Loading...
HomeMy WebLinkAboutContract 38333- ;;- CITY SECRETARY-~ V 0.0.E. FILE -. FORTWORTH CONTRACTOR'S BONDING CO. CITY SECRETAfi~ CONTRACT NQ 1 -CONSTRUCTION'S COPY - - - - - - - - - - - CLIENT DEPARTMENT SPECIFICATIONS AND CONTRACT DOCUMENTS FOR 2004 CAPITAL IMPROVEMENTS PROGRAM -CONTRACT 48 PAVING, DRAINAGE, WATER AND SEWER IMPROVEMENTS ON CANTON DRIVE (MEADOWBROOK BLVD. TO CRAIG ST.), CHURCH STREET (LOUISE ST. TO HANDLEY DR.), HALBERT STREET (CRAIG ST. TO ROUTT ST.), AND VANNATTA LANE (MUSE ST. TO JANICE LN.) T/PW No . C200 541200 20540 00450 83 WATER No . P253 541200 60517 00450 83 SEWER No . P258 541200 70517 00450 83 D.O .E. No . 5409 T/PW FILE No . X-20701 WTR FILE No. K-2039 INTHE CITY OF FORT WORTH, TEXAS OCTOBER 2008 DALE FISSELER, PE CITY MANAGER FERNANDO COSTA ASSISTANT CITY MANAGER GREG SIMMONS, PE ACTING DIRECTOR TRANSPORTATION AND PUBLIC WORKS MICHAEL J. MONCREIF MAYOR S. FRANK CRUMB, PE DIRECTOR WATER DEPARTMENT A. DOUGLAS RADEMAKER, PE DEPUTY DIRECTOR PROGRAM MANAGEMENT OFFICE iii~ TEAGUE NALL AND PERKINS 1100 MACON STREET FORT WORTH, TEXAS 76102 (817) 336-5773 -TNP No. FTW 06282 03 -17-09 A 8:15 IN l Vl<X. \.., 1'..t:V I t:W Page 1 of ~ '"'ic al ste of the Ot. of Fo Jortn Texas .., CITY COUNCIL AGENDA COUNCIL ACTION: Approved on 3/10/2009 -Ord. No. 18510-03-2009 DATE: CODE: 3/10/2009 C REFERENCE NO.: C-23392 TYPE: NON- CONSENT LOG NAME: PUBLIC HEARING: 20CANTONDRIVE NO SUBJECT: Authorize a Contract with Stabile and Winn , Inc., in the Amount of $2 ,153 ,409.42 for Pavement Reconstruction and Water and Sanitary Sewer Replacement on Portions of Canton Drive , Church Street, Halbert Street and Van Natta Lane and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council : 1. Authorize the transfer of $862 ,601 .61 from the Water and Sewer Operating Fund to the Water Capital Projects Fund in the amount of $443 ,630 .00 and Sewer Capital Projects Fund in the amount of $418 ,971 .61 ; 2 . Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of $443,630 .00 and the Sewer Capital Projects Fund in the amount of $418 ,971 .61 , from available funds ; and 3. Authorize the City Manager to execute a contract in the amount of $2 , 153 ,409.42 with Stabile and Winn , Inc., for Pavement Reconstruction and Water and Sanitary Sewer Replacement on Canton Drive , Church Street, Halbert Street and Van Natta Lane . DISCUSSION: The 2004 Capital Improvement Program (CIP) includes funds for pavement reconstruction of Canton Drive (Meadowbrook Boulevard to Craig Street), Church Street (Louise Street to Handley Drive), Halbert Street (Craig Street to Routt Street) and Van Natta Lane (Muse Street to Janice Lane). Street improvements include pavement reconstruction , construction of standard concrete curb , driveway approaches and sidewalks as indicated on the plans. The Water Department has determined that severely deteriorated water and sanitary sewer lines should be replaced prior to street reconstruction . The project was advertised for bid on October 9 and 16 , 2008, in the Fort Worth Star-Telegram. On November 6 , 2008, the following bids were received : Bidders Base Bid with Green Bid with Non-Green Time of Cement Cement Alternate Comgletion Stabile and Winn, $2 ,153,409.42 $2 ,153,409.42 220 Working Inc . Days McClendon Construction Co., $2 ,413 ,478 .13 $2 ,413,478.13 Inc. Conatser $2 ,520 ,036 .75 $2 ,470,306 .75 Construction TX, LP JLB Contracting , LP $2 ,520 ,860.89 $2 ,572 ,361 .33 P and E Contractors , http://apps .cfwnet.org/council_packet/mc_review .asp?ID=l l227&councildate=3/l0/2009 FORT \\'ORTII -~- 3/11/2009 M&C Kev1e w Inc . $3 ,117 ,733 .50 $3 ,018 ,2 7 3.50 , In accordance with City Council Resolution 3536 , staff recommends award of contract to Stabile and W inn , Inc., for the base bid which includes the use of green cement. The new pavement section will consist of seven inch concrete over six inch lime stabilized sub-grade with seven inch integral concrete curb . Funding in the amount of $83 ,307.44 is included for associated water and sewer project management, construction survey , material testing , inspection and project close out (water $41 ,642.00 and sewer $41 ,665.44). The contingency funds to cover change orders total $37 ,109.00 (water $19 ,142.00 and sewer $17 ,967.00). Funding in the amount of $131 ,133.58 is required for associated paving and drainage construction survey , project management , pre-construction , material testing , inspection and project close out. The contingency fund for possible change orders for paving and drainage improvements is $42 ,337 .00 . M/WBE -Stabile and Winn , Inc., is in compliance with the City 's M/WBE Ordinance by committing to six percent M/WBE participation and documenting good faith effort on this combined project . Stab ile and Winn, Inc., identified several subcontracting opportunities . However, the MWBE's contacted in the areas identified did not respond or submit the lowest bids. The City 's M/WBE goal on this combined project is 26 percent. This project is located in COUNCIL DISTRICT 5, Mapsco 79H and M , 80F , G and J . FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval and completion of recommendations , and the adoption of the attached appropriation ordinance , funds will be available in the current capital budgets , as appropriated, of the Water Capital Projects Fund , the Sewer Capital Projects Fund and the Street Improvements 2004 Overruns Fund . TO Fund/Account/Centers 2 P253 531200 605170045019 2)P253 531350 605170045052 2 P253 531350 605170045060 2 P253 531350 605170045080 2 P253 531350 605170045082 2 P253 541200 605170045083 2 P253 531350 605170045084 2 P253 539120 605170045084 2 P253 531350 605170045085 2 P253 531350 605170045091 2 P258 531200 705170045019 2 P258 531350 705170045031 2)P258 531350 705170045032 2 P258 531350 705170045033 2 P258 531350 705170045080 2 P258 531350 705170045082 2 P258 541200 705170045083 4127 .00 $7 ,700 .00 $77 .00 $2 ,100 .00 $200.00 $401 ,988 .00 $1,500.00 $2,500.00 $23 ,000 .00 $400 .00 $1 ,574.00 $446 .00 $4,069 .00 $1 ,500 .00 $808 .67 100 .78 377 306 .00 FROM Fund/Account/Centers ID. P253 541200 605170045083 ID. P258 541200 705170045083 1 PE45 538040 0609020 1 PE45 538040 0709020 $382 ,846.00 $359 ,339 .00 $443 ,630 .00 $418 ,971 .61 ID. C203 541200 205400045083 $1 ,4 11 ,2 24.42 http ://app s .cfwnet.org/cou ncil_packet/mc _revi ew .asp?ID=l l 22 7&cou nci ld ate=3/l0/20 09 Page 2 of ~ 3/11/2009 M&CReview 2 P258 531350 705170045084 2)P258 539120 705170045084 2)P258 531350 705170045085 2 P258 531350 705170045091 1&2) P253 476045 6051700450ZZ 1&2) P258 476045 7051700450ZZ 2 P258 531350 705170045052 2 P253 533010 605170045083 $1 .500.80 $2,200 .00 21 826.81 $363 .78 $443 ,630.00 418 971 .61 $7 .275 .77 38.00 Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS 20CANTONDRIVE.doc Fernando Costa (8476) William A. Verkest (7801) Richard Argomaniz (8653) http ://apps .cfwnet.org/council_packet/mc_re v iew.asp ?ID =l l227&councildate=3/l0/2009 Page 3 of : 3/11/2009 .. NOV~Q}-2008 MON 04 : ~3 PM CI TY F. W. ENG I NEER I NG FAX NO . 817 871 7854 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT CAPITAL PROJECTS DIVISION ADDENDUM NO. 1 2004 CJP CONTRACT 48 Street Reconstruction , Water and Sewer Replacement for Canton Dr., Church St., Halbert St. and Van Natta Ln . RELEASE DATE : October 31, 2008 BJDS RECEIVED : November 6, 2008 INFORMATION TO BIDDERS: Project No . 004SO DOE No . 5409 The Contract Documents for the above mentioned project are revised and amended as follows: 1. The "MWBE SPECIAL INSTRUCTIONS FOR BIDDERS" has been revised as follows: The City's M/WBE goal on this project is 26% of the total bid. See attached fonn. 2. Bid Proposal: Unit 1 -Water Improvements Strike the following Pay Items: I-19 3101 Erie Customer Service Reconnection ; I-20 3105 Erie Customer Service Reconnection ; I-21 3109 Erie Customer Service Reconnection; I-22 3113 Erie Customer Service Reconnection; 1-23 3124 Erie Customer Service Reconnection ; 1-31 Remove Concrete Driveway and Sidewalk as Directed by Engineer; 1-32 Remove Concrete Curb and Gutter as Directed by Engineer; and J-33 Standard Concrete 7" Curb and 18" Gutter . 3. Bid Proposlll: Revise the following Pay Items : Unit I 1-29 H.M.A.C. Permanent Pavement Repair: Change quantity to 90 LF. Unit Ill Tll-20 Concrete Retaining Walls Type "A" -Change quantity to I 74 C.Y. Unit HI Ill-21 Concrete Retaining Walls Type "B" -Change quantity to 144 C .Y. 4. Bid Proposal: Unit I -Water Improvements Replace Shee t 7 of28 of the Bid Proposal with the attached Sheet 7R of 28. 5. Bid Proposal: Unit Ill -Paving & Drainage Improvements Replace Sheet 23 of 28 of the Bid Proposal with the attached Sheet 23R of 28. P. 02 NOV ~0.?~~008 noN 04 : ~3 PM CI TY F. w. ENG I NEER I NG FAX NO. 817 871 7854 6. Bid Proposal: Revise the fourth paragraph of page 27 of 28 to read as follows : "The Bidder agrees to begin construction within 10 calendar days after issue of the work order and to complete the contract within 220 Workin~ Days after beginning construction as set forth in the written work order to be furnished by the Owner". 7. Contract: Revise the end of paragraph No. 4 on page C-2 to read as follows ; " ... 220 Working Days". · 8. Geotechnical Appendix: The geotechnical boring logs indicate that on all streets the soil stratum generally consists of sandy clay, silty sands, sands, and clayey sands for the first 10-feet of depth . The logs also indicate that in some areas , shaly clay occurs below a depth of 12-feet. A copy of the Geotechnical report is available for review. Soil boring logs will be included in the signed Contract Documents as Appendix C. 9. Pavine Construction Plans -Sheets 3 and 13 The on-grade inlet/street capacity tables have been revised. The revised sheets showing these changes will be issued to the contractor after being awarded the project. 10. Paving Construction Plans -Sheet 10 A 2' HMAC pavement transition shall be constructed at the end of the street. A revised sheet showing this change will be issued to the contractor after being awarded the project. 1 l. Paving Con!ltruction Plans -Sheet 15 The pavement transition at Erie Street shall be 6 ' HMAC from the curb return to the end of proposed curb and gutter. A revised sheet including this notation will be issued to the contractor after being awarded the project. No change in pay item quantity is required . 12. Paving Construction Plans -Sheet 24 The proposed sidewalk at Sta . 12+ 10 Lt. shall be relocated to avoid an existing power pole. A revised sheet showing this change will be issued to the contractor after being awarded the project. 13. Paving Construction Plans -Sheet 25 A rock retaining wall along the driveway at Sta. 18+97 .59 Lt. shall be constructed only on the !eft side of the driveway. The proposed sidewalk curb on both sides of the driveway at Sta. 20+ 12.76 Lt shall be concrete . The elevations and descriptions in the Retaining Wall Data Table shall be corrected using the following table . The plan and profile views are correct as shown in the plans . A revised sheet showing these changes will be issued to the contractor after being awarded the project. P. 03 NOVj3-2g08 MON 04:)3 PM CITY F.W. ENGINEERING FAX NO. 817 871 7854 RETAINING WALL CONTROL DATA NUJIBfR STAUON OFFSET T/W Of:SCRIPTION 1 17+62.15 19.S' LT 662.JS BEGIN CONC. R[WNJNC WALL 2 17+68.15 23' LT 66J.2J Pl 11£ WALL TO E.xtST. li£TAJNINC WALL. VP/ J 17+81.29 2J LT 663.52 Pl ALONG ORl~WA Y 4 17+92.29 2J' LT 663.14 Pl FROU DRl'rf:WA r 5 11+97.29 2J' LT 66J.2J Pl 6 18+00.79 19.5' LT 66J.20 Pl. IIAINTAIN I.IS' HEIGHT -7 "18+82.89 19.5' LT S6l6S Pl.~ 8 18+86.39 23' LT 664.55 . Pl, 8£~ 24"' ROCK RITAININC WALL . 'ff'/ 9 18+92.09 2J' LT 66'.51 . Pl Ai.ONG ORIVEWA Y 10 19+80.81 2J' LT 662.53 Pl ts· ROCK R!TAJNING WALL fR(N OR/llfWAY 11 19+98..98 2J' LT 662.TJ W'I 12 2o+02.98 2J'LT 661.56 £ND 12" ROa< RETAIN/NC WALL 8£GJN 12• SIDEWALK CURfJ .14. Paving Construction Plans -Sheets 26 On this sheet, references to 6" sidewalk shall be replaced with 6 ' sidewalk. The elevations and descriptions in the Retaining Wall Data Table shall be corrected using the following table . The plan and profile views ate correct as shown in the plans. A revised sheet showing these changes will be issued to the contractor after being awarded the project. RETAINING WAU. CONTROL DA TA NUMBER STATION omv TOE TOP OESCRIP~ 1 22+96.88 2aso a --657.J5 B£CIN R[TAINING WALL 2 23+00.88 20.50' LT ---658.J2 ~I H!TAJNINC WAU. TOP J 2J+22.0J 20.50' LT ---658.0J ~ RCTAINING WAL£ TOP 4 2J+2J.21 20.50' LT ---658.07 Pf ALONC WALKWAY, VP/ RETAIN/NC WALL TOP 5 2J+27.21 20.50 LT ---658.16 Pl FROIJ WALKW.A Y, ~ R[TAJNJNG WALL TOP 6 2J+47.79 20.50' LT ---658.68 LIP/ R£TAJNJNC WALL TOP 7 2J+J9.92 20.50' LT ---658.25 VP/ RETAIN/NC WALL TOP 8 24+10.82 20.50' LT ---657.JJ LIP/ RETAINING WALL TOP 9 24+.JJ.04 20.50' Lr ---655.5J ENI) RFTAJNJNG WALL 10 24+J8.00 2S.50 RT 653.72 654.22 BEGIN RETAINING WALL 11 24+42.00 25.50' RT ---655.00 'ff'/ R£TAJNJNG WALL TOP 12 24+60. 1j 25.50' KT 652.J6 ---VP/ RETAINING WALL TOE 1J 24+77.25 25.50' RT 649.90 --IP/ R!TAINJNC WALL TOf 14 24+98.JO 2S.50' RT 649.48 ---VPI RfTAJNING WALL TO[ 15 25+07.71 25.50' RT 648.l-' ---VP/ RETAINING WALL TO! 16 25+14.86 2S.50' RT 64$.J6 --VP/ R£TAININC WALL TOC 17 25+18.86 25.50' RT 646.J6 ---VP/ RUAJNING WALL TOE 18 25+JJ.J9 25.50' fir 647.98 ---VP! RETAINING WALL TO( 19 25+-18..62 25.50' RT ---652.20 VP1 RITAJNJNC WALL TOP 20 25+~.62 2S.50' RT 649 . .U 649.94 [NI) RUAININC WALL 21 25+57.98 ZJ.00' l T ---65J.JO BEGJN RfrAINING WALL 22 25+62.98 2J.OO' tr ---6'6.J6 Pl fl£TAJNJNC WAU. 2J 25+65.48 20.50' Lr ---65J.4J Pl, ~ RCTAJNING WALL TOP 24 25+77.82 20.50' LT ---654.6J ..,,, R!TAINING WALL TOP P. 04 NOV-03-~008 noN 04:.34 PM CITY F. W. ENGINEERING FAX NO. 817 871 7854 15. Paving Construction Plans .:... Sheet 27 .. · The elevations and descriptions in the Retaining Wall Data Table shall be corrected using the following table . The plan and profile views are correct · as shown in the plans. A revised sheet showing these changes will be issued to the contractor after being awarded the project. . RETAINING WALL CONTROL DA TA IIUMBfR · .STATION OFFSET . TO£' TOP . ' DESCRIPTION 1 · 26+19.75 · ,20.50 LT ---655.00 . VPFRHAJN/NC WALL TOP .. 2 26+59.09 · 20.50 LT ---6SJ;40 'A'I RITAININC WALL TOP J 26+68.69 2aso· a ---650.08 VP/ RIT AIN/NG WALL TOP '' 4 27+24.97 20.so· LT ---646.8J VP/ RETAIN/NC WALL TOP 5 27+J2.J5 20.50' L7 ---6#.09 VP/ RITAJNINC WALL TOP 6 27+48.61 20.50' LT ---642.55 VP! fl£TAINING WALL TOP 7 27+5J.11 23.00' LT ---641.58 Pl RETAIN/NC WALL 8 27+61.17 2J.OO' LT ---6J9.8J ENO R£TAJNING WALL 9 27+87.76 24.96' LT 6J5.J8 6J4.88 8£C/N lfUAJNING WALL 1() 27+95.76 24.96'LT ---6J6.72 VP! RITAJNING WAll TOP 11 28+00.lJ 24.96' LT 631.BJ ---LiP( RETAINING WAll TOE 11 28+J7.41 24.96' LT 627.71 ---VP/ RUAININC WALL TO£ 7J 28+92.95 24.96' LT 624.20 ---VPI R£TAININC WAll TO£ 14 29+2J.71 24.96' LT 62J4J ---VP/ RITAININC WALL TOE 15 29+27.71 24.96' LT 62J.4J ---VP/ fiETAINING WALL TOE 16 29+J8.80 24.96' LT ---627.96 VP! RITAININC WALL TOP 17 29+46.80 24.96' LT 625.15 625.55 fND R[TAJNINC WALL 18 29+79.66 20.50' LT ---627.12 8£GIN RETAINIIG WAU 19 29+95.77 20.50' LT ---627.23 VP/ li£TAJNING WALL TOP 20 JO+Ol.12 20.50 LT ---629.02 VP/ R£TAININC WALL rOP 21 JO+.ll(H 20.50' LT ---628.51 VP/ RfTAINING WALL TOP 22 JO+SJ40 20.50' LT ---627.51 VPJ RETAINING WALL TOP 2J JO+JQ.86 20.50 LT ---62.J.JB END RITAININC WALL 24 28+11.55 25.25' RT 6JJ.OO 6JJ.50 BEGIN RETAINING WAU 25 28+19.SS 25.25' RT ---634.BJ VP/ RETAINING WALL TOP 26 28+J6.J7 25.25 RT GJa22 ---Pl R[TAJNING WALL ALONG D/lf 27 28+58.14 25.25' RT 628.99 ---Pt RITAINING WALL ffl(MI D/W 28 29+2ll1 2S.25' RT 620.40 ---VP/ R[TAINJNC WALL ro£ 29 29+21.71 25.25' RT 620.40 ---VP/ RCTAJNING WALL 'TOE JO 29+J5.48 25.25' RT 620.66 ---'A'/ RETAINING WAU Tr:£ J1 29+56.07 25..25' RT ---626.42 W'I R[TAJNING WALL TOP J2 29+64.07 25.25' RT 623.59 624.09 £NO RETAIN/NC WALL JJ 29+91.79 20.50' RT ---625.23 BEGIN RETAINING WALL .34 .J0+04.96 20.50' RT ---625.49 'fPI R£TAININC WALL TOP JS .10+07.46 20.50 RT ---625.9J ',f'f RCTAINING WALL TOP J6 .JO+of.8.86 · 20.50' f?T ---625.Jl VP! RETAINING WALL TOP Jl J()+62.49 20.50 RT ---624.2J VP/ fl£ TAININC WALL TOP J8 J{)+71.6J 20.50' RT --622.08 £ND RETAINING WALL P. 05 .. NOV-_03-2008 .MON 04 :34 PM CITY F. W. ENGINEERING FA X NQ 817 87 1 7854 16. Paving Con!ltruction Plans -Sheets 35 & 36 . All reinforcement steel called as #4@ 12" shall be replaced with #3@ l8 '' OCBW . ·.·All Reinforced Concrete Pavement shall have a 28-day compressive strength of at least 4,000 psi. with a mix design in accordance with ACI 3 18 using 3 to 6 percent air entrainment. A revised sheet reflecting these changes will be issued to the contractor after being awarded the project. 17. Paving Construction Pla'ns _; sii'ect 37 . . The Retaining WaH Section ~ type "B" detail shall have a pedestrian gt)ard rail identical - to the guard rail for Type ·'A" wherever the wall height is 3 feet tall or greater. Concre'te for aH retainingwails shall be Class 'C'. The pedestrian guard rail detail shall use %" •. steel rods in place of .l'' steel pipe and shalJ use I Y:i"xl W'xl/8" hollow structure section in place of the l W' steel pipe . A revised .sheet showing these changes will be issued to the contractor after being awarded the project. 18 . Utility Construction Plans -Sheet 4 The additional water meter relocations itemized in the table shall be removed from the · project except for the requirements specified for 3101 Erie Street. The water line throtigh the alley shall be cut and plugged at the intersection with the water J ine in Kerr Street. The pavement at this intersection shall be repaired pe1TI1anently with HMAC . A revised sheet reflecting these changes will be issued to the contractor after being awarded the · project. Please acknowledge receipt of the Addendum in the following locations: ( l) In the space provided below (2) In the Proposal , Page 27 of28 for Units 1, II and III : Water , Sewer, Paving and Drainage improvements (3) Indicate in upper case letters on the outside of the sealed bid envelop: "RECEIVED & ACKNOWLEDGED ADDENDUM NO. 1 u Failure to acknowledge the receipt of Addendum No . l could cause the subject bidder to be considered «NON-RESPONSIVE", resulting in disqualification. RECEIPT ACKNOWLEDGED : GREG SIMMONS , P.E. ACTING DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT By,~~q_ ~aniz,P.E. Project Manager P. 06 ,. . FORT WORTH SPECIFICATIONS AND CONTRACT DOCUMENTS FOR ~ , . 2004 CAPITAL IMPROVEMENTS PROGRAM-CONTRACT 48 PAVING, DRAINAGE, WATER AND SEWER IMPROVEMENTS ON CANTON DRIVE (MEADOWBROOK BLVD. TO CRAIG ST.), CHURCH STREET (LOUISE ST. TO HANDLEY DR.), HALBERT STREET (CRAIG ST. TO ROUTT ST.), AND VANNATTA LANE (MUSE ST. TO JANICE LN.) T/PW No . C200 541200 20540 00450 83 WATER No. P253 541200 60517 00450 83 SEWER No . P258 541200 70517 00450 83 D.O.E. No . 5409 T/PW FILE No. X-20701 WTR FILE No . K-2039 INTHE CITY OF FORT WORTH, TEXAS OCTOBER 2008 DALE FISSELER, PE CITY MANAGER FERNANDO COSTA ASSISTANT CITY MANAGER GREG SIMMONS, PE ACTING DIRECTOR TRANSPORTATION AND PUBLIC WORKS MICHAEL J. MONCREIF MAYOR S. FRANK CRUMB, PE DIRECTOR WATER DEPARTMENT A. DOUGLAS RADEMAKER, PE DEPUTY DIRECTOR PROGRAM MANAGEMENT OFFICE iO:' TEAGUE NALL AND PERKINS 1100 MACON STREET FORT WORTH, TEXAS 76102 (817) 336-5773 -TNP No. FTW 06282 CONTRACT DOCUMENTS FOR 2004 CAPITAL IMPROVEMENTS PROGRAM -CONTRACT 48 PAVING, DRAINAGE, WATER AND SEWER IMPROVEMENTS ON CANTON DRIVE (MEADOWBROOK BL VD. TO CRAIG ST.), CHURCH STREET (LOUISE ST. TO ROUTT ST.), HALBERT STREET (CRAIG ST. TO ROUTT ST.), AND VANNATTA LANE (MUSE ST. TO JANICE LN.) T/PW No. C200 541200 20540 00450 83 WATER No. P253 541200 60517 00450 83 SEWER No . P258 541200 70517 00450 83 D.O.E . No. 5409 FILE No . X-20701/K-2039 CITY OF FORT WORTH TARRANTCOUNTY,TEXAS OCTOBER 2008 I hereby state that these Contract Documents were prepared under my direct supervision and that I am a duly licensed Professional Engineer under the laws of the State of Texas. 2004 CAPITAL IMPROVEMENTS PROGRAM -CONTRACT 48 PAVING, DRAINAGE, WATER AND SEWER IMPROVEMENTS ON CANTON DRIVE (MEADOWBROOK BLVD. TO CRAIG ST.), CHURCH STREET (LOUISE ST. TO HANDLEY DR.), HALBERT STREET (CRAIG ST. TO ROUTT ST.), AND VANNATTA LANE(MUSE ST. TO JANICE LN.) T/PW No . C200 541200 20540 00450 83 WATER No. P253 541200 60517 00450 83 SEWER No. P258 541200 70517 00450 83 D.O.E. No. 5409 -FILE No. X-20701/K-2039 TABLE OF CONTENTS SECTION A -UNIT I, II, & Ill: Water Dept. & Transportation/Public Works Notice to Bidders Comprehensive Notice to Bidders Fort Worth M/WBE Policy Bid Proposal Green Cement Policy Compliance Statement Vendors Compliance to State Law SECTION B-UNIT I & II: Water Department Special Instructions to Bidders Part C -General Conditions Part C-1 -Supplemental Conditions to Part C General Conditions Part D -Special Conditions Part DA -Additional Special Conditions Part E -Material Specifications SECTION C -UNIT Ill: Transportation/Public Works Special Instructions to Bidders Special Provisions for Street and Storm Drain SECTION D-UNIT I, II, & Ill: Water Dept. & Transportation/Public Works Certificate of Insurance Performance Bond Payment Bond Maintenance Bond Contract Contractor Compliance with Worker's Compensation Law Conflict of Interest Questionnaire Prevailing Wage Rates APPENDICES -UNIT I, II, & Ill: Water Dept. & Transportation/Public Works A -Standard Figures and Details B -Right-of-Entry Agreements SECTION A UNIT I-WATER IMPROVEMENTS P253 541200 60517 00450 83 UNIT II -SANITARY SEWER IMPROVEMENTS P258 541200 70517 00450 83 UNIT Ill-PAVING & DRAINAGE IMPROVEMENTS C200 541200 20540 00450 83 Notice to Bidders Comprehensive Notice to Bidders Fort Worth M/WBE Policy Documents Bid Proposal Green Cement Policy Compliance Statement Vendor's Compliance with State Law Notice to Bidders Sealed Proposals for the following: 2004 CAPITAL IMPROVEMENT PROGRAM -CONTRACT 48 CANTON, CHURCH, HALBERT, AND VAN NATT A STREET IMPROVEMENTS UNIT I -WATER IMPROVEMENTS: P253 541200 60517 00450 83 UNIT II -SANITARY SEWER IMPROVEMENTS: P258 541200 70517 00450 83 UNIT Ill -PAVING & DRAINAGE IMPROVEMENTS: C200 541200 20540 00450 83 DOE#: 5409 Addressed to: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until 1:30 P.M., THURSDAY, NOVEMBER 61 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 Transportation and Public Works Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. A set of documents may be purchased on a non-refundable basis for SIXTY DOLLARS ($60). These documents contain additional information for prospective bidders. Bidders shall comply with the City's Green Cement Policy as stipulated in the "Comprehensive Notice to Bidders" of the specifications and contract documents. The major work on the referenced project consists of the following: 5,200 LF 4,600 LF 19,000 SY 8-lnch Water Line and Appurtenances 8-lnch Sanitary Sewer Line and Appurtenances 7-lnch Reinforced Concrete Pavement A pre-bid conference will be held on Wednesday October 29, 2008 at 11 :00 A.M., in the Transportation and Public Works Department Conference Room No. 270, 2nd floor, Municipal Building, 1000 Throckmorton Street, Fort Worth, Texas. Bidders are encouraged to review the plans and specifications prior to the pre-bid conference . For additional information, please contact Richard Argomaniz, P.E., Project Manager, at the City of Fort Worth -Transportation and Public Works Department at telephone number: (817) 392 -8653, and/or Michael Wellbaum, P.E., Project Manager, Teague Nall Perkins, Inc. at telephone number (817) 336- 5773. Advertising Dates: Thursday, October 9, 2008 Thursday, October 16. 2008 NTB-1 Comprehensive Notice to Bidders Sealed Proposals for the following: 2004 CAPITAL IMPROVEMENT PROGRAM -CONTRACT 48 CANTON, CHURCH, HALBERT, AND VAN NATIA STREET IMPROVEMENTS UNIT I -WATER IMPROVEMENTS: P253 541200 60517 00450 83 UNIT II-SANITARY SEWER IMPROVEMENTS: P258 541200 70517 00450 83 UNIT 111-PAVING & DRAINAGE IMPROVEMENTS: C200 541200 20540 00450 83 DOE#: 5409 Addressed to: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until 1:30 P.M., THURSDAY, NOVEMBER 61 2008 , and then publicly opened and read aloud at 2:00 P.M. Plans, General Contract Documents and Specifications for this project may be obtained in the office of the Transportation and Public Works Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. A set of documents may be purchased on a non-refundable basis for SIXTY DOLLARS ($60). These documents contain additional information for prospective bidders. The major work on the above project shall generally consist of the following (quantities are approximate): Water Improvements 5,200 LF 8" Water Line 12 EA 8" Gate Valves 12 EA Fire Hydrants 6,500 LF Temp. Pvmt. Repair 110 EA 1" Meter Boxes 1,700 LF 1" Service Replace Sewer Improvements 4,600 LF 8" Sewer Line 1,750 LF 4" Service Line 90 EA Service Taps 21 EA 4' Dia. Manholes 5,300 LF Temp. Pvmt. Repair Paving/Drainage Improvements 19,000 SY Concrete P\/MT 20,900 SY Lime Stabilization 7,200 SY Sidewalk/Driveway 140 LF 21"/24" RCP 5 EA 1 O' Curb Inlet Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. NOTICES All bidders will be required to comply with Provision 51!;>9a 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. 7 400 (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 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 CNTB -1 bidder make a copy of the forms included in the 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. rn 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 cah 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 busihess 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 stlall be evidence that the City of Fort Worth received the Documentation . Failure to comply shall render the bid non-responsive. As mandated by Fort Worth City Council Resolution 3535, all cement utilized for this project shall be procured from a kiln utilizing a dry kiln process or from any kiln that does not produce an excess .of 1. 71b of NOx emissions per ton of clinker produced. Bidder shall submit the 'Green Cement Policy Compliance Statement' at the time of bid opening of the project. A copy of the ~ompliance Statement is included in the Contract Documents. Failure td comply with the 'Green' Cement Policy shall be grounds for rejecting the bid as non-responsive. SUBMISSION OF BID AND AWARD OF CONTRACT The proposal within this document is designed as a package. In order to be considered an a~eptable bid, the Contractor is required to submit a bid for the complete proposal. A bid proposal' sLJbmittal that is received with the proposal incomplete 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 Transportation and Public Works 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. A pre-bid conference wm be held on Wednesday October 29, 2008 at 11 :00 AM., in the Transportation and Public Works Department conference room No. 270, 2nd floor, Municipal Building, 1000 Throckmorton Street. Fort Worth, Texas. Bidders are encouraged to review the plans and specifications prior to the pre-bid conference. For additional information, please contact Richard Argomaniz, P.E., Project Manager, at the City of Fort Worth -Transportation and Public Works Department at telephone number: (817) 392-8653 and/or Michael Wellbaum, P.E., Project Manager, Teague Nall & Perkins, Inc. at telephone number (817) 336- 5773 . DALE FISSELER, P.E. MARTY HENDRIX CITY SECRETARY CITY MANAGER By~R~.s~ Advertising Dates: Thursday, October 9, 2008 Thursday. October 16, 2008 Transportation and Public Works Department, Capital Projects Group CNTB-2 _____ NOV~-=93~ 2008 .MON 04 l 34 PM CI TY F. W. ENGINEER I NG FAX NO. 817 871 7854 FORT WORTH W _ City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollaryalue of the contract Is $26,000 or more, the M/WBE goal Is appllcable. If .the total dollar. value of the contract is less than $25 ,000, the M/WBE oal is not a licable . POLIGY STATEMENT P. 09 It is thEi policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprise,s (M/WBE) in the procurement of all goods and services to the City on a contractual basis . All requirements and rerJulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid . I The City's MIWBE goal on this project is M/WBE PROJECT GOALS 26 % of the total bid (Base bid applies to Parks and Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more , bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following : 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, orj 3. Waiver documentation, or; 4. Joint Venture. SUB,,,.!_TTAL OF REQUIRED DOCUMENTATION The applicable documents .filYi1 be received by the Managing Department , within the following times allocated, in order tor the entire bid to be considered responsive to the specifications . Ttie ,Off'~ror :siiall dellver ·fti~,~BE<iocumentatiori iri perGQ)l to 't&,e:'.J!Rp(Optf~ employ~ c>.(~Jfiimagtng : d~irtmerrt tinq i)l)tjjn a Qate/time )e~pt,. $uoh . recei,qt~fia,li ~~---~vig~r,cej~1tJ~f¢!ty r~!=-J~~ lt,e do¢vm~~IQ!i:Jn Jli.~ #me alloc~,~~: .A fji~Q,~ c~pyw.~f~tb •• ~,, ... ~. 1. Subcontractor Utlllzatlon Form, if goal is met or exceeded : 2. Good Faith Effort and Subcontractor Utilization Form, if participation is less than received by 5:00 p.m., five (5) City business days after the bid o enin date, exclusive of the bid o enin date . received by 5:00 p.m., five (5) City business days after the bid opening date , exclusive of the bid opening date . stated c,al: ..,;.;....-----------+-+---------------------~ 3. Good Faith Effort and Subcontractor Utlllzaticm Form , if no M/WBE artici ation: 4. Primo Contractor Waiver Form, if you will erfor~:111 subcontractin /su lier worl<: s. Joint Venture Form, if utilize a joint venture to met or exceed oal. received by 5:00 p.m ., five (5) City business days after the bid o enin date , exclusive of the bid o enin date . received by 5:00 p.m., five (5) City business days after the bid o enin date , exclusive of the bid o enin date. received by 5 :00 p.m., five (5) City business days after the bid o enin date. exclusive of the bid o enin date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the MIWBE Office at (817) 392-6104. Rev. 11/1/05 FORT WORTH ~ Prime Company Name: STABILE & WINN , INC PROJECT NAME : 2004 CIP Contract 48 CITY'S M/WBE Project Goal : 26% City of Fort Worth I; '; ATTACHMENT A Page 1 of 5 <:\ Subcontractors/Suppliers Utilization Form 0 a '°o l . . o., 0 '/. Check applicable block to desc ribe prime I M/W/DBE I X I Non M/W/DBE BID DATE Nov. 6 , 2008 Prime's M/WBE Project Utilization : PROJECT NUMBER 6.48% DOE #5409 Identify all subcontractors/suppliers you will use on this project Failure to complete th is form , in its entirety with requested documentation , and received by the Managing Department on or before 5:00 p.m. five (5) C ity business days after bid opening , exclusive of bid opening date , will result in the bid being considered non-responsive to bid specifications . The undersigned Offerer agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule , cond itioned upon execution of a contract with the City of Fort Worth . The intentional and/or knowing m isrepresentation 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 2 nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms , located or doing business at the time of bid open ing within the Marketplace , that have been determ ined 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 div ision . Disadvantaged Business Ente rprise (DBE) is synonymous with Mino rity/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 I M/WBE may lease trucks from non-M/WBEs, including owner-operators , but will only receive credit for the fees and commissions earned b the M/WBE as outlined in the lease a reement. Rev . 5/3 0/03 FO RT WO RTH ~ ATTACHMENT A Page 2 of 5 Pr imes are required to identify ALL subcontracto rs/suppl iers , regardless of status ; i.e ., Minority , Wo me n and non-M/WBEs . Pl ease list M/WBE firms first , use add itional sheets if ne ces sary . Ce rtifi c ation N (Check One ) 0 SUBCONTRACTOR/SUPPLIER T N N Company Name i C T Detail Detail M W X M Dollar Amount Address e B B T D w Subcont racting Work Supplies Purchased Telephone/Fax r E E R 0 B C T E A HJG Trucking 1 xx Aggregates $20,227 .00 701 Dena i r Fort Worth, TX 76111 817-834-718 1 Klutz Construct ion 1 X X Inlets/Manholes $23,114 .00 P .O. Box 100263 Fort Worth , TX 76185 817-921 -0990 Custom Fence Company 1 xx Fence Work $5 ,1 87 .00 401 North Rudd Burleson , TX 76028 817-295-88 1 1 JM Materials 2 xx Sand $18 ,000 .00 P.O . Box 496 Alvord , TX 76225 Trucking $28 ,000 .00 940-427-2033 940-427-2789 Provided By Tri-Tech Triune Plumbing 2 X X Plumb i ng for Pr ivate $15 ,1 10 .00 P.O . Box 7082 Services Dallas , TX 75209 214-904-9384 Provided By 214-357 -4632 Tri-Tech Rev . 5/30/03 FORTWORTH -...,...--- ATTACHMENT A Page 3 of 5 Primes are requ ired to identify ALL subcontra ctors/suppliers , regardless of status ; i .e ., Minori ty , Women and non -M/WBEs. Please list M/WBE fi rms first , use additional sheets if necessary . Cert ificat ion N (Ch ec k One ) 0 /,? SUBCONTRACTOR/SUPPLIER T N N ' Company Name i C T Detail Det~ M W X M Dollar Amount Address e B B T D w Subcontracting Work Supplies Purce;tsed TelephonelFax r R & E E 0 B ,<)o C T E A / .·/~ R icochet Fuel 2 xx Fuel -p$015 ,000 .00 1201 Royal Parkway (// Euless , TX 76040 Provided By 817-268-5910 Tri-Tech 817-284-2540 Magnum Manhole 2 xx TV Inspection $9,700 .00 3828 Cavalier Garland , TX Provided By 214-687-2293 T ri-Tech 972-276-5318 Cowtown Red i-M ix 2 X X Red i-M ix Cone. $ 5 ,150 .00 P .O . Box 162327 Fort Worth , TX 76161 Prov ided By 817 -988-3158 T ri -Tech 817 -759-17 16 Tri-Tech Const 1 X Utilities $675,275 .00 650 Tower D r ive Kennedale , TX 76060 M/WBE Porti on Sh own A bove 817-496-536 1 $90 ,960.00 817 -446-3044 Buyers Barricades 1 X Barricades $23,600 .00 3705 E 151 Street Fort Worth , TX 7611 1 817-535-3939 Rev. 5/30 /0 3 FORT WORTH ---..,...-- / 7 ATIACHMENT A Page 4 of 5 ' Primes are requ ired to identify ALL subcontractors/supp liers , regardless of status ; i .e ., Minority , Women/ ~d non -M/WBEs . Please list M/WBE firms fi rst , use additional sheets if necessary . 06> A Certifi ca tion N 0/ (Che ck One) 0 ··c~ SUBCONTRACTOR/SUPPLIER T N N Company Name i C T Detail Detail 0 M W X M l99'lar Amoun t Address e B B T D w Subcontracting Work Suppli es Purchased Telephone/Fax r E E R 0 B C T E A Southwest Const. Serv . 1 X Joint Seal $7 ,075 .00 11430 Newkirk Dallas , TX 75229 214-879-9948 Tarrant Concrete 1 X Ready-M ix Cone $492 ,770 .00 P .O . Box 6194 Fort Worth , TX 76115 817-926-6666 Beall Lime Services 1 X Slurry Li me $41 ,344 .00 1001 W . Eu less Blvd Su ite #100 Euless , TX 76040 817-835-4058 Barnsco 1 X Rebar $147 ,923 .00 P .O . Box 541087 Da ll as , TX 75354 2 14 -352-9091 Rev. 5/3 0/03 FORTWORTH ~ Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIER $ ATTACHMENT A Page 5 of 5 139 ,488.00 $ 1,387,987 .00 $ 1,527 ,475.00 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approva l of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance . The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted , it will affect the final compliance determination. By affixing a signature to this form , the Offerer further agrees to provide , directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors , including M/W/DBE(s) arrangements submitted with the bid . The Offerer also agrees to allow an audit and/or examination of any books , records and files held by their company . The bidder agrees to allow the transmission of interviews with owners, principals, officers , employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City . Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal , State or Local laws concerning false statements . Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offerer and barred from participating in City work for a period of time not less than one (1) year. - Vice President Title Stabile & Winn , Inc. Company Name P .O . Box 70380 Address Saginaw, Texas 76179 City/State/Zip Jerry Henderson Printed Signature Same Contact NamefTitle (i f d ifferent) 817-847-2086 817-847-2098 Telephone and/or Fa x jerry .henderson@stabilewinn .com E-mail Address Nov . 12 , 2008 Date Rev. 5/30/03 FORT WORTH ,"-, . ~ a a PRIME COMPANY NAME : STABILE & WINN , INC . PROJECT NAME: 2004 CIP Contra ct 48 City's M/WBE Project Goal: 26% City of Fort Worth Good Faith Effort Form I PROJECT NUMBER DOE #5409 ATTACHMENT 1C Page 1 of 3 Check applicable"bl_gck to describe prime ,,., I M/W/DBE I X I -(/ NON -'M /W/DBE BID DATE November 6 , 2008 If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your DBE participation is less than the City's project goal, you must complete this form . If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting 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. 1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2"a tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Utilities (Water, Sewer, & Storm Drain) Ready-Mix Concrete Inlet Construction Rebar Supplies Manhole Construction Project Signs Barricades Hauling Aggregates Joint Seal Fence Rev . 05/30/03 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. ....K_Yes __ No Date of Listing _q_, 3 0 / z.oo5 3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? M A\\..~C \O/?.?t/2.oo1. --1,,._ Yes (If yes , attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.) __ No 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? ___.K__ Yes (If yes , attach list to i nclude name of M/WBE firm , person contacted , phone number and date and time of contact.) __ No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? -X--Yes __ No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessary, and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection M.E. Burns 817-447-0292 Donnie Burns Utilities Not Low Bid Cleburne Utilities 817-558-1590 C.R. Shaw Ut ilities Not Low Bid Cowtown Materials 817-454-2371 Max Ulrich Ready -Mi x Cone. Not Low Bid Cowtown Barricades 817-924-4524 Elizabeth Sanchez Barricades Not Low Bid Rev . 05/30/03 ADDITIONAL INFORMATION: ATTACHMENT 1C Page 3 of 3 Please provide additional information you feel will further explain your good and honest efforts to obtain MIWBE participation on this project. a P 0 l: No other MIWBE quotes were received or rejected The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. ~£2 V ice President Title Stabile & Winn Inc . Company Name P.O . Box 79380 Address Saginaw, Texas 76179 City/State/Zip Jerry Henderson Printed Signature SAME Contact Name and Title (if different) 817-847-2086 817-847-2098 Phone Number Fax Number jerry . henderson@stabilewinn.com Email Address Nov. 12 2008 Date Rev. 05/30/03 TO: For: BID PROPOSAL (This Proposal must not be removed from this book of Contract Documents) Mr. Dale Fisseler, PE City Manager Fort Worth, Texas 2004 CAPITAL IMPROVEMENTS PROGRAM-CONTRACT 48 CANTON DRIVE (MEADOWBROOK BLVD. TO CRAIG ST.), CHURCH STREET (LOUISE ST. TO HANDLEY DR.), HALBERT STREET (CRAIG ST. TO ROUTT ST.), AND VANNATTA LANE (MUSE ST. TO JANICE LN.) D.O.E. No. 5409 UNIT I -WATER IMPROVEMENTS P253 541200 60517 00450 83 P258 541200 70517 00450 83 C200 541200 20540 00450 83 UNIT II -SANITARY SEWER IMPROVEMENTS UNIT Ill -PAVING & DRAINAGE IMPROVEMENTS: 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. Note: Specification References in the following Description of Items are abbreviated as follows: D .................... Part D Special Conditions, City of Fort Worth Wat er Department (Included herein) DA .................. Part DA Additional Special Conditions, City of Fort Worth Water Departm ent (Included herein) Details ............ Construction Details provided in the plans for this project (Included by Reference) Figure ............. Figures and Details in Append ix A (Included herein) SP .................. Special Provisions for Street and Storm Drain Improvements (Included herein) SS .................. Standard Specifications for Street and Storm Drain Construction , City of Fort Worth , Transportation and Public Works Department (Included by Reference) STS ................ Pavem ent Design Standards Manual, City of Fort Worth Transportation and Public Works Departm ent, 2005 (included by Reference) TS .................. Technical Spec ification s which are project specific items provided for in the se documents TxDOT ........... Standard Specifications foe Construction and Maintenance of Highways , Streets , and Bridges , Texas Department of Transportation , 2004 (Included by Reference) Page 1 of 28 2004 CAPITAL IMPROVEMENTS PROJECT-CONTRACT 48 Canton Dr, Church St, Halbert St, & Van Natta Ln Improvements (DOE No. 5409) UNIT I -WATER IMPROVEMENTS (P253 541200 60517 00450 83) PAY CPMS APPR. DESCRIPTION OF ITEMS WITH BID AMOUNT ITEM NO . QTY PRICES WRITTEN IN WORDS UNIT PRICE BID 1-1 . BID 152 LF 6-inch PVC DR-14 Water Line (Includes 00616 removal & abandoning of existing water pipe); Per Item D-52/029 & Cfty Approved Product Form I~e,J!!,A T ~ Tw~ Dollars and ~ 00 N.o Cents per LF $ 2.2 $ 3 .3\.\\..\ 1-2 . BID 5,239 8-inch PVC DR-14 Water Line (Includes 00618 LF removal & abandoning of existing water pipe); Per Item D-52/029 & City Approved Product Form \WSi.."'°''t'( s ,~ Dollars and ~ 00 -,.....\o Cents per LF $ 2.\o $ \3b2\~ 1-3 . BID 7 EA Standard Fire Hydrant Assembly (3 '-6' Bury); 00546 Per Figure 5 Tu 2 T \.,\.()~~a""'-('\ Dollars and ~ ~ N 2 Cents per EA $ 'Z. ooo $ IL/-Ooo 1-4 . BID 3 VF Fire Hydrant Barrel Extension ; 00548 Per Figure 5 \e..N Dollars and 0.0 -CX) \0 30 -N.ei Cents per VF $ $ 1-5 . BID 7 EA 6-inch Gate Valve with Box; 00745 Per DA-74 & Figure 3 s \.,c \_\ \.\ "'1 t) (Z.. t-t::) Dollars and ()C DO --No Cents per EA $ ft>OO $1./-. 2-00 1-6 . BID 8 EA 8-inch Gate Valve with Box ; 00749 Per DA-74 & Figure 3 N,""~ \4 ~N 0'2.-E.C> Dollars and 00 00 --NQ Cents per EA $ qoo $1. zoo 4 Page 2 of 28 2004 CAPITAL IMPROVEMENTS PROJECT-CONTRACT 48 Canton Dr, Church St, Halbert St, & Van Natta Ln Improvements (DOE No. 5409) UNIT I-WATER IMPROVEMENTS (P253 541200 60517 00450 83) PAY CPMS APPR. DESCRIPTION OF ITEMS WITH BID AMOUNT ITEM NO. QTY PRICES WRITTEN IN WORDS UNIT PRICE BID 1-7 . Special 2 EA 8" x 8" Tapp ing Sleeve and Valve ; Per DA -74 & Figure 3 "I1~11'.b-"t1 £\~~ 11~~2~ Dollars and ~ c:,o No $+000 -Cents per EA $ 3 GOO I 1-8 . BID 6TON Cast Iron/Ductile Iron Fittings; 00568 Pe r Item DA 52. 14 Ti+\i., "t'< fwE \.\\4.Nl>iLEO Dollars and 00 ~ Ne -Cents per TON $3 500 $ 2..1,000 1-9 . BID 13 EA Remove and Salvage Existing Gate Valve ; 00751 Per Item 029 O..ie. ~::h~Mi21L£.~ f-i'f-r:f._ Dolla rs and 00 -oc NQ $ \SD $\f\50 -Cen ts per EA 1-1 0 . BID 5 EA Remove Existing Fire Hydrant Assembly; 00547 Pe r Item 029 O~e... \.\.~~2~ t,1::TY Dollars and ~ 00 N~ -Cents per EA $ 1so $ =J.5 0 1-11 . BID 1 LS Furn ish , Lay , and Remove 2 " Temporary 00768 Service Connection (Halbert Street); Pe r Item 0 -52. 8 SI')( THo\,l~A,,JD Dollars and 00 oo --r-lo Cents per LS $b ooD $ fe,,000 1-12 . BID 1 LS Furnish , Lay, and Remove 2 " Temporary 00768 Serv ice Connecti on (Van Natta Lane); Per Item 0-52. 8 S,x WOt.,l~~ND Dolla rs and ~ oo rJo Cents per LS $ ~ ()00 $~QOO- Page 3 of 28 2004 CAPITAL IMPROVEMENTS PROJECT-CONTRACT 48 Canton Dr, Church St, Halbert St, & Van Natta Ln Improvements (DOE No. 5409) UNIT I -WATER IMPROVEMENTS (P253 541200 60517 00450 83) PAY CPMS APPR. DESCRIPTION OF ITEMS WITH BID AMOUNT ITEM NO . QTY PRICES WRITTEN IN WORDS UNIT PRICE BID 1-13 . BID 1 LS Furnish , Lay , and Remove 2 " Temporary 00768 Service Connection (Church Street ); Per Item 0-52. 8 f)Nc.. U.~M~a..E.D Dollars and 00 00 Ne, Cents per LS $ 100-$ \00- 1-14 . BID 1 LS Furnish, Lay , and Remove 2" Temporary 00768 Service Connection (Canton Drive); Per Item 0-52. 8 r,r::rc.e.."'1 l\"-<>\.\'::.A"-' D Dollars and 00 00 --~c Cents per LS $ \5 000 $15 000 1-15 . BID 1,719 1-inch Water Service Replacement , Type 'K' 00758 LF Copper ; Per Item 0-52. 7 s,~ Dollars and 00 -00 ~:2 Cents per LF $ b $ i<u. 314-- f 1-16 . BID 106 EA 1-inch Tap , Saddle, Stop and Fittings for 1" 00762 Water Service Tap to Main ; Per Item 0-52. 7 s,~ w.~~~ F, r:--r-V Dollars and "'° 00 -~o $ t:,f;O $ &S qoo -Cents per EA 1-17 . BID 20 EA Water Service Meter Relocation ; 00759 Per Item 0-52. 7 Iw~ 11 ~ ~ t)f2.E.-D Dollars and 00 00 -$11i 000 - "'C> Cents per EA $ 200 ' 1-18 . BID 106 EA Class "A" Meter Box; 00550 Per Item 0-52. 7 & Detail O t-1 1:. \4~~02-£..ot> Dollars and 00 -o,O ~o $ \OD $ /D_ bOO -Cents per EA Page 4 of 28 2004 CAPITAL IMPROVEMENTS PROJECT-CONTRACT 48 Canton Dr, Church St, Halbert St, & Van Natta Ln Improvements (DOE No. 5409) UNIT I -WATER IMPROVEMENTS (P253 541200 60517 00450 83) PAY CPMS APPR. DESCRIPTION OF ITEMS WITH BID AMOUNT ITEM NO . QTY PRICES WRITTEN IN WORDS UNIT PRICE BID ~ Special ~ I C' 3101 Erie Ct1sto1, ,e, Se, vice ~econnectlon; -- Per Item DA-119 ?e.a.. At>c, .. Nt,. \11< t Dollars and 6eF1ts 19eF 1::8 $ DE Lf:_ TE.. $ DE.Lt.ii:. ~ Special ~ 3196 EFie G1:1stOFft8F SoF¥iG9 R96QAA96fam ; Per Item DA-119 ?u .. "C>Oe."1t>• ~ I uullars and 6efltS 19ef LS $ Oe.1.1;. TE-$ OE1.E..TE:. ~-Special ~ ~~ QQ eFie Gl:lStQFFl9F :iiieF¥i69 R969AA96tien; Per Item DA-119 Qen. A.oe>-.MO• ..,.._ \ Bolla, s l'rnd · GeRts 13eF 1::8 $ 0Et.E..T~ $ DE\..E-TE.. ~ Special ~ 3113 Eric G1:1stoffter SeF¥ioe R06eAAE16tier:i ; Per Item DA-119 P~1L Aoo~(). 'tk-\ Dolla,s a,,d 60F1ts 19er l:S $ DELc.T~ $ t)e_\..E-Te. ~ Special ~ 3124 Erie G1:1stoffleF Servioe ReooRReetioR ~ Per Item DA-119 ?efl-Aoo£ ,-,..o . ~ Dolla.s a,,d Cents pe r l:S $ o~\..E...TC.. $ De. L. E-,.. t:. 1-24 . BID 40 CY Class "B" (2500 psi) Concrete for Misc. 00837 Placement; Per Item 0-21 Q,-1 , Dollars and 00 ~ -t-l.o Cents per CY $ l $ LfD Page 5 of 28 2004 CAPITAL IMPROVEMENTS PROJECT-CONTRACT 48 Canton Dr, Church St, Halbert St, & Van Natta Ln Improvements (DOE No. 5409) UNIT I -WATER IMPROVEMENTS (P253 541200 60517 00450 83) PAY CPMS APPR. DESCRIPTION OF ITEMS WITH BID AMOUNT ITEM NO . QTY PRICES WRITTEN IN WORDS UNIT PRICE BID 1-25 . BID 40 CY Class "E" (1500 psi) Concrete for Misc. 00839 Placement ; Per Item D-21 0Nt. Dollars and 00 00 -- ~Q Cents per CY $ l $ J+V 1-36 . BID 40CY Washed Rock (1/2 " to 1-1/2") for Misc . 00840 Placement ; Per Item D-21 0Nt-Dollars and 00 "° t,.\Q Cents per CY $ \-$ l/-D - 1-27 . BID 40 CY Crushed Limestone for Misc . Placement; 00493 Per Item D-22 Q,-..>.E. Dollars and ~IQ o<> ,l.o 1-tfv -Cents per CY $ $ 1-28 . BID 6 ,858 2-inch Temporary H.M.A.C . Pavement Repair; 00442 LF 6 " Flex Base & 2 " HMAC Per Item D-62 & Figure B E1 Ei.,~, Dollars and 00 .~ .. ~o Cents per LF $ g,-$ 54,8b t.f. ' 1-29 . BID 2~2 l:F H .M .A .C. Permanent Pavement Repair as 00443 C\O \..f directed ; Pe:e. ~\ Per Item D-25 Aooe>'9' fq: .. :rf Tw-o Dollars and 00 ~ --t4 o Cents per LF $ 5Z-$ l/-bBO r 1-30. BID 500 SF Permanent Concrete Pavement Repair as 00458 directed ; Per Item D-25 I~t,.) Dollars and ()0 00 --.J.~ Cents per SF $ JD $ 5;_ 000 Page 6 of 28 NOV-03 -20 08 MO N_Q 4:34 PM CIT Y F. W. ENGINEERIN G ••k ·-· -' .... FA X NO. 817 871 785 4 P. 07 ~ 2004 CAPITAL IMPROVEMENTS PROJECT -CONTRACT 48 Canton Dr, Church St, Halbert St, & Van Natta Ln Improvements (DOE No . 5409) .. UNIT I -WATER IMPROVEMENTS (P253 541200 60517 00450 83) (5 CPMS APPR. . DESCRIPTION OF ITEMS WITH BID AMOUNT M NO . QTY PRICES WRIITEN IN WORDS UNIT PRICE BID t~-:c ·BID ~ Rema,;e GeAGFete 9Fi¥eway aRe S ieewall, as oo4¢. .. 9if06l8d ~y EA!i)i A99F ; , .. Per !te,i1 SP 52 & J.IBFR s s ·1{}4 : DellaFS aAd GeAls per-SF-$ $ ~~ 8ID &00-t.F Reme•.«e GeAGrete-G1:1Fe aAa Gtfttef--a6 004~ QiresteEl . ey f;A9iAeeF ; Par !teFR DA 24 QellaFS aAd GeAt6 j*3 F bF $ $ ~h ~ ~ StaAdaFEl GeASFeie 7" G1:1FB aRS ~ !r G1::1~eF ; 00426 Par Jtem SP 44 gellaFS aAd GeAts 13eF b~ $ $ 1-34 . BID 400 LF Trench Safety System for Trench Depth 5 ' 00372 and Greater as directed by Enginee r; Per Item D-26 ~o Do ll ars and \0 ()0 -t/-D -,y._""1 Cents per LF $ 'D $ 1-35 . BID 50 LF 1-inc h Customer Water Serv ice Replacement , 00758 Type 'K' Copper and all requ ired surface restoration ; Pe r Item D-52 T1:1:1li-T 'f._ Dollars and 00 00 --..it) Cents pe r LF $ JD $ /~00 UNIT I -WATER IMPROVEMENTS SUBTOTAL 00 (Forward to Bid Summary Page ) $ 3S2., BtHo - Page 7R of28 CITY APPROVED PRODUCT FORM * *CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED: ---+i~ __ PVC, AWWA C900, DR-14 ------DIP, Class 51 Consult the "City of Fort Worth Standard Product List" to obtain the Generic/Trade Name and the Manufacturer for the pipes listed above . Failure to provide the information required above may result in rejection of bid as non- responsive. Only products of methods listed above will be allowed for use in this project. Any substitution shall result in rejection of bid as non-responsive. Page 8 of 28 No. 3 2 26 7 1 1 8 1 3 7 LIST OF CAST IRON FITTINGS AS REQUIRED BY E2-7.11A TO BE SUBMITTED WITH BID 2004 CAPITAL IMPROVEMENTS PROJECT CANTON DR -CHURCH ST -HALBERT ST -VAN NATTA LN UNIT I: WATER IMPROVEMENTS Size of Fittings Fitting Type Weight Per Each (lbs. including accessories) 8" X 11.25° Bend lloO 8" X 22.5 ° Bend Jh 0 8" X 45 ° Bend /{pO 8" X 6" Tee 24-l 8" X 8" Tee ZloO 8" X 8" Cross 355 6" MJ Solid Sleeve +~ 8" MJ Solid Sleeve II~ 8" Cleaning Wye ~OS" 8" X 6" Reducer /3b Page 9 of 28 Total Weight (Tons) J../.80 320 4-/bD /h8+ 21o0 .35.S- bl lo II~ 91 S- q52_ 2004 CAPITAL IMPROVEMENTS PROJECT-CONTRACT 48 Canton Dr, Church St, Halbert St, & Van Natta Ln Improvements (DOE No. 5409) UNIT II -SANITARY SEWER IMPROVEMENTS (P258 541200 70517 00450 83) PAY CPMS APPR. DESCRIPTION OF ITEMS WITH BID AMOUNT ITEM NO . QTY PRICES WRITTEN IN WORDS UNIT PRICE BID 11-1 . BID 2 ,253 8-inch Sanitary Sewer (SDR-35) Open Cut , All 00351 LF Depths ; Per Item \~i=1'1"ri &E.'-JF-,J Dollars and 00 OQ -$ b01 S'3>l-'N.o Cents per LF $ 2-":\- I 11-2 . BID 2 ,391 8-inch Sanitary Sewer (SDR-26/D2241) Open 00350 LF Cut , All Depths ; Per Item """' ~~.,.. '< E..1~1+1 Dollars and 00 00 -$ /dQ, Cj_ Ll-8-~o Cents per LF $ 2,s. 11-3 . BID 6 LF 10-inch Sanitary Sewer (SDR-35) Open Cut , 00246 All Depths ; Per Item T i-t\f2-,'t' 0Nt Dollars and 1),0 oa -,...\o Cents per LF $ '3\ $ lB>lo- 11-4 . BID 88 EA 4-inch Sanitary Sewer Tap; 00355 Per Item 0-28 fa2ue. u~,-l~j) f1f:TY Dollars and 00 (X) --'N..Q Cents per EA $ J.f5D $ 6g ,b(X) 11-5 . BID 1,964 4-inch PVC (SDR-35) Sanitary Sewer, All 00354 LF Depths; Per Item 0-28 St:...vE-~ Dollars and oo ~ -No Cents per LF $ ::\-$ J 3. -::µ/-8 ' 11-6 . BID 265 LF 4-inch Sch . 40 PVC Install on Private 00352 Property ; Per Item 0-28 s\~:r1 i, 5,)( Dollars and QO ~ h~ ---$/7-IY!o ,-lo Cents per LF $ I Page 10 of 28 2004 CAPITAL IMPROVEMENTS PROJECT-CONTRACT 48 Canton Dr, Church St, Halbert St, & Van Natta Ln Improvements (DOE No. 5409) UNIT II -SANITARY SEWER IMPROVEMENTS (P258 541200 70517 00450 83) PAY CPMS APPR. DESCRIPTION OF ITEMS WITH BID AMOUNT ITEM NO. QTY PRICES WRITTEN IN WORDS UNIT PRICE BID 11-7 . BID 88 EA 4-inch Two-Way Service Cleanout ; 00356 Per Item 0-61 01'1AE. ~~!!o!.nU:S> r,r"t"'-/ Dollars and 00 00 N.c Cents per EA $ lSO-$ l3 z.oo- I 11-8 . Special 4 EA 4-inch Service Cleanout on Private Property ; Per Item 0-61 Two ~l',).1)~ Dollars and ()c ()c, --$ 800 N,o Cents per EA $ 2.J:J;) 11-9 . BID 18 EA Remove Existing Sanitary Sewer Manhole ; 00206 Per Item 0-29 Two ~~~nQ.E.t::i F \rT 'i Dollars and 00 00 -$1}.~0D-~o Cents per EA $ 250 11 -10 . BID 2 EA Shallow Cone Sewer MH , 48 " I.D .; 00212 Per Item 0-27 & Figure 103/104 ~i~.,..f..e.tJ \_\.~ ,-.\ t')Q..6-b Dollars and 00 00 -~ $ \ \oOO $ 3 2..00 -Cents per EA . 11-11 . BID 22 EA Standard Sewer MH , 48" I.D .(to 6 ' Depth); 00213 Per Item 0-27 & Figure 103/104 E. \ t .. \.\., e-e:...l \.\\.\...i ~ Dollars and 00 00 ---\Jo Cents per EA $ \,@>00 $39,~0 11-12 . BID 27VF Standard Sewer MH , 48" I.D. Added Depth 00214 (over 6 ' Depth); Per Item 0-27 & Figure 103/104 D~E-\,4\.\"1P~ Dollars and 00 to --\J.Q Cents per VF $ jQD $ z =,-oo Page 11 of 28 2004 CAPITAL IMPROVEMENTS PROJECT-CONTRACT 48 Canton Dr, Church St, Halbert St, & Van Natta Ln Improvements (DOE No. 5409) UNIT II -SANITARY SEWER IMPROVEMENTS (P258 541200 70517 00450 83) PAY CPMS APPR. DESCRIPTION OF ITEMS WITH BID AMOUNT ITEM NO. QTY PRICES WRITTEN IN WORDS UNIT PRICE BID 11 -13. BID 1 EA Standard Drop Sewer MH , 48" I.D . (to 6 ' 00207 Depth); Per Item 0-27 & Figure 103/104 ~\~£_ T~ou2A-1v.~ Dollars and <)O °'° --~o Cents per EA $ ;:ooo $ 5. OOD 11-14 . BID 6VF Standard Drop Sewer MH , 48 " I.D . Added 00208 Depth (over 6 ' Depth); Per Item 0-27 & Figure 103/104 \) ~i:.: ~~~o~ Dollars and ()o 1)0 }CO -$ loOO-~Q Cents per VF $ 11-15. BID 25 EA Concrete Manhole Collar; 00196 Per Item 0-27 & Figure 121 T"E-1'\ Dollars and 00 oO --~o Cents per EA $ \D $2SO 11-16 . BID 25 EA Watertight Manhole Insert; 00218 Per Item 0-27 f\ f.-,Y Dollars and 00 -<)O \'-\o Cents per EA $ 50 $ \ 2-so-, 11-17 . BID 40 CY Crushed Limestone for Misc. Placement ; 00493 Per Item 0-22 0,-..u:_ Dollars and ,00 00 1-11-0 - ~'O Cents per CY $ $ 11-18 . BID 40 CY Washed Rock (1/2 " -1 Y:z") Misc. Placement; 00840 Per Item 0-21 o,J~ Dollars and QO 00 ,---MQ Cents per CY $ $ t/0 Page 12 of 28 2004 CAPITAL IMPROVEMENTS PROJECT-CONTRACT 48 Canton Dr, Church St, Halbert St, & Van Natta Ln Improvements (DOE No. 5409) UNIT 11 -SANITARY SEWER IMPROVEMENTS (P258 541200 70517 00450 83) PAY CPMS APPR . DESCRIPTION OF ITEMS WITH BID AMOUNT ITEM NO . QTY PRICES WRITTEN IN WORDS UNIT PRICE BID 11-19 . BID 40CY Class "B" (2500 psi) Concrete for Misc. 00837 Placement; Per Item D-21 ONE Dollars and 00 00 ~o Cents per CY $ ,-$ l+D- 11-20 . BID 40 CY Class "E" (1500 psi) Concrete for Misc. Placement; 00839 Per Item D-21 0TJ.E.. Dollars and 00 oO LID - ~o Cents per CY $ \--$ 11-21 . BID 5,172 2-inch Temporary H.M .A .C . Pavement Repair; 00442 LF 6 " Flex Base & 2 " HMAC Per Item D-62 & Figure 8 N\ME. Dollars and ()0 (70 q--t--\o Cents per LF $ $ I:&. 5 L/-f:J 11-22 . BID 425 LF H .M .A.C . Permanent Pavement Repair as 00443 d irected ; Per Item D-25 fo'l--T'-f Dollars and 00 -000 HQ Cents per LF $ 4-D $ l+'OCXJ- 11-23 . BID 4,378 Pre-construction T.V. Inspection of Sanitary 00202 LF Sewer Lines , All Sizes ; Per Item D-35 T,A,t"Q Dollars and ,::,,0 "" --N'.Q Cents per LF $ 2 $~ =1-~b 11-24 . BID 4,622 Post-Construction T.V. Inspection of Sanitary 00201 LF Sewer Lines , All Sizes ; Per Item D-38 Ll--\ r-Dollars and oo l-00 ~o Cents per LF $ $ L./: ~ -z.Z.- I Page 13 of 28 2004 CAPITAL IMPROVEMENTS PROJECT -CONTRACT 48 Canton Dr, Church St, Halbert St, & Van Natta Ln Improvements (DOE No. 5409) UNIT II -SANITARY SEWER IMPROVEMENTS (P258 541200 70517 00450 83) PAY CPMS APPR. DESCRIPTION OF ITEMS WITH BID AMOUNT ITEM NO . QTY PRICES WRITTEN IN WORDS UNIT PRICE BID 11-25 . BID 25 EA Vacuum Test New Sanitary Sewer Manhole ; 00217 Per Item 0-36 o~i. ~~~~'12--~ Dollars and ,00 oO -\00 $ZSOO -No Cents per EA $ 11-26 . BID 4 EA Exploratory Excavation (D-Hole ), as Directed ; 00542 Per Item 0-51 S,x \\\,\"'1t>~~ Dollars and ~ 00 l.ocO -~o Cents per EA $ f l. 40D . 11-27 . BID 20 LF Concrete Encasement of Sewer Pipe ; 00841 Per Item 0 -49, OA-50 & Figure 20 Tt±,e.--TY t.\~l.\\ Dollars and 00 -00 N.o Cents per LF $ 3£;, $~0 11-28 . BID 122 LF Cement Stabilized Backfill of Sewer Pipe ; 01174 Per Item 0-49, OA -50 & Figur e 20 \ ~ E-11..l T"'1' Dollars and ()0 aa --NO Cents per LF $ zo $2440 11-29 . BID 4 ,250 Trench Safety System for Sewer Trench 00372 LF Depth 5' and Greater; Per Item 0-26 ONE... Dollars and QO 00 ~o Cents per LF $ l~ $1+,Z5"V- UNIT II-SANITARY SEWER IMPROVEMENTS SUBTOTAL oO (Forward to Bid Summary Page) $ 359.3~C\ - I Page 14 of 28 2004 CAPITAL IMPROVEMENTS PROJECT-CONTRACT 48 Canton Dr, Church St, Halbert St, & Van Natta Ln Improvements (DOE No. 5409) UNIT Ill -PAVING & DRAINAGE IMPROVEMENTS (C200 541200 20540 00450 83) BASE BID PAY CPMS APPR. DESCRIPTION OF ITEMS WITH BID AMOUNT ITEM NO . QTY PRICES WRITTEN IN WORDS UNIT PRICE BID 111-1 . BID 8 EA Project Designat ion Sign ; 00504 Per Item SP-69 & Figure WTR-026 Three Hundred Dollars and No Cents per EA $ 300 .00 $ 2,400 .00 111-2 . BID 5 ,250 Remove Existing Curb and Gutter; 00424 LF Per Item SP-54 & Item SS-104 ONE Dollars and 00 00 )-$ 5,25"0 -N.2 Cents per LF $ 111-3 . BID 6 ,807 Remove Existing Concrete Driveways ; 00402 SF Per Item SP-52 & SS-104 "-\o Dollars and so -90 t',rT ::{ Cents per SF $ D $ 3, t./03- 111 -4 . BID 6 ,605 Remove Existing Concrete Sidewalks and 00529 Leadwalks ; SF Per Item SP-52 & SS-104 N.o Dollars and s.o ~ f,r-Tt Cents per SF $ o-$ 3302-. 111-5 . BID 50 SY Remove Existing Concrete Valley Gutter; 00474 Per Item SP-52 & SS-104 f \ Vi:-Dollars and Jr¥ 00 oO 5--N.o Cents per~ $ $ 25D 111-6 . BID 65 SF Remove Concrete Steps ; 00537 Per Item SP-57 & SS-516 O"" e. Dollars and oo oO No Cents per SF $ 1-$ (,5 - Page 15 of 28 2004 CAPITAL IMPROVEMENTS PROJECT-CONTRACT 48 Canton Dr, Church St, Halbert St, & Van Natta Ln Improvements (DOE No. 5409) UNIT Ill -PAVING & DRAINAGE IMPROVEMENTS (C200 541200 20540 00450 83) BASE BID PAY CPMS APPR. DESCRIPTION OF ITEMS WITH BID AMOUNT ITEM NO . QTY PRICES WRITTEN IN WORDS UNIT PRICE BID 111-7 . BID 400 SF Remove Concrete Retaining Walls ; 00412 Per Item SP-57 & SS-516 O N t.. Dollars and QO 00 i -$ 4 <00 -\'-l.Q Cents per SF $ 111-8 . BID 7 ,162 Unclassified Street Excavation; 00472 CY Per Item SP-41 TE...tJ Dollars and ~ 00 -N.S2 Cents per CY $ )D $ +\ \o'Z.0- 111-9 . BID 21,485 6 " Thick Lime Stabilized Subgrade ; 00498 SY Per Item SP-50 QNt Dollars and so 5() f\f:.,.'t 1--Cents per SY $ $32 22::\-. 111-10 . BID 323 Lime for Subgrade Stabilization (30#/S.Y.); 00496 TON Per Item SP-50 6,.,4~ 0 1!.!c. 1~N,.~QM:> T~ Dollars and ~ go ~o Cents per TON $ \2~ $ L/-l 3Ltlf- 111-11 . BID 12 ,355 7" Integral Concrete Curb; 00843 LF Per Item SP-44 \\""10 Dollars and 00 ()0 --NO Cents per LF $ z_ $ 241 :J.JO 111-12 . BID 928 LF Integral Concrete Pavement Street Header; 00462 Per Item SS-514 0 ,-l£. Dollars and oo '!£_ =-- ~o Cents per LF $ 1 $ 928 Page 16 of 28 2004 CAPITAL IMPROVEMENTS PROJECT-CONTRACT 48 Canton Dr, Church St, Halbert St, & Van Natta Ln Improvements (DOE No. 5409) UNIT Ill -PAVING & DRAINAGE IMPROVEMENTS (C200 541200 20540 00450 83) BASE BID PAY CPMS APPR. DESCRIPTION OF ITEMS WITH BID AMOUNT ITEM NO. QTY PRICES WRITTEN IN WORDS UNIT PRICE BID 111 -13. BID 11,793 Silicone Joint Sealing for Concrete Pavement; 00469 LF Per Item SP-43 0Nt Dollars and So So \-$ \1,'o~C\ -r"~§::T j Cents per LF $ 111-14 . BID 95 LF Construct 7" Concrete Curb and 18" Gutter at 00426 Transition ; Per Linear Foot ; Per Item SP-60 ,e.,J Dollars and 00 00 -$ ~so-N.Q Cents per LF $ )D 111-15 . BID 212 SY 6 " HMAC Transition Pavement (3 " Type B and 00471 3" Type D); Per Item SP-51 2)\xTY f,'1£.. Dollars and 00 00 ~o Cents per SY $ b5-$ 13 -=tso 111-16. BID 200 LF 6" Pipe Subdrain ; 00119 Per Item SP-48 T \,.Ji=.\.." L Dollars and 0,0 00 --\.l 2 Cents per LF $ \2 $ 2 4'DD 111-17 . BID 34,925 Construct 4 " Cone . Sidewalk/Leadwalks ; 00528 SF Per Item SP-52 & SS-504 fo\.A Q__ Dollars and ~ ~ f ,£:,'1 Cents per SF $ lf $ }5::J. JbZ. 111-18 . BID 660 LF 6" to 12" Integral Concrete Sidewalk Curb ; 00423 Per Item SP-44 f \" f. Dollars and ~ 00 5 -~o Cents per LF $ $~ 300 Page 17 of 28 2004 CAPITAL IMPROVEMENTS PROJECT-CONTRACT 48 Canton Dr, Church St, Halbert St, & Van Natta Ln Improvements (DOE No. 5409) UNIT Ill -PAVING & DRAINAGE IMPROVEMENTS (C200 541200 20540 00450 83) BASE BID PAY CPMS APPR. DESCRIPTION OF ITEMS WITH BID AMOUNT ITEM NO . QTY PRICES WRITTEN IN WORDS UNIT PRICE BID 111-19. BID 45 CY Concrete Retaining Wall with Sidewalk ; 00411 Per Item SP-45 & Details t<>v.~ ~'-'1'l.O~ Dollars and ~ 00 LfoD $ (S. QOt) - ~Q Cents per CY $ 111-20 . BID --re-&{ Concrete Retaining Walls Type "A "; 00411 \"\-~ C.'< Per Item SP-45 & Details ~e.t-t ' £:o~{Z.. \..\.~t-l 012-U> Dollars and ,._o· ~oot: (YO ()Cl -- ~'() Cents per CY $ Yoo $ lo't 1ooo 111-21 . BID 85 CY Concrete Retaining Walls Type "B"; 00411 \'4-14, C.'( Per Item SP-45 & Details ~I, .. , t=o~2.... """~2 <Ui-D Dollars and .I'" ~oot: "'° 00 -$ L/,OO $ 5+ bOO -~2 Cents per CY 111-22. Special 85 LF Remove and Reconstruct Rock Retaining Walls ; Per Item SP-45 N.,~\:-1 ~ f,vE. Dollars and 00 00 ~s --NO Cents per LF $ $ B, 'D:\-S 111-23 . BID 670 LF Pedestrian Guard Rail ; 00535 Per Item SS-434 & Details t.\ ~\.\-,Y Dollars and ~ 00 ~o 8.0 $5~b00 -Cents per LF $ r- 111-24 . BID 560 SF Sidewalk Ramp ADA Accessible (All Types); 00532 Per Item SP-52 & SS-504 & Details J/!,.J Dollars and DO (JO --tJo Cents per SF $ LD $5; boO ' Page 18 of 28 2004 CAPITAL IMPROVEMENTS PROJECT-CONTRACT 48 Canton Dr, Church St, Halbert St, & Van Natta Ln Improvements (DOE No. 5409) UNIT Ill -PAVING & DRAINAGE IMPROVEMENTS (C200 541200 20540 00450 83) BASE BID PAY CPMS APPR. DESCRIPTION OF ITEMS WITH BID AMOUNT ITEM NO . QTY PRICES WRITTEN IN WORDS UNIT PRICE BID 111-25 . BID 105 SF Construct Concrete Steps; 00536 Per Item SP-57 & SS-516 F~ F-,e...'f:-~ Dollars and 00 00 --~o Cents per SF $ 15 $ \ S+S 111-26 . BID 12 ,155 Construct 6" Concrete Driveway; 00404 SF Per Item SP-56 & SS-504 F=, \/ E--Dollars and 50 -~ ,-, r,Y Cents per SF $ 5 $ k\o ,B'5 r""' 111-27 . BID 3,685 Construct 6 " Flex Base Driveway; 00401 SF Per Item SS-208 Two Dollars and 50 so 2-$ C\ 'ZXZ. -f ~r~ Cents per SF $ 111-28 . BID 2 ,130 Construct 2 " HMAC Driveway with 6" Flex 00401 SF Base ; Per Item SS-208 ro\,\ e__ Dollars and OQ 00 Lt--N o Cents per SF $ $g 52D 111-29 . BID 1 LS Miscellaneous Utility Adjustments ; 00414 Per Item SP-70 Eight Thousand Dollars and No Cents per LS $ 8,000.00 $ 8,000 .00 111-30 . BID 2 EA Adjust Water Valve Box; 00847 Per Item SP-72 Three Hundred Dollars and No Cents per EA $ 300 .00 $ 600.00 Page 19 of 28 2004 CAPITAL IMPROVEMENTS PROJECT-CONTRACT 48 Canton Dr, Church St, Halbert St, & Van Natta Ln Improvements (DOE No. 5409) UNIT Ill -PAVING & DRAINAGE IMPROVEMENTS (C200 541200 20540 00450 83) BASE BID PAY CPMS APPR. DESCRIPTION OF ITEMS WITH BID AMOUNT ITEM NO. QTY PRICES WRITTEN IN WORDS UNIT PRICE BID 111-31. BID 12 EA Manhole Adjustment; 00849 Per Item SP-73 Four Hundred Dollars and No Cents per EA $ 400 .00 $ 4,800 .00 111-32 . BID 8 EA Adjust Water Meter Box ; 00848 Per Item SP-7 4 Thirty-Five Dollars and No Cents per EA $ 35 .00 $ 280.00 111-33 . BID 338 LF Remove Fence (All Types); 00127 Per Item SP-59 ]J+.-a....E...~ Dollars and o<> 00 -Mo Cents per ~ Jr. J 3 $ ),0\4- L.f-,, 111-34 . BID 162 LF Construct 6-ft. Wood Privacy Fence ; 00129 Per Item SP-59 Se-"E ~,£.t-~ Dollars and ~ -00 )~ -~o Cents per~ .J. $ $ 2 +SL.f L.f-'" .__ V 111-35 . BID 84 LF Construct 4-ft. Chain Link Fence ; 00128 Per Item SP-59 E. \;e,N e.-1 Dollars and oo ~ -~'2-4-tJ.~ Cents per~ h $ \\ $ 17 , 111-36 . BID 33 LF Construct 6-ft. Chain Link Fence ; 00128 Per Item SP-59 fl~~ Dollars and oc (JO -- ~Q Cents per~~ $ IS $ Jfq5" Page 20 of 28 2004 CAPITAL IMPROVEMENTS PROJECT-CONTRACT 48 Canton Dr, Church St, Halbert St, & Van Natta Ln Improvements (DOE No. 5409) UNIT Ill -PAVING & DRAINAGE IMPROVEMENTS (C200 541200 20540 00450 83) BASE BID PAY CPMS APPR. DESCRIPTION OF ITEMS WITH BID AMOUNT ITEM NO. QTY PRICES WRITTEN IN WORDS UNIT PRICE BID 111-37 BID 32 LF Remove 18 " RCP ; 00080 Per Item SS-452 t.1~~+, Dollars and 00 &'O \'\o Cents per LF $ s-$L.5°6- 111-38 . BID 68 LF Remove 24 " RCP; 00080 Per Item SS-452 N ,N~ Dollars and ~ O<::l 9--~o Cents per LF $ $ lo\7- 111-39 . BID 33 LF Remove 30 " CMP ; 00080 Per Item SS-452 TEN Dollars and 00 ()0 -- ~o Cents per LF $ l \) $330 111-40 . BID 6 EA Remove Curb Inlet (All Sizes); 00102 Per Item SP-55 & SS-452 ~E. \J 1:.,-.l \\v..9'l.Qe.EO Dollars and 00 O'O --~Q Cents per EA $ :+BO $~ 200 111-41 . BID 227 LF 21 " Class Ill RCP Complete in Place ; 00081 Per Item SS-440 s, ~.,-y Dollars and 0,0 oo - ~Q Cents per LF $ bO $ [~ foZO- 111-42. BID 40 LF 24 " Class Ill RCP Complete in Place ; 00082 Per Item SS-440 S, )CTY f,vE Dollars and oo -00 No bS - Cents per LF $ $ Z. bOO ' Page 21 of 28 2004 CAPITAL IMPROVEMENTS PROJECT-CONTRACT 48 Canton Dr, Church St, Halbert St, & Van Natta Ln Improvements (DOE No. 5409) UNIT 111-PAVING & DRAINAGE IMPROVEMENTS (C200 541200 20540 00450 83) BASE BID PAY CPMS APPR. DESCRIPTION OF ITEMS WITH BID AMOUNT ITEM NO . QTY PRICES WRITTEN IN WORDS UNIT PRICE BID 111-43 . BID 9 LF 27" Class Ill RCP Complete in Place ; 01092 Per Item SS-440 S>e.-'11:-N"T" '-( Dollars an d 00 ()() $+0 -\o '31) - ~Q Cents per LF $ 111-44 . BID 6 LF 30 " Class Ill RCP Complete in Place ; 00083 Per Item SS-440 £IA\:\: 1':t Dollars and ()C> 00 -$ LfBD-~o Cents per LF $ 8,0 111-45 . BID 1 EA 4 ' Square Storm Drain Manhole ; 00118 Per Item SS-444 T..__.~"'"t"( ~-~i:..'°" \.k~ Dollars and 0.. ~ -~~ Cents per EA $ Z1 8>00 $ z soo...-"? 111-46 . BID 6 EA 10 ' Curb Inlet; 00106 Per Item SP-66 & SS-444 T \i!,,l t;,M'T'{ \'WO \.\~t.l.l;!UC) Dollars and 00 ()0 No $7..'Z--OO -$ I~ z,oo -Cents per EA 111-47 . BID 1 EA 20 ' Curb In let ; 00108 Per Item SP-66 & SS-444 f-oo.."f"( T\.\-~ "~l'.\.Qfl..t~ Dollars and 00 Od $ 4 /~DD --~ Cents per EA $ LI 3CO • 111-48 . BID 104 CY Trench Excavation and Backfill for Storm 00101 Drain ; Per Item SP-67 & SS-402 Je.J Dollars and ~o (JO -~o Cents per CY $ JO $/Ol/0- Page 22 of 28 NOY~_9 _3-2'.008__M ON 04 : 34 PM CI TY F. W. ENG !NEERING FA X NO. 817 871 7854 P. 08 2004 CAPITAL IMPROVEMENTS PROJECT -CONTRACT 48 Canton Dr, Church St; Halbert St, & Van Natta Ln Improvements (DOE No. 5409) UNIT Ill-PAVING & DRAINA'GE IMPROVEMENTS · (C200 541200 20540 00450 83) ~ASE BID ~y CPMS M NO. 111-49 . BID 00372 -111 -50. BID 00 147 -· 111-fi 1. BID 00100 111 -!>2 . BID 00181 111-53 . BID 00094 - APPR. DESCRIPTION OF ITEMS WITH BID qTY PRICES WRITIEN IN WORDS 282 LF Trench Safety System (> 5-foot Depth): Per Item SS -525 \),-.}.t_ Dollars and "1o Cents per LF 344 CY Topsoil , As Directed by Engineer; Per Item SP~ 71 Fifte~n Dollars and No Cents pe r CY 1 LS SWPPP Implementation and Maintenance; Per Item SP-68 I:':l:lt;. \4-~.;. Q<2.t.D Dollars and ~o Cents per LS 9MO Traffic Control Plan ; Per Item SP-92 & Details "I w g T ""°v..~4M,.[:::) Dollars and ~Q Cents pert;!".., 42CY Dry Stone Rip rap (Type R); rl/\J ... Per Item TxDOT 432 s\ 'l'T '< 5iww Dollars and »o Cent s per CY UNIT Ill-PAVING & DRAINAGE IMPROVEMENTS BASE BID (Forward to Bid Summary Page) Page 23R of 28 AMOUNT UNIT PRICE BID 00 ()0 $ ~-$L'B2- $ 15.00 $ 5 ,160 .00 00 -Qo $ S-OD $ 6DO- QC) ~ $Z000 -$ H?, 000 00 oo -- $ ~1' $'2.~llt 2004 CAPITAL IMPROVEMENTS PROJECT-CONTRACT 48 Canton Dr, Church St, Halbert St, & Van Natta Ln Improvements (DOE No. 5409) UNIT Ill -SELECT DRAINAGE IMPROVEMENTS (C200 541200 20540 00450 83) ALTERNATE A: GREEN CONCRETE PAVEMENT PAY CPMS APPR . DESCRIPTION OF ITEMS WITH BID AMOUNT ITEM NO . QTY PRICES WRITTEN IN WORDS UNIT PRICE BID IIIA-1 . BID 19 ,892 7" Reinforced Concrete Pavement , Green 01192 SY Cement ; Per Item SP-42 & SP-91 T ~Hl..J:::( \~O Dollars and "2.\c, ~2. \Wt:.l'ol'T'< Si~ Cents per SY $ 1, z_ $ \c4-\ :\-\5 - ' UNIT Ill -PAVING & DRAINAGE IMPROVEMENTS ALTERNATE A-GREEN CONCRETE PAVEMENT SUBTOTAL ~'2. (Forward to Bid Summary Page) $ \o4-\, + \ 5 - Page 24 of 28 2004 CAPITAL IMPROVEMENTS PROJECT-CONTRACT 48 Canton Dr, Church St, Halbert St, & Van Natta Ln Improvements (DOE No. 5409) UNIT Ill -PAVING & DRAINAGE IMPROVEMENTS (C200 541200 20540 00450 83) ALTERNATE B: NON-GREEN CONCRETE PAVEMENT PAY CPMS APPR. DESCRIPTION OF ITEMS WITH BID AMOUNT ITEM NO . QTY PRICES WRITTEN IN WORDS UNIT PRICE BID 1118-1. BID 19,892 7" Reinforced Concrete Pavement, Non- 00452 SY Green Cement; Per Item SP-42 T 1--H ~ ,'( ,w Sl Dollars and '2..\o C\'2. \~~,-.l"T'{ s,~ Cents per SY $ 32-$ (cl\\ +\S- UNIT Ill -PAVING & DRAINAGE IMPROVEMENTS ALTERNATE B-NON-GREEN CONCRETE PAVEMENT SUBTOTAL (Forward to Bid Summary Page) $ Page 25 of 28 BID SUMMARY UNIT I -WATER IMPROVEMENTS 00 SUBTOTAL (1) $ 3~2. SLtto - UNIT II-SANITARY SEWER IMPROVEMENTS ()0 SUBTOTAL (2) $ 3~/\ 3~q- UNIT 111-PAVING & DRAINAGE IMPROVEMENTS 90 BASE BID-SUBTOTAL (3) $}kC\.. soe:>- UNIT 111-PAVING & DRAINAGE IMPROVEMENTS C\'2. ALTERNATE A-GREEN CONCRETE PAVEMENT SUBTOTAL (A) $ ~L\:l 1 -=\--\ 5 - UNIT Ill -PAVING & DRAINAGE IMPROVEMENTS C\ "Z.. AL TERNA TE B -NON-GREEN CONCRETE PAVEMENT SUBTOTAL (B) $ bl.\:\ +\S- PROJECT BID TOTALS GREEN CONCRETE PAVEMENT ALTERNATE A 42. -(1 +2+3+A) $ 2 IS3 4-DCi NON-GREEN CONCRETE PAVEMENT ALTERNATE B 42.. -(1 +2+3+8) $ z. 15 3 4-0'l Page 26 of 28 Within ten (10) days after notification by the City of Fort Worth, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents , for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth , Texas, in the event the contract and bond or bonds are not executed and delivered within the ti me above set forth , as liquidated damages for the delay and additional work caused thereby . If as a requirement of this project , the unders igned bidder certified that they have been furnished at least one set of the General Contract Documents and General or Spec ial 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 assured 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 C ity Ord inance No. 7278 as amended by City Ordinance No . 7400 . The Bidder ag rees to begin construction with ten (10) calendar days after issue of the work order and to complete the contract within 280 days after beginning construction as set forth in the written work order to be furnished by the "owner. L Z2.0 \iJoo.ll-11,,t" 0P'l5, (Complete A or B below , as applicable) Pea. Ac.1>~N()"t"'I ~ 1 [ ] 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 b idders by state law. A copy of the statute is attached. [ ] Nonresident bidders in the State of , our principal place of business , p(1 B. 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. Receipt is acknowledged of the following addenda: Addendum No.~ ~ Addendum No . 2 -------- Addendum No. 3 -------- Page 27 of 28 (SEAL) If Bidder is Corporation Date : Nov. 'e 200'2, I Respectfully submitted , fuAQ,) \..t:_ + \j,""1,J \NC.., ---I o'2"' AL gz_ - Title : V, c..E. P12-e.s..,pe..,-...>;r: Address: -------- -END OF PROPO SAL- Page 28 of 28 G,REEN CEMENT POLICY COMPLIANCE STATEMENT (To be furnished by the Contractor to the City at the time of bid opening) (Submit separate forms for each supplier I product supplier) Name of Project: City Praj. No.: This is to certify that the cement to be utilized for the above project will meet the following criteria : The cement was manufactured in a kiln utilizing the dry process (list source below} or in a kiln that meets the emission standard of 1. 71b or less of NOx I ton of clinker released into the atmosphere. Name of Manufacturer Addres,s, of Manufacturer: M , c '-o--r ,., , A.J : \ 'E-Xi A-:;, ___ .......... __________ ,,,_ ______ __._"'---- Title S:1A s I\ ... £_ ~ \J l9',lrJ Company Phone Number --- SUPPLIER Name Title TAR-2-A-N"'f" Lo"1C-L-E-T E. Company Phone Number VENDORCOMPLIANCETOSTATELAW The 1985 Session of the Tex as 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 bus iness are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-State or nonresident bidders in order for your bid to meet specifications . The failure of out-of-State or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A . Nonresident vendors in (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Nonresident vendors in __________ (give State), our principal place of business , are not required to underbid resident bidders . B. Our principal place of business or corporate offices are in the State ofT exas1 BIDDER: ?io. Box ::J-938,0 City State Zip By: Te:..t2..~'t' \.\e.N~~s~J (Please print) Title: (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION SECTION B UNIT I -WATER IMPROVEMENTS UNIT II -SANITARY SEWER IMPROVEMENTS P253 541200 60517 00450 83 P258 541200 70517 00450 83 Special Instructions to Bidders Part C -General Conditions Part C-1 -Supplemental Conditions to Part C General Conditions Part D -Special Conditions Part DA -Additional Special Conditions Part E -Material Specifications SPECIAL INSTRUCTIONS TO BIDDERS 1) PREOUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other docum:nts 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 me (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. t) 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 (finmcial 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 exewte the Contract Documents within ten (10) days after the contract has been awarded To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must ( l) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a re insurer that is authorized and admittedas 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. 4 . WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: 09/10/04 1 (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not Jess 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 contra:t; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by theCity . The provisions of Right to Audit, under paragraph L of Section C 1: 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 Jess, 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 ofFort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located. "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the bid amount is $25 ,000.00 or Jess, 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 Govemrrent, 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 employeesor in connection with the terms, conditions or privileges of their employment, discriminate against persons because of their age except on the bases of a bona fide occupational qualification , retirement plan or statutory requirement. 09/10/04 2 Contractor further covenants that neither it nor its officers, members , agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit f<r such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements . Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performan:e 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 1he provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with AD A's provisions and any other applicable federal, state and local laws concerning disability and will defend , indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractors and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No . 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts . A copy of the Ordinance can be obtained from the Office of the City Secretary . The bidder shall submit the MBE/WBEUTILIZA TION 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 m later than 5:00 p.m ., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made . Such receipt shall be evidence that the documentation was received by the City . Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or women busness 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 ofno't less than three (3) years. 12. FINAL PAYMENT. ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. b. Payment of the retainage will be included with the final payment afteracceptance of the project as being complete. c . The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City . 09/10/04 3 d . The warranty period shall begin as of the date that the 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 Su-ety have been delivered to the city and there is a dispute regarding (i) fmal quantities, or (i i) 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 fmal qumtities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. 09/10/04 4 Cl-1 Cl-1.1 Cl-1.2 Cl-1.3 Cl-1.4 Cl-1.5 Cl-1~6 Cl-1.7 Cl-1.8 Cl-1.9 Cl-1.10 Cl-1.11 Cl-1.12 Cl-1.13 Cl-1.14 Cl-1.15 Cl-1.16 Cl-1.17 Cl-1.18 Cl-1.19 Cl-1.20 Cl-1.21 Cl-1.22 Cl-1.23 Cl-1.24 Cl-1.25 Cl-1.26 Cl-1.27 Cl-1.28 Cl-1.29 Cl-1.30 ·c1-1. 31 Cl-l.32 C2-2 c2-2.1 · c2-2.2 C2-2.3 C2-2.4 C2-2.5 C2-2.6 PART C -GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER, 1, 1987 TABLE OF CONTENTS DEFINITIONS Definition of Terms Contract Documents Notice to Bidders Proposal Bidder General Conditions Special Conditions Specifications Bond Contract Plans City City Council Mayor City Manager City Attorney Director of Public Works Director, City Water Department Engineer ___ .. ·····, Contractor Sureties ~ The Work or Project Working Day Calendar Day Legal Holiday Abbreviations Change Order Paved Streets and Alleys Unpaved Streets and Alleys City Streets Roadway Gravel Street INTERPRETATION AND PREPARATION OF PROPOSAL Proposal Form Interpretation of Quantities Examination of Contract Documents and Site Submitting of Proposal Rejection of Proposals Bid Security ( 1 ) c1~1 Cl> Cl-1 (1) Cl-1 (2) Cl-1 (2) Cl-1 (2) Cl-1 (2 -) Cl-1 (2) Cl-1 (2) Cl-1 (2) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 _(4) Cl-l (4) Cl-1 -.:(4) Cl-1 J4) c1J1-is, Cl-1 . (6) Cl-1 .(6) Cl-1 (6) Cl-1 ··(6) Cl-1 (6) Cl-°! (6) . C2-2 .Cl) c2..:.2 ., c'1 > C2-2 (2) C2-2 (3) C2-2 (3) C2-2 (3) C2-2.7 C2-2.8 C2-2.9 C2-2.10 C2-2.ll C2-2.12 C3-3 C3-3.l C3-3.2 C3-3.3 C3-3.4 C3-3.5 C3-3.6 C3-3.7 C3-3.8 C3-3.9 C3-3.10 C3-3.ll C3-3.12 C3-3.13 C3-3.14 C3-3.15 C4-4 · C4-4.l C4-4.2 C4-4.3 C4-4.4 C4-4.5 C4-4.6 C4-4. 7 · cs-s cs-s.1 CS-5.2 CS-5.3 CS-5.4 CS-5.5 CS-5.6 CS-5.7 · CS-5.8 CS-5.9 CS-5.10 ·cs-s.11 CS-5.12 CS-5.13 CS-5.14 CS-5.15 CS-5.16 CS-5.17 CS-5.18 Delivery of Proposal Withdrawing Proposals Telegraphic Modification of Proposals Public Opening of Proposal Irregular Proposals Disqualification of Bidders AWARD AND EXECUTION OF DOCUMENTS Consideration of Proposals Minority Business Enterpise Women-Owned Business-Enterprise compliance Equal Employment Provisions Withdrawal of Proposals Award of Contract Return of Proposal Securities Bonds Execution of Contract Failure to ~xecute Contract Beginning Work Insurance Contractor's Obligations Weekly Payroll Contractor's Contract Administration Venue SCOPE OF WORK Intent of Contract Documents Special Provisions Increased or Decreased Quantities Alteration of Contract Documents Extra Work C2-2 (4) C2-2 C 4) C2-2 C 4) C2-2 (4) C2-2 (4) c2-.2 cs> C3-3 Cl) C3-3 Cl> C3-3 Cl) C3-3 {2) C3-3 {2) C3-3 (2) C3-3 (2) C3-3 (4) C3-3 (4) C3-3 (4} C3-3 (4) C3-3 (7) C3-3 (7) C3-3 {7) C3-3 CB) C4-4 Cl) C4-4 Cl) C4-4 Cl) c4...;4 c2 > c4·...;4 c2 > Schedule of Operations . c4-4 . <3> Progress Schedules for .Water and Sewer Plant Facilities CONTROL OF WORK AND MATERIALS Authority of Engineer . Conformity with Plans Coordination of Contract Documents Cooperation of Contractor Emergency and/or Rectification Work Field Office Construction Stakes Authority and Duties of Inspectors ·:~\ Inspection · · · , .... -,. ···i .. · 0 .'. Removal of Defective and Unauthorized Work Substitute Materials or Equipment Samples and Tests of Materials Storage of Materials Existing Structures and Utilities Interruption of Service Mutual Responsibility of Contractors Cleanup Final Inspection . c.i~:4 · <4, CS-5 Cl) ts-s c1> CS-5 (2) cs-s (2) CS-5 (3) C5-5 (3) CS-5 (3) CS-5 (4) cs.;.:;s ·'( s > cs-s (5) CS-5 (5) CS-5 (6) CS-5 (6) CS-5 ··(7) CS-5 (7) CS-5 C 8) CS-5 C 8) CS-5 (9) C6-6 C6-6.l C6-6.2 C6-6.3 C6-6.4 C6-6.5 C6-6.6 C6-6.7 C6-6.8 C6-6.9 C6-6.10 C6-6.ll C6-6.12 C6-6.13 C6-6.14 C6-6.15 C6-6.16 C6-6.17 C6-6.18 C6-6.19 C6-6.20 CG-6.21 C7-7 . C7-7.l C7-7.2 C7-7.3 C7-7.4 C7-7.5 C7-7.6 C7-7.7 C7-7.8 C7-7.9 C7-7.10 C7-7.ll C7-7.12 C7-7.13 C7-7.14 C7-7.15 C7-7.16 C7-7.17 C8-8 C8-8.l CS-8.2 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY Laws to be Observed Permits and Licenses Patented Devices, Materials and Processes Sanitary Provisions Public Safety and Con~enience Privileges of Contractor in Streets, Alleys, and Right-of-Way Railway Crossings Barricades, Warnings and Watchmen Use of Explosives, Drop Weight, etc. Work Within Easements Independent Contractor Contractor's Responsibility for Damage Claims Contractor's Claim for Damages Adjustment of Relocation of Public Utilities, etc. Temporary Sewer Drain Connections Arrangement and Charges of Water Furnished by City Use of a Section of Portion of the Work Contractor's Responsibility for Work No Waiver of Legal Rights Personal Liability of Public Officials State Sales Tax PROSECUTION AND PROGRESS Subletting Assignment of Contract Prosecution of the Work Limitations of Operations Character of Workman and Equipment Work Schedule Time of Commencement and Completion Extension of time of Completion. Delays Time of Completion Suspension by Court Order Temporary Suspension Termination of Contract due to Nat'ional Emergency Suspension of Abandonment of the Work and Annulment of Contract Fulfillment of Contract Termination for Convenience of the Onwer Safety Methods and Practices MEASUREMENT AND PAYMENT Measurement of Quantities Unit Prices C 3 ) C6-6 Cl) C6-6 Cl) C6-6 (1) C6-6 (2) C6-6 C2) C6-6 ( 3) C6-6 C 4) C6-6 C4) C6-6 (5) C6-6 (6) C6-6 C8) C6-6 C 8) C6-6 ClO) C6-6 ClO) C6-6 C 10) C6-6 Cll) C6-6 (11) C6-6 (11) C6-6 Cl2) C6-6 C 12) C6-6 Cl2) C7-7 Cl) C7-7 Cl) C7-7 (1) C7-7 (2) C7-7 (2) C7-7 (3) C7-7 (4) C7-7 (4) C7-7 (4) C7-7 (5) C7-7 (6) C7-7 C6) C7-7 (7) C7-7 (7) C7-7 (9) C7-7 ClO) C7-7 (13) CS-8 Cl) C8-8 Cl) I, . I , ... ~,,. .. •. ', ' .., CB-8.3 C8-8.4 C8-8.5 CB-8.6 C8-8.7 C8-8.8 C8-'8.9 CS-8.10 C8-8.ll CS-8.12 CB-8 .. 13 '· Lump Sum Scope of Payment Partial Estimates and Retainage Withholding Payment Final Acceptance Final Payment Adqµacy of De~ign General Guaranty Subsidiary Work Miscellaneous Placement of Material Record Documents ., t ,.· .. i- ( 4) C8-8 (1) C8-8 (1) C8-8 ( 2) C8-8 ( 3) C8-8 (.3) C8-8 (3) C8-8 (4) CS-8 ( 4) CB-8 ( 5) CB-8 C 5) C8-8 CS) ,,: ,, ' ' '., ' .. . : '. '-I t · "' f • . ; . ,· I•,. >ii . .' '• PART C -GENERAL CONDITIONS Cl-1 DEFINITIONS SECTION Cl-1 DEFINITIONS Cl-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the following terms or pronouns in place of them are used, the intent and meaning shall be understood and interpreted as follows: Cl-1.2 CONTRACT DOCUMENTS: The Contract Documents are all of the written and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern the terms and performance of the contract. These are contained in the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and include the following items: PART A NOTICE TO BIDDERS (Sample) PART B -PROPOSAL (Sample) PART C -GENERAL CONDITIONS (CITY) PART D - PART E - (Developer) SPECIAL CONDITIONS SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS PART G -CONTRACT (Sample) (Sample) White White . Canary Yellow Brown Green El-White E2-Golden Rod E2A-White Blue White White b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the ·£allowing items: PART A -NOTICE TO BIDDERS (Advertisement) Sarne as above PART B -PROPOSAL (Bid) PART C -GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART E -SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS PART G -CONTRACT PART H -PLANS (Usually bound separately) Cl-1 Cl) Cl-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. Cl-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner qesires 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. Cl-1.5 BIDDER: Any . person, persons 1 firm, partnership, company, association, corporation, acting directly or through a duly authorized representative, submitting a prpposal for performing the work contemplated under the Contract Documents, constitutes a bidder. Cl-1.6 GENERAL CONDITIONS: The General Conditions are the usual tonstruction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes, and requirements of the City of Fort Worth's charter and promulgated ordinances. Wherever there may be a conflict between the General ·, Conditions and Special Conditions, the latter shall take precedence and shall govern. Cl-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 Cortditions and other elements of the · Contract Documents they provide the information which the Contractor and Owner should have in .order to gain a tho.rough knowledge ·of the project. Cl-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which sets forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed and useful project. Whenever reference is made to standard specifications, regulations, requirements, statutes, etc., such referied to documents shall become a part of the Contract Documents just as though they were embodied therein. Cl~l.9 BOND: The bond or bonds are the ~ritten guarantee or security furnished by the Contractor for the ~rompt and Cl-1 (2) faithful performance of the contract and include the following: a. Performance Bond (see paragraph C3-3.7} b. Payment Bond (see paragraph C3-3.7} c. Maintenance Bond (see paragraph C3-3.7} d. Proposal or Bid Security (see Special Instructions to Bidders, Part A and C2-2.6} Cl-1.10 CONTRACT: The Contract is the . formal signed agreement between the Owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. Cl-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the location, dimension and position of the various elements of the project, including such profiles, typical cross-sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The plans are usually bound separately from other parts of the Contract Documents, but they are a part of the·contract Documents just as though they were bound therein. Cl-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Manger, each of which is required by charter to perform specific duties. Responsibility for final enforcement of Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous. Cl-1.13 ·cITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. Cl-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tern of the City of Fort Worth, Tex~s. Cl-1.15 CITY MANAGER: The officially appointed and authorized · City Manager of the City of Fort Worth, Texas, or his duly authorized representative. Cl-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. Cl-1 (3) Cl-1.17 DIRECTOR OF PUBLIC WORKS: The duly appointed official of the City of Fort W6rth, referred to in the ,Charter as the City Engineer, or his duly authorized representative.· Cl-1.18 DIRECTOR, CITY WATER DEPARTMENT: The duly appointed Director of the City Water bepartment of the City of _Fort Worth, Texas, or his duly authorized representative, assistant, o.r a -gents. Cl-1.19 ENGINEER: The Director of Public Works, the Director .of the Fort Worth City Water Department, ot ~heir ~uly ~uthorized assistants, agents, engineers, inspectors, or superintendents, acting· within the scope of the particular duties entrusted to them. · Cl-1.20 CONTRACTOR: The person, persons, partnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of the work, acting directly or through · a . duly authorized .representative. ~ sub-contractor is a person, firm, corporation, or others under contract with the principal contractor, supplying .labor and materials oi only labor, f6r work at the site of the project. cl~l.21 SURETIES: The Corporate bodies which are-bound by such bonds are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and ·, all requirements as set forth in the Contract Documents and approved changes therein. Cl-1. 22 TB:'E WORK OR PROJECT: The completed work contemplated in aqd ccivered by the Contract Documents, including but not limited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. · Cl-1. 23. WORKING DAY: A working .day is def.ined as a calendar day, not including Saturdays, Sundays, and legal holida~~' in which the weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.rn., with exceptions as permitted in paragraph C7-7.6. Cl-1.24 CALENDAR DAYS: A calendar day is any day of the. week or month, no days being excepted. Cl-1.25 LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: Cl-1 (4) 1. 2. 3. 4 . 5. 6. 7. 8. 9. New Year's Day M. L. King, Jr. Birthda~ Memorial Day Independence Day Labor Day Thanksgiving Day Thanksgiving Friday Christmas Day Such other days in lieu of holidays as the City Council may determine January 1 Third Monday in January Last Monday in May July 4 First Monday in September Fourth Thursday in November Fourth Friday in November December 25 When one of the above named holidays or a special holiday is declared by the City Council, falls on Saturday, the holiday shall be observed on the preceding Friday or if it falls on Sunday, it shall be observed on the following Monday, by those employees working on working day operations. Employees working calendar day operations will consider the calendar holiday as the holiday. Cl-1.26 ABBREVIATIONS: Wherever the abbreviations defined herein appear in Contract Documents, th~ intent and meaning shall be as follows: AASHTO -American Association of MGD State Highway Transportation Officials ASCE -· American Society of Civil LAW ASTM AWWA ASA HI Asph. - Ave. Blvd. CI CL GI Lin. lb. MH Max. Engineers In Accordance With American Society of Testing Materials American Water Works Association American Standards Association Hydraulic Institute Asphalt Avenue Boulevard Cast Iron Center Line Galvanized Iron Linear or Lineal Pound Manhole Maximum Cl-1 (5) -Million Gallons Per Day CFS -Cubic Foot per Second Min. -Minimum Mono.-Monolithic % -Percenturn R -Radius I.D. -Inside Diameter O.D. -Outside Diameter Elev.-Elevation F -Fahrenheit C Centigrade In. Inch Ft. -Foot St. -Street CY Cubic Yard Yd. -Yatd SY -Square Yard L.F. -Linear Foot D.I. -Ductile Iron Cl-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the 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. , cl.:..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: i 1. Any type of asphaltic concrete with or without separate base material. 2. Ahy type of asphalt surface treatment, not including an oiled surface, with or withdut separat~ base material. 3~ Brick, with or without separate base material. 4. Conbrete, with or without separate base material. 5. Any combination of the above. Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, rciadway or other surface is any area except those defined above for "Paved Streets and Alleys." Cl-1.30 CITY STREETS: A city street is defined as that area between the right~of-way lines as the street is dedicated. Cl-1.31 ROADWAY: The roadway is defined as the area between parallel lines two (2') feet back of the curb lines or }our C 4') feet back of the average edge of pavement where no curb exists. Cl-1.32 GRAVEL STREET: A gravel street is any unpaved st~eet to which has been added one or more applications of gravel or similar material other than th~ natural material found on the street surface before any i~provement was made • . Cl-1(6) - .. SECTION C -GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.l PROPOSAL FORM: The Owner will furnish bidders with proposal form, which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder's general _understanding of the project to be completed, provide a space . for . furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "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 hav~ been so prepared as to reflect the current financial status. This statement must be current and not more than one Cl) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. Liquid assets in the amount of ten (10%) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the fir~ 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 on projects completed not more than five {5) years prior to the date on which are to be received. The Director of the Water department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal C2-2(1) forms or other parts of 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 onli the actual quantities of work performed or materials furnished in strict accordance with ~the Contract Documents and Plans. The quantities of work to be p~rformed 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 Doc~ments. · C2-2. 3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Biddeis ar~~d~i~ed that the Coritiact Docum~nts ·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 the filing of proposal, to read and become familiar with the Contract Documents, to visit the site of the project and examine carefully all local _ conditions, to inform themselves by theii own independent research and investigations, tests, boring, and by such other means as may be necessary to gain a ~omplete knowledge of the , conditions which wi 11 be encountered during the construction of the project. They must judge for themselves the difficulti~s of the work and all ~ttending circumstances affecting the cost of doing the work or the time requi~ed for its completion, and obtain all information required to make an . intelligent proposal. No information given ·by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda ihereto, shall be binding upon the Owner~ Bidders shall rely ex c 1 u s i v e 1 y a n d s .o l.e 1 y .u p o n t .h e i r . ow n e s t i m a t e s , investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the investigations, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings, if any, showing on the plans are for general information only ·and may not be correct. Neither the C2-2(2) ,- Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 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 Bidqer shall state the prices, written in ink in both words and numerals, for which he proposes to do the work contemplated or furnishe the materials required. All such prices shall be written legibly. In case of discrepancy between the price written in words and the price written in numerals, the p _rice 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 Cher) duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given, and the proposal must be signed by a member of the firm, association, or partnership, or by a person duly authorized. If a proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power of Attorney authorizing agents or others to sign · proposal must be properly certified and must be in writing and · submitted with the proposal. C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures, additions not called for, conditional or uncalled for alternate bids, incomplete bids, erasures, or irregularities of any kind, or contain unbalance value of any items. Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2.6 BID SECURITY: No propo~al ·will be con~idered unless it is accompanied by a "Proposal Security" of the character and in the amount indicated in the "Notice to Bidders" and the "Proposal." The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is 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(3) C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manag2r or his repres·enta ti ve in the official place of busines~ a~ set forth in the "Notice to Bidders. It • It is the Bidd.er Is sole respons.ibili ty to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and ·the name or description of the project as - designat~d in the "Notice to Bidders." The envelope shall be addressed to tbe City Manager, City Hall, Fort ~orth, Texas. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for operiing proposal~. A request for non-cbnsideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. · C2-2. 9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communi~ation at any iirne - 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 w~itten and duly authenticated con£ irmation 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, ho further consideration will be given to the proposal. C2-2 .10 PUBLIC OPENING OF -PROPOSAL: ·Proposals which have been properly filed and for which no "Non-consideration Request" has been received will be publicly opened and reid aloud by the City Manager or his authorized representative at the time and place indicated in the "Notice to Bidders." ~11 ~roposals _ which· have been opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. C2-2.ll IRREGULAR PROPOSALS: Proposals shall be considered as being "Irregular" if they sho~ any omissions, alterations of form, additions, or conditions not called . for, unauthorized alternate bids, or irregularities of any kind. However, the C2-2(4) - • ..... Owner reserves the right to waive any and all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal aftec the closing hour is an irregularity which cannot be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of, but not limited to, the following reason: a. b. c. d. e. f. g. h. Reasons for believing that collusion exists among bidders . Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. The bidder being in arrears on any existing contract or having defaulted on a previous contract. The bidder having performed a prior contract in an unsatisfactory manner. Lack of competency as revealed by the financial statement, experience record, equipment ·schedule, and such inquiries as the Owner may see fit to make. Uncompleted work ~hich, in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following: 1. 2. 3. Financial Statement showing the financial condition of the bidder as specified in Part "A" -Special Instructions. A current experience record showing especially the projects of a nature similar to the -one under consideration, which have been successfully completed by the Bidder. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of a bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. C2-2(5) -. .... - -· > ' .. - PART C -GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3 .1 CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. ' Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and or a a Woman-owned Business Enterprise (WBE} on the contract and the payment therefor. Contractor further agrees, upon request by Owner, to allow and audit and/or an examination of any books, records, or files in the possession of Contractor that will substantiate the actual work performed by the MBE or WBE. Any material misrepresentation of ·any nature will b~ grounds for termination of the contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for · bidding on future Contracts with the Owner for a period of time of not less than six (6) months. C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinance prohibiting discrimination in employment practices. C3-3 (1) Th~ 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 appli6ant he may have on file in his offica to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAWA::[,,.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 orooosals . " ~ were opened. . . . C3-3.5 AWARD OF CONTRACT: The Own~r reserves the right to withholdfinal action on the propcisals for a reasonable time, not to exceed forty-five C.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 t~e resp6nsibility of the proposed a war dee •.. The award of the contract, if an award is made, will be to the lowest and best responsible bidder. The award of th~ contract shall not become e£fective until the Owner has notified the Contractor in writing of such awatd. 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 corisidered 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 bond furnished or the Owner has otherwise . disposed of the bids, after which they will be returned by the City Secretary. C3-3. 7 BONDS: With the execution .and ,delivery of the Contract Documents, the Contractor shall furnish to, and file with the Owner in the amounts herein required, the following bonds: a. PERFORMANCE BOND: A good and sufficient . performance bond in an amount not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, -guaranteeing the full and faithfui execution of the · work and perfo~mance of the contract, and for the orotection of the Owner and all other persons ~gainst damage by reason of negligence of the Contractor, or improper execution of the work or the use of inf~rior materials. This performance C3-3 (2) .. ..... - b. c. d. bond shall guarantee the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph ca-a.10. PAYMENT BOND: A good and sufficient payment bond, in an amount not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all claimants as defined in Article 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill 344 Acts 56th Legislature, Regular Session, 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being construct2d under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made. OTHER BONDS: Such other boids 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 .fur.nis.hed .. 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 immediate l y provide a C3-3 (3) new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties, as required, have qualified and ~have been accepted by the Owner. The contract shall not be operative nor will any payments be dµe or paid until approval of the bonds by the Owner. C3~3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has by appropriate resolution, or otherwise, award~d the contract, the Contractor shall execute and file with the Owner the Contract and such bonds as may be required in the Contract Documents. No contract shall b .e . binding . upon the owner until it has been attested by the City Secretary, approved as to form and legality by the City Attorney, and executed for the Owner by either the Mayor or City Manager. C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10) days after the contract is awarded shall be considered by the Owner as an abandonment of his proposal, and the Owner may annul the Award. By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accur~tely determine the amount of datnages occuring to the Owner by reasori of said awardee's failure to execute said bonds a~d contract within ten (10) days, the proposal security accompanying the proposal shall be the agreed amount of damages whieh Owner will suffer by reason of such failure on the part of the Awardee and shall thereupon immediately be forfsited to the Owner. The filing of a proposal will be considered as an acceptance of this provision by the Bidder. C3-3.10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner. Should the Contractor fail · to commence work at the sit-= of the project within the time stipulated in the written authorization usually termed the "Work Order" or "Proceed Ordei", it is agreed that the Surety Company will, within ten (10) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. C1-3.ll INSURANCE: The Contractor shall not commence work under this contract until ~e has obtained all the insurance required under the Contract Documents, and such insurance has been approved by the Owner. The prime Contractor shall be .responsible for delivering to the Owner the sub-contractors' C3-3 (4) - - certificate of insurance for approval. The prime contractoc shall · indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub-contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. a. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Workers' Co~pensation Insurance on ail of his employees to be engaged in work on the · project under this contract, and for all sub~contractors. In case any class of employees engaged in hazardous work on the proj~ct under this contract is not protected under the Workers' Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. b. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the life of this contract Contr~ctor's Comprehensive General Liability Insurance. (Public Liability and Property Damage Insurance) in an amount not less than $500,000 covering each occurrence on account of bodily injury, ·including death, and in an amount not less than $500,000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. c. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: 1. 2. 3. 4. Contingent Liability (covers General Contractor's Liability for acts of sub-contractors). Blasting, prior to any blasting being done~ Collapse of buildings or structures adjacent to excavation (if excavations are to be performed adjacent to same). Damage to underground utilities foe $500,000. C3-3 (5) . d. 5. 6. Builder's ris~ (where above-ground structures are involved) . Contractual Liability (covers all indemnification requirements of Contract}. AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure .and maintain, during the life of this Contract, Comprehensive Automobile Liability insurance in an amount ~ot 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 th~ Contractor .and his sub-contractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or iridirectly _employed by him, and also against any of the following special hazards which may be enc6untered in ~the p~tformance f. g. of the Contract. · PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with satisfactory · proof of coverage by insurance required in these Contract Documents in amounts and ·by carriers satisfactory to the Owner. (Sample attached.} All insurance requirements made upon the Contractor shall apply to the sub-contractor, should the Prime Contractdr's insurance not cover the sub-contractor's woik operations. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's insurance and performance, payment, maintenance and all such other bonds are written shall be represented by an agent or agents having an office located ~ithin the city limits of the C3-3 (6) ,, - - -- City of Fort Worth, Tarrant County, Texas. Each such agent shall be a duly qualified, one upon whom service of process may be had, and must have authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, any claims that the City of Fort Worth or other claimant or any property owner who has been damaged, may have against the Contractor, insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local ag~nt or claims officer residing in the Metroplex, the Fort Worth-Dallas area. The name of the agent or agents shall be set forth on all of such bonds and certificates of insurance. C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor and services when due. C3-3.13 WEEKLY PAYROLL: A certified.copy of each payroll covering payment of wages to all person engaged in work -0n the project at the site oE the project shall be furnished to the Owner's representative within seven (7) days after the close of each payroll perioj. A copy or copies of the applicable minimum wage rates as set £.:::>rth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Own2r; however, po3~ing and protection of the wage rates shall be the responsibility of the Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person, p2rsons, partnershi9, company, firm, association, corporation or other who is approved to do business with and ent2rs into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth-Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office (or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or otherwise and aa such shall be empowered, thus delegated and dir2cted, to settle all material, labor or other expenditures, all claims against the work or any other C3-3 (7) matter associated such as rn~intainin~ adequate and appropriate insurance or security coverage for the project. Such local authority for administration of the work under the Contract shall be maintained until all busiri~ss transactions executed as part of the Contract are complete. Should the Contractor's principal base of operations be other than in th~ Fort Worth-Dallas metropolitan area, notification of the Contractor's assignment of local authority shall be made in writing to the Engineer in advance of any woik on the project, all appropriately signed and sealed, as applicable, by the ·Contrac .tor 1 s ·respon's ·i ·ble officers · with the understanding that this written assignment of authority to a local representative shall become part of the projeet Contract as though bo~nd direttly into the project documents. The intent of these requirements is that all matters associa~ed 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 Engineer, the Engineer, at his s-0le discretion, may demand that such local representative be replaced and the Engineer may, at his sole discretion, stop all work until a new local a~thority satisfactory to the Engineer is assigried~ No credit of working time will be for periods in which work stoppages are in effect for this reason. C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant County, Texas. C3-3 (8) L ...... - - . - - - - •• - - SECTION C4-4 SCOPE OF WORK PART C -GENERAL CONDITIONS C4-4 SCOPE OF WORK C4-4.l INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor·shall do all work as provided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project . C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, then "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" shall be considered to be a part of the Contract Documents just as though they were originally written therein. C 4-4. 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 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 nor shall such changes be considered as C4-4 Cl) waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted h~rein as applying to the overall quantities or sanitary sewer pipe in each pipe size, but not to the various depth categories. C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change Order, the Owner reserves the right to make such changes in the Contract Documents and in the charactec or quantities of the work as may be necessary or de.,:;Jrable t,o insure. completion in the most satisfactory manner, provided such changes do not materially alt~r the original Contract Documents or change the general n~ture of the project a~ a whol~. Such changes shall not be considered as .waiving or 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 i~ the Coritract Documents, shall be defined as "Extra Work" and shall be ~erformed bi the Coitractor in accordance with these Contract Documents or approved addit~ons thereto; ~rovided,. however, that before any extra work is begun a "Chan~e 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 m,=thods: a. Unit bid price previously approved. b. A.n agreed lump sum. c. The act ua 1 reasonable cost of C 1) labor, ( 2) rental of equipment used on the extra work for the time so used at Associated General Contractocs of America current equipment rental rates; (3 .) ·materials entering permanently into the project, and (4) actual cost of insurar'lc":, bonds, and social security as deter~ined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10% of the actual cost of such extra work. The fixed fee i~ not to include any additional profit to the Contractor for rental of equipment owned by him and used for the extra work. The fee shall be full and comp 1 et e comp ens at i oh to co 'v er · t'h e ·c 6 s t of superintendence, overhe~d, other profit, general and all other expens8 not included in Cl), (2), (3), and (4) above. The Contractor shall keep accurate cost records on the form and in the method C4-4 (2) •. ~ .... -- . -- - - - - - - - suggested by the Owner and shall give the Owner access to all accounts, bills, vouchers, and records relating to the Extra Work . No "Change Order" shall become effective until it has been approved and signed by each of the Contracting parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In case any orders or instructions, either OLal 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 ordets ~uthorizing s~ch Extra Work, prior to beginning such work. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep an accurate account of the actual reasonable cost thereof as provided under method (Item C). Claims for extra work will not be paid unl~ss the Contractor shall file his claim with the Owner within five (5) days before the time for making the first estimat-= after su·ch work is done and unless the claim is supported by sati3factory vouchers and certified payrolls covering all labor and materials expended upon the said Extra Work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans show~ng the actual inst3.llation. The compensation agreed upon for 'extra work' whether or not iniitiated by a 'change order' shall be a full, complete and final payment foL all costs Contractor incurs as a result or relating to the change or extra work, whether said costs ara known, unknown, foreseen or unforeseen at that time, includi~g without limitation, any costs for delay, extended overhea~, ripple or impact cost, or any other effect on changed or unchanged work as a result or the change or extr~ work. C4-4.6 SCHEDULE OF OPERATIONS: Before commencing any work under this contract, the Contractor shall submit to the Own~r and receiv9 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 foL which estimates are to be exp~cted. The~a C4-4 (3) shall be presented also a composite graph showing the anticipated progress of construction wit~ the time being plotted horizontally and the percentage of completion plot(ed · vertically. The progtess charts shall be prepared on B~l/2" x 11" sheets and at least five black or blue line prints shall be furnished to the Owner. · C4-4.7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES: Within ten (10) days prior to submission of first monthly progress payment, the Contractor shall prepare and submit to the Owner for approval six copies of the schedule in which the Contractor proposes to carry on the work, the date of which he will start the several major activities (including procurement of materials, plans, and equipment) abd the contemplat~d dates for completing thi same .. The schedule shall be in the form of a time schedule Critical Path Method (CPM) network diagram. As the work progresses, the Contractor shall ent2r on the diagram the actual progress at the end of each partial payment period . or at such intervals as directed by the Engineer. The Contractor shall also revise the schedule to reflect any adjustments in contract time approved by the Engineer. Three copies of the updated schedule shall be deliver~d at such intervals as directed by the Owner. As a minimum, the construction schedule shall incorporate all work elements and activities indicated ·in the proposal and in the technical specifications. Prior to the final drafting of the detailed construction schedule, the .Contractor shall review _the draft schedule with the Engineer to ensure the Contractor's uhderstanding of the contract requirements. The following guidelines shall be adhered to in preparing the construction schedule: a. Milestone dates and final project completion dates shall be developed to conform to tim~ constrai~ts, sequencing requirements and completion time. b. The construction process shall be divided into · activities with time durations of approximately fourteen (14) days and construction values not to exceed $50,000. Fabrication, delivery and submittal activities ar2 exceptions to this guideline. C4-4 (4) - .• - - - c. Durations shall j~ i~ calendar days and normal holidays and w8 a t h ~r conditions over the duratio~ of the contract shall be accounted for within the duration of each activity. d. One critical pat~ shall be shown an the construction schedule. e. f: 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 exdlusiv~ ~se or b~nefit of ·iither 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 activitie3 in enough detail to achieve activities of approximately fourteen (14) days duration. For each general category, the construction schedule shall identify all trades or subcontracts whose work is represented by activities that follow the guidelines of this Section. For each of the trades or subcontracts; the construction schedule shall indicate the following procurements, construction and preaccept~nc~ activities and events in their logical sequence for equipment and materials. 1. Preparation and transmittal of submittals. 2. Submittal review periods. 3. Shop fabrication and delivery. 4. Erection or installatio~. 5. Transmittal of rnanufa~t~rer's operation and mai~tenance instructions. 6. Installed equidment and materials testing. 7. Owner's operator instruction (if applicabl~). 8 • Final inspection. .:4-4 :s> . ' 9. Operational testing. · 10. Final inspection. .. If, in the opinion of the Owner, work accomplished falls behind that scheduled, t .he Contractor shall take such action as necessary to improve his progress. In addition, ~ the Owner may require the Contractor to submit a revised · schedule demonstr~ting his program and proposed plan to mike up lag in scheduled progr~ss and to insure completion of the work within the contract time. If ·the Owner finds th~ proposed plan not acceptabl~, he may requi~e the Contr~ctor to increase the work force, the 6onstruction plant and equipment, the number of work shifts or the overtime operations without additional cost to the Owner. Fa i 1 ure of the Con tractor to comply with these requirem~nts shall be considered grounds for determination by the Owner that the Contractor is failing to prosecute the work with such diligence as will insure its completion within the time specified. ' ~ . ,. ' <::4-4 (5) ·, •' I""-"\ ..... ·- - - - .- - -- PART C -GENERAL CONDITIONS CS-5 CONTROL OF WORK AND MATERIALS SECTION CS-5 CONTROL OF WORK AND MATERIALS CS-5.1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. He shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, rate of progress of the work, overall sequence of the construction, interpretation of the Contract Documents, acceptable fulfillment of the contract, compensation, mutual rights between Contractor and Owner under these Contract Documents, supervision of the work, resumption of operations, and all other questions or disputes which may arise. Engineer will not be responsible for Contractor's means, methods, techniques, sequences or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor's failure to perform the work in accordance with tha contract documents. He shall determine the amount and quality of the work · completed and materials furnished, and his decisions and estimates shall be final. His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as 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 a?d Contractor, a written decision on the matter in controversy. CS-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with -lines, grades, cross-sections, finish, and dimensions shown on the plans or any other requirements otherwise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by .-Change Order. -CS-5 (1) CS-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Pocuments are made up of several sections, which, taken together, are intended to de~cribe 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 iections. In case of discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern over specifications, special conditions shall govern over general conditions and standard specifications, and quantities shown on the pla?s shall govern over those shown in the pioposal. ·The Contractor shall not t~ke advantage of any apparent error or omission in the Contract Documebts, and the Owner shall be permitted to make such correction$ or _interpretations as may be deemed necessary for the -fulfillment of the intent of the Contract Documents. In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in the drawings, specifications, or other portions of the Contract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. CS-5.4 cooiERAT!ON OF CONTRACTOR: The Contractor· will be furnished with three sets of the Contract Documents and shall have available on the site of the project at all times one set of such Contract Documents. The Contract shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer, hi~ inspector, and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project si~e for prop~r performance of the w6rk. The Contr~~tor sh~ll provide and ~aintairi at all ti~es at the site of the project a competent~ English-speaking superintendent and an assistant who are fully authorized to act as the 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 repiesentatives. Pursuant to this responsibility of the Contractor, the Contractor shall de~ignate in writing to the project superintendent, to act as the C6ntractor'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 cir~umstances require the presence on the project site of a representative of the Contractor to ...... .- ...... ..... adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and material5 entering into the work. CS-5.S EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. Such a response shall occur day or night, whether the project is scheduled on a calendar-day or on a working-day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies, omissions, or corrections necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes a~e to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall then deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due the Contractor on the project. CS-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called for. ·The field office shall be not less than 10 by 14 feet in floor area, substantially constructe~, well heated, air conditioned, lighted, and weather-proof, so that documents will not be damaged by the elements. CS-5.7 CONSTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor with all lines, grades, and measurements necessary to the proper prosecution and control of the work contracted for under these Contract Documents, and lines, grades and measurements will be established by means of stakes or other customary method of marking as may be found consistent with good practice . cs-s (3) These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings as may be establisped for the Contractor's use or guidance ·shall be preserved by the Contractor until he is ~uthorized 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 stikes or marks plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due -the Contractor •. cs~s.8 AUTHORITY AND DUTIES OF CITY INSPECTORS: City Inspectors will be authorized to inspect all work done and to be done and all materials furnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer as to the progress of the wdrk and th~ manner in which it is being performed, to report any evidence that th_e materials being -furnished or the work being performed by the Contractor fails -to fulfill the requirements of the Contract Docume -rits, and · to call the attention of .the Contractor to any such failure or other _ infringements~ Such inspection or lack of inspecti6n will not relieve the Contractor from any obligation to perform the work in accordance with the requiremen~s of the Contract Documents. In case of any dispute arisirig between the Contractor and the City Inspector as to the materials or equipment furnished or the manner of performing the work, the City Inspector will have authority to reject materials or equipment to suspend work until the question at issue can be referred to and be decided by the Engineer. The City Inspector will not, howev~r, be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents, nor to approve .or accept any portion or section of the work, nor to issue any instructions contrary to the requirements of the Contract Documents. He will in no case act as sup~rintendent or foreman or ,perform any other duties for the Contractor, or interfere with the management or operation of the work. He will not a~d~pt frcim the Contractor any comperisation in any form for performirig any duties. The Contractor shall regard and obey the directions and instructions of the City Inspector or Engine?r when the same are consistent with the obligations of the Contract Documents, provided, however, should the Contractor object to any orders or instru=tions of the City Inspector, the Contractor may within six days make written a~peal to the Engineer for his decision on the matter in controversy. CS-5 C 4) ,.., C?-5.9 INSPECTION: The.c~ntr~ctor s hall furnish th e Engineer with every reasonable fac1l1ty for ascertaining whether or not the work as performed is in ~ccordance with the requirements of the Contract Documents. ~f the Engineer so requests, the Contractor shall, at any time before acceptance of the work r~move or uncover such ~ortion of the finished work as may b~ directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and 'replacing of the covering or making good of the parts removed shall be paid for as extra work, but should be work so exposed or examined prove to be unacceptable, the uncovering or removing and the replacing of all adjacent defective or damaged parts shall be at the Contractor's expense. No work shall be done or materials used without suitable supervision or inspection. CS-5.10 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK: All work, materials, or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at his own expense. Work done beyond the lines and grades given or as shown on the plans, except as herein specifically provided, or ·any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due to the Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such works. CS-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if Contractor wishes to furnish or use a proposed substitute, he shall, prior to the preconstruction conference, make written application to ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the functions called for by the general design, be similar and of equal substance to that specified and be suited to the same use and capable of performing the same function as that specified; and identifying all variations of the proposed CS-5 (5) -- - - - ,- - PART C -GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7.l SUBLETTING: The Contractor shall perform with his own organization, and with the assistance of workman under his immediate superintendance, work of a value of not less than fifty {50%) percent of the value embraced in the contract. If the Contractor sublets any part of the work to be done under these Contract Documents, he will not under any circumstances be relieved of the responsibility and 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 work~en of the Contractor and shall be subject to the same requirements as to character and competency. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times, when the work is in operation, be represented either in person or by a superintendent or other designated representatives. C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer, sublet, convey, or otherwise dispose of the contract or his rights, title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in by the Sureties. If the Contractor does, without such previous consent, assign, transfer, sublet, convey, br otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to any person or persons, partnership, company, firm, or corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any state, attempt to dispose of the contract may, at the option of the Owner be revoked and annulled, unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retained by the Owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages. C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction operation, 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 r,7 _-, ,, ' pro~ecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. There shall also be submitted a table of estimated amounts to be earn~~ by the Contractor during each monthly estimate period. The Contractor shall commence the woik to be performed under this contract within the time limit stai~d in these Contract Documents and shall conduct the work in a continuous manner and with .s .ufficient equipment, materials, and labor as is necessary to insure its completion wit~in the time limit. The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents. Any deviation from scuh sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviati6n until he has received written approval from the Engineet. Such specification or approval by the Engineer shall not relieve the Contractor from the full re~ponsibility of the complete performance of the Contract. The contract time may be changed only as set forth in Secfion C7-7.8 "Extension of Time of Completion" of this Ag~eement, and a progres~ schedule shall n6t coristitute a change in.the contract time. C7-7.4 LIMITATIONS OF OPERATIONS: The working operations shall at :all times be conducted by the Contractor so as to create a minimum ~mount of inconvenience to the public. At any time when, in the judgment of the Engiheer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way gieater than is necessary for the proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before ~he work is commenced on any additiorial section or street. C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor is available. The Contractor may bring in from outside the City of Fort Worth his key men and his superintendent. All other workmen, including equipment operatois, may be imported only after .the local supply is exhausted. The Contractor shall employ only such superintendents, foremen, and workmen who ar~ careful, competent, and fully qualified to perform the duties or tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner, shall misconduct himself orb~ found to b~ incompetent, disrespectful, intemperate, dishonest, or ' - = - otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglects or refuses to comply with or carry out the directions of the Owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have sufficient skill, ability, and experience to properly perform the work assigned to them and operate any equipment necessary to properly carry out the performance of the assigned duties. The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work, workmen or adjacent property will result from its use. C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of work completed as defined in Cl-1.23 "WORKING DAY" or the date stipulated in the "WORK ORDER" for beginning work, whichever comes first. Nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays, providing that the following requirements are met: a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later than the proceeding Thursday. b. Any work to be done on the project on such a specific Saturday, Sunday or Legal Holiday must be, in the opinion of the Engineer, essential to the timely completion of the project. 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. Calendar Days shall be defined in Cl-1.24 and the Contr~ctor may work as he so. desires. C7-7 (3) The amount of the final estimate, less previous payments and any sum that have been deducted or retained under the provisions of the Contract Documents, will be paid to the . Contractor within 60 days after final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor ha~ furnished to the Owner satisfactory evidence of payment as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit, as furnish~d by the City, certifying that all persons, firms, associations, corporations, or other organitations furnishing labor and/or materials have been paid in full, that the wag~ scale established by the City Council in the City of Fort Worth has been paid, and that there are no claims pending for personal injury and/or property damages. < The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the Owner from all claims o~ liabilities under the Contract for anything done or furnished or relating to the work under Contra~t Documents or any act or neglect of said City relating to cir connected with the Contract. The ·making of the final paymerit by the Owner shall not· relieve the Contractor of any guarantees or other r~quirements of the Contract Documents which specifically continue thereafter. C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has employed competent Engineers and design'2ts to prepare the Contract Pocu~ents and all modifications of the approved Contract Documents. It is, therefore, agreed that the Owner shall be responsible for the adequacy of its own design features, sufficiency of the Contract Documents, the safety of the structure, and th~ practicability of the operations of the completed project, provided the Contractor has complied with the requirements ~f the said Contract Documerits, all approved modifications thereof, and additions .and alterations thereto approved 'in writing by the Owner. The burden of proof of such · co~pliance shall be upon the Contractor to show that he has complied with the said requirements bf the Contract Documents,. approved modifications . thereof, and all approved additions and alterations thireto. CB-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Oocuments nor partial or entire occupancy or use 6f the premises by the Owner shall con~titute act 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 rQ_Q fl!\ ,I" ' ..... ' - pay for any damag e to other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified andshall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outline. The Owner will give notice of observed defects with reasonable promptness. C8-8.ll SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no 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 misc2llaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. C8-8.13 RECORD DOCUMENTS: Contractor shall keep on record a copy of all specifications, plans, addenda, modifications, shop drawings and samples at the site, in good order and annotated to show all changes made during the construction process. These shall be delivered to Engineer upon completion of the work . C8-8 (5) SECTION Cl: SUPPLEMENTARY CONDITIONS TOP ART C -GENERAL CONDITIONS A. General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. B. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400 ,000 at the time of execution, retainage shall be ten per cent (10% ). For contracts of $400,000 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done ; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. C. Part C -General Conditions: Paragraph C3-3.11 of the General Conditions is deleted and replaced with D-3 of Part D -Special Conditions. Revised 10/24/02 Pg . 1 D. C3-3.l l INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" E. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold hannless 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 offlcers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold hannless 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 offlcers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. F. INCREASED OR DECREASED QUANTITIES: Part C -General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4.3 INCREASED OR DECREASED QUANTITIES to read as follows: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted Revised 10/24/02 Pg.2 herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. G . C3-3.l 1 INSURANCE: Page C3-3 (7): Add subparagraph "h. ADDITIONAL INSURANCE REQUIREMENTS" a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy . b. Certificates of insurance shall be delivered to the City 9f 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 favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery . Revised 10/24/02 Pg. 3 k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. I. Contractor's liability shall not be limited to the specified amounts of insurance required herein. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. H. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4 , Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: I. The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials , and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements , for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances , or any damage due or attributed to such defects, which defects , imperfections , or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects , imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.10 GENERAL GUARANTY: Delete C8-8 .10, General Guaranty at page C8-8(4) is deleted in its entirety and replaced with the following: Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in Revised 10/24/02 Pg.4 J. 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. 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. Part C -General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2.7, C2-2.8 and C2-2.9 with the following: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, P.O. Box 17027, Fort Worth, Texas 76102. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight ( 48) hours Revised 10/24/02 Pg.5 after the proposal opening time, no further consideration will be given to the proposal K. C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated November 1, 1987; (City let projects) make the following revisions: L. 1. Page C3-3(3); the paragraph after paragraph C3-3 .7d Other Bonds should be revised to read: In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law ; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion , will determine the adequacy of the proof required herein . 2. Pg. C3-3(5) Paragraph C3-3. l 1 INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3.l 1 INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING". RIGHT TO AUDIT: Part C -General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: C8-8.14 RIGHT TO AUDIT: (a) Contractor agrees that the City shall , until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities , and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits. Revised 10/24/02 Pg.6 - ( c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: 1. 50 copies and under -10 cents per page 2, More than 50 copies -85 cents for the first page plus fifteen cents for each page thereafter 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. l O work within easements, page C6-6(4), part C -General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe. N. Reference Part C -General Conditions, Section C6-6.8 BARRICADES. WARNINGS AND WATCHMEN: 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. 0. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts ( other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation (other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being Revised 10/24/02 Pg. 7 determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years. P. WAGERATE~: Section C3-3.l3 of the General Conditions is del~ted and re~laced witli the following ~ (a) The contract~r shall comply with .all requirements of c e apter 2258, . Texas Government ~Code;" including t'fi~' payment;;ofnot less than . the rates d~nnined ·Ey· the E fty ,Councilofthe Cify'.,ofJJoq Worthto b~ the prevailin~-~e rat~~ irt .~cordan~1,yvitli Chapter 2258, Texas Go~ernment Code. Stich · revailing \Va e 'rates are includtxi iif Thes a contract documents . (~) _With . ea~ p~ial.J}~)'lll,;~~ ,ti~m~Je or,~a)'!f?ll · peri~dr i}V1¥cµev~t,}s ,!,e:s, ~, a~pavi statmg that the contractor lias com lied with the re mrements of Cha ter 2258 _ Tex GoveminentCode ifhe contracfor ·~hall ;il:'_j....:......;;;;.........i:.:.......,=.::.Q,-=.:...=.=-==,;;;;;,;...;;....::====:..c.::==~=== th~pm ject at all time , Revised 10/24/02 Pg. 8 PART D -SPECIAL CONDITIONS GENERAL ..................................................................................................................... 3 COORDINATION MEETING ......................................................................................... 5 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ................ 5 COORDINATION WITH FORT WORTH WATER DEPARTMENT ................................ ? CROSSING OF EXISTING UTILITIES .......................................................................... 7 EXISTING UTILITIES AND IMPROVEMENTS .............................................................. 8 CONSTRUCTION TRAFFIC OVER PIPELINES ........................................................... 8 rrRAFFl ciCONTRb ..................................................................................................... 9 DETOURS ................................................................................................................... 10 EXAMINATION OF SITE ............................................................................................. 10 ZONING COMPLIANCE .............................................................................................. 10 WATER FOR CONSTRUCTION .................................................................................. 10 WASTE MATERIAL ..................................................................................................... 10 PROJECT CLEANUP AND FINAL ACCEPTANCE ...................................................... 10 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK ................................. 11 SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES ............................ 11 BID QUANTITIES ........................................................................................................ 11 CUTTING OF CONCRETE .......................................................................................... 12 PROJECT DESIGNATION SIGN ................................................................................. 12 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT. ..................................... 12 MISCELLANEOUS PLACEMENT OF MATERIAL.. ...................................................... 12 CRUSHED LIMESTONE BACKFILL ............................................................................ 13 2:27 CONCRETE ......................................................................................................... 13 TRENCH EXCAVATION, BACKFILL, AND COMPACTION ......................................... 13 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS ............ 14 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ................ 15 SANITARY SEWER MANHOLES ................................................................................ 16 SANITARY SEWER SERVICES .................................................................................. 19 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES ................ 20 DETECTABLE WARNING TAPES ............................................................................... 23 PIPE CLEANING ......................................................................................................... 23 DISPOSAL OF SPOIUFILL MATERIAL ....................................................................... 23 MECHANICS AND MATERIALMEN'S LIEN ................................................................. 23 SUBSTITUTIONS ........................................................................................................ 24 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............ 24 VACUUM TESTING OF SANITARY SEWER MANHOLES .......................................... 27 BYPASS PUMPING ..................................................................................................... 28 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER .......... 28 SAMPLES AND QUALITY CONTROL TESTING ......................................................... 30 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................................................ 31 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ........................ 32 PROTECTION OF TREES, PLANTS AND SOIL ......................................................... 32 SITE RESTORATION ................................................................................................. .' 32 CITY OF FORT WORTH STANDARD PRODUCT LIST .............................................. 33 TOPSOIL, SODDING, SEEDING & HYDROMULCHING ............................................. 33 CONFINED SPACE ENTRY PROGRAM ..................................................................... 38 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ............................ 39 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ...................... 39 CONCRETE ENCASEMENT OF SEWER PIPE ......................................................... .40 06120/08 SC-1 D-60 D-61 D-62 D-63 D-64 D-65 _D-66 D-67 D-68 D-69 06/'20/08 PART D -SPECIAL CONDITIONS CLAY DAM ................................................................................................................... 40 EXPLORATORY EXCAVATION (D-HOLE) ................................................................. 40 INSTALLATION OF WATER FACILITIES .................................................................... 40 Polyvinyl Chloride (PVC) Water Pipe ........................................................................... 40 Blocking ....................................................................................................................... 41 Type of Casing Pipe ..................................................................................................... 41 Tie-lns .......................................................................................................................... 41 Connection of Existing Mains ....................................................................................... 41 Valve Cut-Ins ............................................................................................................... 42 Water Services ............................................................................................................ 42 2-lnch Temporary Service Line .................................................................................... 44 Purging and Sterilization of Water Lines ...................................................................... 45 Work Near Pressure Plane Boundaries ....................................................................... 45 Water Sample Station ................................................................ : ................................. 46 Ductile Iron and Gray Iron Fittings ............................................................................... .46 SPRINKLING FOR DUST CONTROL. ......................................................................... 47 DEWATERING ............................................................................................................ 47 TRENCH EXCAVATION ON DEEP TRENCHES ........................................................ .47 TREE PRUNING .......................................................................................................... 47 TREE REMOVAL ......................................................................................................... 48 TEST HOLES ........................................... : .................................................................. 48 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION ........................................................................................................ 48 TRAFFIC BUTTONS ..................................................................................................... 49 SANITARY SEWER SERVICE CLEAN OUTS .............................................................. 49 TEMPORARY PAVEMENT REPAIR ............................................................................ 50 CONSTRUCTION STAKES ......................................................................................... 50 EASEMENTS AND PERMITS ...................................................................................... 50 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ................................................ 51 WAGE RATES ............................................................................................................. 51 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ..................................... 53 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) ........................................................................................................... 53 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS .................................................................................... 55 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ............................................ 56 EARLY WARNING SYSTEM FOR CONSTRUCTION ................................................. 56 AIR POLLUTION WATCH DAYS ................................................................................ 57 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ..................................... 57 GREENCErvtENTPOI'.JCY '"' ' . ,,_, . 5~ SC-2 PART D -SPECIAL CONDITIONS This Part D -Special Conditions is complimentary to Part C -General Conditions and Part C1 - Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is additive to any provision in Part C -General Conditions and part C1 -Supplementary Conditions to Part C of the Contract are to be read together. Any conflict between Part C -General Conditions and Part C1 -Supplementary Conditions of the Contract and this Part D, Part D shall control. FOR: 2004 CAPITAL IMPROVEMENTS PROGRAM -CONTRACT 48 CANTON DRIVE (MEADOWBROOK BLVD. TO CRAIG ST.), CHURCH STREET (LOUISE ST. TO HANDLEY DR.), HALBERT STREET (CRAIG ST. TO ROUTT ST.), AND VANNATTA LANE (MUSE ST. TO JANICE LN.) FORT WORTH, TEXAS DOE PROJECT NO. 5409 WATER DEPARTMENT PROJECTS NO . P253 541200 60517 00450 83 & P258 541200 20540 00450 83 D-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Docum~nts subject to the ruling of the Engineer shall generally, but not necessarily, follow the guideiines 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 draw ings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. · Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications, which general specifications shall govern performance of all such work . This contract and project, where applicable, may also be governed by the two following published specifications , except as modified by these Special Provisions : 06120/08 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 CENTRAL TEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents. A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated by the call-out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids o.r 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. 06120/08 SC-4 PART D -SPECIAL CONDITIONS D-2 COORDINATION MEETING For coordination purposes, weekly meetings at the job site may be required to mainta in 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 wh ich 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. 8. 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 06120/08 SC-5 PART D -SPECIAL CONDITIONS 2 . No later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery , within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage . I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage , based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements , which meets the statutory requirements of Texas Labor Code , Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; 2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a.) A certificate of coverage, prior to the other person beginning work on the project ; and b.) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 5. Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 6 . Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 06/'20/08 SC-6 PART D -SPECIAL CONDITIONS 7. Contractually require · each person with whom it contracts, to perform as requ ired 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 . J . The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered , and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type , and shall be in both English and Spanish and any other language common to the worker population . The text for the notices shall be the following text, without any additional words or changes : "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials , or providing labor or transportation or other service related to the project, regardless of the identity of the ir 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. 0-5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed ~ewer 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 06120/08 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 0612CV08 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 . 0-8 TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701 d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31 . The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and 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 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." 06120/08 SC-9 PART D -SPECIAL CONDITIONS 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- 06120/08 SC-10 PART D -SPECIAL CONDITIONS of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative . This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. The City of Fort Worth Department of Engineering shall give final acceptance of the completed project work. 0-15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK Prior to executing the Contract, it shall be the respons ibility 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, hoist ing equipment or similar apparatus . The warning sign shall read as follows : "WARNING -UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." 2. Equipment that may be operated within ten feet of high voltage lines shall have insulating cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hook connections. 3. When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (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). 0-17 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities . There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No cla im will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities . 06120/08 SC-11 PART D -SPECIAL CONDITIONS 0-18 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 . 0-19 PROJECT DESIGNATION SIGN Project signs are required at all locations. It shall be in accordance w ith the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting . In addition to the 4' x 8' project signs, project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted . Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades. Barricade signs shall be in accordance with Figure 30, except that they shall be 1 '-0 " by 2'-0" in size . The information box shall have the following information: For Questions on this Project Call: (817) 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. 0-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks and/or driveways, such sidewalks and/or driveways shall be completely replaced for the full existing width , between existing construction or expansion joints with 3000 psi concrete with 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 . 0-21 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used , measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. 06/20/08 SC-12 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 trench ing 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: 06/20/08 SC-13 PART D -SPECIAL CONDITIONS • Less than 10% passing the #200 sieve • P.I. = 10 or less Additionally , the crushed limestone embedment gradation specified in Section E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following: Sieve Size 1" 1/2" 3/8" #4 #8 % Retained 0-10 40-75 55-90 90-100 95-100 All other provisions of this section shall remain the same. 3. TRENCH COMPACTION: All trench backfill shall be placed . in lifts per E2-2.9 Backfill. Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90% Standard Proctor Density (A.S.T.M . 0698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical . devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted as described above must be within +-4% of its optimum moisture content. The 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. 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. 06120/08 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 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 water and/or sanitary sewer line included in the project. B. STANDARDS: The latest version of the U.S . Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Sub-Part P. -Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS: 1. TRENCHES -A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen ( 15) feet. 2. BENCHING SYSTEM -Benching means excavating the sides of a trench fo form one or a series of horizontal level or steps, usually with vertical or near-vertical surfaces between levels. 06120/08 SC-15 PART D -SPECIAL CONDITIONS 3. SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are inclined away from the excavation . 4 . SHIELD SYSTEM -Shields used in trenches are generally referred to as "trench boxes" or "trench shields". Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure . Shields can be permanent structures or can be designed to be portable and move along as the work progresses . Shields can be either pre-manufactured or job-built in accordance with OSHA standards . 5 . SHORING SYSTEM -Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave- ins. Shoring systems are generally comprised of cross-braces, vertical rails, (uprights), horizontal rails (wales) and/or sheeting . D. MEASUREMENT -Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation . The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. E. PAYMENT -Payment shall be full compensation for safety system design, labor, tools, materials, equipment and incidentals necessary for the installation and removal of trench safety systems. 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 E 100-4 and shall be fitted and installed according to the manufacturer's recommendations . Stainless Steel manhole inserts shall be required for all pipe diameters 18" and greater. 3 . LIFT HOLES: All lift holes shall be plugged with a pre-cast concrete plug . 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 abo.ve the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting 06/20/08 SC-16 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 0-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent-Seal, Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross-sectional area or flat-tape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or any other chemical action for either its adhesive properties or cohesive strength. The Joint sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of the length of time it is exposed to the elements . The manufacturer shall furnish an affidavit attesting to the-successful use of the product as a pre-formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years . 8 . 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 06/20/08 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 condUion 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- 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. 06120/08 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 . 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 including the incidental four (4) feet of service line which is included in the price bid for Sanitary Sewer Taps. Payment for work such as backfill, saddles, tees, fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps. E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line. If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line, all work shall be performed by a licensed plumber. The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as 06120/08 SC-19 PART D -SPECIAL CONDITIONS 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 06/20/08 SC-20 PART D -SPECIAL CONDITIONS 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 w ith 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 06120/08 SC-21 PART D -SPECIAL CONDITIONS washed sand of clean, suitable excavated material approved by the Engineer. Surface restoration shall be compatible with surrounding service surface . Payment for work involved in backfilling, plugging of pipe(s) and all other appurtenances required, shall be included in the appropriate bid item -Abandon Existing Sewer Manhole . H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting the structure disconnected . The complete manhole, including top or cone section, all full barrel diameter section, and base section shall be removed . The excavation shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be with Type C Backfill or Type B Backfill, as approved by the Engineer. Surface restoration shall be compatible with surrounding surface . I. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be required to cut, plu9 , and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines . Cutting and plugging existing mains and/or services shall be considered as incidental and all costs incurred will be considered to be included in the linear foot bid price of the pipe, unless separate trenching is required . J . REMOVAL OF EXISTING PIPE : Where removal of the existing pipe is required, it shall be the Contractor's responsibility to properly dispose of all removed pipe . All removed valves, fire hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage Yard. C. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe , except as follows : separate payment will be made for removal of all fire hydrants, gate valves, 16 inch and larger, and sanitary sewer manholes, regardless of location. Payment will be made for salvaging, abandoning and/or removing all other existing facilities when said facility is not being replaced in the same trench (i.e., when removal requires a separate trench). L. ABANDONMENT OF EXISTING SEWER LINES : Where plans call for abandonment of existing sewer mains after the construction of a new sewer main, the Contractor shall be responsible for TV inspection of 100% of the exist ing 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. 0612Q/08 SC-22 - PART D -SPECIAL CONDITIONS D-30 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pipe . The detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc . or approved equal, and shall 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 min imum unit weight of 2Y2 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 joiAt 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 SPOIUFILL 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 d isposal 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 fiil 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 ~hall 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. 06120/08 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. 1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line cleaning equipment shall be constructed for easy and safe operation . The equipment shall also have a selection of two or more high-velocity nozzles. The nozzles shall be capable of prod\Jcing 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, auxil iary engines, pumps, and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter around the outer periphery to ensure removal of grease. If sewer cleaning balls or other equipment, which cannot be collapsed, is used, special precautions to prevent flooding of the sewers and public or private property shall be taken . The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 2 . CLEANING PROCEDURES : The designated sewer manholes shall be cleaned using high- velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes . If cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning again attempted . If, again, successful 06120/08 SC-24 - - 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. 06/20/08 When manually operated w inches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized . All television inspection videotapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device . Marking on the cable, or the 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: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service taps observed during inspection. In addition , other points of sign ificance such as locations of unusual conditions, roots , storm sewer connections , broken pipe, presence of scale and corrosion, and other discernible features will be recorded, and a copy of such records will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operat ions . · 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 SUBMITIED 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 06120/08 SC-26 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 clean ing 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. 0 TEST PROCEDURE : Manholes shall be vacuum tested · prior to any interior grouting with all connections in place . Lift holes shall be plugged, and all drop-connections and gas sealing connections shall be installed prior to testing . 06120/08 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 (1 O"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time . The required test time shall be determined from the Table I below in accordance with ASTM C1244-93: Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (10"Hg -9"Hg) (SEC) Depth of MH. 48-lnch Dia. 60-lnch Dia. (FT.) Manhole Manhole 0 to 16' 40 sec. 52 sec. 18' 45 sec. 59 sec. SC-27 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' 1. ACCEPTANCE : The manhole shall be considered acceptable, if the drop in the level of vacuum is less than one-inch of mercury (1" Hg) after the required test time . Any manhole, which fails to pass the initial test, must be repaired by either pressure grouting through the manhole wall or digging to expose. the exterior wall of the manhole in order to locate the leak and seal it with an epoxy sealant. The manhole shall be retested as described above until it has successfully passed the test. Following completion of a successful test, the manhole shall be restored to its normal condition, all temporary plugs shall be removed, all braces, equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material, labor, equipment, and all incidentals, including all bypass pumping, required to complete the test as specified herein. 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. 8. 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 06120/08 SC-28 PART D -SPECIAL CONDITIONS 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 06120/08 SC-29 PART D -SPEClAL CONDITIONS playback shall be at the same speed that it was recorded . The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re- televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera . D. PAYMENT OF POST-CONSTRUCTION · TELEVISION INSPECTION OF SANITARY SEWERS : The cost for post-construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The quantity of TV inspection shall be measured as the total length of new pipe installed. All costs associated with this work shall be included in the appropriate bid item -Post-Construction Television Inspection . The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents . All bypass pumping shall be incidental to the project. 0-39 SAMPLES AND QUALITY CONTROL TESTING A. The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto . B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement, and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. C. Quality control testing of in-place material on this project will be performed by the city at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) 06120/08 SC-30 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 Eng ineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right- of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water courses, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary . berms, dikes , dams, sediment basins, slope drains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to control soil erosion . Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading , mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. 2 . Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 3 . Frequent fordings of live streams will not be permitted; therefore , temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary . Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams . 4 . When work areas or material sources are located in or adjacent to live streams , such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream . 5 . All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not a part of the fin ished work. 06120/08 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 prov ide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be g iven for this work. D-41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES The Contractor shall provide ingress and egress to the property being crossed by this construction and adjacent property when construction is not in progress and at night. Drives shall be left accessible at night, on weekends, and during holidays . The Contractor shall conduct his activities to minimize obstruction of access to drives and property during the progress of construction . Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. D-42 PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to the Contractors ' operations including lawns, yards, shrubs, trees, etc ., shall be preserved or restored after completion of the work, to a condition equal to or better than existed prior to start of work . Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or replaced at the Contractor's expense. Trimming or pruning to facilitate the work will be permitted only by experienced workmen in an approved manner (No trimming or pruning without the 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. 0612Q/08 SC-32 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 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 minim.um 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 06120/08 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 excavate·d. 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 th~ 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 appro~imately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the finished grade. Holes of equivalent depth and spacing may be used instead of furrows . The soil shall be firm around each block and then the entire sodded area shall be carefully rolled with a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds per square inch compression . Hand tamping may be required on terraces. b. Block Sodding. At locations on the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas . The sod shall be so placed that the entire designated area shall be covered, and any voids left in the block sodding shall be filled with additional sod and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass. Surfaces of block sod, which, in the 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 uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance . The sodded areas shall be thoroughly watered immediately after they are planted and shall be subsequently watered at such times and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth . 3. SEEDING DESCRIPTION: "Seeding" will consist of preparing ground , providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance with these Specifications. MATERIALS: 06120/08 SC-34 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 RA TE {lbs.); Pure Live Seed {PLS) Dates Feb 1 to May 1 Mixture for Clay or Tight Soils (Eastern Sections) Bermudagrass 40 Buffalograss 60 (Western Sections) Buffalograss 80 Bermudagrass 20 Total : 100 Total : 100 Table, 120.2.{2)b Mixture for Sandy Soils (All Sections) Bermudagrass 60 Buffalograss 40 Total : 100 TEMPORARY COOL-SEASON SEEDING RA TE; {lb.) Pure Live Seed (PLS) Dates (All Sections) Aug 15 Tall Fescue 50 to Western Wheatgrass 50 May 1 Annual Rye 50 Total: 100 CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of this Contract, seeding of the type specified shall be performed in accordance with the requirements hereinafter described . a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed. 06/'20/08 SC-35 PART D -SPECIAL CONDITIONS b. Finishing . Where applicable , the shoulders , slopes, and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time planting operations were begun. BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed . If the sowing of seed is by hand, rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained . "Finishing" as specified in Section D- 45, Construction Methods , is not applicable since no seed bed preparation is required . DISCED SEEDING : Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods. The seed, or seed mixture, specified shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods , seed shall be raked or harrowed into the soil to a depth of approximately one-eight (1/8) inch . The planted area shall be rolled with a corrugated roller of the "Cultipacker" type. All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D-45 , Construction Methods. Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened . After the watering, when the ground has become sufficiently dry to be loose and pliable, the seed, or seed mixture specified, shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand , rather than mechanical methods , the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is obtained . After planting, the seed shall be raked or harrowed into the soil to a depth of approximately one-quarter (1/4) inch. The planted surface area and giving a smooth surface without ruts or tracks . In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth. The application of asphalt shall follow the last watering as rapidly as possible . Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300 , "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included, then MS-2 shall be used. Applications of the asphalt shall be at a rate of three-tenths (0.3) gallons per square yard. It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth . 06/20108 SC-36 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 spec ies 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 d istributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications. MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law . A pelleted or granulated fertilizer shall be used with an analysis of 16-20- 0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists . In the event it is necessary to substitute a fertilizer of a different analysis , it shall be a pelleted or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS : When an item for fertilizer is included in the Drawings and proposal , pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work . Fertilizer shall be dry and in good physical condition. Fertilizer that is powdered to caked will be rejected . Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Soading" 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. 06120/08 SC-37 PART D -SPEClAL 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 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. 06120/08 SC-38 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 respons ible 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) with in the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. 6. At designated locations shown on the drawings, the "short tunnel" method using Class 51 D.I. pipe shall be utilized . 7. Except in areas where clearing is allowed , all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense. 8. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. 06120/08 SC-39 PART D -SPECIAL CONDITIONS permit can be obtained through the Internet at http ://www .tnrcc .state .tx.us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. · NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater than 5 acres, the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOi shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee. The NOi shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 A copy of the NOi shall be sent to : City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the contractor shall sign , prior to final payment , a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to : Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O . Box 13087 Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site . Five of the project SWPPP's are available for viewing at the plans desk of the Department of Engineering. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. 06/20/08 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, sedimentat ion and water pollution and will be included in the contract documents. The contra.I measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection , stabilized construction entrances, seeding , sodding, mulching , soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP . D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative . The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project , the Contractor must coordinate this activity through the appropriate City representative. The Contractor shall not operate water line valves of existing water system. Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions . 06/20108 SC-55 PART D -SPECIAL CONDITIONS D-70 ADDITIONAL SUBMITTAL$ FOR CONTRACT AWARD The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame . Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to 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 : I. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, within 1 O days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time . 2. The Project Manager and the Directors of the Department of Engineering, Water Department, and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Engineering Department's Public Information Officer. 4 . Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Engineering Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals . 5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. 06i201os SC-56 PART D -SPEClAL CONDlTIONS 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 Pollut ion Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month . D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS A fee for street use permits is in effect. In addition, a separate fee for re-inspections for parkway construction , such as driveways, sidewalks, etc., will be required. The fees are as follows: 1. The street permit fee is $50 .00 per permit with payment due at the time of permit application . 2. A re-inspection fee of $25.00 will be assessed when work for which an inspection called for is incomplete . Payment is due prior to the City performing re-inspection . Payment by the contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made. 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 06i20/08 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 re]ection of the bid as non-responsive . END OF PART D -SPECIAL CONDITIONS RESTOFTHEPAGEINTENTIONALLYLEF.rBLANK 06/20/08 SC-58 PART D -SPECIAL CONDITIONS (To be printed on Contractor's Letterhead) Date : CPN No .: DOE No: Project Name : Mapsco Location: Limits of Construction: 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 FL YER HANDY WHEN YOU CALL 06/20/08 SC-59 Date: ____ _ DOENO.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 ______ __ IFYOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT _____________ _ (CONTRACTORS S.UPERINTENDENT) (TELEPHONE NUMBER) OR MR. ____________ AT __________ _ (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ----------------~CONTRACTOR -F 0 r ff I C e 0 :$. •& ,n 1 y 0 T PART D -SPECI.AL CONDITIONS TEXAS DEPARTMENT OF HEAL TH ~· T D H NO'fl:: CtRCLE ITEMS THAT ARE AM ENDED DEMOLITION J ~ENOVAT10N NOTIFICATION FORM NOTIFICATION# __ ·-· --------t) Abatement Contrecf.or: .. TOH License Number:~-----Address: . .. .. City; . . . . Sta.te:. Zfp: __ _ OffiMPhone .Num~r:: Job Site Phone Numbct..,.' --~----------Site supervisor........... TDH Uoe!\$e Number.-------------SlteSilporvis.or.: .·· TOH License Number.,.....,------~-----Trained Or!~ite NESHAP lndi\lfdual: Certification Date;'---------OomolitiOJ'I Contractor. Office Phori& Numbil ....... ..__ _________ _ Add.res$' · City: State: Zip:. ___ _ 2) Project conwrtant IX" Operator: TOH Uoanse Number: _____ _ Mailing Address: . .. . . . . .... . City: State: Zip· Office Phone Number: ... C _ ... ) ...... ------A 3) F:acnrtyov,mer:'----~---------------------------H Aib:mtion:.~. ------------------------------------p MailhiQAddtess:, _______ ..,..--~-------------------A .. City; . . . . . . . . . S~te: Zip· . . Owner Phone Number{ ) _ _ · "Noto: Tho, lnvoleo for tho notification fee wm be nnt to th.e own.er ot the bulldlnti and tho bll!ll'IG tid<lrcu for the imlon:e will be 0 cbt{\lntdJrom the Jnform=iHon that Is ptovidcd In thla section. . l'.N 4) Description or Facility Name:·---------,.-~---------------=-----'~ Phy:si(;cll Addre.$S~ County: Cify: . Zip: ___ _ S Facility Phone NiJmbe~ F.ic;ifity Cont.act Person:_.·-------------f-1 Desctiplion of Area/Ro[)IJI Number:. __________________________ _ A Prior Use; Future Use:·-----------------p Ag:eofBuildlrtg/Faclli~ .. Sim: NumberofAoors· Sd1ool(K~12): a YES a NO ·•CJ ':r Jo J:{1 5) Type of Work!: Cl Demc;Jlit.ion a Renovation (Aba.tcmcnt) D Al'i.nua:t Consolidated Work will be during; Cl Day o E11ening o Nigt1t o Ph.is~d Pr(ljeet ' Oescrlpilon of work schedule:, _____________ ---------------. 6) Is this a PubHc Build!11g? Cl YES O NO Federal Faclllty? O YES £? NO tr11::lustrial Site? 0 YES Cl NO 'O L . NESHAP-Only F41ci1Jty? o YES D NO Is BuildinglFacllity Oecup[ed? 0 YES O NO 06/"20/08 ,l Vj ~I, I: a ti 0 fl 7 0 '( 7) Notification Type CHECK ONL V ONE a Ortglnal (10 Work1n.g Days} O Cance!l~Uon D Amer1rJment o Emergenc:y/Orclcrod Ir lhis is an amendment, which amendment number is this?_ {Enclose copy of orfglnal and/or last amendment) Jf an emergency, who did you tafk w.lth at mH? Emer,gency#;,-·-· -----Date and Hour of Emetgel"lcy (HH/MMIDDJYY)·~---~--0!)SCl'ipti0n of the sudden, unexpec::Ced event and explanation ot how tho event caused unsafe conc;5itions QC Wou!d cause equipment da.mage (computers. machinery. ett:. _______________________ _ 8) Description of procedures to be followed In 1he event that unexpected asbestos is found or previ<Jusly non.friable asbestos material becomes aumblod. pulverized. or reduced to powd{lr; ----------------e.:1 s · 1 9) Was an A$beslo1J survey performed? D YES o NO Date: I T TOH !nsp,ector License No; ____ _ Analytical Method; D PLM D TEM D Assumed TOH Laboratory license No:-------(ForTAHPA (public building) proiect.s: an essumption must be made by a TOH Ucoosed Inspector) G N W) Description ofplannec! d'emolilion or tef!ovatioo work, t),pe of materiel, end method(s) to be us~d . ..,· ------~ 1 11) Desaiplion or wor~ practices sod engineerfng controls to be used to prevent cmlssrons of asbesto$ at the derno!ition/renova1fon;,._ --------------------------------SC-61 06120/08 PART D -SPECI.AL CONDITIONS 12) ALL applicable llems in thrt following table mvst be co.rnp!etei;I: IF NO ASBESTOS PRESEN,T CHECK HERE G Pipes. $urf.:ice Aree RACM NOT removed . lniflrfor ~te a non -1riabf13 ~moved ExliifiotCate · o I non-friabt'!i! remo\/ed Jnt~r.iQr Cat o II non-ftiabre removed • Exterior Cate II non-friable removed Cat It non•frl?;ble "'QT~movcd RACM . Of't.Facnity Component 13) Waste Transporter Name : .. ---~------------TOH Lfcense Number: _____ _ Addr-0ss: __ · _________ City ; ______ . __ .,,._ ,..... ...... State: ___ Zip._·---- CQrltacl Pel"$<ill: Phone Number: .... · ___,.__ _______ _ 14) Waste Disposal Site Name=·--------,-,---------------"------ Address._· ---,----...,-~----~=-----City:---------S11i1e: ___ Zip: ___ _ Telephone: ( ) TNRCC Permit Nvmber: ______ _ 15) For slructur'ally unsound facllllles, attach a copy of demolilicn order and identify GQvemmental Official below: Namrt: · · Registration No:--------------Title· ...... · · Date of order,(MMIOD/YY) I . i Date qrder to begin (MM/OD/VY) _ __._f __, __ 16) Scheduled Oates of .Asbestos Abatement (MM/DOIYY) Start ---'~-'~-Complete; ---'-' __ ,._ 17) Scheduled Det.es Demolinon/Renovaoon {MM/DDNY} Start: . / I completa: I I . ... Note: If the start dale on this nolifl~tlon ~n not bo mot, thu TDH Regional or Local Program office Must be contacted by phone prior to th• &Ian date. Fallure lo do so I!~• vtol;tUon In accC>'t~nco to TAHPA, Scctlon 295.-61. I henib~· certify that all Information I have provided is correct, complete, and ltlle to me best of my knowledge. I .;11;:knowledge that I am responsrble for all aspects of the notifica.tion form, including, but not limiting, content and submission dates . Thrt maximum penelly is $10,000 per dsy per vk>lation . (Signature of 8uildinl:J 0Nner/ Operator or Delegated Consultant!Contractor) MAIL TO: (Printed Name) (Date) ASBESTOS NOTIFICATION SECTION TOXIC SUl3STANCES CONTROl. DIVISION TEXAS DEPARTMENT OF HEALTH PO BOX 143538 AUSTIN, TX 76714-3538 PH z 512-334-6600, 1-800-572,5548 (Teleph011e) {Fax .Number) Form APB#5, d~ted U't/29/0.2. Replaces TOH f«m dated 07113/0 .1. f!or assistance io c;ompff;l!ing form. c~ t-S00-572-5548 SC-62 DA-1 DA-48 DA-50 DA-51 DA-72 DA-74 DA-118 PART DA -ADDITIONAL SPECIAL CONDITIONS AW ARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS .............. 2 EASEMENTS AND PERMITS ....................................................................................... 2 CONCRETE ENCASEMENT ........................................................................................ 2 CONNECTION TO EXISTING STRUCTURES ......................................................... 3 SPECIFICATION REFERENCES ................................................................................ 3 RESILIENT-SEATED GAT·E VALVES ....................................................................... 3 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS .. 3 Note: Only those sections used are listed above. All other sections have been omitted from this project. 11/02104 ASC-1 PART DA-ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS 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. Award, if made, shall be to the lowest responsible bidder. The following shall apply for contract documents with multiple units of work. Each unit represents a separate project, each with an individual M/WBE specification and proposal section. The proposal sections are arranged to allow prospective bidders to submit bids on one unit, some of the units, or all of the units. Award of contract(s), if made, shall be to the lowest responsible bidder far each individual unit. If a contractor is the low bid der on two units or more, a single set of contract documents consisting of all applicable units will be created and one single award of contract shall be made. The Contractor shall comply with the City's M/WBE Ordinance for the applicable unit or combination of units and shall submit monthly M/WBE reports for the applicable unit or combination of units. Construction time on all units will run concurrently. For situations involving approved contracts with multiple units, the total allowable construction completion time period for all the units shall be the same as the unit with the longest construction time period. DA-48 EASEMENTS AND PERMITS Easements and permits, both temporary and permanent, have been secured for this project at this time and made a part thereto. Any easements and/or permits, both temporary and permanent, that have not been obtained · by the time of publication shall be secured before construction starts. No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained. The Contractor's attention is directed to the easement description and permit requirements, as contained herein, along with any special conditions that may have been imposed on these easements .and permits . Where the pipeline crosses privately owned property. the easements and construction areas are shown on the plans. The easements shall be cleaned up after use and restored ta their original conditions or better. In the event additional work room or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. DA~OCONCRETEENCASEMENT Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall conform to Fig . 113; for water line encasements it shall conform to Fig. 20 of the General Contract Documents. Requirements for such encasement are specified in Sections E1-20 and E2-20 of the General Contract Documents. Payment far work such as forming, placing, and finishing including all labor, tools, equipment and material necessary to complete the work shall be included in the linear foot price bid for Concrete Encasement. 11/02104 ASC-2 ,.. PART DA -ADDITIONAL SPECIAL CONDITIONS DA-51 CONNECTION TO EXISTING STRUCTURES All connections between proposed and existing facilities, shall consist of a watertight seal. Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements of Section E1-20 and E2-20 of the General Contract Documents. Prior to concrete placement, a gasket, RAM-Nek or approved equal shall be instal.led 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-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-74 RESILIENT-SEATED GATE VALVES Any resilient-seated gate valves supplied for this contract shall conform to Material Standard E1-26, STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES, with the exception of size requirements in sections E-26.1. All resilient-seated gate valves shall be mechanical joints and be approved on the City of Fort Worth Standard Product List. DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS The contractor shall coordinate his work with the work of other contractors on remaining units of this project. The contract documents indicate the starting and stopping points for each of the units of the project. The plans indicate "connecting to an existing pipeline" constructed by others and ending the line with the installation of a plug. If the start of the project cannot be connected to the previous unit, the contractor will begin his line with a plugged section of pipe. If the pipeline is constructed for the connecting unit the contractor shall connect his line with the adjoining unit in lieu of installation of a plug. Contractor will be paid for "connection" to existing line or installation of blind flanges based on the unit price bid for the water or sewer main. DA-119 Customer Service Reconnection The contractor shall coordinate all work under this pay item with the City of Fort Worth, the property owner for the referenced address, and the resident at the referenced address. This item provides for all material, labor, and work necessary ta reconstruct a 3/4-inch copper service line from the meter to the building on the subject property. All work involving plumbing shall be performed by a licensed plumber. This item shall also provide for all materials, labor, and work necessary to remove any items necessary to construct the required service and to restore the property to a condition equal to or better than the original condition . This shall include, but not be limited to, pavement (regardless of type), turf. landscaping, fences, moveable objects such as pottery, vehicles, furniture, etc. Payment for this item shall be lump sum for all materials, labor, and work complete and in place. 11/02104 ASC-3 ::CTION E -SPECIFICA TJONS JANUARY 1, 1978 ~aterials, construction methods and procedures used in this ptojectshall conformto Sections El, E2and E2A 'the Fort Worth Water Department General Contract Documents and General Specifications, together with any 'jitional material specification(s), construction(s) or later revision(s). (See revisions listed on this sheet). ctions E1 E2 and E2A of the Fort Worth. Water Department General Contract Documents and General ' . pecifications are hereby made a part of this c':rntract docum_ent by reference for all purposes, the same as if -pies verbatim herein, and such Sections are filed and kept in the office of the City Secretary of the City of Fort Jrth as ·an official record of the City of Fort Worth... ·· INDEX E1 MATERIALS SPECIFICATIONS E2 CONSTRUCTION SPECIFICATIONS E2A GENERAL DESIGN DETAILS ~visions as of April 20, 1981, follow : _ Backfill : (Correct minimum compaction requirement to 95% Proctor density and correct P.I. values as follows:) '· c. Additional backfill requirements when . approved for use in streets: ( 1) (2) Type B Backfill (c) Maximum plastic index (Pl) shall be§_; Type C Backfill . (a) Material meeting requirements and having a Pl of§. or less shall be considered as suitable for compaction by jetting . · · (b) Material meeting requirements and having a Pl of~ or more shall be considered for · . use only with mechanical compaction . 1-2.11 Trench Backfill : (Correct minimum compactiori requirementwhereveritappears in this section to 95% Proctor density except for paragraph a.1 . where the "95% modified Proctor density" shall remain unchanged). (a) Material meeting requirements and having a Pl of§. or less shall be considered as suitable for compaction by jetting. (b) Material meeting requirements and having a Pl of g or more shall be considered for use only with mechanical compaction . E1-2.11 Trench Backfill: (Correct minimum compaction requirement wherever it appears in this section to 95% Proctor density except for paragraph a.1 . where the "95% modified Proctor density" shall remain unchanged). A. GENERAL CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT . i TECHNICAL SPECIFICATION FOR MANHOLE JOINT SEALING This specification covers a cold-applied perform.ed flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole sections. It governs all manholes, vaults, etc .. constructed for the City of Fort Worth Water Department. .~ excluding only the joints using a ~rapped type p~rformed 0-ring gasket. and shall require a bitumastic joint sealant in al(joints as per Figure M attached . · 8. MATERIALS This sealant shall be preformed and trowelable bitumastic as manufactured by Kent-Seal, Ram-Nek. E- Z Stick or equal. The joint sealer shall be supplied in either extruded rope-form of suitable crbss- sectiqnal area or flat tape form and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable ·removable wrapper and shall not in any way depend on oxidation, evaporation, or any other chemical action for either its adhesive · properties or cohesive strength. The joint sealer shall remain totally flexible without shrinking, .hardening, or oxidizing regardless of}he length of time it is exposed to ·the elements. The manufacturer shall furnish an affidavit attes\ing to the successful use of the product as a performed fiexible joint sealant on concrete pipe and manhole sections for a period of at least five years . INSTALLATION OF JOINT SEALANT Each grade adjustment ring and manhole fra.me 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. A primer shall be applied to all surfaces prior to installing the joint sealant in accordance with the recommendations by the manufacturer. ThEr protective paper wrapper shall remain on the joint sealant until immediately prior to placement of the pipe in the trench . After removal of the protective paper wrapper, the joint sealant shall be kept dean. li:,stall frames and cover over manhole opening with the bottom of the rings resting on bitumastic joint sealer. Manhole frames and covers shall be McKinley, Type N, with indented top design, orequal, with pick slots. 1. Frames, unless otherwise shown on the drawings, shall rest on two (2) rows (inside and outside) of bitumastic joint sealer. · 2 . -Grade adjustmei:,t rings shall also rest on two (2) rows of bitumastic joint sealant. . I I I I .f l ). SEALING AND/OR ADJUSTING EXISTING MANHOLES Excavate (rectangular full depth saw cut if in pavement) adjacent o the manhole to expose the entire · manhole frame and a minimum of 6 inches of the manhole wall keeping tlie sides of the trench nearly · vertical. · · 1. Remove manhole frame fro _m the manhole structure and observe the condition of the frame. The existing frame shall be used wherever possible . Any existing frame . shall be used wherever · possible. Any frame that is not suitable for use as determined by the Engineer shat! be replaced . Separate and observe the1 condition of the grade adjustment rings . If the grade rings are loose, deteriorated, broken, or show structural defects, replace them in accordance with these specifications. Replace adjustments t)lat are constructed of brick, block; or materials other than prec.ast concrete with precast concrete rings, or where necessary, and approved by the Engineer, a precast flattop section. Precast concrete rings, or a precast concrete flattop section will be .the cinly adjustments allowed. · .. :. 2. In brick or block manholes where it is difficult to determine where grade adjustments and walls meet. replace the upper portion of the manhole to a point 24 inches below the frame. tf.the walls or cone section below this level are structurally unsound, notify the Engineer prior to replacement of the grade adjustments or manhole frame . Existing brickwork, which is structurally satisfactory, if damaged by ~he Contractor, shall be replaced at the Contractor's expense. 3. Wire brush manhole frame and exposed manhole surfaces to remove dirt arid loose ·debris . Coat exposed manhole surfaces with an approved bonding__ agent followed with an application of a quick . setting hydraulic cement to provide a smooth working surface. · 4. If the inside diam~ter of-the manhole is too ~arge to safely support new adjustment ri ·ngs or frame, a flattop section shall be installed . · . . . . 5. Joint surfaces between the frame. adjustment rings and cone section shall be free of dirt stones • . and voids to ensure a watertight seal. Place a flexible gasket joint material in two concentric rings along the inside and outside edge of each joint. or use ·trowelable material in lieu of preform-ed · ·· . gasket materiaL Position the butt joint of each length of joint material on opposite . sides of t~e . 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. · 6. In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet Icing so that the top of casting will conform to the slope and finish elevation of the paved surfac~. The top of the casting shall be 1/8 inch below the finished elevation. Allowanc_es for the compression ·of the joint material shall be made to assure a proper final grade elevation . . 7. Manhole rims in parkways, lawns and other improved lands shall' be at an elevation not more than ( 1) inch or less than one half ( 1 /2) inch above the surrounding ground. Backfill shall provide a · · uniform slope from the stop of manhole casting for not less than three (3) feet each direction to -existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regraded near the manhole . 8. · · 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 . . I E. MEASUREMENT ANb PAYMENT The price bid for new manhole installations shall include the cost of joint sealing and payment will be made from the ·appropria'te Bid ltem(s). For existing manhole adjustment and/or sealing, the cost of sealing shall be included in the appropriate bid item and payment will be made for these items. - SECTION C UNIT Ill-PAVING & DRAINAGE IMPROVEMENTS: C200 541200 20540 00450 83 • Special Instructions to Bidders Special Provisions for Street and Storm Drain SPECIAL INSTRUCTION TO BIDDERS (TRANSPORTATION AND PUBLIC WORKS) 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than five (5%) per cent of the total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten (10) days after the contract has been awarded. To be an acceptable surety on the 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. 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. In this connection, the successful bidder shall be required to furnish a performance bond and a payment bond, both in a sum equal to the amount of the contract awarded . The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253, Texas Government Code. In order for a surety to be acceptable to the City, 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. The City will accept no sureties who are in default or delinquent on any bonds or who have an interest in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the contract amount is in excess of$100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. All contracts shall require a maintenance bond in the amount of one hundred percent (100%) of the original contract amount to guarantee the work for a period of two (2) years after the date of acceptance of the project from defects in workmanship and/or material. 3. LIQUIDATED DAMAGES: The Contractor's attention is called to Part I , Item 8, paragraph 8.6, of the "General Provisions" of the Standard Specifications for Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects . 4 . AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 5. EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278 as amended by City Ordinance No. 7400 (Fort Worth City Code Section 13-A-2 l through 13-a-29) prohibiting discrimination in employment practices. 6. WAGE RATES: Section 8.8 of the Standard Specifications for Street and Storm Drain Construction is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determin ed 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 the special provision titled ''Right to Audit" pertain to this inspection . (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (e) The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Section 8.9 of the Standard Specifications for Street and Storm Drain Construction is hereby deleted. 7. FINANCIAL STATEMENT: A current certified finan cial statement may be required by the Department of Engineering if required for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, ifrequired, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Li censing Agency. 8 . 9. ADDITIONAL INSURANCE REQUIREMENTS: 2 a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein . d . Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage . h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i . City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or com.merdal coverage maintained by City shall not be called upon to contribute to loss recovery. k . In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss . Contractor's liability shall not be limited to the specified amounts of insurance required herein. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents . 10. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 3 ''Nonresident bidder" means a bidder whose principa l place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds . The appropriate blanks of the Proposal must be filled out by all non resident bidders in order for its bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In a 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 W AIYER FORM, and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m ., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a minority business enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation 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 that three (3) years . 13. PAYMENT: The Contractor will receive full payment min,us 'retaina e from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project. 4 14 . ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained by contacting the ans deskofthe Department of Engineering Construction Division at (817) 871-7910. Bids that so not acknowledge all applicable addenda may be rejected as non-responsive. 15. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a. Definitions: Certain of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory worker's compensation insurance coverage for the person's or entity's employees providing services on a project, for the 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 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 ariy such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include; without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or toner services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets . b. The contractor shall provided coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements ofTexas Labor Code, Section 401.011 (44) or all employees of the contractor providing services on the project, for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d . If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 10/21 5 (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. f. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter g. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. h. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in wiring by certified mail or personal delivery, within ten (10) days after the person knew or should have known , ofany 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. 6 j . By signing this contract or providing or causing to be provided a certi fic ate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker 's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self insured, with the commission's Division of Self-Insurance Regulation . Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. k. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. B. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker 's Compensation Act or other Texas Worker's Compensation Commission rules . This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker" compensation insurance. This includes persons providing, hauling or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee". Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer 's failure to provide coverage". 16. NON DISCRIMINATION: The contractor shall not discriminate against any person or persons because of sex, race, religion , color, or national origin and shall comply with the provisions of City Ordinance 7278 , as amended by City Ordinance 7400 (Fort Worth City Code Sections 13A-21 through 13A-29), prohibiting discrimination in employment practices. 17. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any of its officers, members, agents , or employees, will engage in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members , agents, or employees, or person acting on their behalf, shall specify, in solicitations or advertisements for employees to work on th is 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 it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations asserted by third parties against City arising out of 7 Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this Contract. 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general publ ic, nor in the availability, terms and/or conditions of employment for applicants for employment with, or current employees of Contractor. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor 's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this Contract. 19. PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete . c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed . 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 quan tities or liquidated damages , the parties shall attempt to resolve the differences within 30 calendar days. 8 - 1. 2 . 3 . 4 . 5. 6. 7 . 8. 9 . 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21 . 22. 23. 24. 25. 26. 27 . 28. 29. 30. 31. 32. 33. 34 . 35. 36. 37. 38. 39. 40. SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents SCOPE OF WORK .................................................................................................... SP-4 AWARD OF CONTRACT .......................................................................................... SP-4 PRECONSTRUCTION CONFERENCE. .................................................................... SP-4 EXAMINATION OF SITE ........................................................................................... SP-5 BID SUBMITTAL ....................................................................................................... SP-5 WATER FOR CONSTRUCTION ............................................................................... SP-5 SANITARY FACILITIES FOR WORKMERS .............................................................. SP-5 PAYMENT ................................................................................................................... SP-5 SUBSIDIARY. WORK .................................................................................................. SP-5 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC .................................. : .................................................................... SP-6 WAGE RA TES .......................................................................................................... SP-6 EXISTING UTILI.TIES ................................................................................................ SP-7 PARKWAY CONSTRUCTION .................................................................................... SP-7 MAT·ERIAL STORAGE .............................................................................................. SP-7 PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS .............................................................................................. SP-7 INCREASE OR DECREASE IN QUANTITIES ........................................................... SP-8 CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS .................................. SP-8 EQUAL EMPLOYMENT PROVISIONS ..................................................................... SP-8 MINORI.TY AND WOMENS BUSINESS ENTERPRISE (M/WBE) COMPLIANCE ........................................................................................... SP-9 FINAL CLEAN UP ................................................................................................... SP-10 CONTRACTOR'S COMPLIANCE WITH WORKER'S , COMPEN.SATION LAW ........................................................................................... SP-1 0 SUBSTITUTIONS ...................................................................................................... SP-13 MECHANICS AND MATERIALSMEN'S LIEN ........................................................... SP-14 WO-RK ORDER DELAY ............................................................................................ SP-14 WORKING DAYS .................................................................................................... SP-14 RIGHT TO ABANDON ............................................................................................. SP-14 CONSTRUCTION SPECIFICATIONS ..................................................................... SP-14 MAINTENANCE STATEMENT ................................................................................ SP-14 DELAYS ....................................................................................................... SP-14 DETOURS AND BARRICADES .............................................................................. SP-15 DISPOSAL OF SPOIUFILL MATERIAL .................................................................. SP-15 QUALITY CONTROL TESTING .............................................................................. SP-15 PROPERTY ACCESS ............................................................................................. SP-16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ...................... SP-16 WATER DEPARTMENT PRE-QUALIFICATIONS ..................................... ._ ............ SP-17 RIGHT TO AUDIT ...................................................................................................... SP-17 CONSTRUCTION STAKES ..................................................................................... SP-17 LOCATION OF NEW WALKS AND DRIVEWAYS .................................................. SP-18 EARLY WARNING SYSTEM FOR CONSTRUCTION .............................................. SP-18 AIR POLLUTION WATCH DAYS ............................................................................. SP-18 05/01/08 SP-1 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents CONSTRUCTION ITEMS : 41. 42. 43. 44. 45. 46. 47. 48. 49. 50 . 51 . 52. 54. 55 . 56. 57 . 58. 59. 60. 61 . 62 . 63. 64. 65. 66 . 67 . 68. 69. 70 . 71. 72. PAY ITEM- PAYITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAYITEM- UNCLASSIFIED STREET EXCAVATION ....................................... SP-19 6" REINFORCED CONCRETE PAVEMENT .................................. SP-19 SILICONE JOINT SEALING ........................................................... SP-21 7" CONCRETE CURB .................................................................... SP-25 RETAINING WALL ......................................................................... SP-25 REPLACE EXIST. CURB AND GUTTER ....................................... SP-25 HMAC TRANSITION ........................................................................ SP-25 6" PIPE SUBDRAIN ........................................................................ SP-25 TRENCH SAFETY ........................................................................... SP-26 8" THICK LIME STABILIZED SUBGRADE AND CEMENT FOR SU BG RADE STABILIZATION ....................................................... SP-26 PAY ITEM -6" HMAC PAVEMENT (THICKNESS TOLERANCES AND HMAC TESTING PROCEDURES) ............................................................. SP-26 PAY ITEM -CONCRETE FLAT WORK (CURB, CURB & GUTTER , SIDEWALKS, LEADWALKS, WHEELCHAIR RAMPS AND DRIVEWAYS) ................................................................................. SP-27 53 . PAY ITEM-REMOVE EXISTING CONCRETE SIDEWALK, DRIVEWAYS, PAY ITEM- PAY ITEM- PAY ITEM- PAYITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM - PAYITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- STEPS , LEADWALKS AND WHEELCHAIR RAMPS ..................... SP-28 REMOVE EXISTING CURB AND GUTTER ................................... SP-28 REMOVE EXISTING CURB INLET ................................................ SP-28 6~ REINFORCED CONCRETE DRIVEWAY ................................... SP-28 REMOVE AND CONSTRUCT CONCRETE STEPS ....................... SP-28 4' STANDARD CONCRETE SIDEWALK, LEADWALK AND WHEELCHAIR RAMP .................................................................... SP-29 REMOVE AND REPLACE FENCE ................................................. SP-29 STANDARD 7" CURB AND 18~ GUTTER ...................................... SP-30 REMOVE AND RECONSTRUCT MAILBOXES/MISCELLANEOUSSP-30 BORROW ....................................................................................... SP-30 CEMENT STABILIZATION ............................................................. SP-30 CEMENT ........................................................................................ SP-30 NEW 7" CONCRETE VALLEY GUTTER. ....................................... SP-30 STORM DRAIN INLETS ................................................................. SP-31 TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN ...................................................................... SP-31 PAY ITEM -STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS EQUAL TO OR GREATER THAN 1 ACRE) ...................... SP-31 PRE BID ITEM -PROJECT DESIGNATION SIGN ................................................... SP-33 PRE BID ITEM -UTILITY ADJUSTMENT ................................................................ SP-34 PRE BID ITEM -TOP SOIL ...................................................................................... SP-34 PRE BID ITEM -ADJUST WATER VALVE BOX ...................................................... SP-34 05/01/08 SP-2 - - - 73. 74. 75. 76. 11.· 78. 79. 80. 81. 82. 83. 84. 85. 86 . 87. 88. 89. 90. 91 . 92 . SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents PRE Bl D ITEM - PRE Bl D ITEM - NON-PAY ITEM - NON-PAY ITEM - NON-PAY ITEM - NON-PAY ITEM - NON-PAY ITEM- NON-PA Y ITEM - NON-PAY ITEM - NON-PAY ITEM- NON-PAY ITEM - NON-PAY ITEM - NON-PAY ITEM.- NON-PAY ITEM- NON-PAY ITEM - NON-PAY ITEM - NON-PAY ITEM - NON-PAY ITEM - MANHOLE ADJUSTMENT ..................................................... ._ SP-34 ADJUST WATER METER BOX ................................................ SP-36 CLEARING AND GRUBBING ................................................... SP-36 SPRINKLING FOR DUST CONTROL.. ..................................... SP-36 PROTECTION OF TREES, PLANTS AND SOILS .................... SP-36 CONCRETE COLORED SURFACE ........................................ SP-36 PROJECT CLEAN-UP .............................................................. SP-37 PROJECT SCHEDULE ............................................................. SP-37 NOTIFICATION OF RESIDENTS ............................................. SP-37 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION ............................................... SP-37 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ............. SP-38 WASHED ROCK ....................................................................... SP-38 SAWCUT OF EXISTING CONCRETE. ..................................... SP-38 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ............................................................. SP-38 TIE-IN INTO STORM DRAIN STRUCTURE ............................. SP-39 SPRINKLER HEAD ADJUSTMENT .......................................... SP-39 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ... SP-39 TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ......................................................................... SP-40 NON-PAY ITEM-'GREEN' CEMENT POLICY ......................................... : ............ SP-41 PAY ITEM -TRAFFIC CONTROL ............................................................... SP-41 05/01/08 SP-3 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR: 2004 CAPITAL IMPROVEMENT PROGRAM -CONTRACT 48 CANTON, CHURCH, HALBERT, AND VANNATTA STREET IMPROVEMENTS UNIT I -WATER IMPROVEMENTS: P253 541200 60517 00450 83 UNIT II -SANITARY SEWER IMPROVEMENTS : P258 541200 70517 00450 83 UNIT Ill -PAVING & DRAINAGE IMPROVEMENTS: C200 541200 20540 00450 83 DOE#: 5409 1. SCOPE OF WORK: The work covered by these plans and specifications consist of the following: Reconstruction of Concrete Pavement. Driveways. Sidewalks, Retaining Walls. 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: All units constitute a bid package. If the Contractor submits a bid package and has the lowest responsive proposal price, the Contractor will be the apparent successful bidder for this project. 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. 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 05/01/08 SP-4 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. 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, includ ing 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 "Cleari~g 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 prevailin g wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each • 05/01/08 SP-5 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 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination . Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258 .023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq ., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration . The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction . Records to be Maintained . The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work , maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City . The provisions of the Audit section of these contract documents shall pertain to this inspection. Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code . Posting of Wage Rates . The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Subcontractor Compliance. 05/01/08 SP-6 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 nec.essary 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. 14. MATERIAL STORAGE : Mate_rial 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. 05/01/08 SP-7 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 either (a) submits to City satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a 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 (M/WBE) 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. M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM, as applicable, must be submitted within fine (5) city business days after bid opening. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the City complete and accurate information regarding actual work performed by a Minority or Women Business Enterprise (M/WBE) on the contract and payment thereof. Contractor further agrees to permit an audit and/or examination of any books , records or files in its possession that will substantiate the 05/01/08 SP-8 - 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 M/WBE program in the evaluation of bids . Failure to comply with the City 's M/WBE Ordinance , or to demonstrate "good faith effort", shall result in a bid being rendered non-responsive to specifications . Contractor shall provide copies of subcontracts or co-signed letters of intent with approved M/WBE subcontractors prior to issuance of the Notice to Proceed. Contractor shall also provide monthly reports on utilization of the subcontractors to the City's M/WBE office . The Contractor may count first and second tier subcontractors and/or suppliers toward meeting the goals . The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed. All M/WBE Contractors used in meeting the goals must be certified prior to the award of the Contract. The M/WBE Contractor(s) must be certified by either the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TxDOT), Highway Division and must be located in the nine (9) county marketplace or currently 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 . Whenever a change order affects the work of an M/WBE subcontractor or supplier, the M/WBE shall be given an opportunity to perform the work. Whenever a change order exceeds 10% of the original contract, the M/WBE coordinator shall determine the goals applicable to the work to be performed under the change order. During the term of the contract the contract shall : 1. Make no unjustified changes or deletions in its M/WBE participation commitments submitted with or subsequent to the bid , and , 2 . 3 . 05/01/08 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, 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 : SP-9 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 removal of all objectionable rocks , pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance . 21 . CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a. DEFINITIONS: b. Certification of coverage ("Certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission , or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, OR TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project- includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental 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 05/01/08 SP-10 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 governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. f . The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 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) 05/01/08 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; SP-11 j . k. 05/01/08 (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; (c) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (d) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (e) contractually require each person with whom it contracts , to perform as required by paragraphs (1)-(7), with the certificates of coverage to be provided to the person for whom they are providing services . By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project , that the coverage will be based on proper reporting of classification codes and payroll amounts , and that all coverage agreements will be filed with appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation . Providing false or misleading information may subject the Contractor to administrative , criminal , civil penalties or other civil actions. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare SP-12 B. the contract void if the Contractor does not remedy the breach within ten day after receipt of notice of breach from the governmental entity. The Contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the Worker population. The text for the notices shall be the following text, without any additional words or changes : "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker's compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identify of their employer or status as an employee." Call the Texas Worker's Compensation Commission at 512-463-3642 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 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 05/01/08 SP-13 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 co mplete the Contract within the allotted number of working days. 26. RIGHT TO ABANDON : The City reserves the rig ht to abandon, without obligation to the Contractor, any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City. 27. CONSTRUCTION SPECIFICATIONS : This contract and project are governed by the two following published specifications , except as modified by these Special Provisions : STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the Office of the Department of Engineering, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item by the Engineer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. 28. MAINTENANCE STATEMENT: The Contractor shall be 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 requ ired by Engineer by providing barricades . 05/01/08 SP-14 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 SPOIUFILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the Department of Engineering acting as the City of Fort Worth's Flood Plain Administrator ("Administrator''}, of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the 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 of spoil/fill materials at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. 32. QUALITY CONTROL TESTING: (a) The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken . The Contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto . (b) Tests of the design concrete mix shall be made by the Contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. (c) Quality control testing of on site material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project 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. 05/01/08 SP-15 (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 speci fy 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 ri gs, pile drivers , hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES ." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except back hoes or dippers and insulator links on the lift hood connections. (c) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (TU Electric Service Company) which will erect temporary mechanical barriers, de-energize the line or raise or lower the line . The work done by the power company shall not be at the expense of the City of Fort Worth . The notifying department shall mainta in 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, pa pers 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 prov ided adequate and appropriate workspace in order to conduct audits in 05/01/08 SP-16 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. 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 05/01/08 SP-17 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 1 O days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the Contractor receives such a letter, the Contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time . 2. The Project Manager and the Directors of the Department of Engineering, Water Department, and Department of Transportation and Public Works will be made aware of the situation. If necessary , the City Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may, in the City 's sole d iscretion, 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 . 05/01/08 SP-18 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 govern ing 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 . 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. The Contractor shall use a six (6) sack concrete mix for all hand placement in the intersections. The unit price bid per square yard shall be full payment for all labor, material, equipment and incidentals necessary to complete the work . (b) Once an evaluation of the pavement is made to determine whether the crack is due to distress or minor shrinkage, the following policy will apply : (1) When the crack is minor and due to shrinkage (cosmetic), then no further treatment will be needed . (2) If the crack is due to distress (structural), the failed pavement must be removed and replaced a minimum of 5 feet. In no case should the remaining portion of the panel be less than 5 feet wide after repairing the failed panel. (3) Any crack within 12 inches of any joint must be removed and replaced a minimum of 5 feet to prevent future spalling of the pavement. (c) All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the Construction Engineer. Screeds will not be allowed except if approved by the Construction Engineer. 05/01/08 SP-19 43. PAY ITEM -SILICONE JOINT SEALING FOR CONCRETE PAVEMENT: 1. SCOPE CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING (Revision 1, October 18 , 1989) (Revision 2, May 12, 1994) 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 t he 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 , Ml 48686- 0994, or an approved equal. Self-Leveling Silicone Joint Sealant Test Method AS SUPPLIED Requirement **** MIL-S-8802 ASTM D 1475 05/01/08 **** **** Non Volatile Content, % min. Extrusion Rate, grams/minute Specific Gravity Skin-Over Time, minutes max. Cure Time, days SP-20 96 to 99 275 to 550 1.206 to 1.340 60 14 to 21 **** Full Adhesion, days 14 to 21 AS CURED- ASTM D 412, Die ASTM D 3583 (Sect. 14 Mod .) ASTM C 719 ASTM D 3583 (Sect. 14 Mod .) ASTM D 3583 (Sect. 14 Mod .) Mod. Elongation , % min. Modulus @ 150% Elongation, psi max. Movement, 10 cycles @ +100/-50% Adhesion to Concrete, % Elongation min. Adhesion to Asphalt, % Elongation min . 1400 9 No Failure 600 600 2.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. Reference is made to the "Construction Detail" sheet for the various joint details with their respective dimensions. 3. TIME OF APPLICATION 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 05/01/08 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. SP-21 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. 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 05/01/08 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 res idual dust or other contamination. If SP-22 any dust or contamination is found, the sandblasting and blowing shall be repeated until the joint is cleaned . Solvents will not be permitted to remove stains and contamination. Immediately upon cleaning, the bond breaker and sealant shall be placed in the joint. Open, cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape: The bond breaker rod and tae shall be installed i n the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions. 5.4 Joint Sealant: Upon placement of the bond .breaker rod and tape, the joint sealant shall be applied using the mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less than 40F (4C). Joints shall not be sealed unless they are clean and dry. Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints . The pavement surface shall present a clean 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 05/01/08 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 . SP-23 44 . PAY ITEM -7" CONCRETE CURB: The Contractor may, at his option, construct either integral or superimposed curb . Standard Specification Item 502 shall apply except as follows: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab . The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab. If the Contractor fails to backfill behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb shall be reduced by 25% until the backfill operation is complete. 45. PAY ITEM -RETAINING WALL: This item will consist of placing retaining walls in locations and at heights determined by the engineer in the field. All applicable section of City of Fort ·Worth Standard Specification item 518 shall apply except as follows : Retaining wall shall be constructed per City of Fort Worth Construction Standard Drawing No. S-M13 "Retaining Wall With Sidewalk" where applicable . All existing brick and/or stone retaining walls not significantly impacted by proposed grade changes will be protected . Replacement of retaining walls not impacted by proposed grade changes will be at the expense of the Contractor. 46. PAY ITEM -REPLACE EXIST. CURB AND GUTTER: This item is included for the purpose and removing and replacing existing curb and gutter in transition areas as determined by the Engineer in the fi eld. 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 est ablish a unit price for the work The price bid per linear foot for "REPLACE EXIST. CURB AND GUTTER" as shown in the Proposal will be full payment for materials including all labor, equipment , tools and incidentals necessary to complete the work . 47 . PAY ITEM -HMAC TRANSITION: This item will consist of the furnishing and placing at varying thicknesses an HMAC surface in transition areas where indicated on the plans, as specified in these specifications and at other locat ions as may be directed by the Engineer. This item shall be governed by all applicable provisions of Standard Specifications Item 312. The price bid per ton HMAC Transition as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 48 . PAY ITEM - -6" PIPE SUBDRAIN : No specific location for this item is designated on the plans . Subdrain shall be installed only if field conditions indicate ground water at subgrade level after excavation and if deemed necessary by the Engineer. 05/01/08 SP-24 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 -8" THICK LIME STABILIZED SUBGRADE & CEMENT FOR SUBGRADE STABILIZATION : See Standard Specifications Item No. 210, "Lime Treatment (Material Manipulation)" and Specification Item No. 212, "Hydrated Lime and Lime Slurry" for specifications governing this item . Quantities for this pay item are approximate and are given only to establish a unit price for the work. The price bid per square yard for "8" THICK LIME STABILIZED SUBGRADE" as shown in the 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 05/01/08 SP-25 the pavement in each direction until cores are obtained which are at least of specified thickness . The width of such area shall not be less than Yi of the roadway w idth . 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 prev iously 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 Troxler Thin Layer Gauge will be used for all asphalt testing . After a rolling pattern is established , densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B" and "D" asphalt. Densities on type "B " must be done before Type "D" asphalt is applied. Cores to determine thickness of Type "B " asphalt must be taken before Type "D " asphalt is applied. Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness . 52. PAY ITEM -CONCRETE FLAT WORK (CURB, CURB & GUTIER, 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 . 05/01/08 SP-26 Required backfilling and finished grading adjacent to flatwork shall be completed in order for the flatwork to be accepted and measured as completed . No payment will be made for flatwork until the pay item has been completed, which includes backfilling and finished grading. 53 . PAY ITEM -REMOVE EXISTING CONCRETE SIDEWALK. DRIVEWAYS. STEPS. LEADWALKS AND WHEEL CHAIR RAMPS: This item includes removal of existing concrete sidewalks, driveways, steps, leadwalks and wheelchair ramps at location shown on the plans or as designed by the Engineer. See Item No . 104 "Removing Old Concrete ", for Specifications governing this item . 54. PAY ITEM -REMOVE EXISTING CURB AND GUTTER : Where shown on the plans or where designated by the Engineer, existing curb and or gutter and existing laid down curb shall be removed and disposed of in a manner satisfactory to the Engineer. Measurement will be by the linear foot for curb and gutter, laydown curb removed , and for all labor, tools, and incidentals necessary to complete the job. 55 . PAY ITEM -REMOVE EXISTING CURB INLET: This item shall include all labor, materials, and equipment necessary to remove and dispose of the existing inlet and removal and connection of the existing RCCP lead pipe inlet as shown on the Plans and as directed by the Engineer. 56 . PAY ITEM-6" THICK REINFORCED CONCRETE DRIVEWAY: See Standard Specification Item No . 504, "Concrete 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: 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 necessary to complete the removal and construction of each set of concrete steps . · 05/01/08 SP-27 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: This item shall include the removal and reconstruction of the existing fence at the locations shown on the plans or where deemed necessary by the Engineer. The Contractor shall exercise caution in removing and salvaging the materials to they may be used in reconstructing the fence. Their constructed fence shall be equal in every way, or superior, to the fence removed . The Contractor shall be responsible for keeping livestock within the fenced areas during construction operation and while removing and relocating the fence, and for any damage or injury sustained by persons, livestock or property on account of any act of omission, neglect or misconduct of his agents, employees, or subcontractors. The unit price per linear foot shown on the Proposal shall be full compensation for all materials, labor, equipments, tools and incidentals necessary to complete the work. 60. PAY ITEM-STANDARD 7" CURB AND 18" GUTTER: All provisions of Standard Specification No. 502 'Concrete Curb and Gutter' shall apply except as modified herein : Subsidiary to the unit price bid per linear foot shall be the following : A 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. 05/01/08 SP-28 If the Contractor fails to backfill either in from of the gutter or behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb and gutter shall be reduced by 25% until the backfill operation is complete . Standard Specifications Item No . 502 , shall apply except as herein modified. Concrete shall have minimum compressive strength of three thousand (3,000) pounds per square inch in twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) gallons per sack (94 lbs.) of Portland Cement. The slump of the concrete shall not exceed three (3) inches. A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required. 61 . PAY ITEM -REMOVE AND RECONSTRUCT MAILBOXES/ MISCELLANEOUS: This item includes the . removal and reconstruction of existing mailboxes , brick walls, flowerbed trim and miscellaneous items within the right of way which may be damaged or rem ov ed during construction. When possible, the Contractor shall salvage existing materials for reuse in the replacement or repair of damaged or removed items . Items which are to be repaired or reconstructed should look architecturally the same in material and appearance and should be reconstructed or repaired in a better or new condition . All applicable provisions of City of Fort Worth Construction Standards shall apply . 62 . PAY ITEM -BORROW: The non-expansive earth fill 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 materia l 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. 63. PAY ITEM-CEMENT STABILZATION: All applicable provisions of Item 214, 'Portland Cement Treatment' shall apply. 64 . PAY ITEM -CEMENT: All applicable provisions of Item 214 , 'Portland Cement Treatment' shall apply . 65. PAY ITEM -NEW 7" CONCRETE VALLEY GUTTER: This item shall include the construction of concrete valley gutters at various locations to be determined in field. Removal of existing , asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item . Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsidiary to this Pay Item . 05/01/08 SP-29 See standard specification Item No. 314", Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No . 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base ." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Paveme nt". The concrete shalt be designed to achieve a minimum compressive strength of 3000 pounds per square inch . Contractor shall work on one-half of Valley gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. 66. PAY ITEM -STORM DRAIN INLETS : An alternative method of construction for these items will be "Pre-Cast" manholes and inlets . If the Contractor desires to use this method , he must submit details for the construction to the Transportation and Public Works Department fore review and approval if said details are acceptable. The Pre-Cast construction must be equal or superior to the strength requirements for this item as set out in Item 444, "Manholes and Inlets " and said construction shall be in compliance with alt other requirements of Item 444 where applicable. 67. PAY ITEM-TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN : Work under this item includes alt the proposed excavation and backfill in the project area and the necessary fill area. Payment wilt 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 placement subject to the prov isions of Item 114 of the City of Fort Worth Standard Specifications. All 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 alt construct ion activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The Contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tnrcc .state .tx .us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for 05/01/08 SP-30 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 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 Commiss ion 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 05/01/08 SP-31 requirements prepared by the Engineer shall be prepa.red 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, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP . FOR DISTURBED AREAS LESS THAN 1 ACRE, SPECIAL 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 %" fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as 05/01/08 SP-32 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 fig ure has been placed in the Proposal ; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the "Contractor" responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence , where such lines would not have required adjustment or repair otherwise , the lines shall be repaired and adjusted by the Contractor at the Contractor's expense . The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments . 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 : 05/01/08 SP-33 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 ex isting 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 in~identals necessary to complete the work . · 75. NON-PAY ITEM -CLEARING AND GRUBBING : All objectionable items within· the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and Grubbing." However, no direct payment will be made for this item and it shall be considered incidental to this contract. 76 . NON-PAY ITEM -SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply . However, no direct payment will be made for this item and it shall be considered incidental to this contract. 77 . NON -PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards , shrubs , trees, etc. shall be preserved or restored after completi on of the work to a condition equal or better than existed prior to start of work. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys . This permit can be obtained by calling the Forestry Office at 871-5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association . A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture . 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 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 05/01/08 SP-34 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%. 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 deta il 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 05/01/08 SP-35 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 de li vered 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 : After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The Contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions . Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. 84 . NON-PAY ITEM -WASHED ROCK : All washed rock used for embedment or backfill or as otherwise directed by the Engineer shall washed, crushed stone and shall meet the following gradation and abrasion : (Actual washing not required if gradation is met) Sieve Size 1" 1/2" 3/8 " #4 #8 % Retained 0-10 40-75 55-90 90-100 95-100 Los Angeles Abrasion Test: 50% Maximum wear per A.S.T.M. Designation C-131 . 85. NON-PAY ITEM -SAWCUT OF EXISTING CONCRETE: When existing concrete or H.M .A.C . is cut , such cuts shall be made with a concrete saw. The Contractor may break out curb and gutter to the nearest joint if he chooses . All sawing shall be subsidiary to the unit cost of the respective item . 05/01/08 SP-36 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 Dig TESS Telephone Number 817-338-6275 1-800-233-2133 817-215-0366 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 shalr 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: 05/01/08 SP-37 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 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 grad ing, 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. 05/01/08 1. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams . 2. Frequent fordings of live streams will not be permitted ; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream 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 SP-38 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 erod ible-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. F. MEASUREMENT AND PAYMENT: All work , materials and equipment necessary to provide temporary erosion control shall be considered subsid iary to the contract and no extra pay will be given for this work. 05/01/08 SP-39 The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, which has been erected by the City . If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 871-7738) to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign . If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable prov ision of the "City of Fort Worth Traffic Control. Handbook far 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-PAVEMENT MARKING : This item shall include all labor, materials, and equipment necessary to prepare the surface and install pavement markings as des ignated by the respective pay item and as shown on the plans and detail sheets . Measurement and payment shall be per each or per linear feet as designated. 05/01/08 SP-40 (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 HA VE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT <TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. 05/01/08 SP-41 SECTION D UNIT I-WATER IMPROVEMENTS P253 541200 60517 00450 83 UNIT II-SANITARY SEWER IMPROVEMENTS P258 541200 70517 00450 83 UNIT Ill-PAVING & DRAINAGE IMPROVEMENTS: C200 541200 20540 00450 83 Certificate of Insurance Performance Bond Payment Bond Maintenance Bond Contract Contractor Compliance with Worker's Compensation Law Conflict of Interest Questionaire Prevailing Wage Rates . CONTRACTOR COMPUAN.CE 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 .5409 and City of Fort Worth Project No. C200- 205400045083/P253-605170045083/P2S8-705170045083. STA TE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR Stabile & Winn, Inc. Date: fa.~. C\ WO'\ ~~~---'-t-1 ------ Before me , the undersigned authority, on this day personally appeared vEVt '/ HeAJ o€"R,,So,J , 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 Stabile & Winn, Inc. for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this _!i__ day of iEBJ!41r,gv , 20 o 1 ALVA NELL FEW 1 I I f I- Bond #PRF08932446 PERFORMANCE BOND THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS : COUNTY OFT ARRANT § Colonial Arrerican Casualty and That we (l) Stabile & Winn, Inc. as Principal herein, and (2) Surety Canp-my , a corporation organized under the laws of the State of (3) tiu:yland • 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: Two Million One Hundred Fifty-three Tboosand Four Hundred Nine and 42/100...................... ... ($2,153,409.42) Dollars for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. MAR 10 2009 WHEREAS. Principal has entered into a certain contract with the Obligee dated the of -------'-'2 __ 00;...;;.a...9 a copy of which is attached hereto and made a part hereof. for the construction of: Pavement Reconstruction and Water and Sanitary Sewer Replacement on Portions of Canton Drive, Church Street, Halbert Street and Van Natta Lane 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 barmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal' s default, and reimburse and repay Obligee for al] outlay and expense that Obligee may incur in making good such default, then . this obligation shal1 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 detennined 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. MAR 10 2009 SIGNED and SEALED this __ of 2009. (Principal) Secretary (SEAL) Witness as to Principal .......i;;-_..,._ Address ATTEST: (Surety) Secretary (SEAL) Witness as to Surety P O Pox 2285 Ft Worth. 'IX 76113 (Address) Stabile & Winn, Inc. PRINCIPAL (4) .::' B~~- Ti ~~ Benderson, Vice--President P O fux 79'.ID Saeinaw, TX 76179 (A rney-in-fact) (5) Tacy Tucker PO Pox 2285 Ft Worth, 'IX 76113 (Address) NOTE : Date of Bond must not be prior to date of Contract ( l) Correct Name of Contractor (2) Correct name of Surety (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by Attorney-in-Fact. The date of bond shall not be prior to date of Contract. THE STA TE OF TEXAS COUNfY OFT ARRANT § § § Bond #PRF08932446 PAYMENT BOND KNOW ALL BY THESE PRESENTS : That we, (l) Stabile & Winn, Inc., as Principal herein, and (2) Colonial Arrerican c.asua.J.ty and Surety O:Jnpany a corporation org;111ized and existing under the laws of the State of (3) __ ttrry __ land __ ~ as surety, are held and finnly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of Two Million One Hundred Fifty-three Thousand Four Hundred Nine and 42/to(L ......................... Dollars ($2,153,409.42) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, finnly by these presents: MAR 1 0 2009 WHEREAS , the Principal has entered into a certain written contract with the Obligee dated the __ day of _____ ...., 2009, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project : Pavement Reconstruction and Water and Sanitary Sewer Replacement on Portions of Canton Drive, Church Street, Halbert Stnet and Vu Natta Lane NOW, THEREFORE, THE CONDITION OF TIDS 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 v oid; 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. MAR 1 SIGNED and SEALED this_day of, Q 2009 2009 . ATTEST: Stabile & Winn, Inc. PRINCIPAL (1Ap,_, !.w... ~ (Principal) Seer ary By 1 •7 Af'.l. eL er ~-- Name: Jerry Henderson ATTEST: Secretary (SE AL) Title: ----'V-=ice-==--Pr=-=-=em.=· d=en=t=----=-.,--- Address: P O Box 79:H> . Saginaw, '1X 76179-0H> · C.olonial Alrerican Casualty and Surety Canpany SURETY ~£ ~~ Na.,; T y ntler Attorney in Fact Address: P O Pox 2285 Ft Worth, 1X 76113 Witness as to Surety Telephone Number: 8J7/336--852Q NOTE: (1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Bond #PRF08932446 MAINTENANCE BOND THE STA TE OF TEXAS § COUNTY OFT ARRANT § Colonial Arrerican Casualty and That Stabile & Winn, Inc. ("Contractor"), as principal, and ..... S.,,_111.Ure=t-+y ....... C ..... anp3~0'-4y'------...... a corporation organized under the laws of the State of Mrryland {"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 Two Million One Hundred Fiftv-three Thousand Four Hundred Nine and 42/100 ..................................................................................................................................... Dollars ($2, 153,409.42), 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, jointty and severally. This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the __ of MAR 1 0 0 , 2009, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Pavement Reconstruction and Water and Sanitary Sewer Replacement on Portions of Canton Drive, Church Street. Halbert Street and Van Natta Lane the same being referred to herein and in said contract as the Work and being designated as project number(s) C200-2054000450831P253-605170045083/P258-705170045083 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., Contract.or binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) years; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort -Worth Department of Engineering, it be necessary, and ~ WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work. in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in! counterparts, each of which shall be deemed an original, this_ day of MAR 1 , A.0.2009. ATTEST: (SEAL) Secretary WITNESS: (SE AL) ~~M Stabile & Winn, Inc. Contractor By~4fl: .12 Name: Jerry Henderson Title: Vice-President Colonial Arrerican Casualty and Surety Canµmy Surety Title: __ A_t_t_o_rn_e_y_-_i_-_Fa_c_t _____ _ PO Box 2285 Ft Worth, TX 76113 Address Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS : That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY , corporations o~the S ~aryland, by FRANKE. MARTIN JR., Vice President, and GREGORY E. MURRAY, Assistant Secret™n u i(-9 )~thority granted by Article VI , Section 2, of the By-Laws of said Companies , which are se I~ se s · and are hereby certified to be in full force and effect on the date hereof, do · , co · ti · racy TUCKER, " Tobin TUCKER and W. Lawrence BROWN,~ O x nd lawful agent and Attomey-in- Fact, to make , execute, seal and delieer ~~If . act and deed: any and all bonds and undertakings, EXC-PT b d~(l@ ~e t to s, Community Survivors and Community Guardians. and th · ·0 of\\.i~s gs in pursuance of the se presents , shall be as binding upon said Companies, as fully .-lto;1? purposes, as if they had been duly executed and acknowledged by the regularly elected off~~ Cdft ny at its office in Baltimore , Md., in their own proper persons. Thi s power of attorney revokes that issued oQJ,eirct1 of Tracy TUCKER , Tobin TUCKER, W. Lawrence BROWN, dated October 11, 2004. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By-Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND , and the COLONIAL AMERICAN CASUAL TY AND SURETY COMPANY, this 11th day of October, A.D. 2004. ATTEST: State of Maryland } ss: City of Baltimore FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY By: Gregory E. Murra y Assistant Secretary Frank E. Martin Jr. Vi ce Pres ident On this 11th day of October, A.D. 2004, before the subscriber, a Not ary Public of the State of Maryland, duly commissioned and qualified , came FRANK E. MARTIN JR., Vice President, and GREGORY E. MURRAY , Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND , and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severall y and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid , and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies , and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF , I have hereunto set my hand and affixed my Official Seal the day and year first above written. Dennis R. Ha yden Notary Public My Commission Expires: February 1, 2009 POA-F 168-2829 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Articl e VI , Secti o n 2. Th e Chairman o f th e Board , or th e Pres id e nt , or any Ex ec uti ve Vice-Presid e nt , or any of th e Se ni or Vi ce-Pres id e nts or Vi ce-Presid ent s s pec iall y auth ori ze d so to d o by th e Board of Direc tors or by th e Ex ec utiv e C ommittee , shall have po wer, by and with th e co ncurre nce of th e Sec retary or any o ne o f th e A ss is tant Secre tari es, to a pp oint Res id e nt Vi ce-Pres ide nt s, Ass istan t Vi ce-Pres id ents and A ttorn eys -in -F ac t as th e bu s in ess of th e C omp any may require, or to a uthori ze an y perso n or perso ns to exec ut e o n behalf of th e C o mp any any bond s, und ertakin g , recogni za nc es , s tipul ation s, p oli cies, contrac ts , ag reeme nt s , d eed s, and re leases and ass ig nm ent s of judgeme nt s, decrees , mo rtg ages and in strum e nt s in th e nature of mortgages, ... a nd to affi x th e seal of th e Co mpan y th ereto ." EXTRACT FROM BY-LAWS OF COLONIAL AMERI CAN CASUALTY AND SURETY COMPANY "Articl e VI , Sec ti o n 2. The Chairman of th e Board , or th e Presid e nt , o r any Exec uti ve Vi ce-Preside nt , o r an y of th e Se ni or Vi ce-Pres id ents or Vi ce-Pres id e nts s peciall y a uth ori ze d so to do by th e Bo ard of Directors or by th e Ex ec utive Committee, shall have powe r, by and with th e concurrence of th e Sec retary or any o ne of th e A ss ista nt Secre tari es , to appoint Reside nt Vic e-Presid e nts , A ss is ta nt Vic e-Pres id ent s and A ttorn eys -in-Fact as th e bu sin ess of th e C o mpa ny may require, or to a uth ori ze any person o r perso ns to exec ut e o n behalf of th e Comp a ny a ny bond s, und ertakin g, recogni za nces , stipu la tion s, po li cie s, co ntracts , agreeme nt s, deed s, and re leases ancl ass ig nm ent s of judge me nt s, decrees, mortgages and in strum e nts in th e nature of mortgages, ... and to affi x th e seal of th e Co mp an y th ereto ." CERTIFICAT E I , th e und ersig ned , Ass is tant Secretary of th e FIDELITY AND D E POSIT COMPANY OF MARYLAND , and th e COLONIAL AMERICAN CAS UALTY A ND SU RETY COMP A NY , d o here by certify that th e fo regoin g Po wer of Attorn ey is still in full fo rce a nd effec t on th e d ate o f thi s ce rti fica te; a nd I do furth er ce rtify th at th e Vic e-Preside nt wh o exec uted th e sai d P ower of Attorn ey was on e of th e additi o na l Vi ce-Presid e nt s s pec ia ll y auth ori zed by th e Board of Directors to appo int an y Attorn ey -in-Fac t as pro vid ed in Articl e VI , Sec ti o n 2 , o f th e res pec ti ve By-L aws of th e FIDELITY AND DE POSIT COMPANY OF MARYLAND, and th e COLONIAL AM E RIC A N C AS U ALTY AND SURETY COMPANY . Thi s Po wer of Attorn ey and C ertificate may be s ig ned by facs imil e und er and by auth orit y o f th e fo ll owin g reso luti on of th e Board of Direc tors of th e FID E LITY AND D EPOSIT COMPANY OF MARYLAND at a meetin g dul y call ed and he ld on th e 10th d ay of May , 19 90 and of th e Board of Direc to rs of th e COLONIAL AM E RICAN CASUALTY AND SURETY COMPANY at a mee tin g dul y call ed a nd he ld on th e 5th day of May, 1994 . RESOLVED: "Th at th e fac simil e or mec hani ca ll y re produced se al o f th e co mp any and fa csimil e or mechanically reprodu ced s ignature of a ny Vi ce-Pres id e nt, Sec retary, or Ass istant Sec re tary o f th e C o mp any , whe th er made heretofore or hereafte r, wh ere ver appearin g up o n a certifi e d co py of a ny power o f att o rn ey iss ued by th e C o mp any, shall be valid and bindin g upon th e C o mpan y with th e same forc e and effec t as th o ugh manu a ll y affi xed ." IN TESTIMONY WHEREOF, I ha ve here unto sub sc ribed my name and a ffix ed th e co rp orate seals of th e said Compa nie s , MM? 1 () 2009 thi s ______ day o f ___________ , ____ . TUCKER AGEN CY, LTD. Bonds and Ins uran ce P.O. Box 22 85 Fort Worth, Texas 76113 (817) 336-8 520 Assistan t S ec reta ry Fidelity and Deposit Companies Home Office : 3910 Ke sw ick Ro ad Baltim ore , MD 21211 IMPORTANT NOTICE To obtain information or make a complaint: You may call the Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company, and/or Zurich American Insurance Company 's toll-free telephone number for information or to make a complaint at: 1-800-654-5155 You may contact the Texas Department oflnsurance to obtain information on companies , coverages , rights , or complaints at : 1-800-252-3439 You may write the Texas Department of In surance : P.O. Box 149104 Austin, TX 78714-9104 FAX# (512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning the premium or about a claim , you should first contact Fidelity and Depo sit Company of Maryland or Colonial American Casualty and Surety Company. 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. S8543 f(TX) (08 /0 I ) THE STATE OF TEXAS COUNTY OF TARRANT CITY OF FORT WORTH, TEXAS CONTRACT KNOW ALL BY THESE PRESENTS ~· r"I 1 0 ,-; · · 2009 This agreement made and entered into this the __ da of A.D ., 20Q2, 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 llth 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, Stabile & Winn, Inc., HEREINAFfER 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 and Water and Sanitary Sewer Replacement on Portions of Canton Drive, Church Street, Halbert Street and Van N atta Lane 2 . That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein . 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten ( 10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 220 working days . If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $630 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency . 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City 's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents , employees, subcontractors, licensees or invitees, whether or not any such iniury, damage or death is caused, in whole or in part. by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees .. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may , if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract . 7 . The Contractor agrees, on the execution of this Contract, and before beginning work, to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Article 5160 of the Revised Civil Statutes of Texas, as amended, in the form included in the Contract Documents, and such bonds shall be for 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 b y the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/3, shall be Two Million One Hundred Fifty-three Thousand Four Hundred Nine and 42/100 ................................................................................................................. Dollars, ($2,153,409.42). 9 . It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering . 10 . The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein . 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same . IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in ~ counterparts in its name and on its behalf by the City Manager and attested b y its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in ~ counterparts with its corporate seal attached . ~·· --, a~BB Done in Fort Worth, Texas, this the __ day of MAR 1 9 A.D., 2009. J APPROVAL RECOMMENDED: -?'.-4 WILLI~RKE~ DIRECTOR, DEPARTMENT OF TRANSPORT A TI ON/PUBLIC WORKS ATTEST: Stabile & Winn, Inc. PO Box 79380 Saginaw, TX 76179 CONTRACTOR BYc)~ Jerry Henderson, Vice-President TITLE PO Box 79380 Saginaw, TX 76179-0380 ADDRESS November 1960 Revised May 1986 Revised September 1992 _.. ....... "" CllY OF FORT WORTH FERNANDO COST A, ASST CITY MANAGER fu~~ -~- CI1Y SECRET ARY (SE AL) Contract Authorizatio• APPROVED AS TO FORM AND LEGALITY: -·- ... -:: -. -~ '~] 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 of2258.023 , Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31 51 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 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. ( 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. (t) 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. HEAVY & IDGHW A Y CONSTRUCTION PREY AILING WAGE RA TES 2008 Air Tool Operator Asphalt Distributor Ooerator Asphalt Paving Machine Operator Asphalt Raker Asphalt Shoveler Batching Plant Wei2her Broom or Sweeper Operator Bulldozer Operator Carpenter Concrete Finisher, Paving Concrete Finisher, Structures Concrete Paving Curbing Machine Operator Concrete Paving Finishing Machine Ooerator Concrete Paving Joint Sealer Operator Concrete paving Saw Operator Concrete Paving Spreader Operator Concrete Rubber Crane, Clamshell, Backhoe, Denick, Drag)ine, Shovel Operator Electrician Fla22er Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator Laborer, Common Laborer, Utility Mechanic Milling Machine Operator, Fine Grade Mixer Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rou01 Oiler Painter, Structures Pavement Marking Machine Operator Pipelayer Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Roller Operator, Pneumatic, Self-Propelled Roller Operator, Steel Wheel, Flat Wheel/famping Roller Operator, Steel Wheel, Plant Mix Pavement Scraper Operator Servicer Slip Fonn Machine Operator Spreader Box Operator Tractor Operator, Crawler Type Tractor Operator, Pneumatic Traveling Mixer Operator Truck Driver, Lowboy-Float Truck Driver, Single Axle, Heavy Truck Driver, Single Axle, Light Truck Driver, Tandem Axle, Semi-Trailer Truck Driver, Transit-Mix Wuon Drill, Boring Machine, Post Hole Driller Operator Welder Work Zone Barricade Servicer $10 .06 $13 .99 $12.78 $11.0 I $ 8.80 $14.15 $ 9.88 $13 .22 $12.80 $12 .85 $13.27 $12 .00 $13.63 $12.50 $13.56 $14.50 $10.61 $14.12 $18.12 $ 8.43 $11.63 $11.83 $13.67 $16.30 $12.62 $ 9.18 $10.65 $16.97 $11.83 $! 1.58 $15.20 $14.50 $14.98 $13.17 $10.04 $11.04 $14 .86 $16 .29 $11.07 $10 .92 $11.28 $11.42 $12.32 $12.33 $10.92 $12.60 $12.91 $12.03 $14 .93 $11.47 $10.91 $11.75 $12.08 $14.00 $13.57 $10.09 Classification AC Mechanic AC Mechanic Helper Acoustical Ceiling Mechanic Brkklayer/Stone Mason Bricklayer/Stone Mason Helper Carpenter Carpenter Helper Concrete Finisher Concrete Form Builder Dry.vall Mechanic Drywall Helper Drywall Taoer Drywall Taper Heloer Electrician (Journeyman) Electrician Helper Electronic Technician Electronic Technician Helper Floor Laver (Resilient) Floor Layer He l per Glazier Glazier Helper Insulator Insulator Helper Laborer Common Laborer Skilled Lather Painter Painter Heloer Pipefitter Pipefitter Helper Plasterer Plasterer Helper 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY I Hrly Rate I Classification $21.69 Plumber $12.00 Plumber Helper $15 .24 Reinforcing Steel Setter $19 .12 Roofer $10.10 Roofer Helper $16 .23 Sheet Metal Worker $11.91 Sheet Metal Worker Helper $13.49 Sorinkler System Installer $13.12 Sorinkler Svstem Installer Heloer $14.62 Steel Worker Structural $10 . 91 Concrete Pumo Crane, Clamsheel, Backhoe, Derrick, D'Line $13 .00 Shovel $9 .00 Forklift $20.ZO Front End Loader $14.43 Truck Driver $19 .86 Welder $12.00 Welder Helper $20.00 $13 .00 $18.00 $13 .00 $1 4.78 $11 .25 $10.27 $13 .18 $16.10 $14 .83 $8.00 $18 .85 $12.83 $17.25 $12 .25 I I Hrly Rate $20.43 $14 .90 $10 .00 $14.00 $10.00 $16.96 $12.31 $18 .00 $9 .00 $17.43 $20 .50 $17.76 $1 Z.63 $10.50 $14.91 $16 .06 $9.75 APPENDICES -UNIT I-WATER IMPROVEMENTS P253 541200 60517 00450 83 - - - - UNIT II -SANITARY SEWER IMPROVEMENTS P258 541200 70517 00450 83 UNIT Ill-PAVING & DRAINAGE IMPROVEMENTS: C200 541200 20540 00450 83 A -Standard Figures and Details B -Right-of-Entry Agreements APPENDIX A STANDARD FIGURES AND DETAILS 1-1-78 5'__...,__~~~~~~~~- ' IY . . Roadway i---o+-1:6:for Cl ass }\Meter Box · . 1 2forClass BMeter Box . I -------As shown on plans------- 1 4' Meter Box / Copper Service Line ' ~Gosline ~SCilnitary Sewer NOTE: I. On Initial Installation: No More Than One Splice Per Copper Service Line Will Be Allowed With No Splice Under Pavement. 2. Service Line Installations Shall Include A Class "A" Or Class 11 611 Meter Box As Applicable For The Size Service Intended. 3. If Meter Box Is Not Installed At The Time Of Service Connection, A Strip Of Blue Vtnyl Tape At Least 311 Wide And 10 MIL Thick Shall Be Fastened To The End Of The Service And Extended Through The Backfill At The Meter Box Location. UT·ILITIES SERVICE DETAIL FIGURE I E1-17 Material E2-17 Construct1 on ~2~0''-~--©--~- ..... .. ,. --- -n-----.,t--::-,: ..., .. ,----· ----·· --•:d.• " , l \• .... ' 1, • ,,• \:,.I ' ...... ·. ~~ ; ,~ 1• I .. 1 •.J .,.. ... ... a.,.J •'1 lr:c : • r·· ',\!.a,, !11 ··-•:• •• • ~J ... ,. -··=-,,.., .... ---·:,,;, ~C· .,., I. I '' '"""" ! ' •• ' , _..,, ,, .. ,-.-,--------,::,--,--; ----.... ·:··=-',1~,,-"1"'-·---.~~ I•""----------~----__ -3 I I l :;;~o'' ...,_ ______ ®-------~ MATERIAL LI ST 3/411 or 111 as app 11 cab 1. e (8) -Standard Corporation Stop CID-Standard Curb Stop & 90° Elbow. © -Meter Box and Meter to be i nsta I led I-Service Line • Blue Vinyl Tape, 3" wide, 611 above -Area to be backfilled with sand 3/4 11 a I II WAT E R S E RV I CE D·E TA I L by Other ground FIGURE ____ ~ E l - I 7 Ma t e r i a I -~--· . E2-17 Constr1----· Roadway Base f Valve Operating Nut is re Than 3' Below Pave- ent Surface -Provide (tension Stem To 1' Be10.-J 3vement Surface. ~tail Pertains to Al1 ate Valve Sizes 4 11 Thru 12" . , Main · rll-, I I ..L ----l_ ~ .. -.::.. I I I Paving .Or Other aerial ~~;Y?:''o ::·o::a, ·.·.,--· .. · ·.·. ·-·r-1#=~0~-· .. ···:·;;, .• -~"'ii~ ........ , : ':#·· .. ,; •. ••• "--115",·· .· ·• !·.~·:. ='"~~--~-·-" :.~ ...... ·. ,-.·0 •. 0 -.• "0-9: .·.·:. ~-~~.-:o: .. =. o.··. ·._ ..• o. :· " ... : .•• ·: -.·'O.· .·, ~b.?::"::o./f.~ ·-;-"i,/:\.: _ _.._._-~ .-·. ~-\at :.;:·.-f-t,;(!::" ___ ..... , ...... ,. .. , ................ ~ .... , ....... ,, ...... ~,-... .. McKinley Iron and Steel Co., No. YB5 three piece valve box or equal • .--~~-Gate Valve BOX J TYPICAL GATE VALVE AND EXTENSION STEM DETAIL 1-1-78 FIGURE 3 E l-lO Mater i a 1 E 2-/0Construction A t SEE NOTE NOTE 4 -,- ® ® jJ @ OUl(NSICN TAtLE C.ATE ~Al.VE S17F A . r 0 £ f t H ' • ' r lb·· 20" 20" 12 '' 12'1 ... ,,, .. I'' "i'' IZ " tO ·· zlt ·• 12 ·· lb·· ,, .. 20'' zou 12" 12" SI ]/II'' 2" lt8 11 12" ,2 .. lit .. 12 " ,a .. 20-• 22" 18" 12" 1.2" S6 St8'' I'' Sit " 12" 12•• 2a.--16:' ;c-· 2~" 26" '"" 12° 12'' "]/8" I" 60" Ill" I•·• JG" Ill" 2\" )O" 28" 12" 12° 12:" Bo S/8" 3u 6£tU 1811 18" )()"' 2()t ' )()'" 16" )2" 8" 12° 12" ,o Vl6" it" 12 11 18u 18° )6" .?It '' ]t•· •2" ]~" , .. t5 11 9" 107 ,,~ .. S" 78 " 2~" 20" )6 ' JO" ~2 " •B" )6" ~ .. I~" 10-• 121 S/8" ~,· ,o" 2,.., 26·· ~2" J&" •a" SIi" )6" ~ .. 9'' 15'' I ~2 1/2" l" 102" 2~" 12" "6" ,c;• s,·· Oi 1N11s {ons ·•re N,•d CW\·Atae,f'i t•n Darling.,., .. •nd "'•· Co , Qr..,i ftg Wo . 6)97 , ••1ed )-2 ·59, ,ovhod s-il -70. lft'' i•te v•l~e dl,-n"'i on-. ne b,ue, °" C•c•log No. l'O, ~,C\ 20 .-.d 22. S"" ,-le ••Ive di..cn,ions •re :»•s.ed '" Or.._tn:, llo , 92-IJIS8, ctoted 12-17.70, CONCRETE · TOP VIEW, LESS MANHOLE COVER ANO RIM INSTALLATION 6 9A·R$, s-'>i: (TVP.) O. 5 SAR,, 12-~ (TYP.) ...... -'------@)------, FOR . J.~1-78 __ SECTION A-A VAULT DETAIL !!!ill.. I . 2,,.._-.0 .. Fort Worth st•~rd J)6 lb. a-.an'1o i e ::O"tocr wi th the twi0rd •-UAT[R".c.•sc i n l•i11ch ~ctter\. 2. Valve ,,._,It side walh sN-11 be-pnc•st r~i riforc.e.i concrete p i pe of the tongue •rut gr:oove de,i ,;;"• -eting the reqLliretnents of A.S .T .M. C-76. Cl•H 1 1 1. or eau•I, u1ln9 ""1'-N(l plaicic ,eal. or poured-i r,-plKc 2SOO a; rehtforu, C.Of'lcrete wi t.,. a•· w.l l s . C:,ncretc .alls ,ha11 be re i r.f:.rced •i th :i£t c.i rc.ular Mrs , IPK•d &• c./c hori %on1.itlly Mid 6 .. c./c vert l c.ally . Po.,rect-1,,.,,ltu: c.oncrere llflf'tt ~e ••flrst wrfACe rubbing,•• as \peclfied i n £ 2-1~.150(1} of the Ceneral tontnct :ioc:..--" .tnd Spec i f I c•t Ions . ). ~le s.tep1 1 ~h 111 P£~•St£P ;r lOG ... 2. or eqiu,.&l 0 ~•ti Oe provided for r.r• ,-.it• "alves t,nd J.a,,..r . The steos Vl•II ~ I nst.AIied l ia1i.r1, as i l'I •--··- tta:\Cfard It• cU...-cter ....nhOle • ... ,rovlde corpor»tion ~d curb .\tops a ~air.l.fC\ of 12" fro~ 116Ctt e:f'ld of giate via Ive. u ~t,o.,n . Corpor•t ion ~ cuf'b ,top ,i Hi ~11 be I" fN' 16'". 20'' •nd 2ft0 ptpe ~•"•' d i ~c•n: Z" for JO'". ..,, l•rger d i •1t1etcr,. i-• ,.,,, \h•l l tte' Nde H • l." fl.an9Wd ...,t ler. wit~ i"s.u l .>t e d •d•;,t.Of lc.i t. lopper f'I '"'*'" lh41 I bf. pro"' ided !>etiwe•tt the co~•, i Oft •nd C·Hb u-,,,s.. C1oiro ,c.w, M!el 1 be lr~:•lled Al •n el«v.atiCNl 12'· .atx,we .1:hc to,""''"' .f Kti of v,...\t bnt!,.. sf.ab. S ft o l ,..,re&l\,.Ae ciuVl i .>n p.ad, •, SupJtt i ,d by Te j.,H P t.,-, ic.s Mteri •h '-.ppl, (O#C•ny . fort \lor th. Te..,,.. or eQu~I . 6 . C.rout w i ttl 1'0rti&r . --------------· 16" AND LARGER GATE FIGURE · 4 VALVE E l•l't '1AT[llAL5 C 2-1· CO,,SI-UtTION I __ .,{ 6" lead from Hains. 12,r aml Larger to Gate Valve Concrete __ .... Blocking Main--- Existing or Proposed Cur~--------. Pavement or Other Surface----~ Trench----. or Proposed Curb Bottom ~est Concrete . Blocking Fire Hydrant ....__~-Exercise care to avoid Plugging Drain HolE. With Concrete Fire Hyc'.ra,t to be Set Plumb ---Park~·:ay I E~tension Barrel and Stem for Extra Bury Depth if Necessary nchor i ng Cour,- 1 ing for Connec- tion off of Con- rete Pipes 12 11 Diameter and Lar3er ... Bury Depth: * Fire Hydrant Lead {l) 3•-611 for Cast Iron Pipe {2) ·5•-CJ!1 for A-C Pipe Ref. Figure 6 . i-1-:.:1A ·STj_NDARD FIRE HYDRANT FIGURE ~ Minimum 7 C.F. Gravel Proportionally Around Base DETAIL Blocki:19 E1-12 Mat E2-12 Const P .S.F . soi l be aring va l ue . Plug 1500 # Conc r ete i.°':".#:.. ..... • ;..,; •:'·i· , .. ~J}t.~J~{..!Ji.J...i-~~~-+ --~~~-J-11--~~~~~~~ ':' ~ '·· ._y ...... t p . ~ -x Bend "E" 1500# Concrete HORIZONTAL BLOCKING TABLE *Dimension 11 X11 May Vary If Necessary To Provide Bearing Against Undisturbed Trench Wall ... -., . I , Pipe x-~·: Size Dim. Ft. 411 l . •. 6·· 1.5 811 1.5 l 011 1. 5 12 11 1. s l 6 11 2 20 11 2 24 11 2 30 11 2.5 36 11 2. i; 42 11 ~ 4811 3 '·5~11 4.0 NOTES: 1-1-78 . 11° ·-15 1 22° -30' 45° 90° Tee & Plug ~I Min. 1"141.11. 1n1 n. Max. Min. Max. rin. Max. Min. Ma,t "A" Arp; Vnl 11 RII IArPa Vnl 11c11 iArea Vol. 11ni• rea Vol. IIFII ~rp;i Vo .90 .8( .05 • 95 .90 .05 .95 .90 .05 • 91 .82 .05 l. 16 • 5l .05 .qo :ac .09 • qr; .90 .os 1.05 l. 10 .05 1.73 l.99 .05 J • lg 1.41 • OS .90 .8( .os .95 .90 .05 1.41 2.00 .05 J.86 3.47 • l 1.57 2 .4E • l .90 .Be .05 1.26 J.60 .05 1. 79 3.20 • l 2.18 5.b2 .2 1.99 3. 98 • 15 1. 1 O 1. 2( .05 1.48 2. 30 • 1 2. 14 4 .50 .2 2.83 8.oo .3 2.38 5.65 .2 l. 41 2.0( • 1 2 .00 4.oo • l 2.s3 8.00 .4 3.75 ~-10 .65 3. 16 10. DC .s 1. 77 3. 1 C .• 2 2.54 6.20 .3 3.52 12.40 .6 4.70 rl .oo 1. 15 3.94 15 .55 .75 2. 14 4.50 .25 3.00 19.00 .s 4.25 rn. 1 o .95 s.6s ~.oo 1.85 4.76 t22. 60 1. 05 2.66 7. 1 O .55 3.78 ~.20 1.0 5.30 28.20 I. 75 7.05 lt9,80 3.4 5.91 i35. 33 2. l 3.·n 10. 00 .75 4.so 20.40 1.4 6. 36 4-0.80 2.65 8.50 72.00 5. ) 7.20 51.00 2.q5 , 1.7? 11. 8c 1. 2 c;.2r; 27.60 2 2 7 41 ~~~n 4. l q_qo n. r;o 7.Q 8.10 ffi. oc 4. 7S 4~38 18. 10 1. 6 6.oo .16.m 2,q 8.48 7Z.OO 5.4 11. 14 1a,.,;o 10. 4 q. r;o c:n.o· 6. 1 r; 4.00 ~.2.5c 4.00 6.70 lf!iOO 7.00 ~ 9.1.to aaoo10.oo 13.00 ~ 62.0C 16.oc 10. 1c Jlsoo 12.oc Minimum areas shown are in square feet. Volumes shown are in cubic yards. Vertical dimensions of all block bearing areas shall be tdentical to the horizontal dimension shown. HORIZONTAL BLOCKING DETAIL FIGURE 9 E-1-2 O Material E-2-20 Construction NOTE: Be 11 Be I 1 Trench width: l. Pipe 24 11 i .d. and smal Jer == 24 11 or o.d. + 12 11 whichever is greater. 2. Pipe 1 arger than 2411 = o.d. pf Pipe + 18 11 • l, extend a min. of. 6 1 ' beyond pipe. 3. Cradle shal 1 each ~ide of RUBBER GASKET JOINT M. J. Bel 1-Bell '3end 1500# Concrete Keep a mi n. of l 1 -on : learance between ·one. and joints or bolts on C. I. Pipe. ,r in excess of 1 1 -0 11 1s detailed. -1-78 • (1) • n. .:;::, ·--• a. ----~ -:. .......__. ........ ....._ ___ __,,.._~~ --1-t' jrl BELL AND SPIGOT JOINT MECHANICAL JOINT Main --4------4....-- Note: When cr~dle is shown or specified for installati6n on concrete pipe CRADLE DETAIL the ful 1 iornt length of the pioe or fitting sha ' ~ cradled. FIGURE 10 E 1-20 Materials E 2-20 Construction I CI ass "B" (25 00#) #4 Steel &ar Wr-ap pipe with 15#. roofing felt . Form as necessary -. C •,--. ttl •,- Cl ,- ,a C ..... E 0 z a, C. ..... a. . B BENDS 90° 45° 221 /2 -0 *Vol. Req'd. C.F. 39.99 21.64 11 .03 A Ft. 2.50 1.42 1.0 6 B Ft. 4.0 3.88 3.36 C Ft. 4.0 3.88 3.36 *Vo 1. Req ' d . C.F. 71.09 38.47 19. 61 A Ft. 2.83 1.67 1.5 8 B Ft. 5.0 4.8 3.66 C Ft. 5.0 4.8 3.66 *Vol. Req'd. C.F. l 11.07 60.11 30.65 A Ft. 3.25 1.92 1.75 10 B Ft. 5.9 5.6 4.25 C Ft. 5. 9 · 5.6 4.25 *Vol. Req'd. C.F. 159.94 86.56 44.13 A Ft. 4.17 -2.42 1.42 12 B Ft. 6.2 6.0 5.54 C Ft. 6.2 6.0 5.54 *Volume calculated on the basis of concrete Keep concrete clear of pipe joints and bolts 11 1 /4° 5.54 0.75 2.75 2.75 9.85 1.0 3.2 3.2 15.40 1.5 3.25 3.25 22.17 1.25 4.2 4.2 reacting thrust on the respective bends under an internal pressure of 150 psig at the rat-e of 150 lb. wt. per cu. ft. of concrete . EXAMPLE A VERTICAL TIE-DOWN FIGURE BLOCK I I DETAIL .· 1-1-78 El-20 Material E2-20 Construction 1-78 Grout over exposed .st~eJ straps Keep -concrete · c 1 ear of pi pe joints and bo J ts NOTE: EXAMPLE Quantities will be specified on plans or directed by Engi- neer. B Bar Steel Straps In variable quantity depending on thrust. --Form as -~--Necessary 2500# concrete .• .....-.::--,.a.,1_#4 bars both ways 611 C/ C VERTICAL TIE-DOWN BLOCK FIGURE 12 E 1-20 Materi a 1 E2-20 Construction \ ./ 1-1-78 Keep Concrete Clear of Pipe Joints and Bolts u - w NOTE: EXAMPLE C Steel Bar Straps in variable quantity depend- ing on thrust. __ ....___ Provide Fermi ng as Necessary 2500# Concrete #4 Bars Both Ways 611 c/c Quantities will be specified on detai I plans or directed by the Engineer VERTICAL TIE-DOWN FIGURE 13 BLOCK E 1-20 '·1ateri al E 2·20 Construction CD No. ~ Bars, each way · .,,,.t1---<D---~ A•·-, Existing surface Existing sewer 1 lne ti11 Typ. ~U Typ, c/c Typ. Proposed Water · 1t11 #6 gauge we I ded . wire mesh, length of encasement ml nus 311 diameter Qf bel I IT. ~ ?4, 3" . I I (.6111 / T li," typ. -~ i,..;. C C YP• . Sect I on 11 A11 -11A11 Variable trench width. Class 11 B11 2500# reinforced concrete support beam and encasement length shall be measured as the standard trench width, (Ref. E .2-2 .. 16), plu.s four feet (4 1 ). A minimum bearing of 2~11 on undisturbed earth shall be required on ea6h side of the trench. ' Class 11 811 2500# reinforced concrete shall be used in construction of a support beam and encasement for sewer I Ines twelve inches (12il) diameter and larger. Sewer 1 ines less than twelve inches (12 11 ) diameter, with exception of sewer service 1 Ines, shall be replaced by Class 150 cast iron or support~d by aforementioned concrete encasement, per Note 2, Figure 23. The entire area excavated to accomplish the construction of ~oncrete support beam and encasement shall be completely backfilled with crushed limestone and thoroughly compacted to 90% Proctor Modified Density. SANITARY SEWER _CROSSING DETAIL 1-1-78 PIPE TRENCH FIGUR _E 24 l E 1 -2 0 Mater r a 1 s _J I '. -----~.(_ .. : E 2-20 Constructlc~ NOTES: G) ® 611 bl i.nd flange tapped 211 with 2 11 brass plug, 125# pat tern b 1 ind f 1 ange dr i 11 ed and tapped for 6 11 bl ind flange. 611 bl ind flange attached with bronze bo1ts. Gaskets shall be full faced as otherwise required in E 2-~. ~ Lifting lugs shal 1 be .provided in quantities sufficient to loft and handle the flange as a balanced load. ® Attach the .125#: pattern bl ind flange with steel bolis arid bronze nuts then cover with ® (j) cement grout after inst a 11 at i.on. 125# pattern flange,. unless required otherwise. flanges and bl ind flanges to be designed to withstand pressure rating of pipe. Wye branch to be one size 1 arger than, b~t tapered to standard run normal diameter unless . . otherwise specified. Standard run diameter. STANDARD CLEAN ·ING WYE DETAlu FIGURE Material Specif i cat i o r, E l -4 Constru~tio, Specificatio~ E 2-~ 1-1-78 ' . ---... · · · ~ -...r' .36 .. S-t'ttrz/ p/.n'1 -// """ prewr w,rA n1orr!-1r. -\ R~I°: E /-/¢ pr-o,,~'o"~a' / , hy srre~,:e ~,,1r.,ctor I \. j,?~r~/("4',:r .b)' S"GArr.;,ry S'aw~r t:'onrr,<-t'e1r. -+--,r--E==:~~::::::3---j-Jt--\ '-''-· ./ __ ,.,,/ 6n,o'c R..-~.,. .-r.~ t'o -.6• proncled lbr in,r.,,:,//,pr',i,~ J6}' .rr.r~~tl e"n~.rlt!r'&1r. ( A~ Aor' .rAown.) Hp ~,~~( p/lftt /5-~e/ow -N:.ri.rA h#f e&rc:9rr<=VP ----------. A-f0,,70/,r.l,e Co.,,rret'c or A.$. 7. M. C-~78 pr~-1$/ re ,;,,tl,,..c~a' .-.,;,n/u,( e Sflcl'lon$ o,,. "'lu.1~, ~~e~·-E:-2-/~----,,1 "" eru.;~,,;nd S't'.:IJ'J~rttd -'4" s/u,w-,,., ___ ___, I -Jun ;.f ,. ':4-A ., ll"¢ ;,re I, W r d'6'7 eon e. (.'ro?d re ra tZXr,uto' fo ,,P~p~ P~ Ir * J/.;r/~,r w,i'A dl~HJel~r er p,):,r . '2-N.TN. =i. C/a.,.~ r cl?'dt)() #j CoAC. c'J"A/IN. ~ .. a't°;. .J'or fttM;'tZr ~ d,1 to Z/·~;. -at&'. /or s-cwcr t o/' ro 3?" a',;;,, 1-78 r..rou..Pe /O.I $TANP4RP ~4A//,/O.LE (PrtZC,;,S'I $"Aow,,,J !: ... ~~:::· ... · -.. ----.;; ;··: .--.. .. -.o, .. ~ .... ·· •. t1··~·· :~-; Y/. . ·. :-o· :· .··-·, .· : :";i·:.·: :~:.·· ~::,_;:{· ·.~: -0; • .-:.,·.:l · . ; • ·.:. f!!.;~~<~~~:.; .... . :.-.:: ... /t~.f}. /3-8'' I El-14 Material E2-J4 Construction '------N,,;,,,,Ao~e-,l';-,,;,-,e &',1o' e~-d.-i. * Pror/a',o' by i'A, Wl~«r Ina' r.,;,,-ur.;,ry G~N«r n,.,,rr.,;,e.t'o,-z'4 .9 lf~rc o'e1,9n.,;,l'~o' oy a-h~ Pc,&~ c .IY'orK.s-eo,,,t',..ue6on . c",,.9,;,~1.r. ~/(IUR£ /0" <.°OV¢r; <l(IU,.f( t!-o Aft:~n/t)' .Eron ;pq,.K,. #o.4 ~~A.11,w~"/A r71"e,I-sur.s-or p,~.1-Ao/rz$', Ru''·· Ee·/~ $' TANPARP .A/4#/./(,)/.£ · 1-1-78 El..:14 Material E2-14 Construction ..... __ _ ·':; ------------------------------------------" J-1-78 MANHOLE FRAME AND 24"DIA. COVER, EQUAL TO McKINLEY IRON WORKS NO.A24AM: (REF. E2-14). TOP OF CONCRETE CONE SECTION 15" BELOW r.•-_, FINISH RIM ELEVATION:~- (REF. FI GS • 103 & I 04). · 611 MIN. 8" ~ . CLASS F(4000#) CONC NOTE: I. PRECAST 4'DIA. CONE WITH STANDARD 300# MANHOLE COVER AND RING IN LIEU OF 24 11x40 11 SHALLOW . MANHOLE(REF. FIG 106). 2. MANHOLE TO BE USED WHERE SEWER LINES ARE LESS THAN 6 1 DEEP. SHALLOW MANHOLE PRECAST CONE FIGURE 105 ·El-14 MATERIAL E2-14 CONSTRUCTION ti [ Existing surface Backfi11 as specified 1-1-78 I . . . • ' . , . • ' ·• • . . (D t (D 611 min. dimension. 611 max. for pay purposes when bi~ per cubic yard. @ 611 min. dirriens ion. Max. for pay purposes shall be 611 0;1 mains 24 11 and smaller, 9 11 on mains 3011 and larger, when bid per cubic yard. it 11 min. dimension. it 11 max.. for pay purposes when bid per cubic yard. @ Cl ass "E" 1500# concrete. CONCRETE ENCASEMENT DETAIL FIGURE 113 E l-7 Material E 2-7 Construction ' ' _I STREET DIRT a.. >-t-. 0 C\I 8-14 AEBARS TYP. ------+-4- USE 30001 CLASS A CONCRETE. CONC. COLLAR HEIGHT VARIES PYHT. " 2:27 .. . -... .. .PYHT. 4.o· ,, - 0 ~ 0 . CHAMFER TYP. --J .. ~w.""l't----+--~~~-l I 'TT<_ ~~,-,t-n,-,....,......,,.~ _C._:.(_SE_J~--'CA.._SE~2--n.......,......=:+ 4 · L3· 5• MIN. CASE J COLLAR SHALL EXTEND TO TOP OF 2: 27 CONCRETE ( REBAR REO.} CASE 2 COLLAR SHALL EXTEND 3• BELO>I BOTTOH OF LOWEST fiRA.OE RING {REBAR REO .) MINIMUM HEIGHT VARIES SECTION A FIGURE .121 CONCRETE MANHOLE COLLAR DETAIL E1~20.21 MATERIAL E2~20.21 CONSTRUCTION 5/18/90 :2 Inc /a :l · ...... SEE NOT 4 BELDV PROPOSED H. M. A, C. REPLACEMENT < 2' MIN. ) ; EXIST. H. H. A, C. SAW CUT SURFACE EXISTING GRAVEL BA SE 2127 >-------REFER TD FIGURES 'A' AND 'B' PROPOSED PIPi;;.--HJ.-J--.~ DITCH YALL: NOTES• Ci) 2• 27 CONCRETE SHALL BE INSTALLED AMIN Of a• BELOW BOTTOM OF EXISTING H. M.A. C. PAVEMENT (g) ALL EXISTING ASPHALT SHALL BE REPLACED TD THE ORIGINAL DEPTH. HINIHUM PAVEMENT REPLACEMENT SHALL BE 2' OF FINE GRADED SURFACE COURSE. ~ BEDDING OF PIPE TD MATCH ADJACENT SECTION DR SPECIFICATION 402, WHICHEVER IS MORE STRINGENT (1) ON MAJOR PROJECTS, THE PROJECT ENGINEER DR DESIGNER HUST EVALUATE THE FULL WIDTH OF EXISTING H. M, A. C. PAVEMENT AS TD THICKNESS, CONDITIONS AND ABILITY TO WITHSTAND CONSTRUCTION LOADING. IF APPROPRIATE, THE FULL WIDTH OF SURFACE SHALL BE REMOVED AND REPLACED WITH APPROPRIATE TREATMENT TD EXISTING BASE DR SUBGRADE MATERIAL. FIGURE 4 ASPHALT PAVEMENT REPAIR DETAIL NOT TD SCALE MINIMUM s•·--1-~~-i:.:.J EMBEDMENT TYPE •c• BACKFILL SEE SPEC; E1-2.'4- G. C.O. SANO MATERIAL EMBEOMENT ck INITIAL BACKFILL SEE SPEC. E1-2.3 G.C.O. WATER: SIZES ·UP MINIMUM INIT]AL 8ACKEJLL COVc:R: -~.,..:...,,.;..,,.:.,,.,.;,o,,..:t TYPE •c• BACKFILL SEE SPEC. E1 -2.'4- G. C.O. WAlER -s•. S£V£R -12· STORM DRAIN -12• MINIMUM s•-4-1~...,_.;....:.,,:..-.1 EMBEDMENT CRUSHED STONE OR SANO MA lERIAL INlllAL BACKFILL SEE SPEC. E1-2.4{b) OR E1-2.3 G.C.O. CRUSHED STONE SEE SPEC. E1:. 2.3 G.C.O. WATER: SIZES 16" AND LARGER . SEWER:· ALL SIZES STORM , DRAIN: ALL SIZES . ( . ~ L 1-----------------------_.;..----------I £ SAND GRAD A 110N · •LESS lHAN 10X PASSING #200 SIEVc: •PJ. • 10 OR LESS CRUSHED STONE GRAD A 110N SI& SIZE % RET AINEO 1· . 0-10 112· '4-0-75 3/8. 55-90 f" 90-100 f8 95-10Q MATERIAL SPECIFICATIONS lliE EMBEOMENT AND BACKFILL OET AJLS PRO~DED ON lHIS SHEET SHALL REPLACE APPROPRIATE PR0\1SIONS .Of . BOTH lliE E1-2.4{b) AND E1-2.3 Of THE G.C.O. AND Sl0. SPEC. < .ITEM '4-02 Of lliE TPW STANDARD SPEOFlCATlONS FOR C STREET & STORM DRAIN CONSTRUCTION. ALL OTHER t PROVISIONS Of THESE ITEMS SHALL APPLY. WATER, SEWER &. STORM DRAIN EMBEDMENT AND BACKFILL DETAILS · CITY OF FORT WORTH-CONSTRUCTION STANDARD · FIGURE A DA 1E: 2-19-02 2.25" · I I") I 2.25" · • 0 I N 3". ' I I I I I I I '· r-PMS 167 ( COP PE~) \ I r-PMS 288 (BLUE) I . . r PMS 288. (BLUE) I ~ . \. I . / 8'-0" . I '\ I \ \ 3'-0" I ' 3" I I / . \ . 4'-3" I \ I \ Y-ou} Water '.' \. . Funds In Action I PROJJ;:CT NAME PROJECT NO. 00-00000-00/00-00000-00 I . -I . $000,000.0Q Questions on this prbject, call 871-8306 (Weekdays 7:30a.m.-4:30p.m.) Qtiestionslon this project' after hours, call 871-7970 · After hours Jater ~fld sewer emergencies, call 871-8300 . '. I 1.5" L · · ~:~::-------,----Information ab 1ut Fort \worth W~~t~water . Prog:rcm, ca11 · 332-8180 I I \ 3" I I I - I I I I I I I I 3" .RADIUS I . I I I · LL PMS 288 (BLUE) I L-WHITE I 0 I . .- • 0 I N I Ii) -.t= 3 .75" 3 .75" I 0 I '<t' '· ---~--LrTE . ...---;------,--------------------....-----...;.._-~ CITY Of FORT WORTH, TEXAS PROJECT SIGN DATE: 09-2004 WTR-'-026 ·,1 c ,.o. "./ ____ ....::....---- -- .. . . . . ; ·, . 'llrv/c-cz -V. ,.0/p CZ l I I .r,.. ~_:;~ ClTY WATE°R DEPARTMENT FOOT WORTrL TEXAS · -TYPICAL VAIN BY-PASS LA .YOUT FIG.URE/ Ei"1s°I' /.,.('e f'~r Ve1 ui1. Sc~ Drz/'c:V / /""~r Tc mp. Ser v/c a: Conna.c//on. I I i I · I I· i .\ '· I I . I i ·. I ,• . . '( . . : . i . · .. .; Conl'rc1clor sh-a// .6rz . r~qu/rcd .ro . cover 1n ct'cr vault W/lh · prol~cliY~ 9udrd · '~. -~...-,. ··,· ,Add',.of" dS rcqC..'irfl.d. ..("ist. Pr/Vr:JI~ Srz~v/'cc /a House -or 8ld9. " . A/.~r~.r -.sh-J;,Y/ 6 ~ ramo.va·d 6y f!,e con fr,acfor: . . C9nn ~ cN"on j /"'ro~-/)y ·pass ro, -priva ltr '.s.-rv/cc-·.sncJII he m_&d~ hy ContrJcrar. CITY WATEF DEPARTMENT f ORT WO Fi-TH. T EX AS . TEMP. SCRV/CE -_CONNECTION DETAIL FIGURE c .. I ( -. . . Sl<:YYJd:,rd._ /i~i.shqd ~ r6 .. "/S.,,,. ~oiln9 f'!II, JG Wide. · . .i~ •• . -. ' . ' . CITY WATER DEPARTMENT FORT WORTH, TEXAS .: . .. . . . INTERSECTION CROSSING DE TAIL FIGURE 3 .; .• . . ' . P/L STD. \i/ATER AND.· SEv/~R ·SERVICE LOCATIONS : . . \ . I . (FIGURE 2A) ---~ -=r---·--· . . . . \ I ~.· P/L · P/L I I ,~-L---il ,- I I . l HOUSE · I .. I -~. I HOUSE - ~ I · 1· I · I I .,. : \ ! / : ! I \ I / ~ ~ I l \ . I / . . I. . . L/2 1. \ / . . c.o. c.o. . ~ ---------"" I-;------. . --· . --I I . . .. _J~ s STREET I . I -, -HOUSE .·1· . ~ . . O:'.'. I ;' I I / . ,I I . I I I .. I I . . c.o.· -' -------~-~~ ·s . ' t- '(/) ' . PllOP(R~ LINE~ I /3 BARS •• CONCA(T( COLLAR COI\JCRETE COLLAR (PLAN VIEW) DOUBLE BAND STAINLESS STEEL COUPLING CONCROE ANCHOR PRODUCT INFORMATION "' from Stanley Roberls b. Assoc., lnform9llon Subject To Change. • •CITY Of FORT \'/ORTH STANDARD CLEANOUT CAP (PVt OR CAST iRON) DESCRIPTION YIEIGHT PART NO . Cost Iron Lolorol Cl,onout \'//SS Bolls onil Coupling 18 lbs COLO JOINT REOUIRCO Plosllc Sewer Lcitcrol Ct,onout 1'1/SS Bolls ond Toupllng 2.25 lbs BACKf'ILL CLEANOUT STACK \'~TH .A.PPROVED · GRANULAR BACKflLL, 6" ALL ARou,m TVIO V/AY CLCANOUT TEE CLEANOUT NOTES 1.) THE SW[(P TEE ANO PIPE FHTINGS INSTALLED SHALL BE SOR-JS OR SDR-26 PVC 1.IATERIAL. . 2 .)° CONNECTIONS TO THE tXISTING S£R\1CE SHALL 8( l.tAOE USING AUBBEll SLEEVE COU PLING S l',llli STAINLESS STEEL DOUBLE OAMO AEP,o.lfl SLEEVES. THE SLEEVES SHALL 8E TIGHTENED TO TH£ TORQUE AECOl,l~tENOED BY TH( 1.IANUFACTUREn . 3 .) THE HIBEDkl[NT ~l,'s TERI AL USEO SHALL BE S>.NO . GRAV£L OR OTHER APPAOV(O BEODltlG ~IA TERI AL.· q SLOPE OF TliE SAHITARY 5£1'.£R S£Rv1CE SHALL 8£ A ~IINIUUIA OF 2 PEACEN f. . 5.) IN HIGH lRAfflC AREAS (STREETS , DRIVEWAYS. SIO[\'IALKS &. WALKl'/AYS) SERVICE CLEAMOUT STACK ... NO CM~ SHALL BE Of CAST IRON . f[RNCO FLEXIBLE COUPLING _/ REOlJIREO If [XISTINC \:·iJ ·:;· :-;\:"\'}\}::' SOR-21 ·srn~C(, SLOP(-VARt(5, 1,; IJltl. 6 .) IN NOtl-TRAfflC ,o.R(AS' SERYIC[ CL[ANOUT STACK ... NO CAP . SHALL BE PVC kl A lERIAL. SERVICE IS PRESENT, OTHERWISE PLUC. SIDEWALK DRIVEWAY CAST IRON _CLEANOU\ 6"' MIN .. PAID fOR AS CLEANOUT \ I I \ CURB ~ DRIVEWAY APPROACH ~ STREET CAST IRON CLEANOUT BOOT 5£11,£R I.IAIN REQUIRED MATERIAL PVC OR CAST IRON CLEANOUT CAP SOR-35 Oli SDR-26. T'l/0 WAY CL[ANOUT TE[ SOR-35 OR SQll-26 SER\<IC( AND RISER PIPE DOUBLE BAND REPAIR/TRANSITION COUPLINGS 5 SACK, 3000 PSI (CLASS B) COi/CRETE • r . SAND OR. GRAV[L BEDDING I.IA T[RIAL 7.). CONCRETE USED AROUND CLEAtlOUT ASSE°I..IBL Y SHALL . BE 5 SACK, 3,000 PSI ~IIX , 8.) PIPE "NO FITTINGS SH ALL BE SOR-JS OR SDA-26 . PVC VIH(N NOT IN HIGH TRMTIC AREAS, PVC CLE ANOUT SIO[VIALK CURB STREET TWO WAY SERVICE CLEAN OUT · PVC CLEANOUT BOOT / TEMPORARY PAVING · DETAIL (FOR WATER, SEWER, & STORM DRAIN) EXIST. STREET PAVEMENT MIN . 2" HOT MIX . ASPHALT ,MIN. 6" COMPACTED FLEX-BASE · MATERIAL . : NTS LIMITS OF TEMPORARY rP.AVING .~EPAIR . .. ',• · BACKFILL (SEE FIGURE A) EMBEOMENT (SEE FIGURE A) CITY OF FORT WORTH-CONSTRUCTION STANDARD ;( UfJ.Hl O>< JO Ill U WJ.TCH I::tllTl~O our.To -. .... ~A-j -.-,, ,,.__ T.\.l.>i1ITI~.,. .. L .J..P..£.J. lWIOTH AS F.ICOIJIACOJ . A .f LAN VIE'ij flat ro Sc-a/, A11 t"nurt "'° t:tcv, fl,an t!D a'l'p!A a-ta""· lr.r.r f/Ja~ .J.rf ·in d1ptlr ,r/1/ 1H rrqui'r,~ /;r all s',,drft ro//,J' 9vf/1r.r... T1J1 CO-lfruc-tor rill tH r1'l1Jirnf to !trt f/J1 pv/1,r -.,.ftii ~ frr h l'/or, f1,r fa~ iJ (ICCf'1{lff. ~· ..01.1,.q·c rc-n or 'O,LL("'f CVTTt~ I.IUJUUO r~o" LIC(•or-cuo To 1.1..C~·or-cuu (Xll T. H.W.1.C. rv,..·r • U.H 1·co11c..o.CT C -V.1.LL(t CUTTC.I\ z"K.1,{.J..C. T LJJ/ , 1TI Ott M 0. J t 11 • C - C . . I . . .. L. 1 · \ 1 1 ~ j / // . vn111112ZUZZZZZZ.Zl?/IJ k : \ [.Qj~J , r , , I. l \\, i·,uu .. c. HJ,)<IITIOH tin ~ • C.OHCJ\CT! UH 11c1.1 KJ • .l·oz Cn.ished Limestone •' -.6· vn ~~ C:OKc.\CTC use IICSIO(HTIAL ~Tll(CTl SECTION 1A-A1 Nof to Seal, (;rt ST. H. 1U. .C. rv\l'r 1o ~;.s c Tiii?' "r,nnfwc'1d concrtN ya//q '"ui·a// tl!'f)loc I I h4 top 7."o! ihrt pc Yemdnt w-ifn Iii~ rdmolnin9 portion of pov4mu,f lo M con;/ruc/1d lnc!ud!nr ~u!Jgrod, lr1ata111t, 117 occordonc, -,,,//11/li~ lypkal parlnt;' u c/ion. Tiu con er, f I ya//q ·,di/ b-1 t;a YtrtJt t ccco.rdin,; lo city 1/ondardt for CO//Crl/~ curb and ~u/111: Ta, caacot, 1.!10// 1H cl "rar-Md. 011d urun1a' a,;r;r19atc >1:itli-11+1/11, of l!vt (.5) 1oci1 of cimttd pu cubicyord of CMC/1!~ · With a minimum ·compressive strength Of 3,QQQ pounds per square inch 1n seven days. · · CONCRETE VALLEY DETAILS 11 1 ;a· I [283mmfj ·~ .L: COVER SECTION 15 3/B" I l8 J/8"(391 mmr (467mm BOX SECtlON .3/4" LETTERING (RECESSED FLUSH) 5/8" (16mm · 1 a· . [ 457mm..----..-J 1 1;2· [RJBmm] 2 1;a· s/15· 1 3/4" (54mm ~ fl (8mm) 3!_[ (44mm) JO 5/1s· COVER SECTION [Bmm] r-. ;:i·~~;r--1 . I 1-[464mmr---l I L-1e 3/4!' I [425mm~ 1·h-21 • [533mm] 24" [610mm BOX SECTION I FORT WORTH LOGO . IS OPTION AL Re ~~ed J/2 1/20 0 3 CITY OF FORT WOR1 WATER .DEPARTME I' 1000 THROC KMORTON FORT WORTH , TX . 76 1 817 -871-8 240 FA X: 8 1 7 -8 7 1 - 8 1 9 5 / '- CLA SS 'A' .STAND ARD PLASTIC METER BOX WITH CAST IRON LID FOR 3/4 " & 1" METERS -;e,, SCALE A S SH OWM I WIii i iii PLAN VIEW 25 3/-+· ---------, [579mm) 13 ti-+· . . II . 13 1/-+· I [337mm] · . [337mm]. . . _[ 'H 1a 111 a 11~0 II ll l/1/w ~tl/ l/ l O II~ ll / ll il II l<xr ,. 11111 w .. JC-COVER SECTION Jo· [762mm) 2.7" [666mm] 1 J/-+· [Hmm) . 15 J/18" , [:}66mm] I 1/2• , [RJ8mm) 1 J/+· [Hmm) !5/,e· [6mm) . l 12· (305mm] ~==================1i---lj 25• (635mm) BOX SECTION ta· (457mm] 15 7/1s· (392mm] ------, ---------- ----· -. ---.... ~-- BOX SECTION FORT WORTH LOGO IS OPTIONAL 3• H" [76 mm] ·[:l56mm] ' +· [102mm) Revised 3/21 /200. CITY OF FORT WOff WATER DEPARTMEI" 1000 THROCKMORTON FORT WORTH, TX 76 81 7 -8 71 -8 2 40 FAX: 8 1 7 -8 7 1 -8 1 9 i / CLASS '8' STANDARD PLASTIC METER BOX WITH CAST IRON LID FOR 1-1/2" & 2 METERS ·scAL~S SHOWt/ 5/8" l [16mmJ , 17" [432mm) 18 3/8" [ 467mm] 2· (R51mrn] J/_. • L£TTERIHG COVER SECTION (RECESSED FLUSH) L,, ,;,· __ COVER SECTION 16 1/2" . 2 l/Bffi [419mm (54-mrn . 5/16" 1 1/2" dt!~ ~Tt}~,7~_[ [38mm] ICT 5/i6. -[8mm) 18 7/8"-----, '-----[479mm] COVER SECTION 20 ,~·~---~1 1-----,--(5Hmm] BOX SECTION (298mm BOX SECTION FORT WORTH LOGO IS OPTIONAL Revised 3/21/2003 CITY OF FORT WORT WATER DEPARTMEI\ 1000 THROCKMORTON FORT WORTH, TX 761 817-871~8240 FAX: . 81 7 - 8 7 1 -8 1 9 5 '· CLASS 'C' STANDARD PLASTIC METER BOX WITH CAST IRON LID FOR 2-3/4" METERS SCALE A~SHOWI\J NOTES 1.THE FOUR SIDES OF THE CUT SHALL BE NEATLY SAWED WITHOUT ROUGH CURB!. GUTTtR -ASPHALT PAVEMENT SPOT REPAIR 5' MIN . . . EDGES -====;;;;;;;;;;:;;;;;_;;;;;;:========r==;;;;;;;;;;;:=r=1 ==~==,m;;;;;;,;aam~==r=-:--·· --.. ·---· 2. ANY REMAINING .PAVEMENT BETWEEN I I . SPOT REPAIRS MUST BE A MINIMUM . · : . : OF 5' IN ALL DIRECTIONS. I I · I I I I ·I · I I I 5' MIN. ·I I ' 5'.MIN. .. o-1 I I . I I I .25' -----------.;..._---------:------''------ASPHALT 28' .. I-·==== I . I I UN~C u 1----..,.,.,"'""'---'-- 1 I I I \. I I ~==~~~==========::;::::::~~~~~====================~~~=-~--~-CURB g, GUTTER TYPICAL 2a• WIDE PAVEMENT . :oMMENDED BY .~£\. B~ DATE:Z,{1slo \ ORGE A. BEHMANESH, SIST ANT DIRECTOR, TPW ~v. CITY OF FORT WORTH, TEXAS . TRANSPORTATION/PUBLIC WORKS . ENGINEERING DIVJSION f:PPROV(:'O BY: ----- HUGO MALANGA . DIRECTOR, TPW DATE: ---- FIG ?nnn-4R 1.THE FOUR SIDE$ OF THE CUT SHALL s ·E NEATLY SAWED w(THOUT ROUGH EDGES . 2. ANY REMAINING PAVEMENT BETWEEN SPOT REPAIRS MUST BE A MINIMUM OF 5' IN ANY DIRECTION. · Long Services Short Services . For ore a < 5'; go to ' curb @, square o(f. L (l} (l} t-·c O•-~- L (l} QJ t-C O•-~- Aspha It Concrete Replace to edge o { panel where the · distance between cut and edge of panel is < 5'. Long S erv Ices • I • Short .Services For ·oreq < 5', go to curb e, square off. 0 Emer9ency repair, L QJ QI + c .. O ·-~- ·L QI +c ~- Asphalt Concrete ,. Replace entire panel from center I i ne to curb. PAVEMENT > 10 YEARS PAVEMENT < 10 YEARS / :coMMENDED lANK CRUMB, iSIST ANT DIRECTOR, WATER DEPT. ~ . ev. ATE= z {rcr( a l 'WATE~ DEPAR.TMEN.T CITY or FORT WORTH •. TEXAS . '· APPROVED BY: -~-:...+-1--_..:... ATE: Z /4 0 ,DALE FISSELER, · DIRECTOR WATER DEPT: FIG 2000-4\'/ HES: 'ROVIOE 1-0EOUATE OVERLAP Of PLATE ON PHN.. T TO ASSURE NO SLIPPAGE Of A TE .ANO NO COLLAPSING OF TRENCH If TRENCH LENGTH IS LESS TH.AN. 5-fEET . D STEEL PLATES WILL BE IN PLACE LESS . . AN iB HOURS STEEL PLATES MAY BE . ,&.CEO DIRECTLY ON EXISTING .ASPHALT WITHOUT LING. PROVIDE TEl.lPORARY ASPHALT NfilTIONS EXTENDING J·fEET BEYOND EDGE STEE:L PLATES. COLD MIX ·.· , I .. / I I • I I I I I r----, \ \ I \ I '1 I I I I I I I TREf"CH I I • I I I I I I I I I I '· EXISTING M.H. OR VALVE AT CAAfJE STEEL .PLATE ;-COLD MIX . TYPE "A" MUST HAVE PRIOR . APPROVAL OF CITY TRENCH STEEL PLATE ~· MILL I" fOR STEEL PLAT PACK JOINT WITH COLO I.IIX '· TYPE "A" PLATING ST AND ARD ott AIL FOR TRENCHING IYPt .. 8 .. PLATING 01,l~l[NDED . 8 ):-'\ (). ~ L 1'1 J. DATE:· 1-JI I SI O \ . RGE A. BEHI.IANESH, iST ANT DIRECTOR, TPW FORT WORTH ---~t~ CITY Of FORT WORTH, TEXAS . TRANSPORTATION/PUBLIC WORKS ENGINEERING DIVISION . /. APPROVED SY:~------DATE: ___ _ HUGO MN..ANCA DIRECTOR, TPW . FIG 2000 ·5 EXIST. SUB < IF ANY> REPLACE PAVEMENT TO NEAREST JOINT SEE LONGITUDINAL JOINT . I-SPACING ·I No. 3 BARS ON 24' CENTERS BOTH WAYS WITH .--~-MIN. 2 BARS LONGITUDINAL IN DITCH. CLASS 'A' REINFORCED CONCRETE PAVEMENT REPLACEMENT z EXIST, 2•27 CONCRETE EXIST. CURB &. GUTTER EXIST. SUB BASE ( IF ANY) REFER TO FIGURES 'A' AND 'B' NOTES• ® © REINFORCED CONCRETE PAVEMENT WILL BE REPLACED TD ORIGINAL DEPTH OR TD A MINIMUM DEPTH OF 5 1 1 WHICHEVER IS GREATER IF STEEL EXISTS IN CONCRETE PAVEMENT TD BE CUT, THE STEEL SHALL BE CUT AND SALVAGED AS POSSIBLE. A MINIMUM LAP SPLICE DISTANCE OF 12' WILL BE PROVIDED. REINFORCED CONCRETE PAVEMENT WILL BE REPLACED AS SHOWN OVER TRENCH IN THE EVENT NON-REINFORCED CONCRETE PAVEMENT IS REMOVED. BEDDING OF PIPE TO MATCH ADJACENT SECTIONS DR SPECIFICATION 402, WHICHEVER IS GREATER. FIGURE 1 TYPICAL SECTION -TRENCH REPAIR CONCRETE PAVEMENT CITY OF FORT WORTH TRANSPIJRTATIDN/PUBLIC WORKS DEPT. ENGINEERJNG DIVISION NOT TO SCALE LONGITUDINAL JOINT SPACING STREET SPACING WIDTH 28' & 30' ON£ 36' & 40' ON 8l 8' FROM BA OF CURB 44' ON CL&. 11' OffLC 48' ON CL& 12' OF'FLC 60' 6' g, 18' OffLC FIG. 1 APPENDIXB RIGHT-OF-ENTRY AGREEMENTS <Project Name> Parcel # / ROE Doe# / WO# / P ____ _ Lot_, Block __ , Addition <Street Address> CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Gran tor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block __ , Lot __ , ________ A_d_d_it_io_n_as shown on the deed recorded in Volume __ Page __ Tarrant County Deed Records and plat recorded in Cabinet __ Slide __ _ Page Tarrant County Plat Records a/k/a , Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing a driveway approach. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately pnor to accessing the Property under this Right of Entry. EXECUTED this the __ day of ______ , 200_. GRANTOR: (Please Print) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 6/2007 (Signature) <Project Name> Parcel# / ROE Doe# /WO# IP ----- Lot_, Block __ , Addition <Street Address> CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Gran tor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block __ , Lot __ , ---------"-A=d~d~it~io~n_as shown on the deed recorded in Volume __ Page __ Tarrant County Deed Records and plat recorded in Cabinet __ Slide __ _ Page Tarrant County Plat Records a/k/a , Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnecting home/business from old water/sewer line, and reconnecting to new water/sewer line. Upon execution of this agreement, Granter will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ______ , 200_. GRANTOR: (Please Print) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev . 6{20-07 (Signature) City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 3/10/2009 -Ord. No. 18510-03-2009 DATE: Tuesday, March 10 , 2009 REFERENCE NO.: C-23392 LOG NAME: 20CANTONDRIVE SUBJECT: Authorize a Contract with Stabile and Winn, Inc ., in the Amount of $2,153,409.42 for Pavement Reconstruction and Water and Sanitary Sewer Replacement on Portions of Canton Drive , Church Street, Halbert Street and Van Natta Lane and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council : 1. Authorize the transfer of $862,601 .61 from the Water and Sewer Operating Fund to the Water Capital Projects Fund in the amount of $443 ,630.00 and Sewer Capital Projects Fund in the amount of $418 ,971 .61; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of $443 ,630.00 and the Sewer Capital Projects Fund in the amount of $418,971 .61 , from available funds ; and 3 . Authorize the City Manager to execute a contract in the amount of $2 ,153,409.42 with Stabile and Winn, Inc., for Pavement Reconstruction and Water and Sanitary Sewer Replacement on Canton Drive , Church Street, Halbert Street and Van Natta Lane. DISCUSSION: The 2004 Capital Improvement Program (CIP) includes funds for pavement reconstruction of Canton Drive (Meadowbrook Boulevard to Craig Street), Church Street {Louise Street to Handley Drive), Halbert Street (Craig Street to Routt Street) and Van Natta Lane (Muse Street to Janice Lane). Street improvements include pavement reconstruction, construction of standard concrete curb , driveway approaches and sidewalks as indicated on the plans . The Water Department has determined that severely deteriorated water and sanitary sewer lines should be replaced prior to street reconstruction . The project was advertised for bid on October 9 and 16 , 2008 , in the Fort Worth Star-Telegram. On November 6, 2008 , the following bids were received : Bidders Stabile and Winn, Inc. Mcclendon Base Bid with Green Cement $2,153,409.42 Logname: 20CANTONDRIVE Bid with Non-Green Cement Alternate $2,153,409.42 Time of Completion 220 Working Days Page 1 of 3 Construction Co., Inc. $2,413,478.13 Conatser Construction TX, LP $2 ·520 ·036 ·75 JLB Contracting , LP $2 ,520 ,860 .89 P and E Contractors , $3 117 733 _50 Inc. ' ' $2,413 ,478 .13 $2,470,306.75 $2,572 ,361.33 $3 ,018 ,273.50 In accordance with City Council Resolu ti on 3536 , staff recommends award of contract to Stabile and W i nn , Inc., for the base bid wh ich includes the use of green cement. The new pavement sect ion w ill consis t of seven inch concrete over s ix inch l ime stabilized sub-grade with seven inch integral concrete curb . Funding in the amount of $83 ,307.44 is included for associated water and sewer project management, construction survey , material testing , inspection and project close out (water $41 ,642.00 and sewer $41 ,665.44). The cont i ngency funds to cover change orders total $37 ,109 .00 (water $19 ,142 .00 and sewer $17 ,967 .00). Funding in the amount of $131 ,133 .58 is required for associated paving and drainage construction survey , project management, pre-construction , material testing , inspection and proj ect close out. The cont ingency fund for poss i ble change orders for paving and drainage improvements is $42 ,337 .00. M/WBE -Stabile and Winn , Inc ., is in compliance with the City's M/WBE Ordinance by committing to six percent M/WBE participation and documenting good faith effort on this combined project. Stabile and Winn , Inc., identified several subcontracting opportunities. However, the MWBE 's contacted in the areas identified did not respond or submit the lowest bids . The City 's M/WBE goal on this combined project is 26 percent. This project is located in COUNCIL DISTRICT 5, Mapsco 79H and M, 80F , G and J . FISCAL INFORMATION/ CERTIFICATION: The Financial Management Services Director certifies that upon approval and completion of recommendations, and the adoption of the attached appropriation ordinance , funds will be available in the current capital budgets , as appropriated , of the Wate r Capital Projects Fund , the Sewer Capital Projects Fund and the Street Improvements 2004 Overruns Fund . FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers 1 &2 P253 4 76045 6051700450ZZ $443 ,630 .00 1) PE45 538040 0609020 $443 ,630 .00 1 &2 P258 476045 7051700450ZZ $418 ,971.61 1) PE45 538040 0709020 $418 ,971 .61 2 P253 531200 605170045019 $4 ,1 27 .00 3)P253 541200 605170045083 $382 ,846 .00 2 P253 531350 605170045052 P.700 .00 3)P258 541200 705170045083 $359 ,339.00 2 P253 531350 605170045060 $77 .00 3 C203 541200 205400045083 $1,4 11 ,224.42 2 P253 531350 605170045080 $2,100 .00 2 P253 531350 605170045082 $200 .00 2 P253 533010 605170045083 $38.00 2 P253 541200 605170045083 $401 ,988.00 Logn am e: 20CANTON DRIVE Page 2 of 3 2 P253 531350 605170045084 2 P253 539120 605170045084 2 P253 531350 605170045085 2 P253 531350 605170045091 2 P258 531200 705170045019 2 P258 531350 705170045031 2 P258 531350 705170045032 2} P258 531350 705170045033 2}P258 531350 705170045052 2 P258 531350 705170045080 2 P258 531350 705170045082 2 P258 541200 705170045083 2 P258 531350 705170045084 2 P258 539120 705170045084 2}P258 531350 705170045085 2}P258 531350 705170045091 CERTIFICATIONS: Submitted for City Manager's Office by: Originating Degartment Head: Additional Information Contact: Logn am e: 20CAN TON DRI VE $1,500 .00 $2 ,500 .00 23 000 .00 $400 .00 $1,574 .00 $446 .00 $4 ,069 .00 $1,500.00 F,275 .77 $808 .67 ~100.78 377 306 .00 ~1,500 .80 $2 ,200 .00 $21 ,826 .81 $363.78 Fernando Costa (8476) William A Verkest (7801) Richard Argomaniz (8653) Page 3 of 3