIAL PER DETAIL WTR-034 (SEE NOTE 6) 5. 2:27 CONCRETE MAY BE DELETED IF HALF THE SPECIFIED THICKNESS OF 2:27 IS ADDED TO THE CLASS "A" CONCRETE. 6. 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. 7. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION. ORT WORT CITY OF FORT WORTH, TEXAS DATE: 10-2007 PERMANENT ASPHALT PAVEMENT TRENCH REPAIR WITH EXISTING CONCRETE BASE STR-029 rm� FFI� r I I. [ I I ..a .........._ __ _,:... _. 'EXISTING - SUBGRADE (IF ANY) r EXISTING CURB & TRENCH REPAIR LIMITS 2" MIN. HMAC .. __ FLEX -BASE MATERIAL PIPE DITCH WALL - BACKFILL MATERIAL PER DETAIL WTR-034 (SEE NOTE 3) NOES: 1. PLACE A MINIMUM OF 2" HMAC SURFACE COURSE (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. 4. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION. 5' MIN. CLASS •A•. REINFORCED CONCRETE PAVEMENT EXISTING REPLACEMENT TO THE SEE DETAIL EXISTING CURB & 6" MIN. NEAREST JOINT OR CURB. STR-035 CONCRETE GUTTER PAVEMENT ! :5 ( 1! iI li .__I _•__. ., • ..: , .. ., .., -a _e...; .. .i. � r,..- ;'.. ,„}:;i �•�sy.: ��, a.,., p � K •.'`1 ' - : 4 • -- i ! I::i._..:.. N. I t t r : - :� -I:I_.i1.._1.1.I.'...i..._1.__1_.1_I =fII '—II' _!I._I.._)__I .:� ..l..f_..:..._I_._r.. 1_I_1.....4... ..,... I• .;_ �,,,,�i..,__„,.I- j]—j1.�_,�I .r;�itl2l—":iia_.%i*_].17{ �.s:i:«.:;."�4 :�a� •+=a;:,.rw.'_.�'tiI.:c`sif;,.',t:+�}..t.'m.�.;.;4� ...4r`�;a".. F'i`-i,� •..K.iI ift%2`:"•� rK I�I):.. �rIIL_.I i f......_.I I i._....._.._.:�.,.I ..L! ..._.f_-IIl,-;I,.;,_• :•;.._�)—, i_....-, 14•L, ._-• _IiII .I..I._i_�.!,...i..i"II. _1 --i .I1 EXISTING CONCRETE JOINTEXISTING .i-�.-! j, _11I,-,::_'_f,.,,•.,I,�• i.'-_•_1 ',�• ' , �.:, ;, .•....111+.�:�i� SUBGRAOE (IF ANY) 77 I 4 BACKFILL MATERIAL PIPE I!W.`: •I_L PER DETAIL WTR-034 I '` (SEE .NOTE 1) DITCH .WALL .,,.: III"- 175 11 111 `__ -i _1=11 1 I- ' NOTES: . 1. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS. IF FLOWABLE FILL IS REQUIRED, A SEPERATE PAY ITEM WILL BE PROVIDED FOR SUCH. 2. REINFORCED CONCRETE PAVEMENT SHALL BE REPLACED TO ORIGINAL DEPTH, OR TO A MINIMUM OF 6", WHICHEVER IS GREATER. 3: PLACE 6" OF 2:27 CONCRETE AS SHOWN. 1" OF REINFORCED CONCRETE.MAY BE SUBSTITUTED FOR EVERY 2" OF 2:27 CONCRETE. 4. REINFORCEMENT OF CONCRETE MUST MEET CITY STANDARD OR MATCH EXISTING, WHICHEVER IS GREATER. 5. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION. 1 1. EXISTING CONCRETE SHALL BE SAW CUT FULL DEPTH . 2, DRILL AND GROUT NO.5 x 24" TIE BARS AT 24" C-C. PENATRATE 'MIN. 611 INTO EXISTING jPAVEMENT 3. •SPLICE NO.3 BARS TO THE NO.5 TIE BAR WITH A MINIMUM 12" OVERLAP. 4. AT EXPANSION JOINT USE REDWOOD EXPANSION JOINT FILLER AND NO.6 x 24" SMOOTH DOWEL AT 24" C-C SAW CUT NO.3 BARS Q 24" C-C BOTH WAYS ' EXIST, CONC. PAVEMENT EXIST. STEEL CURB I MIN, F-- 00 EvElm RECOMMENDED BY — ya OATS: I S 4 GEORGE A. BEHMANESH, ASSISTANT DIRECTOR, TPW Rev. , SAW CU7 EXISTING STEEL IN PAVEMENT SHALL BE CUT 611 — •'8�1 -- -- 18;� 611 �_..+• SAWED OR CONSTRUCTED JON1T JOINT : 9 JOINT DEPTH PAVEMENT THICKNESS JOINT DEPTH T. Sall T• 6" 1-1/2" T- 711 1-3/41, TO all 21' YPICAL PARTIAL PANEL REPLACEMENT REINFORCED CONCRETE PAVEMENT FORT WORTH APPROVED BY: DATE: HUGO MALANGA DIRECTOR, TPW CITY OF FORT WORTH, TEXAS TRANSPORTATION/PUBLIC WORKS ENGINEERING DIVISION FIG.2000-4A i NOTES 1.THE FOUR SIDES OF THE CUT SHALL BE NEATLY SAWED WITHOUT ROUGH EDGES 2. ANY REMAINING PAVEMENT BET SPOT REPAIRS MUST BE A MINIMUI OF 5' IN ALL DIRECTIONS. ASPHALT PAVEMENT CURB & GUTTER SPOT REPAIR 5' MIN. 25' ' ASPHALT 281 CURB & GUTTER L TYPICAL 28` WIDE PAVEMENT ' RECOMMENDED BY'— �-A DATE, Z, l o FoPTWOPTH APPROVED BY: DATE, GEORGE A. BEHMANESH,I HUGO MALAfVG?, ASSISTANT DIRECTOR, TPW DIRECTOR, TPW CITY OF FORT WORTH, TEXAS Rev. TRANSPORTATION/PUBLIC WORKS ENGINEERING DIVISION FIG 2000-48 �l NOTES 1.THE FOUR SIDES OF THE CUT SHALL BE NEATLY SAWED WITHOUT ROUGH EDGES ~----� 2. ANY REMAINING PAVEMENT BETWEEN. SPOT REPAIRS MUST BE A MINIMUM OF WIN ANY DIRECTION. Long Services — Short Services — For area < 5'; go to curb & square off. Long Ser Short Ser Replace to edge of panel where the distance between cut and edge of For area < panel is < 5'. go to curb square off. ace entire I from erline to Asphalt Concrete Asphalt Concrete Fx Emergency repair. PAVEMENT > 10 YEARS PAVEMENT < 10 YEARS RECOMMENDED BY- FRANK CRUMB, ASSISTANT DIRECTOR, WATER DEPT. Rev. TEI f 4 , ( FoPTWoPq H WATER DEPAILTMEN,T CITY OF FORT WORTH. TEXAS APPROVED BY:. DALE FISSELER. 74�^' ATE: Z-14 o 1 FIG 2000-4W : 7 NQTES, 1.PROVIDE ADEQUATE OVERLAP OF PLATE ON ASPHALT TO ASSURE NO SLIPPAGE OF PLATE AND NO COLLAPSING OF TRENCH EXISTING M.H. OR 2. IF TRENCH LENGTH ISM LESS THAN. 5-FEET VALVE AT GRADE AND STEEL PLATES WILL BE IN PLACE LESS THAN 48 HOURS STEEL PLATES MAY BE PLACED DIRECTLY ON EXISTING. ASPHALT WITHOUT STEEL MILLING. PROVIDE TEMPORARY ASPHALT PLATE TRANSITIONS EXTENDING 3-FEET BEYOND EDGE OF STEEL PLATES. COLD MIX COLO MIX 'TEEL PLATE. VITH COLD CH TYPE "A" MUgT HAVE PRIOR TRENCH APPROVAL OF CITY TRENCH I J>> TYPE "N' PLATiNQ STANDARD DETAIL FOR TRENCHING TYPE "B". PLAIING RECOMMENDED B � DATE: �0 FORTWORTH APPROVED BY, , GATE? GEORGE A. BEHMANESH, "11* ol—HUGO MALANGA' ASSISTANT DIRECTOR, TPW DIRECTOR, TPW CITY OF FORT WORTH. TEXAS Rev. TRANSPORTATION/PUBLIC WORKS ENGINEERING DIVISION FIC 2000.5 I ' F f t 1 It SECTION 5 — CONTRACTS, BONDS AND INSURANCE 5.1 Certificate of Insurance 5.2 Contractor Compliance with Workers' Compensation Law 5.3' Conflict of Interest Questionnaire 5.4 Performance Bond 5.5 Payment Bond 5.6 Maintenance Bond 5.7 City of Fort Worth Contract ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDNYYY) 12 17 2008 PRODUCER Phone: 817-299-3000 Fax: 817-299-3890 IBTX Risk Services Hurst 8701 Bedford Euless Rd. , #450 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Hurst TX __rNAIC INSURERS AFFORDING COVERAGE 0 INSURED J INSURERA: Ameri sure Mut Ins Co 3396 McClendon Construction Co, Inc. PO Box 996 INSURERS: Burleson TX 76097 INSURERC: INSURERD: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. OTWITHSTANDTNG ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN Is' SUBJECT To ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD'L MM TYPE OF INSURANCE POLICY NUMBER POL.ICYEFFECTIVE DATE IMMIDDrM POLICY EXPIRATIONLTR DATE INIMIDDIYYI LIMBS A X GENERAL LIABILITY CPP2051702 1/31/2008 1/31/2009 EACHOCCURRENCE $ 1 000, 000 j{ COMMERCIAL GENERAL LIABILITY CLAIMS MADE Ix OCCUR PREM $ESE ao— ccl� rem o� ce $ 3 0 0 0 00 MEDEXP(Anyonepersm) $ 5 000 PERSONAL& ADV INJURY $ 1 00O 000 GENERAL AGGREGATE $ 2 0 0 0 0 0 0 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP POLICY X .PRO-7 LOC A AUTOMOBILELJABIUTY X ANYAUTO CA2051701 1/31/2008 1/31/2009 COMBINED SINGLE LIMIT (Eaaccident) $ 1, 000, 000 _ BODILY INJURY (Per person) - $ ALLOWNED AUTOS SCHEDULED AUTOS BODILY INJURY $ X HIRED AUTOS X NON -OWNED AUTOS (Peracddent) PROPERTYDAMAGE (Peracddent) : $ — GARAGELIABILRY AUTO ONLY -EA ACCIDENT S OTHER THAN EAACC S ANYAUTO $ AUTO ONLY: AGG A EXCESSNNBRELLALIASILITY CU2051703 1/31/2008 1/31/2009 EACH OCCURRENCE $2 000 000 I X OCCUR CLAIMS MADE AGGREGATE $ 2 00O 000 $ $ DEDUCTIBLE $ X RETENTION $ Q A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNERIEXECUTIVE WC2051704 1/31/2008 1/31/2009 X 1 TMCYIMTT 1 1'ER E.L. EACH ACCIDENT $ 1 000 000 E.L. DISEASE -EA EMPLOYEE $ 1 0O Q 0 OFFICERIMEMSER EXCLUDED' yes, describe under SPECIAL PROVISIONS below S L.E.. DISEASE - POLICY LIMIT $ 1 0 O ()0 0 0 OTHER I DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS 11 policies excluding Workers' Compensation include Additional Insured (when required in written contract) in addition o Waiver of Subrogation on all policies in favor of Certificate Holder - Contract 49, City of Fart Worth, Its Officers, Employees, and Servants are included as additional insuzed on the eneral liability and automobile policies per policy fcrm. CERTIFICATE HOLDER r_ANrFI I ATInN, n SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED City of Fort Worth 1000 Throckmorton BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO Fort Worth TX 76107 SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTA :!2,d ( ACURD 25 (2001108) I6ACORD CORPORATION 1988 Ir- r CERTIFICATE OF INSURANCE no TO: CITY OF FORT WORTH Date; NAME OF PROJECT: Pavement Recewtnm iionm. Water and Savulaa ry Sewer Rcaincement on Byers Avenue, Dexter Avenue, I,afavette Avenue and Owasso Sheet PROJECT NUMBER: C200-2074000451831P229-207280045183IP253-6AU7170045183IP2`8-707170045183 IS TO CERTIFY THAT: McClendon Comtractioo, Co., lime. is, at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described, for the type of insurance and accordance with provisions of the standard policies used by this Company, and further hereinafter described Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE .w so so aw ow Policy Effective E fires Limits of Liability Worker's Compensation Comprehensive General Bodily Injury_ Liability Insurance (Public Ea. Occurrence: S Liability) Property Damage: Ea. Occurrence: $ Blasting Ea. Occurrence: $ Collapse of Building or structures adjacent to Ea. Occurrence: S excavations Damage to Underground Utilities Ea_ Occurrence: $ Builder's Risk Comprehensive Bodily Injury: Automobile Liability Ea. Person: $ Ea. Occurrence: $ Property Damage: Ea_ Occurrence: $ Bodily Injury: Contractual Liability Ea. Occurrence: $ Property Damage: Ea_ Occurrence: $ Other Locations covered: Description of operations covered: The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five (5) days after the insured has received written notice of such changer no cancellation. Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement thereto attached. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy_ Agency Instuance Compeuy: no Fort Worth Agent By Address No no Title CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Engineering No.5448 and City of Fort Worth Project No. C200- 207400045183/P229-207280045183/P253-6071700451831P258-707170045183. CONTRACTOR McClendon Construction, Co., Inc. By: Name: DAN McCLENDON, PRESIDENT Title: Date: /Z40 STATE OF TEXAS § COUNTY OF TARRANT § Before me, the undersigned authority, on this day personally appeared I)ar JUCO-Jp_wInnnn , 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 McClendon Construction, Co.. Inc. for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this 1_741k day of , 20_09. "Pti�Yh Notary Nblic in an for the State of Texas JULIANNE LEMIIi Mq Communion Expim OF ApeN 28, 2011 .. Bond No. 8215-46-03 PERFORMANCE BOND M THE STATE OF TEXAS M COUNTY OF TARRANT KNOW ALL BY THESE PRESENTS: That we (1) McClendon Construction Company, Inc. as Principal herein, and (2) Vigilant Insurance Company, a corporation organized under the laws of the State of (3) New York, and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of: One Million Three Hundred Eighty Thousand Four Hundred Seventy-one and 27/100....................................... ($1,380,471.27) Dollars for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. FEB 0 3 Z009 WHEREAS, Principal has entered into a certain contract with the Obligee dated the of , #a copy of which is attached hereto and made a part hereof, for the construction of. Pavement Reconstruction, Water and Sanitary Sewer Replacement on Byers Avenue, Dexter Avenue, Lafayette Avenue and Owasso Street NOW THEREFORE, the condition of this obligation is such, if the said Principle shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. FEB 0 3 2009 SIGNED and SEALED this of 12008. ATTEST: McCle on onstruction Com an I (Principal) S retary PRIN ) djj BY: Title: Dan McClendon, President (SEAL) PO Box 999 Burleson, TX 76097 (Address) Vi ilant Insurance Camvanv Witness as to Principal zurev] IN Address BY: 6zw ATTEST: orn -in ct) (5) rKyle ney, torney-in-Fact (Surety) Secretary 2001 ryan Street, Suite 3400 .. Dallas, Texas 75201 (Address) (SEAL) NOTE: Date of Bond must not be prior to date of Contract (1) Correct Name of Contractor (2) Correct name ofSurety (3) State of incorporation of Surety Telephone number of surety must stated. In addition, an original e6p_af Power of - .. Attorney shall be attached-xo Bend by " Attorney -in -Fact. The date of bond shall not be prior to date of .. Contract. tness as to urety Jennifer R. Borock P.O. ox 8720.16k Worth Texas 76124 (A dress) so Bond No. 8215-46-03 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (1) McClendon Construction Company, Inc., as Principal herein, and (2) Vigilant Insurance Company , a corporation organized and existing under the laws of the State of (3) New York , as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of One Million Three Hundred Eighty Thousand Four Hundred Seventy- one and 27/100................................................................. Dollars ($1,380,471.27) 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: FEB 0 3 2009 WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the day of 2008, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: .. Pavement Reconstruction, Water and Sanitary Sewer Replacement on Byers Avenue, Dexter Avenue, Lafayette Avenue and Owasso 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 or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said _ statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. no FEB 0 33 2009 SIGNED and SEALED this day of, ATT T: (Principal) Secretary (SEAL) Witness as to Principal ATTEST: .,. Secretary (SEAL) Mw Wi ess as to S ty Jennifer R. Borock 2008. McClen onstruction Company, Inc. PRINC AL By: Name: Dan McClendon Title: Tresident Address: PO Box 999 Burleson, TX 76097 By: NameV Kyle W-SVM'e'ne Attorney in Fact Address: 2001 Bryan Street, Suite 3400 Dallas, Texas 75201 Telephone Number: 214-754-0777 NOTE: (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 Rwer of -Attorney shall be attached to Bond by the Attorney -in -Fact. The date of bond shall not be prior to date of Contract. = is a RM up Bond No. 8215-46-03 ' MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § That McClendon Construction Company, Inc. ("Contractor"), as principal, and Vigilant Insurance Company _ a corporation organized under the laws of the State of New York ("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 Three Hundred Eighty Thousand Four Hundred Seventy-one and 27/100..................... Dollars ($1,380,471.27), 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: FEB O 3 2009 WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the of , 2008, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Pavement Reconstruction, Water and Sanitary Sewer Replacement on Byers Avenue, Dexter Avenue, Lafayette Avenue and Owasso Street the same being referred to herein and in said contract as the Work and being designated as project number(s) C200- 207400045183/P229-207280045183/P253-607170045183/P258-707170045183 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, "' WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City; ,W and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) years; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. .. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in 6 counterparts, each of which shall be deemed an original, this _ day of FEB . A.D. 2008. McClend nstruction Company, Inc. Contrac r By: ;J,(, Name: Dan McClendon Title: President ATTEST: (SEAL) Secretary Surety By:_ Title/ Attorney -in -Fact 2001 Bryan Street, Suite 3400 Dallas, Texas 75201 Address Policyholder Information Notice Wo Im ow low ow W bw IMPORTANT NOTICE To obtain information or make a complaint: You may call Chubb's toll -free telephone number for information or to make a complaint at 1-800-36-CHUBB 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 P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY This notice is for information only and does not become a part or condition of the attached document. AV/SO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede llamar al numero de telefono gratis de Chubb's para informacion o para someter una queja al 1-800-36-CHUBB Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de compaiiias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection @ tdi. state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente primero. Si no se resueve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. Form 99-10-0299 (Rev, 1-08) Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 C,fi�J®a Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Kyle W. Sweeney, Charles D. Sweeney and Michael A. Sweeney of Fort Worth, Texas ---- ---------- each as their true and lawful Attorney- in- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 13th day of August, 2008- enneth C. Wendel, Assistant Secretary avid B. Norris, Jr., Vice Pre STATE OF NEW JERSEY ss. County of Somerset On this 13th day of August, 2008 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seats thereof, that the seals affixed to the .■, foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that he is acquainted with David B. Norris, Jr., and knows him to be Vice President of said Companies; and that the signature of David B. Norris, Jr., subscribed to said Power of Attorney is in the genuine handwriting of David B. Norris, Jr., and was thereto subscribed by authority of said By - Laws and In deponents presence. Notarial Seal KATHERINE KALBACHER NOTARY PUBLIC OF NEW JERSEY Y Nob. No.2316685 tZ/A p 0� Commission Expires July 8, 2009 Notary Public y �BL IC ✓ERgECERTIFICATION Extract from the By- Laws of FE AL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: "All powers of attorney for and on behalf of the Company may and shall be executed In the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vlce President, Jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys- in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which It is attached." " 1, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies) do hereby certify that (i) the foregoing extract of the By- Laws of the Companies is true and correct, J (III the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the Dlstrict of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Rico and the U.S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and (III) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Warren, NJ this t 0 3 L11U0 2008 IV �o,AKt, xs`v �ew Kenneth C. Wendel, Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 903- 3656 e-mail: surety@chubb.com Form 15-10- 0225B- U (Ed. 5- 03) CONSENT THE STATE OF TEXAS CITY OF FORT WORTH. TEXAS CONTRACT KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT FEB 0 3 2000 This agreement made and entered into this the day of A.D., 2008 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 I I" day of December, A.D. 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city , and the City of Fort Worth being hereinafter termed Owner, McClendon Construction, Co., Inc., HEREINAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: Pavement Reconstruction, Plater and Sanitary Sewer Replacement on Byers Avenue, Dexter Avenue, Lafayette Avenue and Owasso 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. a no 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 the inspection and approval of No R A A R Ut A n A A 4 the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 265 worldng 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. 3 Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or emplovem 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 injury or damage is caused in whole or in part by tke negligence or abed 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 Contrail, and before beginning work, to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful ,,� performance of the terms and stipulations of the Contract and for the payment to all claimants for labor 4M 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 (includinglexcluding) alternates shall be One Million Three Hundred Eighty Thousand Four Hundred Seventy-one and 27/100.............................».........»..»»»»........»». » ... ..» .. .. ..Dollars, ($1 380,471.27). 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 6 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 6 counterparts with its corporate seal attached. Done in Fort Worth, Texas, this the _ day of _ -- ) 3 ZO k.D., 2008. ' I , APPROVAL RECOMMENDED: DIRECTOR, DEP NT OF TRANSPORTATION/PUBLIC WORKS ATTEST: McClendon Construction, Co., Inc. PO Box 999 Burleson, TX 76097 CONTRACTOR CITY OF FORT WORTH FERNANDO COSTA, ASST CITY MANAGER X- - t 4 p &91-- CITY SECRETARY BY: aA 0//22 2- S McC el nn on Construction Co., Inc. P.O. Box 999 Burleson, TX 76097 ADDRESS November 1960 .. Revised May 1986 Re0sed September 1992 (SEAL) Contract Puthorizatioa ,)43I(Dq Date APPROVED AS TO FORM AND LEGALM: M one .r .. r WW SECTION 6 — REPORTS 6.1 Geotechnical Study Report er .. %a .. 4A L7-1 REPORT OF GEOTECHNICAL EVALUATION AND PAVEMENT DESIGN DOE 5448 BYERS AVE, DEXTER AVE, LAFAYETTE AVE AND OWASSO ST FORT WORTH, TEXAS Prepared for: THE CITY OF FORT WORTH Fort Worth, Texas Prepared by: MACTEC Engine ,ring and Consulting, Inc. Dallas, Texas March 2007 MACTEC Project No. 4900-06-8003 AAMACTECengineering and constructing a better tomorrow March 14, 2007 .. Mr. Roberto C. Sauceda Engineering Department City of Fort Worth 1000 Throckmorton Street Fort Worth, Texas 76102 .r (817) 392-2387 Phone (817) 392-2527 Fax .. Subject: Geotechnical Exploration and Pavement Design DOE 5448 — Byers Avenue, Dexter Avenue, Lafayette Avenue, and Owasso Street Fort Worth, Texas MACTEC Project No. 4900-06-8003 Dear Mr. Sauceda: r MACTEC Engineering and Consulting, Inc. (MACTEC) is pleased to present this geotechnical report for the referenced project. This report provides recommendations for pavement design for the referenced project. As your project progresses through the design and construction phases, we recommend that you retain MACTEC to provide geotechnical and construction materials engineering, testing, and inspection services for .� this project. so on ,r It has been a pleasure to perform this work for you. If you have any questions regarding the information contained in this report or if we can be of additional assistance, please call. Respectfully, MACTEC ENGINEERING AND CONSULTING, INC. Tony Aijaser Project Engineer OFiy(ysy��y�el qq .a..uaa .p.J,r�a,� ��aJgsr V /esseE. CoT. leman, ` e ' R'"'`''' tt9. Principal Engineer acaa$uLW<C��i+vJ4v:Fkb&S'api94r`�10 <�0fri fray ff CZ In .' t d.• "- 1+ .3 Distribution: Mr. Roberto Sauceda (3) MACTEC Engineering and Consulting, Inc. 16650 Westgrove Drive, Suite 600 • Addison, TX 75001 469-828-4100 • Fax: 469-828-4110 www.mactec.com TABLE OF CONTENTS DOE 5448 —Pavement Design Fort Worth, Texas Page 1.0 PROJECT INFORMATION.........................................................................................................1 2.0 SCOPE OF SERVICES ............................. ....................................................................................1 3.0 FIELD EXPLORATION.............................................................................:................................1 4.0 LABORATORY TESTING...........................................................................................................2 5.0 SUBSURFACE CONDITIONS.....................................................................................................2 5.1 Site Geology..................................................................................................................................3 5.2 Stratigraphy..................................................................................................................................3 jEm 5.3 Ground Water Conditions .............. 6.0 ANALYSIS AND RECOMMENDATIONS................................................................................ 7.0 PAVEMENT RECOMMENDATIONS....................................................................................... 7.1 Subgrade Preparation.....................................................................................................................6 7.2 Pavement Sections........................................................................................................................6 7.3 Special Pavement Considerations.................................................................................................8 8.0 LIMITATIONS..............................................................................................................................9 FIGURES Figure BoringLocation Plan....................................................................................................................................1 s Logs of Borings............................................................................................................................2 through 14 Unconsolidated Undrained Compressive Strength Test Results.....................................................15 and 16 Key to Symbols and Descriptions no .r DOE 5448 Pavement Design, Fort Worth, Texas March 14, 2007 GEOTECHNICAL EVALUATION AND PAVEMENT DESIGN DOE 5448- BYERS AVENUE, DEXTER AVENUE, LAFAYETTE AVENUE AND OWASSO STREET FORT WORTH, TEXAS -o 1.0 PROJECT INFORMATION The City of Fort Worth is planning reconstruction of Byers Avenue between Camp Bowie Boulevard and Kenley Street and between Clover Lane and Belle Place, Dexter Avenue between Sutter Street and Dorothy Lane, Lafayette Avenue between Tremont Avenue and Clover Lane, and Owasso Street between Lafayette Avenue and Crestline Road. This project is designated as DOE 5448. This geotechnical evaluation consists of a detailed geotechnical study in accordance with the City of Fort Worth Pavement Design Manual of 2005. -� Information from the City's Project Manager indicates the new pavement will be Portland Cement Concrete .. wr (PCC) pavement. A, SCOPE OF SERVICES Our services for this project were performed in general conformance with our Proposal No. PROP06FTWO.0146, dated October 9, 2006. The purposes of this geotechnical evaluation were to: • Explore the subsurface conditions at the site. • Characterize the subsurface soil and groundwater conditions. .E • Provide comments and recommendations regarding site grading and drainage. • Provide recommendations for subgrade stabilization, if appropriate. ..r • Provide pavement thickness design based on the City of Fort Worth Pavement Design Standards, dated 2005. 1W 3.0 FIELD EXPLORATION "' A total of 13 test borings (designated as Borings B-17 through B-28, Figures 2 through 14) were drilled within the limits of the proposed project streets on January 18 through 26, 2007. Borings 13-1 through B-16 were - drilled for the geotechnical evaluations for projects DOE 5441 and DOE 5447 and are presented in separate reports. MACTEC Engineering and Consulting, Inc. Report No. 4900-06-8003 Page 1 DOE 5448 Pavement Design, Fort Worth, Texas March 14, 2007 The approximate boring locations are shown on the enclosed Boring Location Plan (Figure 1). All borings were drilled to a depth of 10 feet. A truck -mounted auger drill rig was used to advance the borings and to obtain samples for laboratory evaluation. Undisturbed specimens of the cohesive soils were obtained continuously to the top of the bedrock using standard, seamless tube samplers. The samples were extruded in the field, logged, sealed and packaged to protect them from disturbance and to am maintain their in -situ moisture contents during transportation to our laboratory. Sampling depths for the soil aa .o samples are presented on the Logs of Borings (Figures 2 through 14). 4.0 LABORATORY TESTING The project geotechnical engineer examined the samples at our laboratory and revised the field classifications as necessary. Selected samples were subjected to laboratory tests under the supervision of this engineer. The laboratory tests include Atterberg limits (ASTM D 4318), unit weight determinations, moisture content measurements (ASTM D2216), unconsolidated undrained triaxial tests (ASTM D 2850), absorption swell (ASTM D 4546), and soluble sulfates (TxDOT Tex- 154-E). These tests are required by the City of Fort Worth Pavement Design Standards. The results of these tests are provided on the Logs of Borings presented on Figures 2 through 14 and in Figures 15 and 16. 5.0 SUBSURFACE CONDITIONS A brief description of the conditions that were encountered in the borings is presented below. A more detailed description of the subsurface conditions is presented on the attached Logs of Borings. It should be noted that the boundaries between the various soil types are approximate and may vary. In addition, the depths shown on the Boring Logs refer to the depths from the ground surfaces that were present at the time of the field exploration program. MACTEC Engineering and Consulting, Inc. Report No. 4900-06-8003 Page 2 air DOE 5448 Pavement Design, Fort Worth, Texas March 14, 2007 5.1 Site Geology ,K The sites are located in an area underlain by the Duck Creek Formation. The Duck Creek Formation 4W generally consists of residual clays overlying massive gray limestone with some calcareous shale. 5.2 Stratigraphy MW All borings were drilled through the existing pavement sections. For Borings B-17 and B-20 (Owasso Street .. from Lafayette Avenue to Crestline Road), the pavement sections consist of 1 to 2.5 inches of asphalt concrete pavement over 12 inches of base material. Beneath the base material is tan weathered limestone, with clay seams and layers, extending to the maximum 10-foot depth explored. In Borings B-21 and B-22 (Dexter Avenue from Sutter Street to Dorothy Lane) the paving section consists of one inch of asphalt concrete pavement over 12 inches of base material. Beneath this base material is tan weathered limestone, with clay seams and layers, extending to the maximum 10-foot depth explored. In Borings B-23, B-24, and B-25 (Lafayette Avenue from Clover Lane to Tremont Avenue) the paving section consists of 1 to 2.5 inches of asphalt concrete pavement over 5.5 to 12 inches of base material. In Boring B-25 the base material is underlain by hard yellowish brown calcareous clay to a depth of 3 feet. Underlying this clay in Boring B-25 and the base material in Borings B-23 and B-24 is tan weathered limestone, with clay a seams and layers, extending to the maximum 10-foot depth explored. me In Borings B-26 and B-27 (Byers Avenue from Belle Place to Clover Lane) the pavement section consists of 2 inches of asphalt concrete pavement over 8 inches of base material. Beneath this base material is hard brown sandy clay, with gravel, to a depth of 2 feet. In Boring B-26 the brown sandy clay, with gravel, is underlain by hard yellowish brown calcareous clay to a depth of 4 feet. Beneath this calcareous clay in Boring B-26 and the sandy clay in Boring B-27 is tan weathered limestone, with clay seams and layers, extending to the maximum 10-foot depth explored. In Borings B-28 and B-29 (Byers Avenue from Camp Bowie Boulevard and Kenley Street) the pavement .W section consists of 2 to 5 inches of asphaltic concrete over 7 to 8 inches of base material. MACTEC Engineering and Consulting, Inc. Report No. 4900-06-8003 Page 3 «« DOE 5448 Pavement Design, Fort Worth, Texas March 14, 2007 Beneath the pavement sections is very stiff brown clay, with limestone fragments, extending to depths of 2 to 6 feet. Underlying the brown clay in Boring B-29 is hard yellowish brown calcareous clay to a depth of 9.5 feet. Beneath the calcareous clay in Boring B-29 and the brown clay in Boring B-28 is tan weathered limestone, with clay seams and layers, extending to the maximum 10-foot depth explored. The hard yellowish brown calcareous clay has a liquid limit (LL) value of 25 percent; a plastic limit (PL) 16 percent, and a plasticity index (PI) value of 9 percent. In -situ moisture contents ranged from 8 to 19 percent. In Borings B-26 and B-27 the brown sandy clay has a LL value of 38 percent, a PL value of 19 percent, and a .. PI value of 19 percent. In -situ moisture contents of 7 and 13 percent was measured. The absorption swell for ■o this material ranged measured 0.5 percent. The brown clay, with limestone fragments, in Borings B-28 and B-29 has LL values of 61 and 65 percent, a PL value of 26 percent, and PI values of 36 and 39 percent. In -situ moisture contents of this clay varied from 22 to 27 percent. Unconsolidated-undrained strength values of 4.7 and 5.6 ksf were measured. Soluble sulfates for these soils measured 120 ppm. 5.3 Groundwater Conditions All borings were drilled using continuous flight auger methods which allow measurement of ground water during or after completion. Ground -water seepage was not encountered during drilling. Groundwater seepage was observed at a depth of 2.5 feet in Boring B-25. Groundwater was measured at a depth of 8 feet in Boring B-25 and at a depth of 8.7 feet in Boring B-28 at completion. All other borings were dry at completion. An accurate determination of the uppermost water bearing zone would require the installation of ground -water monitoring wells and a water level monitoring program extending over several days. The presence and amount of ground water will fluctuate seasonally due to variations in the amount of precipitation, infiltration and evaporation. MACTEC Engineering and Consulting, Inc. Report No. 4900-06-8003 Page 4 as .w .r DOE 5448 Pavement Design, Fort Worth, Texas tifarch 14, 2007 The evaluation of the potential presence of pollution or contaminants in the soil or ground water at this site is beyond the scope of this project. 6.0 ANALYSIS AND RECOMMENDATIONS OWASSO STREET and DEXTER AVENUE #, Owasso Street between Lafayette Avenue and Crestline Road and Dexter Avenue between Dorothy Lane and Sutter Street have tan weathered limestone, with clay seams and layers, immediately beneath the existing an pavement. The tan weathered limestone cannot be stabilized; therefore, placing the minimum 6 inch thickness wo i of PCC on the weathered limestone is recommended. LAFAYETTE AVENUE A portion of Lafayette Avenue between Clover Lane and Tremont Avenue has tan weathered limestone, with clay seams and layers, immediately beneath the existing pavement. The position of the demarcation between the soil/weathered limestone is not readily apparent from this investigation. Additional borings are recommended to determine the location of the demarcation prior to beginning construction. .. Stabilization of the calcareous clay is not required because the SR of the clay soils is less than 1.0; therefore, not requiring stabilization. The lateral position of the demarcation between the limestone and clay is not Me readily apparent from this investigation. Additional borings are recommended to determine the location of the demarcation prior to beginning construction. BYERSAVENUE The subgrade beneath the paving for this street is clay and exhibits SR values greater than 1.0; therefore, stabilization in accordance with City standards is required. 1W 7.0 PAVEMENT RECOMMENDATIONS Pavement recommendations for this project were developed in accordance with Section 4 of the City of Fort Worth Pavement Design Standards and utilizing the WINPAS computer program which is based on the 1993 .. AASHTO Guide for Design of Pavement Structures. MACTEC Engineering and Consulting, Inc. Report No. 4900-06-8003 Page 5 aw .r F--J am DOE 5448 Pavement Design, Fort Worth, Texas March 14, 2007 7.1 Subgrade Preparation Stabilization is necessary where the subgrade is clay. Based on the results of our testing program, a minimum of 6 percent (27 lbs/sq yd) hydrated lime should be used for a depth of 6 inches. This lime should be thoroughly mixed and blended with the top of the subgrade (THD Item 260) and the mixture compacted to a minimum of 95 percent of maximum dry density as determined in accordance with ASTM D 698, within ±2 percent of optimum moisture content. We recommend that this lime stabilization extend 2 feet beyond exposed pavement edges, in order to reduce the effects of shrinkage during extended dry periods. Project specifications should allow a curing period between initial and final mixing of the lime/soil mixture. After initial mixing, the lime treated subgrade should be lightly rolled and maintained between 0 to +4 percent above optimum moisture content until final mixing and compaction. We recommend a 2-day curing period for these soils. The following gradation requirements are recommended for the stabilized materials prior to final compaction: Percent Minimum Passing 1/2" Sieve 100 Minimum Passing No. 4 Sieve 60 All nonslaking aggregates retained on the No. 4 sieve should be removed prior to testing. The prepared subgrade should be protected and moist cured or sealed with a bituminous material for a minimum of 5 days or until the pavement materials are placed. Pavement areas should be graded at all times to prevent ponding and infiltration of excessive moisture on or adjacent to the pavement areas. 7.2 Pavement Sections Pavement sections for the subdivision were developed based on the soil conditions encountered and The City of Fort Worth Pavement Design Standards. The following criterion was utilized for pavement design: MACTEC Engineering and Consulting, Inc. Report No. 4900-06-8003 Page 6 DOE 5448 Pavement Design, Fort Worth, Texas March 14, 2007 1. Traffic Street Classification Residential -Urban �. Design ESALs 35,000 M M MW 2. Subgrade Characteristics Clay Soils: Modulus of Subgrade Reaction, k: 16 psi/in. Clayey Sands: Modulus of Subgrade Reaction, k: 515 psi/in 3. Design Life 25 years 0 % growth for Residential Based on the above criteria, the following pavement sections are recommended: TABLE 1. RESIDENTIAL STREET PAVEMENT PORTLAND CEMENT CONCRETE (PCC) SECTION 6 inches PCC 6 inches Lime Stabilized Subgrade for Clay Soils Table prepared by JC Table checked by TA Concrete quality will be important in order to produce the desired flexural strength and long term durability. We recommend that the concrete have entrained air of 5 percent (++ 1 percent) with a maximum water cement ratio of 0.50. A 28-day compressive strength of 4,000 psi is recommended for all PCC pavements. a Portland cement concrete pavement types for the streets can be either continuously reinforced concrete pavement (CRCP) or jointed reinforced concrete pavements (JRCP). Due to construction over swelling clays, un-reinforced pavement is not recommended. Jointed reinforced concrete pavements are typically used for high volume heavy traffic areas. CRCP will require more longitudinal reinforcing steel resulting in more initial construction costs. Either type of reinforced pavement should perform similarly in this area. Reinforcing steel a and joint systems for either type of pavement should be properly designed. MACTEC Engineering and Consulting, Inc. Report No. 4900-06-8003 Page 7 T DOE 5448 Pavement Design, Fort Worth, Texas March 14, 2007 Where CRCP is utilized, the percentage of longitudinal steel is generally 0.5 to 0.6 percent of the concrete area. Transverse steel for CRCP is based on the subgrade drag theory: .r PS = (LF / 2fs) x 100 00 Where PS = Percent steel by area =I L = distance between free (untied) joints (feet) F = friction factor for subgrade (1.8 for lime stabilized subgrade) no fs = allowable working stress in steel - psi (0.75 x yield point) Where JRCP is used, both the longitudinal and transverse steel required should be calculated by the subgrade drag equation. We recommend the paving be reinforced with No. 3 bars at 18 inches on center, longitudinal and transverse. Proper joint placement and design is critical to pavement performance. Load transfer at all longitudinal joints and maintenance of water -tight joints should be accomplished by use of tie bars. Control joints should be sawed within 5 to 12 hours after placing concrete. Joints should also be properly cleaned and sealed as soon as possible to avoid infiltration of water, small gravel, etc. We have found that joint spacing on 12 to 15-foot centers have generally performed satisfactorily. Expansion joints should be on a 60-foot spacing and be sealed with an elastomeric joint sealant. Dowel bars should be M 0.50 inch diameter smooth bars, 16 inches in length, and spaced at 12 inches on center. M 7.3 Special Pavement Considerations We recommend all pavement subgrade areas be proofrolled after removal of existing pavement and base material. Proofrolling can generally be accomplished using a heavy (25 ton or greater total weight) pneumatic tired roller making several passes over the areas. Where soft or compressible zones are encountered, these areas should be removed to a firm subgrade. Wet or very moist surficial materials may need to be undercut and either dried or replaced with proper compaction or replaced with a material that can be properly compacted. MACTEC Engineering and Consulting, Inc. Report No. 4900-06-8003 Page 8 dw we %W DOE 5448 Pavement Design, Fort Worth, Texas March 14, 2007 Any resulting void areas should be backfilled to finished subgrade in 6-inch compacted lifts compacted to 95 percent of maximum dry density as determined by ASTM D 698. Achieving the required field density is dependent upon the adequate pulverization of the clay fill materials, the magnitude of compaction energy and the maintenance of field moisture near optimum. All joints and pavements should be inspected at regular intervals to ensure proper performance and to prevent crack propagation. AW The soils at the site are active and differential heave within the street area could potentially occur. The service "W life of paving maybe reduced due to water infiltration into subgrade soils through heave induced cracks in the paving section. This will result in softening and loss of strength of the subgrade soils. A regular maintenance program to seal paving cracks and joints will help prolong the service life of paving. The life of the pavement can be increased with proper drainage. Areas should be graded to prevent ponding Wo adjacent to curbs or pavement edges. Curb areas should be backfilled as soon as practical after the concrete has set, preferably with the on -site clay soils. Backfill materials, which could hold water behind the curb, should not be permitted. Flat pavement grades should be avoided. Wo 1. 8.0 LIMITATIONS The professional services, which have been performed, the findings obtained, and the recommendations prepared were accomplished in accordance with currently accepted geotechnical engineering principles and practices. The professional opinions presented in this report have been developed using that degree of care and •• skill ordinarily exercised, under similar circumstances, by reputable geotechnical consultants practicing in this or similar localities. No other warranty, expressed or implied, is made as to the professional advice included in . W this report. The possibility always exists that the subsurface conditions at the site may vary somewhat from those encoun- tered in the borings. If there are any unusual conditions differing significantly from those described herein, we should be notified to review the effects on the performance of the recommended pavement systems. MACTEC Engineering and Consulting, Inc. Report No. 4900-06-8003 .. Page 9 DOE 5448 Pavement Design, Fort Worth, Texas March 14, 2007 we The recommendations given in this report were prepared exclusively for the use of the City of Fort Worth and its design consultants. The information supplied herein is applicable only for the design of the previously aw described streets to be re -constructed at locations indicated at this site and should not be used for any other structures, locations, or for any other purpose. We are not responsible for the conclusions, opinions, or recommendations made by others based on the information submitted herein. This report presented recommendations to guide preparation of project specifications and should not be used in place of project specifications. An environmental evaluation of the soil, ground water, and/or air is not included within the scope of this project. Should you need an environmental evaluation of this site, we can assist you in the development the scope of work for such an evaluation. We will retain the samples acquired for this project for a period of 30 days subsequent to the submittal date printed on the report. After this period, the samples will be discarded unless otherwise notified by the City in writing. MM MW -00 .r LJ MACTEC Engineering and Consulting, Inc. Report No. 4900-06-8003 Page 10 so .0.. FIGURES L� J CRESTLINE RD. O B-17 2 � Q. ® B-18 ; W ®B-. O ®B-27 B-260 W B�YERS`AV`E. WASHBURN AVE. U [ ID I w O ® B-19 co 1; co O HARLEYAVE. ®B 20 �O GPM I�/ Q LAFAYETTE AVE. O n W P vv ` W GPM I LAFAYETTE AVE. OB-25 16a ern lid .v ll n— MI o 1. I r �.�° MA TE C C MACTEC ENGINEERING AND CONSULTING, INC. 16650 WESTGROVE, SUITE 600 ADDISON, TEXAS 75001 469-828-4100 FAX 469-828-4110 WWW.MACTEC.COM L qi�) NORTH DEXTER AVE. ®B-21 ti O cr co uj � a 7 V O 0 1=— U LtUtNU ® SOIL BORING LOCATION FIGURE I BORING LOCATION PLAN NO. DESCRIPTION DATE DOE 5448 REVISIONS DRAWN BY FILENAME OWASSO ST., LAFAYETTE AVE., DEXTER AVE., SAD 490018003-01 AND BYERS AVE. CHECKED BY APPROX.SCALE NONE FORT WORTH, TEXAS APPROVED BY DATE MACTEC PROJECT 4900-06-8003-01 wo Im LOG OF BORING NO. B-17 PROJECT: DOE 5448-GEO INVESTIGATION & PAVEMENT DESIGN SHEET 1 of 1 CLIENT: CITY OF FORT WORTH LOCATION: * FORT WORTH, TEXAS DATE: 1118/07 SURFACE ELEV: FIELD DATA LABORATORY DATA DRILLING METHOD: Boring was advanced using continuous flight auger drilling equipment. 0 Y m = Q. o LL LL (n 3 z °° °° o o z 2 N�= z n o H N � w p n o (L F o o U) a- w z � 0- N o z > (n (L� °° N Z w U- e J z a a GROUNDWATER INFORMATION: No groundwater seepage was encountered in boring while drilling. Bori was dry at completion of drilling activities. DESCRIPTION OF STRATUM o 0 0 06 00 0 0,0 5 - 2.5 inches ASPHALT 10011,50" 77/11.50" 87/11.75" 10013.25" 50/2.00" 6 8 10 12 11 12.0 inches BASE material 1.2 Tan WEATHERED LIMESTONE with clay seams and layers 10 10.0 End Of Boring @ 10.0 feet REMARKS: * OWASSO STREET TUBE SAMPLE AUGER SAMPLE SPLIT- SPOON ROCK CORE THD CONE PEN. No RECOVERY CHECKED BY: ow 4900-06-8003 FIGURF 7 i4aM . . LOG OF BORING NO. B-18 PROJECT: DOE 5448-GEO INVESTIGATION & PAVEMENT DESIGN SHEET 1 of 1 CLIENT: CITY OF FORT WORTH LOCATION: * FORT WORTH, TEXAS DATE: 1/18/07 SURFACE ELEV: FIELD DATA LABORATORY DATA DRILLING METHOD: Boring was advanced using continuous flight auger drilling equipment. 0 0 0 - GROUNDWATER INFORMATION: No groundwater 0 a > LL L w � o Z seepage was encountered in boring while drilling. Bori z Y 3 3 LL 4 o o LL > Y z was dry at completion of drilling activities. a z `� 0 0 H 0 0 wa w 0 rn = t-LLI 0 LLI m m z z LU o 0 z 06 x �-7 o N x Q - o o u> I= u> v)CL > � O o d w 2 '' x o } n o a g Z o,- Q m w u> o z i= a o a a a 0 u� U- Q DESCRIPTION OF STRATUM oO 1.0 inch ASPHALT 0_1 o 0 O T0 12.0 inches BASE material 0 Q , , 50/1.50" 1 13 N=83 1 20 5 1 1 50/0.50" 1 20 50/3.50" 116 50/3.00" 1 12 10- + TUBE SAMPLE AUGER SAMPLE SPLIT - SPOON 4900-06-8003 w Tan WEATHERED LIMESTONE with clay seams and layers End Of Boring @ 10.0 feet M N REMARKS: * OWASSO STREET ROCK THD NO CONE CORE PEN RECOVERY CHECKED BY: FIGURE 3 AMACTEC ow Im 0 LOG OF BORING NO. B-19 --- -� PROJECT: DOE 5448-GEO INVESTIGATION & PAVEMENT DESIGN SHEET 1 of 1 CLIENT: CITY OF FORT WORTH LOCATION: . FORT WORTH, TEXAS DATE: 1/18107 SURFACE ELEV: FIELD DATA LABORATORY DATA DRILLING METHOD: Boring was advanced using continuous flight auger drilling equipment. °m Y 00 MS 0o ui LL = a �_ U- Z >> F 0, 0, a F p Z _ vai z o O w 7 } U. ~ cn U zp > o a. ~ i > o o n a w z a � o `V p Z a Y U) r-- z ' v o Z c4 LL o ul O OW ¢ GROUNDWATER INFORMATION: No groundwater seepage was encountered in boring while drilling. Bori was dry at completion of drilling activities. DESCRIPTION OF STRATUM °p o 0,6 °o 0 oQ 1.5 inches ASPHALT 0 12.0 inches BASE material t1 5 10 50/1.75" 5010.75" 50/1.75" 50/0.25" 50/1.00" 9 6 10 S 5 Tan WEATHERED LIMESTONE with clay seams and layers 10.0 End Of Boring @ 10.0 feet F`i n REMARKS: ' OWASSO STREET -- TUBE SAMPLE AUGER SAMPLE SPLIT- SPOON ROCK CORE THO PEN. NO RECOVERY CHECKED 4900-06-8003 Flra IRG A LOG OF BORING NO. B-20 PROJECT: DOE 5448-GEO INVESTIGATION & PAVEMENT DESIGN SHEET 1 of 1 CLIENT: CITY OF FORT WORTH LOCATION: * FORT WORTH, TEXAS " DATE: 1/19/07 SURFACE ELEV: FIELD DATA LABORATORY DATA DRILLING METHOD: Boring was advanced using continuous flight auger drilling equipment. 4 0 0 GROUNDWATER INFORMATION: No groundwater z o > J m 2 LL LL � a , n \ z Lu seepage was encountered in boring while drilling. Bo Y z ° LL i o LL Y z was dry at completion of drilling activities. U j F_ - N OU LLLU O O wa m m w cn U g_ J �_ (nn = w� c i w a o o z F- w z 0 v H v F- U) Z 0 w g gz� o�o a m= n o z� a 2 o a :1 a. a 2 U cn LL ¢ DESCRIPTION OF STRATUM 1.5 inches ASPHALT12.0 7oo,-�- inches BASE material 50/1.75' 1 8 1 I 1 1 1 1 I 1 1 Tan WEATHERED LIMESTONE with clay seams and layers N=80 1 6 5 1 1 50/3.00" 17 50/0.50" 1 19 50/0.50" 1 7 10 - End Of Boring @ 10.0 feet I■I iri M N REMARKS: * OWASSO STREET TUBE AUGER SPLIT- ROCK THO NO SAMPLE SAMPLE SPOON CORE PEKE RECOVERY CHECKED BY: 4900-06-8003 FIGURE 5 XMACrEC LOG OF BORING NO. B-21 PROJECT: DOE 5448-GEO INVESTIGATION & PAVEMENT DESIGN SHEET 1 of 1 CLIENT: CITY OF FORT WORTH LOCATION: * DATE: 1/19/07 FORT WORTH, TEXAS SURFACE ELEV: FIELD DATA LABORATORY DATA DRILLING METHOD: Boring was advanced using continuous flight auger drilling equipment. m >- o� 0 'i o LL n 0- o o w m in a. a Za =z~o z I- U � v o z �? w a za-' o r �_ o 0 � w 0 P CL I" N O z n z LL > Y N wc9 z aw U) Z U LL o J 3 z a cc: O M ma ¢ GROUNDWATER INFORMATION: No groundwater seepage was encountered in boring while drilling. Bori was dry at completion of drilling activities. DESCRIPTION OF STRATUM °o 0 ° O 0- Do 1.0 inch ASPHALT 1 12.0 inches BASE material 5 10 50/1.00" 50/0.00" 50/0.00" 50/0.25" 50/0.75" 14 1.1 Tan WEATHERED LIMESTONE with clay seams and layers 10.0 End Of Boring @ 10.0 feet INO REMARKS: *DEXTER AVENUE TUBE SAMPLE AUGER SAMPLE SPLIT- SPOON ROCK CORE THD CONE PEN. RECOVERY CHECKED BY: 1tUV V -V V -ODU 3 LOG OF BORING NO. B-22 PROJECT: DOE 5448-GEO INVESTIGATION & PAVEMENT DESIGN SHEET 1 of 1 CLIENT: CITY OF FORT WORTH LOCATION: * FORT WORTH, TEXAS DATE: 1/19/07 SURFACE ELEV: FIELD DATA LABORATORY DATA DRILLING METHOD: Boring was advanced using continuous flight auger drilling equipment. 0 o a 0 F a w _ GROUNDWATER INFORMATION: No groundwater N o w W Z W 3. seepage was encountered in boring while drilling. Bori Y (A (z o } o Y z was dry at completion of drilling activities. (i F- zi H 2 N UO a. LL OJ _j wa LL m m U W W to U Z (n 2 J J U }} F U O Z to H W U' N W O0 d otf 2 a H O Z = Q H rn O U O j H rn H rn fn Z g W K J d' O " J 0 W ai = 0 } it 0 a g Z 0W a m V) o z a 0 a :3 a a Urn LL ¢ DESCRIPTION OF STRATUM 77, 1.0 inch ASPHALT 0.1 06 12.0 inches BASE material °o 0 06 1.1 50/3.00" 7 Tan WEATHERED LIMESTONE with clay seams and layers �r 50/3.00" 1 9 5 -Tj N=40 117 N=60 1 12 71/9.50" 1 13 10 End Of Boring @ 10.0 feet I�i ■N M FROCK { REMARKS: * DEXTER AVENUE NO — TUBE AUGER SPLIT- SAMPLE SAMPLE SPOON CORE CTHD ONE PEN RECOVERY I CHECKED BY: 4900-06-8003 FIGURE 7 10.0 MACTEC No �j r LOG OF BORING NO. B-23 1 PROJECT: DOE 5448-GEO INVESTIGATION & PAVEMENT DESIGN SHEET 1 of 1 CLIENT: CITY OF FORT WORTH LOCATION: FORT WORTH, TEXAS DATE: 1119/07 SURFACE ELEV: FIELD DATA LABORATORY DATA DRILLING METHOD: Boring was advanced using continuous flight auger drilling equipment. m 0 °a = o o o w J J d °° m ❑ h O Z !n 1 2 z r n z � w 1- U) U w in 0 ❑ x 0 o a O o a U N v F N p z fn z > Y = w( zIt 8 0 W o Z v~j w J LL o J co 0 a to ¢ GROUNDWATER INFORMATION: No groundwater seepage was encountered in boring while drilling. Bori was dry at completion of drilling activities. DESCRIPTION OF STRATUM °p o 0,0 0 O o 0 Q 1.5 inches ASPHALT 0 1 12.0 inches BASE material 1.1 5 50/2.00" 50/4.00" 50/0.50" 50/1.50" 50/0.25" 4 9 8 7 8 Tan WEATHERED LIMESTONE with clay seams and layers 10 10.0 End Of Boring @ 10.0 feet F'1 REMARKS: • LAFAYETTE AVENUE TUBE SAMPLE AUGER SAMPLE SPLIT- SPOON ROCK CORE THD CONE PEN. NO RECOVERY CHECKED BY: 4900-06-8003 FIr.11Rr` a 40 LOG OF BORING NO. B-24 PROJECT: DOE 5448-GEO INVESTIGATION & PAVEMENT DESIGN SHEET 1 of 1 CLIENT: CITY OF FORT WORTH LOCATION: * FORT WORTH, TEXAS DATE: 1/19I07 SURFACE ELEV: FIELD DATA LABORATORY DATA DRILLING METHOD: Boring was advanced using continuous flight auger drilling equipment. J m Y U o n °; o LL n z O O W LU Q Z z~ a z � o U ~ a W Mo a s �- Q a o U 5 a a w z U a > N o Z Z a Y W (� o� c� cn o Z LLl Ix J a N Z a Ix `" ¢ GROUNDWATER INFORMATION: No groundwater seepage was encountered in boring while drilling. Bori was dry at completion of drilling activities. DESCRIPTION OF STRATUM °o 0 n p °O o aQ 1.0 inch ASPHALT 0 1 12.0 inches BASE material 5 10 N=31 N=34 50/0.50" 50/0.25" 50/1.00" 11 14 12 8 11 1.1 Tan WEATHERED LIMESTONE with clay seams and layers 10.0 End Of Boring @ 10.0 feet REMARKS: * LAFAYETTE AVENUE TUBE SAMPLE AUGER SAMPLE SPLIT- SPOON ROCK CORE THO CONE PEN. NO RECOVERY CHECKED BY: j 9 4900-06-um ��^� �o� / ..- LOG OF BORING NO. B-25 PROJECT: DOE 5448-GEO INVESTIGATION & PAVEMENT DESIGN SHEET 1 of 1 CLIENT: CITY OF FORT WORTH LOCATION: * FORT WORTH, TEXAS DATE: 1/23/07 SURFACE ELEV: FIELD DATA LABORATORY DATA DRILLING METHOD: Boring was advanced using J O m } U U o U- M C co } o 00 0 o7 5 - 10 - 0 0 z ' > LL LL 0 1 c W W V) LL fn N ~ Z O } l~L ' H z 5 Y O O Wa U W F- cq U H �_ g yy I- c� p VUj m m o W U U U Z W (f) a ¢ U)i O Z u~i a w a } > o a a0 (L 0 U) N=22 16 P=4.5UV 10 25 10 9 N=28 13 N=67 18 1 50/5.50" 14 TUBE SAMPLE AUGER SAMPLE SPLIT- SPOON ROCK CORE 4900-06-8003 continuous flight auger drilling equipment. 0 GROUNDWATER INFORMATION: Groundwater see Zwas encountered in boring @ 2.5 feet while drilling. was observed @ 8.0 feet at completion of drilling o activities. W a O LL a DESCRIPTION OF STRATUM 2.5 inches ASPHALT 5.5 inches BASE material Hard yellowish brown CALCAREOUS CLAY (CL) 3.0 Tan WEATHERED LIMESTONE with clay seams and layers End Of Boring @ 10.0 feet H N REMARKS: * LAFAYETTE AVENUE THHjD NO CONE PEN. RECOVERY CHECKED BY: / FIGURE 10 OMACTEC LOG OF BORING NO. B-26 PROJECT: DOE 5448-GEO INVESTIGATION & PAVEMENT DESIGN SHEET 1 of 1 CLIENT: CITY OF FORT WORTH LOCATION: . FORT WORTH, TEXAS DATE: 1/26/07 SURFACE ELEV: FIELD DATA LABORATORY DATA DRILLING METHOD: Boring was advanced using continuous flight auger drilling equipment. m >- Y F0 LL (_ o LL ( � z LLI m m a IL cn x z a i o 2 LL Z > o aa.. > a o a. w z a > N i; O Z LL Y w~ z W ° U) o Z ( -� LL o O 1)v�i (ca ¢ GROUNDWATER INFORMATION: No groundwater seepage was encountered in boring while drilling. Bork was dry at completion of drilling activities. DESCRIPTION OF STRATUM oQ o U 0 0 2.0 inches ASPHALT P=4.50+ P=4.50+ 13 8 38 19 19 0.5 8.0 inches BASE material 0.9 Hard brown SANDY CLAY with gravel (CL) 2.0 Hard yellowish brown CALCAREOUS CLAY (CL) 4.0 5 10 P=4.50+ 50/0.00" 50/2.75" 9 8 10 Tan WEATHERED LIMESTONE with clay seams and layers 10.0 End Of Boring @ 10.0 feet REMARKS: *BYERS AVENUE TUBE SAMPLE AUGER SAMPLE SPLIT- SPOON ROCK CORE THD CONE PEN. NO RECOVERY CHECKED BY: 4900-06-8003 Fir.1IRF 44 Wig., � ..-...._. M0 a r 9r ( LOG OF BORING NO. B-27 --- - --1 PROJECT: DOE 5448-GEO INVESTIGATION & PAVEMENT DESIGN SHEET 1 of 1 CLIENT: CITY OF FORT WORTH LOCATION: * FORT WORTH, TEXAS DATE: 1/23/07 SURFACE ELEV: FIELD DATA LABORATORY DATA DRILLING METHOD: Boring was advanced using continuous flight auger drilling equipment. J Y U o H = ~a w LL_ F- � Z O O w LLJm m 0 r- o z H= a o U w f- o � to U iz o >> o F-: o > o o U m g a w z c� F rn a a � o N z m Z) ? � LL Y �_ w W z 5- w o c 0 co Z w J ¢ ,L o N z O a O m GROUNDWATER INFORMATION: No groundwater seepage was encountered in boring while drilling. Bori was dry at completion of drilling activities. DESCRIPTION OF STRATUM 0 00 0 2.0 inches ASPHALT 8.0 inches BASE material o.s 7 Hard brown SANDY CLAY with gravel (CL) 2.0 5 N=57 86/11.00" 50/4.00" 50/5.00" 11 9 11 12 Tan WEATHERED LIMESTONE with clay seams and layers 10 10.0 End Of Boring @ 10.0 feet TUBE SAMPLE F`1 N REMARKS: *BYERS AVENUE AUGER SAMPLE SPLIT- SPOON ROCK CORE CTHD ONE PEN NO RECOVERY CHECKED BY: 4900-06-8003 FIGURE 12 / 41 A A A C-PUI— LOG OF BORING NO. B-28 PROJECT: DOE 5448-GEO INVESTIGATION & PAVEMENT DESIGN SHEET 1 of 1 CLIENT: CITY OF FORT WORTH LOCATION: * FORT WORTH, TEXAS DATE: 1123107 SURFACE ELEV: FIELD DATA z W F- Z U W v~i } F- F- F- U) U Z Z } > o a LABORATORY 0 > o o F- Ua. U)� a X W 0 2 U a DATA W - ZO _Z j Y N x U) ~ ° w W U) o Z ¢ K U - LL o Z O H Ix Q DRILLING METHOD: Boring was advanced using continuous flight auger drilling equipment. m U) Y U «' F ~ o F F- W � 0) in in Z O O W inLU m Q. ~a = Q 2fn F" _ z F a GROUNDWATER INFORMATION: Water was observed . 8.7 feet at completion of drilling activities. DESCRIPTION OF STRATUM 5.0 inches ASPHALT 0.4 uQ P=2.50 22 100.0 61 26 36 4.7 15.2 7.0 inches BASE material 1.0 Very Stiff brown CLAY with limestone fragments (CH) 2.0 5 10 N=21 N=25 N=60 50/6.00'Y 6 13 16 16 Tan WEATHERED LIMESTONE with clay seams and layers 10.0 End Of Boring @ 10.0 feet Fi n REMARKS: * BYERS AVENUE TUBE SAMPLE AUGER SAMPLE SPLIT- SPOON ROCK CORE THD CONE PEN. NO RECOVERY CHECKED BY: 49UU-U6-8003 FIr:11gG It z 'a" " - --- a so r- LOG OF BORING NO. B-29 PROJECT: DOE 5448-GEO INVESTIGATION & PAVEMENT DESIGN SHEET 1 of 1 CLIENT: CITY OF FORT WORTH LOCATION: * FORT WORTH, TEXAS DATE: 1/23107 SURFACE ELEV: FIELD DATA LABORATORY DATA DRILLING METHOD: Boring was advanced using continuous flight auger drilling equipment. a GROUNDWATER INFORMATION: No groundwater m z > - } ; LL ; a w N Z seepage was encountered in boring while drilling. Bork Y z o � z o LL Y z was dry at completion of drilling activities. 00 O O wa m m w N U �' �_ V O 0 p Z j z Q O O z W 0 w ~a a a DESCRIPTION OF STRATUM rn o z~ a o° a v~i LL ¢ 0 2.0 inches ASPHALT 8.0 inches BASE material a °O 0 0 09 P=2.00 27 65 26 39 Very Stiff brown CLAY with limestone fragments (CH) P=2.00 27 95.0 5.6 13.7 P=3.00 22 5 6.0 P=4.00 18 Hard yellowish brown CALCAREOUS CLAY (CL) P=4.50 19 9.5 10 Tan WEATHERED LIMESTONE with clay seams and layers 10.0 End Of Boring @ 10.0 feet f`i r'I REMARKS: *BYERS AVENUE TUBE AUGER SPLIT- ROCK NO CHECKED BY: SAMPLE SAMPLE SPOON CORE CTHD ONE PEN RECOVERY 9 4900-06-8003 FIGURE 14 /Yj A X A rtTTI t- UNCONSOLIDATED UNDRAINED COMPRESSIVE STRENGTH ASTM D 2850 Stress -Strain Curve Boring B-28, 1-2' 40.00---------- -_r.___.__..______... i 35.00 i i i i . 1 I 30.00 { i i 25.00 -- j i a a 20.00 a m � in { { 3{ I t 15.00 i 10.00 � { 5.00 --- — 1 0.00 { 0.00 4.00 8.00 12.00 16.00 20.00 24.00 Strain (%) Figure 15 UNCONSOLIDATED UNDRAINED COMPRESSIVE STRENGTH ASTM D 2850 4W w no 45.00 40.00 35.00 30.00 _ 25.00 rn (L a d U) 20.00 15.00 10.00 5.00 0.00 0.00 Stress -Strain Curve Boring B-29, 2-4' 4.00 8.00 12.00 16.00 20.00 24.00 Strain (%) Figure 16 I I I I I % I l I MAJOR DIVISIONS GROUP SYMBOLS TYPICAL NAMES Undisturbed Sample (UD) Auger Cuttings CLEAN GW Well graded gravels, gravel - sand mixtures, little or no fines. Spoon SS Sample Split p p ( ) Buam p Bulk Sample GRAVELS (More than 50% of fraction is GRAVELS (Little or no Imes) ° �° GP Poorly graded ravels or ravel - sand y g g g mixtures, little or no fines. Rock Core (RC) Crandall Sampler coarse LARGER than the No. 4 sieve size) GRAVELS ° GM Sit ravels ravel - sand - silt mixtures. Silty gravels, g Dilatometer ^^ ^ Pressure Meter COARSE WITH FINES A GC gravels, gravel - sand - clay mixtures. P Packer oClayey NRecovery GRAINED SOILS (Appreciable amount of fines) (More than 50% of material is CLEAN ;: SW Well graded sands, ravel! sands, little or � gravelly no fines. SZ Water Table at time of drilling g 1 - Water Table after 24 hours LARGER than No. 200 sieve size) SANDS SANDS (M ore than 50% of (Little or no fines ) SP Poorly graded sands or gravelly sands, little or no fines, WOH - Weight of Hammer coarse fraction is SMALLER than the No. 4 Sieve SANDS ; • SM Silty sands, sand - silt mixtures Size) WITH FINES SC Clayey sands, sand - clay mixtures. (Appreciable amount of fines) ML inorganic sits ano very ime sanos, rocx flour, silty or clayey fine sands or clayey silts and with slight lastici SILTS AND CLAYS Inorganic clays of low io medium (Liquid limit LESS than 50) CL plasticity, gravelly clays, sandy clays, silty FINE _ cla s lean clays. GRAINED _ OL Organic silts and organic silty clays of low SOILS —_ plasticity. (More than 50% of material is MH Inorganic silts, micaceous or diatomaceous SMALLER than fine sandy or silty soils, elastic silts. No. 200 sieve size) SILTS AND CLAYS CH Inorganic clays of high plasticity, fat clays (Liquid lunit GREATER than 50) OH Organic clays of medium to high plasticity, organic silts. HIGHLY ORGANIC SOILS PT Peat and other highly organic soils. 30UNDARY CLASSIFICATIONS: Soils possessing characteristics of two groups are designated by combinations of group symbols. SAND GRAVEL SILT OR CLAY Cobbles Boulders Fine Medium Coarse=��j No.200 No.40 No. l U No.4 314" 3" 121, U.S. STANDARD SIEVE SIZE .eference: The Unified Soil Classification System, Corps of Engineers, U.S. Army Technical lemorandum No. 3-357, Vol. 1, March, 1953 (Revised April, 1960) Correlation of Penetration Resistance (N) with Relative Density and Consistency SAND & GRAVEL SILT & CLAY No. of Blows Relative Density No. of Blows Consistena 0-4 Very Loose 0-1 Very Soft 5 - 10 Loose 2-4 Soft 11 - 20 Medium Dense 5-8 Firm 21 - 30 Medium Dense 9 - 15 Stiff 31 - 50 Dense 16 - 30 Very Stiff Over 50 Very Dense Over 31 Hard KEY TO SYMBOLS AND DESCRIPTIONS Pagel of 3 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, February 03, 2009 LOG NAME: 20BYERS00451 REFERENCE NO.: C-23326 SUBJECT: Authorize a Contract in the Amount of $1,380,471.27 with McClendon Construction Company, Inc., for Pavement Reconstruction, Water and Sanitary Sewer Replacement on Byers Avenue, Dexter Avenue, Lafayette Avenue and Owasso Street; Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $517,325.60 from the Water and Sewer Operating Fund to the Water Capital Projects Fund in the amount of $311,958.00 and Sewer Capital Projects Fund in the amount of $205,367.60; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of $311,958.00 and the Sewer Capital Projects Fund in the amount of $205,367.60, from available funds; and 3. Authorize the City Manager to execute a contract in the amount of $1,380,471.27 with McClendon Construction Company, Inc., for pavement reconstruction, water and sanitary sewer replacement on Byers Avenue (Belle Place to Clover Lane and Kenley Street to Camp Bowie Boulevard), Dexter Avenue (Dorothy Lane to Sutter Street); Lafayette Avenue (Clover Lane to Tremont Avenue) and Owasso Street (Crestline Road to Lafayette Avenue). DISCUSSION: The 2004 Capital Improvement Program (CIP) includes funds for pavement reconstruction. Street improvements include concrete pavement reconstruction, construction of seven inch integral curb, driveway approaches and sidewalks as indicated on the plans. The Water Department has determined that water and sanitary sewer lines should be replaced prior to street reconstruction. In addition, the Transportation and Public Works Department, Storm Water Utility Division, was informed that a low spot on the East side of Thomas Place Community Center on Lafayette Avenue was retaining water and not allowed to drain towards the street. An earthen berm had been placed along the east property line of Thomas Place Community Center to prevent surface runoff from flooding nearby homes. In order to alleviate this issue, a 24 inch storm drain was designed to capture the water draining through the Thomas Place Community Center down to a nearby storm drain system located on Clover Lane. The design also called for the back of a 10 foot storm drain inlet to be knocked out, a reinforced concrete apron to be installed and attached to the inlet and re -grading the low spot/swale to ensure adequate flow to the storm drain. The project was advertised for bid on July 3, 2008, and July 10, 2008, in the Fort Worth Star -Telegram. On August 21, 2008, the following bids were received: http://apps.cfwnet.orglecouncillprintinc.asp?id=10486&print=true&DocType=Print 2/6/2009 Page 2 of 3 Bidders Amount McClendon Construction Company, Inc. $1,380,471.27 Stabile and Winn, Inc. $1,390,899.16 Texas United Excavator, LLC $1,397,984.15 JLB Contracting, LP $1,468,968.40 Conaster Construction TX, LP $1,502,480.00 RKM Utility Services $1,636,578.00 Time of Completion: 265 Working Days. McClendon Construction Company, Inc., is in compliance with the City's M/WBE Ordinance by committing to 38 percent M/WBE participation. The City's goal on this project is 20 percent. Funding in the amount of $70,190.60 is included for associated water and sewer construction survey, project management, pre -construction, material testing, inspection and project close-out (water $48,880.00 and sewer $21,310.60). The contingency funds to cover change orders total $21,291.50 (water $12,527.25 and sewer $8,764.25). Funding in the amount of $75,965.42 is required for associated paving and drainage construction survey, project management, pre -construction, material testing, inspection, and project close out (paving $71,865.42 and drainage $4,100.00). The contingency funds to cover change orders total $31,112.78 (paving $27,578.78 and drainage $3,534.00). This project is located in COUNCIL DISTRICT 7, Mapsco 73V, 73Z , 74X and 75F, 75G. FISCAL INFORMATION / CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance funds will be available in the current capital budgets, as appropriated, of the Water Capital Projects Fund and the Sewer Capital Projects Fund the Critical Capital Projects and the Storm Water Capital Projects 2007 Revenue Bond. FUND CENTERS: TO Fund/Account/Centers 2)P258 531350 707170045173 2)P258 533010 707170045181 2)P258 531350 707170045182 2)P258 531350 707170045191 2)P253 531350 607170045160 2)P253 531350 607170045173 2)P253 533010 607170045181 2)P253 531350 607170045182 2)P253 531350 607170045191 2)P258 531350 707170045160 2)P258 531350 707170045184 2)P258 531350 707170045130 2)P258 531350 707170045132 2P258 531350 707170045110 2)P258 531350 707170045151 FROM Fund/Account/Centers 12.84 3)P229 541200 707280045183 93.84 3)P258 541200 707170045183 93.84 1 PE45 538040 0709020 93.84 3)P253 541200 607170045183 235.00 1PE45 538040 0609020 235.00 3 C116 541200 020116040632 235.00 235.00 235.00 808.84 938.40 903.40 1 467.00 1 876.80 2 070.80 $35,337.00 $175,292.75 $205,367.60 $250,550.75 $311,958.00 $919,290.77 http://apps.cfwnet.orglecouncillprintmc.asp?id=10486&print=true&DocType=Print 2/6/2009 Page 3 of 3 2)P253 531350 607170045131 $2,197.50 2)P253 531350 607170045130 $2,134.00 2)P253 531350 607170045180 $2,350.00 2)P258 531350 707170045152 $3,296.80 2)P253 531350 607170045184 $2,350.00 2)P258 531350 707170045133 $4,023.80 2)P253 531350 607170045151 $4,700.00 2)P253 531350 607170045110 $4,700.00 2)P253 531350 607170045185 $14,100.00 2)P258 531350 707170045185 $5,630.40 2)P253 531350 607170045152 $6,580.00 2)P253 531350 607170045133 $8,593.50 2)P258 541200 707170045183 $184,057.00 1-2 P258 476045 6071700451 ZZ $311,958.00 1-2 P253 476045 7071700451 ZZ $205, 367.60 2)P253 541200 607170045183 $263,078.00 CERTIFICATIONS: Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: William A. Verkest (7801) Additional Information Contact: Victor Tornero (8574) ATTACHMENTS 1. 30B.,Y,,,,ERSO.0451._.doc (Public) 2. 30BYERS004451.pdf (Public) http://apps.cfwnet.org/ecouncil/printmc.asp?id=10486&print=true&DocType=Print 2/6/2009