Loading...
HomeMy WebLinkAboutContract 42749CITY SECRETARY / 0.0.E. FU. , CLIENT DEPARTM NT FOR: CITY SECRETARY CONTRACT NO. 4 z-=14q 'GRASSLAl~J:b COlJlf ·:exr:ENDE . : D:RAU\IAG:E:: D·ESIGN .............. -..... -... , . _ ........ , I ... -·-.-.--~·······.D _ .. , ... , ...... -........ ···· .. _ ................ . Grassland Coun~. Crosswind Ddve, and ·skyl.:ike -.:)rive. · c1r.r e'RQJEC.T N.<>~ :o.Q4.79: TPW .NO~ P221-20728004.79.83. WAl'ER·.·No.:. 11?253~"6071701;43583 - ·0.o:1:.-·N6 •.. $4l9. MtoHAEL -J:'MoNCRiEF- IYl~YOI' Td.M Ht.GGt.N.S: . Interim. City .M~b.ifget D~t)g_ W.o-V\llerslg' •. p,~E';. Oi.rectqr, ·Tra.nsp·ortalJo.n an.d ·p_u6hc.:\Jl/.o.rks: o·ept::trlr.n~nt. -:s •. :Fr.ank -cr.umb; PJ:L Oif(ictbr;. Waterbepartment PREPARED .-IFO'R: The -c~ty. ~f .Fori Wortlh By · l'J.;.;.;NEEL-~C~FE~: . . .. ~. ~-"-':,_~ ... ·~~ TBPE REG #F·-2697 01 -06 -1 2 A09 :59 I N OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX M&CRevie w Page 1 of 2 Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FORT WOR TH ~ COUNCIL ACTION: Approved on 12/6/2011 DATE: 12/6/2011 ~~~ERENCE C-25335 ~~~E: 20CONSTRUCTION_GRASSLAND_COURT CODE: NON-PUBLIC C TYPE: CONSENT HEARING: NO SUBJECT: Authorize Execution of a Contract with Tri-Tech Construction, Inc., in the Amount of $2 ,230 ,535 .80 for the Grassland Court Extended Drainage Improvements (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council authorize the execution of a contract with Tri-Tech Construction , Inc., in the amount of $2 ,230 ,535.80 for Construction of the Grassland Court Extended Drainage Improvements . DISCUSSION: This construction project is needed to reduce the risk of property damage from flooding caused by an inadequate drainage system , rollover curbs , and generally steep terrain where home foundations are often below street grades . The Water Department has identified water and sanitary sewer lines that need to be replaced within the scope of the project as well. The project was advertised for bid on June 16 , 2011 and June 23 , 2011 in the Fort Worth Star- Telegram . On July 14, 2011, the following bid was received : BIDDERS AMOUNT TIME OF COMPLETION Tri -Tech Construction , Inc . $2,230,535 .80 280 Calendar Days The responsive low bid is from Tri-Tech Construction , Inc ., in the amount of $2 ,230 ,535 .80 . Costs for the implementation of this project will be funded by the Storm Water Capital Projects Bond 2009 Fund and the Water Capital Projects Fund . Funding in the amount of $200 ,770 .00 is included for associated construction survey , materials testing , and inspection costs . The contingency fund for possible change orders is $66,920.00 . The responsive low bidder, Tri-Tech Construction, Inc., is in compliance with the City's M/WBE Ordinance by committing to 26 percent M/WBE participation . The City's goal on this project is 26 percent. This project is located in COUNCIL DISTRICT 7, Mapsco 31 M, 32J . FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget , as appropriated of the Storm Water Capital Projects Bond 2009 Fund and the Water Capital Projects Fund . TO Fund/Account/Centers FROM Fund/Account/Centers P227 541200 207280047983 $2,071,874 .60 P253 541200 607170047983 $158 ,661 .20 http://apps .cfwnet.org /council_packet/mc_rev ie w .as p ?ID =l 583 8&c ouncild at e=l2/6/2 011 12/9/2 011 M&CReview Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS MAND C 00479.pdf Fernando Costa (6122) Doug Wiersig (7801) Felipe Pulido (8179008345) http://apps.cfwnet.org/council_packet/mc_re view.asp?ID=l5838&councildate=l2/6/2011 Page 2 of2 12/9/2011 City of Fort Worth Transportation & Public Works Department ADDENDUM No. 1 To the Specifications and Contract Documents FOR GRASSLAND COURT DRAINAGE EXTENDED DRAINAGE DESIGN D.O.E. PROJECT NO. 5419 TPW NO. P227-207280047983 WATER NO. P253-607170143583 CITY PROJECT NO. 00479 Addendum No. 1 -Issue Date: June 30, 2011 Bid Receipt Date: July 14, 2011 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents . Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. ----oFr'''' J / Prospective Bidders are hereby notified of the fo}•,.~····~~~ I~ ..d"(J~ ~ ,, '<>.• ~ {_ft PLEASE MAKE NOTE OF THE FOLLOWING REVISION: f; / ,::;.. ....... ::\~.!~ \ ~ .. ~z ....... NN HILBURN I. • ' , I SPECIFICATION AND CONTRACT DOCUMENTS: ~ .... ~.-.~: ... 5591 ·····:jJ l, .- CLARIFICATION: 1 '1"%0'·.. I..S GQ •• ·~ f ', ~-. ICENS'v,,• &, "" ,,\~··········~~-.:" The Plans and Specifications will also be available in "hard c6)5~Lihe ____ _ offices of Neel-Schaffer Inc., located at 512 Main Street, Suite 415, Fort Worth, TX, between the hours of 8:30 a.m. and 5:00 p.m. until COB July 13, 2011 for a non-refundable fee of $160.00. All other provisions of the plans, specifications and contract document for the project which are not expressly amended herein shall remain in full force. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be place into the Proposal at the time of submittal. Receipt Acknowledged: By: ------------ Title: Transportation & Public Works Department Doug W. Wiersig, P.E. Director ADDENDUM NO. 1 June 30, 2011 ) ·• City of Fort Worth Transportation & Public Works Department ADDENDUM No. 2 To the Specifications and Contract Documents FOR GRASSLAND COURT DRAINAGE EXTENDED DRAINAGE DESIGN D.O.E. PROJECT NO. 5419 TPW NO. P227-207280047983 WATER NO. P253-607170143583 CITY PROJECT NO. 00479 Addendum No. 2 -Issue Date: July 11, 2011 Bid Receipt Date: July 14, 2011 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. Prospective Bidders are hereby notified of the following: PLEASE MAKE NOTE OF THE FOLLOWING CLARIFICATION~'oFr ,,, ~ AND REVISIONS: .{~~ ...... ,.f1:1.i1 fr,; •• ••• * ··... . , . .. ' . ,,, 11 : • ., 1 * : ............. , ••• , CLARIFICATIONS: 1.,,., ..... ~N··:1 r\lLBUR~ •• J 11 rt L, ,, ..•••••••• ~ , .............. 5. 05° 5"9" i· t:k:: ,, •. I l .,,,..., _,. I • 0 .•· #fl . I t1 '•,,.~ICENS~@··'~f ,, ··•····· -,, 'JONA\----,,,,,, ....... ,- SPECIFICATION AND CONTRACT DOCUMENTS: Item 1. See Special Provision #47 in the Contract Documents booklet for information on tree replacements . The type of tree (the species), the number of trees and the final planting locations must be approved by the City Inspector. Item 2 . Pre -cast manholes are not approved for Storm Drainage for this project. REVISIONS Item 3. Please be advised that the Construction period is revised from " 210 Days" to "280 Calendar Days " in the proposal and on page C-1 of the "Contract". Item 4 . Delete and do not use the current storm drain backfill detail, DETAIL SD-025 "RCP TRENCH INSTALLATION DETAIL". Please use and conform to the requirements of the attached City of Fort Worth newly revised Standard Construction Specification "SECTION 33-05-10 -UTILITY TRENCH EXCAVATION EMBEDMENT AND BACKFILL" for all storm drain excavation, embedment and backfill on this project. All other provisions of the plans, specifications and contract document for the project which are not expressly amended herein shall remain in full force. ADDENDUM NO. 2 July 11, 2011 Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at e time of submittal. Transportation & Public Works Department Doug W. Wiersig, P.E. Director ADDENDUM NO. 2 July 11, 2011 Section 2 Front End Documents TABLE OF CONTENTS 01 -Project Information l8l 1.1 -Title Page MS-Word D 1.2 -Location Maps pdf 02 -Front Erid Documents . 2.1 -Table of Conients MS-Word l8] 2.2 -Notice to. Bidders Ms:word l8] 2~3 -Comprehensive Notice MS-Word to Bidders . l8] .2.4;;.. Special Instructions to pdf · Bfdders· (water-sewer) . l8] 2~5 -Special Instruction to . pdf . . Bidders {paving-drainage) D 2~6 -Detailed Project . MS-Word Specifications (no drawings ·provided) . . 03 -MWBE Documentation . l8] 3~ 1 -MWBE Special pdf . Instructions 18J· 3.i-MWBE pdf Subcontractors/Suppliers Utilization Form . l8] 3.3-MWBE Prime Contractor pdf . Waiver . l8] 3.4-MWBE Good Faith Effort pdf l8] 3.5-MWBE Joint Venture pdf 04 -Bid Package . l8] 4.1 -Bid Proposal Workbook MS-Excei D 4.3-~id Schedule · MS-Excel l8l 4.4 -List of Fittings . MS-Excel D 4.5 """.' Pre-Qualified Contractor MS-Excel List l8] 4.6 -Vendor Compliance to pdf State Law 05 -General and Special Conditions l8l 5.1 -Part C General pdf Conditions (water -sewer} l8l 5.2 -Supplementary pdf Conditions to Part· C (water - sewer) l8l ~.3 -Part D -Special MS-Word Conditions (water..; sewer) l8] 5.4 -Part DA-Additional MS-Word ~pecial Condition {water - sewer) l8] 5.5 -Part E Specifications 181 5.6 -·special Provisions pdf l8l (paving -drainage} 5.7 -Wage Rates pdf l8l 5.8 -Compliance with and pdf E;nforcement of Prevailing l8l Wage Rates 5.9 -Standard Details {water-dwf sewer) City ol Fort Worth , Texas Table of Contents PMO Rele11Se Date: 06.10.2010 Page I of2 TABLE OF .CONTENTS 06 -TechnlC:al Specifications 07 -Contracts, Bonds and Insurance . .. . '·'·· . 08-Appendices 09-Addenda City of Fort V/orth, Texas Table of Contents PMO Release Date: 06.10.2010 Page .2of2 181 5.10 -Standard Details dwf : {paving-drainage) .181 Tecbnlcal Specs Index 181 7.1..:. Certificate o( lnsur~n~~ 181 . 7.2:.. Contractor Compliance · With Workers' Compensation Law 181 7.3 • Conflict of Interest .... "Questionnaire 181 7".4 -Performance Bond 181 7.!$ • Payment Bond . 181 7.6 -Maintenance Bond . 181 7.7;.. City of Fort Worth 'Contract 181 Easements Index D Permlis Index 181 . Reports Index G·eotechnlcal Report l8I Traffic Controi DetaJls [] Addenda Index MS-Word pdf . pelf pdf pdf pdf pdf pdf NOTICE TO BIDDERS Sealed proposals for the following:·. GRASSLAND COURT EXTENDl;D .DRAINAGE DESIGN City Project No. 00479 TPW Project No. P227 •207280047983 WATER NO. P253-607170143583 DOE No. 5419 Addressed to the .CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 will be received at the Purchasing Office until 1 :30 PM, Thursday, July 1.4, 2011 and then publicly opened and read aloud at 2:00 PM in tlJe ·council Chambers. Contract documerJts, including plans and specifications for this · project niay be obtained on-line by visiting the City of Fort Worth's P~rchasing Division website at http://www.fortworthgov.org/purchasing/ and clicking on the project . link. This link will take you to the advertis~d project folders on the City's Buzzsaw site, where the plans and contract documents may be downloaded, viewed, and printed by interested contractors and/or .suppliers. · · The major work will consist of the (approximate) following: 820 Linear Feet of-60" RCP 3,700 Linear Feet of 21" to 54" RCP 30 Each Curb Inlets 4 Each Drop Inlets 20 Each Storm Drain Manholes 11,600 Square Yards of 2" Asphalt Mill and Overlay 617 Linear Feet of 6" Water Line 1612 Linear Feet of 8" Water Line 28 Water Services Included in the above will be all other mis.cellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. . Bid security is required in accordance with the Special Instruction to Bidders. Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the . Addenda by initialing the appropriate spaces on the PROPOSAL form. 13,ids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. All addenda will be made available on-line with the cqntract documents. Contractors and/or suppliers are requested to register as plan holders on-line ( on Buzzsaw site) in order to receive notifications· regarding the issuance of addenda. It shall be the bidding contractor's sole responsibility to verify they have received and considered all addenda, prior to submitting a bid. · The water and sanitary sewer work must be performed by a contractor that is pre-qualified by the Water Department at the time of the bid opening·. .A . general pontractor, who is . not pre- qualified by the Water 'Dep~rtment, must employ the s.ervices of a subcontractor who is pre- qualified. The procedure for pre-qualification is outlined · in the "Special Instructions to Bidders · (Water-Sewer)". For additional information, please contact H. Lynn Hilburn, P.E. with Neel-Schaffer, Inc. at Telephone Number: (817) 870-2422 or .by email: Lynn.Hilbum@Neel-Schaffer.com. Rev 2-2-10_TPW NB~1 . . . . . . . . NOTICE TO BIDDERS A pre-bid conference will be held on July 7,2011 at 9:00 a.m., in TPW Room 270 at City Hall. :, Bidders are encouraged to review the plans and specifications prior tC;> the pre-bid co.nf!:lrence. .. • : . : ··1 ,•: . ·.· ,, Advertising Dates: June ?3, 2011 June 30, 2011 . ···' :,-: • I' . ~ ... Rev 2-2-10_TPliv . · .. , !· -I : ·.·, NB-1 · · .. ;·_ ... ·,:, ,, .... ... :._:.:. .=:.· .... :. ,:.· .......... --·· ......... - ··-. ~-dM······n:R'·:''·e· Uc·N·.····~iiie·:ti•n'-.r.1·,,,;c/.;..ift :'"l'!l ·1·n :rie·· ··n:Qi · ~~:. ··· r;..: :. · .·.:,:~~·-::· :P.~:Y.·t ·=--~~~:~.~~-•~ .:.~·~'-·:•iY ~Q ,"~:~"". :--.~~:·; ... -~PT.J.~~~ Aif ~i<fd~·rswvm .be·r~tjµir.e.d Jo -~Q.WP.IY.'.With Pt9v1siqo·.:sJs~.1;1 pf"V~mon's Att11qt~t.~d. G!vi.t~~~t(.,1~¢~;; of~~~ ·$laJ~· .of"Tex~$-Wlfti .t~sp~·cn~;;ttie payrnentof prevalling:wage,tates ~ild c1ty ·otfort Worttror.qlrJ~r.ic&::n9 .. 74.00 (Fort:~W.orth City. Code :;sections-··t3-A·221 througfi .13~A,.2Q.J prohibiting ,.di$<::rimin~tioh ·111. the ::~mployment practices! · · · · · ·. B.ld' $.8..Cur.Hy-is. require.d inJ~C.c.ordance witfrthe .. Spe·crai lnsiructi(in'lo: Bidders .•. T~~ ·0.ity. Q.f F9rt ~b;u:th l'eservesJhe. r.l~hf to t~J!3.¢t:.~hy;:~rtg/.Qr.;;;tll bJcf.s.:.i;!n1:f waiv~.a.n~·:a.n.d/or a.U '.-Q.rm~lill~$·. :N9 ... bi~ .may :b.e '#.l(fl_t;!ra~n. t:riitil · .. tl).\fe~plr.~t;o~:9ffilij:~.W (~()" ~~Y.$JiQmJfie ·d~te. t,id$:$t¢.;9·p~ti~d;_·th~iiW~fi:t9i :contract-lt-m · 'ae Will b.e:"withl ·'··nltieJM·:ceo) dt:i"s ·,atr rth' d e.' ·1n·· ot ·blds .. but-r .. no,c' s \ .... ii-th · · ···· '1a .. b · · :if.ia#~:·~~ut =a1fiw¥~·~c~ij~~rffn.ve~t!ga~1dns·:'.a¥ei ·m:ae ··as ·/&:.fhe:~e~pijns'u,i·11ty .~1 :·u1e i.i:r:t,ltft/t~~'.·w1~ prqposed to ~war,d ··~e:·Con~f;lqt.. : ~Idget&: ~ret~~Pci!i~i~!.cff P.r Q~~$in.lqg ~.1J ... ~(l~~:i:1d~Vt2 ~~: ~ql)~r~9f~q¢uri'!~.ht§ an~f:a~l<.hQWl.~·ggit-19 t~Peip.tqf Uf§i ·: Rev 2/2110_]PW -GNB --·1 '·· .··.· ......... . ... ·.·-· ... ',",'• ·•· ', . •" ...... ,. ......... ··-·., ,,·.,, .... . . .. . . :· · .. · ........ •, · .... · .. Aq~~n~,~Y.:l~t~~lih~Ui~·~~pr~piJate.=sp.a.ce1?'.onll~e .e~9P.Q§AliofITl ... iB\d~tt6at,d~,:.ngt;~~knqw1ed9.~·~~le.t~9.t;~1J. . • addenda nr~y be .. :rejet.te.tra,.1i~J.i1g'.:non:-tespc:mslv.~~ AJfiaddenda .wlll. be, r.n~~~·:av~il~b.l~ .. ~>rid!n~,Wlth'the dQrit~ct = f1c;;cqm$.o~·-9.9.n'.~¢,9~·~h~.~t'JJipP!tij~:~:~e.f~~~~~!ij~;~9:t~9.,~(~'r-~~~P~~tj;ijql#,~~,01·.o:~,«~;l(9.ft~.u~ijW:'.~;i(~)Jri'Q~~~r :t9'.. ~9~1Y.~. ,Q~li~catl.~!1~· JJg~~fflg ,; ·th~ .:f!S~Uih~~· of · .j(!~~n.d.~·; · .. ,. n ·,~$,~lijt ·b.e ifbt .. }~i~iji.08 :. :p9a,~~tp.r.~.t· :J;jf~.,: ·r•~l:".om:;i~.ilrfy·io:.ver.if~tthey.havet~ceived .. and c0nsldemd.a1.r·:a'ddenc1~,.~~tlot·tctslib~ittlnfta,bl~~ . . .Bi.~d~r:s .rnu.st-.complijte;-tfi~J~:F.toRos~"(-~:eciiot1dnriluc,ing .. th.e''Vendordompllsnc-eJo'state.·Law.fi,:and:subm1t: :th!:i.s~· ex~cut~d. ct:o.cum~nts. orfa.ci1! r~J~.ction of tt.ie bict': ae n(m":re~ponsive~ · ·. · · • •ll'o •', • • ·Jl:IIIY!,~$1.0.N O.f ]~Jp :~.l?. '-'W.~~P'.Q.f ·c.Q..NlBA'.~1 Th ·· .. ti ..... · ·-r · ··tttt · thr · d ,, ...... ~ ·· r ··· der-· ....... d ..... · ··· ·· k .... ··· r --·--··d · .... r ·· f,. ..... ·· -···tt ···· ·d · ····· ··· ·· ········ · t br· t>'d ·t1r '" .d!nCaWICt'·~.~-···u?tett~<>:it~W.t~k1iiif~~rif~f:fE~::~~fe ·?,~&f··oi:ri ·&~·'~:rg,-~g~~'ir;a1rGi;:ffCr\·'.,/R 1=,u!6'nft: .· 'fo·ecf .witr.i:'onr ,\:sr,r·te.' ·-.rft 'Bsafo'···:,foo.r ··.,··1etiw1i1iare~P·.~·-~cfas;liein·':J1o'li:rlif ·· onsive~·: :t.i1e=:c6 ·' .. , :"'el:.:wfia.: '~~dmits ··ttiefbicfWiih':·£~J~W.~sf:pfici; 'Wl1?lffi thi{~P:pif~~ 1 • ''8~$$$fui!1dd~r t~Pt11l{fr4,j~cr .,, '• Dw.l. : :,· ,L ., .. , :·:· :$.ld.d~~§',~.r~?h~r.~~¥'info!JJ.}ed itb.at :theJ5.rt~·ciqrpf-·th~'..t.~a.ns_e~rtia.t)~Q;arld{#.~~i1~,¥'[9.ik$.:,.~e,par:fry,~ntJ~:~;~~: :toe-rlgl)ttq:.ev~l4at~:-.~n~ (~cgmm~n~Jcrthe· :Ciw, ofFortWorih ,6ity Co:unt1Hhe.-.t)1d,Jhat:ls1:coo~1der~dJo.:b.e;:1r:i:. :(he: b:e$t;ihtet.~$f'd.f .the,.-¢tty::Qf..F.off. W4.rtb, · · -· · · · .,. ,·.··· . ..::t · ,-~ . .. . -~r,_-. -·:... i '··'· . ,.·~}i;@~i7~/i.lu% ~$i>Y::c..?. );By:.. ··=···:··: ... :..'. ... ····.·= .. : -= ... ., :: ., .....• , .. 1NifART'l'He~bRix.: . . , .,,.:.r,;.:, . ·" ·;;,i. ,. • ..... :·'·'·. ;;,: ·:Cn:,:r.<SE\'.;,Re ·:,.1\R..,r • ··· ·· ·· · · ·· · · · · : J.: Eeli' e .. Pulido.'. ·. -........ ·· ·· · ·· · · ·:---trans ... bf.tatt fr:g~:Pu~lic Wdrk"'·ae ·'· arfrn · nt· . .. . ... P. .. .. . . Q... .. . .. . .. . . .. ., .... $ ....•. P.. JL ·Rev-'212/10 ·rpw . ·:'. : . ~ . · .. _ ....... . :cNe, ... .-2 .... , .. , .. ,. :·_ -SPECIAL INSTRUCTIONS TO BIDDERS ,• ~,··· • • ··....:.. 'I : :1) PREOUALIFICATION REQUIREMENTS: All contractors submitting bids are r~uired to be prequii.lified 'bythe Fc;iitWortli Water Department prior to submitting bidS';· ~s preq~Ufi~atjon procesi:will estab1isli: a bid limit based on a>technical evaluaiion :il)id'finattc(ai ~al5'Si~ of$e · contractor. It'is 'tlie bidder?s res1tonsibilitytt>' ~bmit the follq~g d9c~<mJatfon; ·a.~urrent ,fiµancial statement, an acceptable experienbe:r~cordf rufacceptabl~:~guipin~µfstj4~iile.at1d aµyother . dqcum:~ts the .Pepmtnent may deem neces~11,ry, to the D~e9tc:>r of tlle Water Department at le.ast ·~ey~ tri calendar days prior to the date 6f tlie 'tiperiing.:ofbids. · . -~)' · · t~~di~aq.ciiil, sf!lt~men~ required shal(have been prepared 6y an i~dependent:certi:iied public :~!)Q<>tm.ta~t.Qr ,iiii i.n4.!'P~nd~~·p'(if?J(~'~c~~tant lio.ttl.ing a; va.licl'permit issued by an appropriate ·state µce,n ·siilg:"agency ~ci::shall bave been so prepareifas to refiect:the financial status.to tli:e. silbmi.tting coxµpany. This statement must be current and not more than one (1) year oid. In tlie case that a b~dding date flllls within the time a new statement is being prepared, the previous statement shall ~e updated by proper verification. . . b) For an ~xperience recoi:d to be considered to be acceptable for a given project, it :inust reflect the . _experience of the firm· seeking qualification in work of both .the same nature and .tei::hnical levei · as that ot'the·project for which bids are to be received .. c) ·the·Jjfrector of the Water L?epartment shall be the solejudge as to -the .acceptability for financial qµalificatfon fo bid on any Forl Worth Water Department project. · . d) Bids received -in excess of the bid limit shall be considered non-responsive and -will be·rejected as ,, SU~ . . . e) The· City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. f) Aiiy'prQpo~~ls sµbmitted by a non-prequalified bidde~ shall be retumed unopened~ and if iiiadve~tenily opened; :Shall not be considered. g) The-city will attempt to notify prospective bidders whose qualifications (fin~nci.al.:.r;,r exp<:;r~~m~e) are not deemed to be appropriate to the nature and/or magnitudtfofthe project .gn -which bii;ls .are to be received. Faih;1re to notify shall not be a waiver of any necessary prequali:fication . 2. BID SECURITY: A cashier's check, .or an , acceptable 'bidder's bond; p_ayaJ,le :io tµe ,Gity off o~ Worth, in an amount ofnot less than five (5%) percent of the largest possible .total of the bici submitted must' accompany the bid, and is subject to forfeitu,re in the event the successful bidder fails to execute the Contract Documents within ten (I 0) days after the contract has been awarded To be an a<:ceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas . . In addition, the surety must (I) hold a certificate of authority from the Untied States secretary of the tteaSl,lcy' to qualify as a surety on obligations permitted or required under federal 111,w; or (2) have obtaine4 reinsurance for any liability in excess of $100,000 from a reinsurer that is . authoqzed ·and l;l'!µnitted as a reinsurer in the state of Texas and is the holder of a certificate of authority frcim the l!n~j~d , $fates secretary of the treasury to qualify as a surety on obligations permitted or required under fed~i:al law. Satisfactory proof of any such reinsurance shall be provided to the C1tyupon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 3. BONDS·: A perfor.mance bond, a payment bond, and a maintenance bond each for one hundred o(i'OOiVo) p·~rcent of°the contract price will be required, Reference C -3-3.7. · 09/10/04 J 4, . WAGE RATES:. . .. Sfutfo1{c3·~3J_:3 :<ofthe General Con~tion.s Is deleted and replaced .witli the foJlowing: ' . ·• ' .·. .· .. •. . ... ; •:•: -=··· . . .. •:• : ...... . (!l) Thctcolitractor shalt~o~lywith .all r.equi(~¢.t~.ofChagter.--22S8, 'Tex.i,i~Ji9:v.~nim~tG9.d~., · "fucludingJh~ payml'nt:of.riot.less · than ,the tatef det!;r.mi~ed l>y..the.qw-cQ~~Il .Qf ~~; ¢.fly ~f f.Qi.f . Woitb:;toJ>~:the·prtv.ailin,g·wtsge·rat~.:inJ1c9t>t®iJ,c.Mv:lth.¢.h~pt~r-2tS$, ·T~~~$-.G.9:v.~i°®i¢P.(C94~-s · h ·· .... I.in · ·· ···· · f ·, · · ,.· .. 1 &d · ···th · · ·t.,;; 't d ·cu · .. ts · · · ... uc · pr~v.iu . . g,wa~ .. ~ e.s ... are :m<n1 ... 1-1 .. e.s.e:c.Qn"""i;:· .. q . .rue.Q. ...• ,~iiitf~ua(il~ll\~'~· · it' ~liar . . -;<if' !L,..1;. , .. .,u ~· ... -::o.·~ ~""'~t·• ............ .. ··(c)' The contractor shall inciude iil"its ·subqoiltractfaild/or, shall otherwise :require. alto.fits :.~~~~¥1~~<;[8 f~-~iliply\vith pa.r~sr~phs"(a)""and (b) above. . . .. (j:l): .With,-eacfopartial payment estimate or.·pal'foll period; ·which~er :is less;: an affida;vit,.stating ~at · iiic, contractor lias complied with the' requitenfents ofCliaptet22ss~ Texas .. GovernmJnt=Ci:\de. · . . ='The.:conti'attor shall'.p.ost ,the .. prevailing,w.agcf rates·m1a. conspicuous place· at;the site of$..e .. pr.oj~q~. 1;1t · a1rHmes: · 5,. .,AMBIGUITY: ,.IJi .the =case :of-ambiguifyiodack'of·cfeatn,esfi1(statiµg :pri~!!·µi t4~ Pr9Po~~.1.;~!':. (;;:ity"teseiveiHhe.right ·to .'adopt the ·most advantageous. construction' Uiereoffo the C1fypr.Jc>:r~Jeqt $,e Propo.sal · !5., .BIDDER.LICENSE:. Bidd~r must b~·a licen$e4 Coijtractor ~ the State qf Tl3Xas. , ......... -.... ·-·-:..·,1,~,, .... ,_ ...• ·-· -···-·····- : . :·.i'Nont~t&erit-6f<1"iiePi" mJan'.s a·fiiad'er whds·e''··Hn:d · al' ta:~e 6r6usin~§'ii ifoHn this state, ·bur ·ti~i!f t ;itif.~!.\t;~ii~ij:~:.~t~~t~j,~Mat:':(~&p'1:f~r=iii~J~fity''~~efiias ·1ts ptjn91p~t'pl~ce of · 'thi?'p't9tli~i~h '.d~ij~''hot' apply if tliis ~oritracf in".<>l'ves feder~·-funds . . The apprc;>priate.'blanks ··ofthe:P~oposal must: be·· filled out.by all nonresident-bjdders:in orde_i: for ~e b1d='tomeet specifications .. The·iaiiure of a-·nonresident co*acfor to . do ,so will ·aijtomatic1;1!lYi . · disqualizy."iita:t biiider. ,$i PAYMENT: :tf'the,bid amounfis -$2s,o.90:po or less,_.the cpptr~c,~,~01,111t shatl be· pa,fa,,:"4~f~;r,q:f:!y:: 'five (4~):;'calentfar deys lifter completion: and· accepfance by,llie""Qify,, : . . . · 9'i .AGE:: In accordance with the p_olicY:tifioli~y.'),9.f~~ Exeputi.v~·Br.~cli ofts~ f.~~et.~l G~v¢.~e#t, · ·contractor covenan:fa'tli.ah1either-Wnor. any ot:i~::officer~;-me,inbers,,:ag~!i.11!: !;l#!.pli;,y~iml::prpgt:~rrt ... ~~e:~:!i~~t:J;;:.i!;!:~:;~~-~!~i!:~;r~~~~::~~~~:~t~\;~&! ~=~~~!i,~ns O~/lQ/0.4 or-privileges of their emplo~ent, discriminate against persons because.,of their age· excep.ton .. the bases of a bona fide occupational qualification, retirement plan or statutory requirement;. · Coiiti:actot furtlier covenants that neithet 'it.nor its offi.¢ers~::memb~i:s. _agen~. eµipl9y~~. suocon.tractors-~ program participants, oqiersons a,cting oq their :be~ai(. shaltsp_epify,. iQ.·solicitations or advertisements for employees to work on this contract, a m~um ·age limit for. ~ch employment unless· the· sp~cifieci maximum age limit is ·b~ed upon a .bqna fid~. oricup·~tiona Lqualificatiori; . retire~entplllll or statutory requirements . · C~ntr11ctor warrants it.will fully comply with the policy and will defend, indemnify and hold City h~~SJtgai.g.si any claims or allegations ass~~¢d by third P.~.ties or subcontractor against City ~µtg (>tµ ·9f<;;!pntraptot's and/or its suJ,contr~ctors' allege'd'faUure to ·compiy with the above ,, referenced Poiicy concerning age discrimination in the performarice .oftliis-.agreement. 101, DISABILITY: In accordance with the provision~ of the Ame~icans With Disabilities Act of 1990 (~~Nt _Contra~tor. warrants that it and any ·and ;tll ·of its subcontractors will not unlawfully ~~sc~~µiate on the· basis of disability in ·the provision of services 'to th~ general publiQ, ,nor ii the a~bili_ty, terms and/or conditions of employment for applicants for empioyment wit4, 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 ancl will defen:d, indemnify and bold City harmless against any clainis ·or allegations asserted .1,Jyt4ir'4 parties or subcontractors against City arising out of Contractor's and/or its suhcon~actors' alleged failure to comply with -the above referenced laws concerning disabiiity discrimination in ihe penorni'ance of this" agreement. · · 11 i , MINORITY AND. WOMEN BUSINESS ENTERPRISES: In .accord with City of Po~ Worth Ordinance No. 15530, the City ofFort Worth ha_s ·goa}s for the participa:µon ofminbr:itybtisiness enterprises and women business enterprises in .City contracts. A copy of the Qrdinance can be obtained from the Office of the City Secretary; The biddet ·$,hall su~m;it.the MBE/WBE · . Ul'ILIZATIQN FORM,.ST.)BCONTRACTOR/SUPf,Lli;!~ti'tiLIZATiON FORM, PRIME CONTRACTOR WAIVER.FORM and/or the oootiiAiTH.EFFORT FORM ("with 1)9cuiiientation;.,) and/or the JOIN'r°VENTURE FORM as appropriate. The Documentation must b.e .. . receivci'd by°the maµaging department no later tli:an 5:00 p.m., five (5) City. business days after th¢ bid opehlQ.g' date. The biclder'. shail obtain a receipt froin the appropriate employee of the· managing . clep~mii~t to whom delivery was made. Such receipt shail be evidence .that the documentation was iecei\ied by the City. Failure to comply shall render the bid non:.responsive . . Upori request, Contractor agrees to provide the Owner complete and accurate -information regard~~g actual work performed by a Mlllority Business Enterpris~ (MBE) and/or women business enterprise (WBE) on the contract and payment thereof Contractor further agrees to pennit any audit and/or examination of any books, records or files in its possession ~at will substantiate the actual work performed by an· :MBE ancl/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 neglige~t mi~epresentation) and/or commission of fraud will result in the Contractor being detennined to be irresponsible and barred from particip!!,ting in City work for a·period of time ofnot less than three (3) years. 12. FINAL. PAYMENT, ACCEPTANCE AND WARRANTY:. a~ The contractor will receive full payment (less retainage) from the city for each pay period~ 09/10/04 b. c. d. e .. £ g: '•, ,, .. ;·,.. . . P~~ent'oftli~:retainage '.will -be iilclilded·with the ,:final payment after-.acceptalice of the pr.ojeQt as b'ein}fcci~p'tete,: . . . . The ·proJ~t:sball lle deemed.compl~te and .accepted ,by thct City. as of.the da(~ .. the :final _p:un.cµ Ii.st -liaifbeeif completed, as e'\lidenced°-by.a' written statement signed, by Jbe -.coritractoi: 1md the Gi.ty. The\vlirranty:period· shall begin as of·the dati;.;tha.t the final punch ~ h~. been ¢9mpiet~ •. Bllls Paid.Affidavit and Consent of Surety_ shall be required prJor to rinal pa:yment :becomjng ,4qe · ·and -payable:· · .Jn !,)ie··~eqt~~ ,the Bills ·P~Jd;~~\?t an4 .C9JI$.e'1t~f~ety u.re .~~~-.4eUv~~ J9.,~!' 9.H:r and tlter~::jJ· a· di$pµ~,tegard~g (i) fin:~l ,q~titi~ ~i:' (ii): ljqu.iAAt~' .$.w._ages, .c~ty·s~!ill m~ea progr~s paym,~f in the ~omit. Qj.a~ -~iy\:i~e!]lS· due and: paya~le. 09/10/04 SPECIAL INSTRUCTION TO BIDDERS . · (TRANSPORTATION AND :PtJBLIC 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 percent (5%)ofthe 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 additio!3-, the surety must . a) hold a certificate of authority from the United State~ secretary of the treasury to qualify as a surety on obligations permitted or z:equired under federal law; or · b) have obtained reinsurance for any liability m excess of$l00,000 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 tl;te United 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 ·ofthe 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 equl;ll to the amount of the contract awarded. In this connection, the successfu~ bidder shall be required to furnish a performance bond and a payment bond, both in a sum. eqmµ 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 ~all meet the requirements of Chapter 2253, Texas Government Code. In order for a surety to be acceptabl~ to the City, the surety must a) 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 b) hiwe obtained ·reinsurance 'for any liability iri 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 United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such·reinsuranc~ shall be .provided to the . City up·on 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 intel'est in any litigation against the ; City. Should any surety on the contract be d~termined uns atisfactory 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 contra~t amount is in excess of $25,000, a Payment Bond shall be executed, 41 the amount of the contract, solely for the protection of all claimants ~pplying. labor and mateiia:Is iJi the prosecution of the work If the contract · amount is in excess of $100,000, a Performance Bonci 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 Port Worth. · · City of Fort Worth, Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date: 12.21.2010 Page 1 of9 All contracts shall require ~ mainte:pance 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 fro~.defects in workmanship and/or ~terial. 3) LIQUIDATED DAMAGES: The Co1:1tractor's attention is called to Part 1, Item 8, patagi:aph 8,(), of the "Gen~ Provisions" of the Standard Speci.fica.tionsfor-Streef and Storm Drain Constru.ction of the City of Fort W~rth, 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-21 through 13-A-29) prohI'biting discrimiJ:iatiQn in employment praptices. · · · .. -~ 6) WAGE .RATES: Section s.a .. of th() $t1µ1.cl;µ:d Specifications for . .Street and St~>rm Drain . C9n,struction is deleted and replaced with ·the :following: . -· a) The · contractor sb,ali:coll!lllY \Y,it,i all re·quir~~ents· of ·CJ:rapter 2258, :.Te;as Gov~mment Code, including .the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code . Such prevailing wage rates are'includ.ed 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 , · 1) the name and occupation of each worker employe~ by the contractor in the construction of the work provided for.in this contract; and . . ' . . . 2) the actual per diem wages' paid to eacli worker. These ·records· shall be open at all ~easonable . ho~ for inspectio~ ~y tµe City. The provisions of the spec.~al provision titled "Right to Audit" pertain to~ inspe.ction. . . · . . . . c) .. The contractor shall · include in . its subcontracts and/or ·. ·shall .othe~e · require all ·of its ·sub'coµtra~to~s to comply witl;t p~gr!iphs a) and b) ~bove.. ...· .. 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 conµactor shall post the prevailing wage rates in a co:i:ispicuous place at the site of the project at all tinies . · · · · · 7) FINANCIAL STATEMENT: A current certified financial statement µ:my be required by the Department of T~p9rtati<;>µ. and ·Public Works if req1,tlred fo~ :Qse by the CITY OF FOR,T WQRTH'in de(~i;n;iining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. . ,.: I . . .· .· City of Fort Worth, Texas Special lnstrucUon to Bidders -Paving and Drainage PMO Official Release Date: 12.21.2010 Page 2 of 9 8) · INSURANCE: Within ten (10) days of receipt of notice of award of contract, the Contractor must · provide, along with ·executed contract documents and appropriate bonds;proof of insurance for Worker's Compeµsation and Comprehensive General Liability (Bodily Injuzy-$500,000 each person, $1,000,000 each occurrence ($2,000,000 aggregate limit); Proper:ty pamage -$250,000 each occurrence). The City r~serves the right to request l!-DY other insurance coverage as may be required by each individual project. 9) ADDITIONAL INS~CE REQUIREMENTS: El) 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' comp~nsation 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 bn the ·contracted project. c) Apy 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 c~verage. A ten days notice shall be ·acceptable in the event of non-paYJll.ent . of premfo1n. e) Insurers must be authorized to do 1:>usiness in the State ~!Texas and have a cun;ent A.M .. Bestr~ting of A: VU or equivalent measure of financial strength and solvency. · . . '··· t) Deductible limits; or self-funded ·retention limits, on each policy must not exceed $10,ooo.bo 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 retenti~n groups. The City must approve in writing ·any alternative coverage. . h) Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. ; . . . . . i) City shall not be responsible for the direct payment of insurance premium ' costs for contractor's insurance. . j) . Contractor's insurance policies shall .each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery; · k) In the course of the project, Contractor shall report, in a timely. manner, to City's officially designated contract administrator any known lo~s occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss . 1) Contractor's liability shall not be limited to the specified amounts of insurance required herein. m) Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents . City of Fort Worth, Texas . Special Instruction to Bidders -Paving and Drainage PMO Official Release Date: 12.21;2010 Page ~of9 10) NONRESIDENT BIDl>ERS: Pursuant to Article 601g, Texas Revised Civil -Statut~s, the City of.Fort , Worth will not award t1iis contractto a non resident bidder unless the nomesident's bid is lower than the iowest bid ;ubritted by a responsible Texas · resident bidder by the same ·amount that ~-Texas . resident bidder would be required to und~rWd a nomesident bidder to obtain a conipar~ble contract in the state in which the no:m;e_sident's principal place of business is located. . . "Nonresident bidder" means a bidder whose p~cipal-place ·of b~ess is not in this state~ but excludes a contractor whose ultimate parent company or i:najorio/ owner has ~ts principal place of business in . this state. · · · · . . ·. . . . ·. . . . . "Texas resident bidder" means a bidder whose principal place _9fbu~in~ss is~ this state, and includes a con~ctor whose ultimate parent company or majority owner bas its principal -place of business in this state. · ' . · This provision does not apply if this contract involves ·federal funds. The appropriate blank:s ·ofthe Proposal must be-filled out by all nomesident.bidders in order for its bid to meet specifications. The failure of a nomesident contractor to do so will automatically disqualify that · bidder. · · . . 0) :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 participatj.on of minority ~~usiness enterpris~s and women l!usiness enterprises in . City co~tracts'. A copy of the Ordinance can be obtained .fro:in .the .Qffiqe of the City Secretary. The bidder shall submit the . MBE/WBE UTI.1:,IZATIO~ ·FORM SUBCONTR.ACTORJ.SUPPLIER UTILIZATION FORM , .P.RIME CON';I'RACTOR WAIVER FORM, and/or the ·ooOD FAI.TH EFFORT FORM .("with Documentation") and/or th_e JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p ;:i;n'., ~ve (5) City business days ~fl:~r the bid opening date. The bidder shall ·obtain a recejpt ftoiji the: appropriate empioyee of the managing· _department to whom delivery was made. Such receipt shall be evidence· that the doc1iinenq1tion was received by the City. Failure to comply shall ren~er the biii non-responsive: ., · Upon request, Co~tractor agrees to provide the Owner complete _a,nd accurate ... biformation regar~g actual. work . performed by a minority business enterprise (MBE) and/or ·women business enterprise (WBE) on the .con,tract and payment thereof. Contracto;r further agrees to permit · any audit and/or examination of any books, records. or files in its posse~sio:11 that will substanµate the actual work performed by an MBE and/or WBE. ·The misrepresentation of fapts .·(other ~han .a neglig~nt mis,;epres~ntati<;>n} anq/or co_mmis~ion of fraud 1,y the Contractor will be ' gIQUD.ds for iei:minatiori. of the .. co~~ct and/or initiating action under appropriate . Federal, State or local laws or ordinances relating ·to false .stateme~t~. Further, any such misrepresentation facts ( other than a negligent misrepresentation) and/or commission of fraud will result in the Contrac~or being determined to be irresponsible and barred from participating in City w-ork for a period of time of not .less that three (3) years. . . . . . 0 • M, '•• • ' • ' O O M~ , o , O o• O o O .. •, • City ofFort Worth, Texas · · Special lnstrucUon to Bidders -Paving and Dic!inage PMO Official Release .Date: 12.21.2010 ~age4of9 12) AW ARD OF CONTRACT: Contracfwill be awarded to the lowest responsive bidder. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of ninety (90) days from the date the M/WBE UTILIZATION FORM, ·pR.IME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM, and/or the JOINT VENTURE FORM ("Documentation") as appropriate is received by the City. The award of contract, · if made, will be within ninety (90) days after this documentation is received, but i,n no case will the award be made until all the responsibility of tlie bidder to who:i;n it is proposed to award the contract has . been verified. 13) PAYMENT: .n,e Contractor will receive full payment (minus retainage) 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.· 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 on-line on City's Buzzsaw site or by contacting the City Project Manager. Bids that do nofacknowledge all applicable adaenda may be rejected as nori.:responsive. 15) CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: a) Workers Compensation Insurance Coverage 1) 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; P~rsons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities· performing all or part of the services the contractor has undertaken to perform on the · . project, regardless of whether: that'person contracted directly with .the contractor and .regardless . of whether that person has employees. This includes, without limitation, independent · contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or . materiais, or providing labor, transportation, or toiler services related to a project. "Services" does not include activities unrelateq to the project, such as food/beverage vendors, office supply d~liveries,and delivery of portable toilets. 2) 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 of Texas Labor Code, Section 401.011 (44) or all employees of .the contractor providing . services on .the project, for the duration <?fthe project. City of Fort Worth, Texas Special lnslrucUon to Bidders -Paving and Drainage PMO Official Release Date: 12.21.2010 Pi:ige 5 of 9 ~ . . •, . . . ·' ; . . . . . . ' 3) The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the 'cdntract 4) · If the cov~rage period sho~ on the contractor's :current certificate of coverage ends d~g 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. 5) The COJlh,'.aCtor shall obtain :from each person: pr~viding services on a project, .and provide to : .the governmental. entity: · · a) a certificate of coverag!;l, prior to that person beginning work on the project, so the gov~mmental entity will have on file certificates of c.overage showing coverage for all ·· .. P.~~.ohs providing services on the proj~ct; and · . .. •'. . . . . . .. b) no later ~ seven days !lft~r receip~ by · the contra9tor, . !1 new . certifi.c1;tte of coverage showing extension of coverage, if the coverage period shown on the current ceiti:ficate of coverage ends during the duration of the project. 6) The contractor shall retain all required certificates of coverage for the . duration of the project and for one year thereafter · · · 7) The contractor shall notify the governmentai entity in writing by certified niiiil 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 · 8) The contractor shall post .on ·each project site a· notice, in the · t\;lxt, form and ID1U1p.er prescribed by the Texas Worker's Compensation Commission, infqrming all persons providing services . on the project that they are required to be covered, and stating how a person may verify ~ov~rag~ and report .lack; of cov~rage. . . : ', : 9). The co~tract~~· shall contractually require each person wi1:h. · ;hom . it'contracts to provide servi~es on a project, to: · · a) provide ~overage, based on prop~r reporting on c:l~ssi:f:ication. c:ode~ an.li P1:tion amounts and filing of any .coverage agreements,. which ·meets the statutory requir~nients of Texas labor Code,. Section : 401.011 ' (44) for all of its employees providing services on the project, for the diµation of the project; b}' provide to the ·contractor, prior to that per~on beginning work on the .project, a certificate of 'coveriige showing that coverage is being provided for ~11 employees of the person providing servic·es on:the 'project, forthe:duration of the project;. . c) provide the contractor, prior to the end of the ·.coverage pe,riod, a new .certificate of coverage .showing extension .of .. i;:overage, if the.coverage .period shown on the current certificate of cgverage ends during ·tl).e duration of the project; ... ,, . d) obtain :from each other person with whom it contracts, and provide :to the contractor: City of fort Worth, Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date: 12:21.2010 Page6of9 R P.V 1-11-0Q :: .. ··, 1) · a certificate of coverage, prior to the other person beginning work on the project; and · .2) 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; e) .retain all required certificates of coverage on file for the ~uration of the project and for one .year thereafter: f) notify the governmental entity in wiring 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 g) 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 servi~es .. 10) By signing this contract cir providing or causing fo be provided ·a certificate of coverage, the .. contractor is representing to the governmental entity that all employe~s 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 ~ounts, and that all coverage agreements will be filed with the ·approprfate 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 administratiye, criminal, civil penalties or other civil actions. . · · ·' 11) The contractor's fiµlure to comply -with any of thes_e 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 e~ch 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 require~ents 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 change~: . "REQUIRED WORKER'S COMPENSATION C(?VERAGE" 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 eqajpment or inater:ials, or providing labor or transportation or other service related to the project, regardless ·of the identity of their employer or status as an employee". · · Contact the Texas Workers' Compensation Commission 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". City of Fort Worth, Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date: 12.21.2010 Page7of9 16) NON DISCRIMINATION: The contractor shall not discriminate against any pe.rson 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' govemment, contractor covenants that neither it nor any of its officers, members, agents, or employees, wili . engage in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the . tenns, 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 J:hat neither it nor jts officers,. ~embers, agents, or employees, or person acting on their behalf, -shall specify, in solicitations or advertisements for employees to work on this Contract, a maximum age limit for such employment unless tpe spetj:fied maximum age limit is based upon a bona fi<fe 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 Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination -in the performance of this Contract. · · · · · 18) DISCRIMINATION DUE TO DISABH,ITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 (11~A''), Contractor warrants that it will not unlawfully. discriminate on the basis . of disability in the provision of services to the. g~neral pubHc, .nor in the availability, tenns and/or conditions of employment for .. appµcants 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 parti,es agalllfit City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disa'!,ility discrimination in the perfon:riaI).ce of this Contract 19) . PROGRFSSPAYMENIS,FINAl.PAYMENT,PROJECI' ACCEPI'ANCEANDWARRANIY: . •' ,•• • " • •• • • ' • ,., ' 'I ,• • ,• • ,• • • a) The . contractor will receive . full payment Qess ~eiaµiage) froin the city fo~ e.ach pay perio~ . .. .. . . b) Payment of the retainage will be included with .the final payment after acceptance of the project as being complete. c) The project.sµall. 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 w~ty period s~all 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. · CltyofFortWorth, Texas Special Instruction to Bldder:s-Paving and Drainage .. PMO Official Release Date: 12.21.2010 Page Bof9 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 1) final quantities, or 2) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. · · · · g) In the event of a dispute regarding either final quantities or liqujdated damages, the parties shall attempt.to resolve the difference~ within 30 calendar d11,ys. 20) ·PREOUALIF[CATION REQUIREMENTS: All contractors submitting bids are required to · ,be prequalified by the Fort Worth Transportation and Public Works .Department prior to submitting bids for pavement contracts. 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 accepta,ble experience record, an accevtable equipment schedule as outlined in the PREQUALIFICATION REQUIREMENTS FOR PA VINO CONTRACTORS most recent version, and any other documents the Department may deem necessary, to the Director of Transportation and Public Works at least fourteen (14) calendar days prior to the date of the opening of bids. a) · The financial stateme11t required shall have been compiled by an independent certified public account~t 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 thiin one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated with 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 Transportation and Public Works Department shall be the sole judge as to the level of project a Contractor is qualified to bid based upon a review of the information submitted. d) The City, at its sole discretion, may reject any bid for failure by the Contractor to demonstrate acceptable experience, expertise or financial wherewithal to perform the work included in the project. . e) Any. proposals sub.mitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered · f) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be suitable for 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. g) Any contractor who becomes qualified and remains in good standing with the City wiJ1 n.ot be required to submit for re-qualification for 2 years from the date of having last being qualified. Re- qualification · procedure~ are included in the PREQUALIFICATION REQUIRE:rvIBNTS FOR PA VINO CONTRACTORS document. City of Fort Worth, Texas . Special ln!itructlon to Bidders -Paving and Drainage PMO Offlclal Release Date: 12.21 .2010 Page 9 of.9 · Section 3 · MWBE Documentation FORT WORTH --------. ~ 07 -19-11 P03 :4 0 I ii City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable. If the total dollar value of the contract is less than $25 ,000 , the M/WBE oal is not a plicable. POLICY ST A TEMENT It is the policy of the City of Fort Worth to ensure the full and equ itable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis . All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid . M/WBE PROJECT GOALS The City's M/WBE goal on this project is __ 2_6 __ % 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, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department , within the following times allocated , in order for the entire bid to be considered responsive to the specifications . he Offeror shall deliver the MWBE documentatio ·n person to the appropriate employee of the managing department and obtain a date/time receipt. e evidenc th t the Ci~ received the documentation in the time alloca ed . A faxed o will n t b 1. Subcontractor Utilization Form , if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded : openinq date , exclusive of the bid opening date. 2 . Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form , if partic ipation is less than opening date , exclusive of the bid open ing date . stated qoal : 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form , if no M/WBE participation : opening date , exclusive of the bid opening date . 4 . Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work : openinq date, exclusive of the bid openinq date . 5. Joint Venture Form , if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed qoal. openinq date , exclusive of the bid openinq 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 M/WBE Office at (817) 392-6104. Rev. 11 /1 /0 5 0 7 -19 -1 1 P03 :43 1 11 ATIACHM EN T 1A Pag e 1 of 4 FORT WORTH ----......--City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME : Check applicable block to describe prime Tri-Tech Construction I M/W/DBE I X I PROJECT NAME: NON -M/W/DBE BID DATE Grassland Court Extended Drainage Design July 14, 2011 City's M/WBE Project Goal : Prime's M/WBE Project Utilization : PROJECT NUMBER 26 % 26.4 % Proi. 00479 Identify all subcontractors/suppliers you will use on this project Failure to complete this form , in its entirety with requested documentation , and received by the Managing Department on or before 5:00 p.m. five (5 ) City bus iness days ·after bid opening , exclusive of bid opening date , will result in the bid being cons idered non-responsive to bid specifications . The undersigned Offerer agrees to enter into a formal agreement with the M/WBE firm (s) listed in this utilization schedule , conditioned upon execution of a contract with the City of Fort Worth . The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-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. Ma rketplace is the geographic area of Tarrant , Parke r , Johnson , Collin , Dallas , Denton , Ell is, 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 supplie r-i s 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 b id opening within the Marketplace, that have been determi ned to be bonafide minority or women businesses by the North Centra l Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business Enterprise (DBE ) is synonymous w ith Minority/Women Business Ente rprise (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 frqm another M/WBE firm , including M/WBE owner-operators , and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs , including owner-operators , but will on ly rece ive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev . 5/30 /03 FoRrWoRTH ---........--- 07 -19 -1 1 P03 :4 G I N ATTACHMENT 1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers , rega rdless of status ; i.e ., Minority , Women and non-M/WBEs . Please list M/WBE firms fi rst , use additiona l sheets if necessary . Certification N (check one ) 0 SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D Ill Telephone/Fax r B B R 0 B E E C T E A JM Materials PO Box 496 Trucking Alvord Tx 7622 1 X X Rock $120 ,000 .00 940-427-2033 Sand 940-427-2789 Cowtown Traffic control 112 W . Jessamine St. Barricades $7 ,929 .00 Fort Worth , Texas 76110 1 X X 817-924-4524 817-926-2725 Ricochet Fuel Distributors 1201 Royal Pkwy Fuel $30 ,000 .00 Euless , TX 76040 1 X X 817/268-5910 Fax 817/282-7497 Magnum MH 3828 Cavalier Dr. TV Sewer Lines $900.00 Garland , Tx 75042 1 X X MH Coating 214-687-2293 972 -276-5318 Cowtown Redi-Mix PO Box 162327 Redi Mix $46 ,000 .00 Fort Worth , Tx 76161 1 X X concrete 817-988-3158 817-759-1716 Klutz Construction P.O. Box 100263 Concrete Structures $349 ,786.00 Fort Worth , Texas 76185 1 X X and Flatwork 817-921 -0990 817 -921 -0990 Rev . 5/30/03 FoRrWoRrH --.....,...-- O 7 -1 9 -1 1 PO 3 : 4 ,, · ATTAC HMENT 1A Page 2 of 4 Primes are requ ired to identify ALL subcontractors/supplie rs , regardless of status ; i.e., Min ority , Women and non -M/WBEs . Please list M/WBE firms firs t , use additiona l sheet s if necessa ry . Certification N (che ck one ) 0 SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T E A Green Scaping 2401 Handley Ederville Rd . Landscaping $29 ,544 .00 Fort Worth , Texas , 76118 1 X X and grass 817-577-9299 817-577-9331 W .O .E. Construction 941 B Ave N Sawing $4 ,000 .00 Grand Prairie , Tx, 75050 1 X X 817-284-7401 817-284 -7400 Rev . 5/30/03 FoRrWoRTH -.._,...- 0 7-19-11 P03 :4 8 I :~ ATTACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/supp liers , regardless of status ; i.e ., Mino ri ty , Women and non-M/WBEs . Please list M/WBE firms first , use additiona l sheets if necessary . Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER n T Detail Detail Company Name i N T Address e M w C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T D w R 0 B E E C T E A Shultzies Cone 500 W . Trammell Mix on the Job $2 ,000 .00 Fort Worth , Tx , 1 X Redi-mix 817-293-1863 concrete Custom Crete 2624 Joe Field Mix on the job $2 ,000.00 Dallas , Tx 75259 1 X Redi-m ix 817-337 -4440 Concrete JLD l..,UI Ill Ovlll I~ PO Box 24131 Asphalt $20 ,000 .00 Fort Worth , Tx , 73124 1 X 817-261-2991 817-261-3044 Reyno1as Aspna1t PO Box 370 Asphalt $2 ,500.00 Euless , Tx 76040 1 X 817-267-3131 817-267-1878 r\fJc:11,; I t:::Xcl::S Po Box 1807 Asphalt $2 ,500 .00 Fort Worth , Tx 76101 1 X 817 -336-0521 Hanson 1000 N. MacArthur Concrete $272 ,740 .00 Gra nd Prairie , Tx 75050 1 X Precast 972-263-2181 972-260-3618 Rev . 5/30/03 FoRrWoRTH --..,..---0 7-19:-11 P'.,3 :4 9 l tl ATTACHME NT 1A P ag e 3 of 4 Primes are requ ire d to identify ALL s ubco ntracto rs/suppliers , rega rdless of stat us ; i.e ., Minority , Women and non-M/WBEs . Please list M/WBE firms fi rst , use addit iona l sheets if necessary . Certification N (check one ) 0 SUBCONTRACTOR/SUPPLIER n T Detail Detail Company Name i N T C X Subcontracting Work Supplies Purchased Dollar Amount Address e M w M T D Vii Telephone/Fax r B B R 0 B E E C T E A HD Supply 7197 Latham DR Pipe and $61 ,000.00 Richland Hills , Tx 76118 1 X Fittings 817 -595-0580 817-589-0179 t"'eacmree vonsirucuon 5801 Park Vista HMAC Paving $92 ,800 .00 Keller , Tx , 76248 1 X 817-741-4658 817-741-4648 .... :--" r,.. ___ .;_ ·-,I ._ ... --,,-.. - P.O . Box 16406 Eros ion Control $4 ,500 .00 Fort Worth Tx, 76162 1 X 817-975-3165 866-228-1568 . ~ ~ /"\If.Ill It: 1 '''"" v,;., Vlvt: P.O. Box 94403 Tree removal $12 ,750 .00 Southlake , Tx 76092 1 X 817-656-8733 817-421-6863 I"\ -•--• I -----··--· 2925 Hwy . 114 Milling $17,400 .00 P.O . Box 1728 1 X Roanoke , Tx , 76262 817 -491-3603 817-491-2354 Rev . 5/30/03 I • FORT WORTH 0!~1 9 -11 P0 3 :4 9 I N ATTACHMENT 1A Page 4 of 4 ~ Total Dollar Amount of M/WBE Subcontractors/Suppliers $ $588,159.00 Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ $490,190.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ $1,078,349.00 The Contractor will not make additions , deletions , or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition . Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted , it will affect the final compliance determination . By affixing a signature to this form , the Offeror further agrees to provide , directly to the City upon request , complete and accurate information regarding actual work performed by all subcontractors , including M/W/DBE(s) arrangements submitted with the bid . The Offeror also agrees to allow an audit and/or examination of any books , records and files held by their company . The bidder agrees to allow the transmission of interviews with owners , principals , officers , employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract , by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements . Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Tri-Tech Construction Company Name 650 Tower Drive Address Kennedale, Tx 76060 City/State/Zip Troy Woody Printed Signature Contact Name/Title (if different) 817-496-5361 Telephone and/or Fax twoody2020@aol.com E-mail Address 7-11 --11 Date Rev. 5/30/03 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder , nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction , improvements , supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or nonresident bidders in order for your bid to meet specifications. The failure of out-of-state or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section 8. (Check One Box and complete, as applicable) D The principal place of business of our company is in the State of a. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. b. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders . D The principal place of bu siness of our company or our parent company or majority owner is in the State of Texas. BIDDER: By: Title: Company: Address: Date: THIS FORM MUST BE RETURNED WITH YOUR QUOTATION QTY LIST OF DUCTILE IRON FITTINGS ADD OR SUBTRACT FOR THE FOLLOWING INCLUDING INSTALLATION DUCTILE IRON VYI t"t:K TUTAL FITTING WEIGHT SIZE OF FITTING TYPE OF FITTING (lb) (lb) 24 8" 45 Degree Bend l lD ").f,'{O 16 10'' 45 Dearee Bend L'6 q 1..."lAfA . TOTALS Total Weight= lbs or FITTINGS COST Tons Contractor shall fill in blanks for "Wt per Fitting", "Total Weight" and "Cost" as a part of the bid. Contractor is responsible for correct quanity total of all fittings and specials. VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders . This law provides that , in order to be awarded a contract as low bidder , nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction , improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state .or nonresident bidders in order for your bid to meet specifications. The failure of out-of-state or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident vendors in (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Nonresident vendors in (give State), our principal place of business , are not required to underbid resident bidders. B. Our principal place of business or corporate offices a re in the State of Texas . BIDDER : Address k-.e CA,,,-u t) lfl,f I I''(? 7 GO(,, 0 City/State/Zip Title: ____ t,__ne.::.....L.1_._. ____ _ (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION TO: The Purchasing Department City of Fort Worth, Texas PROPOSAL FOR: GRASSLAND COURT EXTENDED DRAINAGE DESIGN Grassland Court, Crosswind Drive and Skylake Drive City Project No.: 00479 Fort Worth , Texas 22-Jun-11 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, Water Department 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 a ccuracy based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. Special Note: All contractors_are advised that one contract will be awarded to the lowest combined bid for all Units/Sections. . City of Fort Worth Project Manager: FELIPE PULIDO Project 00479 -GRASSLAND COURT EXTENDED DRAINAGE DESIGN Unit/Section: Base Bid Unit 1 -Paving and Drainage Date City Project# our en or Number our ompany Name Bid Items Line Number 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 Thursday , June 23 , 2011 BID-00479 CPMS Record Number BID-00824 BID-00124 BID-00504 BID-00100 BID-00181 BID-00065 BID-00183 BID-00182 BID-00543 BID-00372 BID-00093 BID-00097 BID-00102 BID-00080 BID-00070 BID-00070 BID-00081 BID-00082 BID-00092 BID-00083 BID -00086 BID-00087 BID-00919 BID -000 89 BID-00889 Material ServiceCS ServiceCS Steel ServiceCS ServiceCS ServiceCS ServiceCS Vegetation Soil ServiceCS ServiceCS Concrete ServiceCS ServiceCS ServiceCS ServiceCS Concrete Concrete Concrete Concrete Concrete Concrete Concrete Concrete Concrete Contractor Instructions : Fill in green cells with your CFW Vendor ID, your Company Name and your bid amounts. When your bid is complete, save and close, start Buzzsaw and Add your proposal to the folder with your Company Name within project's Bid Responses folders. BID INCOMPLETE! This incomplete notice will disappear upon completion of all green fields which are required before submitting the bid Unit of Your Unit Description Measure Quantity Price Site Prepa ration-Clear Grub Excavation Demolition -Remove Lump Sum 1.00 $20 ,000 .00 Mobilization -Services Lump Sum 1.00 $210 ,000 .00 Sign-Project Designation -Install Each 2 .00 $350.00 Storm Water Pollution Prevention Plan > Than 1 Ac SWPPP -Install Lump Sum 1.00 $6,500 .00 Traffic Control -Install Lump Sum 1.00 $20 ,000.00 Channel-Unclassified Excavation -Remove (including rock excavation if encountered) Cubic Yard 70 .00 $50 .00 Tree -Remove Each 19 .00 $900 .00 Tree -Install Each 38 .00 $700 .00 Fill Material-Borrow -Install Cubic Yard 486 .00 $10 .00 Trench Safety System 5 Foot Depth -Install Linear Foot 5904 .00 $1 .00 RipRap -Remove Square Yard 50 .00 $6 .00 RipRap -6 Inch -Install Cubic Yard 63 .00 $65 .00 Inlet -Remove Each 7 .00 $700 .00 Pipe -Remove Linear Foot 550 .00 $8 .00 Headwall -Remove (double 36" RCP ) Lump Sum 1.00 $1 ,600 .00 Headwall -Remove (24" RCP) Lump Sum 1.00 $1 ,300 .00 Pipe-21 Inch-CL Ill -Install Linear Foot 983 .00 $120 .00 Pipe-24 Inch-CL Ill -Install Linear Foot 4 16 .00 $130 .00 Pipe-27 Inch-Class Ill -Install Linear Foot 201 .00 $140.00 Pipe -3 0 Inch -CL Ill -Insta ll Linear Foot 686 .00 $150 .00 Pipe-42 Inch -CL Ill -Insta ll Linear Foot 695 .00 $210.00 Pipe-48 Inch-CL Ill -Install Linear Foot 638 .00 $230.00 Pipe -54 Inch -Class Ill -Install Linear Foot 53.00 $245 .00 Pipe-60 Inch-CL Ill -Install Linear Foot 82 0 .00 $300.00 Bo x Culvert-8 Ft x 5 Ft -Install Linear Foot 121 .00 $450 .00 Your Bid $20 ,000 .00 $210 ,000 .00 $700 .00 $6 ,500 .00 $20 ,000 .00 $3 ,500 .00 $17 ,100 .00 $26 ,600 .00 $4 ,860 .00 $5 ,904.00 $300 .00 $4 ,095 .00 $4 ,900.00 $4,400 .00 $1 ,600 .00 $1 ,300 .00 $117 ,960.00 $54 ,080 .00 $28 ,140 .00 $102 ,900 .00 $145 ,950 .00 $146 ,740 .00 $12 ,985.00 $246 ,000 .00 $54 ,450 .00 26 BID-00103 Concrete Inlet-Drop-> Than 4 Ft -Install Each 6 .00 $4 ,500 .00 $27 ,000 .00 27 BID-00111 Concrete lnlet-Recessed-10 Ft -Install Each 13 .00 $3 ,000 .00 $39 ,000 .00 28 BID-00111 Concrete lnlet-Recessed-10 Ft -Install (Line A ; Modified) Each 1.00 $4 ,500 .00 $4 ,500 .00 29 BID-00111 Concrete lnlet-Recessed-10 Ft -Install (Extended Recession) Each 1.00 $3 ,000 .00 $3 ,000 .00 30 BID-00113 Concrete lnlet-Recessed-20 Ft -Install Each 7 .00 $5 ,500 .00 $38 ,500 .00 31 BID-00113 Concrete lnlet-Recessed-20 Ft -Install (Extended Recession) Each 6 .00 $5 ,500 .00 $33 ,000 .00 32 BID-00115 Concrete Manhole -Install (4'x4' Storm Manhole) Each 7 .00 $3 ,800 .00 $26 ,600.00 33 BID-00115 Concrete Manhole -Install (5'x5 Storm Manhole) Each 1.00 $4 ,300 .00 $4 ,300 .00 34 BID-00115 Concrete Manhole -Install (6'x6' Storm Manhole) Each 8.00 $7 ,500 .00 $60 ,000 .00 Manhole -Install (4'x4' Conflict Storm Manhole with Steel Cas ing Pipe for 35 BID-00115 Concrete Saniatary Sewer) Each 2 .00 $4 ,300 .00 $8 ,600 .00 Manhole -Install (6'x6' Conflict Storm Manhole with Steel Casing Pipe for 36 BID-00115 Concrete Sanitary Sewer) Each 2.00 $8 ,000.00 $16 ,000 .00 37 BID-00115 Concrete Manhole -Install (4'x4' Storm Manhole with Environmental Snout) Each 1.00 $8 ,000 .00 $8 ,000 .00 38 BID-00115 Concrete Manhole -Install (6'x6' Storm Manhole with Environmental Snout) Each 1.00 $12 ,000 .00 $12 ,000 .00 39 BID-00069 Concrete Headwall -Install (Modified Type A Headwall for 8'x5' RBC) Cubic Yard 4 .00 $700 .00 $2 ,800.00 40 BID-00411 Other Retaining Wall -Install Cubic Yard 16 .00 $700 .00 $11 ,200.00 41 BID-00841 Concrete Concrete-Encasement -Install Linear Foot 100 .00 $85 .00 $8 ,500 .00 42 BID-00213 Concrete Manhole-Std 4 Ft Diam-(to 6 Ft Depth) -Install (to 6 Ft Depth) Each 4 .00 $3 ,200 .00 $12 ,800 .00 Manhole-Std 4 Ft Diam -Added Depth (over 6 Ft Depth) -Install (over 6 Ft 43 BID-00214 Concrete Depth) Vertical Foot 39 .00 $110 .00 $4 ,290 .00 44 BID-00351 PVC Pipe-Sewer-8 lnch-SDR35 (All Depths) -Install Linear Foot 149.00 $95 .00 $14 ,155 .00 45 BID-00246 PVC Pipe-Sewer-10 lnch-SDR35 (All Depths) -Install Linear Foot 229 .00 $98.00 $22,442 .00 46 BID-00355 Other Sewer Service-4 Inch Service Tap -Install Each 10.00 $500 .00 $5 ,000 .00 47 BID-00356 PVC Sewer Service-4 lnch-2 Way Clean Out -Install Each 10.00 $200.00 $2 ,000 .00 48 BID-00354 PVC Sewer Service-4 Inch -Install Linear Foot 480 .00 $23 .00 $11,040 .00 49 BID-00567 ServiceCS Pipe -Remove Linear Foot 310 .00 $5 .00 $1 ,550 .00 50 BID-00618 PVC Pipe-Pressure-8 Inch -Install Linear Foot 310 .00 $130 .00 $40 ,300 .00 51 BID-00749 Iron Valve-8 Inch -Gate Valve w/Box -Install Each 1.00 $1 ,280 .00 $1 ,280 .00 52 BID-00751 ServiceCS Valve-Gate -Remove Each 1.00 $150.00 $150 .00 53 BID-00759 Copper Water Service-1 Inch -Relocate Each 11 .00 $600 .00 $6 ,600.00 54 BID-00550 Polyethylene Meter Box-Class A -Install Each 1.00 $150 .00 $150 .00 55 BID-00568 Iron Pipe Fittings-< Than 16 Inch DI Pipe -Install Ton 3 .70 $5 ,000 .00 $18 ,500 .00 56 BID-00402 ServiceCS Driveway -Remove Square Foot 437 .00 $1.00 $437 .00 57 BID-00404 Concrete Driveway-6 Inch -Install Square Foot 440 .00 $7 .00 $3 ,080 .00 58 BID-00457 ServiceCS Pavement-Concrete -Remove Square Yard 300 .00 $12 .00 $3 ,600 .00 59 BID-01265 ServiceCS Remove Existing HMAC pavement -Remove Square Yard 3200 .00 $2 .00 $6 ,400 .00 60 BID-00424 ServiceCS Curb & Gutter -Remove Linear Foot 920 .00 $6 .00 $5 ,520 .00 61 BID-00423 Concrete Curb & Gutter -Install Linear Foot 320 .00 $26 .00 $8 ,320 .00 62 BID-00429 Concrete Pavement Concrete -Install (7 Inch) Square Yard 274 .61 $60 .00 $16,476 .67 t.\ 63 BID-00443 Asphalt Pavement-2 Inch Min HMAC on 2/27 Concrete Base -Install Square Foot 28800 .00 $6 .00 $172 ,800 .00 64 BID-00448 ServiceCS Pavement-2 Inch-Surface Milling -Install Square Yard 11600 .00 $2 .00 $23 ,200 .00 65 BID-00447 Asphalt Pavement-2 Inch-Surface Course-Type D Mix -Install Square Yard 11600 .00 $9 .00 $104,400.00 66 BID-00147 Soil Topsoil -Install Cub ic Yard 560 .00 $18 .00 $10 ,080 .00 67 BID -00135 Vegetation Grass-Seeding -Install Square Yard 7680 .00 $1 .00 $7 ,680 .00 68 BID-00137 Vegetation Grass-Sod -Install Square Yard 310 .00 $11 .00 $3 ,410 .00 69 BID-00068 Other Erosion Control-Mattress -Install (8" Gabion Mattress) Lump Sum 1.00 $12 ,750 .00 $12 ,750 .00 Erosion Control-Mattress -Install (Turf Reinforcement Mat (Enkamat 7020 , or 70 BID-00068 Other Approved Equal) Lump Sum 1.00 $2 ,000 .00 $2 ,000 .00 71 BID-00411 Other Retaining Wall -Install (Retaining Wall at Back of In lets) Cubic Yard 7 .50 $600 .00 $4 ,500.00 72 BID -00413 Masonry Retaining Wall -Modular -Install (Stackable Stone) Square Foot 50 .00 $60 .00 $3 ,000 .00 Total Bid This Unit $2 ,071 ,S74 .67 'City of Fort Worth Project Manager: FELIPE PULIDO . Project 00479 -GRASSLAND COURT EXTENDED DRAINAGE DESIGN · Unit/Section: Base Bid Unit 2 -Water and Paving Date City Project# Your Vendor Number Your Company Name Bid Items Line Number 73 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 Thursday , June 23, 2011 00479 1.00 TRI TECH CONST .,INC CPMS Record Number 616 618 749 745 751 546 547 758 550 220 181 473 474 423 424 137 445 442 401 402 372 Material PVC PVC Iron Iron ServiceCS Iron ServiceCS Copper Polyethylene Iron ServiceCS Concrete ServiceCS Concrete ServiceCS Vegetation Asphalt Asphalt Other ServiceCS ServiceCS Contractor Instructions : Fill in green cells with your CFW Vendor ID, your Company Name and your bid amounts . When your bid is complete, save and close, start Buzzsaw and Add your proposal to the folder with your Company Name within project's Bid Responses folders . You may now submit this bid Unit of Description Measure Quantity Pipe-Pressure-6 Inch -Install Linear Foot 76 .00 Pipe-Pressure-8 Inch -Install Linear Foot 1612 .00 Valve-8 Inch-Gate Valve w/Box -Install Each 4.00 Valve-6 Inch-Gate Valve w/Box -Install Each 4.00 Valve-Gate -Remove Each 3.00 Fire Hydrant -Install Each 4.00 Fire Hydrant -Remove Each 3.00 Water Service-1 Inch -Install Linear Foot 800 .00 Meter Box-Class A -Install Each 28 .00 Pipe Fitting -Install Ton 0 .70 Traffic Control -Install Lump Sum 1.00 Pavement-Valley Gutter -Install Square Yard 4 .00 Pavement-Valley Gutter -Remove Square Yard 4.00 Curb & Gutter -Install Linear Foot 140.00 Curb & Gutter -Remove Linear Foot 140 .00 Grass-Sod -Install Square Yard 84 .00 Pavement-2 Inch Min Overlay -Replace Square Foot 180 .00 Pavement-2 Inch HMAC on 6 Inch Flex Base-Temporary Square Foot 8020.00 Driveway -Install Square Foot 100 .00 Driveway -Remove Square Foot 100 .00 Trench Safety System 5 Foot Depth -Install Linear Foot 1612 .00 Total Bid This Unit Your Unit Price Your Bid $30 .00 $2,280.00 $35 .00 $56,420.00 $1 ,200 .00 $4,800.00 $850 .00 $3,400.00 $150 .00 $450 .00 $2 ,900 .00 $11,600.00 $150 .00 $450 .00 $40 .00 $32,000 .00 $250 .00 $7,000 .00 $5 ,000.00 $3 ,500 .00 $3 ,000 .00 $3,000.00 $200.00 $800 .00 $20 .00 $80.00 $26.00 $3 ,640 .00 $10 .00 $1 ,400 .00 $10 .00 $840 .00 $11 .00 $1 ,980 .00 $3 .00 $24,060.00 $7 .00 $700 .00 $1 .00 $100 .00 $0 .10 $161 .20 $158 ,661 .20 BASE BIDS Base Bid Unit 1 -Paving and Drainage Base Bid Unit 2 -Water and Paving FINAL BID SUMMARY TOTAL BASE BID UNITS 1 AND 2 J,O 1/ ~ ;if.~ 0 2071 ~74 .07 - 158661 .20 2230536.87 J.1' 301t;3 ~~~o ) Within ten (I 0) 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 time above set forth, as liquidated damages for the delay and additional work caused thereby . If as a requirement of this project, the undersigned bidder certifies that they have been furnished at least one set of the General Contract Documents and General or Special Specifications for Projects , and that they have thoroughly read and completely 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 furnishin g or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction with ten (10) calendar days after issue of the work order and to complete the contract within 210 days after beginning construction as set forth in the written work order to be furnished by the Owner. (Check One Box and complete, as applicable) D The principal place of business of our company is in the State of a. Nonresident bidd ers in the State of , our principal place of busines s, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. b. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. ef The principal place of business of our company or ou parent company or majority owner is in the State of Texas. Receipt is acknownd ed of the following addenda: ../' Addendum No. I: '~ff~ / Addendum No. 2: Jil"',.[/V' Addendum No. 3: Title: Addendum No . 4: Addendum No . 5: Addendum No. 6: Address : 1 \t'f1\ Cc,rpor:He ',ealj Date: 7-lt/-!I v' VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the T exas Legislatu re passed House Bill 620 rela ti ve t o th e award of contracts to nonres ident bidders . This law provides that , in order to be awarded a contract as low bidder, nonresident bidders (out -of-sta te contractors whose co rporate offices or principal place of business are ou t side of the St ate of Texas ) bid projects for construction , improvements , suppl ies o r services in Texas at an amount lower than the lowest Texas resident bidde r by the same amount that a Te xas resident bidder would be requ ired too u nderb id a nonresident b idder in orde r t o obtain a comparable cont ract in the State in w h ich t he nonresident's pr incipal place of business is located . The appropriate blanks in Section A must be filled out by all out-of-state or nonres ident bidders in o rde r fo r your bid to m eet spec ificat ions . The fa ilure of out-of-state or nonresident contractors to do so w ill automat ically disqualify t hat b idder. Resident bidde rs must check t he box in Section B. (Check One Box and complete , as applicable) D The principal place of business of our company is in the State of BIDDER: By: Title: Company: Address: a. Nonresident bidders in the State of , our principal place of business , are required to be percent lower than resident bidders by state law . A copy of the statute is attached . b. Nonresident bidders in the State of , our principal place of business , are not required to underbid resident bidders. The principal p lace of business of our company or our parent company or majority owner is in the State of Texas. ~JJ~ /Jfl.14 . T /, -,~ i ~ t)W~ /JUl o 7) ?1-.J t.:f ~. ; 57) ~tv e,(,_ !)11 k-e 1(/)U /J 1(-/,-P I )'1../ 7 btJ t, () Date: 7-/ lf-/ ( THIS FORM MUST BE RETURNED WITH YOUR QUOTATION City of Fort Worth Transportation & Public Works Department ADDENDUM No. 1 To the Specifications and Contract Documents FOR GRASSLAND COURT DRAINAGE EXTENDED DRAINAGE DESIGN D.O.E. PROJECT NO. 5419 TPW NO. P227-207280047983 WATER NO. P253-607170143583 CITY PROJECT NO. 00479 Addendum No. 1 -Issue Date: June 30, 2011 Bid Receipt Date: July 14, 2011 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bldw-· Proposal and on the outer envelope of your bid. -~~'oFr.'''' . ', ,--.. Prospective Bidders are hereby notified of the '°f~ ..... ~~t}V PLEASE MAKE NOTE OF THE FOLLOWING REVISION: f.~f:.:••~"{tijf.."t'.~'1. . l l ~ H,,L:Y,NN ~-··~··•••\•••.111 _.,. °3 SPECIFICATION AND CONTRACT DOCUMENTS: l••••:~· .. ~ .. ••5•5-·9··1 .. ~11,p· CLARIFIC A'TION• .,,, .. , ••• ·9 · · · .... · :lw~ "' • ·11 •• •• :ti .· ·s~<J.-··~~ ,,. . • •• CEN. . •• ~G _. .. l : ··~·.· . :.);,,,:;_-..:" The Plans and Specifications will also be available in "hard c~))~.t::.the-··-·. ___ _ offices of Neel-Schaffer Inc., located at 512 Main Street, Suite 415, Fort Worth, TX, between . the hours of 8:30 a.m. and 5:00 p.m. until COB July 13, 2011 for a non-refundable fee of $160.00. All other provisions of the plans, specifications and contract document for the project which are not expressly amended herein shall remain in full force. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be place Into the Proposal at the time of submittal. Receipt Acknowledged: By: __________ _ Title: __________ _ Transportation & Public Works Department Doug W. Wiersig, P.E. Director ADDENDUM NO. 1 June 30, 2011 City of Fort Worth Transportation & Public Works Deparbnent ADDENDUM No. 2 To the Specifications and Contract Documents FOR GRASSLAND COURT DRAINAGE EXTENDED DRAINAGE DESIGN D.O.E. PROJECT NO. 5419 TPW NO, P227·207280047983 WATER NO. P253-607170143583 CITY PROJECT NO. 00479 Addendum No. 2 -Issue Date: July 11, 2011 Bid Receipt Date: July 14, 2011 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum In the Bid Proposal and on the outer envelope of your bid. Prospective Bidders are hereby notified of the following: .AND REVISIONS::: ~~!i~~-~!••••.~df ' . PLEASEl~Al(EN()T~·OFTHEFOLLOWING·CLARIFICATIOJlf§,H":~'f)r~~\, ~· .... / SPECIFICATIONANDCONTRACTDOCUMENTS: 6t:::.i•jrtg;lt:f ' /,J -· -----· · .. _ ... · -·· ··-· -· · -~-..... H. h'!~li•:••.•.,-~•!t•-~··-:~.-~-:. ~ . ;·1 I ' · · · .·/~• .. :" ...... ·5· -591 •··:Jlj··"" . · -I ··· ,,·~ • •. ~ .. --·,· ···wt'r''I'.,.,. . . \ •• ••• liCENs~?.~~.,:, .. r CLARIFICATIONS: '" ••••••• , •• ~ .:-. ·'\\\l~-""'.-- ltem 1. See Special Provision #47 in the Contract Documents booklet for information on tree replacements. The type of tree (the species), the number of trees and the final planting locations must be approved by the City Inspector. Item 2. Pre"cast manholes are not approved for Storm Drainage for this project. REVISIONS Item 3 . Please be advised that the Construction period is revised from" 210 Days" to "280 Calendar Days" in the proposal and on page C"1 of the "Contract". Item 4 . Delete and do not use the current storm drain backfill detail, DETAIL SD"025 "RCP TRENCH INSTALLATION DETAIL". Please use and conform to the requirements of the attached City of Fort Worth newly revised Standard Construction Specification "SECTION 33-05-10 -UTILITY TRENCH EXCAVATION EMBEDMENT AND BACKFILL" for all storm drain excavation, embedment and backfill on this project. All other provisions of the plans, specifications and contract document for the project which are not expressly amended herein shall remain in full force. ADDENDUM NO. 2 July 11, 2011 Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of submittal. Receipt Acknowledged: By:,----~---====- Title: __ -------------"-. _______ _ Transportation & Public Works Department Doug W. Wiersig, P .E. Director ADDENDUM NO. 2 July 11, 2011 33 05 10-1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFil.L Page I of 19 i,i_ SECTION 33 05 10 t UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL 3 PART 1 -GENERAL 4 1.1 SUMMARY 5 A Section Includes: 6 1. Excavation, Embedment and Backfill for: 7 a. Pressure Applications 8 I) Water Distribution or Transmission Main 9 2) Wastewater Force Main 10 3) Reclaimed Water Main 11 b . Gravity Applications 12 I) Wastewater Gravity Mains 13 2) Storm Sewer Pipe and Culverts 14 3) Storm Sewer Precast Box and Culverts 15 2. Including: 16 a. Excavation of all material encountered, including rock and unsuitable materials 17 b. Disposal of excess unsuitable material 18 c . Site specific trench safety 19 d. Pumping and dewatering 20 e. Embedment 21 f. Backfill 22 g . Compaction 23 B. Deviations from this City of Fort Worth Standard Specification 24 1. 25 2. 26 C. Related Specification Sections include, but are not necessarily limited to: 27 1. Division O -Bidding Requirements, Contract Forms, and Conditions of the 28 Contract 29 2. Division 1 -General Requirements 30 3 . Section 02 41 13 -Selective Site Demolition 31 4. Section 02 41 15 -Paving Removal 32 5 . Section 02 41 14-Utility Removal/Abandonment 33 6. Section 03 34 13 -Controlled Low Strength Material (CLSM) 34 7. Section 3110 00-Site Clearing 35 8. Section 31 25 00 -Erosion and Sediment Control 36 9. Section 33 05 26-Utility Markers/Locators 37 10. Section 34 71 13 -Traffic Control 38 1.2 PRICE AND PAYMENT PROCEDURES 39 A. Measurement and Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rev ised [Insert Revis ion Date) [Insert Project Name] [Insert Project Number) l 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 41 42 43 44 45 46 47 48 49 33 05 10 -2 lITILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page2 of 19 I . Trench Excavation, embedment and backfill associated with the installation of an underground utility or excavation a. Measurement 1) This Item is considered subsidiary to the installation of the utility pipe line as designated in the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item subsidiary to the installation of the utility pipe for the type of embedment and backfill as indicated on the plans. No other compensation will be allowed. 2. Imported Embedment or Backfill a. Measurement 1) Measured by the cubic yard as delivered to the site and recorded by truck ticket provided to the City. b. Payment 1) Imported fill shall only be paid when using materials for embedment and backfill other than those identified in the plans. The work performed and materials furnished in accordance with pre-bid item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard delivered to the Site for: a) Imported Acceptable Backfill b) Imported Select Fill c) Cement Stabilized Sand d) CLSM e) Crushed Rock f) Fine Crushed Rock g) Ballast Stone c . The price bid shall include: 1) Furnishing backfill or embedment as specified by this Specification 2) Hauling to the site 3) Placement and compaction of backfill or embedment 3. Ground Water Control a. Measurement 1) Measurement shall be lump sum when a ground water control plan is specifically required by the Contract Documents. b. Payment 1) Payment shall be per the lumps sum price bid for ground water control including a) Submittals b) Additional Testing c) Ground water control system installation d) Ground water control system operations and maintenance e) Disposal of water f) Removal of ground water control system 4. Trench Safety a. Measurement 1) Measured per linear foot of excavation for all trenches that require trench safety in accordance with OSHA excavation safety standards (29 CFR Part 1926 Subpart P Safety and Health regulations for Construction) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Date] [Insert Project Name] [Insert Project Number] l 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 33 OS 10-3 lIT[LITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of 19 b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of excavation to comply with OSHA excavation safety standards (29 CPR Part 1926 .650 Subpart P), including, but not limited to, all submittals, labor, and equipment. 1.3 REFERENCES A. Definitions 1. General -Definition used in this section are in accordance with Tenninologies ASTM F412 and ASTM D8 and Tenninology ASTM D653, unless otherwise noted. 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, haunching bedding, springline, pipe zone and foundation are defined as shown in the following schematic: _J : _J fj" ~ (.) <( CD _J <( z C: ...J <( z G: OD CLEARANCE 3. Deleterious materials -Harmful materials such as clay lumps, silts, and organic material . 4 . Excavated Trench Depth -Distance from the surface to the bottom of the bedding or the trench foundation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Date] [Insert Project Name] [Insert Project Number] 33 OS 10-4 lJflLITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page4ofl9 1 5. Final Backfill Depth 2 a . Unpaved Areas -The depth of the final backfill measured from the top of the 3 initial backfill to the surface. 4 b. Paved Areas -The depth of the final backfill measured from the top of the 5 initial backfill to bottom of permanent or temporary pavement repair. 6 B. Reference Standards 7 1. Reference standards cited in this Specification refer to the current reference 8 standard published at the time of the latest revision date logged at the end of this 9 Specification, unless a date is specifically cited. 10 2. ASTM Standards: 11 a . ASTM C33-08 Standard Specifications for Concrete Aggregates 12 b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or 13 Magnesium Sulfate 14 c. ASTM C136-0l Test Method for Sieve Analysis of Pine and Coarse Aggregate 15 d . ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and 16 Bridge Construction. 17 e. ASTM C535-09 Standard Test Method for Resistance to Degradation ofLarge- 18 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 19 f. ASTM D588 -Standard Test method for Moisture-Density Relations of Soil- 20 Cement Mixture 21 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of 22 Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-rn/M3)). 23 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 24 Place by Sand Cone Method. 25 i. ASTM 2487 -10 Standard Classification of Soils for Engineering Purposes 26 (Unified Soil Classification System) 27 j. ASTM 2321 -09 Underground Installation of Thermoplastic Pipe for Sewers 28 and Other Gravity-Flow Applications 29 k. ASTM D2922 -Standard Test Methods for Density of Soils and Soil 30 Aggregate in Place by Nuclear Methods (Shallow Depth) 31 1. ASTM 3017 -Standard Test Method for Water Content of Soil and Rock in 32 place by Nuclear Methods (Shallow Depth) 33 m. ASTM D4254 -Standard Test Method for Minimum Index Density and Unit 34 Weight of Soils and Calculations of Relative Density 35 3. OSHA 36 a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety 37 Regulations for Construction, Subpart P -Excavations 38 1.4 ADMINISTRATIVE REQUIREMENTS 39 A. Coordination 40 l. Utility Company Notification 41 a. Notify area utility companies at least 48 hours in advance, excluding weekends 42 and holidays, before starting excavation. 43 b. Request the location of buried lines and cables in the vicinity of the proposed 44 work. 45 B. Sequencing 46 1. Sequence work, for each section of the pipe installed, to complete the embedment 47 and backfill placement on the day the pipe foundation is complete. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Date] [lnse1tProject Name] [Insert Project Number] 33 0510 • 5 UTll..ITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of 19 1 2. Sequence work such that proctors are complete in accordance with ASTM D698 2 prior to commencement of construction activities. 3 1.5 SUBMITTALS 4 A. Submittals shall be in accordance with Section 01 33 00. 5 B. All submittals shall be approved by the Engineer or the City prior to construction. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 7 A. Shop Drawings 8 I. Provide detailed drawings and explanation for ground water and surface water 9 control, if required. 10 2. Trench Safety Plan in accordance with Occupational Safety and Health 11 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - 12 Excavations 13 3. Stockpiled excavation and/or backfill material 14 a. Provide a description of the storage of the excavated material only if the 15 contract documents do not allow storage of materials in the right-of-way of 16 easement 17 1.7 CLOSEOUTSUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE [NOT USED] 20 1.10 DELIVERY, STORAGE, AND HANDLING 21 A. Storage 22 1. Within Existing Rights-of-Way (ROW) 23 a. Spoil, imported embedment and backfill materials may be stored within 24 existing ROW, easements or temporary construction easements, unless 25 specifically disallowed in the Contract Documents. 26 b . Do not block drainage ways, inlets or driveways . 27 c . Provide erosion control in accordance with Section 31 25 00. 28 d . Store materials only in areas barricaded as provided in the traffic control plans . 29 e. In non-paved areas, do not store material on the root zone of any trees or in 30 landscaped areas . 31 2 . Designated Storage Areas 32 a. If the Drawings do not allow the storage of spoils, embedment or backfill 33 materials within the ROW, easement or temporary construction easement, then 34 secure and maintain an adequate storage location. 35 b. Provide an affidavit that rights have been secured to store the materials on 36 private property. 37 c . Provide erosion control in accordance with Section 3 1 25 00. 38 d . Do not block drainage ways. 39 e. Only materials used for 1 working day will be allowed to be stored in the work 40 zone . 41 B. Deliveries and haul -off -Coordinate all deliveries and haul-off. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rev ised [Insert Revis ion Date J [Insert Project Name] [Ins ert Project Number] 33 OS 10 • 6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page6of 19 1 1.11 FIELD [SITE] CONDITIONS 2 A. Existing Conditions 3 1. Any data which has or may be provided on subsurface conditions is not intended as 4 a representation or warranty of accuracy or continuity between soils is expressly 5 understood that neither the City nor the Engineer will be responsible for 6 interpretations or conclusions drawn there from by the Contractor. 7 2 . Data is made available for the convenience of the Contractor. 8 1.12 WARRANTY [NOT USED] 9 PART 2 -PRODUCTS 10 2.1 OWNER-FURNJSHED [oa] OWNER-SUPPLIED PRODUCTS l 1 2.2 MATERIALS · 12 A. Materials 13 1. Utility Sand 14 a. Granular and free flowing 15 b. Generally meets or exceeds the limits on deleterious substances per Table 1 for 16 fine aggregate according to ASTM C 33 17 c. Reasonably free of organic material 18 d. Gradation: 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 ---~----...,.,,.,~-----....,,,,,=-==-Sieve'Size .. __ .~ -~ Percent Retained - 1 inch ____ . __ .. .... 0 _ 3/.~ inch ·· -... 0-10 -·· ,, #40 __ 2Q-,60' #100 9S 2. Crushed Rock a. Durable crushed rock or recycled concrete b. Meets the gradation of AS1M D448 size numbers 56, 57, or 67 c. May be unwashed d. Free from significant silt clay or unsuitable materials e. Percentage of wear not more than40 percent per ASTM C131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per AS1M C88 3. Fine Crushed Rock a . Durable crushed rock b . Meets the gradation of AS1M D448 size numbers 8 or 89 c. May be unwashed d. Free from significant silt clay or unsuitable materials. e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 4. Ballast Stone a. Stone ranging from 3-inches to 6-inches in greatest dimension. b. May be unwashed c . Free from significant silt clay or unsuitable materials CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised (Insert Revision Date] [Insert Project Name) [Insert Project Number) 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 41 42 43 44 45 46 47 48 330510-7 Ufll.ITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFUl.. Page7ofl9 d. Percentage of wear not more than 40 percent per ASTM Cl31 or C535 e. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 5. Acceptable Backfill Material a . In-situ or imported soils classified as CL, CH, SC, or GC in accordance with ASTMD2487 b . Free from deleterious materials, boulders over 6 inches in size and organics c . Can be placed free from voids d . Must have 20 percent passing the number 200 sieve 6 . Blended Backfill Material a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 b . Blended with In-situ or imported acceptable backfill material to meet the requirements of an Acceptable Backfill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 7. Unacceptable Backfill Material a. In-situ soils classified as ML, MH, PT, OL, or OH in accordance with ASTM D2487 8. Select Fill a . Classified as SC or CL in accordance with AS1M D2487 b. Liquid limit less than 35 c. Plasticity index between 8 and 20 9. Cement Stabilized Sand (CSS) a . Sand or silty sand b. Free of clay or plastic material c. Minimum of 4 percent cement content of Type I/II portland cement d. 100 to 150 psi compressive strength at 2 days in accordance with ASTM D1633, Method A e. 200 to 250 psi compressive strength at 23 days in accordance with ASTM D1633, Method A f. Mix in a stationary pug mill, weigh-batch, or continuous mixing plant 10 . Controlled Low Strength Material (CLSM) a . In accordance with Section 03 34 13 11 . Trench Geotextile Fabric a. Soils other than ML or OH in accordance with ASTM D2487 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 2) Fibers shall retain their relative position 3) Inert to biological degradation 4) Resist naturally occurring chemicals 5) UV Resistant 6) Mirafi 140N by Tencate, or approved equal b. Soils Classified as ML or OH in accordance with ASTM D2487 1) High-tenacity mono filament polypropylene woven yarn 2) Percent open area of 8 percent -10 percent 3) Fibers shall retain their relative position 4) Inert to b iological degradation 5) Resist naturally occurring chemicals 6) UV Resistant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rev ised [Insert Revision Date] [Insert Project Name] [Insert Project Numb er] 33 05 10-8 lTflLITY TRENCH E:X.CAVATION, EMBEDMENT, AND BACKFILL Page 8 of 19 I 7) Mirafi FW402, by Tencate or approved equal 2 2.3 ACCESSORIES [NOT USED] 3 2.4 SOURCE QUALITY CONTROL [NOT USED] 4 PART 3 -EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION 7 A. Verification of Conditions 8 1. Review all known, identified, or marked utilities, whether public or private, prior to 9 excavation. 10 2. Locate and protect all known, identified and marked utilities or underground 11 facilities as excavation progresses. 12 3. Notify all utility owners within the project limits 48 hours prior to beginning 13 excavation. 14 4. The information and data shown in the Drawings with respect to utilities is 15 approximate and based on record information or on physical appurtenances 16 observed within the project limits. 17 5. Coordinate with the Owner( s) of undergrowid facilities. 18 6. Immediately notify any utility owner of damages to underground facilities resulting 19 from construction activities. 20 7. Repair any damages resulting from the construction activities. 21 B . Notify the City immediately of any changed condition that impacts excavation and 22 installation of the proposed utility. 23 3.3 PREPARATION 24 A. Protection of In-Place Conditions 25 1. Pavement 26 a. Conduct activities in such a way that does not damage existing pavement that is 27 designated to remain. 28 b . Repair or replace any pavement damaged due to the negligence of the 29 contractor outside the limits designated for pavement removal. 30 2. Trees 31 a . When operating outside of existing ROW, stake permanent and temporary 32 construction easements. 33 b. Restrict all construction activities to the designated easements and ROW. 34 c. Flag and protect all trees designated to remain in accordance with Section 31 10 35 00. 36 d. Conduct excavation, embedment and backfill in a manner such that there is no 37 damage to the tree canopy. 38 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 39 specifically allowed by the City. 40 1) Pruning or trimming may only be accomplished with equipments 41 specifically design for tree pruning or trimming. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF[CA TJON DOCUMENTS Revised [Insert Revision Date J [Insert Project Name] [Insert Project Number) 33 OS 10-9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 19 1 f. Remove trees specifically designated to be removed in the Drawings in 2 accordance with Section 31 10 00. 3 3. Above ground Structures 4 a. Protect all above ground structures adjacent to the construction. 5 b. Remove above ground structures designated for removal in the Drawings in 6 accordance with Section 02 41 16. 7 4. Traffic 8 a. Maintain existing traffic, except as modified by the traffic control plan, and in 9 accordance with Section 34 71 13. IO b. Do not block access to driveways or alleys for extended periods of time unless: 11 1) Alternative access has been provided, 12 2) Proper notification has been provided to the property owner or resident, or 13 3) Is specifically allowed in the traffic control plan 14 c. Use traffic rated plates to maintain access until access is restored. 15 5. Traffic Signal -Poles, Mast Anns, Pull boxes, Detector loops 16 a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any 17 excavation that could impact the operations of an existing traffic signal. 18 b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinet, conduit 19 and detector loops . 20 c. Immediately notify the City's Traffic Services Division if any damage occurs to 21 any component of the traffic signal due to the contractors activities. 22 d. Repair any damage to the traffic signal poles, mast arms; pull boxes, traffic 23 cabinets, conduit and detector loops as a result of the construction activities. 24 6. Fences 25 a. Protect all fences designated to remain. 26 b. Leave fence in the equal or better condition as prior to construction. 27 3.4 INSTALLATION 28 A Excavation 29 1. Excavate to a depth indicated on the Drawings. 30 2. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 31 and bracing in accordance with the Excavation Safety Plan. 32 3. The bottom of the excavation shall be firm and free from standing water. 33 a . Notify the City immediately if the water and/or the in-situ soils do not provide 34 for a firm trench bottom. 35 b. The City will determine if any changes are required in the pipe foundation or 36 bedding. 37 4. Unless otherwise permitted by the Drawings or by the City, the limits of the 38 excavation shall not advance beyond the pipe placement so that the trench may be 39 backfilled in the same day. 40 5. Over Excavation 41 a. Fill over excavated areas with the specified bedding material as specified for 42 the specific pipe to be installed. 43 b. No additional payment will be made for over excavation or additional bedding 44 material. 45 6. Unacceptable Backfill Materials CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Date] [Insert Project Name] [Insert Project Number] 33 OS IO-JO Uf!LITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFIIL Page 10 of 19 a. In-situ soils classified as unacceptable backfill material shall be separated from 2 acceptable backfill materials. 3 b. If the unacceptable backfill material is to be blended in accordance with this 4 Specification, then store material in a suitable location until the material is 5 blended. 6 c. Remove all unacceptable material from the project site that is not intended to be 7 blended or modified. 8 B. Shoring, Sheeting and Bracing 9 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 10 specific excavation safety system in accordance with Federal and State 11 requirements. 12 2. Excavation protection systems shall be designed according to the space limitations 13 as indicated in the Drawings. 14 3. Furnish, put in place and maintain a trench safety system in accordance with the 15 Excavation Safety Plan and required by Federal, State or local safety requirements. 16 4. If soil or water conditions are encountered that are not addressed by the current 17 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 18 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 19 City. 20 5. Do not allow soil, or water containing soil, to migrate through the excavation safety 21 system in sufficient quantities to adversely affect the suitability of the excavation 22 protection system. 23 6. Movable bracing, shoring plates or trench boxes used to support the sides of the 24 trench excavation shall not: 25 a. Disturb the embedment located in the pipe zone or lower 26 b. Alter the pipe's line and grade after the excavation protection system is moved 27 c. Compromise the compaction of the embedment located below the spring line of 28 the pipe and in the haunching 29 C. Water Control 30 1. Surface Water 31 a. Furnish all materials and equipment and perform all incidental work required to 32 direct surface water away from the excavation. 33 2. Ground Water 34 a. Furnish all materials and equipment to dewater ground water by a method 35 which preserves the undisturbed state of the subgrade soils . 36 b. Do not allow the pipe to be submerged within 24 hours after placement. 37 c. Do not allow water to flow over concrete until it has sufficiently cured. 38 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 39 Control Plan if any of the following conditions are encountered: 40 1) A Ground Water Control Plan is specifically required by the Contract 41 Documents. 42 2) If in the sole judgment of the City, ground water is so severe that an 43 Engineered Ground Water Control Plan is required to protect the trench or 44 the installation of the pipe which may include: 45 a) Ground water levels in the trench are unable to be maintained below 46 the top of the bedding. 47 b) A firm trench bottom cannot be maintained due to ground water. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Date] [insert Project Name] [Insert Project Number] 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 41 42 43 44 45 46 47 48 D. 33 05 10 -11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 11 of 19 c) Ground water entering the excavation undermines the stability of the excavation. d) Ground water entering the excavation is transporting unacceptable quantities of soils through the excavation safety system. e. In the event that there is .no bid item for a Ground Water Control and the City reqµires an Engineered Ground Water Control Plan due to conditions discovered at the site, the contractor will be edible to submit a change order. f. Control of ground water shall be considered subsidiary to the excavation when: 1) No Ground Water Control Plan is specifically identified and required in the Contract Documents g. Ground Water Control Plan installation, operation and maintenance 1) Furnish all materials and equipment necessary to implement, operate and maintain the Ground Water Control Plan. 2) Once the excavation is complete, remove all ground water control equipment not called to be incorporated into the work. h . Water Disposal 1) Dispose of ground water in accordance with City policy or Ordinance. 2) Do not discharge ground water onto or across private property without written permission. 3) Permission from the City is required prior to disposal into the Sanitary Sewer. 4) Disposal shall not violate any Federal, State, or local regulations. Embedment and Pipe Placement 1. Water Lines less than, or equal to, 12 inches in diameter: a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. If ground water is in sufficient quantity to cause sand to pump, then use or crushed rock as embedment. 1) If crushed rock is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm, uniform bedding. f. Place pipe on the bedding in accordance with the alignment of the Drawings. g. In no case shall the top of the pipe be less than 42 inches from the surface of the proposed grade, unless specifically called for in the Drawings. h. Place embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. i. Where gate valves are present, the initial backfill shall extend to 6 inches above the elevation of the valve nut. j. Form all blocking against Wldisturbed trench wall to the dimensions in the Drawings. k. Compact embedment and initial backfill. 1. Place marker tape on top of the initial trench backfill in accordance with Section 33 05 26. 2. Water Lines 16-24 Inches in Diameter a. The entire embedment zone shall be of uniform material. b. Utility sand may be for used for embedment when the excavated trench depth is less than 15 feet deep. CITY OF FORT WORTH [Insert Project Name] [Insert Project Number] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Date] 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 41 42 43 44 45 46 47 48 49 50 3. 33 05 10-12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12ofl9 c. Crushed rock shall be used for embedment for excavated trench depths greater than 15 feet deep. d. Place evenly spread bedding material on a firm trench bottom. e. Provide finn, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price . f. Place pipe on the bedding according to the alignment shown on the Drawings. g. The pipe line shall be within: 1) ±3 inches of the elevation on the Drawings for 16-inch and 24-inch water lines 2) ±1 inch of the elevation on the Drawings for 30-inch and larger water lines h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall not exceed the spring line prior to compaction. j . Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. k. Where gate valves are present, the initial backfill shall extend to up to the valve nut. 1. Compact the erobedment and initial backfill to 95 percent Standard Proctor ASTMD698 . m . Density test may be performed by City to verify that the compaction of embedment meets requirements . n. Place trench geotextile fabric on top of the initial backfill. o. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. Water Lines 16-24 inches in Diameter a. The entire embedment zone shall be of uniform material . b. Utility sand may be for used for embedment when the excavated trench depth is less than 15 feet deep . c. Crushed rock or fine crushed rock shall be used for embedment for excavated trench depths greater than 15 feet deep. d. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand e. Place evenly spread bedding material on a firm trench bottom. f. Provide finn, uniform bedding . 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. g. Place pipe on the bedding according to the alignment shown on the Drawings. h. The pipe line shall be within: 1) ±3 inches of the elevation on the Drawings for 16-inch and 24-inch water lines i. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recorrunendations. CITY OF FORT WORTH [Irumrt Project Name] [Insert Project Number] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Date J 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 41 42 43 44 45 46 47 48 33 OS 10-13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 19 j. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. k. Where gate valves are present, the initial backfill shall extend to up to the valve nut. 1. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTMD698. m. Density test may be perfonned by City to verify that the compaction of embedment meets requirements. n . Place trench geotextile fabric on top of the initial backfill. o. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 OS 26. 4. Water Lines Greater than 24 fuches in Diameter a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. f. Place pipe on the bedding according to the alignment shown on the Drawings. g. The pipe line shall be within: 1) ±1 inch of the elevation on the Drawings for 30-inch and larger water lines h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. 1. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall not exceed the spring line prior to compaction. j. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. k. Where gate valves are present, the initial backfill shall extend to up to the valve nut. l. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTMD698. m. Density test may be performed by City to verify that the compaction of embedment meets requirements. n. Place trench geotextile fabric on top of the initial backfill. o. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26 . S. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintain and that there are no sags in the sanitary sewer pipe line. e. Provide firm, uniform bedding. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Date] [Insert Project Name] [Insert Project Number] 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 2 1 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 33 OS 10 -14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of 19 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. f. Place pipe on the bedding according to the alignment shown in the Drawings. g. The pipe line shall be within ±0.1 inches of the elevation on the Drawings. h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not exceed the spring line prior to compaction. j . Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. k. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTMD698 . 1. Density test may be performed by City to verify that the compaction of embedment meets requirements . m. Place trench geotextile fabric on top of the initial backfill. n. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 6. Storm Sewer (RCP) a . The bedding and the pipe zone up to the spring line shall be of uniform material b. Crushed rock shall be used for embedrnent up to the spring line. c . The specified backfill material may be used above the spring line. d . Place evenly spread bedding material on a firm trench bottom e . Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. f. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. g. Place pipe on the bedding according to the alignment of the Drawings . h. The pipe line shall be within ±0.1 inches of the elevation on the Drawings . 1. Place embedrnent material up to the spring line. 1) Place embedrnent to ensure that adequate support is obtained in the haunch j . Compact the embedment and initial backfill to 95 percent Standard Proctor ASTMD698. k. Density test may be performed by City to verify that the compaction of embedment. l. Place trench geotextile fabric on top of pipe and crushed rock. 7. Storm Sewer Reinforced Concrete Box a . Crushed rock shall be used for bedding. b . The pipe zone and the initial backfill shall be: 1) Crushed rock, or 2) Acceptable backfill material compacted to 95 percent Standard Proctor density c . Place evenly spread compacted bedding material on a firm trench bottom. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF ICATION DOCUMENTS Revised [Insert Revi sio n Date] [ Insert Project Name) [lnsert Projec t Number) 330510-IS UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 15 of 19 1 d. Spread bedding so that lines and grades are maintain and that there are no sags 2 in the storm sewer pipe line. 3 e. Provide firm, uniform bedding. 4 1) Additional bedding may be required if ground water is present in the 5 trench. 6 2) If additional crushed rock is required which is not specifically identified in 7 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 8 price. 9 f. Fill the annular space between multiple boxes with crushed rock, CLSM 10 according to 03 34 13 Controlled Low Strength Material or cement stabilized 11 sand (CSS). 12 g. Place pipe on the bedding according to the alignment of the Drawings. 13 h. The pipe shall be within±0.1 inches of the elevation on the Drawings. 14 i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 15 D698. 16 8. Water Services (Less than 2 Inches in Diameter) 17 a. The entire embedment zone shall be of uniform material 18 b. Utility sand shall be generally used for embedment. 19 c. Place evenly spread bedding material on a firm trench bottom. 20 d. Provide firm, uniform bedding. 21 e. Place pipe on the bedding according to the alignment of the Plans. 22 f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 23 9. Sanitary Sewer Services 24 a. The entire embedment zone shall be of uniform material 25 b. Crushed rock shall be used for embedment. 26 c. Place evenly spread bedding material on a firm trench bottom. 27 d. Spread bedding so that lines and grades are maintain and that there are no sags 28 in the sanitary sewer pipe line. 29 e. Provide firm, uniform bedding. 30 1) Additional bedding may be required if ground water is present in the 31 trench. 32 2) If additional crushed rock is required which is not specifically identified in 33 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 34 price. 35 f. Place pipe on the bedding according to the alignment of the construction plans. 36 g. Place remaining embedment including initial backfill to a minimum of 6 inches, 37 but not more than 12 inches, above the pipe. 38 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 39 i. Density test may be required to verify that the compaction meets the density 40 requirements. 41 E. Trench Backfill 42 1. At a minimum, place backfill in such a manner that the required in-place density 43 and moisture content is obtained, and so that there will be no damage to the surface, 44 pavement or structures due to any trench settlement or trench movement. 45 a. Meeting the requirement herein does not relieve the responsibility to damages 46 associated with the work. 47 2. Backfill Material 48 a. Final backfill depth less than 15 feet CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Date] [Insert Project Name] [Insert Project Number] 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 41 42 43 44 45 46 47 48 49 33 0510-16 UTCLITY TRENCH EXCAVATlON, EMBEDMENT, AND BACKFILL Page 16 of 19 1) Backfill with acceptable backfill material, or blended backfill material or, 2) Select backfill material, CSS, or CLSM when specifically required b. Final backfill depth greater than 15 feet and under pavement or future pavement 1) Backfill depth from 0-15 feet deep a) Backfill with acceptable backfill material, or blended backfill material or, b) Select backfill material, CSS, or CLSM when specifically required 2) Backfill depth greater than15 feet deep a) with Select Fill, CSS, or b) CLSM when specifically required c. Final backfill depth greater than 15 feet and not under pavement or future pavement 1) Backfill with acceptable backfill material, or blended backfill material. 3. Required Compaction and Density a. Final backfill depths less than 15 feet 1) Compact acceptable backfill material, blended backfill material, or select backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at moisture content within -2 to +5 percent of the optimum moisture. 2) CSS or CLSM requires no compaction. b. Final backfill depths greater than 15 feet and under existing or future pavement 1) Compact select backfill to a minimum of 98 percent Standard Proctor per ASTM D 698 at moisture content within-2 to +5 percent of the optimum moisture. 2) CSS or CLSM requires no compaction. c . Final backfill depths greater than 15 feet and not under existing or future pavement 1) Compact acceptable backfill material, blended backfill material, or select backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at moisture content within -2 to +5 percent of the optimum moisture . 4. Saturated Soils a. If the in-situ soils consistently demonstrate that they are greater than 5 percent over optimum moisture content, the City may require that the contractor to remove the saturated soil and backfill with imported acceptable backfill material. b. Removal of existing soils and placement of imported acceptable backfill material shall be at price bid per cubic yard. 5. Placement of Backfill a. Use only compaction equipment specifically designed for compaction of a particular soil type and within the space and depth limitation experienced in the trench. b. Place in loose lifts not to exceed 12 inches c . Compact to specified densities. d . Compact only on top of initial backfill, undisturbed trench or previously compacted backfill. e. Remove any loose materials due to the movement of any trench box or shoring or due to sloughing of the trench wall. f. Install appropriate tracking balls for water and sanitary sewer trenches in accordance with Section 33 05 26. 6. Backfill Means and Methods Demonstration CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Date] [Insert Project Name] [Insert Project Number] 330510-17 lITILITY TRENCH EXCAVATION, EMBEDMENT, AND BACK.FILL Page 17 ofl9 I a. Notify the City in writing with sufficient time for the City to obtain samples 2 and perfonn standard proctor test in accordance with ASTM D698 3 b. The results of the standard proctor test must be received prior to beginning 4 excavation 5 c . Upon commencing of backfill placement for the project the Contractor shall 6 demonstrate means and methods to obtain the required densities. 7 d. Demonstrate Means and Methods for compaction including: 8 1) Depth of lifts for backfill which shall not exceed 12 inches 9 2) Method of moisture control for excessively dry or wet backfill 10 3) Placement and moving trench box, if used 11 4) Compaction techniques in an open trench 12 5) Compaction techniques around structure 13 e. Provide a testing trench box to provide access to the recently backfilled 14 material. 15 f. The City will provide a qualified testing lab full time during this period to 16 randomly test density and moisture continent. 17 1) The testing lab will provide results as available on the job site. 18 7. Varying Ground Conditions: 19 a. Notify the City of varying ground conditions and the need for additional 20 proctors. 21 b . Request additional proctors when soil conditions change. 22 c. The City may acquire additional proctors at its discretion. 23 d. Significant changes in soil conditions will require an additional Means and 24 Methods demonstration. 25 3.5 REP AIR 26 3.6 RE-INSTALLATION [NOT USED] 27 3.7 FIELD QUALITY CONTROL 28 A. Field Tests and Inspections 29 1. Proctors 30 a. The City will perform Proctors in accordance with ASTM 0698. 31 b. Test results will generally be available to within 4 calendar days and distributed 32 to: 33 1) Contractor 34 2) City Project Manager 35 3) City Inspector 36 4) Engineer 37 c. Notify the City if the characteristic of the soil changes 38 d . City will perform new proctors for varying soils as: 39 1) Indicated in the geotechnical investigation in the Appendix 40 2) Notified by the Contractor 41 3) At the convenience of the City 42 e. Trenches where different soil types are present at different depths, the proctors 43 shall be based on the mixture of those soils 44 2. Density Testing of Backfill 45 a. Density Test Shall be in conformance with ASTM 02922. 46 b. Provide a testing trench protection for trenches deeper than 5 feet. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Date] [Insert Project Name] [Insert Project Number] 33 0510 -18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 18 ofl9 1 c. Place, move and remove testing trench protection as necessary to facilitate all 2 test conducted by the City. 3 d. Final backfill depths less than 15 feet and trenches of any depth not under 4 existing or future pavement 5 I) The City will perform density testing twice per working day when 6 backfilling operations are being conducted. 7 2) The testing lab shall take a minimum of 3 density tests of the current lift in 8 the available trench. 9 e. Final backfill depths greater than 15 feet deep 10 1) The City will perform density testing twice per working day when 11 backfilling operations are being conducted. 12 2) The testing lab shall take a minimum of 3 density tests of the current lift in 13 the available trench. 14 3) The testing lab will remain onsite sufficient time to test 2 additional lifts . 15 f. Make the excavation available for testing. 16 g . The City will detennine the location of the test. 17 h. The City testing lab will provide results to Contractor and the City's Inspector 18 upon completion of the testing. 19 i. A formal report will be posted to the City's Buzzsaw site within 48 hours 20 j . Test reports shall include: 21 1) Location of test by station number 22 2) Time and date of test 23 3) Depth of testing 24 4) Field moisture 25 5) Dry density 26 6) Proctor identifier 27 7) Percent Proctor Density 28 3 . Density ofEmbedment 29 a. Storm sewer boxes that are embedded with acceptable backfill material, 30 blended backfill material, cement modified backfill material or select material 31 will follow the same testing procedure as backfill. 32 b. The City may test fine crushed rock or crushed rock embedment in accordance 33 with ASTM D2922 or ASTM 1556. 34 B. Non-Conforming Work 35 1. All non-confonning work shall be removed and replaced. 36 3.8 SYSTEM STARTUP [NOT USED] 37 3.9 ADJUSTING [NOT USED] 38 3.10 CLEANING [NOT USED] 39 3.11 CLOSEOUT ACTIVITIES [NOT USED] 40 3.12 PROTECTION [NOT USED] 41 3.13 MAINTENANCE [NOT USED] 42 3.14 ATTACHMENTS [NOT USED] 43 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IFICATION DOCUMENTS Revised [Insert Revision Date] [Insert Project Name] [Insert Project Number] '~m'~1'1CW~P~YAT10.N.;.;~.llgpM .~.~~J.ij:tf tfii . :JDA1'E CITY OF FORT WORTH STi\NDA;RD :cONSTRi.Jcr10N SPECIFICATIQN ·oocuMENTs Revise~ [Insert .Revision Date] :p.rg~;19.:qf"!?' [Insert Project Name] [lhs\.'!i .Proj~~t Number] VENDOR COMPLIANCE TO STATE LAW The 1985. Session of the Texas Legislature passed House Bill 620 relative to the · award of contracts to nonresident bidders. This law provides that, in . order to be · awarded a contract as low bidder, nonresident bidders (out-of--state contractors · whose corporate offices or principal place of business are out~ide 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 1,:1mount "that a Texas resident bi°dder-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 contracto"rs to do so will automatically disquaHfy . that. bidder. R~sident bidders _must ·check. the box in Section 8. ·· (Check One Box and complete, as appli~able) D The principa.fplace ofbu~iriess of.our company is in the -~tate of a. ·Nonresident bidders in the State of , our pr.incipal place of business, are required to ·be percent lower than resident . bidders ·by state law: A copy of th~ statute is attac,ied. . · b. .. Nonresident bidders in the State of . , our principal place of ,business; are not require.d to underbid resident bidders. D · · The principal place of business of our company or our parent company or m~jority owner is in the State of Texas. BIDDER: By: Title: Company: Address: Date: THIS FORM MUST BE RETURNED WITH YOUR QUOTATION LiSf OF ADD ,OR SUBTRAC'F·FOR THE:,,fOLLOWING 1Nbi.ub1r.ni-1·NsiALLAf16N .. · · DUCTILE IRON ·FITTINGS SIZE OF FITTING ..; _ i"' . , .PER . ·.'TOTAL·: ......... _ ... ~} ......... ;.;,,:, ,,,, .. ·,,,,,,,, .. ;:::' . ; FITTING · WEIGHT COST .. TYPE .OF F.aTTiNG -· :::: )-i: __ :-(lb).:: . •~·· ::Jib.) ... : ·-, ............ , ..... ,, .. 24. : ........ ___ a!~! ........ :_..:. : ,.:. . .. 45 o_earee_a_e.o.tt ........ ,, ...... ·.: ..... · ...... ~ . ~ .. ~'" .. '"·"'-; .,.:::.:.: .... , ........ 1 ,_ ........ ,_ .. ~.16 ... , .•. ,., .. ,r,--~ .... 1o!f .... ":: ·.:·:::::! :.:::.:.'~:.: .. :;·~:.45 Degte'.EfBend ·':; ·."''.:·\":· ~:':·::""'J-~.:"":·.·:, _·::.· .. ; ~.:'.'.:.\. ·:1 : · >\.·:· ... ~·.:·:·.:~·; ;. , ·. ···~~-.... -· ... -....... ·· ..... .,........ · .... ~--.. ·~ .... ~·r: ....... r i ~ .. I.. .,_,_ •• -·: ..... ,· . I I , . j . ... . ... :~ } ... i I .. ..... : .... l .. : ....... -.. -· . -... ·,,.J ) ·.: ...... , ·,. ,,,,. , .. r-·•·• !:..,,:,,-,.,• .. , .. ,.,..,,,.._... ...... ,, , .:r~,·-•·,:' . .,,,.,,~.·.•,, . .,, "·'~' ·.,,.,,,.,..,:·,~,;,;, .. , .,;: .'.~~,;,;,~:.~·.,;-. ;:·, 1. '.·.:·.··•:.": :· :~::· '. :· .. ,·.~~.:::' .. ~·: .. :;,; :.~ ._:,,,,,:,....... .. , .. ,..,.,,.J · ! •• , .. ·--· •• 1 . . I . . ..... , .. .: ... ~:·.:: ....... : ...... : ·, ·: : ; ·: .... , .. ·. ::.~: ... '.::~• :: .. , _; (:. i L _.,, .. , .. ,. ··-' ---.. I, ..................................................................... '" ... '.·~ ... -. ,' : : .... · ..... -... : .. ' " ..... -.... J ' ;a--.. -.... _ .. _._ .. ----t....------------------11---.-............................. _,.;.;,=;..;,;;;;;;;.;;...,. ...................... --.-1 .... -------+--=--;.;.;.;.;-,1 I •v.,,. ... -::, 1r-.n-t :. : .. ,.,_u~ :~.,;1~-:0::-.=;.., ~ir.-i:~:-:,.i:,:1r-~i7-i-.u:-.-.'ll·.····1-.,•,•,1:-:·,·='1:.:i.•:l"'!'7',.:.-1~:..11n':"'::;,,•,i:-:-:::~, i::~'" 0 -:.·:···.:.,..:.~: •• _ ~-.·;-"" ..... ,,-r.;;i:.'~:·i.,! ·1 .,:-,T_"'(..;;.,-• .:·.·.-.: .• ) : .. •,••': • 1 •• ',· ·,· ... : ,:1 .. d ., .... •' .. ' ... ..i! u "" .. r l.'. ........ '"' ' B : ... -~ i; .J(' .h ----~ ...... I' : ·I -· ...... _ ..... f !I ..... , ..... • I </~::r ... · .... ,, ......... _ .•. ':'f':_._ ... ~:o-L,,.. .... 'T" ,.~,-~~:'-...... _ •••• ,:_ •••• , ... ' i ,,,'l.•,lffTtillo:J.:+'.,U'I..::. ... ••·•-,., .· ---___ .: .· ... · -·W..-·-· ........ J •,..1"1 --r:, .. ; .. ' i .... I . i .. 1 ___ ,., .. ,'.1:-4',-····--· J,:r-ui .:..a.~.·-1.-.,., ... ,,r:. • .• .1... -·-· ,. __ ,n;.,,.,:... •.,· •, ... ,. 11 .. !, ... 1•..1•,. ,.·r .. ; , f •\.'• •1.,',' t',•'• ,:•, ,, ~,,','l,".I '•"'.: .;~•,•'•lt'l•:11!1,:::, '11 ,,'.l ,I:,: I.,,,,;,,, '~~-''.A-/,'' '-1,,., •,,.,., •••i ' ,••,,•,.1.;.,_:1 .. ".! ,•, 1,, r, ,:,,l,",,,1'1'1,' I. '," -.· 'i ... '. '. '," -...... ~.·::,·~. ,. -· I . .. :i .. ... 1' I .. \: .TOTALS · Totai Weight=· lbs or i. .. ! ·I ,1 · ... ••,• ···. ~:...: Tons Contractor shali fill in blanks for "Wt per Fitting~', "Total Weight" and "Cost" as a part of the bid. Contractor. is respa.nsjble f~r correct quanity total of all fittings an_d speciais. · Section 5 ·General and Special Conditions . '·· ...... ·,·' PART C -GENERAL CONDITIONS TABLE OF CONTENTS MAY5,20ll TABLE OF CONTENTS . Cl-1 DEFINITIONS Cl-1.1 Definition of Terms Cl-1.2 Contract Documents Cl-1.3 Notice to Bidders Cl-1.4 Proposal Cl-1.5 Bidder Cl-1.6 General Conditions ·· Cl-1.7 Special Condl.tions .Cl-l.8 Speci:ficatfons Cl-1.9 Bonds Cl-1.10 Contract Cl-1.11 Plans Cl-1.12 · ·Gity Cl-1.13 City Council . Cl-1.14 Mayor Cl-1.15 City Manager Cl-'l.16 City A~omey · Cl-L17 Director of Public Works Cl-1.18 Director, City Watei: Department Cl-1.19 Engineer Cl-1.20 Contractor Cl-1.21 Sureties Cl-1.22 The Work or Project Cl-1.23 Working Day ... Cl-1.24 Calend~ Days Cl-1.25 . Legal Holidays Cl-1.26 Abbreviations Cl-1.27 · Change Order .· .. Cl-1.28 Paved Streets and Alleys Cl-1.29 Unpaved Sti.:eets or Alleys Cl-1.30 . . City Street . Cl-1.31 . Roadway Cl-1.32 Gravel Street C2-2 INIBRPRETATION AND PREPARATION OF PROPOSAL C2-2:l C2-2.2 C2-2.3 C2-2.4 Proposal Form , . . Interpretation of Quantities · . . . . Examination of Contract Documents and Site of Project Submitting of Proposal (1). ~1-1 (1) 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 (2) Cl-1-(3) Cl-1 (3) . c1..:1 (3) Cl-1 (3) . ·-Cl-1 (3)· Cl-1 (3) C _l-1 (3) Cl-1 (3) Cl-1 (3) CJ-1 (3). Cl-1 (3) Cl-1 (4) Cl-:1 (4) _Cl-1 (4) Cl-1 (4) . Cl-l (4) .. · Cl-1 (4) Cl-1 (5). · Cl-1 (5) Cl-1 (6) ~1-1 (6). · Cl-1 (6) Cl-1 (6) C2-2{1) . _C2-2 (1) C2-2 (2) · C2-2 (2) . ' c2:..2.s Rejection of Proposals· C2-2 (3) ",, C2-2.6 Bid Security C2-2 (3) C2-2.7 Delivery of Proposal C2-2 (3) · C2-2.8 Withdrawing Proposals . . C2-2 (3) C2-2.9 Telegraphic Modificatiop.s· ot ~roposals . · C2-2 (3) C2-2.10 Public Opening of Propos~ C2-2 (4) C2-2.ll Irregular Proposals C2-2 (4) c2-2.12· . Disqualification of Bidders . _C2-2 (4) . ·• •:; C3-3 AW ARD AND EXECUTION OF DOCUMENTS: C3-3.l . · . Consideration of Proposals · C3-3 (1) C3-3.2 Minority Business Eiiterprise/W omen Business C3-3 (1) Enterprise Compliance C3-3.3 · · Equal Employment Provisions ·. C3-3 (1) · C3-3.4 Withdrawal of Proposals C3-3 (1) C3-3.5 · Award of Contract C3-3 '(2)'. ·. ... ·' ., C3-3.6 .· Return of Propo~al Securities C3-3 (2) C3-3.7 Bonds : C3-3 (2) C3-3.-8 Execution of Contract C3-3 (3) C3-3.9 , . . Failure to Execute Contract C3-3 (3) C-3-3.10 Beginning Wor~ . C3-3 (4) C3-3.ll ·tnsurance C3-3 (4) C3-3.12 Contractor's Obligations C3-3 (6) C3-3.13 Weekly Payrolls . C3-3 '(6) C3~3.14 Contractor's Contract Administration C3-3 (6) c3.:3~1s Venue C3-3 (7) C4-4 SCOPE OF WORK C4-4.1 Intent of Contract Documents C4-4 (1) C4-4~2 ·Special Provisions C4-4 (1) .,, C4-4.3 · increased or Decreased Quantities '· . C4-4 (1) C4-4.4 Alteration of Contract Documents C4-4 (2) C4-4.5 · Extra Work .· .. C4-4 (2) . . . C4-4.6 Construction Schedule C4-4 (3) ·c4-4.7 Schedule Tiers Special Instructions · ·c4-4 (6) · ,. CS-5 CONTROL OF WORK AND MATERIALS CS-5.1 Authority of Engineer CS-~ (1) CS-5.2 Conformity with Plans . · CS-5 (1) · CS-5.3 Coordination of Contract Documents ·cs-s (1) CS-5.4 Cooperation of Contractor i: · CS-5 (2) . CS-5.S · Emergency and/or Recfil1.cation Work . CS-5 (2) CS-5.6 Field Office · · CS-5 (3) CS-5.7 Construction Stakes · CS-5 (3) .(2) . ; .. 1/ ·, :I,_,,' CS-5.8 CS-5:9 CS-5.10 CS-5.11 . CS-5.12 CS-5.13 CS-5.14 CS-5.15 CS-5.16 CS-5.17 CS-5.18 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 C6.6.11 C6-6.12 · C6:.6.13 C6-6.14 C6-6.15 C6-6.16 C6-6.17 C6-6.18 C6-6.19 . C6-6.20 C6-6.21 C7-7 C7-7.1 C7-7.2 C7-7.3 C7-7.4 C7-7.5 C7-7.6 C7-7.7 C7-7.8 Authority and Duties of City Inspector Inspection 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 Clean-Up Final Inspection LEGAL RELATIONS AND PUBLIC RESPONSIBJLITY C5-5 (3) CS-5 (4) · C5-5 (4) . CS-5 (4) C5-5 (5) CS-5 (5) CS-5 (5). C5-5 (6) CS-5 (7) C5-5 (7) C5-5 (8) Laws to be Observed . C6-6 (1) Permits and Licenses C6-6 (1) Patented.Devices, Materials, and Processes C6-6 (1) Sanitary Provisions C6-6 (1) Public Safety and Convenience . C6-6 (2) Privileges f Contractor in Streets, Alleys, · C6-6 (3) and Right-of-Way Railway Crossings . C6-6 (3) · Barricades, Warnings and Flagmen C6-6 (3) Use ofE?(plosives,.Drop Weight, Etc. C6-6 (4) Work Within Easements C6-6 (5) Independent Contractor C6-6 (6) Contractor's Responsibility for Damage _Claims C6-6 ( 6) Contractor's Claim for.Damages C6-6 (8) Adjustme:p.t or Relocation of Public Utilities, Etc. C6-6 (8) Temporary Sewer ~d Drain ·Connectj.ons · C6-6 (8) · Arrangement and Charges for Water Furnished by the City C6-6 (9). Use of a Section or Portion of the Work C6-6 (9) Contractor's Responsibij.ity for the Work C6-6 (9) No Waiver of Legal Rights · -C6-6 (9) Per~onal Liability of Public Officials C6,.6 (10) State Sales·Tax · C~-6 (10) PROSECUTION AND PROGRESS Suble~g Assignment of Contract Prosecution of The Work µmitation of Operations Character of Worlanen and Equipment · Work Schedule . . Time of Commencement and Completion Extension of Time Comp~etion · (3). C7-7 (1) C7-7 (1) C7-7 (1) C7-7 (2) C7-7 (2) C7-7 .(3) ·c1-1 (3) C7-7 (3) ,. < ' ~ C7-7.9 C7-7.10 ·c7-7.11. · C7-7.12: C7-7.13 .. C7-7.14 Delays · · Time of Completion . Suspension by-Court Order. . Temporary Suspension . Termination of Contract' due tp National Emergency Suspension or Abandonment of the Work . · · .. · _ and AmiuJment-of the Contract C7-7.15 Fnlfi11ment of Contract C7-7.16.' -.. Termination for Convenience qfthe_ Owner C7-7 .17 '· · . Safety Methods and Practices .. CS-8 l\1EASURE1\1ENT AND PAYMENT CS-8.1 Measurement Of Quantities CS-8.2 Unit .Prices . C8-8.3 Lump Sum .• .. C8"-8.4 Scope of Payment C8-8.5 Partial Estimates and Ret~age C8-8.6 Withholding Payment . C8-8.7 Final Acceptance ~ ... cs-s:s Final Payment · C8-8.9 Adequacy of Desigri C8-8.10 . General -Guaranty CS-8.11 ·subsidiary Work CS-8.12 Miscellaneous Placement of Material CS-8.13 . Record Doc~ents .. , ' • < J ; (4) . ,. ·· C7-7 (4) C7-7 (4) · .. ·., ,. ·C7-7 (5) C7-7 (5) , _; C7-7-(6) C7~7 (6). .. C7-7 (8) · · C7-7 (8) ··c1-1 c11) C8-8 (I). ·CS-8 (1) CS-8 (1) C8-8 (1) ,. C8-8 (2). C8-8 (3) C8-8 (3) C8-8 (3). CS-8 (4) .. C8-8 (4) · C8-8 (4) cs.:s (4) C8-8 (4) PART C -GENERAL CONPITIONS. Cl-1 DEfINITIONS SECTION Cl-1 DEFJNITIONS Cl-1.1 DEFJNITIONS 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 ate in all ofthe written and drawn documents, such as specifications~ bonds, addenda; plans, etc., which govern . the terms and performance of the contract. These are contained on the General Contract . Documents and the Special Contract Doctmlents. · a. GENERAL· CONTRAC'r DOCUMENTS : The · General Contract . Documents govern all Water Department Projects and Include · the following Items . PART A -NOTICE TO BIDDERS PART B -PROPOSAL PART C -GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART E -SPECJFICATIONS PER1vIITS/EASEMENTS PART F -BONDS PART G -CONTRACT (Sample) (Sample) (CITY) · (Developer) (Sample) (Sample) White White Cariary Yellow Brown Grien . · El-White E2-Golden· Rod E2A-Wbite '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 following items:. · ·. · PART A-NOTICE TO BIDDERS (Advertisement) same as above PART B -PROPOSAL (Bid) . PART C -GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART E-SPECJFICATIONS PERMITS/EASEMENTS PART F -BONDS PART G -CONTRACT PART H -PLANS (Usually bound separately) Cl-1 (1) > l ' ~ ' :.a\ •. "•, ... t' ' t. ~. Cl-1.3 :NOTICE TO ·BIDDERS: .;All of the legal publications either·actuallypublish~d . in public advertising mediuilis qr 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 desires to have. c;lpne, together witp. .. the b.id s~curity;. constitutes. the · Proposal, whicb ·becomes binding· upon the Bidder when it is officially received by the Owner, has been publicly opened and read, and not reje_c:ted ·bythe O;w.iier. Cl-1.5 · ,,BIDDER: Any ·person, persons, firm, partnership, company, associa,tiorr, corpor~tion, acting directly: ·or through .. a duly authorized represent~ti.ve; su~mitting ' a proposal for. ·performing the work qontemplated under the Contract -Documents, constitutes a bidder. Cl-1.6 ·GENERALCONDIDONS: · The General Conditions are the usual construction and contract-requirements which gov~m the performance of thl;} __ wor~ so._that it will be carried on in .. accordance with the customary procedure, the local statutes, ·and r~quireme:nts of the City' of Fort Worth's charter and promulgated ordiri~ces. · · Whenever there: may be a conflict between the General Conditions and the Special . Conditions~ the fatter shall take precedem;e. . -. Cl-1.7 SPECIAL CONDffiONS: Special .conditions are the specific ·requirements which are necessary for the. particular projed cov.er~d .by the Contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions· and other elements of the Contract Documents they provide the informa1:i,on whicli the Contractor and Owner should have in .order to gain a .thorough knowledge of the project. ·:: Cl-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which-set forth in detail the requirements which niust be ;met by all m~terials~ construction, workmanship, , ~quipment and ~ervice~ .. in order to .render a. completed ap. useful project.· Whenever reference is made . tp standatd-specifications,--regulations, . - requirements, statutes, etc., such referred to documents shall become a part · of the Contract Documents just as t1:iough they were embodied therein. Cl-1.9· BONDS: The bond or bonds are ·the written guarantee or security furnished by the Co~tractor for prompt and faithful perfoilil~ce of the · contract and include the following: a. b. C. d. C2-2.6) Performance Bond (see paragraph C3-3.7) Payment Bond (see paragraph C3-3.7) Maintenance Bond (see paragraph C3-3.7) Proposal or Bid Security (see ·special Instructions to Bidder~, Part A and Cl-1 (2) Cl-1.10 CO:r'llTRACT: The Contract is a .formal signed agreement between the owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. 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, prelimiiiary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The plans are usually bound separately from the other parts of the Contract Documents, but they are part of the Contract Documents just as though they wete bound therein. Cl-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, autJ;iorized and chartered under the Texas State· Statutes, acting . by and through its ·governing body or its City Manager, each of which is required by · charter to perform specific d:uties: Responsibility for ·final ·enforcement of the -Contracts involving the City of Fort Worth is · by Charter vested in the City Manager. The terms City and Owner are synonymous. · · · Cl-1.13 CITY COUNCJL: The duly elected and qualified governing body of~e City of Fort Worth, Texas. Cl-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tem of the City of Fort Worth, Tex~. Cl-1.15 CITY MANAGER:·· The _officially appointed and authorized City Manager of the City of Fort Worth, Texas, o:r 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-1.17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of t4e Cit}' of Fqrt Worth, Texa$, referred to in the charter as the City Engineer, or his duly authorized representative. : Cl-1.18 . DIRECTOR, CITY WATER DEPARTMENT: The officially appointed Director of. the City Water Dep~ent of the City of Fort Worth, Texas, or his duly · authorized representative, assistant, or agents. · Cl-1.19 ENGJNEER: . The Director of Public. Works,'.the Director of the Fort Worth City Water Department, or their duly authorized assistants, agents, engineers, Inspectors, or superintendents,· acting within the scope of the particular duties entrusted to them. Cl-1.20 CONTRACTOR: The person, person's, partnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of work, acting . . Cl-1 (3) ... .. :1~' 1..1"' t~ '4;"1-'"'I J ) t.,.,..·. .. . , . ' '•. l '' I ' • 1• dir~ctly _or through a ·ctuiy authorized representa~ve. A sub-~pntractor.is a .pei;-son, firm, corporation, suppiying l~bor and niat¢,rials or·_only labor, for the work .at -the -site of the ·. project. · Cl-L21 SURETIES: The Corporate bodies which are bound by suqh bonds as are . r~qµired with and for the Contractor; The suretjes. ~rigaged are to Qe fully responsible for the· entire · and satisfactory fnlfill;roent 6f the. Contract and foi; ariy arid all req11.irements as set fortli in the· Contract ~ocuinents and approved changes th~r~ii,i~ · Cl-1.22 THE WORK OR PROJECT: The completed . wori c01;1.templated in and covered by the Contract Documents, including but not limited ~o the furnishing of all labor, niaterials, tools, equipment, ~d incidentals necessary to produce a completed and · serviceable project · · · Cl-1.23 . WORKING.DAY: A working day is defined as _a .calendar day,. .. ~c;t including · Saturdays, S.un~ys, and legal holiqays, · in which weather or oth_er conditions . m;>t under the control of.the Contractor permit the performance ~r the prinGipal _unit of work for a period of ·not leE!S than seven (7) hours between 7 :00 a .m. and .6:00 p.m :, with exceptions · as permitted fu paragraph C7-7 .6 · .'. · Cl-1.24 CALENDAR DAYS: A calendar day is any day of the· we~k or month, ~o days being excepted. Cl-1.25: IBGAL HOLIDAYS:· Legal holidays shall be observed as prescribed by the City Council of the C1ty of Fort Worth for observance by City empl(?yees ~ follows: 1~ 2; 3 . 4. 5. 6 . 7. .8. 9 . Ne'.W Year's day . M.L. King, Jr. Birthday Me;mor;ial .Pay Independence Day LaborDay Tl,1.~giving Day Thanksgiving·Friday Christmas Day Such other days in· lieu of .holidays as tµe City Council may determiile January 1 ·· Third Monday in January L~t Monday in May July4 . First Monday in September Fourth Thursday in Nov~mber Forth Friday in November December25 . . . r When one of the above named holidays or a · special holiday is declared by the City Council, falls on a Saturday, the holiday shall be observed on the preceding Friday, or if it falls on Sunday, it shall be observed on the following Monday, by ·those. employe~s working on working day operations~ Employees working calendar day operations will consider the calendar as the holid~y. Cl-1.26 ABBREVIATIONS: Whenever the abbreviations defined herein appear in the Contract Documents, the intent and meanirig shall be as follows: · · · · Cl-1 (4) AASHTO -American Association · of State ·MOD -· Million Gallons Highway Transportation Officials per Day ASCE · American.:Society of Civil CFS Cubic Foot per Engineers · Secon:4 IAW In Accordance With Min. -Minimum ASTM American ·society of Testing· Mono. Monolithic Materials %-Percentum AWWA American Water Works R Radius · Association I.D. -Jnsic;Ie Diameter ASA American Standards Association O.D. Outside Diameter HI ;Hydraulic 'Institute Elev. -··Elevation Asph. Asphalt F Fahrenheit ·· Ave. Avenue C Centigrade Blvd. Boulevard In. -Inch CI Cast Iron Ft. -Foot CL :-Center Line St. Stteet GI Galvanized Iron CY Cubic Yard Lin. Linear or Lineal Yd. Yard lb. Pound SY Square yard :MI! Manhole L.F. Linear Foot Max. Maximum D.I. Ductile Iron Cl~l.27 CHANGE O'.RDER: · 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 thari 25% of the· amount of the particular item or items in the original proposal. . . All "Change Orders,, shall be prepar~d by the City from information as necessary furnished by the ~ontractor. · 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: · 1. Any type ofasphiµtic concrete with"Or without separate base material. 2. Any type of asphalt sutface tr~atment, not including an <?iled .surface, with or without separate base material. · 3. Brick, with or without separate base material. 4. Concrete, with or without .separate base material. 5. Any ~ombination of the above. u_ Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other .-surf ape is any area except those defined for "Paved Streets and Alleys." Cl-1.30 .CITY STREET: A 'city street is 'defined .as thatare!l betwe~n the right-of-:-way . lines as the· street is dedicate~ . . ,' . ..... . ·. Cl-1.31 ROADWAY: The roadway is defined as ·the fil'.ea :betw.een parallel lines 1;Wo . , (2') back of. the curb lines or four ('4) feet back' of the average -~dge C>r pavement where no curb exists .. : . : . Cl-1.32-ORA VEL STREET: A gravel street i~ an umm,proved street to which has be~:Q.· added one or . mpre applications of gravel or similar · .material otb,¢~ than the naturaJ.. · material, f~~d.on the s_treet surface before any improvement was i:nade.. · ~ ·~ I C1-1 (6) SECTION C .-GENERAL CONDffiONS · C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 PROPOSAL FORM: The Owner will .furnish bidders with Proposal form, which will contain an ·itemized list of the items or' work to be done or materials to b.e 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 enter_ing into a fomial 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 certifi~d public accountant or an independent public accountant holding a valid ·permit issued b)' an appropria(e state licensing agency, and shall have · been so prepared as to reflect the current financial status. This statement must be current and no more than one (1) year Qld: · In the case that bidding date. falls within the _time a new statement is ·being prepared, the previous statement shall be updated . by proper' verification. Liquid assets in the amount of · ten (10) percent of the estimated project cost will be required. · · For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for_ which bids are to be received, and such experience must have ·been completed not more than five (5) years prior to the date on which Bids are to be received. The Director of th~ Water Department shall be ·sole judge as to the acceptability of· experience for qualification to bid on any Fort Worth Water Department project. . · · The prosp~ctive bidder shall schedule the equipment he has available for the project and state that he will rent. ~uch ·additional equipment _as may be required to complete the project on which he submits a bid. C2-i2 INTERPRETATION .OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal forms or qther parts of the Contract Documen~ wiU be considered as · approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Con~act Documents and Plans. The quantities of work to be performed and materials to be furnished may be· incre~sed or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. C2-2 (1) C2-2.3 EXAMINATION OF CONTRACT. DOCUMENTS AND SITE OF PROJECT: Bidders are advised. that t;he Contract -Dpcuments 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 ju~t _as though such adc;le~da _were actually written ~to the original Contract Documents. Bidder~ are r~quired; prior to :filiilg of pfopos!:ll, t9 read and . become familiar with . the ' Contract Documents; to . vi&it .the .. site of · the project and examine carefully ~ loc!:ll ·conditio1:1s, to inform .themselves by their own indepe:ndent research and investig&tions, tests, boring, and by such other n;ieaµs as may .be necessary to gain a complete knowledge of the conditions which will ·be. encountered during construction of tbe proje(?t. They must judge for th~mselves the difficulties of the-work and.all attending circumstances. affe9ting the cost of ·doing th~ work or the time required for ·. iti; completion, and· obtain all information required to make an intelligent proposal. No information given by the Owner or. any representatj.ve .of the Owner,..other than that. contained in the Cc;mtraci Documents and officially promulgated .~44enda thereto,. shall be binding · upon the Owner, Bid<Jers shall 1;ely exclusively 81).d solely upon their own estimates, iµvestigati .on, research, tests, explorations, ~d other data. which are. necessary for full .and complete info~ation: upon · which the prqposal is to _be based.· It is mutually agreed that the submission of a proposal is prima-facie .evidence that the bidder has macle the investigation, ex~atio:ns and tests herejn 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,_ on the p~ans are for general information only ~d may not .be correct. Neither the Owner nor the Engineer guarantee that the data shown -is . representative of conditions which actually exist. C2-2.4 SUBMITTING OF PROPOSAL: The ~idder shall submit his ·Proposal on the fonµ. furnished by the Owner. All blank sp~ces applicable to the project contained in the form shall be correctly filled in and the Biqder sh~ state the prices, written in ·ink in both words and numerals, for which he proposes to do work contemplated or .furnish the i:iiaterials required.· All such prices shall be written legibly. In case of cliscrepancy between price written in words and the price written in numerals, the price most adyant.ageous to the City sh~ govern. If a proposal is submitted by an individual, his or ;her name must be signed py him (her) or his (her) duly authori~ed agent. If a proposal is submitted by a firm, association, or partnership, th~ name ~d address of each member of the firm, association, oi: partnership,_ or by person duly autb,oriz~d. If a proposal is submitted by a company or corporati~n. the company or corporation name and business address -must be given, and the proposal _ signed by an official or duly authorized agent. The corporate seal must be affixed~ Power C2-2 {2) ' of Attqmey authorizing agents or others to sign proposal must be properly ceitified and . must be·in writing and submitted with the proposai. C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if. they show any alteration of words or figures, additions not called for, conditional . or uncalled .for alternate bids, erasures, or irregularities of any kind, or contain. unbalanced value of any items. Proposal tendered or delivered after the official time designated for receipt of · proposal shall be returned to the Bidder unopened. . · C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security'' of the character and the amount indicated in the "Notice to Bidders" and the ''Proposal." The Bid Security is required by the Owner as evidence of go9d 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 lowe~t bidders will be retained until the contract-is awarded or other disposition is .made thereof. The bid security of·all other bidders may be returned promptly after the canvass of bids . . C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered; accompanied by its proper · Bid Security; to the · City Manager · or his representative in the official place of business as set forth in the ''Notice to Bidders." It is the Bidder's sole responsibility to deliver ~e proposal at the proper tiine 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 m~ker with the word "PROPOSAL," and the name or description of the project as designated in the ''Notice to Bidders." The .envel9pe shall .be· addressed to the City Manager, City Hall; Fort Worth, Texas. . . C2-2.8 · WITHDRA WJNG PROPOSALS: Proposals actually filed with the City · : Manager cannot be ·withdrawn prior to the time set for opening proposals. A request for non-consideration must be ~ade in writing, addressed to the City Maiu~ger, and filed with . him prior to the time set for opening of proposals. After an .proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which · non-· consideration requests have been properly filed· may, at the option of the Owner, be returned unopened . . C2-2.9 TELEGRAHIC MODIFICATIONS OF PROPOSALS: . Any Bidder may modify his proposal by telegraphic communication ·at any time prior to the time set for opening proposals, provided· such telegraphic 'c~mmunication is received · by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was · mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) houts ·after the proposal opening time,. no further consideration will be given to the proposal. C2-2 (3) \ . ~" 'i, ) . ~~-t ~ .... ¥:-., ~ .!J"'f'i{ l l, r '*··· '3'<• .. 'l ·' •, " . .. C2-2.10 PUBLIC OPENJNG :OF ·PROPOSAL: . Proposals which have · been· properly ,.· filed and for which no "Non-consideration Request" has beep received-will b~ .publicly 9pened and read aloud by the City Manager or his authorized representative · at the time · and place indicated in the ''Notice tQ Bidders."All prqposa:ts which have been ·opened .an4 tead 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 ope~g of blds.·. . . . C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as '.'Irregular" if .. they show any omissions, alterations of forin, additions, or conditions not . call~d for; unauthorized alternate bids, or irregularities of any kind However, .the Owner reserves the right to waive ~y all irregularities and to .make the award of the contract to· the best· interest of the City. Ttmdering a· proposal after the closing hour is . an irregularity which can not be waived . · · · C2-2.12 DISQUALIFICATION ·-OF BIDDERS:· Bidders may .be. disqualified an,d their · proposals not considered for -any o{; but not liinited to, the following reasons: . a) Reasons· for believing that collusion exists among b.idde;r$. . b) Reasonable grounds for believing that any bidde:i; is interested in more than one proposal for work conteµiplat~d. . c) The bidder -being interested in. any litigation against: the ·owner o,r where . the Owner may .have a claim -against or be engaged in litigation against the bidder. e) f) .. g) h)· The bidder being in arrears .on any existing contract or having defaulted on a previous contract · · _ . . · The ~idder having performed a prior contract in -~ unsatisfactory niann~r .. -Lack . of competency as revealed by financjal statement, experience statement, equipment $Chedule, and such inquiries as the Own.er :QJ,ay . see fit to make. Uncompleted · work which, in the judgn;ient of the Owner; will prevent or hinder the prompt compl~tion of additional work if awarded . . The bidder not filing with the Owner, one .week in advance of the hour c;>f . the opening -.of proposals the following: . 1. 2. ·Financial Statement showing the fin~cial condition of the bidder as specified in Part "A" -Special Instructions A current experience record sh9wing especially the projects of a nature similar to the one under consideration, which _have been .. . . . . . . . successfully completed by the Bidder. . , ... _. .. 3 ... An equipment schedule showing the equipment the bidder · 11:as av~able for use on the project. The Bid Proposal of the bidder who, in the judgment of .tb,e Engineer, is disqualified uncier the requjrements stated he;rein, shall be set aside and not openeq. C2-2 (4) PART C. -GENERAL CONDITIONS C3-3 AW ARD AND EXECUTION OF DOCUMENTS . SECTION C3-3 AW ARD AND EXECUTION OF DOCUMENTS: C3..,3.l CONSIDERATION _OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the . quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of the unit prices quoted and the estimated quantities plus any lump sum items and such other qucited amounts . as. n,.ay enter into the cost of the completed project will be considered as the ~ount of :the bid. . . Until the ward of the cQntract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to · re-advertise for · new proposals, or to proceed with the work in any manner as may be considered for the best interest of the Owner. · C3-3.2 :MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, coIQ.plete and accurate infon:nation regarding actual work performed :t,y a Minority Business Enterprise {IVIBE) and/or a Woman-owned Business· Enterprise (WBE) on the contract aiid the . payment therefor. Contractor further agrees: upon request by the Owner, to allow and audit and/or an examination -of any books, records, or files in the possession of the Contractor· that will substantiate the actual work performed·-by an MWE or WBE. Any materj.al iDisrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future Contracts wi~ the Owner for a period of time of not less than six ( 6) months. C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinances prohibiting discrimination in employment' ·practices. The Contractor ·shall post the required notice to that effect on· ~e project site·, and at his request, will be provided · assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he ·may have on file in his ciffi.ce to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the · Owner; it cannot be withdrawn by the Bidder within forty-five (45) d_ays after ·the date on which the proposals ~ere opened. C3-3 (1) ' . . ' .... ' • f ' ,.,., ~. .. 1 . C 3-3.5 AW ARD OF CONTRACT: The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed forty-five ( 45) days after the date of opening proposals, and in no event will an award be made until after investigations have b_een made as to.the responsibility of the proposedawardee. · . The award of the contract, if award· is ·made, will be to the lowest and best responsive. bidder. · . . The award of the contrac1:·shaU ·not become effectivciiuntil the Owner .has n otified the Contractor in.writing of .such award .. C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have been determin.ed for comparison of bids, :the Owner may, at its ·discretion, return the ·proposal security which accompanied the proposals· winch, in its judgment, would not be considered for . the award;_ All other proposal securities;· usu~y those of the three lowest -bidders, will be retained by the Owner until the required contract has been.executed and bond furnished or Ute Owner has otherwise µisposed of the bids~ after which they will be returned .by the ·city Secretazy .. 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 here.in required, the foll:owing bonds: a PERFORMANCE BOND: A good and sufficient performance bond ~ · the amount of. not less than 100 percent of the amount of the contract, as evidenced by the propqsal ta1Julation or otherwise, guaranteeing the full and.faithful execution of th~ work and performance of the contract, arid for . the protection . ·of. the Owner and. all :.other persons ·against damage by reason of negligence of the Col)tractor, or improper exe.cution of the work or . use of inferior materials. This performance bond· shall guarantee the . payment for all labor, materials, equipment; supplies,;and services used in the construction of the work, and shall remain in ftµl force and effect until . provisions as above stipulated are accomplished and final payment is made . on the project by the City. · b. . MAINTENANCE BOND: A good and sufficient maintenance bond, in . the amount of not less than 100 percent of the amount of the contract, .as ·evidenced by the proposal tabulation or' otherwjse, . gu,arattteeing . the prompt, full .and faithful performance of the general guaranty which is set . forth in paragraph CS-8. 10 . c. . PAYMENTB.OND; A good"and sufficient payment ~ond, in. the amount of not less than 100 percent of ~e amount of the co~tract, as evidenced by the. proposal · tabulation or otherwlse, guaranteeing· the prompt, full and faithful payment of all claimants as defined in Article C3-3 (2) 5160, Revised Civil Statutes of Texas, 1925, as amended by House .Bill 344, Acts 56th Legislator~. Regular Session, 1959, effective April 27, 1959, and/or the latest version ther~of,. supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made. · d. OTHER BONDS: Such other bonds as may be ·required by ·these Contract Documents shall be furnished by the Contractor. ,· No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are ·interested in any litigation against the Owner. All bonds shall be made on the forms furnished by the Owner and shall be executed by ·an approv(:)d 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· ac~eptable company shall not exceed the amount shown on the Treasury list.for that company. Each . bond shall · be properly e~ecuted by both the Contractor and Surety Company. · Should any surety on the contract be determined unsati~factory at any time by the Owner, notice will be given the ·Contractor to that. effect and the Contractor shall immediately provide a new surety satisfactory to the -Owner. N~ 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 p~yments be due or paid uµtil approval of the bon~ by the Owner. · C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has . appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute . and file with .. the Owner, the Contract and such bonds as may be requ4"ed in the Contract Documents. . . · No Contract shall be binding upon the Owner until it has be~:Q 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 tii.e owner as an abandom;nent of his proposal, and the owner may annual the Award. By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately · determine the amount of damages occurring to the owner by reason of said awardee's failure to execute · said bonds and contract within ten (10) days, the propqsal security accompanying the proposal shall be the agreed amount of.damages which the Owner will C3-3 (3) ~· , ... ' > ( ~ ; \ ' ""' • ,r / ~ ' • > ' ~ • I ~ ..... suffer by reason of such failure ·on .tµe · part of the Awardee and.. shall thereupon immediately by forfeited to the Owner. . . The filing of a proposal will be. conside~ed ·as ac~eptance of this provisi~n ~y the Bidder. .·. · . C~3.;3.10 BEGINNING WORK: The Contractor _shall not commence work until authorized in writing to do so by ~e Owner. Should the Contractor fail to commence work. at the site of the project within: the· time stipulated 'iii." the written authorization usually temiect "Work-Order'' or ''Proceed Order", it is agreed thaf.the· Sur~ty Company will, within ten (10) days after the commencement date set forth in such written autµorization, commence the physical execution of the contract · C3-3.ll 1NSURANCE:. The Contractor shall not . commenc.e work under this ' contract until he has ·obtained all insurance required under the .Contract Documen,ts, and such ~urance .has . bee~ apprc;>ved by the 0),VJ;ler .. The prime .Contract<;>r · shall be . responsible for delivering to the Owner · the sub-co:ntraptor' s certifica~e . of insurance for approval ... The prime Contractor shall indicate on the certificate of ipsurance included in . the documents · for execution whether or not his insurance cqvers sub-contractors. It is the intention of the Owner that the insurance coverage required herein shall include the ·coverage of all sub-contractors. a. b. c. COMPENSATION INSURANCE: The Contractor · .. shall maintain; during the life of this contract, Worker's Compensation Insurance Qn all of his employees to be engaged in work on the project under this contract, and foi all sub-contractor~. In case any class of employees engaged in hazardous work on the project .under this contract is not prote~ted under the Worker's Compensation Statute, the Contractor shall provide adequate en;iployer' s general liability insurance for the protection of such of his . employees J;lOt SO protectecJ.. COMPREHENSNE GENERAL LIABILITY INSURANCE:. The Contractor Shall procure and shall maintain during the life of this contract, . Comprehensive General Liability Insurance (Public Liability an<t Pr9perty. Damage Insurance) ·in the ·amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in ·an ~ount not less than $500,000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. · · ADDITIONAL LIABILITY: The Contractor shall :furnisp. · instµ"ance as a separate policies or by additional endorsemei;it to one of the above.:.mentioned · policies, apd in the amount as set forth for public · . liability and property damage, the following insurance: 1. C<;>ntingent Liabµity ( covers General Cm:i.tractor' s Li~bility. for ac~s of sub-contractors). C3-3 (4) 2. Blasting, prior to any blasting being done. 3. Collapse of buildings or structures adjacent to excavation @ . excavati:_on are performed adjacent to same). · · 4. Damage to underground utilities for $500,000 . . 5. Builder's risk (where above-ground structures are involved). 6. Contractual Liability (covers all indemnification requirements of Contract). d. AUTOMOBILE INSURANCE ·-BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain durirtg the life of this Contract, Comprehensive Automobile Liability Insurance· in mi amount not less than $250,000 for j.njuri'?s including accidental death . to any orie person and subject to · the same limit for each person an amount . not less than $500,000 on account of 01;1e 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 fqr the Contractor and his sub-contractors, respectively, against damage claims · which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. · f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall.furnish the ow:ner with satisfactory proof of cov~rage by insurance required 4t these ~ontract Documents in the amounts and by ca:¢ers satisfac.tory to -the Owner. (Sample attached.) All insurance requirements niade upon the Contractor shall apply to the sub-contractors, should the Prime . Contractor's insurance not cover the sub-contractor's work operations .. g. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's insurance and C3-3 (5) !t.l!' -~~ t \t:-t~ , ,l ,: ' perforinance, payment, maintenance and all such other bonds are written, shall be represented by ~ agent or agents having an office located within the city limits of the City of Fort Worth. Tarrant County, Texas. Each such agent shall be a ~µly qualified, one upon. whom .authority and power to act on behalf 9f t.Qe insurance .and/or bonding company tq negotiate and settle with the City of Fort Worth,· or any other claimant, and claims that the City of Fort ·Worth or other clabnant or any properj:y .owne:,; who has bee~· <lain.aged, may have against the _Contractor, insurance, aiid/or bonding c~mpany. If the local instiranc¢ representative is not so empowered by the insurance or :t>oricµng companies, then such aµthority must be vested in a focal _agent or claims officer residing in the Metroplex, the Fort Worth- Dallas area. The name of the .agent, or agents. shall be set forth on ~ such bonds and certificates of insurance. C3-3.12 CONTRACTOR'S OBLIGATibNS: Under ·the Contract, the Contractor shall p~y for .all materials, labor and services when due. . . · C3-3.I:i WEEKLY PAYROLLS: A cerp:fied copy 9f ea~li payroll' _covering payment of wages to all persoll$. engaged in work oil .the projec_t --a~:-the site ofth~ project shall be .furnished to the _Owner's representative . W:ithin seven (7) days · aft~r the 'close of each payroll period. A copy or eopies of $e applicable roiniumin wage rates·as set forth in the Contract Documents shall be kept_posted ·~ a con_s.picuoqs place at the :sit~ of the project . at. all times during the course ofthe .Contract. Copies .. of the wage rates will be furnished the Contra,ctor, by the Owner;-however, .posting and protection of the wage rates shall be the resp_cmsibility of the ~ontract9r; C3-3.14 CONTRACTOR'S CONTRACT AO:MJNISTRATION:. Any Contractor, whether a person, perso~, partnership, compap,y, finµ,· association, corporation or other who is approved · to do business with and enters into a contract ·with the City for .construction of water arid/or sanitary sewer facilities, will have or sh~ ·establish a fully operational business office within the Fort W9rth-Dallas metropolitan area. The Contractor shall clJ_arge, · delegate, or assign this office ( or he may . delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local·. authority shall be made· responsible to act for the Contractor in all matters made responsible to act for the Contractor in all matters pertaining to the work governed· by the Contract whether it be administrative or other wise and as such shall be empowered, thu~ 9elegated and directed, to ~ettle all material, labor . ot otlier expenciitw:e~. all claims . against work or any other mater associated such as . maintaining adequate and appropriate insurance or security coverage for the project. Such loGal authority for the administration of the wprk under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. . ' . . . . . Should the Contra~tor' s principal base of . oper~tioris be other than m the Fort Worth- Dallas metropolitan ~ea, notification of the Contractor'_s assignment of local authority shall he made in writing . to the Engineer in advance of any work on the project, all C3-3 (6) appropriately signed and sealed, as applicable, by the Contractor's responsible offices with the understanding that this written assignment of authority to the local representative shall become part of the project Contract as though bourid directly into the project · documents. The intent of these requirements is that all matters associated with the Contractor'.s administration, whether it be oriented ·in furthering the work, or other, be governed direct by local authority. This same requirem,ent is imposed on insurance and surety coverage. Should the Contractor's local representative fail to perform to the sat,isfaction of the Engineer, the Engineer, at his sole discretion, may demand that such local representative be replaced and the Engineer may~ at his sole discretion, stop all work until a new local authority satisfactory to the Engineer is assigned. No credit of working time will be allowed for periods in w~ch work stoppages are in effect for this reason. C3-3.15 VENUE: Venue of any action lereinuttder shall be exclusiveJy in Tarrant County, Texas. C3-3 (7) · SECTION C4-4 SCOPE OF WORK PART C -GENERAL CONDffiONS . C4-4 ·SCOPE OF WORK C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and intent of the· Contract Documents. It is definitely understood that the . Contractor shall do all work as provided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactqry and acceptable manner. The Contractor shall, unless · otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment, special services, ~d incidentals necessary to the prosecution and completion of the project. C4-4.2 SPECIALPROVISIONS: Should any work or conditions which are not thoroughly and sa~sfactorily stipulated or covered by General or Spee:ial Conditions of· these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, the "Special Provision~" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for any such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" shall be considered to be part of the Contract Documents just as though t~ey were originally written there~. C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right · to alter the quantities of the work to be performed or to extend or shorten the improvements at any .time when and as found to ·be necessary,. and the Contr~ctor shall perform the work as altered, increased or. decreased at the unit prices. Such increased or decreased quantity shall not be more than twenty-five (25) percent of the contemplated quantity of s1,1ch 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 reqt;test 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 cl;ianges in anticipated profits not shall such changes· be considered as · waiving or invalidating ·any conditions . or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted herein as applying to overall quantities of sanitary sewer pipe in each pipe size, but not to the various depth categories. C4-4 (1) ' . ' , C4-4:4 ALTERATION-OF CONIRACT:DOCUMENTS: By Change order, the owner reserves the right to make such changes in · the Contract Documents and in th~ character or quantities of the work as may be necessary or desirable to insure coIQ.pletion in the most satisfactory manner, provided such changes do not materially alter the original Contract· Documents or change the general nature of the project as ~ whole. St;tch. changes shall not be considered as waiving or invalidating any · condition ·or ·provision of the Contract Documents. . . . c44;5 EXTRA WORK: . ·_ .Adffitionalworlc made necessary :by changes ind alterations . of th~ Contract Documents or of quantities or for other reasons for which .no prices are provided in: the Contract . Documents,: shall ·· be -defined as ''Extra. Work", .and shall b~ perfotined by the Contra(?tor in accordance with these Contract Documents or · app!oved. · ·additions thereto;· provided howevei:, th~t before any extra work is begq.n a "Change order'' shall b~ executed or written order is~-g.ed by the Owner to clo tlie · ·wQrk fqr payments or .credits as shall be determined by one .or mC?fe combination .of the . following . methods:. a. b. Unit bid price previously. app~oved .. : An agreed lump sum. · . . c. The actual reasonable cost of (l)labor, (2)'rental of equipment used on the extra . work for the . time . so us~d at Associated . General Contractor~ .. of America current equip~ent rental rates,. (3) niat~ri~ entering permarie~tly into the project, and (4) actual cost of insurance, bonds, and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10 percent of the . actual cost 'of such extra work. The :fixect fee is not to include any additional profit · to . the Contractor for rental of equipment owner by him. and used for extra work. 'rbe fee ~hall" be full. m;id complete compensation to cover the cos_t of superintend~nce, .. overhead, other profit, general and all other e~pense not included in (1), (2), (3), and (4) above.-.The Contractor. ~hall keep a~curate cost records on the fo~ and · . in the i:µetho .d suggested by the Owner . and. shall .give the Qw.ner acces~ to all accounts; bills, vouchers, ~d records relating to the Extra Work. No "Change Ordei:'' shall become effective until it has peen approved and· signed by each· o:f the Contracting. Parties. No claim for Extra Work of any kind. will be allowed unless ordered in writing by the Owner. In case any orders or instructions, either oral or written, appear to the Contractor to involve Extra Work for_ which he should receive comp_ensation, he shall make written- request to the Engineer for written orders autborfzing su~h Extra Work, prior to beginning such work. · C44(2)· Should a difference arise as to what does or dose not constitute Extra Work, or as to the payment thereof, and the Engineer insists upon it s performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate .accQunt of the actual reasonable _cQst thereof as provided un9er metho<i (Item. C). Claims for extra . work will not be paid unless the Contract~r shall file ·his claim with the Owner within five (5) .days· before the time for :.making t,he first estimate after such work is . done .. and unless' the clahn is supported by satisfactory vouchers and certified payrolls covering a11· 1abor ~d µiaterials . expend~d. upon 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 e~able the Owner ·to prepare for permanent record a corrected set of plans showing the actual installation. · . . The compensation agreed upon for "Extra Work" whether or not initiated ~y a "Change· Order.'~ shall be a full, .co:q1plete and final payment for all costs Contractor incurs as a result or r~lating to the change ot extra . wor~· whether said costs are known, unknown, foreseen or unforeseen' at that time, iii.eluding without limitation, any ' costs for delay, ex~ended qyerhead, p.pple or impact cost, or -aµy ot:J;ter effect on chang~d or unchanged woi:k ~s a re~ult of the change or extra work. . . : C4-4.6 CONSTRUCTION SCHEDULE: Before commencing ~y w~r~ under this contract; the= CONTRACTOR shall submit to the · OWNER a draft detailed baseline construction s~hedule' that nieets the requirements described in this specification, showing ·~ by Critical Path Method (CPM) the planned sequence and timing o.f the Work associated with the Contract . All submittals shall be submitted in PDF fomiat, and schedule files shall also be sub~tted· in n~tiv~ file 'toimat (i.e.· file formats · associ~te<i' ;ith. ·the " scheduiuig 'softw~e). The approved·· scheduling software syste~ are indicated in the Schedule· Guidance·Do:ucmtient. The Schedule· Guidance Document' is located. on Buzzsaw and is hereby made a part of this conttact document by reference for all purposes·, the same as if copies verbatim herein. " It is suggested ~at the CON'I'RACTOR . employ or retain the services of a qualified Projec~ ~cheduler to develop the required schedules. · A qualified Projict Scheduler woiil~ ~ave, the· following i:oiriimuni capabilities an4 experience. . · · · · · a. Exp~rie;nce ·pr~~aring and maintaining ·· det~~d ichedules., as w~ll as .'1 ·year of experience using approvecl scheduling . software systems .as . defined in this · specification. · · b; Knowledge of Critical Path Method .. of ·scheduling and . th~ ability to · analyze. sched~es to detenµine duration, resourc~ allocation, aj:J.d logic issues. C4-4 (3) ', .... I'. ' -, llr :1' , .. ~t "it. f '!J ;. • .,., ,· ,, ,· ',. ., c. Underst~ding of construction wor,C ·processes to the extent that a.logical critical . path method schedule · can be developed, maintained~ and progi:essed that accurately represents .the scope o~ work performed. C4-4.6{~) BASELINE · CONS,TR.UCTION · SCHEDULE;·· The · CONTRACTOR shall d~veiop,· submit and i:evi~w the · dr~ 4et.~~4 baseline ·construction · schedui~ 'witli. th~. OWNER to demo~trate the :CO~CJ'OR's understancfiµg of ihe"· contract" requirerii~nts . and approach ioi.perfo~g the;: w.otk. The coNTRA.cTOR '*"i pr~pare · · the final detailed baseline' construction : ·sch~dule based· on OW:NER coiniilents, :ii lfuf '. The CONTRACTOR's fir~t (1st) payme:qt application will only be proces~ed ·after th~ d~tailed baseline construcqoji schedule has l;leen submitted by th~ coNi;RA.¢TOR.ai:td accepte~ by the OW;N.ER. ' · ' · ·· · ·· · · · · The · following guidelines shall be adhered to in preparing the baseline construction schedule. · · a. Mflestone. daf~s ~d final. pi:qject COlI,lpl~tion dates shill be d~velope.d to ' ~onfo~·.: to the time constraints1 ,seqµencing r~gu.b;emerits, and ·co:qipl~tioµ ti:ine; . · . . . .. . •' b; The ·coristi:uc'tion progress shall be· divided into activities· with time durations ri.o· greater than 20 . work days. Fabrication,' delivery and submittal activities 1are - exceptions to this ¢deline. · . c.. Activity dur~tio~~.. shall . be in work -~ay~ and normal ·.hQlid~ys _. ~,i' weath~r conditions over· the duration of ~e . ~o.n1;ract shall be accpupte;:d fqr within tpe . . duration of eac;b, ac1;ivity .. a. The critical path ·shall be clearly shown on the construction schedule: . e. .Float t:iriie is defined as the amount of time between the earliest st~ date and th~ late start date u~~g CP:rv.i. Float time js · a shared . and expif:wg re~otirde and is· not for the exclusive ·use or bene:fiJo:f th~·co'.NTRACTOR or OWNER. f. Thirty days shall be used for submittal review unless otherwise specified. The construction s~hedule shall be .divided into gen~rai activities as ·in,;Iic~ted · in the Schedule . Guidance Docume~t .and .~ach gen~ral acti.v~ty sha:µ. be broken dpwn into sub-. activities in enough detail to achieve sub-activities .of ·no 'greater than 20 days duration. The Schedule Guidance · Document is located on Buzzsaw and is hereby made a part of this contract · document · by reference for all purposes, the same as il copies· verb~tim herein .. For each general activity, the construction schedule shall . identify · all trades or subcontJ;acts applicable· to the project whose work is represented by activities that follow the guidelines of this section. · · For e&ch of the trades or subcontracts applicable to the project, the construction schedule shall indicate the following: procurement, construction, pre-acceptance activities, and ·c4-4 (4) events .in their logical sequence for equipment and materials. Include applicable activities and milestones such as: ·· · 1. Milestone for formal Notice to Proceed · 2. Milestone for Final Completion or other completion dates spf:cified in the. contract documents · · · · · 3 .. Preparation and transmittal of subnµttals 4. Submittal review .. periods 5 ... Shop fabrication and delivery 6. Erection and installation · 7. Transmittal of manufacturer's operation and maintenance instructions 8. Installed equipment and material testing 9. Owner's operator instructions (if applicable) 10. Final inspection 11. Operational testing C4-4.6(b) PROGRESS CONSTRU~ION SCHEDUL~: The CONTRACTOR shall prepare and submit monthly, no later than the last day of every month, to the OWNER for approval the update_d schedule in accor~~ce 'Yith C4-4.6 an~ C44. 7 and the OWNER's Schedule Guidance Document inclusive. As the Work progresses, the CONTRACTOR shall. enter into the schedule and record actual progress as described-in the Schedule Guidance Document. . .. : . . The updated schedule submittal shall also include a concise narrative report that highlights the following, if appropriate and applicable: . . . • Changes in the critical path, • Expected schedule changes, • ·Potential d~lays, • Opportunities to expedite the schedulej . • Coordination issues the OWNER should be aware of or can assist with, · · • . Other schedule-related issues that the CONTRACTOR wishes to communicate to theOWNER. · a. The CON'1;'RACTOR's monthly progress payment applications will not be accepted and processed for payment without monthly schedule updates, submitted 41 the time and manner required by this specification and the Schedule Guid~c.e Document,' and which accurately reflects the allowable costs due under the Contract Documents and · is accepted by the OWNER. . . b. Only one schedule upqate will be required per month in accordance with the Schedule Guidance Document and this specification. · c. Failure to maintain the Schedule in an accepted status may result in the OWNER withholding p _aymentto the CONTRACT<;>R until the schedule is accepted. C4-4 (5) C-4-4.6{c) PERFORMANCE AND CONSTRUCTION SCHEDULE: If, :iI;t the opinion of the OWNER, work 'accomplished falls behind that · scheduled, ·the 'CONTRA<::;TOR shall take such action as necessary to improve bis progress. In addition, the OWNER · may requi,re the CONTRACTOR to submit a revised schedule deirionstratilig his program and proposed plan to riiake up lag ·in schedule· progress·· and to . ensure : completion of the Work within the allotted Contract time. Failure of the CONTRACTOR to comply with. these reqajr~:m.eQ,t~ .. sbaU. :t~. ~oi:isidered grounds for determination by the OWNER that the CONTRACTOR is failing to ex~cuie the Work with due diligence as will ensure completion within the . time specified in the Contract. C4-4.7 SCHEDULE TIERS SPECIAL JNSTRUCTIONS: The requirements for the schedule are determined based. on the nature and · needs of the project. The schedule for all projects shall be Tier 3 unless · otherwise stated in , the I . contract documents. The requirements {or · each Tier are described below.· CONTRACTOR sh~ submit each schedµle relying on the Schedule GuidaJ}ce Document provide4 in the Cob.tract Do.cuments.. · · TIER 3 COST l.OADJNO SPECiAL 'INSTRUCTIONS: 1. At a roioirouril, each Acti.vity ~reakdown Structure (ABS) in the scheduling software ' shall b'e cost-loaded with the total contract dollars . associated with the respective ABS elements. · . TIER 4 COST LOADJNG SPECIAL JNSTRUCTIONS: 1. Adhere to all· Tier 3 requirements, and additionally the following: . . . . ... 2. Work (Schedule pf Values Pay Items using the OWNER's standard . items) shall be loaded into the scheduling .software. using,the ''NON- LABOR" resource type showing the quantity or work to be done along with ~e corresponding yalue of the work measured in dollars.· It is · intended that Earned Value will be calculated as the schedule resources are progressed. TIER 5 COST LOADING SPECIAL JNSTRUCTIONS: · 1. · Adhere to all Tier 4 requirements, and additionally the ·following: ' • Labor resources (Man-Hours) shall be loaded into the scheduling software using the ''LABOR" resource type with man-hours and without cost. c-:i-4 (6) • PART C -GENERAL CONDIDONS . C5-5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 AUTHORITY OF ENGINEER: The work shall be performed . to the satisfaction of the Engineer and in strict compliance with the Contract Documents; The Engineer shall decide all questions which. arise as to the quality and acceptability of the materials furnished, work performed, rate of progress of the work, overall sequence of the construction, interpretation of the Contract Documents, acceptable fnlfillroeii.t of the Contract, compensation, mutual rights between : Contractor artd 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; techliiques, sequence· or procedures of construction, or the safety precaution and programs incid~nt thereto, and he will not be responsible for Contractor's failure to perform the work in accordance with the contract documents. The Engineer shall determine ·the amount and quality of the work completed and · materials furnished, and his decisions and estimates shall be final. His estiniates 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 authoricy to enforce and make effective such necessary decisions and ordf?rS as the Contractor fails to carry out promptly. . In the event of ~y dispute between the Engineer and Contractor over th~ decision of .the Engineer on any such matters, .the Engineer must, within. a: reaso~able time, upon written request of the Contractor, render and deliver to both the owner and Contractor, a written decision on the matter in controversy. · · · · C5-5.2 ·coNFORMITYWTIHPLANS: The finished project in all. cases · shall conform with lines, grades, cross-secti~ns, finish,. and dirilensions shown on the plans or any other requirements other wise described in the Contract Documents. Any deviation from the approved Contract Documents reqwred by the ~ngineer during construction will in all c~ses be dete~ed by-the Engineer and authorized by the Owner by Change Order. C5-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Docw:p.ents are made up of several sectioris,··which, · taken together, are intended to describe and provide for a complete and us~ful project~ and any reqwrements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies, figured dimension sµall govern over scaled dimensions, plans shall govern . over specifications, special conditions shall govern over general conditions and· stanaarci specification, and quantities ·shown o~ the plans shall . govern over those · shown in the proposal. The Contractor ehall not take advantage of any apparent error or omission in the CS-5 (1). ,, j Contr~ct .Docuµients, ·and 1;he 9wner shall be permitted to make such corrections or interpretations as ~y be. deemed: .necessary .for fnl:611ment of the intent of the Contract Docw:nents. ln the event . th~ G.ontra,ctor cliscovers an apparent error or discrepancy, he shall immediately call this condition to the attentien of the Engineer. In the event of a conflict in drawings, specifications, or o~er 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 res~l1:1tion of the ,conflict. · , : . CS-5.4 CO~PERATION OF CONTRACTOR: The . Co~tractor will .. b~ furnished with ~ee _s~ts pf Contract Documents and shall bave available on the site of the project at all times, one set of such Contract Documents. : . The Contractor. shall give to the w,ork th~ cons~~t ~ttention n~essary to facili4tte .. the· progress· · ther~qf and shall cooperate. witti · the Engineer, bis . inspector~ _and . other . Contractors :in every pos_sible way. · . ·· ..... . The Contractor sbaU at all ti.Dies have competent personnel ·available to the project site for. proper perform!lllce. .of the. work. 'l'h~ (!ontracto;r shldl. provide and maintain at all ~es a~ the s~te of the proje~t ~ competent~ ~nglish-speaking superintendent arid an assisµmt wh<? · are :fully autliorized to act as the Contractor's agent on the work. Such superintendent and bi,s assistant shall be capable of reading and .und~rsranding the Contract Pocuments and shall receive and. ~ instrqctions from . t:Qe ,Owner, ·t);!e Engineer,· or bis authoriz¢_:_ representatives. Pursu~t (o this responsibility of the Contractor, th(} ~ontractor shall designate in .writjng to the -project' superintend~nt, to act as the ·c0ntractor's agent QD: the work. Such assistant project superintendent sh~ pe. a resident of Tarrant County, Texas, . and shall be subject to call, as is the project superintendent, at any ti.me of the day or night on any day;'of the week on which the Engine~r dete~€?S that circumstances reqttjre th~ presence on the project site of a representative of the Contractor to adequately provide for · the safety or convenience of the traveling public cir the owners of property across which the project extends or the safety of the property contiguous to the project rdufu.lg. To~ Contracto~ shall provide all ·facilities to ena,]?le the Engineer . and his inspector to examine and inspect the workmanship and Jl'.),aterials _entering into the work. . . < CS-5.5 .EMERGENCY AND/OR RECTIFICATION WORK: When ~ in 'the opinj,on of the Owner or Engineer, a ·condition of:eme.:rgei:icy exists related to any part of .the work, the Contrac.tor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request ma4e by the .Owner or Engineer · to alleviate the em~rgency condition. ~uch . a r~sp_on~e shall o~cur ·day 9r night, ~beth.er the project is scheduled on a calendar~day or a working-day basis: . . . Should $e Contractor fail to respo~d to a request from the Engineer to rectify any discrepancies, omissions, or co;rrection necessary to conform with the requirements of the project specifications or plans, the Engineer shall give: the . Contractor written notice that such work or changes are fo :be perfoi:nled. The ym.tten n~tice shall direct atte1;1tion to the CS -5 (2) • discrepant condition and request the Cop.tra,ctor to talce remedial action to correct the condition. In the event the Contractor does not talce positive steps to fulfill this wr:j.tteli request, or ·does not shoe just c·ause for not taking the proper action, within 24 hours, the City may talce su~h remedial action with City force~ or by contract. The City shall deduct an amount equal to the entire costs for such r~medial 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 J\'.. 14 feet in floor area, substantially constructed, well heated, air conditioned, lighted, and weather proof, so that documents will not be damaged by the elements. C5~5.7 CONTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor with all lines, grades, and measurements necessary to the proper _prosecution and control of the work contracted under these Contract Documents, and lines, grades 3:Ud measurements will be established by means of stakes or other customary m~thod of-marking as may be found consistent with good practice. These stalces or markings shall be set sufficiently in advan<;e of construction operations to avoid delay. Such ·stalces or markings as may be established f<;>r Contractor's use 01; guidance shall· be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer, any stalces or markings have been carelessly or willfully destroyed, disturbed, or-removed by the Contractor or any of · his employees, the full cost of replacing such. stakes or marks plus 25% will be charged against the Contractor, and . the full amount will be deducted from payment due the Contractor. CS-5.8 AUTHORITY AND DUTIES OF CITY JNSPECTOR: 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 work and the manner in which it is being performed, to report any evidence· that the materials being · furnished or the work being ·performed by the Contractor fails to fulfill the requirements of the Contract Documents, and to call the attention of the Contractor to · any such failure or other infringements. Such inspection or lack of inspection will not relieve · the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents. In case of any dispute arising between the Contractor and the City Inspector as to the materials or equipmeµt furnished or the manner of performing the work, the City Inspector will have the authority to reject materials ·or equipment, and/or to suspend work until the question at issue can be· referred to and decided by the Engineer. The City Inspector will not, however, be autl~.orized to revoke, alter, enlarge, or .release any requirement of these Contract Documents, nor to approve or accept any portion or section of :the work, nor to issue any instructions contrary tot_ he requirement s of the C5-5 (3) Contract Docunients .. The -City Inspector -will in no c_ase act as superint~ndent or .for~man or. perform any . other . duties for '..the · .Contractor, or interfere with the m~agement -or operation of:-the work. He wUl no~ ~ccept from the Contract.or, any c~mpensation n,. .any form for performing . any duties. Tlie Gontr~ctor ·shall regard and obey ·the : directicms and . in$tructions of the . City Inspector or Engi;l;J.eer when tbe ·satn~ :.are consistent with the obligations of the Contract Doctµnents of the Contract Docµments, prpvid~ however, , should the Contractor object to any orders or instructions or the City · Inspector, the Contractor may ·within six . days make wti.tten appeal · to the · Engineer. for his decision on the matter jn Controversy. ' . . . . . . . CS-5.9 INSPECTION: · The Cqntractor shall · :furnish the · Engineer w~th every · reasonable facility for . ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents. If the Engineer so ·requests, the Contractor shall~ at any time . before acceptance of the work, remove or uncover s1,1ch, portion of the :finished work as may pe cµrect~d. After .. examination, the Contractor shall restore s~d portions of the worlf to the standard required by. the Contract Docw;nents. ·. Should the work exposed or ex.aii:µned prove acceptable; the :uncovering or J,"emoving and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should Wprk ~o exposed or _e:x;ai;nined prove to b~ unacceptal;>le, the uncov~ring or reniovmg .'and replacjng. of. all adJacent defectiye or damaged parts shall be at the Contractor's expense. No work shall be done or matep.als used without suitable supervision or inspection. CS-5.10 REMOVAL OF EDEFCTIVE AND-UNAUTIIORlZED WORK:·All . . work, material,s, or : ·equipment ·which has been rejected shall be .remedied 0~ removed . anci . replaced in an acceptable. manner by the Contractor at this expense. Work done beyond the lines and grades given or as shown on the plans, except as herein specially provided, or any Extra Work dolle without written authority, will ·be considered as unautb.m;ized and done at the expense of the Contracto:r and will not be paid for by the Owner. Work .so- done· may be qrdere<;l 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 proyisiQ~ of this paragraph, the Engineer will have the atithoricy to cause defective work to ·be remedied or rerµ.oved and replaced and unauthorize4 work to be removed, and the cost thereof may be deducted from any money due or to become due tot he Contractor. Failure to requi],"e '. the remov~ of any defective or unaut;horized work shall not constitute acceptance. of such work. · C5-:S. i 1 SUBSTITUTE MATERIALS OR EOUJP:tvIENT: If · the Specificatiqns, law, orcli.Jiance, codes or regulations permit Contractor to furnish or .use a substitute that is equal to any material or equipni.ent specified, and if Contra~tor wishes to furnish or use a proposed sub.stitute, he. shall, prior to the precon,struction conference, make written application to ENGINEER for approval of such substitute certifying in . writing that tlie propo~ed substitute will perform ,adequately the function called for by the general design, be similar and . of equal . substance to that specified and be suited to the same use and CS-5 (4) capable of performing the s~e function as that specified ; · and identifying all variations of the proposed substitute from that specified and -indicating available . maintenance service. No substitute shall be .ordered or installed without written approval of Engineer who will be the judge of the equality and may -require .Contractor to furnish such other·· data about the proposed substitute · as he considers pertinent. No substitute shall ·be ordered or installed without such ·performance guarantee and bonds as Owner may require which shall be furnished at Contractor's expense. -Contractor shall indemnify and· hold harmless Owner and Engineer and ·anyone directly or indirectly employees by either of them from and against the claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. · CS-5.12 SAMPLES AND TESTS OF MATERIALS: · Where, in the opinion of the Engineer, or as called for in the ·contract Documents, tests of materials or equipment are necessary, such . tests will be made at the expense of and pmd for ,•direct to the testing agency by the Owner unless oth~r-wise specifically provided. The failure of the Owner to make any tests of materials shall iri -no way relieve the contractor of his -responsibility of. furnishing materials and equipment fully conforming to the requiremen~ 'of th~ Contract Documents. Tests and $ampling of materials, unless otherwise specified, will be made in accordance with the latest methods prescribed by ·the Ameri~an Society for Testing . Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engin~er may require for collecting and forwarding samples and shall not, without ·specific written ·permission'· of the Engineer, use materials represented by the samples ·until tests have been made and the materials approved .for use. -The Contractor will furnish adequate samples without charge to the Owner. In case of concrete; the aggregates, design minimum, and · the mixing, and transporting equipment · shall be approved by the Engineer before any concrete is placed, arid the Contractor shall . be responsible 'foi repJacing any concrete , which does· not meet the requirements of the· Contract Documents. Tests ·shall 'be made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement, ~d mortar which are to be used la,ter in the ·concrete. Should the source of supply change, new tests shall be made prior to the use of new materials. . · CS-5.13 STORAGE OF MATERIALS: . All materials which are to be used in the · construction contract shall be stored so as to insure .the preservation of quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. · . CS-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions · shown on the plans relative to :the ·existing utilities are based on the best information available. Omission from , the inclusion of utility locations on the Plans is . not to be considered as nonexistence of, or a def4tlte location of, existing underground utilities. The location of many gas mains, water mains, conduits, sewer lines and . service lines for CS-5 (5) aU utj]itjes, etc., is llllknown to the Owner, and the Owner a~sumes :ho responsibility for failure tp -~how '-.·any or all : suc.h stru~ttires and utiliti,es on the . plan~ or • to show them .in . then; exact · lo~atj.on. It is-. mu~ally agreed that: such . failure will . not be consid~red sufficient basis for .cl~s·for additjoilal compensation (or Extra W9rk or.for increasing ·. th~ pay quantiti~s in any manner what~'oev~r~· uilless an ·01;,~t;ruction encountered is such as to necessitat~ changes hi .. the ~es. an!l grades of co,isider~le .magi;rltude .or requires -th~ ~ui1rclii;!.g of ·special worlc$.,.:.proyi_sion · of whfoh fa p.ot rr,.ade 'in'. these Con1':"aGt Documents:, in whic;h case th~ _provision-:in ·these Con,tract J)ocuinent~: f~r Extra Wo;rk sball apply. . · It shall be the ·contractois -~e~po.nsibility . to · verify . iocation; ·of fu.e · adj.acenf and/or conflicting utilities suffici~ntly in advance of construction in order that he may :negotiate such lo~al .. adjustments as ,,necessary ·:i,n the c~:mstruction proces~_ .. to· provide adequate· clear~ces. The Contr~~tor shall -take -all necessary prec~utions in order to .protect an · existing utilitj.es, s~cture~. and service lines; VerificatioIJ.. Qf existing utilities, structur~s,' and service lines shall in~lµde: :Qotlficatiori of all utility con;ip~es at least forty-eight (48) hours . in. advance .q,f construction inciuding exploratory · excavation if necessary.· AU . verifica,tion <>f util,ities ~d their ~µjus1:01ent shall be considered su~sidiary work. CS-5;15 INTERRUPTION OF SERVICE:· a .. ,.· . :'· ... : . ,., Normal .Prosecution: In the normal prosecution of work whete tµ~ interruptj.on · of s~tvice · is .necessary, the Contractor,. at least 24 hours in advance, shall be reqajred to: 1. 3. Notify ·the Water Department's Distribution Division as to lqcation, time, ~d schedule of servic,y in~erruption. . .·. Notify each c~stqme~ per~oniilly througµ. r~spons_ible personnel as to '. the tiµle and s9hedule of the interruption of tl;teir service, or . . . In ·tlie event that personal· nptification of . a custpmer cannot be made, a prepared tag form .shall be .attached t9 the customer's door knob. The tag shall be durable in ·comppsition, and in .large bold letters shall say: · CS-5 (6) ."NOTICE" Due to Utility Improvement in. your neighborhood, your . (water)(sewer) s(;}rvice will be interrupted op ____ _ between the hours of and ___ _ ~s inconvenience will be as short as possible. Th~You, Contractor Address Ph~ne b. Emergency: · In tlie event that an unfor~seen service interruption occurs, notice shall be as above, but immediate. CS-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through act or neglect on the part of the Contractor, or any other Contractor or any sub-cqntractor shall . suffer loss or damage of the work, the Contractor agrees to settle with such other Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub- contractor· shall. assert any claim against the owner on account of damage alleg~d to have been sustained, the owner will notify th~ Contractor, who shall indemnify and save harmless the owner against any such claim. CS-5.17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the job site during the prosecµtion of the work under these Con,t:i:act Documents shall be accomplished in keeping with a daily routine established to the satisfaction of the Engineer. Twenty-four (24) hours after written notice is· given the Contractor that .the clean-up on the job' site is proceeding in a manner unsatisfactory to the Engineer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice, and the costs of such direct action, plus 25 % of such costs, shfil1: be deducted from the monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract Documents, and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus· and discarded materials, temporary structures, and debris of every kind. He shall · leave the site of all work in a neat and orderly condition equal to that whi~h originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a br.j.ght, clean, polished and new appearing condition. No extra compensation will · be made to the Contractor for any clean-up required on the project. · ·cs-s (7> < ' '.:•'. • { . . . . . . ·C5-5.18 FINAL INSPECTiON: Whenever the work1 provided for in and . -co:µtempl~ted under _ ~e Contrac~_ Docum.C?nts has been satisfactorily completed and final .clean-up performed, the Engiµe~r)v~ notify the proper offi¢ials of the Owner and request that a Final Inspection be. ma:de. Sue~ ~spectioil will be made· within 10 days after such notification. After such final inspection, If the work and materials and equipment are found satisfactory, the Contractor· will be notified in, writing of the acceptance of the same ·after the proper resolution has been passed .by the City Council. No time charge will be made against the Goiltractor between said date of notification of the Engineer and the date of final inspection of the work. , . ",, l '. ,, . ' . :,·· . ., . t •. • ,.,_ ;.• } ', . ' ,. C5.;.5 (8) ,, 'l: • • i " 1· ' ·' ' ' .. , . " . ' ,; ' .. ,•, I I .• ,., Y .. " ' • ' 1 . ' ,.. -~ ' . PART C -GENERAL CONDITIONS · · C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBlLITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 LAWS TO BE OBSERVED:The Contractor shall at all times observe and comply with l:1.11. Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws·, ordinances and regulations which exist or which may be enacted later by bodies ha~g jurisdiction or authority for such enactment. No plea or misunderstanding · or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the · City and all of its officers·, agents, and employees against . any-and all claims or liability arising from or bas.ed on the violation of any ~uch law, ordinance; regulation; or order; whether it be by himself or his employees . . C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and . . licenses/pay all charges, costs and fees, and give all : notices necessary and incident to the due and lawful prosecution of the work. : C6-6.3 PATENTED DEVICES, MATERIALS. AND PROCESSES: , ·lf the Contractor is required or desires to use any design·, device,-matet1al, or process -covered :by letter,· patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted .design. It is mutually a:greeci and understood that Without exception the contract price shall include. all · royalties _ or cost arising from patents,· trademarks, and copyrights in any way involved in· the work The · ~ontractor and his sureties shall indemnify and ·save harmless the Owner :from any and all claims for infringement by reasori of the use of any such trade-mark o:t copyright in connection ·with the work agreed to be perfortned -under these Con~act Documents, and1- shall indemnify the Owner -for any cost, expense, or damage which· it may be obliged to pay·by reason ·of.such infringement at any time during the .prosecution of the work or after completion of the work, provided, however, that the Owner will assume the responsibility. to defend any and all suits brought for the infringement of any patent claimed to be infringed upon the design, type of construction or material ot· equipment specified in the Contra.ct Documents furnished the Contractor by the Owner, and· to hold the Contractor · . harmless on account of such suits. C6-6.4 SANITARY.PROVISIONS: The ·contractor shall· establish and enforce among his e_mployees such regulations in regard to : cleanliness and ·dispos·al of garbage and waste as will tend to prevent the inception and spread of infectious or contagious · dise~ses and to effectively prevent the creation of a nuisance · about the work on any property· either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for · use of laborers on the work, properly secluded from public observation, shall be ~onstruc~ed and maintained by the Contractor and their use shall be strictly enforced by C6-6(1) 7 . . '' the Contractor~ AU such facilities shall b.e kept in a clean and sanitary condition, free from objectionable · odors So as not to cause a nuisance. All sanitary laws and regulations of the State· of Texas and the City shall _.be strictly complied with. C6-6.5 PUBLIC SAFETY .AND CONVE~NCE: · fy.lateri~s · · or equipipe~t stored about the work shall be placed and used, a,id the work shall at all · times be ~o conducted, -as to c.ause no greater obstruction or inconvenience to :the public than is consider~· to be .:absplutely necessary by the Engineer. The · Contr1:1ctor is required to ma.iittain at ' all ' times ~ phases of bis . work 'iii such a maiuier as not fo . impair the safety or · . convenienc.e of the public, including, but not limited ·to, safe and conye,nientingress .and egress· to th~ property . contiguous tot lie work are1:1. The Contra~tor shall make adequate .: provisions to render ·reasonable ingress and egress for normal -· vehicular .'traffic, exc~pt · during,a~tual trenching · or pipe installation operations, at all driveway cyossings. Such · provisions may include bridging, ·:placement or . crushed stone . or gravel or such other means of providing proper ingress . ~d egress for -th~ pi:operty. serv,ed 'by the ~veway ~ . the Engineer may approve as appropriate. Such other means may include the diversion of driveway ~affic, · with , specific apprqval by the Engin~r., .If diversion _ qf:·-traffic is .. approved ·by the :Engineer . at ~y .lQcatio~, the Contractor inay .. ·make·· arrangements . satisfactory to the Engineer for the diversion of traffic~ and s:b,all, at bis expense, provide. · all materials and perform all work necessary for . the construction and mainte~ance of . roadways ·an<;l bridges. for such diversion ·of trl:lffic. Sidewalks ; must :q.ot be obstructed . ·except bjrspecial -per.mi.ssion of the Engineer. .. . . . . . The materials excavated and the construction materials s~ch as pipe used in ,constructiop. . ~f the work shall be placed so as not to endanger the work or 'preyent .free -a~cess to all- fue hydrants, fire alarm boxes, police call boxes, water valves, gas .valves, or manholes -in .. the vicinity. The .Owner reserves tb,e right . to rem~dy any_. neglect oil · the .part of th~ . . Contractor 8$ regards to public conv:enience an(l safety which may come to : its attention; after tweiity-four hours notice in wrjqng to. the _Contractor, save in cases of emergency when it -shall have the right to ·.remedy ari.y neglect without n:o.tice; and in 'either case, ·the cost of su~h work or materials furnished by t:Qe Owner . or by the City shall . be .deducted from the -monies due or tcibecome due to the Contractor. · ...... •. The Contractor, after . approval · of the Eng4ieer, shall notify the. · Fire -Departm~nt · · Headquarters , Traffic Engineer, and Police Department, when ~y . street or alley is . requested to be closed or obstructed or any fire hydrant is to be made · µiaccessible, . and when so directed by the Engineer, sh~ keep any street, streets, or highways in condition for unobst:rµcted U$e by fire apparatus; Th~ Contractor shall .-promptly notify. ~e Fire ·. Dep~ent Headquarters when all suGb obsµucted streets, alleys, or hydrants are placed back in service. . . Where the· Contractor i~ J.'.equired to construc.t. .temporary bridges -or make other arrangements . for crossing over ditches or ~treams, his responsibjlity for accidents in connection with such crossings . shall. · include the roadway approaches as well · as. the structures of such crossings. C6-6(2} . "' The Contractor shall at all times conduct his operation and -use of construction machinery · so as not to damage or destroy trees and scrubs located in close proximity to or on the site of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims ·of property owners, and no payment will be made by the . Owner in settlement of such claims. The Contractor shall file with the Engineer a .written stat~ment showing· all such claims adjusted. · · · C6-6.6 PRIVILEGES OP-CONTRACTOR IN STREETS, ALLEYS, AND · RIGHT-OF-WAY: For the performance of the ·contract, the Contractor will be permitted to use and occupy such portions of the public streets and alleys, or other public . places or other rights-of-way as provided for fu the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the Engineer. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more . than is necessary to avoid delay in the construction, operations. Excavated and waste materials shall be piled or staked in such a V:Jay as not to · interfere v;_,ith the use of spaces . that may be designated to be left :µ-ee ._and unobstructed . and so as not to inconvenience occupants of adjacent property.' If the street is occupied by railroad tracks, the work shall be carried on in such manner as not to interfere with the operation of trains, loading or unloading of cars, etc.-Other contractors of the Owner may, . for all pmposes required by the contract, enter upon the work and premises used by the Contractor and shall be provided all reasonable facilities and assistance for . the completion of adjoining work. ~y additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. C6-6.7 RAILWAYCROSSINGS: When the work encroaches upon any right-of-way of any · railroad, the City will secure the necessary easement for ~e work. Where the railroad tracks are to be crossed, the ·contractor shall observe all the regulations and instructions of the railroad company ~ to the methods of performing the work and take all precautions · for the safety · of property and the public: Negotiations with the railway companies for the permits shall be dpne by and through the City; The Contractor sh~ give .the City Notice not less than five days prior to the time of his intentions to begin work on that portion of the project which is related to the ·railway properties. The Contractor will · not be given extra compensation ·for · such railway crossings· unless specifically set forth in the Contract Documents. . . C6-6.8 BARRICADES, WARNINGS AND WATCIDVIEN: Where the . work 'is carried on in or adjacent to any street, alley, -or public place, the Contractor shall at his own e~pense ;furnish, erect, and maintain such barricades, fences, lights, and danger . si$fialS, shall provide such watchman, and shall take all such other precautionary measures for the protection of persons or property· and of the work ·as are necessary. Barricades and fences shall be painted in a color that will be visible at night. From sunset- to sunrise the Contractor shall furnish and maintain at least one e~sily visible burning . light at each barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away from, and vehicles from being driven on or into, any work under C6-6(3) construction or being maintained. The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to · protect the ,. work and prevent accident or dainage .. . . . . . . . . AU instaJJations and procedures ·shaI1 be consistent with provisions set for1h ~ the "t98o Texas Manual Ori. Uniform Traffic Coµtrol, Pevices for Stre~ts an.c,l ·Highways!' issued· under the authority of the "State of Texas Uniform Act Regulating Traffic on .Highways", codified as Article 6701d Veron's Civil Statues., pertinent section being Section Nos. 27, 29, 30,and 31. The Contr&ctor will not remove any regulatory sign, instructional sign, street .name sign, or other ~ign ··whi~h bas been erected by the City. If it is determined that a sign must be rymoved to 11ermit required consti.uction, ·the Contractor shall contact the Transportation and ,Public Works Depa,rtnient, Signs and Markings .Division (pho.ne number 871.-8075),· to .remove the sjgn. In case of regulatory signs, the Contra~tor. must 1'.eplace the permanent sign witli ·a temporary .sign meeting the requirements Qf t4e above· referred mi3D.ual and such. temporary sign must ,be installe.d prio:r to .the remoyal of the permanent sign. If the . ·te~poracy sign is nof~talled·<;:orrectly odf it does. riot meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met When construction wo4 is .completed to the extent . that the permane11t sign can be re- installed, the Contra~tor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his ·teJD.porary sign in place un.til such re-installa,tion is • completed. . · . .·. ., The Contractor will be held respon~ibie foe · all damage to · the work or the public . du~ to · failure of barricaqes, signs, . feQ.ces, lights, or watchmen to . protect them.·. Whenever .. e:vidence =is found of such damage to the worlc· the Engineer may order . tlie damaged portion imin~ciiately removed and replaced l;>y the Contractor at . the Contractor's own · expense. Tb,e Co1;1tractor' s responsibility for ,the maintenance of barricades, signs, fences . arid lights, ·and for providing watchmen shall n~t cease until the projec.t shall haye been completed and accepted .by the Owner. · . No compensation, except as SP.ecifically provided in th.es'? Contract Documents, will bf?: paid to the Contractor ·for the Work and materials involved iµ the construc~g, providing, and maintaining of barricades, signs, fences, .and lights or .salari~s of watchmen., .for .the subsequent removal and disposal of such ~arricades, signs, or for any other incidentals necessary for the proper protection, ~afety, and convenience of the public · during . the contract period; as · this . work; is coiis1dered to be suhsidiary to the several items for which UJ;lit or lump sum prices are requested in the .Proposal . . C6-6.9 USE OF EXPLOSIVES, DROP WEIGHT, ETC.: Should the Contractor elect to use explosives, drop weight, eJc., in the· prosecution · of the work, .the utmost care .~hall be ex¢:tcised at all times so as not to endanger life or property. The Contractor shall notify . th~ p,:oper representative .of any public s~rvice .corporation, any COlilPli;DY, individual, or utility, and the Owner, not less than tweilfy-~our _. hours . in advance of the use of any C6-6(4) /· activity which might damage or endanger their or his property along · or adjacent to the . . work. Where the use of explosives is to be permitted on the project, as specified, in the Sp~cial · Conditions Documents, or th~ use of explosives is requested, the·Contractor shall submit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish f?Vidence that he has insurance coverage to protect against any damages and/or injuri.es arising out of such use of.explosives. · C6-6.10 WORK WITH1N EASEMENTS: Where the work passes over, through, or into .private property, the Owner will provide such right-of-way or easement privileges, as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work area . considered necessary by the Contractor shall he provided by him at .his expense. Such additional rights-of-way or work area shall be acquired for the benefit of the .City. The City shall be notified in writing as to the rights so ac;quired before work begins in the ·affected ·area. The · Contractor shall not enter upon private property foJ," ~y · purpose without having previously obtained permission from the owner of such property. The Contractor will :°,Ot be allowed to store equipment or material on private property . unless and · until the specified approval of the property owner = has been secured fu writing by the ,Contractor and a copy furnished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which :must be removed to make possible proper prosecution of'the work as a part of the project construction operati9ns. The Contractor shall be responsible· for the preservation of. and shall use every precaution to prevent damage to, all . tress, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or impr.ovements, to all water, sewer, · and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, . including the construction of temporary fences and to all other public or private property adjacent to the work. The .Contractor shall notify the proper representatives of the owners or occupants· of the public pr private lands of interest in lands· which might be affected by the work. Such notice shall be made at least 48 hours in advance of the beginning of the work: Notices shall be applicable to both public and private utility ·companies or any corporation, comp~y; individual, or other, either as owners or occupants, wbose land or interest in . land might be affected by the work. The Contractor shall be responsible for all damage or injury · to property of any character resulting from . any act, omission, neglect, or misconduct in the manner or method ·or execution of the · work, or at any time due to defective work, material, or equipment. When and where any direct or indirect or injury is done to· public . or private property on account of any act, omission, neglect, or misconduct in the execution of the work, or. in . consequence of non-execution thereof .on the part of the Contractor, he shall· restore .or have restored as his cost and expense such property to a condition at least equal to that existing before s~ch damage or injury was done, by repairing, rebuilding, or. othe~ise C6-6(5) ., . . replacing an~:lrestoring: as may be directed by· the Owner, or he shall make good such damages ·Or injury in a manner acceptable to the o~ner of the property and the Engineer. : All fences encountered and r~moved during .construction of thi,s project shall be restored to ·the original or a better . than original condition upon ~ompletion of this project. When wire fencing, either. wire mesh .or barbed wire Js· to Be crossed, the Contractor.shall set cross · brace posts on either side of.the pe~ent easem.ent before the fence is cut. S:l1ould additional fence cuts be necessary, the Contractor shall provi~ cross-braced posts at the point of the proposed cut in addition to the cross braced posts provided at 'the perinaitent easements limits, before the fence is cut. : .' Temporary fencing shall be erec.ted in place of the fencing removed whenever the work is . n:oi in progress and when .the .site is vac~ted overnight;-and/or at all tiines to preyent livestock from entering the construction area .. The cqst for fence removal, temporary closures . and replacement shall be subsidiary . to the various items bid in the project · . proposal .. Therefore, no separate payment shall be allowed· for any service .associa~ed with this work,. .··.. · · · fu case of failure on the part of the Contractor fo restore such. property or to make good such .damage · or injury; the Owner . may, . upon 48 hour written notice . under ord.4iary circumstances, and .without: notice when a nuisance or hazardous condition results·, . proc.eed to repair, rebuild, or otherwise restore such property as may be .determined by the Owner to be necessary; .and the .cost thereby will ·be deduc;ted from ·any monies du~. to or to become due to the Contractor under this contract. C6.6.11 INDEPENDENT CONTRACTOR: . It is understood and agreei by the parties hereto that the Col).tractor shall perform all · work and services hereunder . as a.Ji independent contractor, and not as an officer, agent, servant, or employee of the Owner. Contractor shall have exclusive control ·of and exclusive right to control the details of all work and services performed hereunder, an,d all persons performing the same, and shall. be solely .responsible for the _.a~ts and ·omissions of.. its .. officers, · agents, servants, employees~.coritractor, subcontractors, licensees and· invitees. The doctrijl.e of respondeat superior shall not apply as between Owner -and Contractor, its officers, agents, ei;nployees, contractors and subcoJ;J.tractors, and nothing herein shall be ~onstrued as creating . a . partnership or joint enterprise between Owner and Contractor. C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE.CLAJMS: Contractor covenants and agrees to, and does hereby indemnify, hold harmless ancJ. defend Owner, its officers, agents, servalits, and employees from and against any and all claims or suits for property damage or loss and/or personal injury, including death, to any an,d all persons, of · whatsoever kind or character, whether real or asserted, ~sing .out of or in connectiqn with, directly ·or indirectly, the work and services to be performed hereunder by the Contractor, its qfficers, agents, employees, contractors, subconti:actors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence on the part of officers, agents, employees, contractors, subcontractors, licensees . or invitees of the C6-6(6). Owner; and said Contractor does hereby covenant and agree to assume all Hability and respo~ibility of Owner, its officers,-agents, servants, and employees for property damage · or loss, and/or personal injuries, including death, to .any and all person of whatsoever kind . . or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by· the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence of officers, agents, employees, contractors, ·subcontractors, licensees or invitees of the Owner. Contractor likewise · covenants and agrees to, and does hereby, indemnify and hold harmless Owner.from and against any and all injuries, loss or damages to property of the Owner dilling the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from, in whole or in apart, any and all alleged acts of omission of officers, agents, employees, contractors, subcontractors,·licensees, or invitees of the Owner. In the event a written claim for damages against the contractor or its subcontractors · remains unsettled: at the time all work on the . project-has be.en completed to the . satisfaction of the Director of the Water Department, as evidenced by a final inspection, final payment to the Contractor shall not he .recommended .to the Director of-the -Water. Dep~ent for a period of 30 days after the date of such final inspection, unless · the Contractor shall submit written evidence satisfactory to the Director that the claim has been·settled and a release has been obtained from tlie claimant.involved. . . If the claims concerned remams unsettled as of the expiration of the above 30'."day period, · the Contractor may be deemed to be entitled to a: semi-;final payment for work completed~ such· semi-final payment to be in the amount equal to the :total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of performance of such work, and. such semi-final payment may then be reyommeilded by the Director. The ·Director .shall not recommend fuial payment to a Contractor against whoni such a . . . cl~ for damages is outstanding for a period · of six months following the date . of the acceptance ·of the work performed unless the Contractor submits evidence in· writjng · satisfactory tot he Director that: . . 1. The claim has been settled and · a release . has been obtained from the . claimant involved, or · 2. Good faith efforts have been made to settle such outstanding· claims, and such ·good faith efforts have failed. · If condition (1) above is met at any time within the six month period, the Director shall recommend that the final payment to the Contractor be made. If condition (2) above is met at any time within the· six month period, the Director may recommend tbat final · ·J?ayment to the Contractor be · made. At the exp~ation of · the six · month period, the C6-6(7) ,· Direc::tor may recommend tha,t final payment be made if all . other work has been p~rfo~ed and all other obligations of the Contractor have ·been met to, the · satisfaction of the Director. . ' ' . . r.he Pit:e.ctor may;. if he deems it' appropriate, refuse to ~ccept bids on other Water Departm,ent . Contract work · fro~ a . Contractor against whom a claim ·for damages is outstanding as a ~sult o.f work .performed under a City Contract. · c6.:."6.i3 CONTRACTOR'S CLAJMFORDAMAGES:··' -Sh~ulcfdie Contractor claim . compensation foe any alleged qainage by reason of the acts or omissions of the '.Owner, he shall within three days after the actual sustaining of such alleged damage, make a written statement to the Engineer, setting out in deW} the nature of t4e alleged damage, and on Of befoi;e the 25th day -of the month succeeding that in which ant .such ~11-ge is claimed to have · been sustained,. the Corit:ractor shall file .with the Engineer an itemized statement of the details and the amount of such alleged .damage and , upon request, shall give the Engineer access to all books of a,ccount, receipts, vouchers, bills of lading, and other books or pap¢i:s containing any evidence as to the ~ount of such alleged damage. Unless such statements . shall . l;>e filed as hereinaQove required, the Contractor's claim ·. for compensation shall be waived, and he shall not be . entitled to payment on account of such damages. · C6-6.14 · ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC.: In case it is necessary to change, move; or alter in any manner ·the property of a public utility or others, ·the said prop~rty shall not. be moved or .interfered with. t;tntil orders thereup<;>n have bee~ issued by the Engineer. The right is reserved to. the owners . of. public utilitj.es to enter the ,geographical limits ~f the Contract for the purpose of making such changes or repairs . to the property .that may be necessary by the performance of this CoQ.tract. . .. C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing sewer lines have to be taken up or removed, the Contractor shall, at his own ~xpense ·and cost; prqvide and maintain temporary outlets and conne9µ.ons for all private or public drains and .sewers. _The ' Contractor shall also take care of all .. sewage and · drainage whic~ will be received fr<:>m these 4rams and s~wers, and for this purpose he shall provide and maintain, at his own cost and expense, adequate pumping facilities and temporary outlets or divisions. · · The Contractor, at his own cost and expense, shall construct such ·trougl:ls, pipes, or other structures necessary, and be prepared at all times to dispose of drainage and sewage received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers and connections shall be . kept in service and maintained under the Contract, except when specified or ordered to be abandoned by th~ Engineer. All water, sewage, an:d other waste shall be disposed of in a satisfactory manner so that no nuisance is created -and so that the work _.under constrJiction will be adequately prote.cted. C6-6(8) C6-6.16 ARRANGEMENT AND CHARGES FOR WAIBR FURNISHED BY THE CITY: When the Contractor desires .to use City water in connectiQli. with any construction work, he shall make complete· and .satisfactory arrangements with the Fort Worth . City . Water Department for so doing. · City water furnished to the Contractor shall be delivered to the · Contractor from a conn:ection on an existing City main. All piping required beyond the point of delivery · shall be installed by the C~ntractor at his own expense. · .· . The Contractor's responsjbility ·in the use · of all existing fire hydrant and/or valves is detailed in Section E2-l.2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges, if any, for water will be made at the regular established rates. -When meters are not . used, the charges, if any, _wili be as prescribed by t.he City ordinance, or where no ordinances applies, payment shall be made on estiµlates . and rates established by the Director of the Fort Worth Water Department. C 6-6.i? USE OF A SECTION OR PORTION OF THE WORK: Whenever, · in the opinion of the Engineer, any section or portion of the :work or any structure is fu suitable condition, it may be put into use upon the written notice' of the Engineer; and such usage sh~ not be · held to be in any way an acceptance of said work or structure or · any part thereof or as a waiver . of any of the provisions o! these Contract Documents. All necessary repairs and removals of any section . of the work so put into use, due to defective . materials or workmanship, equipment, or deficient oper!).tions on the part of the . Contractor, ·shall be performed by the Contractor at his expense . . ·.\,·.·. C6-6. l8 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written acceptance .by the Owner as provided for in these Contra~t Documents; the work.shall be under the charge and care of the Contractor, and be shall take every necess_ary precaution to prevent injury or damage to the work or any part thereof by" action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove causes. C6-6.19 NO WAIVER OF LEGAL RIGHTS: . Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of .the Contract Documents. Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent"breach . ' . The Ow~er reserves the right to correct any error that may be discovered in any estimate that may have been paid and to .adjust the same· to meet the requirements of the Contract · Documents. C6-6(9). : .. -: .. : . C6-6.20· PERSONAL LIABILITY OF P.tT.BLIC OFFICIALS ! :. In carrying out the.· . proyisfons of ,these "Co.1;1tract :Pocuments or in eJ1;erci.sip.g .. any power· pf authority , granted thereunder, there shall · be no liability upon the authorized , representative of .the · Owner~ e~ther pers·onally or other wise as they are agents and representatives of the City. -· C6-6.21 STATE SALES TAX:, On a contract awarded by the City .. of F.ort Worth, and organization which qualifies ' for ex~mption pursua])t. .the provisions ' qf Article 20.04 (H) of the Tex.as Limited Sales, Excise~· and Use Tax . Act, the Contractor· may purchase, rent or :lease all materials, supplies. and equipment used or consumed in the ·perfonµance of this contract by issuing to his supplier an exemption certific::ate • in iieu of the tax, said . exemption certificate to · comply with State Comptroller's Ruling .007. Any such :,· exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall .. c::qmply . with the .Provision of State CoIQptroller' s Ruling .0:11, and ·any ether applicable State Gomptroller's·rulings pertaining to the .Texas Limited Sales, Excise; and · . . Use '.tax Act. ,. On a .. contract awarded by a developer · for the construction of a publicly-owner improvyment in a street right-of-way or other easement which· ~as beeru;ledicated to the :, pµblic an<;J. the .. City · of ~ori Worth, · an organization whic4 qualifies.· . for · exemption pursuant $e provisions of Article 20.04 (H) of tlie Texas Limited Sales~ Excise, and Use Tax Act, the Contractor can probably be ex~mpted in the same)naniler stated above. . Texas Umited ·sales, Excise, and . Use Tax Act pe~ts and inf9rma,tion can ·~e obt$ed· from:, Comptroller of Public Accounts · · Sales Tj!X Plvision . . Capitol Station . Austiri, TX C6-6(10). ... •!"" ·. " PART C -GENERAL CONDIDONS 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 workmen under his immediate superintenda.J,1.ce, work . of a value of not less than fifty (50%) percent of tb,e value embraced on the contract. If the Contractor sublets any part of the work to be done under these Contract Documents, he will not under any circumstances be relieved of the responsibility and obligation assumed under these Contract Documents. All transactions of the Engineer will be with the Contractor. Subcontractors will be considered only in the capacity of empl<?yees or workmen of the Contractor and shall be subject tot he same requirements ~s 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 · pers~n or by a supei;intendent or other designated representatives. · · C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor . shall not assign, transfer, sublet, or othe~ise 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 ~ureties~ · · · I( the Contractor does, without such previous consent, assign, transfer, sublet, convey, or otherwise dispose of the contract or his right, title, or interest therein or any part thereof,. to any person or persons, partnership, company, firin, or corporation, or does by banlcruptcy, voluntary or involuntary, or by assignment under ·the insolvency laws of any. . ' states,' attempt to dispose of the contract may, at the option of the Owner be i;ev.oked and annulled, unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulinent, any ·monies due or to become due under or by virtue ~f said contract shall be retained by the Owner as liquidated damages for the reason that it would be impracticable and extremely dif:ficuit to fix the actual damages. C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction . operations, the Contractor shall . submit to the Engineer in five or more copies, if requested by the Engineer, a progress schedule p(eferably in chart or diagram form, or a brief outlining in detail .and step by step the manner of prosecuting the work and prdering, materials and equipment which-he expects to follow in order to complete the project in the scheduled time. There shall be s'Qbmitted a table of estimated· amounts to be earned by the Contractor during each monthly estimate period; · The Contractor ·shall commence the work to be performed under this contract within the time limit .stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials, and labor as is necessary to insure its completion within the time limit. · C7-7(1) •: i' The· sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents. Any Deviation :from such sequencing shall be submitted to the Engineer for bis approval. Contractor shall not proceed with ai:iY deviation. until he · has received written approval from the Engineer. Such specification or approval by the · Engineer shall not relieve the Contractor from full . responsibility·. of the con:i.plete · performance of :the Contract. . . . . Tue con:u.:act time .ro.ay be changed only-as se.t forth hf Section C7-7.8 EXIBNSION OF TIME OF COMPLETION of this Agreem~nt, and a progress schedule shall not constitu~e . a change in the contract time. · C7-7.4 LIMITATION OF OPERATIONS:. · The . woi:king operations shall. at all times be conducted by th~ Contractor so as to create a minim11P1 amount of inconveni~µ.ce . to the· publi~. At any time when, in: th~ judgment of the. Engineer, the Contr~ctor has .. obs.tructed or closed or is carrying on .operations in a pqrtion-of a · street or publfo way greater than is necessary for proper.execution of the work, the _Engin~_er may require the Contractor to finish the section on which operations are in progress before the work is cmmnenced on any a~~tional section or street. · . C7-7.5 CHARACTEROFWORKMEN .ANDEOUIPMENT: ~cal labor shall be used by the Contractor . when it is available. The Contractor may .:J,ri.J,J.g from outsicJ~ the, City of Fort Worth his key men and his . superintendent. All other workmen, including equipment operators, may be . imported only after the local. supply is exhausted. -The Contractor shall employ only such superin~endents, foremen, and WOrfilD;e~ who are careful,. competent, and :fully qµalified to .perf<>rm the <Juties and tasks assigned to them, and the Engineer may demand and secure the ·summary dismissal of ~y person or persons employed by the Contractor in or about or on the work who; in the op~on of the Owner, shall -misqoriduct himself: or to be found to· lJe incompetent, disrespectful; intemperate, dishonest, or otherwise objectiona~le or neglectful in the .. i?.1'<:>per performance of lµs or their duties, or who neglect or refuses to comply with or carry o:ut the direction of the · owner, and such persop.-or persons shall not be employed again thereon without written consent of the Engineer. · . . All wor~en sb,all have sufficient ~kill, ability, _and exp~rience to properly perform the work assigned to them a,nd operate any equipment necessary to properly carry out the performance of the assigned duties. Th.e Contractor shall furnish . and .maintain on the work aH such equipment as is considered to be necessary for the prosecution of the work in an acceptable manner and at a satisfactory· rate of progress. All equipment, tools, and machinery used for handling materials and executing any part of ·the work shall be subject to the approval . .of the Engineer and shall be maintained in a satj.sfactocy, safe .and efficient working condition. Equipµient. on any portion of the work sha"µ be such that no injury to the work. Workmen or adjacent property will result from its use. C7-7(2) • , C7-7.6 WORK SCHEDULE: ;Elapsed working days shall J:>e ·computed starting . with the first day of ·the .work completed as defined -in Cl-1.23 "WORKING DAYS" or the date stipulated in the 'WORK ORDER" for beginning work, whichever comes first. Nothing in these Contract Documents shall be construed as prohibiting the Co~tractor . from working on Saturday, Sunday -or Legal Holidays, providing · that the following requirements are met: a. A request to · work on a specific Saturday, Sunday or Legal Holiday must" be made to the Engineer no later that the preceding Thursday. b. Any work to be done on: the project on such a specific Saturday,.Sunday or· Legal Holiday ·must b~, m· the opinion· of the Engineer, essential to the timely completion of the project. · The-Engineer's decision shall . be final iJ?. response to such a request for approval to work on · a specific Saturday, $unday or Legal Holiday, and no extra compensation shall be allowed -to the Contractor for any w.ork performed on ·such a specific Saturday, SQnday or . Legal Holiday. · · · Calendar Days shall be defined in Cl-1.24 aiid the Contractor may work ·as he .so-desires. ~ . . . C7-7.7 TIME OF COMMENCE1vIENT AND COMPLETION: The Contractor s);iall coilfmence . the working operations within the time . specified in the Contract Documents and set forth in th~ Work.Order. Failure to ·do so shall be·considered by·the ·owner as abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit. The Contractor shall maintain a rate of progress such as will: insure that the whole work will be performed . and '. ·the premises cleaned up in accordance · with the . Contract Documents and within the time established in such documents and such extension of time as may be properly authorized. · C7-7 .8 EXTENSION OF TIME COMPLETION: The .· Contractor's · request for ail extension of time of completion shall . bi:f considered oti]:y when the request for such: extension is submitted in writing to the Engineer within seven days from arid ·after the time alleged cause of delay shall occurred. Should .an extension of the time of completion · be requested such request will be forwarded !O the City Council for approval. · In adjusting the contract time-for · completion of work, consideration will be given to unforeseen causes . beyond 'the control of arid : without tJ;ie fault -or negligence · of the Contractor, fire, flood, tornadoes; epidemics, quarantirie restrictions, strikes," embargoes, or cielays of sub-contractors due fo such causes .. · C7-7(3) When the date of completion is based on a calendar day bid, a request for extension of time because of. inclement weather ~ill not be .considered. A reqQ.e~t for extension of time , due· to inability to · obtain supplies and materials ~in be considered only w4en a review of. the Contractor'~ purcb,ase order : dates . and , other pertinent data as requested. by the : Engineer indicates that ·the Contractor has made a boila:fide attempt to secure delivery on schedule; This spall .iilclude efforts tp ·obtain lhe supplie~., and.materials fr9m alternate . sources in case the'J~irst source canriot make delivery. . .. . . . If satisfactory execution 'and coinpletion of the contract should require work ~d mafoiials . in greater amounts or quant;ities. than· tliose set forth in the approved C01;1tract Documents, . then the contract time. mat be ,increased by Cliange .Order. C7-7.9 ·,DELAYS: . The ~ontractor shall . receive no compensation for delays or hindrances· to the work, except when direct ~d unavoidable exJra cost ··to the Contractor . is caused by the failure of the City to provide information or m,aterial, if any, which is .to be furnished by the City. When such extra compensation is claimed, a written statement thereof shall be presented by ~e C~ntractor to the Engineer and if by the .. Engineer .found0 • correct, shall . be approved -a.nd ref~rred by the. Engineer · to the City -Council .for final approval or disapproval; and the action thereon by ' the City Council shall be final . and binding. If delay is caused by specific orders given by the Engineer to stop. work,.coi: by the performance of extra work, or by the failure of the City to provide material or necessary ins.tructions for carrying on th~ work, the.n such del.ay will entitle the Contractor to an equivalent extension of time, his application for shall; however, be subject to the approval·of the City Council: and·no such extension of time &hall -i:elease th.e Contractor or . the .. surety on his performance bond. from: all his obligations hereunder which shall, remain in full (orce until the discharge of the contract · . . . C7-7.10 TIME OF COMPLETION: The time of completion is an essential element of the Contract .. Each bidd~r .sl;tall m.dicate in the appropriate .place OJ). the la~t page of the proposal, ·the number of work:mg days or c~e~dar.,days that. b,e. will .require to fully complete thi~ contract or the tin;ie of completion will -be specified 1:>y the City in the proposal section of the Contract Documents. ' · The number-of d~ys indicated shall b~ a realistic ~ti.mate of the time required to complete the . worlc covered by the specific contract . being hid upon: The ainourit of• time so stated . by the succ;:essful bidder or .the City .will become the tim~ of completion specified in the Contract Documents. · · · For each calendar .day that any work shall remain uncompleted after the time specified in the Contract Documents, or increased time granted by the Owner, or as automatic~y ·increased by additional work or materials ordered afte( the contract is signed, the sum.p_er day given, in the following schedule, mµess otherwise . specified in other parts of . the Contract Documents, will be deducted from tQ.e monies due the Contractor, not as a penalty, but as liquidated damages suffered by the·E>wn:er. C7.,7(4) ' .. ' AMOUNT OF CON1RACT AMOUNTOF LIQUIDA'IED DAMAGES PER DAY Less than $ 5,000 inclusive $ 35.00 $ 5,001 to $ 15,000 · · inclusive $ 45.00 . $ 15~001 to $ 25,000 . inclusive $ 63.00 $ 25,001 to $ 50,000 inclusive $ 105.00 $ 50,001 to $ 100,000 inclusive $ 154.00 $ 100,001 to $ 500,000 inclusive $ 210.00 $ 500,001 to $1,000,000 inclusive $ 315.00 $1,000,001 to $ 2,000,000. inclusive $ 420.00 $2,000,000 and over $ 630.00 The parties hereto understand and agree that any harm to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the Contract Documents would be incapable or very difficult to calculate due to : lack of accurate information, and that the "Amount of Liquidate4 Damages Per Day", as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. C7-7.1°1 SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court, and will not b~ entitled to additional compensation .by virtue of.such ·court order. Neither will he be liable to the City in the vent ·the work is suspended by a Court Order. Neither will the Owner .be liable to the Contractor by virtue of any Court Order or action fqr which the Owner is not solely responsible.· · · C7-7.12 'IEMPORARY SUSPENSION:-·The Owner-shall have the right to : suspend the Work operation wholly or in part for such period or periods of time as he.may deem necessary due to unsuitable weather conditions or any other unsuitable conditions whic~ in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. Dwjng temporary suspensio1:1 of the work covered· by this contract, for any reason, the Owner will inake no extra payment for stand-by time of construction equipment and/or construction crews. . If it should become necessary to suspend work for an indefinite period, the Contractor · shall store all.materials in such manner that they will not obstruct or impede the p1,1blic. unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall· provide -suitable drainage about the work, and erect temporary structures where necessary. Should the Contractor not be able to compiete a portion of the project due· to causes beyond the control of and without the fault or negligence of the Contractor as set forth in ·· Paragraph C7-7.8 EXTENSION OF THETIME OF COMPLETION, and should ft be . C7-7(5) deter.mi.Jied by mutual consent of the Contractor and. the Engineer that ·a solution to .allow construction tC> proceed is not available within a reasonable period of tjme, then the Contracttir may .1:,e reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined· by the Engineer that . construction may be resumed. Such reimbursement sq.all be based on actual cost to · the Contractor of moving the equipment and no profit will be allowed. · · No· reimburs.ement shall be · allowed if the-·equipment is moved to another construction · . ptojectfor the City of Fort.Worth. ·' · -- . . . The Contractor shall not suspend work without written notice from ·the Engineer and shall pro·ceed with the work operations promptly w~eri notified by the Engineer to so .resume · operat;ions. C7-7.13 1ERMINATION OF CONTRACT DUE TO NATIONAL E'.tvmRGENCY: · Whenever, because of National Emergency, so declared by the p~esideri.t o;f the ·-United States or other lawfui authority, it becomes impossible for the Contractor to obtafu. all of. the necessary . labor, materials, and . equipment for the prosecution of :the· work with · reasonable. continuity for a period of two months, the Contractor shall within ~even days notify the .City in writing, .giving a detailed statement of the efforts which have been made and listing all necessary items of labor, materials, arid equipment not obtainable. If, after investigations, the owner finds that such conditions existing and that the inability o( the Contractor to proceed is not attributable in. whole or in part to the fault · or.neglect of the Contractor, than if the ·owner caimot after reasonable effort assist the Contractor in . procuring and maki.Iig available the necessary labor, materials, : and equipment . withiri. thirty days, the Contractor my request the owner to terminate the contract and the ·owner · may comply with the request, and the termination shall be conditioned and · based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment'shall be.made·in accordance with the terms .of the .agree4 settlement, whicJ:rsh~ · include. But not be limited to · the payment for . all work executed but not anticipated profits on work whi~h ·has not been performed . ... C7.,7.14 SUSPENSION OR ,ABANDONMENT .OF THE WORK AND ANNULMENT OF THE CONTRACT: The work operations on all or any portion or section of.the work under Contract shall be suspended immediately on written ·order of th~ Engineer or the Contrac~ may be declared canceied by the City Council for any good and sufficient cause. The following, by way of example, but not of ~tation, may be considered grounds for suspension or cancellation: · · · a. Failure of the Contractor to commence work operations within the time·. specified in the Work Order issued by the Owner. b. Substantial evidence · that progress of ·the work operations by the Contractor is insufficient to complete the work within the specified time. C7-7(6) I c: Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working opei:ations. d. Substantial evidence that the Contractor has abandoned the work. e.. Substantial evidence that the Contractor has b~come insolvent or bankrupt, or otherwise financially unable ~o carry on the work satisfactorily. f. Failure o~ the part . of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or Owner provided for in these Contract Documents. g.. ·Failure of the Contractor promptly to make good any defect in materials or workmanship, or any defects of any nature the correction of which h~ been directed in writing by the Engineer or the Owner. · .h . Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the coJ?.5truction of work under contract. · · i. A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the ·benefit of .any creditor or for any other purpose. j. . If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptabl~ manner. k. If the Contractor commenc~s legal action against the Owner. A Copy of the suspension order or action of the City Council shall be served on the Contractor's Sureties. When work is suspended for any cause or causes , or when the contract is canceled, the Contractor shall discontinue the work or such pari: thereof as tlie owner shall. designate, whereupon the Sureties may, at their option, assume the contract or that · portion thereof which the Owner has ordered the Contractor to discontinue, and may perform the same or may, with written consent of the owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has . . been -served upon the Contractor and upon the Sureties or their authorized agents. The Sureties, in such event shall assume the Contractor's place in all respects, and shall be paid by the· Owner for all work performed by them in accordance with the terms . of the Contract Documents. All monies remaining due the Contractor at the time of this default shall thereupon become du~ and payable to the Sureties as the work progresses, subject to all of tll.e terms of the Contract Documents. · C7-7(7) . ' 1 ~ case t:he Sureties -do not,.witbin the hereiit.above specµied time, exe:,;cise their right and option to assume the contract responsibilities, or ~at portion ther~f which the Owner has ordered the Contractor to · discontinue, then the Owner shall have the power to complete, QY .c.ontract or otherwise, as it may det~rmi,ne, the work .herein described or such work thereof as it may . deem necessary, and the Contractor hereto agrees that the Own~r . shall hav~ the · p.ght to take. pqssession of and use any materials, plants, tools, equipment, supplies, and-properly of any kind provided by the Contr~ctor for the purpose .of carrying on the work ·and to procure other tools, equipinent, materials, labor and property fot the completion <>f the work, and to charge to . the a~count. of the Contractor of said contract expense for labor,· mat~rials, tqols, ~uipmep.t; an~ ~ ~xpenses incidental thereto. The expense. so . charged shall-be deducted ~y the. owner :fyom -such monies as may · be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall_n<>t ·b~_.required to obta.4l the lowest bid · .for the work completing t4e contrac~ but the . expense ~o be deducted shall be the actual cost of the owner of such work . . fu case such ex,:penses .sha)l exceed. the amount which would hav_e been payable under the Co1;1tract if. the S!lllle -had been completed by the Contract,. then the Contractor and his Sureties shall pay the amount of such excess to the City on notice :fro:rii th~. Owner of the excess due. When any particular part of the work is being c·arried on by the Owner by contract or otherwise ui:l4er the provis~ons of this sectio:g., the Contractor shall continue . · ... the remainder of the work in. conformity with the terms of. the Contrad Docuinents and in such a manner as to not hinder or interfei.'~ with the perfopnance of the work by . the Owner. · C7-7.15 FULFILLMENT OF CONTRACT: The C~ntract will ·be: ~onsidered as having been fulfilled, save as proyided in any bond or bonds or by law, when all the work ap.d all sections or parts of the project coverecfby tl:J.e Contract D.ocuments · have been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner. · C7-7.'t6 TERMINATION FOR CONVENIENCE.OF THE OWNER:. The performance . ·q( the w<>rk .under thi~ contract may be terminated by the Owner in whc:>le, or from time to time in part, ~ accordance with this section, whenever the Owner shall determine that such termination .is in the best interest of the Owner. .. . . . A. NOTICE OF TERMINATION: . .. Any Termination .. shall be effected by mailing a ·notice of the termination to the Contractor specifyii;lg. the. extent to which performance of work under the contract is terminated, and ~e date upon which such temµilatio~ becomes effective. Receipt of the notice . shall be deemed c~mclusively presumed , and established when-the letter is placed in the United States. Postal Service ~ail by the Owner. Further, it shall be deemed conclusively presumed and esU1blished that such · termination is made with just cause as therein stated; and no proof in any C7-7(8) ·B. cfaim, d,emand or suit shall be required of the · Owner regarding such discretionary action CONTRACTOR ACTION: After receipt of a notice of termination, and except as otherwise directed by the Engineer, the Contractor shall: . 1. Stop work under the contract on the date and to the extent specified in. the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated; 3. terminate all otders and subconp:acts to the extent that they relate to the performance of the work terminated by notice of termination; 4. transfer ~tle to the Owner and deliver in the manner, at the times, and to the extent, if any, directed by the Engineer: a. the fabricated or wµabricated . parts, work in progress, completed work, supplies and other · material produced as a part of, or · acquired in co~ection with -the performance -~f, the work terminated by the. notice of the termination;. and . b. ·, The completed, or partially completed . plans, drawings, information and other property· -which, if -the contract had been completed, would have been required to be furnished to the Owner. 5. complete performance of such wqrk as shall not have been terminated by the notice of termination; and . 6. Take such action as may be necessary, or as the Engineer zp.ay direct, for the protection . and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. · At a time not ·later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the Engineer a list, . ·certified as to quantity and q~ality, of any or all items of. termination inventory not previously disposed of, exclusive of items the disposition of C7-7(9) C. D. E. F'. .. ·. which has been direc.ted.or authorized ~y Engineer,-Not later thm 15 days thereafter, the owner shall accept title to such items provided, that the list submitted shall be subject to verification by the Engineer upon removal of the items or, if the items are stored, within 45 days .from the . dat~ of submission of the list, ~d · any necessary. adjustments to correct the list as sub~tted, shaiI. be made prior to final settlement. . . . TERMINATION ·CLAlM:· · Within 60 'days after the notice of · termination~· the · Contractor ·shall submit his termination cl~ to ·the . Engineer in the form and with the certification prescribed by the Engineer. Unless . one o.r more extensions in writing are granted by the Owner upon reqµest of the Contractor', made in writing within such 60-day period or authorized extension there.of, any and all su ch claims shall be conclusively deemed waived. AMOUNTS: Subj~ct · to · the prov1s10ns of Item C7-7.l(C), the Contractor and the Owner may agree upon the whole or any part of the amount or amounts to be p~d to· the Contractor by reason of the total or . partial tennit:u1tion of the work p~suant hereto; provided, that such agreed amount .or amounts shall .never-exceed the total contract pric~ reduced by the amount of payments otherwise made and as further redµced by the contract · price work not terminated. The contract shall be amended accordingly, and, -the . C~>ntractor shall · be paid the agreed amount. No amount shall be due for lost or anticipated profits> Nothing in C7-7 .16(E) hereafter, prescribing .the amount to be paid to the Contractor by reason of. the· termination of work pursuant -to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agre_ed upon to be paid to the Contractor pursuant to this par~graph. · FAil.,URE TO AGREE: Jn the .event of the failure of the Contractor and the Owner .to agree as provided in C7-7.16(D) upon the whole amount . to be paid to the Contractor by reason of the termination of the work pursuant to this section, the Owner· shl:µ1 -determine, on the basis · of information available to it, the amount; if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts . determined.-No amount shall be 4ue for lost or anticipated profits. DEDUCTIONS: In arriving at the amount due the Contractor under · this section there shall be deducted; 1. all unliquidated advance or ·other payments on account theretofore made to the -Contractor, applicable to the terminated portion of this contract; C7-7(10} 2. any claim which the Owner may have against the Contractor in connection with this contract; and 3. the agreed.price for, or the proceeds of the sale of, any materials, supplies or other things kept by the Contractor or sold, pursuant · to the provisions of this clause, ap.d not otherwise recovered by or credited to the Owner. G. ADWST.MENT: If the termination ,hereunder be partial, prior to the · settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an equitable adjustment of . the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or pric;es; noting contained herein, however, .shall limit the tigp.t of the owner and the Contractor to agree upon the amount or amounts to be paid tot he. Contractor for the completio0: of the continued portion of the contract when said contract does not contain an established · contract price for such continued portion. H. NO LIMITATION OF RIGHTS: Noting contained in this section shall limit or alter the rights which the Owner may have for termination of this : contract under C7-7.14 hereof entitled ."SUSPENSION OR ABANDONMENT OF THE· W~lRK AND. ANNULMENT. OF CONTRACT" or any-other right which the Owner may have for default or breach of co~ttact by Contractor. C7-7.17 SAFETY.METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. · The Contractor shall comply with federal, state, ?lld local laws, ordinances, and regulations so as to protect person and property from injury, including death, or ~age in connection with tlie work. C7-7(11) PARTC-GENERALCONDIDONS C8-8 1vIEASUREMENT AND PAYMENT SECTION C8 -8 MEASUREMENT AND PAYMENT C8-8.l 1vIEASUREMENT OF QUANTITIES: The determination: of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall ·be made by the Engineer, based on measurements made by the Engineer. These measurements will be made according to the United States S(andard Measurements used in common practice, and will be the actual length, area, solid contents, numb,ers, and weights of the materials and item installed. · · · C8-8.2 UNIT PRICES: When in the Proposal a ~'Unit Price" is set forth, the sai~ "Unit Price" shall include the furnishing by the Contractor of all labor, tools, ~aterials, machinery, equipment, appliances and appurtenances necessary .for the construction of and the completion in a . manner acceptable to the Engineer of all work to be done upder these Contract Documents. · · · : · The ''Unit Price'7 shall i.qclude all permanent and temporary protection of overhead, · surface, and underground structures, cleanup, furlshing costs, overhead .expense, bond, insurance, patent fees, royalties, risk due . to the elements and other clauses, delays, · profits, injuries, damages claims, taxes, and all other items not specifically mentioned that · may pe required to fully construct each item of the work complete in place and in a satisfactory condition for operation. · · C8-8.3 LUMP SiJM: · When in the · Proposal · a ''Lump Sum" is set forth, the s~d ''Lump Sum" shall represent the· total cost for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenance~, and all subsidiary work necessary for the construction and completion of all the work to provide a complete ·~d functional item· · as ~etailed in the Special Contract Documents and/or Plans. C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation as h;erein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced ~nder 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 obstructio~s which may arise or be encountered during the prosecution which may arise . or be encountered dl.¢ng the prosecution of the work at a.Ii.y 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 prosec1,1tion of the working operations as herein specified, or . any and all infringements of patents, trademarks, copyrights, or other legal reservations, C8-8(1) and for comple.t;ing the work in, an acceptable manner accordmg to the terms of the Contract Documents. · · The payment of any currei:it or partial estimate prior to ·the fmal acceptance of the work by · the Owner shall in no way constitute .. an acknowledgment of the accept~ce of the 'York, materials, or equipment, nor in any way prejudice or affect the ''dbligatfons' or'' the Contractor . to .repair, correct, renew, or replace at his own aIJ.d . proper expen~e-an,y defects · or imperfections in the construction or in the sti:en~ or qu~iy of the m~teri~ us.ed or equipnjent or machinery :fuinished in or about t4e· coilstriidioil of the w_oik wider ·contract and ~~ appurtenance~, or any damage due or attributed to. such defects; whi~h defects, imperfections, or damage shall have been d.iscoyered on or before tl;ie final inspection and accepuµice of the work or during the one year guaranty period after the final acceptance'. The Owner shall be ~e sole judge of such defects, imperfections, or damage, and the· Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.5 PARTIALESTIMATESAND .. RET~AGB(·· ... · Betwe~n . th~-1st an~ .the ··Sth day of each month, the Contractor shall .submit to t4e Engineer a .statem~nt showing an estim~te of the value of the 'York done during the previou~ month, or es~ate period wider the Contract Documents. Not later than the 10th day of th~ month, th~_Engineer shall verify such estimate; and if it is found to be acceptable and the value of the work pei;f~.r;m.ed s~ce the last partial payment was made exceeds o:p.e hundred dollars ($100:00) inn amount, 90%. 9f such estimated suin will be paid to the Contractor if the total contra~t amount is le.~s than $400,000;00, or 9S% of such estima~ed sum will be paid. to the Contractor if the total contract l:lID.OUnt is· $400,000.00 or greater, within .twenty .. five (25) days· after the . regular estimate period. The City will have the· option of preparing estimates on forms furnished by the Gity. · The partial estimates may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work as a permanent part thereof, but wbich at the time of the .estimate have not been installed (such :paymen,t will. be allowed on a basis 'of.85% of.the n~t invoice 'vaiue thereof). Thi . Contractor shall· furnish the Engineer .such infotm~tio~ as he may request to aid him as a guide ll! the verification or the preparation of partial estimates. . It is understood that partial estimates from month to month will be approximate only, all partial monthly estimates and payment will be subject to correction in the estimate . render~d following the discovery of an error in any previou~ estimate, and sucJ:J. estimate s~all not, in any r~spect, be takeµ as an achnis~ion of the O;wri.er of the amount. of work done or of its quantity of sufficiency, or. as . an acceptance· of the work done or the .release of the Contractor of any of his responsibilities ·under the Con1;ract DocWll.ents. The City reserves the right to withhold. the payment of atiy monthly es~ate, if the · · Contractor fails to perform the work strictly in accordance with the ·specifications or provisions of this Contract. . CS-8(2) · . C8-8.6 WITHHOLDING PAYMENT: · Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is-not in accordance with the requirements of the Contract Documents. C8-8 .7 FINAL ACCEPTANCE: Whenever the improvements provided for .by the Contr3:ct Documents shall have been. completed and all requirements of the Contract . Documents shall have been fulfilled on the . p·art of the Contractor, the Contractor shall notify the Engineer in writing · that the improvements are ready for final inspection .. The Engineer shall notify· the appropriate officials of the Owner, will within a reasonable time make such final inspection, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final . estimate and recommend final acceptance of the project and final : payment thereof as outlines in paragraph C8-8.8 below. · C8~8.8 FINAL PAYMENT: . Whenever all the improvements-provided for by the Contract Documents · and all approved modifications -1;hereof shall have been completed and all requirements °'f the Contract Do.cunients have be~n fulfil1:ed · on the part of the .. Contractor, a .final estimate showing . the value of the work will be prepared by the · Engineer as. soon as the necessary measurements, computation~, and checks can be ~ade. All prior estimates upon which payment has =been made are subject to necessary corrections or revisions in the final _payment. . . The amount of the final estimate, less ·previous payments and any sums that have been· dedu9t~d or retained . tuider the provisions of the Contract J?ocuments; will be patd to . the Contractor w~thin 60 days after the final acceptance by the Owner on a· proper -resolution of ·the City Council, provided the Contractor bas furnished to the owner· s·atisfactory · · evidence of compliance as follows: Prior to submission of the fl.rial estimate for, paymeri.t, the Contractor shall execute an affidavit as furnished by the City, certifying that; · · . . . , A. · all persons;-firms, associations, cotporations, or · other organizations . funiisbing labor and/or materials have been paid in full, B. that the wage scale established by the City Council in the City of Fort Worth has been paid, and · ·.- C. . that there · are no claims pending for personal injury and/or property ·damages;· ~ The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the owner from all claims or liabilities under the Contract for an~g done · or furnished or relating to the work under the Contract Documents or any act or neglect of sai~ City relating to or co~ected with the Contract: · C8-8(3) The .. making of the final payment. -by . the Owner shall not relieve·. the Contractor of -any guar~tees or ot:4er requirem~nts . of the Contract Document$ ·whicb specifically .eontinue thereafter. · · 08-8.9 . ADEQUACY OF DESIGN:. . · ·. ·.·,It 'is· understood that the Owner believes it' has employed competent engineers and designers to prepare the Contract I)ocuments ·.and all modifications of the .approved ·CoritractDocuments .. it is, therefore,,agreed that the ·. Owner shall be responsible 'for the adequacy of its: own de·sign features, suffi~iency of the Contract Documents, tlie safety of the 'striicfure, mid ·tiie piicticability: of ~e · operations of the completed project; provided the _Contractor has complied witli: tbe requirements of the . said . Contract Documents,. all approved modifications thereof, and additions and alterations thereof ·approved in writing · by the Owner. The burden of · proof ·of such cqm.pliat1c~ shall be upon the Contractor to show that he has complied with . the Contract Documents, approved modifications thereof, and all alterations thereof.· . C8-8.10 GENERAL GUARAN.fY: Neither the final certificate of payment n~r any pr~vision in. the Contract . Documents nor ·partial or entire ·occupancy · or use of the pr¢mises by the Owner shall constitute an acceptance of the .work not done in accordance . with the · Contract Documents or relieve · the Contractor of liability in ··respect to any ·, expl,"ess warranties or re.sponsibility for faulty materials .or workmanship. The Contractor·., shall remedy any defects or ' dattlages in the work and pay for any dai;nage to the . other · wwk resulting therefrom . which shall appear witpin a period of one year from the . date Qf 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 -outljned. The Owner will w..,ve notice of observed defects with reasonable promptness. C8.-8.ll -SUBSIDiARY WORK: Any and all work specifically governed by documentary .requirement~ for the project, such as conditions imposed }?y the Plans, the General Contract Documents ' or these Special Contract Docum.ents, .. in , :w]µch no ·specitic item for bid has been provided for in the Proposal, shall be considered · as a subsidiary item of woi:k, .the cost of whicJ:i shall be .included.in the pric.e :bid . .i,n the Proposal, for each bid item. Surface restoration,· roclt _ex~avation .and cleanup -are general .items ·of work which fall in the category of subsidiary work. .... C8-8.12 IvllSCELLANEOUS PLACEMENT OF MAIBRIAL:. Material may be . ' ' allocated· under various bid items in the Proposal . to establish unit prices for · . . miscellaneous placen;i~nt of material. Th~se materials shall be. u~ed only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material · will be made for only that amouri.t of material used, myasured to the nearest one- tenth unit. Payment for mi.sceUaneous placement of materi~ .. shall ·be in accordance with the General Contract Documents regard.Jess of the actual aµiount used for the Project. C8-8.13 RECORD DOCUMENTS: . The Contractor sh~ keep o:µ.record a copy of all specifications, plans, addenda, modifications , shop drawings and samples at the C8-8(4) site, in good order ~d ~otated to show all changes made during the construction process. These shall be delivere~ to the Engineer upon completion of the work. C8-8(5) A. SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS General These Supplementary Conditions amend or supplement · the· General Conditions of the Contract and other provisions of the Co~tract Docun:ients as. indicated below. Provisions whieh are· not so amended or supplementeq. remain in full force and affect. B. C8-8.5 PARTIAL ESTIMATES AND RET AINAGE: 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 th~t the wor.lc is in progress. The estimate shall be proceeded by the City on th~ 10th day and 25th-day respectiveiy .. Est imates will be paid wit~ 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 .zpaterials are included within a pay estimate, payment _shall be based upon 85% of the net voice value thereof. The Contractor will furriish the Engineer sue~ information as may be reasonably requested to aid in the yeri:ficatipn or· the preparation of the pay estimate. For contracts of less than $400,000 at the time of executio'n, retainage shall be ten per cent ( 10% ). ~or contracts of $400,000 or more at the time of execution, retainage shall be five percent (5%). · · Contractor shall pay subcontractprs in. accord with the subcontract ·agreemep.t within five (5) business days after receipt by Contractor of the payment 'by City. Contractor's failure · to mak~ the required payments t9 subcontrac~ors will authorize the City fo withhold futµre payments fr~m the Contractor un?1 compliance with this paragraph is acc01;np1=i5h~d .. It is understood that the partial pay estimates will be appi:oximate 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 estjmate 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.ll of the General Conditions is deleted and replaced with :0-3 of ~art D -Special Conditions .. D. C3-3.11 INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" · Revised 10/24/02 Pg. 1 ., E. F. G. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its entirety and ;replace<;! with .the .foll9wing: Contractor covenants and agrees to indemnify City's engineer and architect, and their . · personnel. a,t the project site for Contractor's sole negligence. In addition, Contractor . covenants ~d agrees to indemnify, hold harmless anci defend, at its own expense, the Owner, its ·Officers, servants arid . employees, from and against any and all claims or &uits . for propelfy loss,. property damage, personal injury, inciuding death, arism,g out of,. or alleged to arise out of, the work and services to be performed hereunder by Contractor, its 9:fficers, agents, employees,. su~contractors, licensees or ~vitees, 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 employee's. Contractor ijkewise 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 condiµons of . this Contract, whether or not any such ,n;ury ·or damage':is caused in whole or in part . . by the negligence or alleged negligence· of Owner. its · officers. servants or enipldyees. In .. the · ~vent Owner receives a written · claim for dan:rages against the Contractor or .its subcontractors prior to final payment, final payment shail not' be made until ·.contractor either (a) submits · to Owner s·atisfactory evidence that the 'claim has been settled and/or a release from the claimant mvolved~ or (b) provides Owner with a letter from Contra,ctor' s liability insurance carrier that the claim has been referred ~6 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 9utstanding as a· result of work performed under'.·a ·city Contract. IN'CREAsED OR DECREASED QUANTITIES: Part· C -General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-43 INCREASED OR DECREASED QUANTITIES to read as follows: . . The Owner reserves the right to alt~r the quantities of the w.ork 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 decrease~ at the unit. prices as established in the co,itract documents. No allowance will b.e 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: . V ariatio,ns in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categori~s .. C3-3. l l INSURANCE: J:»age C3-3 (7): Add subparagraph "h. ADDITIONAL Revised 10/24/02 Pg. 2 . ' ' , . 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 Cmitractor's workers' compensation insut~ce policy. b. Certificates of insurance shall be delivered to the City of Fort . Worth, contract administratqr in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort .Worth, TX 76i02, prior to commencement of work on the · contracted project. · c. Any failure on part o( the City to request required insurance documentation shall not · constitute a "'."aiver of the insurance requirem~nts sp~cified herein. d. Bach 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 '!Jusin~ss 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. D~d11ctible lin;rl.ts, or . self-funded retention limits, on each policy must not exceed · $10,000.00 per occurrence unl~ss .otherwise approyed by t):ie City. ' .. . . . . . g. Other than worker's .compensation insurance, in lieu of traditional insurance, City may · consider alternative coverage or risk treatment measures t~ough insurance pools or risk · retention groups. The City must approve in writing any alternative coverage. h .. Workers' compensation 4tsurance policy(s)'. covering employees emp~oyed · on the project shall be endorsed with a waiv~r of subrogation providing rights of recovery in . favor of the City. . . . i. City shall not be responsibl~ for the direct payment of insuran~e premium costs for contractor's insurance. j. ~ontrac;tor'~ insurance policies shall ·each be endprsed to provide that such insurance is . primary protection ai;id any self-funded or conimer~ial coverage maintained by City shall not be called upon to 'contribut.e 'to loss recovery. . k. In the course of the P!Oject.: Contractor shall report, in a timely manner, to City's·. officially designated contract admfuistrator any known loss occurrence which could give rise to a liability claim or lawsuit or which cpuld result in a property los~. 1. Contractor's liability shall not be. limited to the· specified amounts of insurance required herein. · .Revised 10/24/02 Pg.3 H. m. Upon the request of City, Contraptor shall, provide· complete copies of all insurance policies required by these contract do~uments. . . . cs.:sA SCOPE OF PAYMENT: Delet~ CS-8.4, Scope of Payment at page CB:-8(1) is deleted in its_ entirety and replaced with the following: ... : . The Contractor shall receive and . accept the . coi:npe~ation as her~in provided, in full payment for .furnishing all labor, tools, matelials,. and incidentals for performing~ work copteinplated 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 aris~ or be encountered during ~he 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 paragr~ph CS-5.14) for all risks of whateve~ description connected with the prosec1,1Uon of the work, fo~ all expenses .incurred by or in consequ~mce 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 otper legal reservations, and for completing. the work in an acceptable manner according to the terms of the Coptract Documents. The payment of any current or parµal estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknow1edg~erit of the acceptance .of the work, materials, or equipment, ·nor in any way. prejudice or · affect the obligations of th~ 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 construciion of the work under contract and its appurtenances, or any damage due or attributed to suc,h 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) ye~ guaranty period after the final acceptance. The Owner shall be the sole judge of such defects; imperfections, or damage, and the Contractor shall ·be liable to the Owner for failure to correct the same as provided . herein. I. C8-8.10 GENERAL GUARANTY: Delete cs-s '.10, General Guaranty at page C8-8(4) js ~eleted in its entirety and replaced with the follqwing: . . . Neither the final certificate of payme~t nor any prov~ion in the Contract Documents, nor partial or entire occupancy or use of the premises by the Owner shai,_ constitute an acceptance of work not ·done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or worlananship. The .Contractor shall remedy any defec:ts or damages in the work and pay for any damage to other work ot property resl!lting therefrom which shall appear within a pyriod of two (2) years ·from the date of fmal 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 genera~ guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. Revised 10/24/02 Pg.4 Any reference -to any shorter period of time of warranty contained elsewhere· within the specifications shall be resolved in favor oft~ specifications, it . being "the · City' ifintent that the Contractor guarantee its work for a ·period of two (2) year~ following the date of acceptance of the p~oject. . . In the Special Instructions to Bidders, TPW contracts place · the · following in lieu of the existing paragraph 2. J. Part C -General Conditions, Section C2-21NTERPRETATI0N AND PREPARATION OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2.7, C2-2.8 and C2-2.9 with the following: K. C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is . delivered, .accompanied by its proper .Bid Security, to the Purchasing Manage~ or his representative at the o:ffici~ location and stated time set forth in the "Notice to Bidders. II It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. .The mere fact th~t a proposal was dispatched will not be considered. The Bidders . must have the proposal actually delivered .. Each proposal shall be fa · a sealed envelope plainly marked with the word "PROPOSAL, II 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: P.i;oposals actually filed w1th . 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 writµig; 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 th~ op~ion ·nf the · Own,er, be r~turned un~~ened. C2-2.9 TELEGRAPIDC 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 MaQ.ager prior to the said proposal opening time, and : provided further~ ·that the City Manager is satisfied that a written and duly authenticated confirmation of sucli ·telegraphic communication over the signature of the bidder was mailed prior to the prop'?sal opening time. If such confu~tion-is riot received within fo.rty-eight ( 48) hours after the proposal opening time, no further consideration will be given to the proposal · C3-3.7 BONDS (CITY.LET PROJECTS): Reference Part C, General Conditions, dated November 1, 1987; (City let projects) make the following re'1sions: 1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: Revised 10/24/02 Pg.5 . · . · .In order for a surety ,tQ . be acqeptable to..ttie Clty,._the :sur~ty mU$t (1) hold a certificate of . a1:1thor,ity frorn the . United States secr~tary of the tre~sury to qu~l!fy. as~ si:irety qn obligations permitted or requi.r~d under fe~ei'al law; or (2) nave . !:?btained re.insur~nce for any liability in excess of $100,000 from a reinsurer that Is 9:ythorized .arid . .adrnltted as a reim~urer in the state of Texas and is the holder of a certificate ·of authority :from the Untied States secretary:.of the treasury·to qu~lify as a $Urety on obl,igations permitted or r~qulred under federal law. Satisfactory proof of any such reinsurar.19e s~aJI be ... · provided to the City upon. request. The City, in its sole discretion, will determine the ·. ~dequacy ·of tt}e proof required herein •. 2~ Pg. C3,-3(5) Paragraph C3-3; 11 INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". ~ . . . ·. . . . 3. Pg._C3-:-3(6), Paragr~ph C3;-3.11 INSURANCE delete subparagraph "g. LOCAL AGENT 'F.OR INSURANCE AND BONDING". . .. . . • 1'' L. RIGHT Td AUDIT: J>art C ~ G~µei;al Conditions, Section C8-8 . I\1EASUREMENT AND PAYMENT; ~age C8-8 (5), aqd the foUow~g: ,. . . . C8-8.14 RIGHT TO AUDIT: ( a) Contractor agtees that the City shall, until the expiration of thre~ (3) years .after final payment unde~ this contract, have access to and the right to ex~e and photocopy any directly pe~eQ.t ~ooks, docu~ents~ papers and records -of. the Co.ntractor invol\1lllg : . transactions relating to tpis CQI;ltract. Contractor agrees that the .City shall ha..ve a99ess . .during ·norn;ial work:illg hours to all nec~~sary. Co:qtracto~ ;f~cilities aµd . shaU be pr9yided ;:tdeq11ate and appropriate W~rk space in order to C(?ndtjct audits in compliance . With the _pro~ions ofthis s~ction. The City shall give contractor .reasonable. advance notice of intended .~udits. . '• ~ ... (b) Contractor further agrees to include in all its subco~tra~ts hereunder a provision to the effect t4at .the subcontractor a~ees that the City sh~-until the expiration of three (3) years after final payment und_er the subcontract, have access to and tli~ right to examine and pbptocopy any clirec~y pertinent books, documents, papers and records of such · subqqntractor, involving _transactioµs to _the subcontra.ct, and.further, that City ~hall have access during n:oimal working hours· to all su~c9ntract01.:" facilities, and sh~ 1j-e provided adequate ap.~ appropriate . wor;k: space, in order t~ conduct . audits in compliance wit~ the provisiqns of this article. City shall give subcorit:,:actox ref,lsonable advance notice of intended audits. . . . ( c). Contractor and su_bcontractor agree to photocopy such dqcuments as may be . . requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: · · · Revised 10/24/02 1. 50 copies and under -10 cents p~r page Pg. 6 2, More than 50 copies -85 cents . for the first page plus fifteen cents for each page thereafter M. SITEPREPARATION: The Contractor shall clear rights-of-way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project · construction operations. The contractor's attention is directed tO' paragraph C6-6.10 work within easements, page C6-6(4), part C-General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will b·e consid~red to be included in the Linear Foot pric~ of ~he pipe. N. Reference Part C-Gen~ral ~onditions,.S~ction C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: . 1.. Wherever the word Watchmen appears in this paragrap4, it shaU be changed to the . . . word flagmen. · · 2. In the first paragraph, Jines five (5) and six (6), change the phrase take all such other precautionary-q:i.ea~ures to take all reasonable necessary measures. . 0. IvIINORITY/WO:MEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "IvlINORITY BUSINESS ENTERPRISE/WO!v.(EN-OWNED BUSINESS ENTERPRISE COMPLIAffCE" 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 per~t 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 Contrflctor 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) arid/or commission of fraud will result in the Contractor being determined to be irresponsible and barred froJD. participating in City work for a period of time of not less than thee (3) years. · Revised 10/24/02 Pg. 7 P. Revised 10/24/02 Pg.8 PART D -SPECIAL CONDITIONS -D-1 . _GENERAL ........................................................... : ...... : ................. .-...................................... 3 D-2 . COORDINATION MEETING ..................................... : ............................... : .......................... 5 D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ...................... 5 D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT ............... .-...................... 7 D-5 CROSSING OF EXISTING UTILITIES .......................................... : ............ :.:.-......... :.: ......... 7 D-6 EXISTING UTILITIES AND IMPROVEMENTS .' .................................... .' .... , ........................ 8 · .D-7 CONSTRUCTION TRAFFIC OVER PIPELINES ....... .-................. : ......................... : ............. 8 D-8 · TRAFFIC CONTROL ........................................... .-........................ : ..................................... 9 D-9 DETOURS ............................................................................. : .......... , ................................. 10 D-10 EXAMINATION OF SITE ..................................... : ............. · ........ : ............ : ...................... ·10 D-11 ZONING COMPLIANCE .................... : ............... : ................................... : ................ ,: ....... 10 D-12· . WATER FOR CONSTRUCTION ............................. : ........................ : ............................ 10 D-13 WASTE MATERIAL ...................................................................................................... 10 D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE ................ : ................ : .. : ............... , ... 10 b-15 . SAFETY RESTRICTIONS-. WORK NEAR HIGH VOLTAGE ~INES .................... : ......... 11 D-16 . BID QUANTITIES ........ _. ................................ , ........................ -: ............. .' ............. : ............ 11 D-17 CUTTING OF CONCRETE ............................. : ......................................... : ......... :: ........ 11 D-18 PROJECT DESIGNATION SIGN .............. : ............................. .':,, ............ :.:: ........ ;: ........ 11 . D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT:.-.. : .... ; ...................... ; ..... :. 12 D"'. 20 MISCELLANEOUS PLACEMENT OF MATER.IAL. .............. : ..... : .. : ....... ; ...... ~ ... .' ........ : ...... 12 D-21 CRUSHED LIMESTONE' BACKFILL .... ~~ ............ : ....... : ....... .-..................................... :: ... 12 D-22 2:27 CONCRETE ............................................... : ................. :·.: ....... : .............. :.:: .. ;.: ....... 13 D-23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION ............ .-...... : ...... :: .... .-............ 13 D-24 . TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS ...... .-.:: ... 14 D-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) .......... :: ..... 15 D-26 SANITARY SEWER MANHOLES ............ : ......... :: .. ·.:.: .................. ; ...... .' ... ': .... : ....... : ......... 16. D-27 SANITARY SEWER SERVICES .................... : ..... ;-................. :· ...... ::., .... : ....................... 19 · . D-28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING.FACILITIES ...... · •.. ~ ....... 20 D-29 . DETECTABLE WARNING TAPES ...... : ................ :.;:: .................... : •... :: .... :.: ................... 23 · · D-30 · PIPE CLEANING .................................................................... , .. ; ... :·: ...... :-:·: . .' ................ :: ... 23 D-31 DISPOSAL OF SPOIL/FILL MATERIAL. .......... : ............... : .............. : ..... : ........... .-.... 1 ...... 23 D-32 · MECHANICS AND MATERIALM~N'S LIEN ..... : ............ ::: .. '..; .. ;·.~ .... : .. .-;;: ... '. ..................... 23 D-33 SUBSTITUTIONS ................... : ..................................................................................... 23 · D-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER. .. : .......... 24 D-35 VACUUM TESTING OF .SANITARY SEW·ER MANHOLES .. ;: .. ;: ...... · .... :.: .................. : .. : 27 D-36 BYPASS PUMPING ................... : .... : ... : ...... : ............... : ... :: ....... : ........... :: ....... ::: ........... : ... 28 -D-37 POST-CONSTRUCTION TELEVISiON INSPECTION-OF SANITARY SEWER .•. : ....... 28 D-38 SAMPLES AND QUALITY CONTROL TESTING.' ................... .-.: ........... · ... '. ... ; ................. 30 D-39 TEMPORARY EROSION, SEDIMENT, ANO WATE:RP.OLLUTION CONTROL (FOR · DISTURBED AREAS LESS TH.AN 1 ACRE) .... : ................ .-.......................................................... 31 D-40 . INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES .......................... 32 D-41 PROTECTION OF TREES, PLANTS AND SOIL..., ................ : ....... : ............................... 32 D-42 SITE RESTORATION .................. ; ............................................................................... .'32 D-43 CITY OF FORT WORTH STANDARD PRODUCT LIST ....... ,.; ..................................... 33 D-44 · TOPSOIL, SODDING, SEEDING & HYDROMULCHING ................... : .. : ....................... 33 D-45 . CONFINED SPACE ENTRY PROGRAM ............................. ~ ......................................... 38 D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ............................. 39 D-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE Pl:,ANS) .. : .................... 39 D-48 CONCRETE ENCASEMENT OF SEWER PIPE ........................................................... 40 D-49 CLAY DAM ..................................................................................................................... 40 02/09/2010 SC-1 ... PART D:-~·:SPECIAL:. CONDITIONS 0.-50 . EXPLORATORY EXCAVATION (0-HOLE) ......................................... ,;~ ........................ : 40 0-51 INSTALLATION OF WATER FACILITIE~ .............. : ..•....... 1 ..... : ••••••••••••••••• .-•••••••••••••••••••• 40 51.1 Polyvinyl· Chloride· (PVC) ·water Plpe ... ; .... ::.-.... :· ...... :; ...•.... ;: .................. ;·: ...... ~; ........ :» .... 40 51.2 . Blocking ........ ;.; .... ~-.-i.; • .-.,·.; ..... .-.:: •••••• : ............ .-:.: •• ;.-:: ••••••••••• ;; ••• ; •• .-••••••••••• .-•• ;: ................... 41 51.3 Type of Casing Pipe ......................................... .-....... -.......................... , .................. ~ ....... 41 q1_.4 Tie-Ins ................... : ........................... , ..................... ; ......... : ... :; ... ~ .. : ..... ; .. .-..... ~-; ............... : ... 41 51.5 Connection of.Existing Mains .•. : ...... .-.-.,.:.-.. , .............. ;::.-..... ~.;., ... ;; ....... .-..... :.; ................... 41 51.6 Valve Cut-lns ..... : .......................................................... _ ..... : ..... : .•.. ~ .... _ ..... : ....... :~.: .............. 42 51.7 Water Servlcies.: ......................... :._ ............................. _ ............................ : •. ; ... .-....... .-........ 42 - 51.8 . 2-lnch Temporary Service Line .................... _ ............ -.;: ......... .-....•......•.................. .-:.;: ...... 44 51.9 Purging and Sterilization of Water.Lines ............................ -.: .... ;.: .................................. 45 51.-10 Work Near Pressure Plane Boundaries ..... ; ............ _ ....... .-..................... :, .................... ,: . .45 51.11 Water Sample Station .......................................................... : •............ : ................ : ......... 46 . 51.12 Ductile Iron and G(ay Iron Fittings .................... ;; .. ·:···; ................. :.: .............................. 46 D.-52 SPRINKLING FOR DUST CONTROL _ .... : ............................ .-.. .-: .......................... : .......... 47 0-53 DEWATERING ....................... .' ........................... : ................................. ~ ................... .-·., ... 47 0-: .54 TRENCH EXCAVATION ON DEEP .TRENCHES ....•...... , .... : ................................... ~ ..... 47 D."'. 5.5 .. . TREE PRUNING ............................................. , .... : ......•............. ; ................................. ; .... 47 0-56 TREE REMOVAL ............ .-: .................... , .•... : ...... -..... , .... , ..... : . .-... :._ .... ; ........................... .-... 48 · 0-5.7 TEST HOLES ........................... ; .... .-.: .... : ...... ::.~: ............. ; ... ;.;., ...... ; ...•. : ...... ; ..................... 48 o .. 58 . . PUBl,.IC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND . NOTIFICATION OF TEMPORARY WATER SERVICE .INTERRUPTION DURING CONSTRUCTION ............ .-... '. ..................................... .-: ... : . .-.-..... : ........ .-.... ;; .... : .... ; ....•........... .-............ : 49 0-59 ·TRAFFIC BUTTO~S .......... ; ...... ;; ................................................... ; ..................... , ... : .... 49 ·o-60 SANITARY SEWER SERVIGE CLEANOUTS._ ......................... .-, .... ,~.-.. , ..... , .. , ..... : .......... 50 · D'." 61 . TEMPORARY PAVEMENT REPAIR ............................... : ....... i •••• : •.••.• : ••..••.•••...•. .-•.. : ••• :. 50 D-62 CONSTRUCTION STAKES ............................. _ .. : ................. _. .....•............ ; ..................... 50 D-.63 EASEMENTS AND ·PERMITS ............................................. : ................................ : . .--.... ; ... 50 -0-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ......................................... ; .. : .... 51 0-65 .. WAGE RATES ..... _ ................... '.._ ....... .-............................... ~.-............................................ 51. 0-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE. .. ; ... , .............................. 53 0-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED.AREAS C!REATER THAN 1. AC.RE) .................................................................................... ·., •.. _.;, ......... _ ... .-•............ .-.-.. · .... .-.... 53 0-68 COORDINATl,ON· WITH THE CITY'S ,REPRESENTATIVE FOR OPERATIONS OF: -EXISr-lNG, WATER SYSTEMS .• -.-.-.;.:.-.: .... _ .•........ ,.: . .-.; .... ~ . .-........ : . .-........................... ;.· .......................... 55 . 0-69 ADDITIONAL SU.BMlnAL$ FOR CONTRACT .AWARD., .. .-.. .-.: ............. .-................ ; ......... 56 0-7.0 EARLY-WARNING SYSTEM .FOR-CONSTRUCTION .........•...... .-~: ........................ : ........... 56 . 0-71 AIR POLLUTION WATCH DAYS ............................... · ......•........... ,~ ...... , ....... -.. :-.......... : ........ 57 0-72 FEE FOR STREET ~SE PERMITS AND RE-INSPECTIONS ·.-..................... .-..................... 57 02/09/2010 S.C-2 : PART D -SPECIAL CONDITIONS This Part D -Specl~I Cond_itions 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: Grassl~nd Court Extended Drainage· Design CITY PROJECT NO.: 00479 TPW NO. P227-207280047983 . WATER NO .. P253-607170143583 DOE No. 5419 0-1 . GENERAL The orc:ter or precedence in case of conflicts. Of· discrepancies between various parts of the Contract Documents subject to the rulirig · of the Engineer shall generally, but not necessarily, follow the guidelines listed below: · · 1. Plans 2. Contract .Documents 3. Special Conditions The following Special Conditions shall be applicable to tnis project under the provisions . stated above. · The Contractor shall be responsible for defects in this project due to faulty materi~ls arid workmanship, or both, for a period of two (2) ·years from d~te of final acceptance of this project by the City of Fort ~orth · and will b~ required to replace at 'his expense any part or all of this project which becomes defective · due to these causes. · · Subject ·to moqifications as herein _contained, the Fort· Worth Water Department's General Contract .Documents .and Gel)ercil Specific1;1tions, with Jatest revisions, are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents and the rules, regulations, requirements, ·instructions, drawings ·or details · referred to by manufacturers name, or identification include therein as specifying, referring or _implying product control, performance, quality, or other shall . be ·binding upon the contractor .. The specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though require~ by all. · Any Contractor performing any work on F_ort Worth water or sanitary sewer facilities niust be pre- qualified with the Water Department to perform such ·work in accordance with procedures qescribed in the current ·Fort Worth Water Department General Specifications, which general · specifications shall govern performance _ of all such work. · · This contract and project, where applicable, may also be .governed by the two following published ·specifications, except as modified by these Special Provisions: 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRL)CTION .- CITY OF FORT WORTH 02/09/2010 SC-3 :·· ·i' PART ·o .~ SPl;CIAL CONDITIONS · 2. STANDARD.: SPECIFICATIONS f:OR PUBLIC-WORKS CONSTRUCTION -NORTH CENTRAL TEXAS . : ·, .:· . .. . ·:· .. . · .. ·.. . ·-.· . . Any. conflict between these contr~ct documents and the ;above 2 publications shall be resolved in · favor of these contract documents. · A copy of either of these specmcations may be ·purchased at the office of the Transportation and . Public Works Director, 1000 Throckmdrton :.Street, .2nd Floor, 'Municipal .Building, Fort Worth, Texas 7f3°102. The · specifications ai#>iicabie "to ·each pay i.tem are indicated by tlie cali-oiit for ttie . pay item by the designer. If not shown, then applicable published specifications It:) either of these docoments 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 . . ccmtract documents intact l'.l'l~Y ~e grounds fQt de$ignating ~i~$ as C'non-(esponsive" and . rejecting bid$ or v~idihg c~~~·ract as appropriat,_as determined by the _City Eng.ineer .. . . 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 qdiis repr~sentative ~t the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole re~pqnsibility'to deliver the proposal at th~ proper time to the proper place. The mere fc;1ct that · a proposal was dispatched . will not _. be considered~ The Bidder~ must have the proposal actually delivered. Each ·proposal shall be in a· ·s.ealed envelope plainiy mark.ad with the word "PROPOSAL",' ·and tti~ name or de~c:riptiqn of the project as desigliate!=J !n the "Notice to Bidders". The envelope shall be address·ed to the Purchasing ·Manager, City of Fort Worth Purch~sing Division, PO Box 17027, Fort Worth; Texas 76102. . 8. WITHDRAWING PROPOSALS: Proj:>osa.ls ac.t~ally filed with the Purchasing Manager cannot !)(;) withdrawn prior to· th.e ~ini'e,_set for opening ·proposals. · A req·uest for non-consideration of a . proposal must b~ made· 1n Writing·, addressed to the · City Manager, arid filed with him prior to th_e · time set f~r the · open,ng · of _proposals. After all proposals not . requested for non- consideration' are opened and publicly read · aloud, the proposals for which nori-consid~ration reque1?ts have . been· properly filed may, at the option of the Owner, be return~d unop~ned. 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 suc_h telegraphic comn:iunication is received .b.Y . th~ Purchasing Manager . prior tc? the said proposal op~ning time, and provided further,· that the City Manager is satisfied that a written and duly authenticated confirmation of such . telegraphic -comi:nunjcation over the sigrfa~ure of the bidder was mailed prior to the proposal opening time. If such corifirn,ation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given tq the proposal. 02/09/2010 SC.:.4 -- .... PART D .. SPECIAL CONDITIONS 0~2 COORDINATION MEETING For coordination purposes, weekly meetings at the job site may be required to main_tain 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 cpmmission, 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 serviqes 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 per~on contracted directly with the contractor and regardless of whether that person has employee~. This includes, without lim itation, independent contractors, subcontractors, leasing · companies; motor carriers, owner operators, employees <>f any sue~ entity, or employees qf 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 project1 "Services" does not include activities unrelated to the project, · such a~ food/beverage ven~ors, _office supply deliveries, and delivery of portable toilets. B. The Contractor shall. provide coverage,. based pn proper reporting of classification codes and . payroll amounts and filing of any cover~ge 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. · · b: If the coverage period shown on the contractor's current certificate of coverage ~nds 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 showinQ that coverage has been extended . . E. The Contractor shall obtain from each person providing services on a project,· and provide the governm·ental 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; alid · 02/09/2010 SC-5 . PJ.\RT O ~-SPECIAL. CONblflbNS 2. No later than seven days . after receipt by the cqntractor, a new certifica_te of co~erage showing extension of coverage, If the coverage period shown on the current certificate of · coverage enc:Js·~urlng 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 thereaij~~-. . ... G. The contractor shall notify the governmental entity · 1n writing by certified-mail .or personal delivery, within ten (10) days afte"f'the contractor knew or should have known, of any change that materially af'fect.s the prov_lsion of. coverage of any person providing services on the project. · · . . H. Tht;t contractor sh.all pos\ on eac~. project site a notice, in .the text, form and manner pre~cribed 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. • • • I. The contractor shall contractually require each person with wl)om it contracts to provide services on a project, to: 1. Provide coverage, based · on pr.pper reporting on ·classificatic;m .codes and payroll amounts and filing of any coverage agreements, which meets the ~tatutory requirements of Texas Labor. Code, Section 401.011 (44) for all of its employees providing .services on the project, for th~ duration of the project; . 2. · Provide to the .Contractor, prior to that person beginning work on the project, a certificate of coverage s~owir:ig that coverage , is being _provided for all ~rriployees of the person providing services on the prc;>j~ct, for the duration of the project; 3. Provide the C~ntractor, 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 prQvide to . the Contractor: a.) A certifl~ate. of coverage, prior to th~ other person beginning work on the project; and b.) A new certificate of coverage showing extension of coverage, prior to the end of the qoverage 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 govemment~I 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 pr.ovislon of coverage of any person providing services on the project; and 02/09/2010 PART P -SPECIAL COND .ITIONS 7. Contractually require each person with whom it contracts; to perform 1:1s required by paragraphs (1)-(7), with the ·certificates of coverage to be provided to the person for whom they are providing services. 8. By signing this contract or providing or causing to be· provided a certificate of coverage, the · contractor is representing · tq the governmental ·entity th.at all employees· of the contractor who will provide services on the project will be covered by worker's compensation coverage for ttie 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 SE!lf-insured, with the commission's Division of Self-Insurance Regulation. · Providing false or misleading information may subject the contractor to administrative, criminal, ciyil penal~ies · 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 entitle~ the gc.wernmental entity to declare the contract . void if the contractor does not remedy the breach within · ten d.ays after receipt .of notice of breach from the governmental entity. · · J. The contractor shall post a notiqe on each project site informing all persons providing services on the project that they are required to be covered, and . stating how a person m·ay: verify current coverage and report f~ilure to provide coverage. This notice does not satisfy other posting . requirements imposed by the Texas Worker's Conipensati'on Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title fr-1 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 tti~ ~orker· population. The tejq for t~e notices sha.11 be the following text, without any additional words or .changes: "REQUIRED WORKER'S Q'(?MPENSATION 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 insurailc;e. This includes . persons providing, ·hauling, or · delivering equipment or materials, or providing labor or transportation or other service related to the project,. regardless of the identity of their employer or status as an employee." · Call the Texas Worker's Compensation Commission at (512) 463-3642 to receive information on the legal requirement' for coverage;: to ., verify wt,te~her . your employer has·. provided the . required coverage, qr. to r~port an ,employer'~.failure to provide coverage": D· 4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project, it will be necessary to deac;tivate; for a P.eriod of time, .existing lines. The Contractor shall be required ·to coordinate with the Water Department to · ·determine the best times for deactivating and activating those lines.· D· 5 CROSSING OF EXISTING UTILITIES. . . . . Where a proposed WEiter line crosses over a sanitary sewer or sanitary sewer service line and/ or proposed sewe·r line crosses over a ·water line ·and the ·clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sa~itary sewer service line shall be · made watertight or be 02/09/2010 ·SC-7 ·PART D :;SPECIAL CONOiTIONS . . . c~r:i~tructed of qu9tile iron -pipe. The Engineer shall determine the required length of replacement. The m~terial for sanitary sewer mains and sanitary. sewer. ·1aterals sfJall be Class 51. Ductile Iron Pipe with po.lyethylen.e wrapping. The material for sanit~ry sewer service lines shall be extra · strength cast iron soil pipe with polyethylene. wrapping. Adapter fittings shall be a ureth~ne or neoprene. _901:1plir:ig , ASTM C-425 with series 300 stainless steel compr.ession straps. Backfill", fittings, tie"'.'ins and au other associated appurtenances require.d 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 IMPROVEM.ENTS The phims show the locations of all . known ·surface · an«:! 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 mutuaily agreed that such:failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing tlJe pay quantities in any manner whatsoever. . . . The· Contractor slJall be responsible for verifying the locations of and prote·cting all. existing utilities, · service lines, or ottier property exposed by his construction operations. Contractor shall make all neces~ary provisions (as approved or authorized by the applicable utility company) fo"r the support, protection and/or temporary relocation of all utility poles, gas lines, telephone cables; utility services, water main_s, sanitary sewer lines, electrical cables, drainage pipes, and all other ut.ilities · and · structures t;;oth above and · below ground during construction. It is· understood that the · · Contract9r 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 faciliti~s 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 utilitie_s .or service line~ 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 th~ Owner of the damaged utility or service line. · He shall cooperate wit_h the Owners of all utilities to locate existing underground ·fadlities and notify .the Engineer of any conflicts in ·grad~s and alignment. · · · In case it is necessary to change or move the property of a.ny owner of a public utility, such property shaU not be moved or interfered with until ordered to-d9 so by the Engineer. The right is reserved . to the' owner of pub.lie 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 Engin~er to be accµrate as to extent, location, and depth; they are sho~n Qn 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 i~ apparent that certain construction vehicle·s could exceed ·the· lo~~ bea~ing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new 02/09/2010 SC-8 PART D -SPECIAL CONDITIONS line and the existJng lines from these possibly excessive loads. The Contractor shall not, at any time, cross the e~isting 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 con$tructlon operation. · D-8 TRAFFIC CONTROL The contractor will be required to optain a "Street Use Permit" prior to starting work. A~ part of the "Street Use Permit'' a traffic control plan is required. The Contractor shc;tll be r!3spon!;ible for providing traffic control quring the construction of this project consistent with the _ provisions · set forth in the "Latest Edition Texas Manu~I on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas· Uniform Act Regulating Traffic on Highways,'.' codified as Article 6701 d Vernon··s Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. · Unless otherwise included as part of the Construction documents, the Contractor shall submit a traffic control plan (duly sealed, signed and dated by a Registered Professional Engine~r (P.E.) in the state of Texas), to the City . Traffic Engineer [Tel (817)392-8770] at or before the preconstruction conference. The P.E. preparing the traffic control plan may utilize standard traffic reroute configurations posted as "Typicals" on the City's Buzzsaw website . Although work will not begin until the traffic control plan has been reviewed and approved, the Contractor's time will begin ·-'._. in · accordance with the timeframe mutually established in the 'Notice to Proceed' issued the Contractor. The Contractor will not remove any regulatory sig·n, 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 Transport~tion and Public Works · Departm~rit,· Signs and Marking~ Division, (Phone Number · 817~392-7738) to remove· the sign. · In · · the case· of regulatory signs·, the ·· Contractor· must replace the permanent sign with ~ 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 arid Markings Division to re!nstall the permanent ~ign and .snail lea·v.e 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 t:>y the City Traffic. Engineer and ih accordance with the applicable provision of the · "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas.'!. The lump sum pay item for traffic control shall cover design and / or installation, and maintehance of th~ traffic contrpl plan. · 02/09/2010 SC-9 ,. · . . . . . . .: .. .-.-PART D -~.SPECIAL C0ND1Tl0NS D-Q . DETOURS Th~ c;:c;>nt~actb~ _s"t1all p_ro~~cute ~i_s_ work in such a f'!la _r:mer _as to create a minimum of int~rr"uption to traffic· and pedestrian facilities · and to· the flow of vehicular and pedestrian . traffic _within ~he project area .. . D-·10 : W.(vilNATION OF SIT~:· It shall be the responsibi_lity: of. the prospective bidder to vi_s_it th~ project site and m~ke 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 Prop()sal .~nd all ur:iysual conditions, "Yhich may . gjve, ri~e .. to later ·contingencies should be brought to the attention of. the Own~r prior to the . submi$sion of the Propbsal. ' : ~ . . . D-11 ZONiN(fCOMPL_IANCE . ~ ! . .. · During . the · construction of this project;. the Contractor · -shall comply \1Vith present zoning · requirements of the City of Fort Worth in the use of vacant property for storage purposes. · ·D-12 · · WATER :.FOR CONSTRUCTION · rhe .conttactor -~t his own ex·p~nse will furnish water for constrii'ctiori. . . . . . : .. . ,·· . 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 th~ 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 abuttirig property. 0-14 PROJECT CLEANUP AND FINAL ·ACCEPTANCE · To~· Contractor shall be aware that ~eeping the proj~ct site .in .. ~ ·:o.e~t' "arid ord~rly condition is . C9nsidered an integral part of the contra~ted work and as such sh~ 1;,e considered sµbsidiary to the appropriate bid iteins.. Cle;:m . up work sl;i.ajl be done as directed . by the Engineer as the work progresses or as needed. If, in the opinion ofthe 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) wp.1 be reduced by 25%. Final cleanup work shall be done for this project as soon as all coi:istruction has been· completed. No more than seven days shall elapse after cor11pletion of construction before the roadway, right- 02/09/2010 SC-10 . .... - PART D .. SPECIAL CONDITIONS of-way; or ea~ement 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 Clfy 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 shall give final acceptance of the completed project work. · D-15 SAFETY RESTRICTIONS· WORK NEAR HIGH VOLTAGE LINES . . The followin_g procedures will be followed regarding the subject item on this contract: 1. A warning .sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed · inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. · The warning sign shall read as follows: "WARNING -UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET.OF HIGH VOLTAGE LINES." 2:. Equipment that may be operated within ·ten feet of high voltage lines.shall have insulating cage-type .of guard aboutthe boom o~ arm, except back hoes or dippers, and insulator links on the 11ft hook connections. · · · 3:. When _necessary : to work . withiri six feet of. high voltage electric lln~s. · notification shall be given the . power company {ONCOR) who -will erect temporary _mecha_nical 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.tne City of Fort Worth. The notifying department shall maintain an accurate log ·of all such calls to .bNCdR, and shall record action taken in each case. · · . . . . 4. The Contractor is required to make arrangements with t~e ONCOR . company for the temporary relocation or raising of high voltage lines _at the Contractor's sole cost and expense. 5. No person · shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). . · · · D-16 BID QUANTITIES . Bid quantities of the various items in the proposal are for _comparison qnly ·and · may not refle<>t the actual quantities. There is no limit to which a bid item can· be increased or decreased. · · . . . . .· . ·. Contractor shall not be entitl~d to renegotiation of unit prices regardiess of the final measured quantities. To the extent that C4-4.3 conflicts.\,vith this. provision, this provision controls. No claim will · be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. D-17 CUTTIN(3 OF CONCRETE . When ~xisting concrete is cut, such ·cuts shall be made with a concrete saw. All s~wing shall be subsidiary to th~ unit cost of the respective item .. D-18 PROJECT DESIGNATION SIGN 02/09/2010 SC-11 · ·PART D -SPECIAL CONDITIONS · Project .signs· are required at all locations. n.. shall be in accordance with the attached Figure 30 (dated · 9-18-96). The slg'ns may be mounted on skids or posts.. The Engineer shall approve the exact locations and. methods of n:iountlng. In ·addition to ·the 4' x 8' project signs, project signs shall be attached to barricades used where m1;1nhole rehabilitation or replacement · is being conducted. Signs suspended from barricading shall. be placed In such a way .that signs d.o 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•-on by ·2•-on 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:~0 p.m. or .. (817) 392-8300 Nights and Wee~ends . .. Any . and all ·cQst for the required materials, labor, and equipment·necessary for the furnishing of · - Project Signs shall be . con~idered as a su.bsldiary co~t. of · the project and . no additional compensation will be allowed .. ·. D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be plac:ed under existing sidewalks and/or · driveways, such sidewalks and/or driveways shall be completely replaced for the full existing width, between existing co11struction or expansion joints with 3000 p!>I concrete with reinforcing steel on a sand cushion in ·accordanc~ with City of F.ort-Worth Transportatio_li/Public Worker Department . Standard Specifications for Construc~lon, Item 504. · · .... At locations where mains are required to be placed under existing curb a·nd 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 ~ort Worth Public Works Department _Stand~rd Specification ror Consti:uctlon, _Item 502. . Payment for cutting, backfill, concrete, forming materials and all other associated appurtenances required, shall be ·included In the · square yard price of the bid item for concrete sidewalk or driveway repair. · · ; · D· 20 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items In the Proposal to establish unit prices for miscellaneous placement of mat~rial. These materials shall be used tmly When directed by the Engineer, depending on field conditions. Payment for ·miscellan:eotis placement of rriaterial ·will be · made .for only that amount of material used, !TI~asured to the nearest one-tenth unit.. Paym~nt for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actu~I amount used for· the project: D· 21 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 arid Storm Drain Construction Division 2 Item 208.2 -rylaterials and Division i Item 208.3-Materials Sources. Trench backfill and com·paction shall meet the requirements of E2-2 . Excavation and Backfill, Construction Specifications, General Contract Documents. 02/09/2010 SC-12 · PART D .. SPECIAL CONDITIONS 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 Specification.s, and General Contract Documents . D· 22 2:27 CONCR.ET.E ... . Transportation · and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts Figures STR-028,STR-029 and STR-031refer to using ·2:27 Concrete as base repair. Since this call-out In.eludes 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. o-·23 TRENCH EXCAVATiON, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lqts, 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 Backfil! of the General Contract · Documents and Specificatio~s except as sp~cifi~d herein. 1. · TRENCH EXCAVATION: In accordance · with Section E2-2 Excavation and Backfill, if the . ~tated niaxim~m trench widths are exc~eded, either through accident' or qthen,yise, and if the .Engineer determines thaUhe design load!ng.s of the pipe will be exceeded, the Contractor'will be required to support the pi'pe with . an improved trench bottpm. The expense · of such remedial measures shall be entirely t~e Contractors· own. All trenching operations 'shall be confined to the width of p~rm~r,,ent rights-of-way, permanent ea~ements, and . any temporary qonstruction easements .. All excavation shall be in· strict compliance with th~ Trench Safety Systems Special Condition of thi~i d~~ument: . . . . ,. 2. TRENCH BACKFll,.L: · Trenches · whi.ch . ·Ii~ .outs.Ide of existing . qr futu~e ·pavement ·shall be baqkfilled above ·the .~o'p of the embedment material with· Typ~ "Q" qackfill material.· Excavated material used for Type "G" ba~kfill must be .mechanically cqmpacted un.less the Contra~tor can furnish the Engineer with satisfactory evidenc~ that the p.1. of the · excavated material is less than 8.. Such evidence shall be a test ·report froin an independent testing laboratory and must include . . 'representative s~mple's of soils 1n· all involved areas;·with a map showing the locaUo'n and ·depth of the va·rious test 'hojes. If. eX9?1Vated material' is obviousiy granular in ~atµre, containing little or no plasti~rmaferi1;1I, ·th!;! Engineer .may waive the test report requirement. See E1-2.3, Typ·e "C" or "D" Backfill, and E2-2.11 Trench Backfill for aqditional requirements. When Type "C" back~fi!I material is not suitable, Typ~ "B" backfill materfal shall be used only with the consent and approval of the Engineer .. In general, all .. backfill m.aterial for . trenches .in existing paved streets shall be in ac¢ord_ance with Figure ·wTR-029. Sand material specified in WTR-02Q shall be .obtahied from an approved source and shall consist o( durable particles free of thin or elc:ing?1ted pieces; lumps of clay,· soil, loam or vegetable matter and shall meet the following gradation: ·; ·. · 02/09/2010 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 ·c"rushed ' Limestone for Embedment -of the General Contract . Documerits·.and · Specifications shall be replaced with the following: . ·. · ..... ··.: Sieve Size 1" 1/2" 3/8" . #4 #8 % Retained 0-10 40-75 55-90 . 90-1.00 · Q5-1QO All other provisions of this section shall remain the same. · ·· 3. ·. ,TRENCH COMPACTION/ All ~re~cti backflil shall be placed . in . lifts i:>.er E2~2.9 8ackfill. · · Trenches. which 'lie outside existing or future pay~ments shall be compacted to a minimum : of 90% . . . ~t~n~ard Proctor Density (A.S.T.M~ D698) bY mec~anic~I ·devices specificaily designed for · 'compaction or a combination. of methods subject to approval by the Eri.gineer~ ·.. · . . . . . , Trench.es which lie .L:Jnder ex!sting _or future pavement shail be bac~_lle~ "per 'Figure A ··witfr 95% Standard Proctor Density by mechanical devices specifically de~igried ; 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 e~pense, will .perform trench . compaction ·t~sts per A.S.T.M. standar~s on all .· .. trencl:,. backfill: Any retesting require!=! as a result .of fai _lure to compact tl')e baclqJH. mat~rial to meet . the standards will be at the expense · of the Ccintractot· and will be bllled ··at the commercial rates as . determined by the City .. The~e ·soil density tests shall b.e performed at two . (2) foot verticai rntervals beginning at a level tw9 .(2) feet ~bove the top of the installed pipe and conti_liuing to the . top of the completed backfill ~t intervals along the trench notJo exceed 300 linear ·feet. . .The Contractor will . be responsible fo·r prqvlding acces.s and trenc~ safety system to the leyel of trench backfill to be tested. No e>dra compe"r1sation will be allowed . fpr exposing the backflll layer . to b~ . tested or providing trench safety system for tests conducted by the City. · 4. MEASUREMENT AND PAYMENT:· All mat~.rial, with tlie exception of ·Type "B" b~ckfii( and labor· costs of exc~vatlon ·iand backfill will be included ih th¢ j:>rice · bid per linear fo.ot of water and sewer pipe. · · · 0-24 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 STR-028 through STR~031. 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. · 02/09/2010 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 tw~lve {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 surf1;1ce. . This finished grade shall be maintained In a serviceable condition until the paving hc;1s been repla_ced. All residential driveways shall be accessible at night and over weekends.. · · · It has been determined by the Transportation and Public Works Department thaf the strip of existing HMAC pavement between the existing gutter and the edge of the trench p~vement repair will not hold up if such strip of existing pav~ment 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 stre~t 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 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 Construction Services section will inspect the paving repair c;1fter construction. This permit requirement may be waived if work Is being done under a Performance Bond and Inspected by the Construction Services section. . . . . .. . . . D-~5 SITE._SPECIFIC TRENCH SAFETY SVSTE~. (COVE~S ALL PROJECTS). A. GENERAL: This specification covers the trench safety requirements for all trench excavatrons exceeding· depth of five (5)-feet in order to protect workers from cave-ins. The req _uirements 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 Register.ad · Professional Engineer licensed in Texas. The trench safety ·plan shall · be specific for each water and/or sanita"ry sewer line in~luded In the project. · · B. STANDARDS: The latest version of the U.S .. Department of Labor, Occupational_Safefy and Health Administration Standards, 29 CFR Part 1926, Sub-Part P -Excavations, are hereby made a part of this spe_clflcation and shall be the minimum governing requirements for trench safety. · · C. DEFINITIONS: . . 1. TRENCHES - A trench Is referred to as .a narrow excavation made below the surface of the ground . in which the depth is greater than the width,. where· the width measured at the bottom is not greater than fifteen (15) feet. 2. BENCHING SYSTEM-· Benching means ·excavating the sides of a trench -to form one or a series of horizontal level or· steps, usually with vertical or near-vertical surfaces between levels.·· · · · 02/09/2010 sc-1s· :·· ...... ·. PART b ~-SPE.CtAL-CONDITIONS . 3. SLOPING SYSTEM -:: Sloping means excavating to fo~m sides of a trel")ch that are inclined . . away -from the excavation. . · · ·. :, 4·. ·_. SHIELD SYSTEM -Shie.lds used in trenches are generally referred .to as "trench bo~es" or ".trench shields". Shield means a structµre that Is able to withstand the for~s imposed on it by a cave-In and protect workers within the structure. Shields can. be. p~rmanent structures or can be designed to be portable ·and move along as the work progresses. Shields can be either pre-manµfactured at.job-built In accordance with OSHA standards. , . . .·, .·. . . 5. SHORING . SYSTEM ~ Shoring me~ns ~ structure such ·as .~ metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave- ins. Shoring syst~ms are generally comprised of cross-braces, vertical rails, (uprights), horizontal rails (wales) and/or sheeting. ti. MEASUREMENT· -Trench .qepth.__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 basec:!, on the linear foot amount of trenct:i depth greater than five (5) feet. E. PAYMENT -Payment shall be · full · compensation fo:r.. safety $yste~ design, labor,. tools, materials, equipment and incidentals necessary for the installation and removal of trench safety systems. · D-~6. SANITARY SEWER MANHO'-Es · · .. 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 Contr~ct Documents in addition to those located in th~ field and identified by the Engineer. -AU manhoies shall be In accordance with sections E1-14· Materials for S~nitary Sewer Manholes, Valve Vaults; Etc., and_ E2-14 Vault ~nd Manhole Construction of the General .Co11trapt Documents and Specifications, (Jnless am.ended or superseded by -requirements of this Special Condition. For r:iew sewer line instal!atie>ns, the Contractor _.shall temporarily plug all Unes at every open rnanhole under construction In order to keep· debris out of the dry .!:)ewer line$. The plugs shall not be removed until the applica~le manhole complete . with cone section has been constructed and the lid installed to keep out debris as a result of additional construction. . . ·:. ·:··.· . 1. CONCRETE CQLLARS.: · Concrete coJiars will : be required on all manholes specified as per COFW Standard. Detail SAN-009. 2. DELETED 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 qf the manhole with quick sett!ng 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 tha _n one-half (1/2) inch above the surrounding ground. ·Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the grou.nd. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regarded near the manhole. 02/09/2010 SC-16 PART O .. SPECIAL CONDITl.ONS 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 hav:e pick slots in lieu of pick ·holes. Manhole frames and covers shall be PAMREX, or ~pproved 'equal, with 30-lnch clear opening. 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. 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 surface~ 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-2 Stick, or· equal. The joint sealer shall be si.Jppli_ed ih either ~xtruded pipe form or suitable cross-sec;tional 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 s~alant ·on · concrete pipe and manhole sections for a period of at least five years. B. EXECUTION: 1. INSTALLATION OF JOINT SEAi-ANT: Each grade adjustment ring and manhole frame shall be sealed with the above-speci~ed materials. All surfaces to be in contact ·with the joint sealanfshall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The manuta·cturer shall apply a primer · to all surfaces prior to installing the · j9int sealant in accordance ·with the recommendations. The protective wrapper shall remain on the joint sealant until. immediately prior to the placement of the pipe in the trench. After removal of the protective wrapper, the joint sealant ·shall be kept clean. Install frames and cover over · manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames · and grade rings shall rest on two (2) rows (Inside and outside) of Bl~umastic joint sealer. 02/09/2010 SC-17 ,'• •, . PAR.T D -SPECIAL ·coNt)ITIONS 2. SEALING AND/OR ADJ.USTING 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 l~ches of the manhole wall keeping tl:le sides of tl'le .trench nearly vertical. Remove manhole frame frqm the manhole structure and observe the condition of the frame and grade rings.. Ariy frame or grac;le ring that is not .suitable for use as determined by the Engii:u~er shall be. repl~ced. Grade ring~ that are constructed of brick, block materials other than pre-cast concrete rings, or where necess~ry and approved by Jhe 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 b~low the frame. If the walls or c;one 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 e~pense. 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 i~ too large to safely support new _adjustment rings or frames, a flat top section shall be installed. ' Join~ surfaces between the frames, adjustment rings, and cone ~action shall be free of dirt, stone.s, ~ebris and voids to ensure a ~atertight 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 sldl?s 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 t~e manhole frame. In_. paved areas or future paved areas, castings shall be installed by using a $traight 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 st,Jrface. 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"; Tne.mec "46- 450 Heavy Tneme?ol", or equal, to a minimum of 14 mils dry film thickness: . . . 4. . The exterior surface of all pre-cast se9tion 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 th.e sealant from damage during backfilling. C. MEASUREMENT AND PAYMENT: The price bid for new manhole ihstallati.ons shall include all labor, equipment, and materials netcessary for construction of the m~nhole 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. 02/09/2010 SC-18 -PART D .. SPECIAL CONDITIONS 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 shal.l include all labor, equipment and materials necessary for ~djusting 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 111ade per each. · . D· 27 SANITARY SEWER SERVICES . . Any reconneqtion, relocation, re-routes, replacement, · or new sanitary sewer .service sh~II 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 t~e Engineer as. active sewer taps. rh~ service connections ;:;hall 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 deci$ion to use s~ddle .taps as opposed.to tees shall be made on a <;:ase-by-case basis. The 'Contractor s~all · be responsible for coorqiriating the scheduling of tapping crews with . building owners a·nd 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. ~evered 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 requi~ed 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 ~eiyice line and avoid ~my horizontal . adjustment. For open c·ut applications, all sanitary sewer se~ice lines shall be replaced to the property or easement line, or as directed by the Engineer. SanitS!ry se~er services on sewers being rehabilitated using pipe enlc;!rgement methods. shall be replaced to the property .or eas·ement line or as directed by the Engineer. Procedures listed . below for Sewer Service Replacement shall be adhered to for the instal_lation of any sewer service line inc!uding the incidental four (4) feet of. service line which is included in the price bid for Sanitary Sewer .Taps . .Payn:ient for work such as backfill, saddles, tees, fittings incidental° four (4) feet of $ervice line and all other associated appurtenan_ces required shall be included in the price bid for Sanftary 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 fo'r the connection of the sewer service line. If the sew~n service line is in such · condition or adjustment neceissitates the replacement of the sewer service line,· all work shall . be performed by a licensed plumber. The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as approved by the Engineer. For situations i~volvihg 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 02/09/2010 SC-19 .-. PART D ~ SP'ECIAL CONOITIONS (shown on the plans) at the building clean-out .and compare the data with the elevation a~ the . proposed connection p,oiht on the sewer-main, in order to en~ure= that the two (2) percent minirnurn slope (or as spe~iijec;f'by the .Engineer) requirement is satisfied. Elevations shall also b~ verified at all bend locations o.n the service re-route ... .-All applicable sew.er m;:iins, laterals a111d affect~c;I servlcE;t lil")es that are installed without pre-construction de-holing at the affected residences (to verify design elevations) shall . be removed and repl~ced as necessary at the Contractor's expense in the event grade· conflicts .are brought .to light after de -holing is conducte~. All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event ~~at the two · (2) percent minimum slope is not satisfied. If the Contractor determine~ 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 · · · ~ewer service for which no grade v~rification has beeh submitted. All re-routes that are not · 1.nstalled as· designed or fa.ii to meet the . City. code shall · be reinstalled at the Co'ntractor's expense. The · Contracfor ·shall en$ure that the service · line is ·backfill~d and .compacted in accordance with the· City Plu'mbing Cqde. Connectjon to the existing sewer serviGe line shall be m·ade with appropriate adapter fittings. The fitting shall be a urethane or neoprene 66.upling A.S.T.M. C-425 with ·se'ries 300 stainless steel compression straps. ·_The Contractor · shall remove the ·existing clean-out and plug the abandoned sewer s'ervice line. . . . . The contractor shall utilize schedule . 40 PVC for all sanitary sewer service re-routes or relocations located on private ·properfy. 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 piumbing permit shall be provided to the Engineer prior to beginning work on the sanitary se~er 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 Une, double checkir:ig the grade of the · installed service line, pipe fittings, surface restoration on private property (to match existing), and all other associated· work for se·rvice 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-28 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 Con.tract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with Section · E2-1.5 Salvaging · of Material and E2-2. 7 Removing Pipe, of the · General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. 02/09/2010 SC-20 PART ·o "' SPECIAL ·CONDITIONS A. SALVAGE OF EXISTING WATER METE.RAND .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 .Sa!vaging of Materials. · · B. SALVAGE OF EXISTING WATER METER AND ·CONCRETE VAULT LID: Existing water rrieter and concrete vault lid shall be · removed and returned to the Water Department · warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The concrete vault shall be demolished in pl~ce to a point not less than 18 inches below final grade. The concrete vault shall then be backfilled and cpmpacted 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 ~ection 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 cif Materials. The void ·area caused by"the valve removf,11 shall be backfilled and compacted in accordarice with ba"ckfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated . material approved by. the Engineer. Surface testoration 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 ~inal 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 a_nd 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 ·inatch existh;g ·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 r:est9ration 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 concr.ete. Manhole top or cone section· shall be removed to the top of the full barrel · diameter section, or to point not less than 18 inches below final grade. The structure shall then be backfilled and compacted in accordance with backfill method as. specified in Section E2-2.9 Backfill. Backfill material may be either clean washed sal"!d of · clean, suitable excavated material approv~d 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. · 02/09/2010 SC-21 ·. · . PART D .... SPECIAL CON.OITIONS . . :-·. : i··: ·. ·.· . . . . • H. 'REMOVAL OF MANHOLES: 'Manholes to be ,removed .shalkhave all pipes entering .or exiting· the structure disconnected: ·J 7he '.complete manhole~. including top or cone se.ction, 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 Typ.e C Backfill or Type B. Backfill, as. approved .by the Engineer. Surface restoration· shall . be c0mpatible with surrounding surface. ·· · I. CURING AN0 :P'LUGGfN'c3 · EXi$1"1NG' MAINS:: At various lo~~tions on ·u~·is project, it may be required to cut, plug, and ·block existing water mains/services or sanitary sewer mains/services . in order to abandon th~s.e ·lines. Cutting and plugging existing mains and/or..-services shall be considered as incidental and all costs incurred will be considered to be in.eluded in ·. the linear foot bid price of the pipe, unle.ss separate trenching is required. . . ·.. : ~-:: .. ··.. . J.. REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is r~quired, it shall be the Contractor's . respensibility to properly dispose of all rem.eyed pipe .. · . All removed valves, fire hydrants and meter ·boxes · shall .be delivered to Water Pepar:tment. Field Operatio!J, Storage . Yard. · io.i C. PAYMENT: Payment for all work · and material i.nvolved in salvaging, abandoning and/or removing existing facilities shall be included in . the .linear foot bid price of the pip?, except as · follows: .. separate payment will be ma.de for removal of all fire hydrant.s, gate valves, 16 inch and larger, and sanitary s~wer manholes, regardless .of lqcation. · . . . Payment will be made for salvaging, abandoning and/or removing a.I.I other existing facilities when said facility il;> 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, th.e Contractor shall be responsible .for TV inspect)on of 100% of the existing sewer main to be a.bandoned to r:nake a - . fi11al determination that all existing service connections hav~ ·been re,ocated to ttte new main. Once this determination has been made, the existing main will be · abandoned as indicated above in Item I. ·.••··· ..... • : . ,• . ' 02/09/2010 - PART o·-SPECIAL CONDITIONS D-29 . DETECTABLE WARNING TAPES Detectable underground _utility warning tapes which can be located from the surfac~ · by a pipe detector shall be installed directly above non-metallic water and · sanitary sewer ·pipe .. The detectable tape shall be "Detect Tape" manufactur~d by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a p~otective inert plastic jacket that is impervious to all .known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the Width shall not be less than two inches with a minimum · uriit weight of 2% pou·nds/1 inch/1 ooi. The tape shall · be color coded and imprinted wit~ the message as follows: Type of Utility Color Code Water Safety Bl~e Sewer Safety Green Legends Caution! Buried Water Line Below Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations am:t shall be as close to the grade as is practical for optimum protection and .detectaoility. Allow a minimum of 18 inches . between the tape and the pipe. Payment for work suet)· as backfill, bedding, blocking, detectable tapes, and all other associated appurtenances required shall be included in the unit price bid for the app~opriate bid item(s). D-30 PIPE CLEANING Joints shall be wiped and then inspected for proper installation by the inspectors. Each joint shall be swept daily and kept clean during installation. A temporary night plug shall be installed on ·au expos~d pipe ends du~ing any period of work stoppage. D-31 DISPOSAL OF SPOIUFILL MATERIAL Prior to the.disposing of any spoil/fill material, the· Contractor shall advis.e the City of Fort Wortt]'s Flood Plain Admin.istr~tor ("Administrator''); of the loc~tion of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet . the requirements of · the Flood Plain .Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies.· No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall · be evidenced by a letter signed by the Administrator stating that the site is not -in a known flood plain or by a F_lood Plain Fill Permit authorizing fill within the fl.cod 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, Contractor shall remove the spoil/fill material at his expense and dispose of such materials in accordance with the Ordinances of the City and this section. D-32 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men's liens upon receipt of payment. · · · · D-33 SUBSTITUTIONS 02/09/2010 SC-23 PART D .. SPECIAL CONDITIONS The specifications for materials set out the minimum ·standard of quality, which th.e City .believes necessary to procure a satisfactory project. No sub!:!titutions will be permitted until the Contractor has rec~ived written · permission of the Engineer to make a· substitution for the ·material, which has been specified. Where ·the t~rm "or etjua!", or "or approved equal" is used, it is under~tood·that if a material, product, or piece of equipment bearing. the name so used is furnished, it will be approvable, ~s ttie particular trade _n~me was· used for the purpose of establishing a standard of q1:1allty accepta~le to the City. If a product of any other name is proposed for use, the ~_ngineers approvat thereof rjlust be._ obtained before · the Contractor procures the proposed · substitute. ·where ...... tfie .. terfn "or ·equal", of . "or' a'pprovea ·ei:fual" is .. riot used in the specifications, this . does not necessarily exclude altem~tive 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 "su~stitutions" shall be applicable to all sections of these specifications. · D-34 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 s~wer line cleaning equipment shall be constructed for easy and safe operation. The eq4ipment shall also have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall also include a high-velocity gun for washing and scouring manhole walls an.d floor. The gun shall be .capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, ~nd 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 ~quipment, which cannot · be coHapsed, is used, special precautions . to prevent -flooding of the sewers and pµblic or private property shall be taken. The· flow of sewage present in the sewer lines shall be utilized to provide necessary fluid· for hydraulic cleaning devices whenever possible. 2. CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using high- velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes. If cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning again attempted. If, again; successful cleaning cannot be performed or equipment fails to traverse the entire manhole section, it will be assumed that a major' blockage exists, and the cleaning effort shall be abandoned. 02/09/2010 · SC-24 - PART O -SPECIAL CONDITIONS When additional quantities . 9f · 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. Befo're using any water from the City Water Distribution System, the Contractor shall apply.for and · receive permission· from .the w ·ater De·partment. The Contractor ~hall be responsible for the water meter and related charges for t~e setup, including the water usage bill. All expenses shall be considered incidental to cleaning. 3. DEBRIS REMOVAL AND DISPOSAL: All sludge, 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 man~ole 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 sh~II be removed from the site and disposed' of at a s.ite 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 t~e 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 EQUIPMENl: The television camera used for the inspection · · shall be one specifically designed =arid constructed for such inspection. Lighting for the camera shall be .suitable to allow a clear picture of the entire · periphery of the pipe. The earner~ 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 ·urisatisfactory inspection:· · B. EXECUTION: .·. · . . · · 1. · TELEVISION INSPECTION: The camera shall be inoved 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 ·wm 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 interf~re with proper documentation shall ·be·· used to move the cam~ra through the sewer line. When mar:i·ually operated winches· are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up betwee·n the two manholes of the section being inspected to ensure good communications . between members of the crew. · .. : · The importance of accurate distance measurements is emphasized. All television inspection vrdeotapes 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·; orthe like, which would require interpolation for depth of manhole, will not be allowed. Accuracy 02/09/2010 SC-25 PART D .. SPECI.AL·CONDlTIONS .~ of the distance meter shall be checked by:. use of a walking . meter,· roll-a-tape, or other suitable device, and the adcuracy shall be ·satis!act~ry to the Engineer. :.The ·City makes ·no guarantee that all of _the sanitary sewers to be -entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option -·of. the Contractor. The cost ,of retrieving the Television camera, under all circumstances, when it becomes ·"lodged during inspection, shall be incidental to Television inspection. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service. taps observed during inspection. In ·addition, other points of significance such as locations of unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features wiil be recorded, and a copy of such records will be-supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 . mm, or other standar.d .. 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 purpos·e of tap~ 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 th.at 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 ni·aximum .of 30 calendar .days.. · Equipment shall be provided to the City by .the Gontractor. for review of the tapes. The Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be erased without the pefrmission 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 Cl:\mera. · · THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEWAND .DETERM!NATION OF SAGS .. Upon compl~tion of.review of .the tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer are t9. 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 Proposa.l. C .. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION 'NSPECTION OF SANiTARY SpWERS: The -cost for Pre-Construction _Cleaning and Television Inspection of $anitary sewers shall be per linear foot of sewer actually · televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily 02/09/2010 SC-26 - PART D -SPECiAL CONDITIONS evaluated as to existing sewer conditions and for providing appropriate means for review of the tapes by the Engineer including collection and removal, transportation and disposal of sand and debris from the sewers to a legal dump site. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. · The primary purpose of cleaning is for television inspection and rehabilitation; when a portion of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall be incidental and no payment shall be made. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera . The methods used for securing passage of the camera are to be at the · option of the Contractor, and the costs must be included in the bid price for TV Inspections. The cost of retrieving the TV Caml:3ra, under all circumstances, when it becomes lodged during inspection, shall be inciderital to TV Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer f?ervice to the area residents. All bypass .pumping shall be · incidental to the project. · D· 35 VACUUM TESTING OF SANITARY SEWER MANHOLES A. G_ENERAL: This item shall govern the vacuum t.e~ting of all newly cqnstructed sanitary sewer manholes. B. EXECUTION: . . 1. TEST PROCEDURE: Manholes shall be vacuum tested prior to ~ny interior grouting with all connections in place. Lift holes shall be . plugged, and all ·drop-connections and gas · ·sealing c~nnections shaU-be installed prior to te~ting . · · ·: · . .. . . 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 bey~m.d the . drop-connections; gas· sealing connections, etc:· 'fheftest head shall be ·placed inside the frame · at the top .of the m~nhole and inflated.· in · accordance with the :manufacturer's recommendations. A vacuum of ten inches of mercury (10"Hg) shall be drawn· and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required . test time. The r~qf..!ired test time sh~II be determined from the Table I below in accordance with ASTM C1244-93: .. ·· 02/09/2010 . . . . . . . Table I . MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg OO"Hg • 9"Hg) (SEC) Depth of MH . 48-lnch Dia. 60-lncti Dia. (FT.) Manhole Manhole Oto 16' 40 sec .. · 52 sec. 18' 45 sec. 59 sec. 20' 50 sec. 65 sec. · SC-27 •• • 'p PART:0 ... ·SPECIAL CONDITIONS 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 s ·sec. .6.sec. Additional 2' 1. ACCEPTANCE: T'1e manhole .shall . be conside~e<;I acceptable, if the drop in the level of vacuum is less than one-Inch or mercury (1" Hg) after tlie required test tii:ne. · Any manhole, which fails t<;> pass the initial test, must b~ repaired by either pressure grouting ttlrough the .manhole wall or digging t9 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 pas.sad the test. ' . . . . . . . . . . Following completion of . a successful te~t .. the manhole shall be restored to it~ normal ·condition , all temporary plugs sh~II be removed, all braces, equipment, anc;J debris shall be removed and disposed of in a manner satisfactory to the Engineer. . . . • . I : . ' . ·; . 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-36 BYPASS PUMPING ,', The . Contractor shall bypass the sewage · around the section or sections of sewer to be rehabilitated and/or replaced. The .bypass sh~II be made· by plugging ~xisting upstream manhole and pumping the sewage into a downsfre~m manhole or adjacent system or other method as may .. be. approved by the Engine~r ... The. pump . and bypass lines shall be of adequate capacity and size . 'to handle the fiow . witho.ut sewa~Je back'up occurring to facilities connected to the sewer. Provi~ions shall be rriad.e at driveways .and street crossings · to ·permit safe vehicular travel without interrupting. flow in the bypa.ss system.· Under no circumstances will the Contractor .be permitted to djscharge sewag~ in~o the trench~s. Payment sh~II be incidental to . rehabilitation or .replacement of the sewer line. i:). 37 POST-CONSTRUCTION TELEVISION .iNSPECTION OF SANITARY .SEWER A. GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television inspection perform·ed by an in9ependent 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 clo·sed circuit t~ievi$iori. Satisfactory preca1,Jtions shall be taken to protect the s~wer. lines from damage that might be inflicted by the improper use of cleaning · equipment. · · B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically d~signed and constructed . for such inspection. Lighting for the camera shall be · operative iri 100% humidity conditions . The camera, television monitor, and other. componen~s of the video system shall be capable of producing picture quality to the .. 02/09/2010 SC-28 PART D ... SPEClAL CONDITIONS satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory:lnspection. C. EXECUTION: 1. TELEVISION INSPECTION: The camera shail 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 caniera 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 televis;ion camera through the line, telephones or other suitable means of cdmmuniqations 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. Acpuracy 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 t<;> the Engin~er. · The City makes· no guarantee that ·an 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 th~ 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 ~nough water to· fill .all low pinis. The television inspection must be done immediately following. th.e lacing of the main with. no water flow. If sewer is active, flow must be restricted fo prov\q!:i ·a· clear image of sewer being inspected. 2. DOCUMENTATION: Television Inspection Logs: Pri11ted location .records shall be kept by the Contractor and will .clearly show the location in relation to ~n aajacent .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 tel~vision logs will be supplied to the City. . 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television p1ctµre ·of prciblei:ns shall be taken by the Contractor upon request of the Engineer, a.s 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 auc;lio record of prqblem areas of the line·s that may be replayed. Video tape recording playbac~ shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completipn of the television i~spection 'O?f09/2010 SC-29 · PART D -SPECIAL CONDITIONS . . and may be retained .. a m~imum. of -30 calendar days. Eq'-'ipment shall be provided to the City by the Contractor for review of .the .tape~.-Tapes will be returned to .the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Englne~r. 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 ca11not be provided of such quality that can be reviewed .by the Engineer, no, payment for televising this portion s~all 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-constrµction Television Inspection of sanitary sewers shall be per linear foot .of sewer teleyi~ed, The. Contractor shall provide the Engineer with tapes of a quality that th_e 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 cle~ning_ (hydraulic jet or mechanical cleaner) to provf~e video Image required for·-:fine analysis. The. quantity of . .TV inspection shall be measured as the total length of new p_ip~ installed. All costs a~soci~ted witt, 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 s_ervice to t~e area residents. All bypass pumping shall be incidental to the project. · · D· 38 SAMPLES AND QUALITY .CONTROL TESTING A. The Contractor shall furnish, at Its · ow,f expense, certifications by a· private laboratory for all materials proposep to be used on the project, Including a mix-design for any asphaltic and/or Portland cement concrete to be used, and gr~datic;m 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 i:nanufacture~s certifications for ail manufactured items to be used in the project and wili bear any expense related thereto'. ... . . ' . B. Tests of .the ·design concrete .mix· shali qe made by the contractor's ·1a1ioratory at least nine days prior to the pladng 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 con.tractor and will be biiled ~t 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 lte·m being tested. · .. 02/09/2010 SC-30· . liil ·PART D-SPl:CIAL CONDITIONS E. The Contractor shall provide a copy of the trip ticket f9r each load of fill material delivered to the job site. The ticket shall specify the n~me of the pit supplying the fill material. D· 39 TEIYIPORARY EROSION, SEDIMl;NT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THA~ 1 ACRE) A. DESCRIPTION: This item shall consist of temporary soil erosion sedime.nt and w~ter pollution control measures deem·ed necessary by the. Engineer for the duration of the contract. These control measures shall at rio 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 qikes, datns, berms, sediment basins,· fiber mats, Jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, r1,1bble liners, baled-hay .retards, dik~s. slope drains and other devices. B. CONSTRUCTION REQUIREMENTS: The Enginaer 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 . grub~ing, the surface . area of erodible-earth material exposed by excavation, borrow arid to direct th~ CONTRACTOR to provide temporary pollution-control measures to prevent contamination of ·adjacent streams, other watl3r cours~s. -lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary . b~rms, dikes, dams, sediment basins, slope dr13ins and use of temporary mulches, · mats, seeding, or other ,control devices or methods directed by the Engineer as necess~ry to control s9il erosion. Temp·orary pollution-control measures shall be used to· prevent or correct ·erosion · that m_ay d~velop during .. construc;tion prior to installati~n of permanent polluti~n . control .features, but are not associated with permanent control features qn the project. T~e Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and harrow 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 accord~nce with the accepted sch~dule. 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 loc~ted and _constructed in a manner that will minimize the amount of sediment enteri.ng streams. . . . . 3. Frequent fordings of live streams will not be . permitt13d; therefore, temporary . bridges or other. structures shall ~e used wherever an appreciable number of stream crossings ~re necessary. Unless otherwise approved in writing by the .Engineer, mechanizeq equipment shall not be operated in live· streams. . . . 4. When work areas or material sources are located in or adjac_ent 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 practicab.le of false work, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. 02/09/2010 SC-31 PART .o· ~ SPECIAL CONDITIONS 6. The Contractor shall ·take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bltum~n. calcium chloride or .other ~armful . materials. He shall cond~ct and . schedule hls _operations so as -to ·avoid or minimize siltation of streams, lakes and reservoirs and to avoid 1.nterference with movement of migratory fish. C. MEASUREMENT AND .PAYMENi:. Ali work, materials -and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and ·110 extra pay will be given forthis" work. . . . ...... -. -. D-40 INGRESS AND EGRESS/OBSTRUCTION ~F ACCESS TO 'DRIVE$· T~~ Contractor shail provid~ Ingress and. egress .to the property being crossed by ._this construction and adjacent prop~rty when construction :is . not in progress and · at night. Drives shall be left · acces!SIQle. at night,. on w~eke~ds, and du.ring. holidays. The Contractor shall conduct his activities to minimize . obstruction of access to drives and property qur!ng the progress of construction. Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. . . . . . . D-41 · PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to t'1~. Coptractors' operations including lawns, -yards, shrubs, trees,· etc~. shall be preserved or restored after co.riipletion of the · work,· to a condition equal to or better than prior to start of work. · · · · Any trees or other'landscape feattir~s 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 ati approved ·manner (No trimming or pruning without the property owners' consent). · p·runed limbs . of 1" di.ameter . or larger shall be tho'roughly 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 P.runing) can be done on trees or sh'rubs growing on public property inciudlng street Rights:.of .. Ways and designate~ alleys. This permit can be obtained by calling the ·Forestry Office at 817-392-5738. All tree· work shall be in compli~nce with pruning standards for Class II Pruning-as des~ribed 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 c~rrent formula for Shade Tr~e · Evaluatio!l as defined by . the International Society of Arborlcultunt Payment for negligent damage to public trees shall be made to the City of Fort Worth and may b~ withheld from funds due the Contractor by the City. To ·prevent the ·spread of the Oak Wilt fungus, all wo·unds 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· 42 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. 02/09/2010 SC-32 PART O .. SPECIAL CONDITIONS D· 43 CITY OF FORT WORTH STANDARD PRODUCT LIST . Proposed products submitted in the bid documents must appear in the latest "City of Fort Wqrth $tandard Product List, for the bid to be considered responsive. Products and processe~ listed in the "City of Fort' Worth Standard Product List shall b~ considered to meet City of Fort Worth . minimum technical requirements. · . ·· · · · D· 44 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This Item shall be performed in accordanc1;3 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 minim.um of six . (6) inches of topsoil, free from rock and foreign material, in'-ali parkways and medians to the lines and grades as established by the Engineer. ·. · · , · CONSTRUCTION METHODS: Topsoil will be · secured from borrow sources as require~ 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 i;;treet excavation shall be stockpiled at locations approved by the Engineer, and at completion of · grading and paving operations, topsoil shall be placed on parkway areas so as to· provide a minimurri six (6) Inches · of compacted depth of topsoil parkways. · ,,, · 2. SODDING · · · · DESCRIPTION: Sodding will consist of furnishing and · planting Bermuda, ~uffalo 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 tbls Specification. ·Recommended Buffalo '.grass varieties for sodding are Prairie and 609.' . · · · · : · · MATERIALS: Sod shall consist of iive and growing Bermuda, Buffalo or St ·Augustine grass secured from sources where the soil is -fertile. Sod lo 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'f;ystem of dense, ·thickly matted loots 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 rnatted roots throughout ·a \:m·e ( 1) inch minimum thickness of'native soil attached to the roots. · . . . The sod shall be free from obnoxioul? 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 02/09/2010 SC-33 . '' . .. : : . PART D .. -:SPECIALCONDITIONS watered to the e~ent r~quired prior to excavating. Sod material shall be :planted within ·three days after it Is excavated. · . .-' . . ' . : ',. . · ·CONS1RUCTION METHODS : .Aft¢r thff des1g·11ated areas . have been · .completed to the lines, · ·· grades;. and ' cross-sections shown on the :Drawings and as Rrovlded ·for in . other iterris ·of the .contract, sodding of the type specified shall be performed in accordance with the requirements hereinafter described. Sodding shall be either "spot" or "block";· either Bermuda, Buffalo or St. Augustine grass. . ... •. -........ :. .••. -· __ . .:.:.. · .. =. :..: :: ---.1. . a. Spot Soddi'ng .. . . . ... . . . . Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on .centers or to the dimensions shown on the Drawings, $hall be opened on areas to be sodded. In all furrows, sod approximately three (3) ·inches square shall be placed on twelve (12) inch centers at . proper depth so tl)at t~e top of the -sod .shall n9t be more than one-half (1/2) inch below the : . finished g.raqe. Holes .of equivalent depth and spacing may be used instead of furrows. The soil shall be firm around each block and the.n th_e entire sodded area shall be · carefully- . rolled with a heavy, hand .roller developing fifteen (15) to twenty-five (25) pounds per f;;quare Inch compression. H_and tamping .may. b.e required on terrace~: · . b. · Bio.ck Sodding. : · ... . ,.:· . . . . . . . At ·1ocations on the Drawings or where directed, sod ~lqcks ·shall be carefully placed on the prep1;1red areas. The sod shall be so placed that th~ 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 d_rlven through the sod bl.eek to the . firm earth, sufficiently .close-to hold .the block .sod firmly in plc1ce. . . . When necessary, the sodded· areas shall be smoqthe~ 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 exces$ dirt from planting operations shall be spread uniformly ov.e.r .the apjaGent ·areas or: c;tisposed of as directed by the Engineer so that the completed surface will pre~ent a slghtJy appearanc~. · ' . . . . . . ·. , · T:he. sodded areas shall b~ thoroughly waJered Immediately after.,they are planted and shall · . ·. · be · subsequently-: watered at · su.ch times and in . a manner · and qµantity . directed by the Engineer 1:1ntil C?Ompletion and final acceptance of the .project by the .City of Fort Worth. 3. SEEDING . . . ::· . . . . . : DESCRIPTION: ·"Seeding" will consist of preparing grqund, providing and planting seed or a . m·ixture of seed of the kind specified along ·and acro~s such areas as .may be designated on the. Drawings -and in accordance with these Specifications. MATERIALS: 02/09/2010 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 6r containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. The specified seed shall equal or exceed the following percentages of ·Purity and germination: .. Common Name . Purity . Germination Common Bermuda Grass 95%. 90% Annual Rye Grass ·95% 95% ·Tall Fescue 95% 90%·: · Western Wheatgrass 95% 90% Buffalo Grass Varieties Top Gun 95% . 90% ·cody 95% 90% .· Table' 120.2.(2)a~ URBAN AREA-WARM-SEASON SEEDING RATE (lbs.);" Pure°live Seed (PLS) Dates . Feb 1 · to May 1 Mixture for Clay or Tight Soils (Eastern -Sections) Bermudagrass 40 Buffalograss 60 (Western Sections) Buffalograss BO . Berniudagrass 20 Total: 1.00 Total; -100 Table, 120.2.(2)b Mixture for Sandy Soils (All Sections) . Be"rmudagrass 60 Buffalogras.s · 40 Total: 100 TEMPORARY COOL-S.EASON S_EEDING RATJ:; (lb.) Pure Live Seed (PLS) . · Dates . Aug 15 to M~y1 (All Sections) Tall Fescue Western Wheatgrass Annual Rye· Total: 50 50 50 ·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 · · · ·washin9. of the slopes or dislo~g·ment of the · seed. 02/09/2010 SC-35 · PART D: .. ·SPE'CIAL CONDITIONS . . . . . . . . . · .b. Finishing .. Where _applicable,· the shoulders, slopes, and ditc;:hes shall be smoothed after seed bed preparation has been completed and shap~~ to conform to the cross-section previously . provided ' and .existing at the time planting operatlon.s were .begun. BROADCAST SEEDING: The,seec:I or seed mixture in the quantity specified shall be uniformly :.distributed over the areas shown on the Drawings and where directeq. If the sowing of seed is· by hand, rather than by mechanical methods, the seed shall be sown In two dire~tions at right angles to each · other. · Seed and· fertilizer shall be distributed at the same time provided the ·specified uniform rate of applic1;1tlon for both is obtained. "Finishing" as specified in Section D- 45, Construction Methods, is not applicable since ho seed bed preparation is required. "DISCED SEEDING: Soll over the·area shown on the Drawings · as directed .to be seeded shall be loosened to a minimum depth of three (3) Inches · and-.cllJ 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 ~and 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 or th~ slope areas shall be . pn the contour: ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as qirected 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 jn diameter, or.they shall .be removed. The area· shall then be finished to linifand grade as specified tinder "Finishing" iii 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 t~oroughly moistened. · · After _the watering·, ·when the grollrid ·has . become . sufficiently dry to be · 1oose and pliable, the seed, or seed mixtur~ specified, shall then Ile .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. S.eed 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 p!~nted area shall be waterei;I s.ufficiently to assure uniform moistu_re 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 tq the requirements of the item 300, "Asphalts, Oils and Emul~ions". If the typ~ of asphalt to be used ls .not shown on the Drawings, or if Drawings are not included, then MS-2 shall be used. Appiicatlons 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. 02/09/2010 SC-36 -. .... -PART D -SPECIAL ·coNDITIO_NS RE-SEEDING OF AREAS . PLANTED WITH COOL . SEASONS SPECIES: Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)a. The -re-seeding will be achieved in the following . manner. The cool season species shall be mowed down to a height of.one (1) inch to insure that slit-seeding equipment will b~ able to cut through the turf and achie':'e adequate soil penetration. · * Slit-seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4. HYDROMULCH SEEDING: If hydro mulch -seeding· is provided, seed mix shall have . 95% purity of Bermuda grass and . have a germination rate of 90%. Contractor shall ensure that the grass establishes. . . 5. CONSTRUCTION -WITHIN PARK AREAS ,: TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as · are· designated on the Drawings and In accordanpe with these Specifications. MATERIALS: All fertili?er use~ shall be delivered in bags or containers clearly labeled ~hawing 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 fertifizer with . a 'tower concentration. 'total amourit of nutrients furnished and ... applied per acre shall !3qual or exceed that 'specified for each nutrient. . : . . . . CONSTRUCTION . METHODS: When .an item for fe,rtilizer is Included iri the ··:·orawings and ·proposal, pelleted or granulated fertilizer' shall be applied uniformly over the a:rea specified fo be fertilized and In the manner directed for the particular item of work. Fertilize~ shall be dry and in good · physical condition. Fertilizer that is powdered to caked will be · rejected . . Distributi~n of fertilizer as a particular item· of work shall meet the · approval of the Engineer. Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400)· pounds per acre for all types of "See~ing". MEASUREMENT : Topsoil secured from borrow sources-will l;>e 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 ; 02/09/2010 SC-37 : >-PART; D ~ SPECIAL CONDITIONS Acceptable materl~I for "Sodding" will be measured by the linear foot, complete in place. . . .. ·· . . . .· . . .. . . ··.1 .. ·· ·. Acceptable· material. for "Fertilizer" shall be subsidiary to the price . of. sodding or seeding . . • • r ' • • . . • '• : • • . • ' ·:. };,;~ ••. • ' ' .PAYMENT: All work performed as .ordered and measured shall ·oe subsidiary to .th~ contract unless· and otherwise· noted In -the plans and biq 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), load.Ing, hauling, placing and furnishing all labor, equipment, tools, supplies, and Incidentals · rieceJ;sary .tcfcomplete . work. . . All labor, equipment, tools and· incidentals necessary ta supply, tran~port, stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding'.' or. "Soddirig" .bid items and will not be paid for directly. · ' . ', .. "Spot sodding" or "block sodding" as the cas·e .may be, will · be paid for at the :G9ntract unit price per squ~re yard, complete in place, as provided in the proposal anc;t contract. The contract unit price shall be · the total compensation · for fumlshlng:.and placfng .all so~; '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 .. "Meas~rement" ·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 an · materials and for performing all operations liecessary 'to complete the Work accepted as follows:· .. ·:· Fertilizer material and application will · 11ot be measured or paid for directly, but is considered subsidiary to Sodding · and Seeding. : D-45 CONFINED SPACE ENTRY PROGRAM It . stiall be the. responsl~ility of the .contractor to lmplem~nt . and rri~int~irJ a ya~i-able "CONFINED SPACE ENiRY PROGAAM" which mlJst meet OSHA requirements for . ~11 ' its ~,:nployees and subcontractors at all tl~es during construction. All active sewer manholes: ·regardless· of depth, . are defined · by OSHA, as "permit · required confined spaqes". . 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 siiail be . subsidiary to the pay items involving: work in confined s·p~ces.. · · 02/09/2010 SC-38 PART D .. SPECIAL CONDlilONS D· 46 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 ~ubstantial completion inspection as . well · as final inspection shall · be sµbsidiary to the project pripe. Contractor shall s~ill be required .to address· all other deflcien'cies, which are discovered at the time of final fnspection. · · . ~ . . 11. Final inspection shall be In c::onformance . with general condition item "CS-5.18 · Final Inspection" of PART C -GENERAL CONDITIONS. D· 47 EXCAVATION NEAR T~EES (WHERE IDENTIFIED ON THE PLANS) 1. The Contractor ~hall be responslble for taking ·measur~s to minimize damage tq tree limbs, tree trunks, .and tree roots . at each work site. All such ·measures shall be consi<;fered as incidental work included·. in . the · Contract Unit Price bid for .. 1;1pplicable pipe or structure installation exc;:ept fo~ short tunneling/tree. augering. · · · · 2. Any and .all trees ·.1ocated within the equipme.nt operating . area at each work ·site shall, at the direction of tne Engineer, be protected by erecting · a •isnow fence" along the drip line or . edge of th~. tree root system between tree ~nd th~ construction area. . 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipme'nt operations. The Engineer shall be notified at least 24 hours prior to any· tree . trimming work. No irimming work will be permi~ed within private p,roperty without written permission of the Owner. . . : ... · · . . 4. Nothing shall be. ~tared over the-tree root system within the drip line area of any tree. 5. · Before excavation · (off the roadway) within the drip line area. of any tree, the earth shall be sawcut 'for ?I minimum deptt:i of 2 feet. . · ·'. 6. ·At designated locations shown on the dr~wings, ·the "~hart tunnel" method using Class 51 0.1. 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 contr~ctor'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. 02/09/2010 · . SC-39 · PART .b · .. SPECiAL CONDITIONS . 9. Short tunneling shall consist of _.power augering or hand excavation. · . The .tunnel diameter shall not.be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipe · !nstallation shall be pressure ·grouted. . D· 48 CONCRETE ENCASEMENT OF SEWER PIPE Concrete enqasem~nt of sewers shall be paid for at the Contract Unit Pric~ per linear foot _. of . . concrete . enca!>ement as measured In place along the centerlin~ of th~ pipe for each pipe diameter Indicated. . The Contract Unit Price . shall Include ,all costs associated with installation and . reinforcement of the concrete en~sement. D· 49 CLAY DAM . Clay dam construction· shall be performed in acc()rdance . with the Wastewater Clay Dam . CqnstructlQn, figur~ · 1n t.f:le Drawings in these Specifications, at locations indicated oh the Drawings or as directed by the City. Clay dams shall be keyed into undisturbed .soil to make an impervious barrier to reduce groundwater percolation through th_e pipeline· trench. Construction material shali consist . of compacted bentonite clay or 2:27 concrete. Payment for work such as forming, placing and flnl$hlng shall be subsidiary to the_ price bid for pipe i_nstallatlon. · ' D· 50 EXPLORATORY EXCAVATION (_D-HOLE) The Contractor shall be responsible for verifying the locations of all existing utilities prior to construction, In accordaiwe· with item D-6. At locatlOris Identified on the drawjngs, contractor shall conduct an . exploratory excavation (D-Hole ), to locate and ve~ify ·the location ano elevation of the existing underground utility where it may be · in potential conflict with a proposed facility alignment. ·. The exploratory excavation shall be conducted prior to coristruc~ion of the entire project only at locations denoted on the plans or as direct~d by the .engineer. Contractor .shall submit a report of findings (Including surveyed elevations of existing conflicting utilities) ~o. the City prior. to the start of construction . of the entire project. If the contractor determines an existing utility is· in conflict with the proposed facility, the contractor shall contact the en·girieer immediately for appropriate design modifications. The 9ontractor shall make the necessary re.pairs at the exploratory excavation · (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the. general public and .fo meet the approval of the City Inspector. The contractor shall be liable for any and all damages incurred due to the exploratpry excavation (D-Hole ). Paym~r_,t shall not be m~de for verifi(?ation of existing utilities per item D-6. Payment for exploratory excavation (D-Hole ), at ·1ocations identified on the plans or as directed by the Engineer, shall include full compensation for all materials, excavation, surface· restoration·, field surveys, and al.I incid.entals necessary to complete the work, shall be . the unit price bid. No payment shall be made for exploratory excavation(s) conducted after construction has begun. . D· _51 l~STAf.,LATl()N OF WATER FACILITIES .. . ·51. t · Polyvinyl Chloride (PVC) Water Pipe POLYVINYL Chloride Plastic Water Pipe .and fittings on this Project shall be In accordance with the ·material standard contained in the General Contract Documents. Payment for work such as backfill; bedding, blocking, detectable tapes and all other associated appurtenant required, shall be included. in the linear foot price bid of the appropriate ·BID ITEM(S) . 02/09/2010 SC-40 - PART .D .... SPECIAL CONDITIONS 51.2 Blocking· Concrete · blocking on this Project will necessarily be required as shown on the Plans and · shall be Installed in accordance with the General Ccmfract Documents. All valves shall have concrete blocking · provided for supporting. No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the line·ar foot bid price of the pipe or the bid price of the valve: · 51.~ Type of Casing Pipe 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA c .. 200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documertts and .Speclficatio.ns far Water Department Projects. The steel casing pipe shall be s~pplied airfollaws: · ; · Far-the · inside and Qutside of casing pipe, coal-tar protective coating ·ih accordance with ·the requirements of Sec. 2~2 and related sections in AWWA C-203. Touch-up after field welds shall provide coating equal to those specified above. C. ~inimum thickness for casing pipe· used shall be 0.375 _inch. ··Stainless Steel Casing Spacers (centering style) such as manufactur1:1d by Cascade Waterworks Manufacturing Company or an ·approved equal shall be used on all non-.. concrete pip~s when inst?illed in casing. Installation shall be as recommended by the Manufacturer. · . 2: SEWER: . . . Boring used on this project shall be · in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. · . .. . .· . 3. PAYMENT:. . .. Payment for· all materials, labor, equipment, excavation , concrete grout, backfill, and Incidental work shall be included in the unit price bid per"foot. . 51.4 · Tie-Ins c . · The Cohtractor shall be responsible for making tie-ins to the existing water mains. It shall be the responsibility of the Contractor to verify the exact location ·and elevation of the existing line tie-ins. And any differences in locations and elevation of existing line tie-ins between the contract drawings and what may be encountered in the field shall be considered as inciderital to :construction. The cost of making . tie-ins to existing water or sanitary sewer mains shall be inciuded in the linear foot bid price of the pipe. · · · 51.5 Connection of ~xisting Mains The Contractor shall determine the exact location, elevation, configuration and angulation of existing water or sanitary sewer lines prior to manufacturing of tlie· connecting piece. Any . differences in locations , e_levatlon, configuration, and or angulation of existing lirJes between the ·contr~ct drawings· and what may be ··encountered in the said work shall be con~idered as incidental to construction. . Where it is required to· shut down existing inains in order to make proposed connections, such down time shall be coordinated with the 02/09/2010 SC-41 · · . _.,·'. PART ·D ~ SPECIAL CQNblTlONS Engineer, and all efforts shall be made to keep this down time to. a 111inimum. In case of shutting down. an exl$ting main; th.a Contractor shall notify tfl!,:J.; City Project Manager, Cpnstructlon Services, Phone · 817-~92-;8306, at least 48-hours :prior to the required shut down-time. .The Contractor's . att~ntion Is directed t9 Par~graph C5-~.15 INT_ERRUPTION Of-·SERVICE,. Page C~5(5), PART C . -GENERAL CONDITI_ONS PF THE WATER DEPARTMENT GENERAL CONTRACT ·DOCUMENTS AND GENERAL SPECIFICATIONS. The Contractor shall notify the customer both ···personally and in ·writing as to the location, time, and schedule of the service interruption. The cost of removing any existing concrete blocking shall be included in the cost of connection. Unless bid separately all cost incurred shall be included In the linear foot price · bid for the appropriate pipe size.· 51.6 Valve Cut-Ins . It may· be necessary to cut-in · gat~ valves .to isolate the water main from which the extension and/or replacement is to be connected. This may ,require closing valves In other lines and putting consumers out of service for that period of time necessary to _cut in the new valve; the work must be expedited to the 1,Jtmost and all such cut-ins must be , coordinated with the engineer In charge of lnspectio_n. All consumers shall be individually .. advised prior to. the shut out and advised of the approximate · 1ength of time they may be · without service. · · · · Payment for work such as _backfill, bedding, fittings, blocking. and all other associated app~rtenants requlr~d. sh~ll .be . Included In the price of ttie appropriate· bid items. . . 51.7 Water Services The relocation, replacement, or reconnection of water services will be required as shown on the plans, and/or as described in these Special Contract · Documents in addition to those loet;tted in the field and Identified by the Engineer. All servipe's shall be constructed by the.· contractor utilizing approved factory manufactured' ..... tap saddles (when ,required) and corporation stops, type K copper water tubing, curb stops with lock wings, met.er boxe~. and if required approved -manufactured· service branches. All'materlals used shall be as specifieq in the Material Standards (E1-17 ..., & E1-18) contained in the Ge~eral Contract Documents. All water services to be replaced shall be installed at . a minimum _ depth of 36 inches below final grade .. All existing 3/4-in~h water service lines which are to be replaced shall be replaced with 1- lnch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from ·the. main line to the .rrieter box. · All services which are to be replaced or relo~ted sh~II be installed with the service main tap and service line being in line with the service nieter unless otherwise directed by ttie Engineer. · · A minimum of 24 hours · advanc_e notice shali be given when ~ervice interruption will be .required as specified in Section C5-5.'15 INTERRUPTION .OF SERVICE. . 02/09/2010 SC-42 PART D · .. SPECIAL CONDITIONS All water service meters shall be removed, tagged, and· collected by the contractor for pickup by the Water Department for recond.itioning or replacement. After· installation of the water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. · The meter box shall be reset as necessary to be flush · with existing ground or as otherwise directed by the Engineer. All such work on the outlet side of the service. meter shall be performed by a licensed plumber. 1. WATER SERVICE REPLACEMENTS: Water service replacement or relocation is required · when the . existing service is lead or is too shallow to avoid breakage during street reconstruction. The contractor shall replace the existing service line with Type K copper from the main to the meter, curb stop with lock wings, and corporation stop. Payment for all work and materials such as backfill, fittings, type K copper tubing, curb stop with lock wings, servict:i line adjustment, and any relocation of up to 12-inche$ from center . line existing meter location to center line proposed· meter location shall be included in the Linear Foot price bid for Copper ~ervice Line from -Main to_ five (5) fe~t behind Meter .. Any · vertical a<;ljustment of customer service ·line within the 5 foot area shall be subsid!ary to the service installation. Payment for all work and materials such as tap saddle (if required), corporation stops, and . fittings shall ~e included in the price bid for Service Taps to Main. · 1. WATER SERVICE RECONNl;CTION: Water service reconnection is required when the existing service is copper and at ·adequate 9epth to avoid. · breakage during ·street reconstruction. The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop. The contractor will be paid for one (1) Service Tap to Main for each service recc;mnected plus for any _copper service line used iri excess of five (5) feet from Main to five (5) feet behind the fyieter. 2 .. WATER SERVICE METER AND METER BOX RELOCATIONS: _When the replacement and relocation of a water service and meter box is required and the lopation of the meter and meter box is moved inore than twelve (12) inches, as measured from the center line of the · existing meter to location .to _the cente.r line of the proposed meter location, separate· payment will be allowed for the relocation' of service meter and meter . box. Centerline is · defined by a line exte11ded from the service tap through the meter. Only.: r~locations made perpendicular to this c~nterline will be paid for separately. Relocations made along the . centerline will be paid of i~ feet of copper service line. Whe.n relocation of service !111?.ter ~and meter _·box is required, payment for !=ill work and materials such as backfill, fitti,:-igs, five (5) feet of type K ·copper service and all materials, labor, and equipment used. by and for th!:3 licensed plumber shall be . included in the price bid for the serylce meter relocation. All other costs will _ be included in other appropriate bid item(s). This item will also be used to pay for. all service meter and meter box relocations as required by the Engineer when the service line is not being replaced. Adjustment of only · the meter box and customer service line within 5 feet distance behind the meter will not justify separate·payment at any time. Locations with multiple service branctieswill be paid · for as one service meter and meter box relocation. · · 02/09/2010 SC-43 PART .0.-~·SPECIAL· CONDITIONS . · .4. NEW SERVICE: When new services are required the contractor shall install tap saddle {when .. required), -corporation stop, .type K copper . service line, curb stop with lock wings, .and meter' !)ox.· Reinforced plastic meter boxes with .cast iron lid shall . be provided for all 2 In.ch water· meters or smalJer.. The reinforced pJastic water meter. boxes shall comply ·with section E1-18A-Reinforced Plastic W~ter Meter -aoxes. · . Payment for all work· and rriate·nals· such as backfill, fitti'ngs, type K copper tubing, and curb stop With lock wings shall be Included in the Linear i:oot pri_ct;t bid for $ervice Line from Main to Meter five (5) feet behind the .meter.· · · · Payment for all work and mater1a,s such -as tap saddie, corporation stops, and fittings shall be incl~ded In the price bid for Service Taps to Mains. Payment for all work and materials such as furnishing and setting new meter box shall be Included In the price bid for furn _ish and set meter box. ·. 1. MULTIPLE SERVICE BRANCttES: When multiple service branches are required the · contractor shall furnish approved factory ma~ufactured branches. Payment for multiple service branches will include furnishing and installing the multiple · service _~ranch only and all other cost will be lnclu~ed ih other appropriate bid item{$). 2, MULTIPLE STREET SERVICE . LINES · TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service line that is applicable for the size of the existing service meter and approved by the Engineer. Payment shall be made at the unit bid . price in the appropriate bid item(s). · 51.8 2-lrich Temporary Service Line . A. The 2-inch temporary . service main and 3/4-inch service lines shall be installed to provide temporary · water-service to all buildings that will necessarily be required to have severed water service during · said work .. The contractor shall be responsible for coordinating the schedule of the temporary servlc~ connections and permanent service reconnections with the building ·owners ahd fiie Engineer in order that th'e work be performed in an expeditious manner.· Severed water service must be reconnected within 2 hours of discontinuance of service .. A 2-inch tapping saddle and 2-lrich corporation · stop or 2-inch · gate · valve with an 11oo1 appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to the City water supply. The 2-inch temporary service main and . 3/4-inch service lines . shall be installed ·in accordance to the attached figures 1, 2 and 3. 2" temporary service line shall be cleaned and sterilized by using chlorli'le gas or chlorinated lime (HTH) prior to installation. · · The out-of-service meters shall be removed, tagged and collected by the Contractor for delivery to the Water Department Meter Shop for reconditioning or replacement. Upon restoring permanent service, the Contractor shall re-install the meters at the correqt location. The meter box shall be reset as necessary to be flush with the existing ground or as otherwise directed by the. Engineer; . 02/09/2010 SC-44 PART. D -SPECIAL CONDITIONS The temporary service layout shall have a minimum available flow rate of 5 GPM at a . dynamic pressure of 35 PSI per service tap . This criteria shall ·be used by the Contractor to determine the length of temporary service allowed, number of service taps and number of feed points. When the temporary service is required for more .than one location the 2-inch temporary service pipes, 3/4-inc:h service lines and the 2-inch meter shall be moved to the next successive project location. Payment for work such as fittings, 3/4-lnch service lines, asphalt, barricades, all service connections, removal of temporary services and all other associated appurtenants required, shall be included in the appropriate bid item. B. In order to accurately measure the amount of water used during construction, the Contractor will install a fire hydrant .meter for all temporary ~ervice lines. Water used during construction for flushing new mains that cannot be metered from a hydrant will be estimated as accurately as possible. At the pre-construction conference · the contractor will · · advise the· inspector of the number of meters that will be needed aloAg with the locations where they will be used. The inspector will ·deliver the . hydrant meters to the locations. After installation, the contractor will take full responsibility for the . meters until such time as the contractor returns those meters to the Inspector. Any damage to the -meters will be the sole responsibility of the contractor. The Water Department Meter Shop will evaluate the condition of the meters upon return ·and if repairs are needed the contractor will receive an invoice for those repairs. The issued meter· is for this specific project and location o,:11y: Any water that the contractor may need for personal use will require a separate hydrant meter obt~ined by the Contractor, at its cost, from the Water Department. ·51.9 Purging and Sterilization of Water Lines Before being ·ptaced into service all newly ·constructed water :lines shalJ -be purged and sterilized in accordance with E2-24 of the General Contract Documents ·and Specifications except as modified herein . The City will provide all water for INITIAL . cleaning and sterilization of. water lines. All materials .. · for construction . of the project, including appropriately· sized "pipe clear:iing ·pigs''., chlorine gas or chlorihated lime (HTH) shall be furnished by the Contractor. Chlorinated lime {HTH) shall be used in sufficient quantities to provide a chlorine residual of fifty (50) PPM. The residual of free chiorine shall be · measured after 24 hours and shall not be less-than 10 parts· p'er milllon · of free chlorine. Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary · sewer not be available, chlorinated water shall ·· be "de':'chlorinated" · prior ·to disposal. The · line may not be placed in service ·Until two -·successive sets· of samples, taken 24 hours apart, have met the established standards of purity. purging and sterilization of the. water lines shall be considered as incidental to the project and aU costs incurred Will be considered ·to be included in the linear, foot bid price of the pipe . .-. 51.10 Work ·Near Pressure Plane Boundaries ·.·· · Contractor shall take · riote that the water line to be replaced under this contract may cross or may be in close proximity to an existing pressure plane boundary. Care shall be taken to ensure all "pressure pl~ne" valves installed are installed closed and . no cross connections are made between pressure planes 02/09/2010 SC-45 · .. · PART ·Q .... ;"SPECIAL . CONDITIONS . . . 51.11 Water Sample Station . · :·GENERAL: · · · . All water sampling station installations will be per attached Figure 34 or as required In large water meter vaults as per Figure 33 unless otherwise directed by the Engine~r; · . · The appropriate-water samplhig station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick ·up this item at the Field Operations .· Warehouse . . . ·::•_ . · ... _,PAYMENT FOR FIGURE -34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-lnch _type K copper service line will be shall be · Included in t~e price bid for copper Service Line fro~ Main to Meter. . . Payment for all work .and materials necessary -for the . Installation tap saddle (if required), corporation stops, arid fittings shall be included in -the. price bid-for Service Taps to Ma.in. Paym~nt .for all work arid materials necessary for the installa~ion . of. the sampling station, concrete ·support· b,lock," curb .stop, fittings, and an incidentc;!I 5-feet of type K copper service line .which are required .to provide a complete and functional water sampling station shall be Included -in.the price bid for .Water Sample Stations. . . PAYMENT FOR .FIGURE 33-·INSTALLATIONS: .. Payment for· all work· and materials necessary for the installation tap saddle, . gate valve, and fittings shall be Included in the price bid for .Service Taps to Main. . .- . ,, Payme.nt for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, _and all type K copper service line which are required to provi_de a complete and functional water sampling station shall be includeq in the price bid for Water Sample Stations'. ·:. ·'·: . 51.12 Ductile Iron and Gray Iron .Fittings . . Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe, fittings,-and Specials,· Sub section E2-7.11 Cast Iron Fittings: .. . . . . . ' . . . . . . . E2:-J.11: DUGTILE-:IRON AND GRAY-IRON . FITIING$: All du.c~ile-iron and gray-iron fittings sh~l.1 be furnished with cem~nt mortar lining as stated in Section E1-7. The price bid per ton of fittings shall be payment in full for all fittings, joint acc~ssories, polyethylene . wrapping, horizontal concrete · blocking, vertical tie-down concrete blocking, and concrete cradle ~ecessary for construction as designed. All ductile-iron and gray-iron fittings, valves and special$ shall . be · wrappe~ with polyethylene wrapping conforming to Material · Specification E1-1-3 and Construction Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle. Payment for the polyethylene wrapping, horizontal concrete . blocking, vertical tie-down concrete blQcking, and concrete cradle shall be inch,ided in bid items for vales and fittings -and no other payments. will be allowed. 02/09/2010 SC-46 . · PART O -SPECIAL CONDITIONS 0-52 SPRINKLING FOR DUST CONTROL All appllcabl~. provisions of Standard Specifications Item 200, "Sprinkling fqr Dust Contror shall apply. However, no direct payment will be made for this item arid It shall be considered to this contract. D· 53 DEWATERING The Contractor shall. be responsible for determining the method ·of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be . responsible for damage of any. nature resulting from the dewatering operations. The DISCHARGE from any dewaterlng operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. Dewaterlng shall · be considered as Incidental to a construction and all costs incurred will be considered to be included in the project price. 0-54 Tl:lENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing Into open trench during cc;>r)struction. ·co,:itractor shall not leave excavated trench op~n overnight. Contractor shall fill any trench th.e same · day of excavatl.on. ·No extra payment shall ~e allowed for this sp~~i.al condition. . . D-. 55 TREE .PRUNING . A REFERENCES: National Arborist Association's "Pruning Standards for Sha~e Trees". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife .· ,{_· 2. Vermeer V-1~50RC Root Pruner . . C. NATURAL RESOURCES PROTECTION FENCE 3.· Steel "T" = Bar stakes,· 6 feet long. 4. · Smooth Horse-Wire: 14-1/2 g~uge (me~ium gauge) or 12 gauge (heavy gauge). . .. . 5 .. Surveyor's Plastic Flagging: "Tundra" .w~lght, lnternatlon~I fluorescent orange or red color. ·a .. combination Fence: Commercially manufactured combination soil separator fabric on wire mesh baQking as shown on the Drawings . . D. ROOT PRUNING . 7. Survey and stake location of root pruning trenches as shown on drawings. 8. · Using the approved specified equipm.ent, make a cut a minimum of 36 · inches deep in order to minimize damage to the undisturbed root zone. 02/09/2010 SC-47 .. . . . . . .. PART D -SPECIAL CONDITIONS 9. Backfill and compact' the trench immediately after trenching~ 1 O; r"lace a 3-foot wide by 4-inch deep cover of mulch over the trench as· required by the . Engineer:,· · . 11. Within 24 hours, prune flush with · ground and backfill any exposed roots due to · construction actMfy; Cover with wood chips of mulch · in ·order to equalize soil temperature and minimize water loss due to evaporation. · 12. Limit any grading work within conservation areas to 3-inch m·aximum cut or fill, with no roots· over ·1:-lnch diameter being cut unless · cut by hand or cut by" specified methods, equipment and protection. E. MULCHING: Apply 2-lnches to itnches of wood chips· from trimming or clearing operation on areas deslgnated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract ·price.· D· 56 TREE REMOVAL Trees · to be removed shall be removed · Li~ing applicable methods, including stump and root ball removal, loading, hauling arid dumping.· Extra caution shall be taken to hot disrupt existing utilities both overhead an~ buried. The -Contractor shall , immediately repair or ·replace a·ny· damage to utilities and private property Including, but not limited to, water and sewer. services, pavement, fences, walls, sprinkler system piping, etc., at no cost to the ·-owner. All costs ·for free .removal, including temporary servic~ -costs, shall _ qe considered subsidiary to the project contract price and no additional payment wilf be allowed . · D-57 TEST HOLES. The .matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any, through which this pipeline inst.allation is to be made Is the responsibility of any and all prospective bidders, and any bidder on this ·project shall submit-his bid under this condition. Whether prospective bidders · perform this subsurface ~xploration jointly or independently, and · whether they make such determination by the· use of test holes or other means, shall be left to the discretion of such prospective bidders. If test borings have been made and are provided for bidder's information, at the locations shown on the -logs of borings In the appendix of this specification, it ·is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or-that the material encountered In excavations is the same; either in character, location ;: or elevation, as shown on the boring logs. It shall be the responsibility of the bidder to make such subsurface investigations, as he deems . necessary to determine the nature of the material to be excavated. The Contractor assumes all responsibility for interpretation of these records· and for making and maintaining the required excavation and of doing other work affected by the geology of.the site. The cost of all rock removal and other associated appurtenances, if required, shall be included in the linear foot bid price of the pipe. · 02/09/2010 SC-48 PA.RT D ~ SPECIAL CONDITIONS 0-58 . PUBLIC NOTIFICATION PRfOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION · Prior-to beginning construction on any block In the project, the contractor shall, on a block by block basis, prepare and deliver a 'notice or flyer of the pending construction . to the front door of each residence or business that will be impacted by · construction. The · notice shall be prepared as follows: The notification notice or flyer" shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer" shal~ be · prepared on the Contractor's letterhead and shall include the following information: Name of Project, City Project No (CPN)., 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 ~hall submit . a scheduie_ 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 ~or his review prior to being · distributed. The contractor will not be ·allowed · to begin construction on any block until the fly~r i~ delivered to all residents of the block . . _In the event it becomes· ·necessary to temporarily shut down water service "to "residents or businesses during cori~tructlon, the contractor shall prepare an_d deliver a notice or flyet of the · pending . Interruption to the front door of each affected re.sldent. ·The notice shall be prepare_d as follows: · . Ttie notification or flyer shall be posted twenty-four (24) prior to the temporary Interruption. The · flyer shall be prepared on the contractor's letterhead and shall include the following Information: Name of the project,. City Project Number, the date of the interruption of service, .the period the inter.ruptlori will take place·, the name of th~ contractor's · forel"J'.lan and his phone number and the n~me of the City's Inspector and his phone number. A sample of the temporary water service Interruption notification is ·atta~hed; · ' .. A copy ·of the temporary interruption notification shall be delivered to the -irispector ·for his review prior to being distri~uted; · The .contractor-shall not ·-be permitted to proceed with Interruption of water -service until the flyer has been delivered to all affected residents and businesses. . . . ' . . . .. Electronic versions of the sample flyers can be ob~ained :from the Project CoAstruction Inspector .. · All work Involved with the notificatlqh flyers shall be considered subsidiary to the contract price and no additional compensation shall be made; · · · D-59 TRAFFIC BUTTONS The removal and replacement of traffic buttons is the responsibility of the contractor and shall be considered a subsidiary item. In the event that the contractor prefers for the Signals, Signs and · Markings Division (SSMD) of the Transportation/Public Works Department to install the m~rkings, the contractor shall contact SSMD at (817) 392-8770 aAd shall reimburse SSMD for all costs · Incurred, both labor and material. No additional compensation shall be made to the contractor for this reimbursement. 02/09/2010 SC-49 PART O ~.SPECIAL CONDITION·s · ... D-60 SANITARY SEWER SERVICE CLEANOUTS . . .. ·~ . . . : Whenever a sanitary sewer· ·se~lce line is installed or-·replaced >ttie COntr~ctor shall Install a two- .. way servlc~ cleanout as . shown -In the ~~ached d~JajL . Cleanout~ ?tr~ tq b~ .instal!.ed out of high traffic areas sµch ~S:· driveways, streets, sidewalks, ~tc. wher,ev~r :: possible. When it is not possible, the cleanout stack and cap shall .be cast Iron. · · · Payment for all Work and materials necessary for the installation of the two-way service cleanout . , ... , : which are required tp .provide .a .complete .and functional .sanitary sewer cleanout-shall · be Included In the price bid -for Sanitary Sewer Servlqe Cleanquts. D-61 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using · a· minimum of 2-inches of hot mix asphalt over a · minimum of 6-inches of compacted flex base. The existing asphalt shall · be saw cut to provide a uniform edge arid the entire ·-wldth and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideability · on the street as well as provide a smooth transition . betw"een the existing payerr1eht and ·the temporary ·repair. Cost of saw cutting shall be subsidiary to th{f) temporary ·pavement repair pay lte"m_. · . . The contractor shall be responsible for maintaining the temporary · pavemen~ until the paving contractor has mobilized. The paving contractor .shall "ii1ssunie : maintenanq~: responsibiJity upon ··such mobilization. No ijddltlonal compensation shall be mad$ ·tor . maintaining the temporary pavement. · ' · · · · · D-62 CONSTRUCTION STAKES . .. The City, through its Surveyor or agent, will provide to -the Contractor construction stakes or other . customary method of markings as may be founc;l consistent with professional practice, establishing line and grades for roadway. and utility construction, and centerlines and benchmarks for bridgework. These st~kes shall be set sufflcien~y in advance to . avoid d~lay _ whenever practical. One set of stakes shall be set for-all utility construction (water, sanitary sewer, drainage etc,), and one set of excavation/or stabilization stakes, and one set of sta~es for curb and gutter/or paving. It shall be the sole responsibility. of the Contractor to preserve, .maintaif!, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished . . If the City or Its agent determines that a sufficient number of stakes or markings provided by the City, have been lost, destroyed, or dJsturbed, to prevent the proper prosecution_ and control of the work contracted for in the Contract Documents, It shall be the Contractor's responsibility, at the Contractor's sole expense, to have such stakes _replaced by an individual registered by the Texas Board of Professional Land Surveyor as · a Reglstere9 Land Surveyor; No claim~ for delay due to lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. · D-63 EASl;MENTS AND P~RMITS· . . ,· The performance of this contract requires certain . temporary · construction, right-of-entry agreements, and/or permits to perform work on private property ... The City has attempted to obtain the temporary construction and/or right-of-entry agreements for properties where construction activity is necessafy on City owned facilities, such as sewer lines or 02/09/2010 SC-50 PART D ... SPECIAL CONDITIONS . . . .. . .. manholes:-. For locations wl:lere the City . was unable to obtain the easem_ent or right-of-entry, it shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject property. This shall be ·subsldlary to the contract. The agreements, which the City has obtained, are available to the Contractor for .review by"contactlng the consultant who distributes the plans for the project.· Also, it shall be the responsibility of th~ Contractor to obtain written permission from property owner$ to perform such work as cleanout repair and sewer service replacement on private property. Contractor shall adhere to · all requirements of Paragraph C6-6.1 O of tf:le Ge11eral Contract Documents. The Contractor's ·attention ls directed to the !;lgreement terms along ·with any special conditions that may have been Imposed on these agreements, by the property ownets. The easements and/or private property shall be cleaned up ·after use and restored to its original condition or better. In event additional work room Is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the ·property owners involved for the use of additional property required. No additional paym·ent will be allowed . for this Item. The City has obtaJned the necessary documentatlori for railroad and/or· highway permits required for construction· of this project. ·The· Contractor shall be responsible for thoroughly reviewing/ understanding and complying with a11 ·provlslons of such permits, Including obtaining the requisite insurance, and shall pay·ariy and all costs associated with or required by the _permit(s). · 1t Is the C~:mtra~tor's respoi'islbllity to provide the required flagmen and/or provide payment to the ., ·appropriate railroad/agency for all flagtn~n during construction .in railroad/agency right-of-way. For railroad permits, any and all railroad insurance· costs and any other Incidental costs necessary to meet ·the _con _dltions assoclate.d with perrnit(s) compliance, Including payment for flagmen, shall be included in the lump suni pay .bid item for "Associated-Costs for .Construction within Railroad I Agency Right-of-way''. ·No ·additional compensation shall be allowed on this pay item. · D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING After the _pre~construction conference h~s beei:i held but befo _re construction is allowed to begin on this pre>ject a public· meeting wi!f be held at a location . to be determined by the Engineer. The contractor, inspector, and project manager · shall' meet with all affected residents .and pr~sent the . project~d schedu!e,. including construction ·. start .date: arid ~nswer any construction' related questions. Every: :effort will be made to schedule the neighborhood ·meeting within the two weeks foilowing the . pre-construction ' conference but in ' no case will construction be aliowecl to begin until this meeting is held. · D· 65 WAGE RATES Compliance with and .Enforcement of prevailing Wage L~~s. Duty to pay Prevailing Wage Rates. . The contractor shall · Gomply with all requirements · of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by th~ City Council of . tt'le City of Fort Worth to be the prevailing wage rates in accordaDce with Chapter 2258. Such prevailing wage rates are included in thes~ contract docu.m~nts. · .. 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 e>r part of the day that the worker Is paid less than the prevailing wage rates stipulated In these contract documents. 02/09/2010 SC-51 ·:. PART D .. ..; SPECIAL CONDITIONS This penalty shall be retained by the City to offse, its administrative. costs,. purs _uant to Texas . Government Code ~58.023. ,. ·· . . •, . . . . . . .. Complaints of Violations and City Determination of Good Cause. .. · ·. · .. .-· · . . . On . receipt of information, Including a complaint by a wor~er,.\conq3rning an ~lleged viol;;ltion of · 2256,023., Texas Government Code,.by a con.tractor or .subcontractor, the City ~hall make an i'nitial determination, before the 31st day aft~r the date tlie City .receives the .. info.rmation, .E~s to ~ether good cause exists . to belleve that the violation -occurred. .The City shall notify in wrl,ing the contractor or subcontractor and any affected wo*er . of Its initial determin·at1on. 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 claim~d by tl1e .. claimant.or claimants as the qifference between wage~ paid and wages due under the prevailing wage rates, s1.,1ch amounts being subtracted from supcessive progress -payments pending a final -determination e>f the violation. Arbitration Required if Violation . Not Resolved. · . . .. , _ . . . An issue relating to an all~ed violation of Section 2?58.023, Texas Goyernrnent Cod.e, Including a pen.alty owed to t~e · Clty -,or an . .affeqte_d wofker, -shall l:>e submitted to binding ... arbitration in · accordance with the Texas General ArQltration Aqt (Article 224 et seq.,. Reyi!5ed S.tatutes) if the contractor or. subcontractor and' any affected wofk~r do not resolve ,he issue _by .agre.ement before the 15th day after the date the City makes its initial qetermination pursu~nt to paragraph (c) above. If the persons required to. arbitr13te under ·t~is .section do noJ. agree on an arbitrator before the 11th day after the date that arbitration !S required, a district court shall : appoint _an arbitrator on the petition of any of the per~ons. The City is not-a party in the ar~itratlon. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurls~fictlon. Records to be Maintained. The contractor and each · supconfractor· shall, for a period · qf three (3). years following .the date of accept~nce of the work, maintain records that snow (l) the : name atid occµpation of each worker employed by the contractor In the construction of th~ work provided for iri this contract; and (ii) the actual per diem wages paid to each worker. The reccirdi:f 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 contra.ctor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. · Subcontractor Compliance. . lhe contractor shall include in its. subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above . (Wage rates are attached at .the end of this section.} . (Attached) 02/09/2010 SC-52 PART D .. SPECIAL CONDITIONS . . . D· 66 REMOVAL AND DISPOSAL O.F ASBESTOS CEMENT PIPE A. B. c. D. .. E. F. . . . It is the Intent of the City of Fort Worth to comply with the requirementi; of the Asbestos National Emissi'oni;; Standards for Hazar.dous Air Pollut.ants (~E$HAP) found at 40 CFR Part 61, Subpart M. · This specification will · establish proced~res to be · used by all Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with NESHAP. Nothing in this specification shall be construed to void any provision ·of a-contract or other law, ordinance, regulation or policy whose requirements are more stringent. ACP is defined under NESHAP as a Category II , non-friable material in its intact state but which may become friable upon removal,. demolition · and/or di.sposal. .Ccins.equently, if the re.,:rioval/ disposal process · renders the ACP friable, it. is regulated under the . disposal requiremen~s of 40 GFR 61.150. A NESHAP notification. must be filed with the Texas Department of Health. The notification must be· fil~d at least ten days prior to removal .of the material. If it remains In its non -friable state, as defined by the NESHAP, it can be disposed as a cqnventional construction waste. The Environl'J1ental Protection Agency (EPA) defines friable as materi~I. when dry, which may be crumbled, pulverized or reduced to powder by hand pressures. · · · The Generator of the hazardous material is responsible for the identification and proper handling , transportation, and disposal of the material. Therefore, It is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether t.he pipe is friable m~ . It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable. The Excavator is responsible to employ · those means, methods, techniques and se·quenc~s to ensure this result. Compliance with all . aspects ·of worker safety .and . health regulations including but not limited to the OSHA Asbestos ~tandard is .the responsibility of the Excavato'r. rhe :City of Fort Worth assumes n.o responsibility for compliance programs, which are the responsibility of the Excavator. (Copy of forms attached) . The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe unless otherwise stated or indicated on the project plans or contract documents. D-67 STORM .WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER .THAN 1 }~C~E) . . . . · PERMIT: As .defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant . Discharge Elimination System (TPDES) General Constru'ction Permit is required for all ·construction activities that result in the disturba·nce 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 r-equired to obtain a permit. Information concerning the 02/09/2010 SC-53 . PART · D ~ SPECIAL CONDITIONS. permit can be obtained through the Internet . at http://www.tnrcc.state.tx.us/permittlng/water perm/wwperm/construct.html. Soil stablllzation and . structural practices have been selected and designed In accordance with North Central Texas Council of · Governments Best Management Practices and Erosion Control M~nual for Con~truction Activities (BMP Manu.al) •. .This manual can be obtained through the Internet at www.dfwstorrhwater.com/runoff.html. Not all of the structural controls discussed in the E3MP Manual will necessarily apply to this project. Best Management Practices are coni;tructlon management techniques that, if ·properly utilized, can minimize the need for physlcai .controls and possible reduqe costs. The methods· of control shall result in minimum ·-··· ·· ·aedlment 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 ~!;!II as. a commitment tn~t the contractor understands the· requirements of the permit for storm water .discharges from constru.Qtion activities and that measures will be taken to implement and maintain storm water pollution prevention at the· site·. The NOi shall be submltte·d to the TCEQ at. le~s.t. 48 hours prior to the coritra~tor mc;,ving on site and sha.11 include the. required $100 application fee. The NOi shall be malled to: . . Texas Commissio~ ·on Environmental Quality Storm Water & General Permits Team; M~228 P.O. Box 13087 Austin, TX 78711-3087 . . A copy· of the NOi shall be sent to: · City of Fort Worth Oepartment of Environmental Managem!3nt .. 5000 MLK. Freeway Fort.Worth, TX 7611'9 NOTICE OF" TERMINATION {NOT): For all ·sltes that qualify as Large Construction · Activity, the con,ra~or ~hall slg~, prior to final payment, a TCEQ Notice ·qf T~rmination {NOT} form prepared by ttie 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. C_opies of the project SWPPP's are available for viewing at the e>ffice of the Consultant disbursing ~e plans for the project. The selected Confract<;>r shall be provicfed with ·three copies of the SWPPP after award of contract, along with unbounded copies of all forms to b.e submitted to the Texas Commission on Environmental Quality. 02/09/2010 SC-54 . PART D .. SPECIAL QQNOITIONS . . 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 · TCECf including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared b~ the Engineer shall be prepar.ed and implemented at least 48 hours · before the oo.mmen9ement of construction activities. The SWPPP shall be incorpor~ted . into in the contract docum_ents: The contractor shall $Ubmit a .schedule for Implementation. of _the SW PPP .. Deviations ~ram the plan m_ust 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 SW PPP. Modifications may be required to fully conform to the requirements of the Permit. The contractor must .keep a copy of the most current SWPPP !:It the construction site. Any alterations to the SWPPP proposecl by t~e contractor must be prepared. and submitted by the contractor" to the engineer for review and approval. · A Not.ice 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 assum~s ·control over all areas of th_e sit~ that have not beE;tn finally sta~ilized. SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO ·oR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOi form is n·ot required.· However, . a TCEQ Site Notice form must be completed and posted at the site. A copy· of the completed ~ite 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; shal! 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 er.osion, sedimentation and water pollution and will be included in the contract documents; The control measures shall be installed· and ·maintained throughout the constr.uction 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, pip·e 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. proj°ect SWPPP. : . · . . D-68 COOFJDl~ATION WITH THE CITY'S . REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordin.ate 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 d.uring the life of named project. In the event th~ Contractor requires .that a water valve on an existing live system ·be turned off and on to · accom!llodate .the construction of the project, the Contractor must coordinate thi~ .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· Titl~ 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. · 02/09/2010 -SC-55 · PART D -SPECIA~ CONDiTI .ONS (>69 .. ADDITiONAL SUBMITTAL$ FOR CONTRACT AWARD . . f~e City r~s~rves . the :· right _to r~quire a~y' pre ~qualifi~d COl'.J~ractor who' is th!:;! apparent low bi~der{ s) ·for a · proJecl to submit such · ~dditlonal inforrriation as ·the ·Gity,. in sole discretion may require;. · including but ·not limited to manpower and· equiprilent rectir:ds, information abo'i.Jt key personnel to - be . a~slgne~ to· . the project,· arid_ cot1striiction schedule, to· assist the Ci.ty· In evaluating and assessing th~ ablllty of the app~_rent low _ bi_cJder{s) .t.o deliver _a quality' product an~. successfully cdmplet~· ·projects .. for the ._am'!:?unt ·bid within . the stipulated ti~e frame. -Based upon the City's as~essment of the submitted information, a recommendation regarding the award of cl contract will be made ~o .. ~he _ City Council. Failure ·· t~ ·submit the ac;lditiona_l information if re·quested :·rriay be grounds for rejecting the apparent lovv bidder as non-responsive. Affected contractors 'will be notified hi writing' of a recommendation to the City Council. . . . . . . . ' · .. ··. .. . . . D-70 EARL V WAl=tNING SYSTEM FOR CONSTRUCTION Time Is of the essence in th_e co111pletion· 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 foll<;>wing process shall be applJcable: · · The work progress · o~· all . constn.,iction projects will be closely monitored. On a bl-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 PY the contractor is less than the percentage of tim.e allowed by 20% or more (exampl~: 10% of the _work completed .in 30% of the stcilted contract time as may be amended. by change order), the following proactive measures will be taken: 1. A lette·r . will be .malled 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 · ensur~ 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 t~e contract time. . · 2. The Project Manager and the Directors of Water Department, and Department of Transportation and Public Works will be made aware of the situation. If necessary, tlie 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 Water Department's Public Information · Officer.- . . 4. Upon . receipt of the contractor's re$ponse, the . appropriate City departments and directors wi_ll be notified. The Water Dep~rtment's Public Information Officer will, if necessary; then forward updated nqtlces to the interested lndividual.s. . . 5. : If the contractor falls 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. 02/09/2010 SC-56 . PART ·o ~·SPECIAL CONDITIONS D-71 AIR POLLUTION WATCH DAYS . . The 'Contractor shl;lll 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 P.ERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONf= FORMATION.. . The Texas . Commission on Envfronmental Quality (TCEQ), in coordin~tion with the National . Weather Service, will issue ~he .Air .Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On ·designated Air Pollut!on Watch Days, the Contractor shall bear the responsibility of being aware that such days have been des·ignated Air· Pollution Watch Days and-as such shall • not begin work until 10:00 ·a.m. whenever construction phasing requires .th~ 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 motorize(.f equipment is less than.1 hour, or if equipment is new and certified by EPA as "Low · Emitting", or equipment burns Ultra Low Sulfl.i'r 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 s~ven ·hotJrs·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 ~nd added onto the allowable weather days of a given month. D-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS Contractor is required to secure · a Street · Use Permit,. issue.d qy the City 9f Fort Worth Transportation and Public Works Permit Center (817-392-6594) prior to any work in· public right of way. · Permit will not be issued without a .traffic control plan sealed and signed by a · registered professional engineer licensed to practice in the State of Texas. Failure to acquire the proper . permit and permission may ·result in a fine of $500/day to the ·contractor perforilling:the work. Payment by the contractor for all Street Use Permits shall be considered .subsidiary to the contract cost and no additional compensation shall be made .. END OF PART D-SPECIAL CONDITI.ONS 02/09/2010 SC-57 . · PART. :o..~.SP~CIAL CONDlTlONS (To be printed on Contractor's Letterhead} I : • ' • 1, ~ Oat~:· .... ....... -------. ' .. CPN Ne:>.,: -----.-.. -. .:.: .. · ·· ·-· ProJe¢f 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 'AN'o / OR SEWER LINES .. ON OR AROUND YOUR PROPERTY. '• ..... • • ,•I ' .• . : • • : ' . . CONSTRUCTION WILL B.EGIN 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, PLE;ASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 02/09/2010 SC-58 . 02/09/2010 ..... · PART o· .. SPECIAL CONDITIONS FORT WORTH , I' . . . '!II - Date1 ___ _ DOEKO.XXXX Project 6-e: NOTICE OF TEMPORARY WATER SERVICE · INTERRUPTION DUE . TO UTil,ITY IMPROVEMENTS IN YOUR NEIGHBORHOOD; .. YOUR WATER SERVICE ~LBEINTERRUPTED O~-------- BETWEEN THE HOURS OF"'!'!'"""'. ·--s-____ AND _____ . °IFYOU liA VE QlJESTIONS ·ABOUT T1DS SHUT-OUT, PLEASE CALL: ~ AT ___ ___,;,-----~ (CONTRACTORS S)JPERINTENDENT) . (TELEl'HONE NUMBER) ~ . . . OR MR. __________ AT ___________ _ · . (CITY INSPECTOR) (TELEPHONE NUMBER) TIDS INCONVENIENCE WILL BE AS SHORT AS POSSfflLE •. THANK YOU, ___________ ___,CONTRACTOR SC-59 .. PART D .. SPECIAL CONDITIONS ;~~~JHit~tff'.ft.' .... ··-·.; ·,·.:.= · : ·· :-... _.·:· : · .... ·. · .r,:=)i~'\?(i:}i~it:~~v~:?t_:,: t~t , 1~~!fi:iEPARTMENT OF HEALTH OEMC>LITION I RENOVAT!ONUL>:: ·:· · •. ~iti1 i ((t-I;;,t,}:.if{t·::·:-:--'·, ·: . . . :,,::',./:,i.. NqTifi~ATlo~·FoR~ifi{!;~}~}!i{·::· · · · ):··~.;:'·( .. ~;_';'..·'.'.;_·: ..... ··::;:.;!_, •. ·. r~~.:.: .. ::!i;·· :,.:;': .•• ::_r:_:_:_._::::;_ .. :,,_·::):_._~ ... p:_ •. •::f.:.1:.~o!_~::·~·~.l!:_*;t:::,"""" ~ffl=,,;St'ifO)· H ~~Li N b "X', ·, .· .. t; ~ --.. !'.·--~~"""'!~~~"7"""-·:-:-.'.:-:-_:-:-1~::~~>,C,t~. ~=~ . T*~ ];;;~::.~,~~;~r~ I .. :$ n .;.··,:.Si" r.; . . . . .• .·. .. ·. TIJJ-i"trcerise ·Number:' . . : ·s,;t': ',:,;;:..i'i:i,,:, ,/'ii:..·. •,.I•. '·fr i: ·)1kf~~i;l'Ofi4l.~NJ:$HAP lnarvt~u~I:. · . -.. . . .. ,,, ... _ ... -~~-~ -~ Certifi~tion Da~e: ·· -.:: >'··<. :· - ,.i,~~/·. • • I.::•:: ,•,; .· .. ;, • • ; • • • '. '··~: ~ . ·: \ 2i~~~on.· · Ccn~otor.~.,__ ________ ""="!"' __ o_mce Pho.no NuMbet.i.l-~. )~·· '"',·::-, ·=····"-• .:....· -...,.'·.: .. :::::\;;-{:_. _· ··~,..........- .. ·, n . n..,....,11._, City! Sf$1e; . '-~P.; ... __ _ .. :-.:: i~ .. : .· _·:· :. . . . .. ··· ... ,.:·.·· . :,:·_;.·''!' .· :-.· :,<:: ! ~. ,2) .Pro]~CQlis\J~lwOp~ton .. ,-,y., ,··' .... :,>.::\':':: .ifiH LI<.$n;l!tN1;1mber.,...___.;.__.;.-'---' :: ! '.i;f ~;~, < , ··-~·~·: '.:""~~·; ·.~.'. 'Ti°-111"'~~~~ .... c:.,..;_i.--., __ .... ,_··· --....,..,..,.....,-_ ......... :· ... .. ·>i j ,· ~). Fa,c!ntv:Owner:.__ __ ~~~~..::...,.--.,,:,:,.,;;........:,,.....,...,.,,.....;..,....,..,.------........ ---...... ~--......,...~ ... ,. H :", Anentfon: ·· · .: .. , .. ,,~,,-,·,,.:;.-.. · .. ·· ,.::':::::: ~ .;~_'.'.:\~!~~-~-~~;~sa: ·· .. · . . · ~l~--·_·:: : .. ·, · ZiJX _OWA~pilone _Num~ar{ ) ,:., .. :.' _.,__.,;;:=,;.· .. _':_:·::::·: ... : !<, ~ ·~·,!.,.£t~1-~-11. !)_ .J~~~!~J: .. ~!u.~5»!1J:;&Ut)''te·~'!'dlb1 ~!°nri~ei,~~;!T.~'~'~.b".l,!dl~, a,nd ,t~!) tJIJl~tr.aekl~ ror:t~~ t~oi~~ yi.i!r.~~ _.. _ ·-:~·-.-,~ · ,a'l'..,m, ... f'Offl1110'lntOfMQ onu,O ,SP,Ovau.~ nu,Issecuon. -:-·, .. , ···-· ,·: ,., ... ,. ~ ·,, ,·,:··::., ·•.,:··.·-:.:-:. ·:·.:: ,·. ·.: :{_:'.-: ~: .:4j._~~C~P.t;or.fcr.F.~:ctiltyNan•:e:--.. :~--u' .. :;.::,,,_, .·,: ;::::ti:/··'.'.\,::>· .. :·: .· .. _::. ',· ·. ··n ·.': :. . : . . .: ... :·.·_ ·.· ·. ...,.· ....... · :., ·! E . · ··· :· fhY'!~I Atjdie5st . · · .,.-· · -. · CoiJn.~y; .... ,._. ·· ······ .· · , •... · Cjty..... . ·Z!p; .=:· ..... :: · · -.: . . ,'.;,: ~ · · i,:~·faali!JY.~~~·eNLil'.flber( ) . · ....... _,., .. , ...... , : ....... ,!,:'·,~_,:,~.;F~QDjty.:CoiltedtPeraon:: ,·:.::··_:: :_ ·--. ·. ·-:·• ... ··• :' ·.:-,. .. : ! '· .. :,.?;\ ij -Qescrlpllcn cf Are~ Numb~ : ... __ . ·· · _ . . .. _ · ·. ~ · ,. Prlor:Uee;. :· · ·. . .-· . . . . .·.• ·· · FIJluta .use: .. . ·' :~·J{ . <: Alie..of e~Hdlri.g}facllfty~' ,; · ·. ;·,:.,, .. ·:, :,·Srm~·, ::a< ,·:',i ;:;N~Jii6sfijt'Adi:fr1V .. ':,. ··· :,: .. _:. ::: ·soooot {K ..:12)l:_ 1:ii ~$.:J:t)tO . .-... ;.:)I :·::.··;::-~:-.>:.~_!·.··::::.-··.·-·-.· · · .-· -... · · --·-_. : ·: _ _.; .. :· :·.·~r·:-i: ... :.:·.:·-.:·. : - ·.-,··.: llJ :··· 5). ~ o~Work Cl Damc;1lit1on a. ~en~vatlon (Abat(tmcnt) a Annual Cort~J'J~i~a~. mi,.i:I I :_;_,. ~-W~tk ~.£;11~ i.iui:jng; C) Day C E1,anlng C Nrghi l1J Phased Prcjact . :·-:,·: \' .. ..,. ~~ M ,r ~· .. ;}?~~J.f.~~,1i~r~r.~r.~~~~u:i~: ·-:_ .... ·,:;: .. ·:-::::-,,,rf:: .,::::': .,,:<-.::: .. :,:·::'-:: ''c .. ~~ f~ .. ~rri t!i1;:~-~~lJ~-~~il.~~;; ·c Yl;:S O NO Federal ·Faclllt.y? D V.ES £11 NO lnduSlritd Site? DYES ·o ['..10, ... .. ;;;::,:,. @. ::-. NESfiAp-Only Faclllty? o YES a NO •s BulrdlnglFacllity occur:,ratl? ti VES· o INO . g;::·. ~ :: .. ;-.·:=:':\'.;":·_ ·:_ •.· . . - . . · ~~: .. ]}J:,!9fm~t1~n Type. C~ECK ONLY qM~ . . , . , . (~·.,; ~:~J\t:;~i:i:8;1~!~~1. C.l?1!~~M~9.Pf!¥iil o· C~ocE!JU~rm ·· ···a.Ame":~,,~F :,-9, -~~-~;PPfY.~Ordorod ·. . :' _ ... , ~= ·· If tb1r; is an am,i_ndmatit, wl\ictJ ~mli!11rSment number rs this?_ (Enclose copy of'or.lglnal :and/ot latt i/1!-'0~ndfnetjt) . .. _; · r,J .. , ·: Jhri emerg!i!rigy, who did you ·~l.k wlth at "fOH? · . · . Emergency#: ·o:: . • :, '.; ' ·-:: : . :_-. -: -: ,,:-i ·,·.:·:: ciate-anlHoillofE:.meigei"iey(HH/MMIJJDJYY):~;,.::,:·\.:";:.-;-:i,.W ':';.:''i .·' ,.:·,:·.\ >-t ,_ . .· :-:~ . ._::::: ··. ··:.:. =··.· : ... ·.:::,>. W ····t· ··. t.>.eScrir)llo.~ 0~ l:l'IS. ~Udd.~l't, uo~pea~~-eye_nt an~ ~planatlorf pfllowTi\t;l (l\re!lt r:ause~ unsafe! condi!i,pJi°f;l Or·W~Y.l~ :~\l,U~e ::_:}i_J 1 ff. 1 : • ·: • · · -~~~'_lP-_)ryent dam~e (computers, macluryary. ~to. : -· · -: · -. . : ·:: :: : :. . ·.. ::· . . . . ·: /;.-:' ·: ,:.-:: : -i · .... ·. !I . . . . . . ----·-. :~::· .. ·.1~~ . . . ·. ·. :. . . .· ... t~;~ §.I. . S) ~s~1puon of proced~ to ~e. foll~11ed. In the event ihat un9.lCpectad a:sbastos is. rouc~ or pna-\'fQ1,,1,1y n~~~ebl~ I j :· · .. · .-';~~~-~tos material becomesctumb1ed. pulya~~._(it _r.1tdJ,1_®..r,U9_ P.,9W.tl~r.; . .. , · · ·· · f1~1: s :=.. :··. · ,; . h}t m :(.9), ~~,all'.I _A$b~:i!os: s~rvey perfomied? 0. YES ll NO Da~; J I TOH lr.ispec!or LfoellS~ No~------- ~':f,~ ~-•: . :: ,Aij~lylical· Melt::iud; D PLM D TEM D Assume!£ . '.fDH Labo(alQty Ueerts~ NO; . . . . ~~! ~-\ ,:-: .· (Foti.AHF'A (publfc buildtog) prcJe¢ts: ~n ~ssumptton must be made by a TOH Uconsad Inspector) i'1:,)g ~,:. '.•• . • . I~~~ Qeso~ofpkomed .. mum., or 1eoo-.-. bJoo ofm.ieim~ ETMlm-(s)b> ~ousedt .. ~tti\ [~'. : .. 11 ). Oesctli,1ion i;,f w~rk pl'i!alices a~d engrneerfng oontrots io be used co prevent timlssrons of asbij$1J;l$ ;!:I~ ~Ii! ;:1;1 r,i{ .: ::lf~mol!~r:mlrenovanon· · · · · ~~::'.:'.;;;:'.,~;-~:1~t~I:1:;!;'.;~::)~t::/:~r},;~r<,::::::.::::::\,.· _:;,,,:,::,-,,,-:·:::, ,·1,,, .. ,::!',-:,,, .... ·: .. -·,:.,., .. ,-.·.,_.,., ,-.• !·· :.,.,,.,.:,;·.:,'., .. , ,, ., ;,,.,,, ..... -·;~,:,~,~,.ri~"~=.~-·:~"--· - - - 02/09/2010 SC-60 PART D .. SPECIAL CONDITIONS · .. -... - ' : .:: -._ ... ·:-:. ... ::· ·:_. __ ·:.\· :-:.:1·,: ·.-· .... ;:·- :. ·: ... · ..• -·.·-:! ·. •,:r ,·.:··.··::. ·"' .. · .. . RA¢M fO b$ 1'$l'iioiled nterfor Cate D 1 · non-fitable re~a~d !-'= .· :: .. . .. :<."·:· . . 11) schitr111i!iii o•s Diw10Htron1Rer:ioiraoon{MM100.IVY}' · s1ait~ \-. ·, .. : 1.:::.. , ... , :_:. ··:···o~'itl:Pra.t~:r:=·,.'r ,-:.: .. '.J-0·> ,. ·,.· ·:,:- . . • N:ote: 1f'th1H1t.utijsi~·on':11ihdtciiflufiloif~an· dioi ijq .. mot. ~o .TDl'f ~$£:anal or.L·ocal Pri1gram;offlii4t Musttiin:dnlsahid .by .. :· · ph:o'~~~.~~,t!.t:ti~~tr~~r1!:;r~'~r ::t :~~:~1~:t~1~~:,t.~J~'.!!·~!fe.rc,:Jf:~.t~:t~t~~;~ii~f~?:t.tti:~tt'.i:.;,';:{{}{;~//(··;:·,:.· · I h~reb~ ~11[%·!QEitJ~.ll:'!Jfp(.m~~ I ~v..e P..~~lded Is. cosr~ct. ~ml)fe_to. ~~ ~El 10 .m~ b~aj:-Df '!)Y ~~~~~g~, l ~11:ik.~,i;v.vje.9ge that . I .11m ~poo~lfifo.for atr~,pa.c~ ·~f}:11.a.1:10lifl~1io,. form, fricluaing, but not irmmng. tont~il! and subn.-1~~,~ri cfates~ .. l'JjB . maximµ~i:iena!l)'f$$1.0,<JOOp~f~aypervrolaU<m.: · · · -· · · · .. : ·.: .·:· ......... '.'·,i ·:,·:"'.:.' ''·:'Y :.·),:·. ' .. ::·· .. ·: ·· · . . · · · ·.·,(,.·J::.·.~::.::~(>i:)\:>j.:,.,: .. ,::::·.·=.,:'·~·:· .. ; · ... ·:"".· .. : · · .... · ··~, , · ..... · .. · ..... ·· :::-: .,:.·.· ·c::: ~·i ,o,:::.:. :.:.:,:. .. ,,, :....-:--::::. .. ~.: : <~s~a1.~·~f ijglldlo9,P\ll!l~!f,9P:~~1or.-· . : ~ ·.: , .. ,: . :, ~ (Prl11te~ :f.i.a1J?B) -: <. ·. . "·;) :' . {O,.~). ', i: I;··;""::· ·:.;;:.:: ~e~~pho;i,e;1 .:..; :-": :. ::. : : ·. ~ .. ····orOelegat-edCansullant/Contradot)· · .. : . . · .. :::·· .-~:· · · ,. ;.· , ..... :· :.'· .1;.:·1• • ..:,-.·:: ( >:}="'-::c:.r::.,,·,·:,i,;· .. ·:·, .. : .,\~:,:,·,;:.:::·,,;;;t};.•.·<;~.i~~: ..•. : .. i~.~l':)\:• . I~::-:-· ~~~:.,o.~~r~;;.~.t!t · ... :· .. : · · ... :: ·.~ · . i~::~~i14id~;, _ .... :\ :. · ·.-· : . ·, ·:-:·. ·~~i~:1it#1f~~t~t :. t-.. . . . . . ·pJ.tf512:e:w:.t1elid; 1~0CJ-:572:5S~S··i·. . ' ... ::.~· .. ·~ : .. · .. ::· ... :·.-.. ..:.:·... .,:.:ii.·. -~.:=-=~·{_·::;, !~./ ............. -~·-:---·-.. ~:-:.· --~::· .... · .. :·.:: :.. :.; .. · .. ::.'".:. \ .. Fptm AP.BfJS, dat~cl 07~2\.~ep/ace~ TDM {«in datad~r/13/tJJ. 'P.tit~sti!lnailri ~~liiigftim, r:M 1-~(.IO-Q72:~554,, ) .. •' • ·.: :.: .. • · .. _.·,i._:.··.:.:-:\:"1° -··.--.... •i·! ... ~.:·.· ' , .· .. ·.-··. -_ ... ,·.--·.:,.{\ .. -.· •. ·-1:-.·:.-··;--.:· .. :::·.:,<:/"::: • ·• ::: :.. . . ··.:_ " . I . ··.:. · ,M222~;t}:('.1:¥(} . · .. :f<ci'.. , , > ·.·. .:}:: > : · .. ·· · i,, :,. . . i:t=°J.:.,_:.."M· .. \i_CQA~:!l.~rlf:?.ib'Tu:fiil'!C:i!E:.:.1iri$1"!:.!~l(!:;~i:~·:~::·:::·~.::::-::.:,:,j::~.:::.·;:.:;~::::::::.:::::;::s:r:;·:·:::,·:.:::;'-.::zt::l;,:;,_~;::::~:~r:;rt'??:!~~:-;};;:/:::t:?:;'~·::!:,r;.{'::t::?%.J=::?:1::::t-::1l:?;:t:!:~:7·:t::::t:H':::::~~?r::::::tt~ .... -, -·- 02/09/2010 SC-61 ·.·: ..... <PART-D .. · .SPECIAL: CONDITIONS ...... ~ .•: . .. . . . . ·· .. ! . . -1· , __ ., ........... ···-·· .... -.. , ................ ····--...... ····-·· ·-··-.. ··--·-·-····-.. ···--.. _. ·-· .... _.,_ -............ _ ......... . •.• .. . . -: .. ~:-.· .... . .. "'.. ,.• . · . . · .. .,. 02/09/2010 PART D -SPECIAL CONDITIONS Cancrare Rubber Crane, Clamshell, Backhoe. Denick. Dragline,. Shovel · Elecflician' · Aligger Fann Builder-Slrucfures Farm Self~ Paving & Curbs Foundation Dn11 0 erafai Crawler Maunfsdi Foundation Dnll O erafar. Truck Mounted Roller, Sfee1WheE1 Plant-Mix Pavements Roller, St&e) Wheel other Flatwlteel ar Ta . Relnforcln SEeel Setter Sfrucfure Source ls AGC of Texas (Hwy. Hvy~ Utillti!!s (ndustrial Branch) wv,w.access.gpoaov/davtsbaccnl 02/09/2010 $13.63 $12.liO $13.IHI $14,eo $10.61 $t4.12 $18.12 $8.43 $11.53 $11 .83 S13.6i $16.3'.0 $12.62 . $0.18 . · $10.65 $16.97 $11.83 $11.58 $15.20 $14.aO $13.17 $10.04 $11.04 $11.28 $10.92 $11.07 $t4.8.6 $16..29 SC-63 $12.32 $12.S3 Sf0.92 $12.6D $12,91 $12.03 $10.91 $11.47 $11.75 $14.93 $12.08 S14.00 $13.57 $10.09 liiiiil DA•1 DA·2 DA-3 DA-4 -DA-5 DA-6 DA-7 DA-8 DA-9 ·DA-10 DA-11 DA-12 PART DA·-ADDITIONAL SPECIAL CONDITIONS AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS ·OMITTED ...... 4 PIPELINE REHABILITATION CURED-IN-PLACE PIPE~ OMITTED ............ : ............... 4 PIPE ENLARGEMENT SYSTEM •OMITTED .................................. ~ .................. ~ ......... 4 . FOLD AND FORM PIPE· OMITTED : .............................................................. ~ ............ 4 · SLIPLINING • OMITTED ............................................................................................... 4 PIPE INSTALLED BY OTHERtHAN OPEN CUT· OMITTED: .................... ~ ............... 4 TYPE OF CASING PIPE ·OMITTED .......................................................... : ................. 4 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR .. OMITTED ..• , ....................... 4 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION .. OMITTED. 4 MANHOLE REHABILI.TATION ·OMITTED .......................................................... ; ....... 4 SURFACE PREPARATION FOR MANHOLE REHABILITATION .. OMITTED ............. 4 INTERIOR MANHOLE COATING • MICROSILICATE MORTAR SYSTEM • OMITTED .. . ,.,, .................. , .. , ........ , ..................................... , ............... , .......... , ........... ~ ............. , .. ~ .......... 4 DA•13 INTERIOR MANHOLE COATING• QUADEX SYSTEM •OMITTED ............................ 4 DA-14 INTERIOR MANHOLE COATING· SPRAY WALL SYSTEM· OMITTED .................... 4 - DA•15 INTERIOR MANHOLE COATING· RAVEN LINING SYSTENI • OMITTED ............ _ ..... ! 4 DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER• OMITTED ......................... · ......................................••...•.............•.•...•..•..•.•. ,, ............ .-....................... :. 4 DA•17 DA•18 DA-19 DA-20 DA-21 DA-22 DA-23 DA-24 DA-25 . DA-26 DA-27 . DA-28 DA•29 DA-30 DA-31 . DA-32 DA-33 DA-34 DA'-35 DA-36 DA-37 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM •OMITTED ................... 4 RIGID FIBERGLASS MANHOLE LINERS· OMITTED ............................. ~ ... :· ............... 4 PVC LINED CONCRETE WALL RECONSTRUCTION· OMITTED ............ · .................. 4 PRESSURE GROUTING .. OMITTED ..................................... ~ •. · .................................. : .......................... 4 VACUUM TESTING OF REHABILITATED MANHOLES• OMITTED ........................... 4 FIBERGLASS MANHOLES· OMITTED ............. : .................................. · ............... · ........ 4 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES .. ; ................... 4 REPLACEMENT OF CONCRETE CURB AND GUTTER ....................... ~ ...•.. : ............ ~. 5 _REPLACEMENT OF 6" CONCRETE DRIVEWAYS ........ ; ....... : ................................ ;,.; 6 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE .............................................. 6 GRADED CRUSHED STONES ...................................... , ........................... : ........ : ......... 7 WEDGE MILLING 2" TOO" DEPTH 5.0'.WIDE ........................................... ; ................ 7 - BUTT JOINTS· MILLED · ................. "'''''··································"····· .. ,, ........... ~." ..................... 8 2" H.M.A.C. SURFACE COURSE (TYPE "0'' MIXL .................................................... 9 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER ............................................. 9 NEW 7" CONCRETE VALLEY GUTTER ..................................................................... 10 NEW 4" STANDARD WHEELCHAIR RAMP· OMITTED .................. : ......................... 10 ·S" PAVEMENT PULVERIZATION• (OMITTED) ................................... _ ....................... 10 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) ......... , ................ 11 · RAISED PAVEMENT MARKERS· OMITTED ................................. : ........................... 12 POTENTIALi. Y PETROLEUM CONTAMINATED MATERIAL HANDLING • OMITTED 12 .. . DA-38 . LOADING, TRANSPORTATION. AND DISPOSAL OF CONTAMINATED SOIL .. OMITTED ............................................. ~ .................. · •. .' .... , .... ~ ............................... ~ ........... ~ ... ~ .. · ....... ~ .................... 12 DA-..39 ROCK RIPRAP .. GROUT • FILTER FABRIC • OMITTED._ ......................... :.'. ............... 12 · . DA-40 CONCRETE RIPRAP • OMITTED ...................... ; ......................................................... 12 . DA•41 CONCRETE CYLINDER PIPE AND FITTINGS .. OMITTED ........................................ 12 DA42 CO NCRETE PIPE FITTINGS AND SPECIALS· OMITTED ...... , •.............•.... -................ 12 DA-43 UNCLASSIFIED STREET EXCAVATION .................................................................... 12 DA-44 6" PERFORATED PIPE SUBDRAIN. OMITTED ....................... ~ ............. : ..... ~ ............ 12 DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS ........................................ .' ........ '. ...• 12 DA-46 RECOMMEND.ED SEQUENCE OF CONSTRUCTION -OMITTE.D .............. .-.............. 12 10/23/08 ASC-1 PART-. DA· ADDITI.ONA~ SPECIAL CONDIJIONS. : DA-47 PAVEMENT REPAIR IN PARKING AREA ............ · .......... : .... : .. ; .. ~ .................................. 12 DA-48 EASEMENTS AND .. PERMITs· • OMITI'ED ....................... ~ ...... : .................... ~ ................ 13 DA-49 HIGHWAY REQUIREMENTS· OMITTED .. ~ .......................... : .................. :.; .... : .. .-........... 13 DA-50 CONCRETE ENCASEMENT .................. ~ ....................................... : ................. ~ .......... 13 .. DA-51 CONNECTION TO EXISTING STRUCTURES ............................ ~ ..................... ~ .......... 13 DA-52. TURBO METER WITH VAULT AND BYPASS INSTALLATION • OMITTE.D ............... 13 .· DA-53 OPEN FIRE LINE INSTALLATIONS• OMITTED ........................ :..: .. ; ................ : .......... 13 DA~4 WATER SAMPLl:;STATION .. OMITTED ....... : .............................. ~.~~ .... ~ ....... ~ ........ : ..... 13: .. . DA-55 CURB ON CONCRETE PAVEMENT• OMITTED ... · .... : .............. ; ..... · ............................ 13· DA-56 SHOP"D~WiNGS • OMITTED ..... ;· ................ _.; ....................... · .............. ~· ....... ~ ............. 13·. DA-57 COST BREAKDOWN ~ ................................ ~ ........ : ....... ~., .. ," . .'~ ......................................................... 13 . DA::§8 STANDARD STREET SPECIFICATIONS H.M.AC. OVERLAY ................................. : 14 DA-69 H~M.AC. MORE THAN 9 INCHES DEEP ................................................................... :14 DA.SO ASPHAI. T DRIVEWAY REPAIR ............................... · ............... : ................................... 14 DA-61 TOP SOIL ......... ~ ........ : ................ · .............. : ....................................... :.: .......... : .. : ............ 14· DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT ~ ... , ........... ;.14 DA-63 . BID QUANTITIES ..... ~ .. : ...... ~;: .. :: ..................... ! •• , ................... , ...... · ......... ·.; .... ~ ............. ."; 14. DA-64 WORK IN HIGHWAY RIGHT OF WAY!' OMITTED .......... ; .... : ..................................... 15. DA-65 CRUSHED LII\/JESJON.E (FtrEX-BASE} -OMITTED .............................................. ~ ...... 1f$. DA-66 OPTION TO RENEW· OMITTED ............... · ...................................... · ... ; ...... ~ ...... : .......... 15 . DA-67 NON-EXCLUSIVE CONTRACT ........................................... ; ..... : ..... :~ ........................... 15 DA-68 CONCRETE VALLEY GUTTER ....................... ; .............................. ." ............. ~ ............. ; 15 .. DA-69 TRAFFIC BUTTONS • OMITTED ............. ~ .. ~ .... ~ ....................................... : ................. ; .. 1,5 DA-70 PAVEMENT STRIPING ......................................................... : ... : ....... ; .......................... 15 DA'"'71 H.M.A.C. TESTING PROCEDURES ............................................................................ 15· · DA-72· SPECIFICATION REFERENCES •. ; ................................... ! ..... ~ ...... ;., ........................... ,16 . DA-73 RELOCATION OF SPRINKLER SYSJEM BACK-FLOW PREVENTER/CONTROL VAJ,VE AND BOX ................................................ ~ ................ , ............ ~ ........... 1111 .......................... , ••• 16 DA-74 RESILIENT-SEATED GA TE. VALVES ..................... , ................................................... 16 DA-75 EMERGENCY SITUATION. JOB MOVE•IN ................................................................. 16 DA-76 1 %" & 2" COPPER SERVICES . : ... , ............................................................................ 17. . DA•77 SCOPE OF WORK (UTIL. CUT)• OMITTED ...................... ~ ..................... ~ .................. 17 DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL CUTI· OMITTED .................................... 17 DA-79 . CONJRACT TIME· (UTIL, CUT) .. OMITTED .............. :· ............... , ................................. 17 . . DA-80 REgUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT)· OMITTED.~ ............. 17· DA·B:J. TlME ALLOWED EORUTILITY CUTS (~TIL. CUTI· OMITTED ....... ~~· ........................ 17 DA-82 LIQUIDATED DAMAGES (UTIL. CUT) •OMITTED ...................................... .-.... ; ......... 17 DA-83 PAVING REPAIR EDGES (UTIL. ·cuT) -OMITTED ................ ; ................ '. .......... : ....... 17 DA-84 TRENCH BACKFILL (UTILL CUT) • OMITTED .................................. ; ... '. ... : ................. 17 DA-85 CLEAN-UP CUTIL. cun • OMITTED ............................................................................ 17 DA-86 ·PROPERTY ACCESS CUTIL. CUT)· OMITTED ........................................................... 17 DA-87 . SUBMISSION OF BIDS (UTIL. CUT) • OMl1TED ........... ~ ........................................... ·.1 a,. DA-88 STANDARD BASE REPAIR FOR UNIT I {UTIL. CUT)· OMITTED ............................. 18 DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. CUT)· OMITTED ...... ; .... 18. DA-90 211 TO 9" H.M.AC. PAVEMENT (UTIL. CUT)• OMITTED ...... ~ ............. '. ..... ;.~ .............. , 18. DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTlL. cun • OMITTED ........ , ........................................ · ....... ~ ................ ,~ .......................................................................................... 1·a· DA-92 MAINTENANCE BOND (UJIL. CUTI• OMITTED .................. ~ ..................................... 18 DA-93 BRICK PAVEMENT (UTIL. CUT)• OMITTED ............ _ ............................................... ; .. tQ DA-94 LIME STABILIZED SUBGRADE (UTIL, CUT) • OMITTED ........... ~ .............................. 18 I • 10/23/08 ASC-2 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT)· OMITTED ..................................... 18 DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. cun • OMITTED ....................... 18 . DA-97 "QUICK-SET" CONCRETE {UTIL. OUT) •OMITTED ................................................... 18 DA-98 UTILITY ADJUSTMENT (UTIL. CUT) •OMITTED ......................... ,; ............................ 18 DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS {UTIL. CUT);. . OMITTED ......... """""·····~·: ...................................................... , ...... : .... ~ ...... ~ .......... !" ................ ~ ............................. 18 DA-100 . DA-101 DA-102 . DA-103 DA-104 DA-105 DA-106 DA-107 DA-108 DA-109 . DA-110 DA-111 DA-112 DA-113 DA-114 DA-115 DA-116 DA-117 DA-118 OMITTED DA-119 10/28/08 · LIMITS OF CONCRETE PAVEMENT REPAIR CUTIL. CUT)· OMITTED ................. 18 CONCRETE CURB AND GUTTER {UTIL. CUT)• OMITTED ............ : ...................... 18 PAYMENT {UTIL. CUTI• OMITTED ............................................... ~ ................. : ...... 18 DEHOLES (MISC. EXT.) • OMITTED ............... ; ........... .-•• ~ ........... ~ ............................ 18 CONSTRUCTION LIMITATIONS (MISC. EXT.) .. OMITTED .................................... 18 . PRESSURE CLEANING AND TESTING {MISC. EXT.) • OMITTED ........................ 18 BID QUANTITIES· {MISC. EXT.)• OMITTED ............................................... ~ ............ 18 LIFE OF CONTRACT {MISC. EXT.)• OMITTED ....................................................... 18 FLOWABLE FILL (MISC. EXT.)· OMITTED .. : ................................................... : ..... 18 BRICK PAVEMENT REPAIR {MISC. REPL~) • OMITTED ... : ....... : ......... : .. : ...... : .••..••. 18 · DETERMINATION AND INITIATION OF WORK (MISC. REPL.) • OMITTED .......... 18 WORK ORDER COMPLETION TIME "(MISC. REPL.) • OMITTED .................... ~ ...... 18 MOVE I~ CHARGES {MISC. REPL.l • OMITTED .......................................... : ......... 19 PROJECT·SIGNS {MISC. REPL.) .. OMITTED-....... : .............. , .................................. 19 LIQUIDATED DAMAGES {MISC. REPL.) -OMITTED ............ .-................................ 19 TRENCH SAFETY SYSTEM DESIGN {MISC. REPL.) .. OMITTED ................ .-......... 19 FIELD OFFICE .• OMITTED ••.•••.•••. : .......................................................................... 19 TRAFFIC CONTROL PLAN· OMITTED ........................ : .......................................... 19 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS• 19 .. . . CATHODIC PROTECTION SYSTEM • OMITTED l9 ' ~ . · ASC-3 PART DA-ADDITION.AL SPECIAL ·COf'J°Dl ·TibNS . DA .. 1 AWARD OF CONTRACT FOR PRO~ECTS WITH :MULTIPLE UNITS :~-0 -NIITTED ' DA-2 PIPEUNE ,,REHABILITATION CURED-IN-PLACE PIPE· OMITTED · DA•3 PIPE ENLARGEMENT SYSTEIV,I -·OMITTED DA-4 FOLD AND FORM PIPE • OMITTED DA-5 SLIPLINING • OMITTED DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT -· OMiTTED . DA-7 TYPE OF CASING PIPE • OMIUED . ·. . . . ... . . . .·. DA~B SERVICE-LINE 'POINT REPAIR-/ C~EANOUT REPAI~ ·.OMITTED .. : . . . DA~9 PROTECTIVE MANHOLE COATIN_G FOR CO~ROSION •'ROTECT_ION • OMITTED . DA-10 MANHOLE REHABILITATION • OMITTED . . DA~11 SURFACE PREPARATION FOR M~HOLE REHABILITATION ~ o ·MITIED i:>A-12 INTERIOR MANHOLE COATING· MICROSILICATE MORTAR SYSTEM· OMITTED -.. DA-13 INTERIOR MANHOLE .COATING • QUADEX SYSTEM • OMiTTED DA-14 INTERIOR MANHOLE COATING • SPRAY WALL SYSTEM • OMITTED DA-15 INTERIOR MANHOLE COATING· RAVEN LINING SYSTEM· OMIT.TED ·DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER· OMITTED . DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM· OMITTED DA-18 RIGID FIBERGLASS MANHOLE LINERS· OMITTED . . . . DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION • OMITTED DA-20 PRESSURE GROUTING • OMITTED DA-21 VACUUM TESTING OF REHABILITATED MANHOLES· OMITTED DA-22 FIBERGLASS MANHOLES • OMITTED· DA-23 LOCAT,ON "ND EXPOSURE OF MANHOLES AND WATER VALVES 10/23/08 ASC-4 -. PART DA -ADDITIONAL SPECIAL CONDITION·s . - . . - The contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the resurfacing process commences for a particular street. · · · · The contractor shall attempt ta include the Construction Engineer (if he is available) in the . · observ~tlon and marking activity. In any event a street shall be completely: marked a minimum of two (2) working days before resurfacing begins on any street. Mar~ing the curbs with paint is a recommended ptocedure. · · . . It shall be the contractors responsibility to notify the utility companies that he has commenced · work on the project. As the resurfacing is completed (within same day) the contractor shall l<;>cate the covered manholes and valves and expose them for later adjustment. Upon completion· of a street the contractor shall notify the utilities of this completion and indicate the start of the next one. in order for the utilities to adjust facilities accordingly. The follo"".fing are utility contact persons: · Company . Fort Worth Wat~r Dept. ATMOS.Gas TXU Electric SWBT Charter Communications Fort Worth Transportation and. Public Works For other facilities Telephone Number 817-392-8296 . • • •• l • 1-866-332-8667 1-8007242-9113'··. 1 ~800-395-0440 . . 817-246-5538 . 817-392-6594 1-800-DIG-TESS Of course, under the .terms of this co11tract 1 the contractor shall complete adjustment of the sto~m . drain and Water Department facilities, one traffic lane at a time· within five (5) working days after . · completing the laying of proposed H.M.A.C. overlay adjacent to said facilities. · Any deviation from the above procedure and allotted working days· may result in the shut-down of the resurfacing operation by the Construction Engineer. · The contractor shall be responsible for all materials, equipment . and labor to perform . a mast accurate job and all costs to the cantrac~or shall be figured subsidiary to this contract .. DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER These prov,islons require the · c:ontr~ctor to remove all failed existing · curb and gutter, as designated by the Construction · Engineer, and replace with . standard concrete curb and gutter1 laydown curb andgutter,·or·in like kind, as governed by -the -standard City Specifications, Item No. 104 "Removing Old Concrete11 , Item No. 502 "Concrete Curb ·and Gutter''; and Drawing Nos. S-S2 through S-S4. Pay limits for laydown curb and gutter are · shown In Drawing No. S-$5 of the ·. Standard · Specifications. Contractor shall saw c~t the curb and gutter and pavement prior to removal. Included, and figured subsidiary to this unit price. will be the required sawcut excavation, as per specification Item No: 106 "Unclassified Street Excavation", into the street to aid· in · the construction of the curb and gutter. The pay limit will be 911 out from the gutter lip, with same day haul-off of the removed material to a suitable dump site. The .street void shall be fille.d with 1012a1os ASC-5 PMT.,.b.A· •.AbDITIONAL:,SPECIAL COND1Tl0N$ H.1\11.A.C. "Type D" mix .as p~r specifl~tion No. 300 "Asphalts, Oils and Emulsi~msa, Item No. 304 :· .· "Pfirne C.Q~t' an~,ltem No. 31.2 °.Hc;>t . Mix Asphaltic C~ncretea and compacted to standard City . densities and top soil as per specification Item No. 116 "Top S0i1°, if needed, shall be added and leveled to grade behind the · curb. Existing Improvements within the parkway such as water metersi sprinkler ·system,:-etc. damaged during construction shall be replaced with· same or better at no cost to the City. ·. Backfill for curb and gutter shall be completed within fourteen (14) calendar d.ays from the day of · demolition to date of completion. If the contractor fails to complete the wor.k within fourteen (14) cale~c;:lar daysa a $100 dollar liquidated damage will be assessed per blo.ck per day. . . . The unit price bid .per linear foot shall be full compensation. for all materials 1 labor, equipment and Incidentals necessary to complete the work. ,,, DA-25. REPLACEMENT OF 6" CONCRETE DRiVEWAYS . This item shall Include the remoy~I . and replacem,;mt of existing concrete driveways, due to deterioration or in situations .where · c~tb and gutter · is replaced to adj~st gra(le~ lq eliminate ponding water with .same day : haul·offof the · removed material to a ·suitable dump site. For specifications governing this· item see Item No~ 104 "Removing Old Concrete'\ Item No. 504". Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-85 of the standard Specifications. . · .. : ~.r· The unit price bid per square . yard shall be full compensation for all labor, material, equipment, supplies, and Incidentals necessary tt> complete the work. · DA-26 ·REPLACEMENT .OF H.M.AC. PAVEMENT AND BASE The contractor shall remove all existing deformed H.M.A.C. pavement and/or bad base material · that shows surface deterioratiori and/or . complete failure. The Engineer will . identify these areas upori which time the contraetor ·will begin work. The failed area shall be saw .cut,. or other similar ·means, out of the existing . pavement in $quare or rectangular fashion; The side faces shall be cut vertically and all failed and loose material excavated. As a part of th~ excavation process, all unsatisfactory base material shall be removed, If required , to a depth . sufficient to obtain stable sub-base. The total depth of excavation could range from a couple ·of inches to incluc;te . the surface-base-some sub-base removal for which ttte Engineer will select the necessary depth. Tl:te remaining good material shall be· leveled and uniformly made ready to · accept the . fill material. All . excavated material shall be hauled off site, the same day as excavated, to a suitable dump site. After satisfactory comple~lon of removal as outlined above; the contractor shall . place the permanent pavement patch, with "Type D11 surface mix. This item will always be used even if no base Improvements are required. The proposed H.M.A.C. repair shall . match the existing pavement section or the depth of the failed material, whlcheve~ is greater. However, the patch thickness shall be a minimum of 2 inches. Generally the existing H:M.A.C. pavement thickness will not exceed 6". Before the patch layers are ·applied, any loose material, mud and/or water shall . be removed. A liquid asphalt tack coat ·shall be applied to all exposed surfaces. Placement of the .··· . surface mix lifts shall not. exceed 3 Inches with vibrator compactions to .follow each lift. Compactions of the mix shall be ~o standard densities of the . City of Fort Worth, made .in · · preparation to accept the recycling process. · · 10/23/08 'ASC-6 PART DA -ADDITIONAL SPECIAL CONDITIONS All applicable provisions of Standard Specification Item Nos. 300 "Asphalts, Oils, and Emulsions''. 30~ "Prime Coat", and ~12 11Hot•Mix Asph~ltic Concrete" shall govern work. iiiiil The unit price bid per cubic yard shall be full .compensation for all materials, labor, equipment and incldentals ·necessary to complete the work. · · -· DA-27 GRADED CRUSHED STONES This Item shall .b.e used to repair the failed base material In areas exceed 811 deep as directed by the Engineer. The· material sh1;1ll be graded crushed stones. For specifications governing this item see Item No. 208 "Flexible Base". The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and lnci~entals necessary to complete the work. DA-28 WEDGE MILLING 2" TO O" DEPTH 5.0' WIDE · Description This Item shall coosist of milling .the existing pavement ~om the lip of gutter at a depth of 2" and transitioning to match the existing pavement (O" cut) at a minimum ·width of 51 • The · ·existing p~vem~t to be '!'•lied will either be asphalt, concrete, or brick pavement. The removal .and . disposal of the mill8d materials shall be as directed by -the Engineer. The milled .surface shall provide a smooth surface .free from gouges, ridges, oil · film, and other Imperfections · of workmanship and shall have a uniform textured appearance. In all situations where the existtng H.M.A.C. surface contac;:ts ·the curb face the wedge milling shall Include the removal of the existing asphalt covering the gutter up to · and along th~ face of curb. : ·-· The wedge milling operations for this project will be performed ·· in a continuous · manner along both sides of the street. Details of milling locations are at the back of this document. . Contractor is required to begin the overlay, within five (5) calendar days from the date of th~· wedge milling completion of any one street. Should the contractor fail · to meet this condition, the wedge milling will be shut down, and liquidated damage of $500.00 per day per street will be assessed until all wedge milled streets are overlayed. The oyerlay, .once begun on a street shall ~ntinue uninterrupted until complete. The Con~ractor shall haul.off the removed material ~o a su'itable dump site. B. Equipment 10/23/08 The equipment for removing the pavement surface shall be · a power operated milling machine ·or other equal or better mechanical means capable of removlng 1 in either one pass or two passes, the necessary pavement thickness in a five.foot minimum width. °The . equipment shall be self·propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. ASC·7 PART DA· ADDITIONAL $.PECIAL· CONDITIONS.,:: . . ~ . . . The machine shall be eql:(lpped . with an Integral: loading ·and · reclaiming mea11s to immediately remove material being cut from the ·surface of the roadway and discharge the ... cuttings intQ .a truck, all.tn one operation; Adequate back-up eq~ipment (mechanical street sweepers, loaders, water truck, etc.) and personnel will also be provided to keep flying · . dust to a 'minimum and to Insure that-all cuttings are removed from street sui:face dally. . Stockpiling of planed material will not be permitted on the project stte· unless designated by· the l;nglneer. The machine shall be equipped with means to control dust created by the · cutting action and shall have a -manual system providing for uniformly varying the depth 9f· cut while the machine is in · matiorr thereby making ·· it·. possible to put flush to ~II in.lets, . manholes, or other obstructions within the paved area. The speed of the machine shall _be variable in order to leave the desired grid pattern specified under Surface Texture .. The .unij price bid . per lin~ar feet shall be full compensation for all labor, material,· eq1:1lpment, tool$, and incidentals necessary to complete the-work. DA-29 BUTT JOINTS • MILLED A. . Description: Tois item requires the contra~tc,rto .mil1 11buttjolnt$11 into the existing surfac~. in association with the wedge milling .operation to the. depth and at lo~tlons as described below. The butt Joint-will provJde a full width transition section, whereby -the new overlay ~hall maintain cons~nt depth ,_at -the point the new overlay is terminated -and the ('.lew surface elevation · matches the :exlsij,ng pavement. The CQl1Struction actfvities, perform.ance standards and . equlpmei:it needed for -the.··butt joints· milling -operations sh.all be governed by the special . provislons o.f Pay Item No. 9 -Wedge Milling. The configuration of · the butt joints is described .-ln mor~ detail .below. General detalJs -.of butt joint locations -along wJth wedge milling in general -are shown In plan form at the back of this document. B. Construction Details · . . . . .. .·. Prior .to : the milling of the butt jointsi .the .Contractor shall . consult with the Construction Engineer for proper location of these joints and verify that the selected limits of the projects' street are correc~. . ... . . . The general locations for butt joints are at -all beginning · and ending points of street$ Jisted in the project and as more graphically detailed at the back of this specification book. The joints are ~(so required on both sides of all railr~ad tracks and concrete valley gutters; bridge decks and culverts and all other items which transverse · the street and end the continuity of the asphalt surface. Each butt joint -shall _ be 20 feet long and milled out across the full width of the ·street section to a tapered depth of 2". This milled area shall be tapered within the 20 feet to a depth from O" to 211 at a line adjacent to the beginning and ending points or intermediate transverse items. This butt joint -when overlayed -will consist of a asphalt section that will transition the new overlay to match the existing pavement elevation. . . . The . contractor sha_ll provide a temporary wedge of asphalt at all butt joints to provide a · ~mooth ride over the bump. 10/23/08 ASC-8 · . w - - -PART DA -ADDITIONAL SPECIAL CONDITIONS C. Measurement and Payment Butt joints as prescribed above, will be measured by the unit of each butt joint milled. The disposal of excess material involved will not be measured for payment. . . . . . . Each butt joint-milled, m!;asured as above, complete-in place-in accordance with these · specifications. will be paid · for at the unit price shown in the proposal for 11Butt Joints'!. The unit price bid per each shall be full compensation for all milling, including material haul-off, :·tools, labor, equipment and incidentals necessary to complete th!:) required work . . -. . . . . DA-30 2" H.M.A.C~ SURFACE COURSE (TYPE 11 0" MIX) All applicable provisions of Standard Specifications, Item Nos .. ·312 "Hot-Mix Asphaltic Concrete", 300 "Asphalts, Olis and Emulsions", 304 "Prime Coat", and 313 "Central Plant Recycling-Asphalt Concrete" shall apply to the construction methods for \his portion of the project. . Standard Speclfic;atlon 312.5 (1) shall be revised as follows: The prime coat, tack coat, or the asphaltic mixture shall not be placed unless the · air temperature is fifty (50) degrees Fahrenheit and risii:tg, the temperature being taken in the . shade and aw~y from artificial heat. Asphaltic · material shall also not be placed . when the wind conditions an~ unsuitable in the opinion of the Engineer. · · · · · · The contractor shall furnish batch design of the proposed hot ·mix asphaltic concrete for City approval 48 hours prior to placing the H.M.A.C. overlay. The City will provide laboratory control as necessary. The unit price bid ·per .square yard of H.M.A.C. complete and in plac~. shali be full'compensation far all ·labor, materi~ls, equipmenti tools, and incidentals necessary'to complete the work. · : DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER -. . . This item shall · include· the · removal and reconstruction of existing concrete valley gutters at locations: to be determined in field: · · Removal of existing concrete valley, asphalt pavement, concrete base, c1,1rb 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 a~ shown in the concrete valley gutter details, shall be subsidiary to this Pay Item. · · · · . . . · . · · · See standard specification Item No. 314, 11Concrete Pavement", Item 312 11Hat~Mix Asphaltic ' · Concrete'\ Item Na. 104, ·1tRemoving Old Concrete", Item No. · 106, "Unclassified Street Excavation" Item No. 208 11Flexible 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 inclµded. . . . . •: . Contractor may substitute 511 non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". · · "10/23/08 ASC-9 PART DA ·~ ADDI.TIO:N·AL SPECIAL CONQITION.S. . .· .·· :·:. . .. ·. : . Asphalt base material may be required at times as directed by the. Engineer to expedite the work at locations Identified -in the field. The concrete ~hall be designed to . achieve a minimum compressive stie~gtti of 3cioo' pounds per square .-lncm. Ccintractor sh1;1II WQ* on on~half c,f VaU~Y. Gutter at a tim~ .• -and the othe( h~lf shall be open to "traffic. Work shall . be complet~d on each half w.ithin seven (7) calendar · days. . . . . .. If the contract()r f~ils to compl~tEHhe -:~~~ o.n :~~·ch half. within · sev~n (7) c~lendar days,. a· $100 dollars liquidated damage will be assessed pereach half of valley gutter per day. . · _: The ·unit price bid per square yard fqr Concrete Valley as . shown on th~-proposal . will be full co°'pensation for materials, labor, equipment, tools-and inclqentclls .n.eces~ary to complete the · work. DA-32 NEW 7" CONCRETE VALLEY GUTTER This ·. item .· ~hall iQclude :the. ccinstructio~ .9f. -~oncrete ·valley gutt~r$ ~t vario1.1.r/1oqation$J9 b~.,. determined In field. · ., . .· ... · Removal of existing, asphalt pavement, concrete base, curb ·anci gutter, and necessary excavation to Install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing · and . placi11g of i:21 con~e~e base and crushed .lh11estone to .a depth·~~ directed J:>y th~ ~nglneer; and . necessary asphalt transitions as shown ln the · concrete Vl;\lley gutter details shall be subsidiary to this Pay Item See st~ndard specification Item No. 314'\ Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No .. 104, -"Remqvirig Old . Concrete", Item No .. , -106, ·uunclassifled 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 511 non-reinforced (2:27) Concrete Base In lieu of Crushed Stone at no additional cost See Item 31411 Concrete Paveme11t11 • The concrete shat{ be designed to achieve a minimum compressive strength of.3000 pQunds per square inch. Contractor shall work: on one-half of Valley gutter at a time,. and tl:l~ other l)alf shall • be open to traffic. Work shall be completed on each half within seven (7) calendar days~ · · If the Contractor fails tQ qomplete the work on each half within seven (7) calendar days, a $100 dollars liquidateq damage will be assessed per each half of valley gutter per day. The · unit price .. bid per square . yard for Concrete Valley as shown on · the proposal will ~e . f~ll compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. · · DA-33 . NEW 4" STANDARD WHEELCHAIR RNAP. • OMITTED DA-34 8" PAVEMENT PULVERIZATION· OMITTED 10/23/08 ASC-10 PART· DA ... • ADDITIONAL SPECIAL CONDITIONS . . . . . . DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) The _following specifications are for t~e furnishing and placing of reinforced concrete pavement or base as shown on detail and as directed by the Engineer. · · . A GENERAL: Reinforced concrete pavement or base shall conform to Specification Item No. 314 herein except · · · fqr finishing and ct.iring. · · · · · · · · B. FINISHING: The reinforce~ ·concre,e shall be brought to a uniform surface by working with a wooden float. The · surface shall be flush with the adjacent pavement and shall have a finish similar to the . . surrounding pavement. The surface shall be even and shall provide a smooth. ride. . ~ . . . . . . . . C. CURING: The reitlforced concrete pavement surfaces shall be . sprayed uniformlY. ~ith a ~embrane curing compound conforming to the requirements of ASTM C-309, 'Type 2, · whit~pigmented compound, which shall not produce permanent discoloration of the concrete. Concrete shall be allowed to ·cure ·for' seven days . or test cylinders reach 3000 psi before removal° of barricades .. D. EXECUTION: . . Included in this Item will be the removal of the existing reinforced concrete pavement. The existing pavement shall be sawed so as to maintain · an even, straight pavement cut. The ~xisting reinforcirg steel at sawed line and construction joints shall be lapped 18. inches with the new reinforced concrete pavement. · The existing steel · shall be thoroughly cleaned before .lapping~· · :. · , · ' ·. · · · · . . :. . . . The following work method ·will be perfor:med · on each utility cut :• 1. Place safety signs, barricades and/or· other · warning devices where necessary and as requir~d. · ... 2. Replace pavement to n19arest joint. 3. Mark -out the damaged area with keel, chalk line .or paint being sure to include all · areas requiring repair. . · · · · 4. Saw. cut.along marked lines a minimum of two (2) inches deep. 5. Remove existing concrete. 6. Form joints and place reinforcing stE:1el and Dowel Bars (as required) according to standard specifications. · · 7. Place and finish concrete. 10123/08 Asc--11 PAAT PA-. Ab.bttiONAL SPE.CIAL CONDitiONS · 8. Clean up Job site, removing all debris. ·.. · · ·9. Maintain tram~ control devices \o protect tne area until the qoncrete has cured ·seven days or concrete reaches 300_0 psi compressJve .strength. . · E. PAYMENT: i:tayment shall be. ~ade_.at the !Jnit .prige -per linear foot ·as. sh9wn on the prop~al and shall be full compensation for furnishing all labor, materials, equipment tools and ir.tcidentals neces~ary to complete the work. · · DA-36 RAISED PAVEMENT MARKERS • OMITTED DA-37 POTENTIALLY PETROL~UM CONT AMINATl;D MATERIAL HANDLING • 01\/IITTED ... DA-38 LOADING, TRANSPORTATION, & DISPOSAL OF. CONTANilNAT~D SOIL· OMITTED DA-39 ROCK RIPRAP ·GROUT·· FILTER FABRIC • OMITTED . . . DA-4Ci CO~CRETE RIPRAP • OMITTED . : . .,·. .. . . . DA-41 CONCRl;TE CYLINDER PIPE AND FITTING~· OMITTE.D . DA-42 CONCRETE PIPE FITTINGS AND SPECIALS • .OMITTED DA-43 UNCLASSIFIED ·STREET EXCAVATIOI\I .· . ·. . . . . . .. This item will be used if additional excavation is needed that-is not cover~d · by ·"8" PAVEMENT PULVERIZA TION 11 • Addition.al Excavation is the removal of the excessive crown and bas~ to bring the new base to proper grade and City standard specifications for street reconstruction. All applicable provisions of Item No. 106 "Unclassified Street Excavation" shall apply, · work shall be paid per cubic y_ard. · DA-44 6" PERFORATED . PIPE SUBDRAIN • OMITTED DA-45 REPLACEMENT OF 4" CONCRETE SID~WALKS .(' This item shall Include the removal and replacement of e~isting concrete sidewalk due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate . ponding water with same day haul-off of the removed material to a suitable dumpsite. For specificatio·ns governing . this item $88 Item No. 104 ii-Removing Old Concrete", and Item No. 504 uconcrete .Sidewalk and Driveways". The unit price bid per ,quare yard shall be full compensation for all labor, material, equipment, supplies, and lnci~entals ne~ssary to complete the r~moval and replacement work. · DA-4.6 RECOMMENDED SEQUENCE OF CONSTRUCTION • OMITTED DA-47 PAVEMENT REPAIR IN PARKING AREA 10/23/08 Asc.-·12 PART DA ~ ADDITIONAL SPECIAL CONDITIONS The unit price bid under appropriate BID ITEM(S) .of the Proposal shall cover all cost for providing pavement repair equal to or superior .In composition; thickness, etc., to existing pavement. All required paving cuts shall be made with a· concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the tfench Walls . The trench shall be backfilled and the top nine (9) inches. shall be filled with crushed limestone base material, compacted and level with the · finished adjacent surface; This finished grade shall be maintained · In a serviceable cond!ion until tt:te .paving has .been replace~. DA-48 EASEMENTS AND PERMITS • OMITTED DA-49 HIGHWAY REQUIREMENTS • OMITTED DA-50 CONCRETE ENCASEMENT 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 ofthe General Contract Documents. Requirements for such encasement are specified in Sections E1 .;20 and E2-20 of the General Contract' Documents. · · Payment for work such as ·forming 1 ·placing , and finishing -including all labor, tools, equipment and material necessary to complete the work shall be included in the linear foot price bid for Concrete · Encasement. . -. DA-51 CONNECTION TO EXISTING STRUCTURES All corinections between proposed and exlsting 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 approv~d equal shall be installed around penetrating pipe. Payment for subh work as connecting to exisijng facilities .including all labor, tools; equipment, and material necessary to complete .the work · shall be included in the linear"' foot price of the appropriate pipe BID ITEM. . . '· DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION-OMITTED DA-53 OPEN FIRE LINE INSTALLATIONS -OMITTED DA-54 WATER SAMPLE STATION.;. OMITTED . DA-55 CURB ON .CONCRETE PAVEMENT· OMITTED DA-56 SHOP DRAWINGS -OMITTED DA-57 COST BREAKDOWN In ord~r to .establish a basis upon which partial payments to th~ Contractor may be authorized, immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown of ~is contract price arranged and itemized to meet the approval of the Engineer. ·tQ/23/08 ASC-13 .PART DA-.. ADDITIONAL .SPECIAL ·CONOITIO.N.$ DA-58 STANDARD STREET s·PECIFICATIONS H~M.A.,C~ OVERLAY . . . . . . . All work involving paving and/or . :d(alnage. shall conform to · the .two following . p1.1blished . specifications, $Xcept as modlfied·herein: · . · · . STANDARD SPECIFICATIONS FOR STREET AND .STORM .DRAIN, CONSTRUCTION-CITY OF FORT WORTH . . . . . , . . . STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONS"rRUCTION . NORTH CENTRAL TEXAS DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP When H.M.A.C. greater than 9 Inches In depth Is encountered, it shall be replaced with a combination of H.M.A.C. and 2:27 concrete base, as determined by the Engineer, to achieve the required thickness of pavement. . :• ' ,; I DA-60 A$PHA.LT DRIVEWAY .R~PAIR . . At locations where H.M.A.C •. driveways are encountered, such driveways shall be completel.y replaced for the full extent of utility cut with H.M.A.C. equal to or better than the. existing driveway; · DA-61 TOP SOIL Where directed by the Engineer, top soil shall ·.be . applied in .accordance with the . City of Fort Worth Transportation and Public Works Department's Standard · Specifications for Street and storm Drain· Construction, .Item .116, except as follows:· All labor, equipment, tools and Incidentals . shall be included iii the square yard bid price for the top soil. · . ·: · · . . .·: .· . DA-62 WATER METER AND METER BOX RELOCATION AND.ADJUSTMENT · This item shall include raising or lowering an existing . meter box to the parkway -grade specified No payment will be made. for adjusting ·existing boxes which are within 0.001 feet of specified · parkway grade. The unit price bid shall be full and sufficient payment for all labor,· equipment and materials used in the adjustment of the meter box. DA-63 BID QUANTITIES Bid quantities of the various items in the proposal are·for comparison only and may not reflect the actual quantities.. There is no limit to· which a bid item can be increased or decreased. · · Contractor shall not be entitled to renegotiation of' unit prices regardless of the final . measured · . quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon dlfferen~s in estimated quantities versus actual quantities. In particular, the Contractor shall be aware that it is the City's Intention that the quantities in U_nit I be used on an "emergency" basis ~nly. · /· 10/23/08 ASC-14 - PART DA· ADDITIONAL SPECIAL CONDITIONS Tc;>tal quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding and awarding the c.ontract. A contract in the amount of $200,000 · (see _Options to Renew) shall be awarded with final payment baseq on actual measured quantities .and the unit price bid in this proposal. Moreaveri there is to be not limit on the -variation between the e~timated quantities shown and actual quantities pelforme~. · · It is understood and agreed that the scope of work contemplated in this contract is that which is : designated by the City bit will in not case exceed $200,000 (see .Options to Renew) including all change orders. · · DA-64 WORK IN HIGHWAY RIGHT OF WAY· OMITTED DA-65 CRUSHED LIMESTONE (FLEX-BASE) • OMITTED DA-66 OPTION TO RENEW· OMITTED DA-67 NON-EXCLUSIVE CONTRACT This contract 1s· non-exclusive. During the term of this contract or any renewal hereof, the City reserves the right to advertise and award another contract for like or similar work. If a second con1ract is awarded, the City further reserves the right to issue work orders under either contract as it deems in its bast Interest, without recourse. · · · DA-68 CONCRETE VALLEY GUTTER This item shall include the repair/replacement of existing .concrete valley gutters as directed by the Engineer. The proposed valley gutters will be constructed according to the detail· included in · these documents as well as conforming to Specification Item No. 314 of the · Standard Specifications for Street and Storm Drain Construction for the City _ of Fort Worth Transportation and Public Works Department. , · · . . The unit price bid -for this item shall be .full compensation for all materials (including applicable · sub-base), labor, equipment and incidentals necessary to complete the work. . . . . DA-69 TRAFFIC BUTTONS • OMITTED DA-70 PAVEMENT STRIPING Pavement striping, whenever and wherever encountered, shall be replaced ta match the existing striping or as directed by the Engineer. Materials used shall be of 420 Type intersection grade : tape (in 18~inch width) such as Stamark as manufactured by _ 3M company or approved equal. The unit-price bid for· this item shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-71 H.M.A.C. TESTING PROCEDURES The contractor is required ta submit a Mix Design for · both Type "-BQ and "-D" asphalt that will be used for each project. This should be Sl!bmitted at the Pre-Construction Conference. This · design shaO not be more ~an two (2) yea~s old. Upon submittal of the design mix a Marshal · 19/23/08 ASC-1.5 · . PA~T·DA-.ADDITIONAL·S.PECIAL CONOITIO·NS {Proctor) will be calculated, If.one ha$ not beeh previously calculated. fo.r the use during density testing .. For .type "B" asphalt a maximum of 20% rap may be used. No Rap .may .be .used in'type · V . . . . . . Upon approval of a!'l 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, a~ least 24 hours in advance of the. asphalt . placement tQ sched~le a technician .to assist In the monitoring of the number of passes _by· a , roller.-to establish a rolling · , pattern that wlll provide the required densities. The required Density for Type "B" and for Type "D11 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 than300 feet .. ' · apart. The above requirement applies to both Type "Bu and uou asphalt. Densities on type 11Bu must be done before Type ·o" asphalt is applied. · Cores to determine thickness of Type 11 8" asphalt must be taken .before Type "D" asphalt is applied. Upon completion of the application of Type 11D" asphalt additional cores must be taken to determine 1he applied thickness. · DA-72 SPECIFICATION REFERENCES . . . When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other specification, it shall be understood that the latest revision of-such specification, prior to the date · ofthese ·general specifications or .revisions thereof, shall apply. D.A-73 RELOCATION OF· SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX . . . The relocation and reconnection of sprinkler. system control valve and bo~ will be required a~ · shown on the plans, and/or as described in these Special Contract Documents in addition to those located . in the field and -Identified by the Engineer. · . . . . A minimum of twenty-four (24) hours advance notice shall be given when service interruption will be required. When the relocation is required, separate payment will be allowed for the . relocation . of sprinkler back-flow preventer or control valve and box. Payment for all work and material such as back-fill, fittings, five (5) feet of PVC Schedule 40 and all material . labor, and equipment us~d . by and for the licensed plumber shall be included in the price bid for the relocation of sprinkler back-flow preventer or -control valve and ·box. All other casts will be included in other.appropriate bid itelll(S). . . DA-74 RESILIENT-SEATED GATE VALVES . . Any resilient-seated gate valves supplied for this contract shall conform to Material. Standard . E1-26,. STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES, with the exception of size requirements in sections E-26.1. All resilient-seated gate valves shall · be mechanical joints and be approved on the City of Fort Worth Standard Product List. DA-75 EMERGENCY SITUATION, J.08 MOVE-IN 10/23/08 ASC-16 PART.DA· ADDITIONAL ·SPECIAL CONDITIONS . . . . The Owner or Engineer shall determine wlien an emergency situation shall exist. When water emergency work is required ; ~e Contractor shall mobilize to the said location within twenty-four (24) hours after given notification from the Inspector a.nd/or Project Manager. The Contractor shall make all necessary arrangements for bypass pumping, setting up barricades, notifying citizens, etc., while waiting for other utilities to be located as directed. by the Engineer. The Contractor ·shall work continuously until the emergency work order has been completed at a time agreed to by the · Project Manager. Inspector, and Contractor. After the emergency work order has been completed, then~ will be no a.dditional ~Job Move-ln 11 charges paid to remobilize back to. the previous project location ·site. · · · · · · · · ·: · · . . · ' · DA-76 1 Yz" & 2" COPPER S~RVICES The following is an addendum to E1-17, Copper Water Service Lines and Copper Alloy · Couplings: · All fittings used for 1 %n and · 2" water services lines shall be compression fittings of the type produced with an internal "gripper ririg" as maoufactured by the Ford Meter· Bcix Co., Inc., Mueller Company, or approved eq~al. Approved equal products shall submit shop drawings and manufacturer's catalog information for approval. ' . · : · Contractor shall make all cuts to the coppe·r tubing with a copper tubing cutter tool specifically designed for this purpose in order to provide a clean, square cut. The use of ~acksaws or any other ~pe of cutter will not be allowed . · · . . . . Prior to installing the compression fittings, the copper tubing will be made round by the use of a ~rounding tube0 specifically ma.de for that purpose. · Payment for all work and materials associated with 1 % " and 2n copper services sliall be included · . i~ the price of the appropriate bid item. DA-77 .SCOPE OF WORK (UTIL. CUT)· OMITTED DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) • OMITTED DA-79 CONTRACT TIME (UTIL. CUT) • OMITTED . · DA-80 RECIUIRED CREW PERSO~NEL & EQUIPMENT (UTIL. CUT) • OMITTED DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) • OMITTED· . . . . . . DA-82 LIQUIDATED DAMAGES (UTIL. CUT) • OMITTED DA-83 PAVING REPAIR .EDGES (UTIL. CUT}· OMITTED DA-84 TRENCH BACKFILL (UTIL. CUT} • OMITTED DA-85 CLEAN-UP (UTIL. CUT) • OMITTED DA-86 PROPERTY ACCESS (UTIL. CUT) • OMITTED 10/23/08 ASC-17 . .,··· . DA-87 SUBMISSION OF BIQS ·(UTIL. CUT)·•.QMITrED·., .. ·. . . : . . . . . . . . . ~ •. ... . . . .. . . . . . . DA~sa STANDARD BASE R~l:'AIR.FOR V~.IT.J.(UTJL·. C~T). OMITIED . . ' ·.-, DA~9 CONCRETE 'BASE ~EPAIR FOR. UNiT ~i & UNr{ui ·:curn:.. qun·'/ori,i1rreo: •, .. ,, DA~9o 2" To~" H.M.A.c~ PAvennr:~r cur1L •. cvn.-·oM1trEo . · DA-91 ADJUST~ATERVALVE BOXES, MANHOLES, AND VAUL!S (UTIL. CUT). OMIITEp DA-92 MAINT~NANCE BOND (UTIL. CUT) • OMITTED DA-93 BRICK PAVEMENT (UTIL •. CUT) • OMITTED . . DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT)· OMITTED DA-95 CEMEN1 ST ABILiZl;D SU BG RADE (UTIL~ ~iJT) ·• OMITTED DA-96 REPAIR OF STO~. DRAIN\ STRUCTURES (UTIL~ CUT)·• OMl,TTED, DA-~7 ~QUICK-SET" CONCRETE (UTIL. .CUT) • OMITTED • • ' I DA-98 UTILITY ~DJUSTMENT (UTIL. CUT) • OMITTED DA-99 ST~DARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL •. CUT) • OMITTED . . · . DA-190 LIMITS OF CONCRETE PAVEMENT REPAIR ("1TIL. CUT) • OMITT~D . . ")' DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT)· OMITTED DA-102 PAYMENT (UTIL. CUT) • OMITTED DA-103 DEHOLES (MISC. ~T.) • OMITTED . . . . . DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) ·.OMITTED DA-105 PRESSURE CLEANING AND TESTiNG (MISC. EXT.) • OMITTED DA-106 BID QUANTITIES (MISC. EXT.)· OMITTED DA-107 LIFE OF CONTRACT (MISC. EXT.) • OMITTED DA-108 FLOWABLE Fill (MISC. EXT.) • OMITTED DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) • OMITTED DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) • OMITTED DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) • OMITTED 1012310s ASC-18 DA-112 DA.;113 DA-114 -DA-115 DA-116 DA-117 DA-118 DA-119 10/23/08 .PART DA-ADDITIONAL SPECIAL CONDITIONS MOVE IN CHARGES (MISC. REPL.) -OM_ITTED PROJECT SIGNS (MISC. REPL.) -·OMITTED LIQUIDATED DAMAGES (MISC. REPL.) -OMITTED TRENCH SAFETY SYSTEM DESIGN (MISC. REPL~) • OMITTED FIELD OFFICE • OMITTED TRAFFIC CONTROL PLAN -OMITTED COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS • OMITTED CATHODIC PROTECTION SYSTEM • OMITTED ASC-19 . ··1·.:.1.:·· ... · ·: .•• ! :. ( I ... ... . . ; SECTION E SPECIFICATIONS JANUARY 1, 1978 All materials, construction methods and p~ocedures used in this project shall conform to . Sections El, B2, and E2A of the Fort Worth Water Deparj:ment General Contract Documents and General Specifications, together with any additional material specification(s),.construction(s) or ·1ater'revision(s). (See revisions listed on this sheet). Sections El, E2 and E2A of the Fort .. Worth Water Dc;,partment General Contract Documents and General Specifications are hereby made a part of this contract document by reference for all pwposes, the Sfilll:e as if copies verbatim . herein; and such Sections are filed and kept in the office of the City Secretary of the City of Fort Worth as ·an official record of the City of Fort Worth. INDEX El MATERIAL SPECIFICATIONS E2 CONSTRUCTION SPECIFICATIONS E2A GENERAL DESIGN DETAILS Revisions as of April 20, 1981, follow: . . El-2.4 Backfill: (Correct ~um compaction requirement to 95% Procter density and correct P.I. values as follows:) c. Additional backfill requirements when approved for use in streets: 1 ·. Type B Backfill · (c) Maximum plastic index (Pl) shall be 8 2. Type C Backfill (a) . Mate~ meeting requirements and having a PI of 8 or less -shall be considered as suita.1:)le for compaction by wetting · (b) Material, meeting requirement and J;iaving a PI of 9 or more shall be considered for use only ~th mechanical compaction E2-2.11 Trench Backfill: (Correct minimum compaction requirement wherever it appears, in this section to 95% Procter density except for paragraph a.I. where the "95% modified Procter density" shall remain unchanged). SECTIONElOO-MAIBRIAL SPECIFICATIONS MATER.LAL STANDARD El00-4 JANUARY 1, 1978 (ADDED 5/13/90) . El00-4 WATERTIGHT MANHOLE INSERTS. El00-4.1 GENERAL: This standard covers the furnishing and installation of watertight gasketedmanhole inserts in the. Fort Worth sanitary sewer collection system. . · El00-4·.2 MATERIALS AND DESIGN: a. The manhole in.sert shall be of corrosion-proof high density polyethelene that meets or ·ex~eds the requirements of ASTM Dl248~ Category 5, Type III. b. The minimum thickness of the manhole insert shall be 1/8"~ c ·. Th~ manhole insert shall have a gasket that provides positive seal in wet or dry conditions. The gasket shall be made of closed cell neoprenerubberandmeettb.e requirement of ASTM D1056, or equal. : . . d. The manhole insert shall have .a strap for removing the insert. The strap shall be made of minimum 1 wjde woven polypropalene or nylon webbing, with the ends treated to prevent unravelling. Stainless steel hardware shall be used to securely attach strap to the insert. e. The ·manhole insert shall have one or more vent hol~s or valves to release gasses and allow water inflow ·at a rate no greater than 10 gallons per 24 hours. El00-4.3 INSTALLATION: a. The manhole frame shall be cleaned of all dirt and debris before placing the manhole insert on the rim. b. The manhole insert shall be fully seated around the manhole frame rim to retard water from seeping between the cover and the manhole frame rim. . · · E100 (1) 1. 2 .. 3. 4. 5. 6. 7. -~· . 9. 10. 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-4 BID SUBMITTAL ........................................................................................................... SP-5 WATER FOR CONSTRUCTION . .-..... : ......................................................................... SP-5 SANITARY FACILITIES FOR WORKERS ............................................ · ...................... SP-5 PAYMENT .. ."~ ...................................................................................................... .-; ........ SP-5 SUBSIDIARY .WORK ....................... : ........................................................... : ............... SP-5 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ............................ : ............ : ........................ : ...................................... SP-5 ·11. WAGE RATES ......................... : ................................................................................... SP-5 12. EXISTING· UTILITIES ...... :.:: .....•........... · ....................... .-........ : .. _ .................................... SP-7 1·3. PARJ<:!NAY CONSTRUCTION ............................................ · ............. : .............. ~ ............ SP-7 14. MATERIAL.STORAGE ................ · ............................................. : ............ _ ...................... SP-7 15. · PROTECTION OF EXISTING UTILITIES . · AND -IMPR.OVEMENTS ..... ..-: ........................................ ; .......... ;~ .. , .......... , .......... _. ....... :.SP-7 16. INCREASE OR DECREASE IN QUANTITIES ......... : .................................................. SP-7 . 17. CONTRACTORS RESPONSIBILITY !=OR DAMAGE CLAIMS ..... .' ............................. SP-7 · 18. · EQUAL EMPLOYMENT PROVISIONS ............. .-.; ........................ : .....•.•. : .................... SP-8 19.. MINORITY AND \IVOMENS BUSINESS ENTERPRISE . · (M/WBE) COMPLIANCE ............. ; .................•........ : ...... ; .......... _ .. .-;·:··:· .......................... SP-8 20. · · FINAL CLEAN ·up ........................................ ; ............................................................. SP-10 2{ CONTRACTOR'S COMPLIANCE WITH WORKER'S . 22. . 23. :24. ·2s. 26; .27. .. 28. 29. .. 30. 31. 32. 33. 34. 35. 36. 37. 38 . 39. 40. COMPENSATION LAW ............ : ......... · ....•.•............................... : .................. : ............ SP-10 SUBSTITUTIONS ....................................................... : .................................. ~ ..... .' ........ SP-13 MECHANICS AND MATERIALSMEN'S LIEN ..............•............... ~ ............................. :SP-13 WORK ORDER DELAY .. : ................. : ........... · ....... ; .................•... ~ .......•........ : ...........•.. SP-13 CALENDAR DAYS .................. ..-.. ~ ........ ~ ...• : ....•..................... :·.~ ..... : .......... · ...... : ............. SP-.14 RIGHT To ABANDON .~ .. : ... : ........................ : ....................................... ·.-...... · ................. :sP-14 CONSTRUCTION .SPECIFICATIONS ........ : ............ .' ................................. : .............• , SP-14 MAINTENANGE STATEMENT .•... .-........................ '. ...... : ....... : .......... .-..... -.. ............ .-...... SP-14 DELAYS · ........................................................................................................... ·SP-14 DETOURS AND BARRICADES ...... : .....•....... ; ................. ; .... .-.............. ,.~ ..... ~ .............. SP-14 DISPOSAL OF SPOIL/FILL MATERIAL .................................. .-......... ; ......... ; ............. SP-15 · ·OUAl:.ITY CONTROL TESTING ......... ~ ..... ".. ... .-.... , ................................. · ..... .-... · ............. ·SP-15 PROPERT-Y ACCESS ............... ~ .................. : ...... : .............. .-... .-....... · . .-... .' ....................... SP-16 SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES ....................... SP-16 WATER DEPARTMENT PRE-QUALlt=ICATIONS .-.......... .-...... : •................................ SP-16 RIGHT TO ,Ai.JDIT ............. ~ .......•.................................................. _ ................. .' ............ SP-16 CONSTRUCTION STAKES ................................. ~ .. : ........... .' ... :·sP-17 LOCATION OF NEW WALKS AND DRIVEWAYS .............. .-.............................. : ...... SP-17 EARLY WARNING SYSTEM FOR CONSTRUCTION .................... '. ......................... : SP-17 AIR POLLUTION WATCH DAYS ................................................................. : ............. SP-18 City of Fort Worth, Texas Special Provisions Fc;,i' Street and Stonn Drain Improvements PMO Release Date: 07/20/2010 Page SP-1 of 55 · · · · . SPECIAL ' PROVISIONS :FOR · ·: .. STREETAND STORM DRAIN IMPROVEMENTS Table of Cont~nts CONSTRUCTION ITEMS: 41. ·PAY ITEM""". SITE PREPARATION~C~EA~ G~UB. EXCAVAjlON DEMOqTION , .. ;·· . · . REMOVE · .............. .-...... : ....... :.; ... : ............. .-..... ;: •.. ,;:· ...• :.: .... : .. ,;; ....................... ·SP-19 . -42. PRE BID ITEM-SIGN.;.PROJECT DESIGNATION'."' INSTALL ... : ............ '. .. · .• i ........... SP-19 · ,. ---43. PAY ITEM -STORM WATER POLLUTION ·PREVENTION -> Than 1-'AC S.WPPP -0: . · · · IN.STALL ··· · · -· ... : ........ :: ..... ~ ........ ~~ .... : •....•. ::'.; .. :;:: ... :-;::.· .. ; .. '. .. :.): .. · .... :;;:.:.;:;·.: ........... : SP-19 : :44. PAY ITEM -TRAFFIC CONTROL'."' INSTALL ..... · .... , ........ , ...... :., ... _;: ......................... ·. SP-22 . 45. PAY ITEM...:. CHANNEL-UN.CLASSIFIED EXCAVATION -REMOVE .. '.i .... : .. : .......... :SP-23 46. . PAY ITEM -TREE -REMOVE ........ ; ...... : ..... ; .......... , .... ·.-.... ; ... , .. : ...... :, ....... ;; .... ,; ............. SP-23 -.47. . PAY ITEM -TREE -INSTALL ........ :.; ................. ~ .......................... ; .... ,.-: .... ;.' .. _.: ........ ;;, S.P-23 · . 48. PAY ITEM-FILL MATERIAL.-BORROW-INSTALL ............ ,.,:· .... _; ...... · ... : ............... SP-23 49; PAY ITEM -TRENCH SAFETY SYSTEM 5 FOOT DEPTH -IN~TALL .. _ .... : ............ SP-24 · SQ.. PAY ITEM -RIPRAP -REMOVE ...................... ;;_:~· .... .-..... : ....... ;.;.~ .. ; .......... : ................ ;.' SP-24 · 51. PAY ITEM-RIPRAP-6 INCH -INSTALL. .................. ;,:_ ...... ; .... ;: ............ ,. ...... ~ ... : ...... .-SP-24 52. PAY ITEM-INLET-(REMOVE, ALL -SIZES, ALL DEPTHS) .. ; ..... ~.:: ..... : .................. SP-25 . 53. PAY ITEM"."' PIPE -REMOVE (ALL SIZES, ALL DEPTH$); .................. :;.~ ... ; ........... SP-25 . .54. . PAY ITEM -H~ADWAl,.L -REMOVE .. ~ ..... : ......... :'.'"'; ............. ; ... ; .. _ ......................... ;. SP-25 55.. PAY ITEMS-CLASS Ill PIPE CULVERTS .. ;; .......... ; .. ; ........ : ....... ;.;.: .......... :.···· ........ ;: SP-26 . 56. PAY ITEMS-: BOX CULVERT -8FT X5FT ~. INSTALL ...... :: ...... : ... ;.;,, .. ; ................. SP-26 · 57. PAY ITEMS-INLET-DROP""'.' >'4ft -.INSTALL. ............................ :····· ...... ; .............. SP-27 58. PAY ITEMS"".' CURB INLETS ................... :: ............. ;., .. : ....... :: ........... _; ... : .... ::.; ............. SP-27 59. PAY ITEMS-STORM DRAIN .MANHOU:S .•. : ....................... ~ ... ;'. ..... ~ ........... : ........... SP-27 60. PAY ITEMS -HEADWALL -INSTALL, MODIFIED TYPE A HEADWALL' FOR 8'x5' RB·c . . . ......................... : .. :· ...................... ·: ...... .' .... : ..... .' ........ :.'.. .. ·.:.: .......... .'. SP-28 · ·a1. .62. 63. 64. 65. 66. 67. 68. 69; 70. 71. 72. 73. .. 74. · 75. PAY ITEM -RETAINING WALL -INSTALL .... , ...... , ...... ,.~.: ............ ;.: ........................ SP-28 PAY ITEM~·':"" pONCRETE-ENCASEMENT-INSTALL ; .... : ...... ·.; ........... ; .... ; ............. ·: SP-28 PAY ITEMS -SANITARY SEWER MANHO~ES ............. : ....... ; ... , .......... :.: ............. ,'.. SP-28 PAY .ITEMS -SEWER .SERVICE-4 INCH -INSTALL ................................................. SP-32 PAY ITEM -PIPE -REMOVE, ALL .SIZES &.DEPTH ...... : ....... '.;, ....... : ...... : ... ; ....... ; ... ~. SP-33 PAY ITEM -PIPE-PRESSURE-8 INCH -INSTALL, DUCTILE IRON ............ .' ....... · .. ; SP-33 PAY ITEM-DRIVEWAY-REMOVE ........ ; .......... ~; ... , ..... ; ............. : ..... ;., ..... ·; ............ : SP-33 PAY ITEM-DRIVEWAY-6 INCH -INSTALL. .................... ; ................ ~ ..................... ; SP-33 · PAY ITEM -PAVEMENT~CONCRETE -REMOVE ... .-......... : ..... : ... :.~~.;:.~ ... : ... : ........... '. SP-34 PAY ITEM -REMOVE .EXISTING HMAC PAVEMl::NT "-: REMOVE ........ ; ..... ; ........... SP-34 PAY ITEM -CURB AND GUTTER..., REMOVE ;; ....... : ............... .-........................... : .. ;. SP"'.34 . PAY ITEMS-CURB & GUTTER-INSTALL ................. ; ....... ; ........ , ...... ; ... ; ........... ; .. SP-35 PAY ITEM -PAVEMENT CONCRETE-INSTALL;7 INCH .......... : .... ;:.: . .-: ............... SP-35 PAY ITEM..; PAVEMENT-2 INCH MINHMAC ON 2/27 Co'NCRETE BASE -. . INSTALL .. · ........................ .' ... .-........ : ... : .................... ; ... .'. ...... ; .............. ; ........ SP-35 PAY ITEM -PAVEMENT-2 INCH-SURFACE MILLING -INSTAL~ ..... : ...... ; .. ; .......... '.·SP-36 City of Fort Worth, Texas . Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-2 of 55 · SPECIAL PROVISIONS F.OR STRE.ET AND STORM ·D~N IMFIROVEMENTS Table of Contents 76. PAY ITEM-PAVEMENT-2 INcH.:suRFACE COURSE;.TYPE D MIX-INSTALL ... SP-36 77. PAY ITEM-TOP SOIL-INSTALL .................................................... .-....................... SP-36 . 78. PAY ITEM-GRASS SEEDING-INSTALL ................. : ....... : ...... : . ." ........................... SP-36 79. PAY ITEM-GRASS SOD -INSTALL. ................. ." ................ : ............. :.-........ :~ ........... SP-40 80. PAY ITEM-EROSION CONTROL MATTRESS -INSTALL. ...... ~ ............ ." ................ sp.:.41 81. PAY ITEM-RETAINING WALL-INSTALL. ..................... · ................. ;'. ...................... SP-42. 82. PAY ITEfv1'-RETAINING VVALL-MODULAR-INSTALL, STACKABLE STONE; ..... SP-42 83.. NON PAY ITEM -PAVEMENT -SILICONE JOINT SEALANT ................................. SP-42 84. NON-PAY ITEM -ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT ••. SP-46 85. ·NON-PAY ITEM -CLEARING AND GRUBBING .. ; .................................................. sp.:.47 86. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL: ............ ; .......... : ... : ............ ; .. SP-47 87. NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL ...... : ....... : ......... :. SP-47 88. NON-PAY ITEM -PROJECT CLEAN-UP ......................................................... : •....... SP-48 89. NON-PAY ITEM -PROJECTSq-tEOULE .............. : .............. ;: .............. : ................• SP-48 90(a). BASELINE CONSTRUCTION SCHEDULE .. ; .............. : ....................... : ....................... SP-49 · 90(b) .. PROGRESS CONSTRUCTION SCHEDULE ....... : ............. ' ........................... uo ••• : •••••• SP-50 90(c). PERFORMANCE AND CONSTRUCTION SCHEPULE ............... ; ... : ............... : ......... SP-50 91. . SCHEDULE TIERS SPECIAL INSTRUCTIONS ................................ _ ......................•.. SP-50 92. NON;.PAY ITEM -NOTIFICATION OF RESIDENTS ........... : ..................................... SP-51 93. NON-PAY ITEM·-PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRU,CTION ................. :::: ... ; .... : .. : ............... ; .....•............ · .....•.............•....... · ......•.. SP':'51 · 94. NON-PAY ITEM .·-PRE-CONSTRUCTION NEiGHBORHOOb MEETING ............... SP-52 . 95. _NON"'.P_AY ITEM -WASHED ROCK ........... ·.; .. ; .................... : .................. : ... ::,.; .. :., ....... •.·SP-~2 96. NON-PAY ITEM -SAWCUT OF EXISTING CONCRETE ................... , ....... : ............. sp:.52 . 97. N9N PAY IT!=~ -LOCATION .AND EXPOS._URE OF MANHOLES AND .. WATE~ VALVES ....................................................................................................................... SP-52 · ~8. NON PAY ITEM -TIE IN INTO STORM DRAIN STRUCTURE .................................. SP-53 99. NON PAY-ITEM -SPRINKLER HEAD ADJUSTMENT ... : ............ : .... ; ..•...... -.. :· ......... SP-53 100: NON PAY ITEM -FEE .FOR STRl;ET USE .PERMITS _.AND RE-INSPECTI.ONS ...•.•. SP-53 101. NON PAY ITEM -TEMPORARY.EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBE.O AREAS J_ESS THAN 1 ACRE) ........ ; .. ;.-..•...... ;: .... ; ..... SP-53 City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 · Page SP-3 of 55 · ·SPECiAL PROVISIONS ·FOR Sl~EET:AND STORM;DRAIN.-IMPROVE.MENTS .. ' . .. •: · FOR: Grassland Court Ext~nded Drainage Design .. . _CITY PROJECT NO.: 00479 . . TPW NO. P227-207280047983 WATER NO'. P253-607170143583 . DOE No. 5419 . .. -··-... ··· 1. SCOPE .OF.WORK: .Th~ work cover~d by]hes~ .plans · aiicf.sp~cificatio~s ·c~nsist of the following·: · 820 Linear Feet of 60" .RCP .. . _3,700 Linear Feet of21" to 54" RCP . 30 Each Curb Inlets : 4: Each D~op Inlets · . . 20 Each, Storm Dr~ Manholes . ·11,600 Square 'Yards of2" Asphalt Milland Overlay 617 Linear Feet .of 6" Water Line ·-1612 Linear Feet of8" Water Line . · 28 Water Services and all other misceifan.eous . items ·. of con.struction. to be performed . as outlined .in the plans and specificatipns wh!~'1 are necess~ry to satisfactorily compleje the work. . .2. AWARD OF CONTRACT: $ubmission of Bids: _I.Jnit I andUnit II constifote a package·; .. If ~he CorJtractor submits a bid on both Unit I a_rid Uni~ U ·am;i has the _lowest responsive proposal price, the Contraptor will be the apparent ·successful bidder for this project. Bidders are hereby informed that the · Director of. the Transportation. and Public Works Department reserves the ~ight ~o eva_luate and r~commend -to the _City· Coi.mcll the best bid that is consider~d to be . in the best interest of the· City: · 3. PRECONSTRUCTION CONFERENCE:. The successful Contractor, Desig~. Consultant, and ·City shall meet. at the call of the City for a preconstruction conference before any work begins on this project. At this time, details of sequencing of the work, contl:lct individuals for each party, request for survey, and pay requests will be covered. Prior to the meeting, the Contractor .shall prepare sched!,Jles showing .the sequencing and progress of their work and its effect on others. A final composite schedul~ will be . prepared during .this conference to allow an orderly sequence of project construction. ' . 4. EXAMINATION OF SITE: It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations ~s may be necessary to determine all conditions that may affect construction of this project. Particular attention sho.uld be given to methods of providing ingress and egr~ss to adjacent private and p·ublic properties, procedures for protecting existing improvements and disposition of all -materii!11s -lo tie rEfmovea. Proper consiaeration -sm,rna -6e ·given -tc5tliese-aetails ·during preparation of the Proposal anq all unusual conditions that may give rise to later · conting _encies should be brought to the attention of the City prior to the submission of the Proposal. · · City of Fort Worth, Texas Special Provisions For Street and Stonn Drain lmp~ovements PMO Release Date : 07/28/2010 Page SP-4 of 55 .SPECIAL PROVISIONS FOR STREET AND STORM ·DRAIN IMPROVEMENTS 5. · BID SUBMITTAL: Bidders shall submit a complete package, including ALL. completed forms that must be submitted with the Proposal (incl.uding Vendor Compliance to State Law. Failure to provide a .. complet~· bid package may be grounds for designating bids as "non-responsive" and rejecting bids as appropriate and as determined by. the Director of the Transportation and · Public Works Department. .. :.. •. 6. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor at his own exp,ense . . 7. SANITARY FACILITIES FOR WORKERS: · The Contractor shall provide all .necessary · convenie·nces 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 aU the work -based on unit prices bid on the proposal and specified in the .plans and specifications· and approved by the l;NGINEER per ~ctual field measurement. . . . · 9. ~ SUBSIDIARY WORK: Any . ~nd all work specifically governed by documentary . ·requirement for the ' p'rojects, ·such as conditio'ns imposed by the Plans, the G~neral Contra.ct Documents or these. special . Contract Documents, in. which no speciijc item for bid has be·en . provide~ for in the Propos~il. shall be considered as a subsidiary item of work, the .cost of which shall Qe included in the price bid in the .Proposal for each bid item, including but not limited to surface restoration cleanup and relocation of mailboxes. . . . . . All objectionable matter required to be r~moved from within the right-of-way_. and not particularly described under these specifications shall be covered by Item · No. 102 "Clearing .and Grub~ing" and shall be subsidiary to the otheritems·of the contract. 10. LEGAL . RELATIONS AND :RESPONSIBILITIES TO THE PUBLIC:. The Contractor's particular attentfon is ·directed .to· the requirements ·of Item 7, 11 Legal · Relations and Responsibilities to. the Public" of the "Standard Specifications for Street and Storm Drain . Construction". · · · · · · 11. WAGE RA TES:_ 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. Sue~ prevailingwage rate~ are. included in these contract documents. Penalty for Violation . . A contractor or any subcontractor who does not pay the prevailing wage sha.11, .upon . detnantj made by .the .City, pay to the City $60 . for ea~h worker employed for each calendar'day or part of th.e . d~y that the worker is paid less than the pr~vailing wage rates stipulated in these contract documents. T,his 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. ,,, City of Fort Worth, Texas Special Provisions For Street and Storm Drain lm'provements PMO Release Date: 07/28/2010 Page SP-5 of 55 SPECIAL P.ROVISIONS FClR · STREET AND STORM DRAIN IMPROVEMENTS On rec~ipt of information, including .a complaint by a . worker,· concerning an. alleged :, viola~ion of-22.58.023, Texa~ Government Code, by a contractor or. subcontr~ctor, the City · shall make .an initial detern,ination,.before ·the.-31st day aft~r the datlfthe :.City receives the. information, as to whether _gooci 'qause exist~. to believe that the .vi.olatipn occurred; · The City shall notify in writing the contractor or subc9ntractor and any affected worker of · its initial determination .. Upon the City's determination thaf there is g·ood ·cause to believe the contractor Qr subcontractor has violated Chapt~r .2.?5~. _the C!h'-~hall retain t~e full amounts claimed by the claimant or claimants as the ·c;liffer~nce betwe~ri ·wage~ paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determin.ation of .th~ vi9l?1tion. Arbitration Required if Violation Not Resolved. An issue relating to an al.leged violation Qf Section 2258 .. Q23,. Texas G9yernment Code, · ·includ.ing a penalty owed to the· City qr.1;1n .affectec;l _worket; ·shall be · sub~itted _to .bindlng arbitration in accordance wi.th thf) T~xas :·G~neral Arbitration · Act (~rticle 224 et seq., Revised Statutes) if the contractor · or subcontractor and any affected worker . do not resolve the issye by agr~em,ent pefore ·the 15th .. ~ay after the date the City _ma~es its .. initial det~rminatiqn purs·uaht t~ paragraph (.c) abpye. If the persons requir~d to arbitrate undf:lr this section do not agree on e1·11 arbitta~or be.fore the 11th day after· the date that ·arb~tration is reqiiired, a <;li~trict court sh~l.1 appoint ari arb{trator _ori the petition of any of th~ persons .. The City is not a party :in' the··. arbitration. The deCi$ion and award of the arbitrator .is final and binding on all parties .and may be enforced in any court of competent jurisdi'ction; . . . 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 contraqtor . in the construction of the wqr~ provided for in this contract; and (ii) the actual per diem wages paid · to each worker. The records shall be opf:)n at all reasonable hours for :inspection by the City. The ·provisions of the Audit section of these contract d_ocuments·-shall ,pertain -to -this ini:;pection . Pay Estimates. With each partial payment estimate or payroll pe~io.d ,. . whict,ever. i~ .J~~s •. the contractor shall submit an affidavit stating 'that the contractor has com.plied with the' reiquirements of Chapter 2258, Texas Government Code.. · Posting of Wage Rates. ·The · co~tra~tor . shall post the prevailing . wage rates in a con·spic:ubus J1ace at the site of the project at all times. Subcontractor Compliance. The contracte>r shall include ·in its subcontracts ahd/or shall' otherwise . require· ·all of its subcontractors to corriply with parag_raphs (a) through (g) ·abovfJ. · · · · .. · . (Wage rates are -attached at the end of this section.) 12. EXISTING UTILITIES: The lqcations aryd dimensions ~hown on th~ plans . r~lative to existing utilities are based on the best information available. It shall be the Contractor's City of Fort Worth, Texas . Special Provisions For Street and Stonn Drain Improvements PMO Release Date: 07/28/2010 Page SP-6 of 55 SPECIAL PROVISIONS FOR STRl;ET AND STORM DRAIN IMPROVEM.ENTS responsibility to verify location of adjacent and/or conflicting utilities sufficiently in . advance of construction in order ·that he may negotiate such local adju~tments as are necessary in the constru,ction process in order to· provide adequate · clearance. Tl:te . Contractor shall take all · necessary precautions in order to protect all · services encountered. · Any damage to utilities and any losses to the utility or 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 ·disturbed during installation of storm drain, water or sanitary sewer features be regraded and shaped in:imediately following the completion of the installation of the appropriate features. Excess excavation will be disposed of at locations approved . by the Director of the Transportc;1tion and Public Works Department . · 14. MATERIAL STORAGE: Material shall not be · stored on ·private property uoless the Contractor has obtained permission in writing from the property owner and storage of material on the . private prop~rty complies with current City zoning requirements for the use of property for storage purposes. · 1.5. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measuresto 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 Design Consultant to be accurate ~s -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 QUANTlilES: 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 dr prqvisions of the Contract Documents. · · Variations in quantities of storm drain pipes in depth categories shall be interpret_ed herein as applying to the overall quantities of storm drain pipe in .each,pipe size but not to ~he various depth categories. 17. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants · and agrees :to. indemnify City's Design Engineer and ·Architect, and their personnel at the project ·~ite for Contractor's sole negUgence. 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 1:1ny 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, City of Fort Worth, Texas Special Provisions For Street and Stonn Drain Improvements PMO Release Date: 07/28/2010 Page SP-7 of 55 SPECiAL ·PROVISIONS FOR STRel:TANf) STORM .D~IN .IMPROVJ:~1;:_NTS. employees, .1sLibcontraqtors, licensees or inyitees, . 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, seriran"ts,-or · ·employees. Contractor likewise covenants and agrees to indemnify and hold harmless th~ City from and against ·any and all injurie~ 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 a,:,y such , injury .. or damage --ii; caused in whole or in . part . by the · negligence or. alleged negligence . ~f City,. its officers,. servants or employees. In ~he event City receives a written claim for damages against the Coritractor or its .-·subcontractors · prior to final p~yment; finai payment :shall not be made until ·Ccmtractor 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· 1etter 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 .dutstandihg as a result of work performed under a City Contract. 18. EQUAL EMPLOYMENT PROVISIONS: Contractor.· .$hall comply wit~ City . Ordinance Number 7278 as amended by City Ordinance Number 7 400 (Fort· Worth City Code_ Sectio!'n:i 13-A-21 through 12-A-29) prohib~ing discrimination in employments practices. The Contractor shall post the required notice to that effect on the -project site, and at his request, will be provided by assistance by . the City ·of Fort 'Worth's Equal Employment Officer who wiil refer any qualified applicant he · may have on file in his offic;e to the . Contractor. Appropriate notices may be acquired from the Equal Employment Officer . . 19. MINORITY AND WOMEN .BUSINEs·s ENTERPRISE .(M/WBE) COMPLIANCE: In accordance with City of . Fort Worth Ordinance No. 15530, the City has goals for the -participation of minority business enterprises and women business enterprises in City contracts. The Ordinance is incorporated in these specifications by reference. A copy of · the Ordinance may be obtained from the Office of the City .Secretary. Failure to comply -with the ordinance shall be a material breach of contract. - M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD · FAITH EFFORT FORM, as applicable, must be submitted within five (5) City business days after. bid opening; Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the City c;omplete and accurate_ information regarding actual work performed by a Minority or Women Business Enterprise (M/WBE) on the contract and payment thereof. Contra9tor further agr_ees to permit an audit and/or examination of any books, records or files in its possession that .will substantiate the actual work performed by an MBE and/or WBE. The misrepresen_tatic;>n . of ~cts .(other than a negligent misrepresentation) and /or the commission fraud by the Contractor will be . grounds for termination of the contract-and/or initiating action under appropriate federal, state, or local laws or ordinances. relating to fal$e statement. Further, any such misrepresentation (other than a negligent misrepresentation) ar:id/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 tim~ not less thari three years. · City of Fort Worth, Texas _ Special Provisions For Street and Stonn Drain Improvements PMO Release Date: 07/28/2010 Page SP-8 of 55 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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 hid being · rendered non-responsive to _specifica~ons. Contractor · shall provide copies 9f subcontracts or co-signed letters of intent with approved M/WBE subcontractors prior to issuance of the Notice to P~oceed. 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 aw~rd of the· Contract. The M/WBE Contractor(s) must be certified · by either the North Central Texas Regional Certific~tion Ag·ency (NCTRCA) or Texas Department of Transportation · . (TxDOT), Highway Division and ·must be located in the nine· (9) county 1T1arketplace or · currently doing bµsiness in the marketpl_ace at time of bid. The Contr9ctor sbaH contact all such M/WBE subcontractors or suppliers· prior to listing ther:n 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/WB.E st:1bcontractor or supplier, the M/WBE s~all be given an opportunity to perform the work. Whenever ~ change order exceeds 10% of the original contract, the M/WB.E coordinator shall determine the goals appli~aple 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 . commit~ents submitted with or sul)sequent to the bid, and, 2, If substantial subcontracting and/or substantial supplier opportunities arise . durin.g the term of the contract which the Contractor had represented he would perform with his forces, the Contractor shall notify tlie City before subcontracts or purchase orders are let, and shall . be required to comply with modifications to goals as d~termined by the City, and 1 3. Submit a REQUEST FOR APPROVAL OF CHANGE FORM, if the Contractor desires to chan·ge or delete any of the M/WBE" subcontractors or · suppliers. · Justification for·change may be granted for the following: a. Failure of Subcontractor to provide evidence of.coverage by Worker's Compensation Insurance. . b. Failure of Subcontractor to provide required generi:11 liability of other :· insurance. · · City of Fort.Worth, Texas Special Provisions For Street and Stonn Drain Improvements PMO Release Date : 07/28/2010 Page SP-9 of 55 . SPEC.IA4 PROVISIONS FOFf . . S1'REer AND. STORM .D~IN IMP~OVEME~:TS ci. 'i:=an.ure of Subcontractor to execute a standard subcontract form in the am91.;mt of th~· proposal used by the Co'ntractor .. in preparing his M/WBE · Participation p·lan. d. · Default by· the M/WBE subcontractor or supplier in the performi:{nce of the subco~tractor. . Wi~~J~ .. t~!}~:(1Q)~-~~Y.~.-~~~r. ~~~I : p_ay~ent , fr<;>~ t~.~-City~: ~h~·_Qqn~r~~t~r shall provide the M/WBE Office with documentation to reflect final parti~ipation of each subcontractor and supplier .used on the project, inclusive of M/WBEs. 40. FINAL CLEAN~UP:· ,Finai cleanup work shall be: done :for' this project as .. soon as the .p~ving and curb .and gutter has been cornplet~~. No mQre. th.q.l)_,~_eve.n d~ys _shall. elapse · .after completion of construction before the . roadway and ~.OW.· is cle~ned up . to the satisf~ction of th~ EN~INEl;R. Th.a.Contractor shal, make a .final .cleanup :.9f .all .parts of t.he work .before ~cceptance by. the Glfy or its. r~presentative .. This cleanu·p .shall include . . removal of all objectiona,bl~ rocks, .pieces of aspha.lt or .co.m;:rete· and ~o~her con~trucUon .. ma~erials, an~ in general restorir:i~ the worksite to an ~rderly app~~raric;:e . 2{ CONTRACTOR'S .COMPLIANCE WITH .W.ORK~R'S COM~E.NSATION LAW: ', :·· A. Workers Compensation Insurance Coverage . . . . . . a. DEFINITIONS: b. Certification. of coverage ("G~rtificate"). A copy or a c~rtificate. of i~surance, a certificate of aut!lority to self-ins~r~. issued by the c9mmis~ipn, or a coverage agreement (TVVCC- 81, TWCC-82, TWCC:-83, 'OR :TWCC-84); showing st?lt~tory wor~ers' compensation. insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Durati.on of the prqject-i11c:ludes 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 entitie~ performing· all or part of the services th.e C,ontractor h~s undertaken to perform on the project; regardless of. whether that per~on contracted directly with the Contractor ··a11d regardless of whether that person has.· employees. This includes,· without limitation, independent Contractors; subcontractors, leasing companies, motor carriers, City-operator$, employees of any such ,entitY,. or employees of any entity which furnishes persons to provide services on the project. "SE:livices" include, without .limitation, providing, ·hauling, or oelivering equipment or materials,. or providing labor, transportation,. or other services related to a project. "Servic.es" .does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. The Contractor shall provide coverage, based ·on proper reporting of classification codes and payroll amounts and filing of any coverage agreements , w~ich meets the statutory- requirE:lments of Texas Labor Code, Section 401.011(44)', or all employees of the Contractor providing services on the p~oject, for the duration of the project. City of Fort Worth, Texas Special Provisions For Street and Stonn Drain Improvements . PMO Release Date: 07/28/2010 Page SP-10 of 55 . . SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS c. The Contractor must provide a certificate of coverage to the governmental entity prior to being aw{:)rded 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 f<lr one year thereafter. g. The Contractor shall notify the governmental entity in writing by certified -mail or personal · ·delivery, W!thin ten (10). days after the Contractor knew or stiould have known, or any change that materially affects the provision of coverage of any person providing services ~m the project h. The Contractor shall po~t on each project site a notice, in the text, form and r.nanner prescribed by the Texas Worker's Compensation, informing all. persons providing services on the project that they are required to be covered, arid stating how :a person rriay verify ~overage and· report lack of coverage. · · i. The Contractor shall contractually require ea~h person with whom it contracts ti:> provide services on a project, to: (1) (2) (3) City of Fort Worth, Texas provide coverage, based on proper reporting on classification podes and payroll amounts and filing of any coverage agreements, which . meets the statutory requirements of Texas l;.abor Code, Section- 401.011(44) for-all of its employees providing services on· the project, for the duratio!l of the project; 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 service~ on the project, for the duration of the project; · · provide the Contractor, prior to the end of the coverage period, a new certifiqate of coverage showing extension of coverage, if the coverage Special Provisions For Street and Stonn Drain Improvements PMO Release Date: 07/28/2010 -Page SP-11 of 55 ·(4} , SPECIAL PROVISIONS FOR . STREET AND STQRM_:l)RAIN IMPROVJ:lVIENTS period sh9wn on the . c.urrent . certificate of coverage ends during the duration of the project; obtain form each other person with whom it contracts, and provide· to the Contractor: .. (a} (b) ·(C} (d) (e} a certificate of coverage, prior -to the other person beginning work on the project; and 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; retain all required certificates of coverage ·on file for the duration of the project and for one year thereafter. notify the governmental entity in writing by certified mail or persona·, delivery, within ten (1 O}. days aft~r 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 c;ontrac;:tually require each person with whom it contracts, to . perform as required by paragraphs (1 }-(7}, with the cer:tifi.cates of coverage to be provided to th~ person for whom they · are providing services. · · j. By signing this contract or providing or causing to be provided a certificate .of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compens~tion coverage for the duration·-of the project, that the coverage will be based on proper report_ing of classification codes and payroll amounts, and that all · coverage agreements will be filed with appropriate insurance carrier qr., in the case of a self-insur~d, with the commission's Division . of Self;.lnsurance Regulat.ion. ·Providing f~lse or misleading information may subject the Contractor to administrative, criminal, · · civil-penalties or other civil actions. k T~e . Contractor's failure. to . c;omply with ~ny of these provisions is a breach of cqntract by the Contractor which entitles the· governmental entity to declare . the contract void if ttie Contractor does --not remec;iy the breach within ten day after receipt of notice of breach from the governmental entity. · B. The Contractor shcdl : post a notice · on each project site informing· all persons providing .services on the project that they are requlred to be cove·red, and stating how a p~rson 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 ComfT!ission . rules. This notice must be printed with a title in at least 30 point bold type and te_xt in at least 19 point normal type, and shall be in both English and Spanish City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-12 of 55 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS and any other language common to the Worker-population. The text for th·e notices shall be the following text, without any additional words or changes: nREQUIRED 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, cir 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 inform.ation on the legal _requirement for coverage, to verify whe~her . your employer has provided the required coverage, or fo report an employer's fai~ure 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 ~ubstitutiori for the material that .has been specified~ Where the term "or equal", or "or approved equal" is used, it is ·understood that if a materi~I~ product, or piece · o~ equipment ·bearing the . name so · u~ed is furn.ished, · it · will be approvable; as the · particular trade name was used for the purpose of establishing a standard OC>f quality acceptable to the:City.' lfa product of ariy other name is proposed, the substitution must · be approved _by the City. Where the term "or equal'\ or "approved ~qual" is ·:not used in · .. the specifications, this does not necessarily exclude .alternative items or. material or equipment which may accomplish the. intended pui'po·se. However, the Contractor shall have the full responsibility of providing that the proposed .. substitution is, in _fact; equal, and tne ~NG I NE'ER, as the representative · of the City,. shall · be the sole judge of the · acceptability of substit~tions. The . pro\lisions . of the sub-section as related to "substitutions" shalf be applicable to all sections of these specifications. · · · ·· 23. MECHANICS AND MATERIALMEN'S LIEN: The Contractor shall be required to execute a release of r:nechanics ·and m·aterialmeh's. liens upon receipt of payment. . · · · · 24. WORK ORDER DELAY: Ail 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 sul;>ject project will not be issued until _all utilities, right- of-ways, easements and/or permits are cleared or obtained. The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the wor.k ·order" for this Contract. . . 25. CALENDAR DAYS: The Contr~ctor agrees to complete the Contract within the allotted number of calendar days. · · · · 26. ·RIGHT TO ABANDON: The City reserves the right to· abandon, without ·obligation . to the · Contractor; any part of the project or the . entire project at any time before the Contractor begins any construction work authorized by the City. · _27. CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two · following published specifications, except as modified by these Special Provisions: City of Fort Worth, Texas Special. Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-13 of 55 · SPECIAL .PROVISIONS .FOR · ... ST.REETANI). $TO'™ DRAIN. (~PROVEMENTS ~r::g:~g~:~:f~ TIONS FOR-STREET AND STORM DRAIN CONSTRUCTIO['J STANDARD SPECIFICATIONS ~OR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS .. A copy of either of these specifications· may be purchased at the Office· of the Department .. . :c;,f _Tr~r:i-~P.C?ct~tio_n. ~nd _ Pub_l!cj/\/or~s, _ 1Q.9Q. Tfif.<?..~~rn(?rtor:i S_tr~~t. _2nd _ Floor, Municipal Building; Fort Worth, T~xa~ 76102. The specifications applicE!ble to each pay item are indicated· in the call-out for the pay item_ by the E.NGINEER. General Provisions shall b~ those of the Fort Worth document rather than Division 1 of the Nortt) Central Texas document. 28. MAINTENANCE STATEMENT: The Contractor shall be responsible.for defects in this project due to faulty materials and workmanship, _or bo~h. 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 unavoid~ble .extra cost to the -Contractor is ~aused by the failur~ of the City to provide information .or material, if any, which is to.be furnisfie.d by the City.. When such extra compensation is claimed a written statement thereqf shall be p~esented by the Contractor to the D_irector of the Transportatio!l . and Public Works Department and if by · tiim found correct shall be approved ~nd referred by him to the CoLJncil . for fin~ll approval . or disapproval; and the 1;1ction . thereon by th~ Cbuncil shall be final and binding. If .delay is caused by sp~cific orders ·give_n by the ENGINEER to stop work or by the performance of extra work or by the faih.J~~ cif _the City to provide material or· necessary instructions for carrying on ·the ·work, tlien such delay will entitle the ... ·c<;>ntractor to ari ~quivalent extension of time, .hi~ application for which 0 l?hall, however, be subject to the approval of-the_ City Coµncil; a.nd no such extension ·of .time shall r~lease · the Contractor or" the SL.Jrety on his performance bo_nd' form a.II his obligations hereunder which shall remain in full force until the di~charge of the contra~t. · 30. DEIOURS AND BARRICADi:S: The 'Coritractor shall .prosecute his work in such a manner as to create a minimum of interruption t~ traffic ~nd pedestrlan fadlities and to the flow of vehicular and ped~strian traffic within the project. area. ·Contractor shall prote9t construction as required by ENGINEER by ptov_iding barricades. Barric:_ades, warning_ and . detour signs shall _conform to the Stan~ard Sp~cifications "Barriers ~nd Warning and/or Detour Signs," Item 524 and/or as shown on th~ plans. Construction signing and barricades shall conform with the latest version of the "Texas M~nual on Uniform Traffic Control Devices for Stre~ts and Highways" 31. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the _dispbsing of any spoil/fiil material, the Contractor shall _ advise the Director of the Department of Transportation and Public Works acting as the City of Fort ·wor:th's Flood Pl~in Administrator . ("Admini~trator''), of the location of all sites where the Contractor intends fo dispose of such · materiai. Contractor shall not dispose of such material until the proposed sites have · been ~etermined by the Administrator to meet the requirements of the Flood. Plain Ordinance of the City of Fort Worth (Ordinance No. 10056). All disposal sites m~st be approved by City of Fort Worth, Texas . Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-14 of 55 SPECIAL PROVISIONS FOR . STREET AND STORM DRA.lt+f IMPROVEMENTS the Administrator to ensure the filling is riot 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 Contra~tor'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 Transportation and Public Works, Contractor shal.l 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· stiall furnish, at its own expense, certifications by a · private laboratory for all materials proposed to be used on the project, including a mix de·sign 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 b~ bil_led at commercial rates a.s 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 ~he 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 p~ice for the item being tested . ( e) The Contractor shall provide a copy · of the trip ticket for each 'load of fill -material delivered to the job site. The ticket shall specify the name of the pit ·supplying the fill material. · . 33. PROPERTY ACCESS: Access to ·adjacent . property shall be maintained at all times unless otherwise directed by the ENGINEER. · 34. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES: _ The follpwing procedures will be followed regarding the subject iter:n. on this contract: City of Fort Worth, Texas . Special Provisions For Street end Storm Drain Improveme nts PMO Release Date: 07/28/2010 • Page SP-15 of 55 (a) A warning ~ign not. less; thijn five ·inches by sev~n inche~. pain.ted yellow Y"i.th .black . · lett~rs .that . are legibl~ at ·~elve fe~t .~hall . be pl~ced. ir:iside. a.nd outside vehicles such . as cranes, d~rricks, pow.er shovels, drilling . rigs, pile .. drivers, hoisting equipment or . :; . s.irriilar apparatus .. The warning sign st,all read a~ fol.lows: .. "WARNING~UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF :HIG.H 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, ~xcept: back hoes or dippers and insulator links on the lift hoo~ connection$. (c) When necessary to work within six feet of high voltage electric lines, notification shall be given the power 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. Th~ notifying department shall . maintain an accurate log of all such calls to the .power ce>mpany and shall record ... · . . .action taken in each case. · , {d) The Contractor is required .to make arrangements with the power company for the temporary relocation or raising of-high voltage lines et the· Contractor's sole cost and expense. {e) No person shall work within six feet of a high .voltage. line without prqtection having · been taken as outlined in Paragraph (c). 36. WATER DEPARTMENT PRE-QUALIFICATIONS:. Any Contractor performing any work on Fort Worth water or sanitary · sewer facilities must be pre·-q·ualified with the Water Department to ·perform such worJ<.in accordance with .proct;idures :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) yea~s a~er ~nal payment under this contract have access to and the right to examine and photocopy ai:ly · directly pertinent books,· documents, papers and records of the Contractor involving transactions relating_ to this contra.ct. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall ·be provided adequate and appropriate workspace in order to _conduct audits in · compliance with the provisions of this section. The City shall. give Contractor . reasonable advance notice of intended audits. . · . · (b) Contractor further agrees to include in all its subcontract~ hereunder a provision to the effect -that the subcontractor agrees that the City sh~II. under the expiration of three (3) years after final payment under the subcontract, have access to arid the right to examine and photocopy ahy directly pertinent books; documents, papers and records of such subcontractor involving transl;\ctions to the subco·ntract and further, that City shall have access during norh:,al W(?rking hours to all subcontractor facilities . and shall be provided adequate and appropriate work space in order to conduct City of Fort Worth, TeX¥1S Special Provisions For Slreet and Storm Drain Improvements PMO Release Dale: 07/28/2010 Page SP-16 of 55 . SPECIAL PROVISIONS FQR · ·STREET AND STORM DRAIN ·IMPROVEMENTS audits in complia.nce with the provisions of this article together with subsection ( c ) hereof. City shall give subcontractor r~asonable advance notice of intended audits. (c) Contractor and su~contractor 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 Suryeyor or agent, will provide to the Contractor construction stakes or other customary methods of m·arkings as ·may be foun<;I 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 stabi!ization stakes, and one set of stakes for curb and gutter and/or paving. It. shall be the sole responsibi.lity of the Contractor to preserve, maintain, transfer; etc., all stakes. furnished .until completion of . the construction phase of the proj~ct for which they were furnished. If, in the opinion of the ·ENGINEER, a suffici~nt number of stakes o~ ma_rkings 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 :con,tract Documents. · . 38. LOCATION OF NEW WALKS AND DRIVEWAYS: . ·. The Contractor will make ·every effort to protect existing ·trees within th1;3 parkway, with the . approval of the EN~INEER, the Contractor ·may ·re-locate proposed new· driveways and walks around existing trees to minimize damage to trees ;· . · · · 39. EARLY WARNING SYSTEM FOR CONSTRUCTION:· Time is of the essence in the completion· of ·this contract.· ln':'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 jJercentag·e of work completed : ·will be .compared to the percentage of time charged to the contract. If the amount . of work performed by the Contractor is . less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated· contract time as may be amended .by change order), ·the· following proactive measures will be taken:. · 1. A . letter will be mailed to the .contractor ·by certified mail, return ·receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient ·equipm·ent, 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 contra~t time. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-17 of 55 SP~CIAL PROVISION$ FO~ .. STREETAND. STORM ·DRAIN IMPR.OVEMENTS ·. 2. The Project Manager and the .Directors. of the, Oepart~ent of Tra~sportation and Public Works and the Water Department will be made aware of the situation. If necessary, the City Manage.r's Office and the appropriate city council memb.ers ·may_ also beiriformed. · . . . .. 3. Any notice that may, in the City's sole discretion; be required to be provided to interested individuals will distributed by the Transportation and Public Works Department's Public Information Officer. · . . . 4. Upon receipt of the Contractor's response,· the _appropriate City ,departments -and directors will be notified.· The Transportation . and · public Works Department will, if necessary; then forward updated notices to the interest.ad individuals. 5. If the Contractor fails to. provide an . acceptabl~ schedule or fails to perform satisfactorily a se.cond time prior to the completion of the contract, the __ bonding company will be notified appropriately. · 40. AIR POLLUTION .WATCH DAYS: · The C9ntractor shall -b~ required to observe the followfng _guidelines relating to wor!<:ing on City constr,uction sites on days designated as · "A!R POLLUTION WATCH DAYS". Typically,. the OZONE SEASON, vyitt)in the ·· Met~oplE!X area, runs from -May 1 .tnrough .OCTOBE~ 31, with q:00 a.m .. -10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TlfylE PERIOD HAV~ ENOUGH TIME TO .BAKE IN THE HOT ATMOSPHERE THAT LEADS TQ EARLY AFTERNOON OZONE FORMATION. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue. th~ Air Pollution· Watch by 3:QO 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 s~ch day~ have been designated-Air ~ollution Watch Days and as such shall·RQt :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 i~ less than 1 ho"ur, or if equipment is ~ew and certifiec;I by. EPA as "~ow Emitting\ or. eq~ipment burns Ultra Low Sulfur Diesel" (ULS.D), diesel emulsions, or alternative fuels such· as CNG. . . . .. If the Contractor is unable to perform continuous work for a p_erioq of at least -seven hours befy/een the hours of 7:0.0. a.m. -6:00 p.m:, on_ a designated Air Pollution Watch Day, the calendar days allowed may be adjusted-. . CONSTRUCTION 41. PAY ITEM -SITE PREPARATION-CLEAR GRUB EXCAVATION DEMOLITION - REMOVE (BID-00824): It shall be the responsibiiity of the prosp_ective bidder to visit the . project site and make such . examinations and explorations as , .may be necessary to determine all conditions, which may aJfect · con~truction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private arid public . properties, pr,ocedures !or protecting existing ·improvements and disposition of City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-18 of 55 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS · all materials to be removed. Site Preparation shall include removing a portion of the railroad tie retaining walls near-the outletof Line 'A' in order that the concr~te retaining · walls may be ·built. Contractor shall leave as much of the existing path and as many of the railroad ties as practicable in order that the local residents' properties will · -remain accessible to the lake. · · 42. PRE BID ITEM ~ SIGN-PROJECT DESIGNATION .... INSTALL (BID-00504): The Contractor shall construct and install two (2}" Project Designation Signs and it. will be the · · re~ponsioility of the Contractor to maintain the signs in a presentable conqition .at all times on each · project under construction.· Maintenance will incluc;le painting and repairs as directed by the ENGINEER. Locations to ·be determined by the City fnspector. 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, p~inting and lettering on the signs shall be approved by the .ENGINEER. The height and arrangement of the lettering shall be ir:i accordance with the enclosed detail. The sign shall be constructed of %" fir plywood, grade A-C (exterior) or better._ These sighs shall be .- installed on b~rricades or as -directed by the ENGINEER and in pl~ce at the project site upon commencement of construction. · · · The -work, which includes ttie painting of the signs, installing and ·removing · the -.signs, furnishing the materials, -supports and connections to the suppprt and maintenance shall be to the satisfaction. of the ENGINEER.· · . . · · · · A unit price bid per each · has ·l;>een assigned to ·this item (see Proposal). The assigned unit price will be full payment for materials including . ·all labor, equipment, tools and incide_ntals necessary to complete the work. · · 43. PAY ITEM -STORM WATER POLLUTION -PREVENTION > Than 1 AC SWPPP - INSTALL (BID-00100): PERMIT: As defined by Texas Comm _ission on -Environmental Quality (TCEQ) ·_ regulations, · a Texas Pollutant Discharge .. ~limination System (TPDES) G,:meral Construction Permit is required for all construction · activities that result ir.,-. 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 11opeirator" by state regulations and is required to obtain a perl'T!it. · 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). 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 phys;ical controls and possible reduce costs. The methods of control shali result in minimum sediment retention of not less than 70%. NOTICE OF ·1NTENT ·(NOi}: If the project will re~L!lt in a total land 9isturbance _equal to .or .: greater than 5 acr(;!s, 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 weil as a commitment that the Contractor unders~ar:ids . City of Fort Worth, Texas . . Special Provisions For Street and Storm Drain Improvements _. P.MO Release Date: 07/28/2010 Page SP-19 of 55 . SPECIAL PROVISIONS ·FOR ·STREET AND STORM DRAIN IM~ROVEM~J',IJS the requirerr,,ents of the permit for storm W?Iter discharges from construction activities and · ttiat measure~ wiU be taken to .implement .and maintain storm water" pollµtion pr~vention · . at the sjte. Tile NOi shall. be submitted to · the iCl;Q at leasl . 48 . hours prior to the ··,Contractor moving on site and ~hall include the ·requir~d : $325 application fee (if mailed) or $225 (if e-filed). · · · The NOi shall be mailed to: . ·BY"REG.uCAR tis. ·rviii.iL -·· . ·Texas Commiision.on Environmental Quality _ Storm Water Processing Center (MC228). P.O. Box 13087 . Austin, TX 7871.1-3087 BY OVERNIGHT/EXPRESS MAIL . Te,xas Commi~!:libn on Environmental Quality Storm Water Prqcessing Center (MC228) 12100 .Park 35 Circle · Austin, TX 78753 · NOTICE .OF · TERMINATION (NOT):· For ~11 . sitel? that· qualify as Larg~ Construction Activity, the Contra~tor shaH sign, prior to final payment, a TCl;Q 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: BY REGULAR U.S. MAIL · Texas Commission on Er.ivjro.nmental Quality .. Storm Water Processing Center '(MC228) P.O. Box 13087 Austin, TX 78711-3087 .. ' . . BY OVERNIGHT/EXPRESS MAIL . . . Texas Commis.sion on Environmental .au.ality Storm Water Processing Center (MC228) 12100 Park 35 Circle Austin, TX 78753 ·A copy of thefNOI and NOT shall be s~nt.t9: City of Fort Worth Departmemt .of EnvJro.nment~I Managemen, 1000 Throckmorton Street . · Fort Worth, TX . 76102 . STORM WATER POLLUTION PREVENTION P.LAN (SWPPP}: A document consisting of an erosion control and toxi~ wa.~te management plan and a narrative defining site . parameters and :techniques to be employed to reduce the release · of . sediment and City.of Fort Worth, Texas Special Provisions For Street and Stonn Drain Improvements PMO Release Date : 07/28/2010 Page SP-20 of 55 . SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS pollution from the construction site. Five of the project SWPPP's are available for viewing at the plans desk of the Department of Transportation and Public Works. 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 Commissic;:m on ~nvironmental Quality. · LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOi) form shall be completed and sul;>mitted 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 S\IVPPP 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 niust 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 Contract9r to the !;NGINEER 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 TMAN 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 abov~. A SWPPP, prepar1;1d as described above, shall be implemented at least 48 hours before the commencement of construction activities. · The SWPPP niust 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 c_cinstruction entrances, seeding, s_odding; mulcl:ting, 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 NC1'COG "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. . 44. PAY ITEM -TRAFFIC CONTROL -INSTALL .(BID-00181): ' . The contractor will be required to obtain · a "Street Use Permit" prior to starting worl<. 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 City of Fort Wortf:l, Texas Speclal Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-21 of 55 SPECIAL PROVISiONS ~OR STREET AND STORM DRAIN IMPROVEMENTS with the provisions set forth in the "Latest Edition . Texas Manual on .Uniform Traffic Control Devices for Streets and Highways" issued under the :authority of the "State of Texas Uniform Act Regulating Traffic on . Highways," codified -as Article 6701d-Vemon's Civil Statutes, pertinent sections being Section Nos. 27, 29; 30 and 31.. ,.· . · · Unless otherwise included as part of the Construction documents, the Contractor shall · submit a traffic control plan (duly sealed, signed and dated by a.:Re.gis~ered Professional . _ ·Engineer_(P.E.) in:tbe_state .of Texas), to the City T.raffic E;ngirieer [T~l.(81.7)392.:.8770] at . or before the preconstruction conferem;e. The P. E. preparing the tr~ffic contrqLplan may utilize standard traffic reroute configurations posted as "Typjcals" on the· City's Buzzsaw website. Although work will not begin µntil the traffic control"pl~n has b.~en reviewed and approved, the Contractor's time will begin in accordance with the timefraine mutually established in the 'Notice to Proceed' issued the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name .sign or 0th.er sign, which has been erected ,by the City. If it is determined -that a sign must be removed to permit requir~d construction, the Contractor shall contact the Transportation . and Public Works,.Department to remove the sign. In the case of .regulatory signs, the Contractor mustreplace the permanent sign with _a terriporc1ry sign meeting th.a requirements of the ·.above-referenced manual -~nd_ sucn temporary sign m.ust be installed · prior to the removal of the permanent sign. .If the temporary. sign js not in~ta.lled correctly or if it does not meet-the required. specifications, the permanent sign shall be left in place until the temporary sign requirem~nts ar!;:3 met. When construction work is cqmpleted 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 lo<;:~tions/streets during "pe~k traffic periods" as determination by the City Traffic Engineer. · · The lump ~um pay item for traffic control shall cover design, and / or installation and mainten~nce ofthe·traffic ··ciontrol ·plans :··· · 45_-PAY ITEM-.CHANNEL-UNCLASSIFIED EXCA\/ATION-REMOVE -(BID-00065): See Standard Specifications Item No. 110, "l)nclassified Channel Excavation" for specifications governing this item. Durin'g .the construction of this project,-it is required that all cha.nnel areas be excavated and · · shaped after the storm drain pipe has been installed. Excess excavation will t>e 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 th~ .quantities exceeding 10 percerJt, then. actual quantities will be paid for at the unit prices bid. Tb~ 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. Bidders should note that although rock is not indicated in the Geo-Technical report, there are rock outcroppings near stations 10+00 and 11+90 on Line 'A\. "Rock" excavation · . (approximately 11.0 cu. yds.) will not be paid for separately, but shall be covered under this pay itein. City of Fort Worth, Texas Speclal Provisions For Street and Stonn Drain Improvements PMO Release Date : 07/28/2010 Pa9e SP-22 of 55 SPECIAL PROVISIONS. FOR STREET AND STORM DRAIN IMPROVEMENTS 46. PAY ITEM -TREE -REMOVE (BID-00183): Trees to be removed shall be removed using applicable methods, including stump and root ball removal, loading, hauling . and dumping. Extra caution shall be taken to not die;rupt existing utilities . both overhead and buried. The Contractor shalr immediately repair ·or replace any damage to utilities and private property inciuding, but not limited to, water and sewer services, pavement, fences, walls, sprinkler system piping, etc., at no cost to the Owner. All costs for tree removal, including temporary service costs, shall be considered subsidiary to the . project contract price and no additional payment will be allowed. 47. PAY ITEM -TREE -INSTALL(BID-00182): There shall be two 2" to 3" caliper (diameter) trees planted for every tree removed: These trees shall be replaced as like kind, with the final number of species, the number of eac;:h species, and the final planting location to be approved by the city inspector. Contractor shall maintain the area and the tree· and shall water the tree sufficiently to assure live trees upon the date of final acceptance. 48. PAY ITEM -FILL MATERIAL.,... BORROW-INSTALL ·(BID.,00543): The non-expansive earth fill should consist of soil materials with a liquid limit of 35 or less, a plastic.ity 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 ~re free of organics or other deleterious materials. When compacted to the recommended moisture and density, the material should have a maximum free swell value of 0.5 percent and a maximum · hydraulic conductivity (permeability) of 1 E-05 cm/sec, as determined by laboratory testing of remolded specimens of the actual n,aterials proposed for the non-expansive ·e~rth fill. . . The price bid per cubic yard for '!FILL MATERIAL -BORROW-INSTALL" as shown in the Proposal will be full payment for materials, labor and equipment necessary to . complete the work for that item. · · · Contractor is reminded that there are 486 cubic yards of fill needed in the . channel area and material from the box culvert and pipe culvert trenches and inlet excavations may be suitable as this fill material. T~e 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. 49. PAY ITEM -TRENCH SAFETY SYSTEM 5 FOOT DEPTH -INSTALL (BID-00372): Description:· Tbis 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 trem;:h excavation saf~ty 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 requireme·nt of . this item and is hereby made a part of this City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements · PMO Release Date: 07/28/2010 Page SP-23 of 55 . SPEC~i.:PROVISIONS··FOR .. $TRE~T AND STORM DRAIN .IMP~OV.EM.1:~TS specification. · The Contractor shall, in addition, comply with all other applicable Federal, State and local rules, regulations and .. prdir1ances. . Measurement and Payment: All methods used ·for tren9h · ~xcavation · safety protection .shall be measured by the linear foot of tre.nch and paid at the 1,1nit price in the · Proposal, ·. which shall be. total compensati<;>n for furnishing design, materials, tools,· lapor, equipment and incidentals necessary, including removal ofthe system. Tre~ch deptttf~r ·payment . purpoS.9$ for .Trench . safoty Systems is the verti~al ·d~pth as . m~asured ·from the top of the existing ground to the bottom of the pipe. . . 50 .. PAY ITEM .:... RIPRAP -REMOVE (BID-00093): This item :vvill consist of the removal of all ·. .idet:1tified "flatwork" erosion protection, including . cqncrete riprap, '.'flat" concrete and rock ·: · · · riprap and the price per square yard shall include pr9per removal and disposal of the material. 51 •. PAY ITEM-~IPRAP-6 INCH o:--IN~TALL (B~D-00097): . . . CONC.RETE RIPRAP . ' ;. i GENERAL: The following shall govern .the .furnishing aild placing of concrete riprap as .. · . .-st:iown on the plans or as directed by the Engine~r. . . 2. MATERIALS: Concrete for riprap shall be P.lacect .in accordance with the details and to the dimensions shown on the plans or as established by th~ Engineer.' Unless otherwise shown on the plans, concrete riprap shall be reinforced using wire or bar reinfc;,rcement. The concrete shall be 3000 PSI at 28 days, Class A. Reinforcement shall be six (6) by six (6) inch No. 6 plain . e,ectric welded reinforcing fabric or# 4 bars at 18" OCEW. A minimum lap of si.x (6) inches shall be used at all splices. At the edge of the riprap, the . wire ·fabric shalFnot be less than-one (1) inch,,·no · more than three (3) inches from the edge of the concrete and shall have no wire projecting beyond the last member parallel to the edge of the concrete. , '. , . •• , • I •• , , , . Reinforcement · shall be supported properly throughout the placement to . maintain its position equidistance from the top and bottom surface of the $la~. . . If the slopes and bottom of the trench for toe walls are dry and not consolidated properly, · the Engineer may require the entire area to be sprinkled, or sprinkled and consolidated · before the concrete is placed. ·All surfaces shall be mqist when concrete is placed . After t~e concrete has been pla.ced,, compacted, and sha·ped to conform to the dimensions shown .on the plans, and after it has · seJ sufficiently to avoid slumping, the surface shall be finished with a wooden float to .secure a rea~on~bly smooth surface. 3. PAYMENT: Payment for concrete riprap in place shall be made at the unit price bid in the Proposal multiplied by the quantity of .material used. · Bid · price will be full compensation for placing all materials, and . for all labor, tools, equipment, and incidentals necessary to . complete the work. The energy, dissipater blocks near station 10+00 shall · be measurecJ in place and paid for by the. cubic yard as "Concrete RipRap" City of Fort Worth, Texas Special Provisions For Street and Stenn Drain Improvements PMO Release Date: 07/28/2010 Page SP-24 of 55 SPECIAL PROVISIONS FOR · . STREET AND· STORM DRAIN IMPl\OVEMENTS Payment for all necessary excavation below natural grounp, and bottom or slope of the excavated channei will be included in the ~id price. · · 52. PAY ITEM -INLET-(REMOVE, ALL SIZES, ALL DEPTHS) {BID-'00102): Tnis item will include removal of existing concrete curb inlets at locations· shown· on the plans. This item shall be governed by all applicable provisions of ·standard Specifications for Construction, City of ·Fort Worth, .Item 100 'Preparing Right of Way'. The · price bid per each as shown in the Proposal will be full payment' for materials including all labor, equipment, tools and incidentals necessary to complete the work. 53 . .PAY ITEM -PIPE -REMOVE: {ALL SIZES, ALL DEPTHS) (BID-00080}:. This item will include removal of existing concrete storm drain pipe at locations shown . on the plans. This item .shall be · governed by all applicable provisions of Standard Specifications for Construction, City of Fort Worth, Item 100 'Preparing Right of Way'. · · The price bid per linear foot as shown in the Proposal . will . be full payment for . disposal and materials including all labor,.equipment, tools and incidentals necessary to complete the work. · · 54. PAY ITEM -HEADWALL -REMOVE, DOUBLE 36" RCP {BID-00070}, HEADWALL - · · REMOVE, 24" RCP (BID.;00070): These items shall consist of a price per lump sum of the removal of.concrete headwalls. ·. ·· · · These .items shall in~lude all materials, equipment and labor for the removal of existing concrete headwall, wings and any qther incidental items and shall include disposal of &ame following all local, city, county, state ,or federal guidelines for disposal· of said material. · ·. · · · · The lump suni pri~e shown in the proposal will. be full payment for removal and. disposal including all labor, equipm~nt, tools and incidentals nece~sary to complete the work .. I : .. 55.-PAY ITEMS .;_ .PIPE-21 -Inch-CL Ill -INSTALL (810-00081), PIPE-24 Inch-CL 111 - INSTALL (BID-00082), PIPE-27 Inch-CL Ill -INSTALL (BID-00092), PIPE-30 Inch-CL 111 · -INSTALL (BID-00083), PIPE-42 Inch-CL Ill-· INSTALL (BID-00086), PIPE:.48 Inch-CL 111 ·-INSTALL .(BID-00087), PIPE-54 lrich-CL Ill -INSTALL (BID-00919), PIPE-60 Inch- . CL Ill .... INSTALL (BID-00089): . . . .. . These items shall include the furnishing a'nd installation pf new Class Ill Reinforced · Concrete Pipe, appurtenant fittings and connections at locations shown on and details included within the plans. · · · · This item ~hall qe governed . by all applicable provisions of Standard Specifications for C~nstruction, City _of Fort Worth ; Item 440 -'Reinforced Concrete Pipe' and Item 402 'Trench Excavation and -:-Backfill for Storm Drain.' Jetting . of trench backfill will not be allowed on this project. · · · · · · Work suµsidiary to this pay item includes all the proposed excavation, trench backfill in the projec~ area and. filter fabric. Excess material which is obt~ined from excavating the trench may be use9 _:for fill placement subject to the provisions of Item 114 'Embankment' City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-25 of 55 · SPECiAL PROVISIC)NS ·FOR ST~EET :AND :stOrtM DRA_t~i iMe~OV~MENTS and approval of the ENGINEER. All excavated mate.rial Which is unacceptable as fill material shal! become . the. property of the Contractor to be hauled off the site and disposed of prope~ly; Unacceptable material shall be, but not lim,tec;I to: r.ocks, concr$te,·asphalt, debris,·etc. The cost for removal and . disposal ofi.macceptabie o-1aterial shall be subsidiary to.the uriit prices. · . . .... : . The. unit price ·p~r line~r foot show~ o~: the P~op.~sal shall" b~ full ·compensation .for all . : . materials; labor, equipments, -tools and incidentals necessary to com 'plete the ;work for ~~-. . . :·. 56._PAY ITEMS-BOX CULVERT'-BFT X 5FT-INSTALL (BlD-00889): This iterrfshall . . include the furnishing and installation of new Reinforced Concrete -Box .Culvert, · · .. . . appurtenant fittings: and :connections at locati.o·ns shown on and detaiis included within the plans. · · · · · · · This item shall be governed by all applicable provisions· of Standard Specifi.cations for · Construction, Ci_ty of ,Fort .Worth, ·1te.rn ·441 'Precast Reihfo(ced Concrete :Box Sections' .and Item 402 ''Trench : Excavc;1tion and Backfill for Storm Drain :• .Jettin~{of trench ·backfill . will not be allowed on this project. · .. Work · subsidiary to this . P?lY item . includes ·all . th~-p·roposecl excavation, trench ba:ckfili in · the project area and filter fabric : Excess material which is obtained· from excavating the trench may be used for fill placement subject to the provisions of Item 114 'Embankment' and approval of the ENGINEER. . _; All excavated material which is· unacceptable ~s 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 oe subsidiary to the· ~nit-price_s: · The unit price per linear foot shown on the Proposal ~hal_l be full compensation 'tor all materials, tabor, equipments, tools and incicl_entahfnecessary to complete the work for -each. . ·'.. .. :,. . . . .. ;_ . . . . .. ··. .. .··. '; : . 57. PAY ITEMS ., . .-fNL:ET-DROP . .,.. > 4 Ft .l-:-···tNSTALL (BID-001°03):· This item .sha.11 include furnishing materials and construction of reinforced concrete inl~ts at locations ·shown on the pl~ns . . This item shall be . goVerne~ by an · applicable provisions of Standard ~pacifications for Construction, City of Fort Worth, Item 444 "Manholes and Inlets"; as ·well. as figures SD- 001 and SD-020. The unit price per each .shown on the Propcisat ·: shall be full compensation for all ·materialf?, labor, equipments, tools and incidentals necessary to complete the work for ·each. · 58 . PAY ITEMS -INLET -RECESSED -· 10 FT -INSTALL, ALL DEPTHS, (BID':'00111 ), INLET -RECESSED -10 FT -INSTALL. MODIFIED, ALL DEPTHS, LINE A, (BID- 00111). INLET -RECESSED -10 ·FT..., INSTALL EXTENDED ·RECESSION, ALL City of Fort Worth, Texas . Special -Provisions For Street and Stenn Drain Improvements PMO Release Date: 07/28/2010 Page SP-26 of 55 . · SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMP.ROVEMEliTS DEPTHS, {81D-00111), INLET -RECESSED~ 20 FT -INSTALL, ALL DEPTHS, {BID- 00113), INLET -RECESSED -20 FT -INSTALL EXTENDED RECESSION, ALL' DEPTHS. {BID-00113}: These items shall include furnishing materials and construction of reinforced concrete inlets at locations shown on the plans. · This item shall be governed. ~y all applicable provisions of Standard Specifications for Construction, City of Fort Worth, Item 444 "Manholes and Inlets"; as well as figures SD- 001 and SD-020. · The unit price per each shown on the Proposal shall · be full compensation for all materials, labor, equipments, tools and incidentals necessary to complete the work for each. · 59. PAY ITEMS -MANHOLE -INSTALL 4'X4' STORM MANHOLE, ALL DEPTHS, {BID- 00115), MANHOLE -INSTALL 5'X5' STORM MANHOLE •. ALL DEPTHS, (BID-00115). MANHOLE -INSTALL 6 1X6 1 STORM MANHOLE, ALL DEPTHS, {BID-00115) • . -MANHOLE -INSTALL. 4'X4' CONFLICT STORM MANHOLE" WITH STEEL CASING PIPE FOR SANITARY SEWER (810-00115). MANHOLE -INSTALL,·6'X6' CONFLICT STORM MANHOLE WITH STEEL CASING PIPE FOR SANITARY SEWER (810-00115), MANHOLE -INSTALL 4'X4' STORM MANHOLE .WITH ENVIRONMENTAL SNOUT (810-00115), MANHOLE .-INSTALL 61X6 1 STORM MANHOLE WITH ENVIRONMENTAL SNOUT {810-00115): These . items. shal.l include furnishing materials and construction of reinforced · concrete manholes · at locations shown on the plans. This . item . shall be governed by all applicab_le provisions of Standard Specifications for Construction, City of fort Worth, Item 444 "Manholes and Inlets"; as well as . figures SD- 006,SD-007 and ~D-010. The unit price per each shown on the Proposal shall pe · full compensation for · all materials, labor, equipments, tools and incidentals necessary to complete thE;i work for each. · · · The "Conflict Manhole" price shall include a 6" or 811 steel casing over the sanitary -sewer service to the outer: edges of the manhole. The 4'~4' manhole with the flEnvironmental Snout" shall include a BMP, INC 36 FTB, or approved equa1,·dsnout'' attachme_nt and the 6'x6' manhole with the "environmental Snout" shall include a BMP, INC 72 FTBB, or approved equal, "Snout" installed inside the manhole in accordance with the manufacturer's specifications and requirements. · · · 60. PAY ITEMS-HEADWALL -INSTALL, MODIFIED TYPE A HEADWALL FOR8'x5' Rae; (810-00069): This item shall include furnishing materials and construction ·of reinforced concrete headwalls at "locations shown on the plans. · _This item shall be governed by· all applicable provisions ofStandard Specifications for Construction,-City of Fort·Worth, Item 444 "Manholes and Inlets"; as well as plan details·. · The unit price per cubic yard shown on the Proposal shall be full compensation for all . materials, labor, equipments, tools and incidentals necessary to complete · the work for each. 6.1. PAY ITEM-RETAINING WALL-INSTALL {BID-00411): This item will consist of placing retaining walls in locations a,:id at heights determined by the ENGINEER in the field. All City of Fort Worth, Texas Special Provisions For Street and S,tonn Drain Improvements PMO Release Date: 07/28/2010 Page SP-27 of 55 ... :. SPECiAL .PROVISIONS :FoR STREETAND .STORM DRAIN IMPROVEMENTS applicable secJion qf City of Fort Worth Sti;indard Specification item 518 shall apply except_ as follows: . . Retaining wall shall be constructed per City pf Fort Worth Construction Standard Drawing No. S-M13 "Retaining Wall with Sidewalk" where applicable. . . . All e~sJing brick aridior stone .retaining : walls not significantly impacted by proposed grade changes w.ill be protected. Replacement of retaining walls not impacted by proposed grade changes will be at the expense of the Contractor .. . . 62. PAY ITEMS -CONCRETE-ENCASEMENT~ INSTALL (BID-00841 ): Concrete 1:3ncasement 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 suqh encasement are specified in Sections E1- 20 and E2-20 of the General Contract Documents. · P_aymen.t for work such as forming, placing, and fini~hing including all labor, tools, . equipment and material n·eces~ary to c~mplete the work shall be included in the linear foot ·price bid for Concrete · Encasement. 63. ·PAY ITEMS --MANHOLE-STD 4 FT DIAM -TO 6 FT DEPTHS -INSTALL (BID-00213}: MANHOLE STD 4 FT-DIAM -ADDED DEPTH. OVER 6 FT DEPTHS ... INSTALL (BID- 00214): . . . .. . GENERAL: The installation, replacement, and/or rehabilitr;1tion 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 ~!ld Manhole Co"nstruction of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. For:new sewer line installations, the Contractor sh~II temporarily plug all lines at every open manhole under construction in order to keep debris out of. the dry sewer lines. The ph,1gs shall not be removed until the applicable manhole complete with .eerie 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 COFW Standard Detail SAN-009. · 2. DELETED 3. LIFT HOLES: All lift holes shall be plugged with a pre-castcoricrete 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 ··w.ith quick setting cement grout. · · 4. FINAL RIM ELEVAT.IONS: Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than orie-half (1/2} inch · above the surrounding ground. Backfill shall provide a uniform sl.ope from the top of manhole casting for not less than three (3) feet e.ach direction to existing fi~ish grade City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-28 of 55 SPECIAL -PROVISIONS FOR STREETAND·STORM o·RAJN IMPROVEMENTS 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 piqk slots in lieu of pick holes.. Manhole frames and covers shall be PAM REX, or approved equal, with 30-inch clear opening. Covers shall set flush with the rim of the frame · af"!d 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. · 6. SHALLOW CONE MANHOLES: Shallow manhole construction will be used when manhole depth is fciar (4) feet or less. J\11 shallow cone manholes shall be -built in accordance with Figure 105 .. All shallow cone manholes sh~II 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 cin any sanitary sewer manhole. : 8. EXTERIOR SURFACE COATING: Exterior surfaces of all manholes shall be coated with two mop cciats of coal tar· epoxy, Koppers "Bitumastic Super Service Black'' Tner'nec "46-450 Heavy Tnemee::ol,1 ~ or equal to; a miriimurri 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 j~int sealants as per Figure M. ~· · · · This sealant -shall be pre-formed and trowelable Bitumastic as manufactured -by Kent- Seal, Ra.m-Nek, E-Z Stick, or equal. The joint sealer shall be supplied . in .either extruded pipe form or s1:1ifable cross-sectional area or flat-tape arid shaJI be sized as . ·;. · recommended by the manufacturer and approved by the Engi~eer.,· The joint sealer shall be protected by a·suitable removable wrapper and shal.1 not in any way dep·end on oxidation, evaporation~ or any other chen:tical action for e!~her its adhesive prop~rties or cohesive strength. The Joint ~ealer . shaff remain totally flexiblewithqut 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 successf~I use of the pro.duct as a pre-formed flexible joint sealant on concrete pipe and manhole 'sections for. a period of at least five years. · · EXECUTION:· 1. INSTALLATION :OF JOINT SEALANT: Each grade adjustment ring and manhole . frame shall b~ sealed with the above-specified materials. All surfaces to be ·in contact with the joint sealant shaU be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The manufacturer shall apply ~-primer to all surfaces prior to installing the joint sealant in accordance with the recommendations. The. protective wrapper shall City of Fort Worth, Texas Special Provisions For Street and Storm Drain lmprovemen'ts PMO Release Date: 07/28/2010 Page SP-29 of 55 SPECiAL PROVISIONS FOR STREET. AND .STORM DRAIN IMPROVEMENTS . remain on the joint seal1;1nt until immediately prior to .the placement -of the pipe in the · trench. After removal of the protective wrapper, the .joint sealant shall be kept clean. Install frames and cover over manhole opening with the bottom of the rings resting on . Bitumastic jc;,int se~l.~r. Frames and grade rings shall rest on ,two -(2) rows (inside and outside) of Bitumastiq joint sealer. . · · 4. SEALING AND/ORADJ.U.STING EXISTING MANHOLES: Excavate (rectangular full depth aa.w out.i.f.i.o pa\lement). adjace,it to th~, ma.nhole. 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 st11Jctur,e_ 13nd observe the condition of the . frame and grade rings. Any ·frame or grade ring that is not suitable for use as determined by the _Engineer shall be repla~ed. Grade rings that are constructed of brick, block .. ~aterials other than pre-cast concrete rings, or where necessary an_d approved by the -~ngln~_er, 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 allowec;f. In brick or block ·manholes, replace the upper portion of the .manhole to · a point 24 inches below the frame .. If the walls. or c;one se~ion belqw this level are structurally unso1,md, notify the Engineer prior to replacement ofthe grade rings and manhole frame ~ Existing brickwork, if damaged by the Contractor, shall be replaced at the Contracto~s expense. Wire brush manhole frame and exposed . m?fnhqle surfaces to remove dirt ~nd loose debris. Co?tt-exposed .manhole surfaces with an approved bonding agent followed by an application of quick setting hydraufic ·cement to provide a smooth working surface. If the in~ide diameter of the manhole i$ t90 larg~ to safely support new adjustment rings or frame$, a flat top ~action sh?fll be i!"lstalled. . . . Jc;,int surfaces between the fr~mes, adjustment rings, and cone section shail be free of dirt, stones ~ debris and voids to ensure a watertight-seal : Place flexible :gasket"joint · m~terial .along the inside and .outside edge of each joint, or use trowelable material ·in lieu of pre-formed ga$ket materia.1.. Position the butt joint of ~ach length of joint material on ·opposite .sides of the mariho!~ .. Nq ~teal shims , wood, stories, or.any material .not spe _cifically accepted by the Engi_neer may be used to obtain final surfae::e elevation of the manhole frame. In paved areas or future paved areas;_ castings shall be installed by :using a straight edge not las~ th?ln ten ( 10) fe _et long so that the top of the casting will confqrm to t~e slope and fini$h . ~levation of the paved surfc!lce. The top of the G~sting shall be 1/8 inch below the . finished elevation ~ · Allowances for the con:ipression of.the joint material shall be made to assure a proper final grade elevation . . 3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be co~ted .with two mop coats of coal tar epoxy. Kopper "Bitum1:1stic Super Service Black"; .Tnemec "46-450. Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness. . . . 4. The exterior surface 9f 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 Cltyof FortWorth, Texas . · Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-30 of 55 SPECIAL PROVISIONS FOR . STl~EET AND STORM DRAIN IMPROVEMENTS joint sealant from 6-inches below to 6-inches above the joint. The coated joint shall .then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling. · C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materiall:l -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, ~hall be paid separately. · · The price bid for adjusting and/or sealing of existing manholes s_hall incJude 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.· Concrete collars and/or manhole inserts, ·if needed, will be incidental to the price per basic manhole. · · · 64. PAY ITEMS -SEWER SERVICE-4 INCH -INSTALL (BID-00354): 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 CohtactDocuments in addition ·· tc;> those located in the field and identified by the Engineer as active sewer taps. The · service connections shall be const~ucted 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 wo·rk be performed in ari expeditious manner. A minimum of 24 .hours advance notice shall be given when taps will be required. Se~ered service connections shall be maintained as speci_fied 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, au ·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 . usjng pipe enlargement methods shall be replac13d to the property or easement line or as directed by · the Engineer. Procedures listed below for Sewer S13rvice 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 w<;>rk 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.· · City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-31 of 55 SPECIAL· PROVISIONS fOR STREET AND STORM DRAIN IMPROVEMENTS 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 su_ch condition or adjustment necessitates the replacement of the sewer service ·:line, all work shc;1ll be performed by a li~ensed plumber;· The Engineer shall determine : the length of the replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as approved by the "Erigineer. · 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 inst~llirig .the applicable · sew~r main or lateral and the necessary service lines, the Contractor shall verify (by de- holing at the building clean-out) the elevati()ns (shown on the plans) at the building clean- out. and compare the· data with the eile'vatic:m at the proposed connection · point on the · sewer main, in order to ensure that the two (2) p·ercent 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 gr~de 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 . im 'rriediately· 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 f'!ew alignment to the Inspector and shall be .responsible for ensuring that the -lwo (2) ,percent minimum grade (or as approved by the Engineer) is satisfi.ed. Prior to ~ackfilling, · 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. Tlie Contractor, at its .sole expense, :shall be required to uncover' any . sewer S!:!rvice fo.r which no ·grade · · verification has been submitted .. All re-routes that are not install~d as designed or fail to. meet the City code shall be reinstalled at the Contractor's exp.ense. 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 r~move 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 ~pproved 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 ar:id proof ··of filial acceptance by the Plumbing Inspector shall be provided to the Engineer upon . completion of the sanitary s·ewer 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 in~talled 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 City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-32 of 55 SPECIAL PRQVISIONS FOR $TREET AND ST9RM DRAIN. IMPROVEMENTS property or public right of waY,. Payment for .all work and · material involving the "tap" stiall · be incl _uded ·in the price bid for sanitary sewer service taps. . · 65. PAY ITEM -PIPE -REMOVE, ALL SIZES · & DEPTH, (BID-00567): Where removal of the existing pipe is required, it shall be the Contractor's responsibility to properly dispose of all removed pipe. All remqved valyes, fire hydrants and meter boxes shall be delivered . to Water Department Field Operation~ Storage Yard. 66. PAY ITEM-PIPE-PRESSURE-8 INCH-INSTALL DUCTILE IRON, (BID-00618): All IJ_Vater pipe for the storm drainage portion of this project -is for crossing under the storm · drain lines and shall be ductile iron pipe meeting the requirements of the City of Fort Worth Water Department Specification E1-6. 67. PAY ITEM-DRIVEWAY ... REMOVE (BID-00402): These items include removal of existing concrete sidewalks, driveways, sJeps,· leadwalks and/or wheelchair ramps at location shown on the plans or as designed by the E:NGINEER See Item Nb. 104 "Removing Old Concrete",.for Specifications governing this item. ' 68. PAY ITEM..:. DRIVEWAY-6 INCH -INSTALL.(BID-00404): Concrete flatwork i~ defined as curb, curb and gutter, ·sidewalks, leadwalks, wheelchair ramp~ and driveways as shown in the ·plans ·: This provision governs ,the sequence of work related to' concrete flatwork and shall -be considered a suppl~ment to the specifications governing each specific item. · The Contractor shall not remove any regulatory sign, instruction sign, street name and sign or other sign which has . ~een erected by the City. The Contractor shall contact Signs and Markif1g Diyision, TPW. . · Required backfilling and finished grading adjacent to flatwork shall be completed in order for the flatw.ork to b_e accepteQ an~ measur~d as completed. · No payment will be . made for flatwork. until the · pay item has been completed; which ·. includes backfilling arid finished grading.. · · · The price bid per square foot for "DRIVEWAY-6 INCH -INSTALL" as . shown in the Propos _al will be full payment for materials necessary to complete the work fo~ that item. ·69 .. PAY ITEM-PAVEMENT-CONCRETE-REMOVE (BID-00457): This item shall include the removal ·of concrete pavement at location's shown on the plans or where deemed necessary by the E:NGINEER. This item.shall -be governed by all applicable provisions bf Standard Specifications for Construction, City of Fort Worth, Item 104, "Removing Old Concrete" arid Item No. 106, "Unclassified Street Excavation". . . Sawcutting and removal of existing concrete pavement, existing l:>ase and necessary · excavation to install the concrete pavement shall be subsidiary ~o this pay item. · The unit price per square yard shown on the Proposal shall be full -corT]pensation for all materials, labor, equipments,.tools and incidentals necessary to complete the work. City of Fort Worth , Texas . Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-33 of 55 SPECIAL PROVISIONS FOR STijEET AND ·$JORM ·P.~IN IMPROV~MJ;NTS 70 . PAY ITEM-REMOVE EXISTINGHMAC PAVEMENT-,REMOVE-(BID-01265):. This item will include removal of existing HMAC pavement at locations shc;>wn oil the plans or where deemed nece~sary by the Engineer or City Inspector .. This item shall be govern.ad by all applicable provisions of St~nda rd Specific;;ations for . Construction, Cijy'of Fort Worth, ttem Nc;,.-10(;>, •runclassif,ed .. ~tte~t E)(cavation" ... · .····. ·.: Saw cutting arid removal ofexisting ,HMAC:-pav~rn~nt and J:;,:;un~_c;lay h~.uJ..pff o.f the removed material .to a suitable dumpsite shall be subsidiary to this pay item. ·! : The unit price per square yard shown on the Propbsal shall ·6~ full :compe·n~ation .for all materials; labor, e.quipment, tools and im;:identals necessary to co,nplet~ the · work. 71. PAY ITEM -CURB AND GUTTER -REMOVE-(BID-00424): This it~m will include · . removal of existing coi:icrete curb and gutter at locations s~own on •the pfams or where deemed necessary by the ENGi.NEER. . . . This item shall be governed by all appiicable provisions of Standard Specifications for Construction, City of Fort Worth ~ Item 104 '.Rem_oving Old ·. Concrete' ... · . . . Sawcutting. and · removal of existing concrete curb an~ gutter, .necessary excavation to install the new · concrete curb and gutter ·and same day haul-off of the removed material to a suitable dumpsite shall be subsiqiary to this pay item. Contractor shall i;;awcut both the curb and gutter, and pavement prior to removal. The pay limit will be 9 inches out from the gutter lip. · · · · ·: . Th~ pdce bid per linear foot as shown in the Proposal will :. be full payment .for materials including . all labor, equipment, tools and incidentals necessary to complete the work. . . 72. PAY ITEMS -CURB & GUTTER.;..· INSTALL (BID-00423): Concrete flatwork is defined as curb, ·curb and gutter, sidewalks; leadwalks·; wheelchair ramps and driveways as shown in the plans. This provision governs .the .se·qu~nce · of work related to concrete flatwork and shall be considered a supplement · to the · specifications governing each specific item. · . . : . . . ~ . : . . . ' . . . . . . . . . . . . -. The Contractor shall not remove any regulatory sfgn ,. instruction sign, street name and sign or other sign which ha~ been erected ·by the City. · The Contractor shall contact Signs and Marking Division, TPW ; ; "·. ·· Required backfilling and finished gradi!']Q adjacent to ·t1atwork shall be completed in orc;ler . , 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. · . . . The price bid per linear foot for "CURB & GUTTER ,.., INSTALL· " as shown in the Proposal will be full payment for materials necessary to complete the Work for that item. This item will cover all types and sizes of Curb and Gutter installatiqn .. City of Fort Worth , Texas . Special Provisions For Street and Storm Drain Improvements · PMO Release Da te: 07/28/2010 Page SP-34 of 55 SPECIAL PROVISIONS FOR STREET ,AND STORM DRAIN IMPROVEMENTS . 73: PAY ITEM -PAVEMENT CONCRETE -INSTALL 7 INCH (BID-00429): {a) All applicable provisions of standard ·sp·eciflcations Item 314 "Concrete Pavement," shall apply. The Contractor shall use a six (6) sack concrete mix for air hand placement in the intersections. The unit price bid per square yard shall be full payment for all labor, material, equipment and inddentals necessary to cm'nplete the work. . · {b) Concrete pavement acceptance shall be as set forth in "Concrete Pavement ~cceptancel' within these Special Provisions. {c) All concrete pavement not placed by hand shall be placed using a fully. automated paving machine as approved by the ENGINEER. Screeds will not be _allowed except if approved by the ENGINEER. 74. PAY ITEM -PAVEMENT-2 INCH MIN HMAC ON 2/27 CONCRETE BASE -INSTALL (BID-00443): All trenches, exclusive of Quail Ridge east of the vailey gutter at $kylake, shall receive pavement repair based upon City of Fort Worth Street Detail "STR-028 Permanent Asphalt Pavement Trench Repair''. Quail Ridge shall receive "Temporary Pavement Repair'' {STR .. 030), approximately 80 -squar~ feet, paid for as Bid-00442 under Unit 2 "Water in Quail Ridge". · 75. PAY ITEM -PAVEMENT-2 INCH-SURFACE MILLING -INSTALL (BID-00448): After all storm drain, sanitary sewer and ·water lines have been installed, all of the asphalt pavement, exclusive of Quail Ridge, and any and all concrete pavement, valley gutters or curb and gutters shall be milled to a depth of 2 inches. the "millings" shall be removed from the project each day and shall becoine property of the contractors . . 76. PAY ITEM··.;,. PAVEMENT-2 INCH-SURFACE' COURSE~TYPE D MIX -INSTALL (BID- 00447): Upon completion -of all work within the streets, and ·after the milling, all of the asphalt streets disturbeq by ~onstruction, except .Quail _Ridge Street, shall re·ceive a .2 inch overlay of HMAC Surface Course, Type 0 , meeting the requirements of Item 312, "Hot Mix Asphaltic Concrete", o.f the City of Fort Wbrth Standard Specifications. Tt,e existing "Speed Cushion" in Skylake Drive, located at approximately Station 28+90, shall be removed prior to the street milling · and replaced in accordance with the detail "Speed Cushions" in this contract booklet. The Material ~hall oe Type .D Surface Mix HMAC. This ~erk is incidental to Type D Surface Mix Asphalt. · 77. PAY ITEM -TOP SOIL -INSTALL (BID-00.147): The propos~d quantities shown are · calculated to proviqe 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 eith~r not available 6n the job or cannot .reasonably be stored on-site. Payment will be made on the b~sis 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 list~d. 78. PAY ITEM -GRASS SEEDING -INSTALL (BID-00135): DESCRIPTION: "Seeding" will .. · consist cif preparing ground, providing and planting seed or a mixture of seed of the kind City of Fort Worth, Texas Special Provisions For Street and Stonn Drain Improvements PMO Release Date: 07/28/2010 Page SP-35 of 55 1 . SPECIA(PROVISIQNS FOR .. . .STRl;ET AND .$TOffM ·D.RAIN ll\llP;ROVEMENTS specified along and . a9ross sue~ areas· as may be designatec;I on the . Drawings ·and in . accordance with these Specifications.. . -. · · . . · · . MA TE RIALS·: ··a. Gen~ral.. All seed . used must carry ~ Texas_ Testing Seed la~el -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 previou~ season's crop a_nd the dab~. · of analysis shown on each t~g shall be withih nine (9) months of tir.ne of del_ivery to the project. Each vari'ety 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 .pe.rcentages of Purity and germination: · · Common Name .. : .' .. Common Bermuda Grass . · AnhU.!:11 Rye Grass . . Tall Fescue Western Wheatgrass Buffalo Grass Varieties Top Gu~ Cody · Purify · --95% g·s% . 95%.· 95% 95%. 95% ... Germination 90~1a"- 95% 90%·, 90% 90% 90%_ . _ . . Table 120.2.(2)a. · . . .. URBAN _AREAWARM-SEASON SEEDING RATE (lbs.); Pure Live Seed .(PLS) Dates· i=eb 1 to May 1·· · Mixture for Clay or Tight Soils (Eastern Sections) 'Bermudag'rass 40 · · · i3uffalograss 60 (Western Sections) Buffalograss 80 Berniudagrass 20 Total: 100 Total: 100 Mixture for . Saridy Soils (All Sections) Bermudagrass 60 s ·u·ffal~grass 40 Total: 100 . . . Table,120.2.(2)b . TEMPORARY COOL-SEASON SEEDiNG RA TE; (lb .) Pure Live Seed (PLS) . ·. . . . . . Dates Aug 15 .to May1 (All Sections) Tall Fescue . . We~tern Whe.atgrass Annual Rye · Totai: 50 . 50 ·so . 100 CONSTRUCTION METHODS: After the design~ted areas h~ye been completed to the lines, grades, and cross:..section~ shown on the · Drawings .-and as prov~d~<;I _ for .. ir:i other . items of this Contract, seeding of the type specified sliall be performed in accordance with the requirements hereinafter described. · City of Fort Worth , Texas Special Provisions For Street and Stonn Dra in Improvements PMO Release Date : 07/28/2010 Page SP-36 of 55 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPRPVEMENTS .. a. Watering .. Seeded areas shali be watered as directed by the Engineer·so as to prevent washing of the slopes or dislodgment of the seed. ' . b. Finishing. Wher!3 applicable, the shoulders, slopes, and ditches shall be smoothed after seed bed preparation hf;IS been completed and shaped to c9nform to the cross- section previously provided and existing at the time planting operations were begun. BROADCAST SEEDING: The ·seed or seed ·mix:ture in the quantity specified shall be uniformly ·distributed over the areas shown on the Drawings and where directed. If the sowing of seed is by hand, rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer shall be distributed . at the same time provided the specified uniform rate of application for both is obtained. ·~Finishing" as specified in Section 0-45, Construction Methods, is not applicable since no seed bed preparation is required: · DISCED SEEDING: Soil over tne area shown on the Dra~ings 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 sdl,!Ving of seed is by hand rather than by mechan·ical methods, seed · shall be raked or harrowed into the son to a depth of approximately one-eight (1/8) inch. The planted area shall be rolled with a corru·gated rolle~ of the "Cultipacker" type. All rolling of the slope areas ~hall be on the contour. · ASPHALT · MULCH SEEDING: The soil over the area shpwn on the Drawings, or as directed to be seeded, shall be loosen~d to · the minimum depth of three (3) inches ~nd all particles in the seed bed shall b.e reduced toles~ than one (1) i'nch in d_iameter, or they shall be remoyed! . The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, _Constructio_n Methods. Water shall then be applied to the cultivated area of the seed bed .until a minimum : <;lepth · of six (6) inches is thoroughly moistened. . . · . . After th';) w;atering, when ~he ground has become sufficiently dry to ·be loose and .pliable, -·the seed,,or seed mixture specifi~d;· shall then be planted at the rate required aod the appiication shall . be made uniformly. . If the sowing qf seed is by hand, . rather than mechanical methods, 'the seed shall be sown in two directions at right angles to each . other. Se~d .and . fertilizer . may be distributed · at the same -tim~.: provided ·the specified uniform rate of application for both is obtained. · After plaiit!ng, the ~eed shall be raked or harrowed into tt1e· soil to a depth. of approximately one-quarter (1/4) inch. The planted surface area anti giving a smooth si.irface without ruts or tracks. In between "the time compacting is completed and the asphalt is applied, tlie planted area shall be watered sufficiently. to assure uniform moisture ·from the surface to a minimum of six. (6) inches in dept_h. · · The application of asphalt shall follow the last Vl(atering ~s rapidly as possible.. Asphalt shall be of. the type and grade as shown on ·the· .Drawings and shall ccmform to the requirements of the item 300, "Asphalts,..-Oils and Emulsions". If the type of ~sphalt to be City of Fort Worth, Texas . Special Provisions For Street and Stenn Drain Improvements PMO Release Date: 07/28/2010 Page SP-37 of 55 . used i$ not ·shown on the Drawings, o.r if Drawings are not i.ncluded, then .MS-2 shall be used. Applications of the a~phalt shall be at .a ·rate of three-tenths (Q.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 finisl:led surface shall be comparati~ely smootn. . . . .. : RE-SEEDING OF . AREAS PLANTED WITH COOL SEA$0NS SPECIES: Areas where temporary cool season .species have been planted may be replanted beginning February .1 with w,mn season _$pecies as .lhi;t~o in. Table 120,2(2)a: The r:e-$~eding wm J:>e a.ctiieved in the following manner. The cool season species shall be mowed dpwn to a height c;,f 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 impleme~t which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer ~~-.. . :4. HYDROMULCH $EEDING: If hydro mulch seeding is provided, seed mix shall have 95%.pµrity of Bermuda grass and have a germination rate of 90% .. Contractor shall ensure that the grass establishes. · · . . 5. CONSTRUCTION WITHIN PARKAREAS . . · TURF RESTORATION OF PARK AREAS: FERTILIZER . . . DESCRIPTION:· "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on ·the Drawl11gs and in accordance with these ·_Specifications. MATERIALS:· All fertilizer used ~hall be delivered .in b?gs or .containers -clearly labeled showing the analysis. The fertilizer_ h, subject to testing by the City of Fort Worth in accordance with ·the Texas · Fertilizer·~aw. A _pelleted '~r 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, phosphori,c;: acid, and potash nutrients respectively as determined by the .. mf:!thods of the Association · of Official Ag~icultural Chemists. · In the event it is necessary to substitute a fertilizer · of a different an.alysis, . it shall be a pelleted or granulated fertilizer with a lower concentratipn .. total amoµn, of nutrients furnished and applied per acre shall equal or exceed 'th?t specified for each nutrient.· · CONSTRUCTION METHODS: When an item for fertiiizer is indu_<:f~.<:f i_n t~e Drav.dngs and · proposal, pelleted or granulated fertilizer · sh~ll . be applied uniformly over the · area specified to be fertilized and in the mann~r. . directed for the . particular item of work .. · Fertilizer shall be dry and in good physical condition.. Fertilizer that. is powdered to caked will !:>.e rejected. . Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on th.e Drawings, fertilizer shall be applieo uniformly at the average rate of three hundred (30.0) p·ounds per acre fofall types of "Sodding,, and four hundred (400) pounds per acre for all types· of."Seeding". City of Fort Worth, Texas Spacial Provisions For· Street and Storm Drain Improvements PMO Release Date: 07/28/2010 · Page SP-38 of 55 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEM~NTS MEASUREMENT: Topsoil secured from borrow sources will be measured by the cubic . 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 square yard, complete in place.· ·· Acceptable material for "Sodding" will be. measured by the square yard, complete in place. · · Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or ~eeding. . 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 ~irectly. · "Spot sodding" or "block sodding" as the cas~ ·rriay 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 comp~nsation for furnishing and placing ·alf 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 accord~nQe with the Drawings and these Specifications. · . The work .performed and materials furnished and measured as . provided under "Measurement" shall be paid for at the (mit price for "Seeding"; or "Sodding'', of the type specified, as the case may be, which ·price shall each be fun compensation for furnishing all m.aterials and for performing all operations necessary to complete· t~e work accepted as follows: · -Fertilizer material and application will not be . measured or paid for directly, but is conside~ed _ subsidiary to Sodding and Seeding. 79. PAY ITEM..:. GRASS SOD -INSTALL (BID.:.00137): DESCRIPTION: Sodding will · consist of ·turnishing· ·and planting Bermuda, Buffa.lo or: St Augustine grass in ·the areas between the C!Jrbs 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. Re·commended 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 gras~ 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 City of Fort Worth, Texas . Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-39 of 55 .-SPECIAL P.ROVISIONS .FOR STRl:ETAND STORM DRAIN IMPROVEM~NTS shall have a healthy, virile root system of dense, thickly matted roots throughout a one (1) inc.h minimum thickness of native soil attached to the -rpots·. The sod shall be free from obnoxious 'weeds or other grasses and shaH not contaJn any matter deleterious to its growth _or which might affect its su~sistence or hardiness when · .transplanted. Sod to be -p_laceq 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 soi.I c,n the -roots :Of the sod during the process of excavating, hauling, and planting. Sod material shall be kept moist from tlie time it is dug until planted. When so directed by the Engineer, the sod existing at the· source shall be watered to the extent required prior to ·excavating. Sod materi~I shall be planted within three days after it is excavated. CONSTRUCTION METHODS: After.the designated areas have been completed to the lines, grades, and. cross-sections shown ori thE;t Drawings · and as pr9yided for in other . items of the contract, sodding of the :type specifieq shall be p~rformed . ii:i c;1ccordance with the requirements hereinafter d!:)scribed. Sodding s~all be either "spot" or "blq_ck"; either ~ermuda, Buffalo or St. Augustine grass. a .. ·. Spot $adding Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the dimensions shown on the Drawi,ngs, shall be opened on areas to be sodded. In all furrows, .sod approximately three (3) inchef? squijre shall be placed on twelve (12) . inch · centers ~t proper depth so that the top of the sod .shall not be more tha.n one-half · (1/2) inch below the finis;h~d . gra.de. Holes of equivalent depth ar:td 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 roil er develop.ing · fifteen { 15) to twenty-five (25) pounds per square inch compression. Hand tamping may be requi~~d .on terraces. b. Block Sodding. At locations on· the Drawings or where directed, sod blocks shall be car~fully 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 sod.d_ing shall be filled with · additional sod and tamped; · The entire sodded area shall be rolled and tamped .to form a thoroughly cqmpact solid mass. Surfaces of block sod, which,· in the opinion of the Engineer,· may slide due to th~ height or slope of the surface or na,ure of the soil, . shall, upon direction of the Engine.er, be pegged V¥ith wooden pegs driven t~rough the · sod block to the firm earth, sufficiently close to hold the block sod firmly ii"! plac~. · When -necessary, the sodded a(eas 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 beg1,m. 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. City of FortWorth, Texas Special Provisions For Street and Stenn Drain Improvements PMO Release Date: 07/28/2010 · Page SP-40' of 55 · . SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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 acoe.ptance of the project by the City of-Fort Worth. 80. PAY ITEM -EROSION CONTROL MATTRESS -INSTALL 811 GABION MATTRESS (BID-00068) EROSION CONTROL: MATTRESS -· INSTALL, TURF REINFORCEMENT ·· .. MAT '(ENKAMAT 7020 OR APPROVED EQUAL) .(BID-0'0068): At approximately Station 14+50'. on ·the "Proposed Drainage Channel", approximately 80 square yards· of gabion mattress shall be placed at the end of a steep · grade iri' the· channel, to reduce channel . bottom erosion. The "mattress" shall be 8" in thickness, shall have "Twistec;I Wire Mesh" and shall be placed in accordance with manufacturer's specifications and the North Central Texas Public W<;>rks Construction Standards, Item 803.2, Gabion .Structures, paid for ·as a Lump Sum for the installation. ·. : . Near .Station 16+00 and Station 19+00 of the "Proposed Drainage Channel", . approximately 330 square yards of Turf Reinforcement -Mat (E,-ikamat 7020, or approved equal) will be used to' help stabilize the area and to. reduce ~rosion around six Drop. Inlets. The · Enkamat ·shall be · installed ·in · accordance · with the manufacturer's . specifications and .requirements, and all of thes19 locations shall be paid for as one lump sum..... · · · ·· · · · · · . ' . . . . . . 81'. PAY ITEM~ RETAINING WALL -INSTALL {BID-00411): This item will consist of placing small retaining walls in locaµons ' and . at heig~ts determined by the ENGINEER in the field. All applicable section of City of Fort Worth .Standard Specification item 518 shall apply and the walls shall be paid for by the cubic yard. All existing brick · and/or stone retaining walls not significantly impacted by proposed grade changes will be protected. -Replacement of damaged retaining walls riot impacted by proposed grade changes will ~e at the ·expense of the Contractor. ·. All disturbed areas behind the retaining walls shall be .covered with sod of "in-kind" . grasses (paid for in square yards). · · · · · 82. PAY ITEM -RETAINING WALL-MODULAR -INSTALL, STACKABLE ·STONE (BID- 00413): Contractor shall construct 50 square feet of retaining wall with 'pavesfone "anchot · diamond straight'', or approved equal, .12"x6" stackable retain!ng . wall stones, similar ·in shape and height as existing retaining wall . Contractor shall take pictures before removing existing wall to insure new wall very ·closely resembles the existing wall. The wall shall extend in height to(+/-) one inch of existing grad.a. The disturbed area behind the retaining . wall shall be covered with . sod, of "ih-kind" grasses (paid for in square yards). The "Stackable Stone" retaining wall shall · be paid for by square feei of ''front . face". 83. NON PAY ITEM-PAVEMENT-SILICONE JOINT SEALANT City of Fort Worth, Texas · . CITY OF FORT. WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS o ·EPARTMENT SPECIFICATION . . . tor SILICONE JOINT SEALING Special Provisions For S.lreet and Storm Drain lmprovenients PMO Release Date: 07/28/2010 Page SP-41 of 5~ .. SPECfAL .P.ROVlSIO~S FOR . ST~.EET.AND -$TORM :DAAIN IMPROVEMEl',ITS ·· 1. SCOPE ... (Revislqn 1, Octob~r 18;·1989) (Revision 2, ~ay .. 12, 1994) . T~is specification.' for silicone joint .sealing Portland Cemen_t poncrete . pavement and . curb~),hall super~e.de Item . 314.2..; (11 ):-'.'Joint Sealirigd'y1aterials" .QL:.:$TANDARD .... ·.: .·. : . · :S.P:J;.CJ.f:lC~JJQN§J~JJR.$TRI;J;T AND .:§J0.8M . D.RAIN. ·coNSTR.t:J,CTlQN 7 .CITY OF .·. FORT WORTH, a~d)tein 2.210 "~oint. S_ealing" ofSTANOARD. SPECI.FICATIONS FOR PUet1p .. 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 modifi~~ by t~e test . requirem.ents ... qf this · specification; . Before the inst~llatio.n of the joint ~ealant, the .~qi:itractpr shall furnish . the ENGINEl;R..: certific~tion _by ~n. .. indepe1Jderit test!ng lai:>ora~ory that the silicone joint sealant meet .these requ_iremeilts. . ... . 2 .2 The manufacturer of the. silicone joint sealant sh~i, have a mihimtini "tw9-year demonstrated, documented successful field performance with · Portland Cemen~ .. Concr~te. pave'Tle.nt .. ,.sili.qG>ne joint seal~nt .. i;;ysterns.-. V~~i~able documentation shall' be submitted to the ENGINEER. .. Acetic· .acid ct.ire se~lant~ shall not b~ ·ac:c:!;!pted. The sili<;:one sealant ·shall b~ cold appliecf. 2.3 Self-Leveling Silicone Joint Sealant The joint sealant shall be Dow Corning 89.0-SL self-leveling silicone joint sealant .as manufactured by Dow Corning Corporation,· .Midlanq, Ml 48686- 0994, or an approved equal .. · . Test Method AS SUPPLIED . **** · MIL~S-8802 ASTM D 1475 · **** **** **** ASCURED- ASTM D 412, Die ASTM D 3583 {Sect. 14 Mod.) ASTM C 719 Self-Leveling Silicone :Joint Sealant Non Volatile Content, % min. . Extrusion Rate, grams/minute · Specific Gravity Skin;.Qver Time, !Jlinutes max. Cure Time, days Fuil Adhesion, days Mod. Elongation, % min. Modulus ·@ 150% Elongation, psi max. Movement, 10 cycles ·@ +.100/-50% City of Fort Worth, Texas Specia l Provisions For Street and Storm Drain lmprovemerits PMO Release Date: 07/28/2010 Page SP-42 of 55 Requirement · · 96 to 99 275 to 550 1.206 to 1 ;340 60 14 to 21 14 to 21-' 1400 9 No Failure SPEC.IAL PROVISIONS FOR . STREET AND STORM DRAIN IMPROVEMENTS ASTM D3583 (Sect. 14 Mod.) ASTM 03583 (Sect. 14 Mod.) Adhesion to Concrete, % Elongation min. Adhesion to Asphalt, % Elongation min. 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 a·nd breaker tape shall be installed in the saw--cut joint to prevent the joii:it 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 "Con.struction Detail" sheet or as ·directed by the ENGINEER within 12 hours of . the pav~ment placement. (Note that for the "dummy'' joints, the initial 1/4 inch width "green" saw-cut and the "res~rvoir" 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 mlniniuin pf 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 4.1 All necessary equipment shall be furnish.ad by the Contractor. The -Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the ENGINEER prior to tlie beginning of t~e work. The minimum requirements for construction equipment shall be as foilovirs: · 4.2 Cpncrete Saw: The sawing equipment shall be adequate in size and power to complete the joint sawing to : the required dimensions. · · 4.3 -High Pressure Wate_r Pump: The high pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush th.e conqrete slurry from the saw-cut joint. 4.4 Air Compressors:.The delive~e.d corripressed 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. · City of Fort Worth, Texas Spe,c;lal Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-43 of 55 SPECIAL PROVISIQNS FOR . : STff~ET AND STORM DRAIN IMP~OVEMENTS 4.6 Injection Tool: This mechanical ·device shall .apply the sealant uniformly into the joint. .. 4. 7 Sandblaster; The . d~sign sh.all be for commercial use with air compressors as _specified in Paragraph 5.4. 4.8 . B~cker"~od ~oiler and Tooling 1.ri_;trurnent: The'se devices shall be clean ·and . . : ...... free . of. contamination .. They sliaifbe compatible.with the join d(;lpth: and width requirefrnents: . . ' . .. 9·. CONSTRUCTION METHODS 5.1 General: The joint reservoir saw cutting, cleaning, bond breaker installation, and joint sealant placement sh~II be performed in a continuous sequence of operations 5.2 Sawing Joints: The joint~ S~?til be saw .. _cut to t~~-wi.dth and depth a~ shown on . the "Construction Detail" she.et. The faces of the joints shall be· uniform in widt~ and depth along tl)e . f~ll length of the joint. · · 5.3 Cleanl~g Joints: lminedi~teiy after· sawi~g, the resulting concrete slurry shall be ,completely removed from the joint ang adjacent area by flushing with high pressure water. Thewaterfiush.ing .stiall be done in one-direction to prevent joint contamination. . . . . . . VVhen _.th~ Contractor elects to saw the joirit by the :9ry .ml9thod; flu~hing the · jc;>intwith high presi;ure water may be deleted. Thij :d.ust r~si.Jltlng from the sawing shall be removed from thejoint 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 of45 degrees. and at a ~istance c;>folie to two inc.hes .from the face . of the joint. Both joint faces shall be. sandblasted. in separate, one directional passes. Upon the termination of the sandblasting, thejoints shall be blown..:out using compressed air. The blow tube s~all fit. into the joints. · . . .. The blown°joint .~hall be checked for residual d_ust o'r other contamination.· If. any dust or contamination is found, the' sandblasting and blowing shall be r~peated until tne joint is cleaned. Solvents will not be permitted to remove stain·s and contamination. fmm~diately upon cleaning, the bond breaker ~nd s'ealant shall be placed in . the joint. Open, c.leaned joints shall not be left un~ealed overnight. . . Bor:id BreaKer Rod and Tape:.·The bond breake.r rod arid tape shall be installed in the cle·aned joint prior to the application of t~e joint sealant in a manner that will produce the required dimensions. 5.4 Joint Sealant: Upon placement of the bond breaker rod ar:i·d tape, the joint sealan.t shall be applied using the mechanical injection tool. The joint sealant City of Fort Worth , Texas Special Provisions For Street and Stenn Drain Improvements PMO.Release Date: 07/28/2010 Paga SP-44 of 55 SPECIAL .PROVISIONS FOR , . ST~EET AND STORM DRAIN IMPROVEMENTS . . 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. · · Tt:ie pavement surface shall present a clean final condition. Traffic shall not be allow~d 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 qemonstrate to the Contractor and the ENGINEERthe = 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 seal.!ng materials. The manufactur~r shall agree to provide any replacement material free of charge to t_he City. Also, th~ 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 accept~mce of the completed work by the ENGINEER: . 7. BASIS OF PAYMENT All costs a:5sociated with concrete joint sealant shall be subsidiary to the concrete item and no other compensation will be provided. 84 .. NON~PAY ITEM -ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT: The concrete pavement acceptance polk:~ shall be · as· follows: A. Penalty for Deficient Pavement Thickness. There shall be no acceptance of deficient pavement thickness other than the tolerances specified below. .· . · 1.-P.avemeilt thickness defi9iency up to 0.25-i_nch will be considered as satisfactory and the contract. unit price will. be used for payment if the averag~ thickness ·within the. 'project meets or exceeds the · specified designed thickness. 2. Deficiencies of. greater than 0.25-irich .shall be . removed · and . replaced with pavement of plan thickness at contractor's entire exp~nse. B. Cracked Concrete Acceptance P_olicy. · If cracks exist in concrete pavement upon completion ·of the project, the Project Inspector shall niake a determination as. to · the need for action to address· the cracking as to its cause and recommended remedial work. If the recommended remedial work is routing and se.aling of the cracks to protect the subgrade, the Inspector shall make .the · City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-45 of 55 . .SPEC.IAL .-PROVISIONS FOR STREET AND $JORM ·DRAJN lM~ftOVEMENTS d~termination as to -whether to rout and s~al the cracks at the tim~ ... of final inspection and ,·.acceptance or ·at any. time · prior to the end of the project . mainteriance period. .The Contractor shall perform the routing and sealing work as directed by the Project Inspector, at no cost to the City, regardle~s of the cause of t~e era.eking . . If remedial work beyond routing and sealing is determined to b~ rJ~Cl3.SSary, the lnspe(?tor and the Contractor will attempt to agree on the cause of the cracking. : If agreement is reached that the .. cracking is due to .deficient ·materials . or workmc!.ns.hip, the Contractor shall perfornf the remedial work at. no cost to the· City. -Remedial work in this case shall be limited to removing and replacing the · deficient work with new material and workmanship that meets the requirements of the contract. · If ren:iedial ·work beyond routing and ·sealing is d~terrr'lined to be · necessary, and the Inspector and the Contractor agree that ~he :caose of the cracking is not,deficient materials · or workmanship, the City may request the Contractor to provide an ·estimate of the cost of . the necessary remedial work and/or a<;fdi~ional work to ad~ress th~ caui:;e of the cracking,. and the Contractor will perform that work at the agreed-upon price if the City elects to do so. If remedial work is necessary, and the Inspector and the Contractc;:,r cannot agree on the cause of the cracking, the City may hire an independent geotec:hnical engineer to perform tes~ing ~nd analysis to determine the cause of the cracking. The contractor will escrow 50% of the proposed costs of the geotechnic~I ct;>ntract with the City. Tb.e Contractor and · the City shall use the services of.a geotechnical firm acceptable to both parties. . . . . If the geoteclinical engineer detern:iin.es that ·the . primary cause of ttie . cracking is the Contractor's deficient material or workmanship, the remedial work will be, performed at the Contractor's entire expense and the Contractor ,will also reimburse the City for the· balance of the cost of the geotechnical investigation over and above the amount that has previously been escrowed. Remedial work in this case shall be limited to removing and replacing the deficient work with new material and workmanship that meets the requirements of the contract. ' · If the g~otechnical engineer determines that the primary cause of the cracking is not the Cc;mtractor's deficient material or workmanship, .the City will return the escrowed funds to the Contractor. The Contractor, on re.que.st, will· provide th~· City _ an _estimate of th_e costs of the necessary i'em~dial work and/or additional work and will perform the work at the agreed-upon price as directed by the City. · 85. NON-PAY ITEM . -CLEARING AND GRUBBING: All objectio'riable ·item·s within the limits of this project and not otherwise provided · for shall be removed und~r: this item in accordance with Standard Specification Item t02, "Clearing and Grubbing." H6wever, no dired payment will .be made for this iterri and it shall be corisidered inci<;fental to this contract. (See Site Preparation) 86. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL:· All applicable provisions of .Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no d.irect payment will be made for this item and it shall be considered incidental to this contract. · · · · City of fort Worth, Texas . Special Provisions For Street and Stonn Drain Improvements PMO Release Date: 07/28/2010 Page SP-46 of 55 SPECIAL PROVISIONS FOR STREET AND STO~ DRAIN 1'1l'IPROVEMENTS . 87. NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards, shrubs, trees, etc. shall be preserved or restored after completion of the work -to a condition equal or better than existed prior to start of work. By ordinance; the Contractor must obtain a permit from the City Forester before any work (trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys. This permit can be obtainec! by calling the Forestry Office. All tree work shall be _in compliance with pruning standards for Class ·11 Pruning as· described by the National Arborist A!:!sociation. A copy of these standards can be provided by calling the above number. Any damage to public trees ·due to negligence by Jhe Contractor shall be assessed using the curre.nt formula for Shade Tree Evaluation as defined by the International So9iety of Arboriculture. Payment for negligent damage to public trees sh1;1II be ma<;fe to the City of Fort Worth and may Qe 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 tt)e only instance when pruning paint is recommended. · 88. 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 Qf 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 <;febris • Storing exc;:ess material in appropriate and organized manner • Keeping trash of any kind off other properties. · If the ENGINEER does not feel that the jobsite has been kept in an orderly c9ndition, 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. . . . . . 89. NON-PAY ITEM -· PROJECT SCHEDULE: ·Befor~ commencing any work under this contract, the CONTRACTOR shall ·submit to the OWNER a draft detailed baseline construction schedule that meets the requirements described in this specification, showing by Critical Path · Method (CPM) the planned sequence and timing of the Work assoc:;iated with the Contract. All submittals shall be· submitted in PDF format, and . schedule fil~s shall also be submitted in native file .format (i.e. file formats associated with the scheduling . software). The appr9ved scheduling software systems for creating the schedule files are·: · · · . -Primavera (Version 6.1 or later or approved by OWNER) . · ·-Primavera Contractor (Version 6.1 or later or approved by OWNER) -Primaver~ SureTrak (Version 3.x or later or approved by bW~ER} City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 • Page SP-47 of 55 · -:-:· MicrosoftProject'(Version ~903/2007-pr lc!ter orapprov~~ l?Y O.WNl;R) 1.t is · suggested that the CONTRACTOR emp.loy,·oi-retain · the· services · of ~ -qualified Project Scheduler to develop the required schedules.-··. A qualified Project Scheduler would. have the following minimum capabilities an~. experience.· ·. · : a. Experience preparing and ·maintaining detailed . schedules, as well as ,1 year of experience using approved . scheduling software . ,·sy~tems as defined. -in· this . . .. .... specification. . ... :.. .. · ...... : · _ ..... .. .. . : .. . ~ _ .. " . · .: .. b. Knowleci'ge of Critic::al Path i,1ettiod of sched.uling .. and,the ~bility to· ari~lyze schedules to determine duration, resoµrce allocation ; and logic issues. . ' • : ,, ' • • • : • • I c:· Understanding of construction work processes to the extent that a logical critical path method. schedule can -be developed, maintained; and . progressed that accurately . . represents the scope ofworkl>erfom,ed. . 90(a) BASELINE CONSTRUCTION SCHE.DULE: The CONTRACTOR shall develop, ·submit . .a.nd review the draft detaile~ baselin~ construction · schedule yvjth the OWNER to : . .. c:lemolistrate the CONTRACTOR's µnder.stan9ing of the contract . r~quirements and approach for performin_g · the work. The CONTRAqTOR Will pr~p~re the final detailed baseline construction schedule based on OWNER · comments, if any. The · · , .. CONTRACTOR's first (1st) payment appJication will only be process·ed after the det~iled . bas~lirie constructio1'1 schedule has· been submitted by the CONTRACTOR and apcepted . · . . -_by .the OWNER. . . . . . . . The following guidelines shall be adhered to jn preparing ·. the baseline construction schedule. · a .. Milestone dates and final pr9ject completion dates shall _be .developed to conform to the time constraints; sequencing _ requirements, and .completion time . · · b. · The construction progress shall be divided into activities with time durations . no greater than 20 Work dayS!, Fabrication, delivery a·nd . submittal activiti~s are exceptions· to this guideline. · ,: . ; c. Activity. durations shall be in work days and normal holidays and weather conditions over .the duration of the contract shall be accounted for _within -the duration of each activity. ,·. cL The critical path shall be clearly. show~ on the c6nsti1udion schedule. e. Float time is defined as the amount of time between the earliest start date and the late start date using CPM: 'Float tii:ne is a shared and .expiring resource and is not for the exclusive use or benefit ofthe CONTRACTOR o"r OWNER. · · · . f. Thirty days shali be used for submittal review unless otherwise specified. . . . The construction s·chedule ;Shall be divided :i~to. gerieral a9tiviti~s . as · iriaicate~ in the Schedule Guidance Docum·ent and each general . activity shall be broken clown into sub- activities in eriough detail to achieve sub-activities of no· greater than 20 · day~ duration . The Schedule Guidance Document is located ·on Buzzsaw and is hereby made a part of this contract document · by reference for all purposes, the same as if copies verbatim herein. · .· · · · City of Fort Worth , Texas · . . Special Provisions For Street and Stenn Drain Improvements PMO Release Date: 07/2B/201Q Page Sf:'-48 of 55 SPECIAL PROVISIONS FOR STREET AND .. STORM DRAIN IMPROVEMENTS · . . For each general activity, the : construction ·schedule shall identify all trades or subcontracts applicable to the project whose work is represented by activities · that -follow the guidelines of this section. . For each of the trades or subcontracts applicable to the project, the construction ·. schedule shall indjcate the following: .· procurement, construction,· pre-acceptance activities, and events . in their l_ogical .sequence for equipment and materials . Include applicable activities and milestones such as: · 1. Milestone for formal Notice to" Proceed 2. Milestone for Final Completion (?r other completion dates specified in the contract documents · · · 3. Preparation and transmittal of submittals 4. Submittal review periods · 5. Shop fabrication and delivery 6. Erection and installation 7. Transmittal of manufacturer's operation and maintenance instructions 8. lnsta,lled equipment and material'testing · · · 9. . Owner's operator-instructions (if applicab.le) 10. F_inal inspection · · · · 11. Operational testing J, 90(b) . PROGRESS CONSTRUCTION SCHEDULE: . The . CONTRACTQR · shall prepar~ and . submit monthly-fo the OWNER for approval the updated schedule in accordance with Section 81 and 82 and the OWNER's Schedule Guidance · Document inclusive. As the Work progresses, the .CONiRACTOR shall enter into the· schedule and record actual progre~s ·as describec:1 in the Schedule -Guid~rice Document. . . . : . . . . . ·. The updated schedule submittal shall also include a concise narrative report that highlights the following, if appropriate · arid applicable: , . Changes in the critical path, • Expected -schedule changes, • Potential 9elays, • Opportunities to 'expedite the schedule, . • Coordjnation issues the OWNER .should be ~ware of or ·can assist with, · • Other schedule-related i~sues that the CON"tRACTOR wishes to commu:nicate to the OWNER. ~-! The CONTRACTOR's monthly progress payment applications will not be accepted . · and processed for payment without monthly schedlJle updates, submitted in the tinie and manner r~quired by this specif\cation and the Schedule Guidance Document, arid which . accurately reflects the ~llowable costs due under· the C_ontract Documents and is . accepted by the OWNER.·· · · . . b. · Oniy ·one schedule update will be required per month in accordance with the Schedule Guidance Document and this specification . . c .. Failure to maintain .the Schedule .in an accepted status may ~esult ·in the OWNER . ' withholding payment to· the .CONTRACTOR ·until .the s·che~ule is· accepted.· . · ·· · . 90(c). PERFORMANCE AND CONSTRUCTION .SCHEDULE: If, in .the opinion .. of the . OWNER, work accomplished falls behind that scheduled, the CONTRACTOR shail take such action as necessary to im~rove his progres~. In addition, the OWNER may require City of Fort Worth , Texas · Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 · Page SP-49 of 55 ·. SPECIAL .PRO\/iSiO~s FOR Sl~E~T AND STORM D.RAIN :.MPROVl:MENTS . . the CONTRACTOR. to submit a revised .. sche~ule demonstrating hi~·. ,program and · . · propos(;!d plan .to mak~ up -lag in schedµle progress and · to ensure completion of the . · Work within the allotted Contract time. . . . . Fail_urei of the · CONTRACTOR to comply with _.-these requirem!3nts. shall b~. cons,idered grounds for determination _ by the OWNER th?tt th~ CONTRACTOR is failing to e~ecute · . .the Work with dµe diligence as will ensµre completion within the time specified · in the Contract. .. . . ...... _" · . . . ·. __ _ · 91 .. SCHEDULE TIERS SP.ECIAL IN.STRUCTIONS: ihe requirements for the schedule are determined based on the nature and needs of the _project: The. schedule for all projects shall be Tier 3 unless otherwise stated in the ·contract documents. The requirements for each Tier are described ·below. CONTRACTOR shall submit each schedule relying on the Scl:ledule Guidance Document provided in the Contract Docuri:lents. . TIER 3 COST .LOADING s ·PECIAL INSTRUCTiONS:·. . . , . . .. : ._ . 1. At a minimum, each Activity Bre~kdpwn Struc~ure (ABS) in the scheduling .software shall be cost-loaded with the total contract dollars associated with the respective ABS elements. TIER 4 COST LOADING SPECIAL INSTRUCTIONS: . 1. 'Ad _nere to all Tier 3 reciufreim~nts, and additionally the .. follow.ing: . . · i . . . . . . . . . . . ·. '; . . •· 2. Work (Schedule of Values Pay Items u_sing. the OWNER;s standard it!:)ms) shall be l~_aded into the scheduling software ·using the "NON'..LABOR" resource type showing the q·uantity .of work to be done along with the . corresponding yalue of the work measured in dollars. It is intended that Earned Value will be calculated as the schedule resoµrces are progressed. TIER 5 COST LOADING SPECIAL INSTRUCTIONS: 1. Adhere to all Tier 4 requirements ~ and additiona!IY the fpllowlng: . . . . ' .. • Labor resource~ (Man-Hours)' shall be loaded into the scheduling · software using the "LABOR;': resource type with man.,liours and without cost. 92·; NON-PAY ITEM -NOTIFICATION OF RES'IDENTS: In order'to cut down on the number of complaints from residents due to . the ~~st ·gen!3rated when saw-cutting joints in concrete pavement, the Contractor shall · notify residents, in writing, at least 4a hours in advance of saw-cutting joints during tlie construction of paving projects. · · All costs ·involved with providing such written notice shall be considered subsidiary to this contract. · · · · 93 .. NON-PAY ITEM,. PUBLIC N01IFICATION PRIOR TO BEGINNiNG CONSTRUCTION: Prior to beginning construction on any block in th~ project, the Contractor shall, on a block by block basis, prepare and deliver a notic~ or flyer of the pending construction to the front door of each residence or business th~t will be impacted by construction. The notice shall be prepared as follows: . . . City of Fort Worth, Texas · Special Provisions For Street and Stonn Drain Improvements PMO Release·oate: 07/28/2010 Page SP-50 of 55 · SPECIAL PROVISIONS FOR STREET AND ·sTORM DRAIN IMPROVEMENTS The notification notice or flyer .shall be posted seven (7) days prior to beginning any construction a9tivity on each block in the project arl3a. The :flyer shall be prepa_red on the Contractor's letterhead and shall include the following information: Name of Project, Gity . Project 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 inspe"Ctor and his phone number a·nd 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 pr9je·ct to the inspector. In addition, a copy of the flyer shall be · delivered to the City ln~pector for his review prior to being distributed. The Contractor will not be allowed to begin construction on any blcick until the fly~r is delivered to all residents of the block. An electronic version of the sample flyer can be obtained from the construction office. All work involved with the pre-construction notification flyer shall be considered subsidiary to the contract price .and rio additional compens_ation shall be made. · 94. NON-PAY ITEM -PRE-CONSTRUCTION NEIGi-lBORHOOD MEETING:·After the pre- construction conference has been held but before construction is allowed to begin on this · · p(oject ~ public .meeting will -be held at a location to be '.determined by the ENGINEER. · · The Cohtr.actor, inspector, and .project manager shall meet with all affected residents and pre~ent the projected schedule, including · construction start date; and answer any construction related questioAs. Every effort will be made to schedule the neighborhood . meeting within the· two weel<s following .the pre-construction conference but in no case will cons~ruction be· allowed to begin until this ~eeting is h~ld. · · 95. NON-PAY -ITEM -WASHED ROCK: All washed rock used for embedrneht or backfill or · as otl)erwise direct~d by the ENGINEER shall w~shed, crushed stone an~ shall meet the following gradation and abrasion: (Actual washing n·ot 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. . . . ·. > . . . . . . . ·.· 96. NON:..PAY ITEM ~-SAWCUT OF. EXISTING CONCRETE:· Wh~n · existing concrete or · H.M.,Ac.· is cut, such cuts shall be maderwith a copcrete 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 ~f the respeptive item. · 97\ NON PAY ITEM ....:. LOCATION AND EXPOSURE OF. MANHOLES AND WATER VALVES:· The Contractor shall be · responsible for"tocating and marking all previously exposed man.holes and water valves . in each street of this contract before repaving commences · for · a particular street. City of Fort Worth, Texas. Special Provisions For Street and Stenn Drain Improvements PMO Release Date: 07/28/2010 Page SP-51 of 55 ·.SPECIAL PROVISIONS FOR STREET AND. STORM DRAIN IMPROVEMENT$ · The -Contractor shall attempt to .include the ·-.E°NGINEER (if . he is .avail.able) in the · observation and marking activity. In any· event. ·a street shall be completely marked a ·m_inimum to two (2) working days before repaving begins on . any ·street.-.· -Marking the curbs . · with paint. . is a · · recommended · procedure. ' It shall be .t~e Contractors . responsibility .to notify the ut!lity .companies that he has · commenced work on the project. As the repaving -is completed ·(within.the same day) the Contractor shall locate the covered manholes and valves arid expose them for later adjustment. Upon completion of a street the Contractor shall notify the · utilities of this . completion · and indicate that start of ~he next one in order for the utilities to. adjust facilities accordingly. . . The Contractor shall be responsible for all materials,. equipment and ·labor to perform a most accurate job and all costs to the Contractor shall be figured subsidiary to this contract. 98. NON PAY ITEM -TIE IN ·INTO .STORM DRAIN. STRUCTURE: -The cost for making · lateral tie-ins to the storm drain structure sh~II · be subsidiary to the bid-· price for the respective lines·. . . 9a. NON. PAY ITEM -.SPRINKLER HEAD ADJUSTMENT: The adjustm.ent an~/or relocation of sprin,kler heads encounte(ed shall be paid for under "UTILITY ·ADJUSTME;NT" in the proposal section. · No other compensation will ·be provided. · . . . 100.NON PAY ITEM -FEE FOR . STREET USE PERMITS .AND. -RE-INSPECTIONS: Contractor is required to secure. a Street Use permit, iss.ued by the · City of Fort Worth Transportation and Public Works Permit Center (817-392.:6594) prior to any work in . pu~lic right of way. .Permit .will not be _issued withou~ a traffic control plan sealed and sigm~d by a registered _pr~fessional engineer lice~i;;ed to pr.actic;;e in the State of Texas. Faill:Jre .to acquire the proper permit and permission may. result in a. fine of $500/day to the contractor performing the work. Payment by the contractor for ~II Street Use Permits shall be considered subsidiary to the contract cost and no additional compensation shall be made. 101. NON PAY ITEM -TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DIS1URBEDAREAS LESS THAN 1 ACRE}: · · ·. A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and · water pollution control measures dee.med 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 direqted by the EN~iNEER.and they shcdl not include measures taken by the C_ONTRACTOR 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 llners, · rubble liners, slope drains and ~ther devices. All inlet protection measµres shall be . designed to allow for runoff to freely overflow into the inlet during a flood · ev~nt. B. further, erosion control measures placed in front of inlets, or in channels, drainageways or barrow ditches will be at the risk of the contractor. Contractor City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-52 of 55 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN .IMPROVEMENTS shall remain liable for any damage caused by the measures, including flooding damage which may occur due to blocked drainage: · At the . conclusion of . any proj~ct, all channels, drainageways and barrow ditches in the work zonf:l shall be · dredged of any sediment generat~d by the project or deposi~ed as ci result of as a . result of erosion· control measures. Any ·such dredging must comply with all Federal, State and local regulations. · · . . . . . . C. CONSTRUCTION REQUIREMENTS: The ENGINEER has the authority to define erodible earth and the authority to limit the surface ar~ of erodible-earth· material exposed by preparing right-of-way, clearing and · grubbing, the surface area of erodible-e~rth 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 ~reas 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 devic;:es 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 g_rubbing, 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 ac9o~dance '1Vith the accepted schedule . Should seasonal conditions make s·uch limitations · unrealistic,· temporary soil-erosion-control measures sh~II b~ performed as directed by the ENGINEER. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. . . 1. Frequent fordings of live streams ~ill 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. · · 2. 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 . tpken during the. construction and removal of such barriers to minimize the . muddying of a stream. 3. All waterways shal! be clear~d as soon' as practicable o_f false work, piling, debris or other obstructions placed during construction operations that are not part of the finished work. 4 . The Coniractor 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 City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements f.'MO Release Date: 07/28/2010 Page SP-53 of 55 . : .· ·SP$CIAL PROV1s·19N·S.FPR . ·,STREET At-II) $TORM DRAIN IM~ROVEM~NTS :~o .ai;; to avoid or minimize siltation of strea.ms, .lakes and reservoirs and to . . avoid interference with 'movement of ~igr~tory fish .. ·. . : D. SU BM ITT Ak.: Prior: to the : ~tart of Jhe applicable ·.construction, th~ Contractor shall submit for ~ppr,oval his schedules for accompli$hmeJJ.t _of soil:-:erosion-control work and his plari · to keep the area of -erodibl~-ea~ti . material to a m_inimum. He shall also submit for acceptance his proposed method of soil.:.erosion · control on construction and haul roads and mc::1terial sourc~s and his plan for d_isposal of . vvaste n:iateri_al~., .,N<:> . .WC>(k sti.~11 J:>.~. stcJr:t~<;t u11til J he .s.c>il-:l;lfC>S.iQIJ .~ontrol sch?dules and methods of.operations !'lave been reviewed and approved .by the ENGINEER. . . . . .• •. . E. MEASUREMJ:NT AND PAYMENT:-All work, materials anct equipment necessary · to provide temporary erosion Qontrol shc::l.11 be considered subsidiary _.to the contract and r:i9 ~xtra p~y will be given· for this work. · City of Fort Worth, Texas Special Provisions For Street and Stonn Drain Improvements PMO Release Date: 07/28/2010 Page SP-54 of 55 SPEC~L PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS (To be printed on Contractor's Letterhead} Date: ~-----City No: __ PROJECT N.A~E:· Water/Sanitary Sewer and Pavi.ng/Storm Drain Improvements for: . MAPSCO LOCATION: · -- LIMITS OF CONST.: --------------- Estimated Duration of Con.struction on your Street : __ days THIS IS TO ·INFORM YOU THAT UNDER A ~ONTRACT WITH THE CITY OF FORT WORTH, OUR. COMPANY WILL < REPLACE WATER AND/OR SEWER LINES • RECONS'TRUCT THE STREET> ON OR AROUND YOUR PROPE~TY. 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 ~N WEEKENDS, PLEASE CALL.(817) 392-8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. City of Fort Worth, Texas Special Provlslons·For Street and Stenn Drain Improvements PMO Release Date: 07/28/2010 · Page SP-55 of 55 · Compliance with and Enforcement of Pr~vailing 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 Ch~pter 2258. Such prevailing wage rates are included~ 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 Qr part ·of the day thatthe worker is paid less than the prevailing wage rates stipulated in these contract do~umeilts. This penalty shall be retained by the City to offset its 'administrati~e costs, pursuant to Texas Government Code 2258.023. (c) Complaints of Violations and City Determination ·ofGood Cause~ On receipt of information, including a complaint by a work~r; concerning an alleged violation of2258.023, Texas Government Code, by a contractor or subqontractor, 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. Up.on the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retaip. 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 Requited if Violation Not Resolved. An issue relating toan 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 contr;:tctor 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 tbis 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 &nd binding on all parties and may be enforced in any court of competent jurisdiction. · ( e) Records to be Mairitainecl. · The contt~ctor and ·e~ch su.~contractor' ~hall,· for a period of three (3) years follc;,wing the date of acceptance of the work, maintain records that show (i) the name and occupation of each ,w<;>rker emplc,,yed .by the . contractor iµ,the construction:ofthe wo:i;J.c provided for in-th.is contract;.an4 (ii) the actual per diem wages paid.to each worker. Tb,e records shall l;>e op.e:Q. at all reasonable hours for inspection by ·the City~ The provisions of the Audit section of these contract-documents· shall:·periain to this inspection.·.· ... :.. . . . . .. . ... · (f) Pay Estimates. With each partial payment estimate. or paytoU period, whiqhever . is less, ·the contractor shall submit an affidavit stating that the contractor. has coniplieq with the requirements of Chapter 2258, Texas. Government Code. . . . (g) Posting of Wage Rates. The contractor shall post the prevaili,ng w~ge rates in a .· conspicuous ·place at the sifo of the proje~t at all times., · (h) Subcontractor Compliance, Th~ contractor shall include in its subQo,:itracts and/or sha~ otherwise requir~ all of its subc<;>ntracfors to coinpiy witii'paragraphs (a}througll: (g) above .. ·· ·City of Fort Worth, Texas · M_ayor a·nd Co:~ncil Cofflm ·unicati·on COUNCIL ACTiO~:. Approved on 7/8/2008 DATE: Tuesday, July os,· 2008 i.OG NAME:. 30WAGE RATES SUBJECT: REFERENCE NO.: **G-16190 · Adopt 2008 Prevailing Wage Rates for City-Awarded Pup_lic-Works Projects . . RECOMMENDATION: It is recommended that the City Council adopt the attached 2008 Prevalllng Wage Rates for City-awarded public works projects. · DISCUS~ION: ·Texas Government Code Chapter 2268 requires that a public body ~warding a contract for public works shall determine the ·general prevailing rate of per diem wages for each craft or type of worker n!3e!=fed to execute the contract, and shall specify In the bid documents and in the contract the prevailing wage rates in that locality. · Each year The Quoin Chapter of the Associated General Contractors , In conjunction with the Association of Builders and Contractors (ABC) and the · American Sub-Contractors Association. (ASA), conducts . a wage rate survey for North Texas construction. The attached 2008 Prevailing Wage Rate data was compiled from that survey .· FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that this action will have no material eff~ct_ on City funds. TO Fund/Account/Centers Submitted. for ·City Manager's Office by: Originating Department Head: . . . Additional Information Contact: · FROM Fundf Accourit/Centers Fernando Costa (8476) A. ~ouglas Rademaker {6157) Eric Bundy (7598) . HEAVY & IDGBW AY CONSTRUCTI9N PREVAILING WAGE RATES 2008 Air Tool Operator ASJ>halt Distributor Operator ASJ>halt Paving Machine Operator Asohalt Raker ASJ>halt Shoveler Batching Plant Webther . Broom or Sweeper Qoerator. . BuUdozei' Ooetator -.. Caroenter ... . . .. Concrete Finisher •. Paving Concrete Finisher, Structures Concrete Paving Curbing Machine Operator Concrete Paving Finishing Machine Onerator Concrete Paving Joint .Sealer Operator Concrete paving Saw Operator Concrete Paving Soreader Ooerator Concrete Rubber Crane, ClamsheJJ, Backhoe. Derrick, Dragline, Shovel Ooerator Electrician Fla'1'.g:er Form Builder/Setter, Structures : Form Setter, Paving & Curb Foundation Drill Qpe~tor, Crawler Mounted Foundation ·Drill Operator, Truck Mounted Front End Loader Operator Laborer, Common Laborer, Utility .Mechanic Milline: Machine Operator, Fine Grade Mi~er Operator · Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Oiler Painter, Structures Pavement Markini:t Machine Operator . Pipe layer Reinforcing Steel Setter, Paving Reinforcing St.eel Setter, Structure Roller Operator, Pneumatic, Self-Propelled . Roller Operator, Steel Wheel, Flat WbeeJ/TamPinf! Roller Ooerator, Steel Wheel, PlantMix Pavement Scraper Ooel'ator Servicer Slio Form Machine Operator Spreader Box Operator Tractor Operator, Crawler Type . Tractor Operator, Pneumatic Traveling Mlxer Operator Truck Driver, Lowboy-Float Truck Driver. SinJ1:1e Axle, Heavy Truck Driver, SineJe Axle, Light Truck Driver, Tandem Axle, Semi-Trailer Truck Driver, Transit-Mix Wae:on DriJJ, Borio~ Machine, Post Hole Driller Operator Welder Work Zone Barricade Servicer $10.06 $13.99 $12 .78 ' $11.01 $ 8.80 $14.15 $ 9.88 $13 .22 $12.80 $12.85 $13.27 $12.00 $)3.63 $12 .50 $13.56 $14.50 $10.61 $14.12 $18.12 $ 8.43 $11 .63 $1 ].83 $13.67 $16.30 $12.62 $ 9.18 $10.65 $16;97 $11.83 $11.58 $15.20 $14.SO $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 I Hdy Rate I . . . ,· . . . · .... .. . ,• ' Classification Classification Hrly Rc1te AC Mechanic $21.69 Plumber $20.43 AC Mechanic Heloer $12.00 Plumber Helper $14.90 Acoustical Celling Meehan!,:: $15.24 Reinforcing. Steel Setter $10.00 Bricklayer/Stone Mason $19.12 Roofer $14.00 Bricklayer/Stone Mason Helper $10, 10 RoQfer Helper $10.00 Carpenter $16.23 Sheet Metal Worker $16.96 Carpenter Helper $11.91 Sheet Metal Worker Helper $12.31 Concrete Finisher $13.49 Sprinkler System Installer $18.00 Concrete Form Builder $13.12 . Sprinkler Svstem Installer Helper $9.00 Drywall Mechanic $14.62 Steel Worker Structural $17,43 Drvwall Heloer $10.91 Concrete Pump $20.50 Drywall Tape·r ·s13.oo Crane, Clamsheet, Backhoe, Derrick, D'Line Shovel $17.76 Drywall Taper Helper $9.00 Forklift $12.63 Electrician (Journeyman) $20.20 Front End Loader $10.50 Electrician Helper $14,43 Truck Driver . $14.91 " · Electronic Technician $19.86 Welder $16.06 Electronic Technician Helper · $12.00 Welder Helper $9.75 Floor Laver (Resilient) · $20.00 Floor Layer Helper $13.00 Glazier $18.00 Glazier Helper $13.00 .. Insulator $14.78 Insulator Helper $1'1.25 Laborer Common $10,27 Laborer Skilled $13.18 Lather $16.10 Painter $14.83 Painter Heloer $8.00 Pfpefltter $18.85 PiPefitter Helper $12.83 Plasterer $17.25 Plasterer Helper $12.25 Standard Details WATER MAIN BEHIND CURB E1-17 MATERIAL E2-17 CONSTRUCTION ----.J- 1 t·;; I. · J' ;· SERVICE LINE FO~ 1 · \' r\,. ~ -I ~ Si WATER MAIN ON . ',,: OPPOSITE SIDE ...... . ~~-~] . ~~\:=====-=~~ MATERIAL UST -...::-.... ,_ "~~~ ,:) WATER"'™IN~ . @ STANDARD CORPORAllON · -@ BLUE VINYL TAPE, 3• WIDE, s·· ABOVE GROUND © STANDARD CURB STOP & so· ELBOW @ AREA TO BE BACKFILLED WITH SAND CllY OF FORT WORTH, TEXAS ONE-INCH WATER SERVICE DETAIL DATE: FEB: 2009 WTR-001A E1-17 MATERIAL E2-17 CONSTRUCTION ©· ® MA TERI AL LIST I"" ~lt!Ll::l----:----------::=-----c,.,·J;I: ·--:t::-~=-mm ... . ® BRONZE METER FLANGE IE 10 STANDARD CORPORATION t!..!.!l-,,-=n-r.==r-n:-=n'i.' 31 l.tY · I F-1.11 . IT!= @ FLARE ~ONNECTION . TO CORP,ORATION @ COPPER lUBING (TYPE K). @ FLARE CONNECTION_ & 9~" El.BOW ® ANGLE VALVE (FEMALE I.I', TO FLG.). ·. @ BRON~ METER FLANGE (FLG. TO -M.1.F'.) @ BRONZE METER FLANGE (D_ HORIZONTAL TYPE CHECK VALVE (FEM, I.P; 'rO FEM. 1.P.) EQUAL TO CRANE NO. 20 COMPLETE WllH PIPE PLUG Q). 10 MIL. BLUE VINYL TAPE .3" WIDE, END OF SERVICE TO 6" ABOVE GROUND. CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 1-1/2 & 2-INCH WATER SERVICE DETAIL WTR-0018 PAVEMENT OR OTHER SURFACE MATERIAL NOTE: . DETAIL PERTAINS TO ALL GATE VALVE SIZES 4" THRU 12" OR LARGER, AS DIRECTED. WATER MAIN E1-10 MATERIAL E2..:.10 CONSTRUCTION r-=-, I I ..J..--1... --.-,-.... I I I I I I I I CONCRETE COLLAR PER DETAIL WTR-004 .__-it-----IF . VALVE OPERA TING NUT IS MORE THAN 3'. BELOW PAVEMENT SURF ACE, PROVIDE EXTENSION STEM TO 1' BELOW PAVEMENT SURFACE. (SEE DETAIL WTR-003) ---MCKINLEY IRON AND STEEL Co., NO. YB5 TI-IREE PIECE VALVE BOX OR APPROVED EQUAL. ~--GATE VALVE TORQUE BOLTS PRIOR TO BACKFILL C_ITY OF FORT WORTH, TEXAS DATE: FJ:B. 2009 . . . GATE VALVE AND BOX .... WTR-002 2" r6 SQUARE ··sroci< W/ 1." DIA. HOLE DRILLED THROUGH. 2"r6 SQUARE STOCK W/ 1" DIA. HOLE DRILLED THROUGH. 2'2"!1) TUBING W/ ~" THICK WALL · )a "x45" ·· CHAMFER f 2"~. VARIES 2"~ 4"~ ~J . " . NOTES: 1. 1" ROUND SOLID BAR & 2" SQUARE PER ATSM A-108-81, SAE 1020, COLD DRAWN OR BEITER. 2. 2J2" TU!:JING PER ATSM A-512-79, , SAE 1020, COLD DRAWN OR BEITER. 3. ALL WELDS SHALL COMPLY WITH A.W.S. CODE FOR PROCEDURE, APPEARANCE, AND QUALITY OF WELDS . . CITY OF _ FORT WORTH, TEXAS .DATE: F~~. 2009 VALVE: STEM EXTENSION · .···wt'k-ooa / - COLLAR CONFlGURATION FOR PAVED AREA A L 4000 PSI CONCRETE 8-#4 REBARS TYP. CASE 1 .I ·CASE 2 CASE· 1 COLLAR SHALL EXTEND TO TOP OF 2: 27 CONCRETE (REBAR REQUIRED) CASE 2 COLLAR SHALL BE 811 THICK (REBAR REQUIRED) E1-20, E1-21 MATERIAL E2-20, E2-21 CONSTRUCTION ... 2'-0" SECTION A-A COLLA.R .CONFlGURATION FOR UNPAVED AREA . CD A J = 0 I N 3" TYP. REBAR SHALL BE PLACED 3"· MIN. FROM TOP AND BOTTOM OF CONCRETE COLLAR. fORTWOJIB . asp . CITY OF' FORT WORTH, TEXAS DATE: FEB: 2009 GATE VALVE CONCRETE COL~AR . "E"· NOTE: BEARING AREAS SHOWN ARE BASED ON 150 P:S.I.G TEST PRESSURE AND 3000 P.S.F. · SOIL BEARING VALUJ;. 3000 PSI . CONCRETE- (TYP.) * DIMENSION "X" MAY VARY IF NECESSARY 'TO . PROVIDE .... BEARING AGAINST U_NDl~~RaED TRENCH ,W,ALL . .. .. . . . . . . .. ' TABLE HORIZONTAL BLOCKING PIPE "X" .. 11.25· 22.5· · 45• so· SIZE (FT.) "A" MIN. MAX "B" MIN. MAX "C" MIN. MAX "D" MIN. AREA VOL AREA VOL AREA VOL . AREA 4~ 1.0 0.90 0.80 0.05 0.95. 0.90. 0.05 0.95 .0.90 . 0.05 0.91 0.82 6" 1.5 0.90 0.80 0.05 .0.95 ·o.9o 0.05 1.05 . 1.10 0.05 . . 1.73 1;99 8" .. 1.5 0.9.0 0;80 0.05 0.95 0.90 . 0.05 1·,41 2.00 0.05 . 1~86 3.47 10~ 1.5 .0.90 0.80 0.05 1.26 1.~.o . 0,05 1.79 3.20" .Q.10 2.18 5.62 12" 1.5 ·1.10 1.20 0.05 . 1.48 Z30 0.1Ci 2.14 4.50 0.20 2.83 8.00 1.6" 2.0 , 1.41 2.00 0.10 2;00 ~.00 0.10 2.83 8.00 ·0.40 3.75 14.10 20" 2.0 1.n 3.10 0.20 2.54 ·6.20 0.30 3.f?2 12.40 0.60 · 4.70 z2.oo · .24" 2.0 2.14 · 4.50 0~25 3.00 9.00 0.50 4.25 18.10 o.95·. ~.65 32.00 30" 2.5 2.66 7.10 0.55 · 3._78 14.20 1.00 5.30 28.20 1.75 " 7.05 49.80 36" 2.5 3.33 ,o;oo 0.75 4.50 " 20.40 1.40 "6.36 40.80 2.65 8.50 72.00 42" -3.0 3.72 13.80 1.20 5.25 27.60 2.20 7.41 55.30 4.10 9.90 97.50 48" 3.0 4.38 18.30 1.60 6.0.0 36.00 2.90 8.48 72.00 5.40 11.14 126.50 54" 4.0 4.0 22.50 4.0 6.70 45.00 7.00 9.40 88.00 10.00 13.00 162.00 NOTES: . MAX VOL 0.05 0.05 o_.10 . 0.20 0.30 0.65 1.1"5 ·1.85 3.40 5.10 7.90 10.40 16.00 MINIMUM AREAS SHOWN ARE IN SQUARE FEET. VOLUMES SHOWN ARE IN CUBIC ,YARDS. VERTICAL DIMENSIONS OF ALL BLOCK BEARING AREAS SHALL BE IDENTICAL TO THE HORIZONTAL DIMENSION SHOWN. E1-20 MATERIAL E2-20 CONSTRUCTION . . ',' CITY OF FORT WORTH, TEXAS HORIZONTAL BLOCKING - - - - - - . TEE & PLUG · "E" MIN. MAX AREA VOL 1.16 0.58 0.05 1.19 .. 1.41 0.05 1.57 2.46 0.10 .1.99 3.98 0.15 2.38 5.56 0.20 · 3.16 10.00 0.50 3.94 15.55 0.75 4.76 22.60 1.05 5.91 35.33 2.10 7.20 51.00 2.95 8.30 69.00 4.75 9.50 90.03 6.15 10.70 115.00 12.00 DATE: FEB . 2009 .,;, WTR~oos - CLASS "8" {2500 PSI) CONCRElE #4 STEEL BAR NOlE: KEEP CONCRElE CLEAR OF PIPE JOINTS AND BOLTS WRA_P PIPE WITH 15# ROOFING ·FELT FORM AS NECESSARY 6 ,...... :i 0 a::: ~ .8 :::Ji: <C .ci ...I <C z ~ 10 0 z w a.. a: 12 so· *VOL REQ'D: {C.F.) 39.99 .A (FT.) 2.50 . B (FT.) 4.00 C (FT.) 4.00 *VOL REQ'D. {C.F.) 71.Q9 A (FT.) 2.83 l;3 (FT.) 5.00 C (FT.) 5.00 *VOL REQ'.D. (C.F.) 111.07 A (FT.) 3.25 ·B (FT.) 5.90 C (FT.) 5.90 *VOL REQ'D. (C.F.) 159.94 A (FT.) 4.17 B . (FT.) 6.20 . C {FT.) 6.20 BENDS 45• 22,5· 11,25· 21.64 11.03 . 5.54 1.42 1.00 0.75 3.88 3.36 2.75 3.88 . ·3.36 . 2.75 38.47 . . , 19.61 9.85 1.67 1.50 1.00 4.80 3.66 . . · 3.20 4.80 3.66 3.20 60.11 30.65 15.40 1.92 1.75 1.50 5.60 4.25 3.25 5.60 4.25 3.25 86.56 . 44.13 22.17 2.42 1.42 1.25 6.00 5.54 4.20 6.00 5.54 4.20 *VOLUME CALCULA lED ON THE BASIS OF CONCRElE REACTING E1-20 MATERIAL E,?-20 CONSTRUCTION .b,TWORTH . 916 THRUST ON THE RESPECTIVE BENDS UNDER AN INlERNAL PRESSURE OF 150 PSIG AT THE RATE OF 150 LB. WT. PER. CUBIC FEET OF .CONCRElE. . . . CITY OF FORT WORTH;TEXAS EXAMPLE A VERTICAL TIE-DOWN BLOCK DATE: FEB. 2009 WTR-010 ··NOTE:······· · KEEP CONCRETE CLEAR OF '· PIPE JOINTS AND BOLTS. E1-20 MATERIAL E2-20 CONSTRUCTION ~- . CITY OF FORTWORTH, TEXAS -EXAMPLE B • :i. • . • . #4 BAR STEEL STRAPS IN VARIABLE QUANTITY DEPENDING ON THRUST NOTE: FORM AS NECESSARY 2500# CONCRETE DIMENSIONS . WILL BE SPECIFIED ON PLANS OR DIRECTED BY ENGINEER. DATE: FEB. 2009 VERTICAL TIE-DOWN BLOCK WTR-011 EXISTING SURFACE E1-7 MATERIAL E2-7 CONSTRUCTION G) ® @ © BACKFILL AS APPROPRIATE . @ G) 611 MIN. DIMENSION. 6" MAX. FOR PAY. PURPOSES WHEN . BID PER CUBIC YARD. . ..• 6" MIN. DIMENSION.· MAX. FOR PAY PURPOSES SHALL BE 611 ON ·MAINS 24" AND SMALLER,-9" ON MAINS 30" AND LARGER WHEN 'BID P~R CUBIC YARD. . . . . . . . 4" MIN. 'DIMENSION. 4" MAX. FOR PAY PURPOSES WHEN BID f:'ER C::VBIC YARD. CLASS .'E' (1500 psi) CONCRETE •. CONCRETE ENCASEMENT SHALL STOP 1' EITHER SIDE OF JOINT, AND WHEN ENCASING CONCRETE PRESSURE PIPE, FULL LENGTHS OF PIPE SHALL BE ENCASED, JOINTS EXCLUDED. CITY OF .FORT WORTH, TEXAS CONCRETE -ENCASEMENT .. J . WTR~016 ~:CD ·· ... r EXISTING ~EWER LINE . 1--~-J ----lr--_o PROPOSED WATER MAIN G) VARIABLE TRENCH WIDTH . f:'IPE LENGTH SHALL 1:i"E. MEASURED AS STANDARD TRENCH WIDTH, (REF. E2-2.16), PLUS FOUR FEET (4'). NO JOINTS WILL BE ALLOWED WITHIN THIS DIMENSION . A MINIMUM BEARING OF 24" SHALL BE REQU IRED ON EACH SIDE OF THE TRENCH. . . @ SEWER LINES : LESS THAN TWELVE . INCHES (12") IN DIAMETER SHALL BE REPLACED WITH QLASS 150 CAST IRON PIPE. · THE JOINING Of·.DUCTiLE IRON PIPE WITH ' P,ROTECTOR 401 _INTERIOR COATING A.W.W.A. @ C-900, CONCRETE PIPE OR SDR-26, AS DIRECTEO. BY THE ENGINEER, SHALL BE MADE WITH URETHANE OR NEOPRENE COUPLING .. ASTM c....:425 SERIES 300 STAINLESS . STEEL COMPRESSION STRAPS OR WITH APPROVED ADAPTORS. . . © THE MINIMUM CLEARANCE OF SEWER TO WATER LINES SHALL BE EIGHTEEN INCHES (18"). E1-7 MA TERI AL . E2-;-2 . 9Qf\l?TR.\JCl)ON fo*!~Jm .--~----- CITY OF FORT WORTH, TEXAS . . .. . .SANITARY SEWER P!PE REPLACEMENT . PATE: FEs:· 2009 ·WTR-018 .·. . .... - - - NO. 4 BARS. EACH WAY 3• TYP. 1Ji•· TYP.lr . 7r,-.v""--/J6 GAUGE waDED WIRE MESH, LENGTH OF ENCASEMENT MINUS 3" a ID OUTSIDE D1AME1ER OF BEU. PROPOSED WATER MAIN SECTION A-A . (D VARIABLE TRENCH WIDTH . CLASS 'B' (2500 PSI) REINFORCED CONCRETE SUPPORT Bl:AM AND ENCASEMENT LENGTH SHALL BE ·MEASURED AS THE STANDARD TRENCH WIDTH , (REF. E2-2.16), PLUS FOUR Fm (4'). A MINIMUM BEARING OF 24• ON "UNDISTURBED EARTH SHALL BE REQUIRED ON EACH SIDE OF THE TRENCH. @ CIJ\SS . '8' (2500 PSI) REINFORCED CONCRETE SHALL BE USED IN CONSTRUCTION OF A ·suPPORT BEAM AND ENCASEMENT FOR SEWER LINES TWELVE INCHES (12j DIAMETER AND LARGER. SEWER .. LINES tESS THAN -lWELVE INCHES (12j . DIAMETER, WITH ·EXCEPTION OF SEWER SERVICE LINES, SHALL BE REPLACED BY DUCTl!-E .IRON PIPE OR SOR 26 OR SUPPORTED BY AFO~ENTIONED CONCRETE ENCASEMENT •. SITY OF FORT WO.~TH; TEXAS DATE: FEB. 2009 E1-20 MATERIAL E2-20 CONSTRUC."f!ON . SANITARY SEWER PIPE TRENCH CROSSING WTR-019 .• ... 11 }(;' I 1[283mm] 1 .1 Et i 13 COVER SECTION 12 713" [476mm] BOX SECTION *" LETTERING .. (RECESSED FLUSH) 20· [508mm] I • 16 ~-• I [464mm] 1 • 16 *" . r [425mm] I-21 " · I [533mm] 24• [610mm] BOX SECTION 1 ~·R [R38mm] NOTE: FORT WORTH LOGO .IS OPTIONAL.. . *FOR NON-PAVED AREAS ONLY. CITY OF FORT WORTH, TEXAS . DATE: FEB. 2009 CLASS 'A' STANDARD PLASTIC METER BOX FOR %11 & 1" METERS WTR-026 --~::;::i_-lYPE "C" BACKFILL MINIMUM 6" INITIAL--r.1:::1±.-il."'~~~ SEE SPEC. E1 -2.4 G.C.D. BACKFILL COVER ~a;:;,.bb,!,;:--SAND MATERIAL EMBEDMENT & INITIAL BACKFILL SEE SPEC. E1 -2.3 G.C.D. MINIMUM 6"---1-..i..u::.~~.:.n:. EMBEDMENT WATER: SIZES UP TO AND INCLUDING 12" MINIMUM 12" INITIAL BACKFILL COVER lYPE l'C" · BACKFILL SEE SPEC, E1 -2.4 G .• C.D. FILTER :fABRIC- SUPAC-HEAVY GRADE BNP (UV) OR APPROVED EQUAL MINIMUM 6" ___,...--l=~~~~~~i= CRUSHED STONE SEE SPEC. E1-2.3 EMBEDMENT· G.C.D •. SAND GRADATION • LESS THAN 10% PASSING #200 SIEVE • P.I. = 10 OR LESS CRUSHED STONE GRADATION SIEVE SIZE RETAINED 111 0-10 }f'. 40-75 %" 55-90 #4 90-100 #B 95-100 WATER:· SIZES ··1 s" AND LARGER SANITARY SEWER: .. ALL .SIZES MA TERI AL SPECIFfCATIONS NOTE: SPECIFICATION REFERENCES ARE FOR · WATER AND SANITARY SEWER ONLY. THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON THIS SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF E1-2.4{b) AND E1-2.3 OF THE GENERAL CONTRACT DOCUMENTS AND SPECIFICATIONS FOR WATER DEPARTMENT PROJECTS (G.C.D.) . ALL OTHER PROVISIONS OF TJ::IESE ITEMS SHALL APPLY. . · ·:, CITY bi= FORT WORTH, TEXAS . ·oATE: ~UN!= 2009 .. · WATER AND SANITARY SEWER EMBEDMENT AND BACKFILL DETAILS WTR-029 .,• .. . ' EXISTING COPPER SERVICE LINE NOTE: CONTRACTOR SHALL BE REQUIRED TO COVER METER VAULT WITH . PROTECTIVE .GUARD. ADAPT AS REQUIRED NOTE: EXISTING PRIVATE SERVICE TO HOUSE OR BUILDING. Ml;TER SHALL BE REMOVED BY THE CONTRACTOR . CONNECTION FROM BY-PASS TO PRIVATE SERVICE SHALL BE MADE BY CONTRACTOR. CITY OF FORT WORTH, TEXAS .D,ATE:_F§B, 2009 . TEM.PORARY SERVICE CONNECTION WTR-031 - : .:; 21" BLUE POST CAP w/WARNING LABEL . 1" WIDE BLUE REFLECTIVE TAPE 1" APART STARTING 6" BELOW CAP. 4".~ PVC (WHITE) 4' MIN • ID' . . 'IIOQII OPIMHGi!KaY 'ifi.WB•"@I. .. Qi 'CMB . 'O, IMIRGIIIICff· ........ OMii ,. t817J.~477 (111 .7)4~:f~ . ~~ ... ~ ·.:~~ ,,,.. . ... · . . . ,' ,a~~~,~.e (8.11l;.s92-82M ..... Iii . . . IINllollllP NOTES: ·1·· . 1. MARKERS SHALL NOT BE USED FOR 12" AND SMALLER DIAMETER WATER ... LINES. . 2. Pl:.ACEMENT SHALL BE AT EACH RIGHT-OF-WAY CROSSINGS AND MAJOR UTILITY CROSSINGS AS · DIRECTED BY THE ENGINEER. CITY OF FORT WORTH,.TEXAS .WATER MARKER POLE DATE: APFt 2010 .WTR-034 .,. ..• MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN...a'Q09 WITH "SEWER" CAST IN LID. . ; .. ·. CONCRETE SEE _ __.,_,/ ·STANDARD 4' DIA. M.H •. DETAIL SAN-003 APPLY 2 COATS . OF -BITUMASTIC COATING . l-----3g~Erl~~R----I ---APPLY I TERIOR CORROSON PROTECjflON AS REQUIRED. 5'-0" DI (MIN.) (2'x3' PENING) z ~ 1XJ • I') 4-#4 BARS -------rt.;llliiall:i ..,lliil!ao~iiaWi:ilt-""' ==zli:=== -=1:~r~~~i:;1.: SEE DETAIL SAN;...001 . FOR THE INSTALLATION ' OF STEEL BARS AND ADDITIONAL INF'ORMATiON. . 8" MIN. POUR AGAINST WOODEN FORMS 4000 PSI CONCRETE-'---"" ENCASEMENT NOTE: 4-#4 BARS 8" MIN. E1-14 MATERIAL E2-14 CONSTRUCTION 1. THIS STRUCTURE TO BE USED ONLY WHERE PIPE SIZE IS 39" OR LARGER. CITY OF FORT WORTH, TEXAS STANDARD TYPE · "A" ·ACCESS MANHOLE · D.ATE: Fl;_B. 2009 sAN-002 - USE SDR-26 PIPE TO FIRST JOINT BEHIND LIM.IT OF EXCAVATION 4--................. APPLY INTERIOR CORROSION PROTECTION AS I-REQUIRED. 3" MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN-009 WITH "SEWER" CAST IN LID. . r-¥----H-1-~ -IW.~ ,._._-APPLY 2 COATS OF BITUMASTIC COATING ~ •• ~·"!. ,.,~-·~2·:1 E1-14 MATERIAL E2-14 CONSTRUCTION INSTALL NUTS . AWAY FROM M.H. WALL ON M.J. FITllNG COR-TEN BOLTS 4'~0" G) IF REQUIRED, PROVIDE STUB EXTENSION AT END Of P.E. IN M.H. WALi:. SLOPE 1"/1' TYP. CONCRETE -SEE STANDARD 4' DIA. M.H. DETAIL SAN-003 o..'7\\i------1,&-r-,1,---VERTICAL TO f:i.:-.~~:-.""'l~m~IQ~~~~--...... -L:::-'i 1 % POINT OF PIPE ~- T GROUTED INVERT-USE 4000 PSI CONCRETE CITY .OF .FORT.WORTH, TEXAS ... STANDARD 4' DIAMETER . . . DROP ACCESS MANHOLE (D 4; DIA. FOR SEWER PIPE UP TO .21" DIA:·. . 5' DIA. FOR SEWER PIPE 2411 TO 36" DIA. DA:rE: FEB. 2009 'SAN-005 NOTES: A. STANDARD PIPE FITIINGS SHALL BE USED TO FORM INVERTS OF JUNCTION MANHOLES WHEN . POSSIBLE, WITH INSTALLATION AS FOLLOWS: . 1. PIPE FITIING. 2. POUR MANHOLE FLOOR TO SPRING LINE OF FITTING. 3. BREAK OUT TOP OF FITTING TO SPRING LINE. 4. POUR REMAINDER .OF MANHOLE INVERT TO PROVIDE VERTICAL INVERT WALL UP TO 3/4 POINT OF THE LARGER PIPE INVOLVED, AS DETAILED. 5. STEEL TROWEL FINISH INVERT OF MANHOLE. . . B. WHEN SPECIAL SITUATIONS PROHIBIT USE OF STANDARD PIPE FITIINGS AS ABOVE OUTLINED, THE INVERT SHALL BE FORMED OF CONCRETE AND STEEL TROWEL FINISHED TO PROVIDE SIMILAR FUNCTIONAL CHARACTERISTICS TO THOSE AFFORDED BY THE ABOVE INSTALLATION. INVERTS THUS FORMED SHALL BE CONSTRUCTED TO THE ENGINEER'S SATISFACTION. CONCRETE SLAB E1-14 MATERIAL E2~14 CONSTRUCTION \ ., ,,.--· - --- PLAN VIEW SECTION A-A G) WHEN PIPE SIZES DlfFER, _. MATCH THE PIPE CROWNS. CITY OF FORT WORTH, TEXAS JUNCTION MANHOLE BOTTOM .. . .. ;-SAN-006 - liiiiilll - - - COLLAR CONFlGURATION FOR PAVED AREA ... COLLAR CONFIGURATION FOR UNPAVED AREA MANHOLE FRAME AND-~~---~~--~~....-..~~-~--...~------ 32" DIA. DUCTILE IRON COVER. (REFER TQ STD. PRODUCT UST) A L .4000 PSI ---1-.. CONCRETE· A J 'b (·· io 8-#4 REBARs· .. TYP. G) 2" x 8 " x 30" I.D. CONCRETE PRECAST GRADE RINGS PER ASTM C478. REBAR SHALL BE PLACED 3" MIN. FROM TOP AND BOTIOM OF CONCRETE C.OLLAR. E1-14, E1-20, E1-21 MATERIAL E2-14, E2-20, E2-21 CONSTRUCTION ® .. · SECTION A-A WHERE MANHOLES ARE IN THE STREET, INSTALL 2 OR MORE GRADE RINGS, AS NEEDED, BETWEEN CASTIN'3 AND TOP OF. PAVEMENT. © HINGED LIDS INSTALLED IN STREETS .SHALL OPEN AGAINST THE FLOW OF TRAFAC. GROUND CONCRETE COLLAR HEIGHT VARIES @) HINGED LIDS ARE REQUIRED . .. ON ALL ELEVATED MANHOLES, JUNCTION BOXES AND WHERE .SPECIFIED ON . PLANS: (REFER TO STD. PRODUCTS LIST) ® LOCKS TO BE INSTALLED ON ALL MANHOLE LIDS BELOW THE 100-YEAR FLOOD ELEV. AND WHERE · SPECIFlED ON PLANS •. f9ITWORTH ·616 CITY OF FORT WORTH, TEXAS MANHOLEFRAME,COVER,GRADE RINGS AND CONCRETE COLLAR DATE: OCT. 2009 . SAN-009 PAID FOR ·As CLEANOUT PRODUCT !NfORMA]ON .. CITY OF FORT WORlH STANDARD CLEANOUT w/ CAST IRON CAP BACl<FU.L CLEANOUT STACK Willi NATIVE lOPSOIL COMPAClED lO 95,i; STANDARD PROCTOR DENSITY 4" STACK (PVC) CAST IRON CLEANOUT LID. ·· CLEANOUT NOTES 1. lHE SWEEP lEE AND PIPE FITnNGS INSTALLED SHALL BE SDR-35 OR SDR-26 PVC MAlERJAL 2. CONNECTIONS lO 1HE El0S11NG SERVICE SHALL BE MADE USING RUBBER SLEEVE COUPLINGS WITH STAINlESS 51m DOUBLE BAND REPAIR .SLEEVES. 1HE SLEEVES SHALL BE .TIGHlENED TO lHE TORQUE RECOMMENDED! BY lHE " MANUFAClURER. , · ' . 3. SLOPE OF lHE SANITARY SEWER SERVICE SHALL BE A MINIMUM OF 2 ~ERCENT. 4. CONCRElE USED AROUND CLEANOUT ASSEMBLY. SHAU. BE 5 SACK, 3,00D PSI MIX. ·. .. Fram Stanley Roberta &: Assoc., lnformaUon Subject To Change. DESCR(PIJQN .wml:II EABLlJ.O.. H.D.P.E. Lateral Cleanout w/s.s. Bolts and c.1. Lid. ~· SS BOLTS\ . 1.S"l. ~CAST_ IRON . :::::!::.-0 RING H,D,P.E. P.V.C. RISER [CURB smEET H.D.P£ CLEANOUT BOOT w/CAST IRON LID · FOR NON-.PA VED AREAS . CITY OF FORT WORTH, TEXAS TWO WAY.SERVICE CLEANOUT FOR NON-PAVED AREAS DATE: FEB. 2010 SAN-011 =~~RED ···. IF EXISTING SERVICE IS PRESENT, OTHERWISE PLUG. PAID FOR AS CLEANOUT PRODUCT INFORMATION .. From Stanley Roberts & Assoc., Information Subject Ta Change. PESQBIPDON : Y1E1miI . fABLllQ.. Cast Iron. Lateral Cleanaut 18 lbs . A1V·424 W/ SS ·Bolte and Coupling DRIVEWAY ----.- SIDEWAU< CLEANOUT NOJES 1 •. THE SWEEP TEE AND PIPE FlntNGS INSTAU.ED SHAU.. BE SDR-35 OR SDR-26 PVC MATERIAL. · 2. CONNECTIONS TO THE EXISTING SERVICE SHAU.. BE MADE USING RUBBER SLEEVE COUPLINGS _ Wl1H STAINLESS S1EEL DOUBLE BAND REPAIR SLEEVES. THE SLEEVES SHALL BE llGHlENED TO lHE TORQUE RECOMMENDED BY THE . MANUFACTURER.. 3. SLOPE OF lHE SANITARY SEWER SERVICE SHALL BE A 'MINIMUM OF 2 PERCENT. 4. CONCRETE USED AROUND CLEANOUT . ASSEMBLY SHALL BE 5 SACK, 3,000 PS1 : MOC E1-7 MATERIAL .. .. E2...,. 7 CONSTRUCTION BACKFILL. AS APPROPRIATE @ CD ® CD .... 12' · 6" MIN. DIMENSION. MAX. tciR PAY PURPOSES SHALL \61 BE 6" ON MAINS'. 24" : AND SMALLER', 9" ON· MAINS 30" AND LARGER WHEN.· BID PER . CUBIC YARD •. @ © 4n MIN. DIMENSION. 4" MAX • .FOR PAY PURPOSES WHEN BID !;>ER CUBIC YARD. CLASS 'E' (1500 PSI) CONCRETE. CITY OF FORT WORTH, TEXAS CONCRETE ENCASEMENT - - DATE: FEB. 2009 SAN-020 8" USE 13 B~RS X 3'-2" @·22" O.C., UNLESS CONNECTING TO PAVEMENT, .THEN USE 13 BARS X 5'-3" @ 22" O.C. 34" CHAMFER 3'-0" 24" • ...... PLAN VIEW TOP OF CURB • IO 10'-0" OPENING . PAY LIMIT OF INLET ELEVATION VIEW TOP OF GUTIER \ OUTSIDE EDGE ~ . . '"] . : I \ ~ ~: ~~E==:;~1;;~~ OF GUTIER . #3 BARS @ 12" O.C. . (REAR FACE, REAR WALL) 13 . BARS @ 18" O.C. (NEAR FACE, REAR WAU.) 8"~. #4 BAR X 11'-0" (2) #4 BARS X 15'-9" B '(SEE J A-NOlE 2) . --- NOTES: 1. DIMENSION °0• (DEPTH) FOR ALL STANDARD 10' INLETS SHALL BE 4'-0" AT THE . UPPER END AND 4'-8• AT THE OUTLET END. (MEASURED FROM THE TOP OF CURB). FOR NON-STANDARD INLETS THE DEPTH WILL BE SHOWN ON . THE PLANS. 2. DIMENSION "A" SHALL BE THE GUTIER DIMENSION IN USE ON THE PROJECT. . 3. IF MANHOLE DEPTH IS OVER 5'-o·. STEPS WILL BE REQUIRED AND SHALL BE CONS1RUC1ED PER DRAWING SD-013. 4. GUTIER CONS1RUCTION IN FRdNT OF INLET (AS SHOWN) IS TO BE CONSIDERED AS PART OF SAME. 5. ALL EXPOSED SURFACES ARE TO BE WELL FINISHED. EXCAVATION FOR . INLET IS TO BE INCLUDED IN PRICE BID FOR SAME. 13 BARS @ 18" O.C. (FRONT FACE, FRONJ" WALL) A 1'-0"--+----FACE OF. CURB 13· BAR X 15'-:9" VARIES (SEE RADIUS AND-. SLOPE AS STD. CURB NOTE 2) • ...... END ·oF INLET TO BE • 7 " • IX> NEAR CURB CORNER "GRADE OF GUTTER ... -AT INLET C/L ... I:!:! C 0 z UJ t::I 3'-0" ..... UJ ii: ...... ~ B" • co TOP DF CURB:? L _1-·. . +.-:.·J :· .-.----·: .. ; 'ix:, .:::,= ----. •. -. --·. -. T L2~ #4 BARS AT 8" O.C.· ~ BOTH WAYS 1"x4" KEYWAY-- OR 13 L-BAR @ 3'-4 . 8." O.C. IN LIEU OF · KEYWAY SECTION A-A REVISED DATE: 11-2009 CITY OF FORT WORTH, TEXAS ·STANDARD 10' STORM DRAIN INLET DATE: 06-2007 SD-001 1' ... .--.. :i :E '-' • 0 I N FACE OF CURB I· (2) #3 BARS @ 6" o.c. 'b, -I SECTION A-A ------~.------------- 18" ·DEPRESSED I . -------'--} :(SEE NOTE 3) ··LA . PLAN VIEW 5'-0" FACE OF. CURB . 8" THICK WALL At CEN.TER OF DOUBLE 1 O' INLET (2) #6 BARS ·@ 6" O.C. ONLY IN · CENTER WALL OF DOUBLE 10' INLET 20'-8" 5'-o" · TOP OF CURB iJ. · I I 10'-o" I 8"-J. i-.-,.. -----.. ELEVA 110N VIEW NOTES: l. ONE DOUBLE 10' INLET SHALL CONSIST OF TWO STANDARD 10' REINFORCED CONCRETE INLETS CONSTRUCTED T.OGETHER AS A SINGLE UNIT WITH THE ADJACENT ENDS OF THE TWO INLETS REMOVED AND JOINED TOGETHER SO AS TO FORM A CONTINUOUS · BOX INLET HAVING A 20'-8" LENGTH OPENING. PROVIDE AN . 8" CENTER WALL AS SHOWN IN . SECTION . A-A. . . . . . 2. SEE DRAWING NO. SD-001° 'FOR FINIS)-IED l~LET DE;TAIL,S. . 3. DIMENSION "A" SHALL ·MATCH GUTTER DIMENSION IN -USE. ON THE PROJECT. CITY OF FORT WORTH, TEXAS RECESSED DO.UBLE 1 O_' STORM DRAIN INLET · DATE: 06-2007 SD-003 4'-o" #4 BARS . X 3'~0"· @ 18" O.C. (TYP.) W+2T w (OPENING) .. . •. ~ . ·. TROWEL FINISH 7 · (TYP. I.\LL SIDE::;) 4'-0" ·#4.BARS@ · CONSTRUCTION JOINT ·AT CORNERS . 18" o.c:s.w. "(TYP. ALL SIDES) SECTION A-A · ~.om..~IAL AND WORKMANSHIP SHALL CONFORM WITH THE REQUIREMENTS OF FORT WORTH STANDARD SPECIFICATIONS FOR STANDARD CONCRETE MANHOLES. 2. ALL STEEL REINFORCING SHALL HAVE A 2" CONCRETE COVER (MINIMUM), UNLESS ·OTHERWISE NOTED. 3. EXCAVATION FOR MANHOLE TO BE INCLUDED IN THE UNIT PRICE BID FOR MANHOLE. 4. FOR DETAILS OF REINFORCING OF LOWER PORTIONS OF INLET, SEE APPROPRIATE SQUARE MANHOLE DETAIL 5. DEPTH OF DROP INLET FROM FINISHED GRADE TO . FLOW :LINE . OF "INLET IS VARIABLE.· APPROXIMATE DEPTH WILL .BE SHOWN ON PLANS AT LOCATION OF I_NLET.. . · ·6. ALL . STANDARD DROP INLETS S.HALL . HA VE ONE OPENING ON EACH .SIDE . UNLESS ·SHOWN .ON · PLANS. 7. DECK MAY BE REINFORCED SAME AS 4' SQUARE MANHOLE (SEE DRAWING. NO. SD-006).· .. 8. IF DEPTH OVER 5'-'-0" ,AT MANHOLE, STEPS SHALL BE CONSTRUCTED PER DRAWING NO .• SD-m3). I- N ! I- -A C> t z 3: ~ 0.. 0 '-' I- · I W + 2T I ,;._.1•-(0-PE:-IN-G)__.-1 ~ r PLAN VIEW INLET SIZE T w 2' SQUARE 7" 2·-0~ 4' SQUARE 7" ' 4'-0 .. 5'.. SQUARE 8" 5'-0 .. 6' SQUARE 9" 6'-0" 7' SQUARE 9" 7'-0" . 8' SQUARE 9n 8'-0" TOOLED EDGES (TYP. ALL SIDES) · ' REVISED DATE: 11-2009 CITY OF FORT WORTH, TEXAS STANDARD STORM DRAIN DROP INLET DATE: 06-2007 . SD-004 •· co ;i. b I ··I . in ':,j.. • ·co 3-#4 .. BARS, · AS .SHO~· · :.· ~llJM~T:gA~g~HOLE FINISHED ·slREET '---A · PLAN VIEW B · BARS T #4 BARS@ 6" ·o.c.B.w. · HOOKED AT EAGH END 8" 2 ~D lYPICAi:-11-- TYPICAL CORNER DETAIL . PLAN VIEW BARS E--- #4 BARS@ 1s• OUlSIDE FACE ·· -~·· 1. MATERIALS AND °iVORKMANSHIP SHALL CONFORM WllH lHE .REQUIREMENlS OF CITY OF FORT WORlH STANDARD SPECIFICATIONS f'OR STANDARD CONCRElE MANHOLES, 2. LAYERS Of' . REINF:ORCING ·sTEEL NEARESJ 11:IE . IN~IOR AND EXTERIOR SURFACE SHALL HAVE A COVER OF 2°. TO '.lHE CEN~ .Of' BARS, UNLESS OlHERWISE NOlED, · 3. EXCAVATION °FOR MANHOLE TO _BE INCLUDED IN lHE UNllS PRICE BID F.OR MANHOLE •. .----BARS C -~-lo---"'-----· #4 BARS@ 15• INSIDE FACE T ·1a" MAX. J BARS T-#4 BARS BARS C #4 .BARS @ ·1s• INSIDE FACE #4 BARS @-1"x4" KEY OR #4 BARS 8· 0 o.c:::.B.W. @ a" c.;.;c IN · LIEU OF · -KEYWAY SECTION B-B @ 6° O.C.B.W. VERTICAL BARS . #.4 BARS AT 18" (IF WALL HEIGHT IS OVER 6' USE SlEEL REBAR SPACERS) 5 z !::I Ill I • C SLOPE ~D TO . DRAIN • NOTE: DEPTH "D" .SHALL BE SHOWN ON STORM DRAIN PLAN AND . PROFILE SHEETS. BARS D . ,..;.;+.++1-+.:......-.BARS B #4 BARS @ 15~··:!: :!!:!:::;:l:==~:l:::~~ . #4 BARS @ 1s0 OUlSIDE FACE INSIDE FACE #4 BARS@ 6" O.C.B.W; SECTION A-A NOlE: SLOPE INVERT OF M,H, AS . INDICAlED ON PLAI\! ~ PROFILE SHEET. CITY OF FORT WORTH, TEXAS STANDARD 4' SQUARE MANHOLE DATE: 06-2007. so~oo& 'lo ~ : 0 I I io in 3-#4 BARS, AS SHOWN 'lo CITY STANDARD MANHOLE. FRAME AND COVER MORTAR COVER ONE OR MORE C.I. MANHOLE SlEPS COURSES 2 ~" AT 12"-12" SPREAD .VITRIFIED BRICK '---A PLAN VIEW :STAGGERED (REINF. BARS F-(J4 PLAS11C SlEPS MAY !-_...!B~A~-R~S.J.AITT..::!·1~8"::..__~~~j, BE USED) TOP OF PIPE 8 5• BARS T /15 BARS@ 8" O.C.B.W. HOOKED AT EACH END 2 ~· TYPICAL--11-- TYPICAL CORNER DETAIL PLAN VIEW BARS E--- {14 BARS @ 18" OUTSIDE FACE t!!QIES; . 1 •. MAlERIALS .AND WORKMANSHIP SHALL CONFORM WITH THE REQUIREMENTS OF CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STANDARD CONCRETE MANHOLES. . 2. LAYERS OF REINFORCING STEEL NEAREST THE INlERIOR AND EXTERIOR SURFACE SHALL HAVE A COVER OF 2• TO THE CEN1ER OF BARS. UNLESS OTHERWISE NOlED. 3. EXCAVATION FOR MANHOLE ·TO BE INCLUDED IN THE UNITS PRICE BID FOR MANHOLE. ..---BARS C .--,--c-t--:it-,-,-..,....,.-,-t,-,--,-, 1/4 BARS O 18" INSIDE FACE BARS C . T 18" __ MAX. BARS D ---+1.t-1-t-, {J4 BARS @ 18" OUTSIDE FACE #4 BARS@ 18" INSIDE FACE .---+H++-BARS B f/5 BARS @ 8" o.c.B.w. 6 rno---VERTICAL BARS #4 BARS z AT 1.8" (IF WALL HEIGHT IS OVER 6' USE STEEL REBAR SPACERS) SLOPE 3~• TO DRAIN I!! UJ I • #4 BARS@ 9" INSIDE FACE e -lf~=l1~~!::l::::ffl!!t:::l----r-#4 DOWELS @ NOTE: DEPll-1 "D" SHALL BE SHOWN ON STORM DRAIN PLAN AND PROFILE SHEETS. {/5 BARS @ 8" O.C.B.W. SECTION A-A CITY OF FORT WORTH, TEXAS STANDARD 5' SQUARE MANHOLE 18" ALL AROUND EXCEPT IN WAY OF PIPE NOTE: SLOPE INVERT OF M.H. AS INDICATED ON PLAN &· PROFILE SHEET. OAT6: 06-2007 SD-007 -f . ,,. ' 6-0 9" 9" ~ A t ; I V I I I • CD . -__::r,. .I B. tg I/ l, I/ I:,. ,_.__ ... -'b ·, I\. I/ -~ I I-" io J / I.I ·-----~ 3..:.115 BARS, -IJ IJ . . AS SHOWN • CD t n NOTE: 60 DIAMETER PIPE SHOWN CITY STANDARD MANHOLE . FRAME AND COVER · 'FINISHED-STREET MORTAR COVER ONE OR MORE COURSES 2 ~~ VITRIFIED BRICK C.I. MANHOLE STEPS AT 12" -12" SPREAD I I ·-I . . ( ·t I vi A PLAN VIEW STAGGERED 1--------.j,.j{s!;~ _ __,,~,V-:..___-l.J.1 (REINF. PLASTIC STEPS MAY BE USED) REINFORCING TYPICAL ALL WALLS · #4 BARS @ 18u VERT. #4 BARS @ 12"' HOR. #5 BARS@- 12" O.C.B.W. 1 "x4" KEY OR #4 BARS @ 8" · C-C IN LIEU OF KEYWAY SECTION B-8 B - ~ BARS T. #5 BARS@ 8~ o.c.B.w .. HOOKED AT EACH END 2 1,i" TYPICA~ I-- TYPICAL CORNER DETAIL PLAN VIEW ~!' 1. MATERIALS AND WORKMANSHIP SHALL CONFORM WITH THE REQUIREMENTS OF CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STANDARD CONCRETE MANHOLES: . 2. LAYERS OF REINFORCING SlEEL NEAREST THE INTERIOR AN.D EXTERIOR SURFACE SHALL HAVE A COVER OF 2~ TO ;-THE CENTER OF-BARS,. U~LESS OTHERWISE .NOTED. · · · 3 •. EXCAVATION FOR MANHOLE TO BE INCLUDED IN · THE UNITS PRICE BID FOR M~HOLE. .----.BARS C BARS E--- #4 BARS@ 18" OUTSIDE F ~CE ---'-i..------'"---#4 BARS· ~ 18" 18" MAX. 5 z VERTICAL BARS #4 BARS AT 18" w {IF WALL HEIGHT IS ~ OVER 6' USE STEEL REBAR SPACERS) 'b • BARS D ---'".u.i..-'- #4 BARS@ 18" OUTSIDE FACE INSIDE FACE BARS C #4 BARS@ 18" INSIDE FACE -1---1-1~-BARS B . #4 BARS@ 9" INSIDE FACE #4 BARS @. 6" O'.C.B.W. ; ~12"!-- NOTE: SLOPE INVERT OF M.H. AS INDICATED ON NOTE: DEPTH "D" SHALL BE SHOWN ON STORM DRAIN PLAN AND PROFILE SHE~TS. SECTION · A-A ··. . PLAN &·PROFILE SHEET. CITY OF FORT WORTH, TEXAS STANDARD 61 SQUARE MANHOLE DATE: 06-2007 SD-008 MANHOLE FRAME & COVER SHOWN, (NEENAH R-1688 OR EQUAL 280 LBS.) FOR INLET, COVER MAY BE 20n (NEENAH R-1737 OR EQUAL, 185 LBS.) PLAN -OF FRAME I 25 34" ~iii-----·-2:..;...;4_" -----.!-~ ~ · · 22 14n 32". SECTION .c-c · 24" · 14" .CORRUGATION CITY OF FORT'WORTH, TEXAS STANDARD CAST IRON FRAME & COVER DATE: 06-2007 SD-012 A L NOTE: AL TERNA TE DESIGNS MAY . . BE SUBMITTED. F.OR APPROVAL BY THE ENGINEER; 5 ti" 1~ 6" 1" 1" 1" 1--·I··+· .. I ·.n SECTION A-A 12" 6" 3 ti" . 7" "4-'-__:;---i 34" i-·t--:------------i PLAN . VIEW CITY OFF.ORT WORTH, TEXAS CAST IRON MANHOLE STEPS A J DATE: 06-2007 SD-013 liil -~. 1-------,.----·- s 6" #4 BAR {SEE NOTE) . SEE REINFORCEMENT FOR CONCRETE PLUG T = LENGTH OF PIPE GROOVE 1----,-------,-,----,--· . ---=:;J REINFORCEMENT FOR CONCRETE PLUG .. PIPE. SIZE · REINFORCED DISTANCE s BAR c-c 18"-;33" #2 12'' BOTH WAYS 1/2 T · _36"-54" #3 12" BOTH WA vs· · 1/3 T 60"-84" #4 12" BOTH WAYS 1/4 T NOTE: STEEL HANDLE FOR REINFORCED CONCRETE PIPE PLUG SHALL BE LOCATED 1/4 I.D. ABOVE GENTER POINT OF PLUG. TWO STEEL HANDLES WILL BE REQUIRED ON PLUGS OF 36" PIPES OR LARGER ··-ANQ SHALL BE · PLACED 1/4 I.D. APART AND 1/4 I.D. ABOVE CENTER OF PLUG • . CITY OF FORT WORTH, TEXAS REINFORCED C.ONCRl;:TE PIPE PLUG DATE: 06-2007 SD-014 ~ SYM. I: • • 3" 3"·. #3. BARS @ 18" C-C -BOTH WAYS 9" NOTE: . 9" 1--3" .. #3 BAR 1: .CONCRETE SHALL BE· CLASS 'A' PER ., SPECIFICATIONS ITEM 406 CONCRETE FOR STRUCTURES • CONSTRUCTION JOINT #3 L BAR @ 18" c-c 2. RIPRAP TO BE FORMED ON UNDISTURBED SOIL CUT TO GRADE. IF TO BE PLACED . ON FILL, ALL FILL SHALL BE PLACED ON BENCHES CUT IN UNDISTURBED SOIL AND FILLED IN 8" LOOSE LIFTS, EACH ·. COMPACTED TO 95% STANDARD PROCTOR DENSITY. THE FILL SO COMPACTED · SHALL THEN . BE CUT TO GRADE. TYPICAL TRANVERSE SECTION (SEE BOTH FOR _co~PLETE DETAIL) NOTE: . . TRANSVERSE EXPANSION ·JOINTS ARE REQUIRED 100' ON CENTERS OR LESS; SAME SHALL INCLUDE 34" REDWOOD COMPLETELY COVERING THE JOINT FACES (EXCEPT 34" EDGE RELIEF FOR DEALING COMPOUND) AND ·24" #8 SMOOTH DOWELS ON 18" CENTERS COATED _16" AND CAPPED WITH 1 14'' MIN. CLEARENCE ON ONE END AND WITH 12" SPAN DOWEL SUPPORT AND HOT POURED RUBBER TYPE SEALING COMPOUND 34" THICK <t SYM. SLOPE UNLESS . .. · SPECIFIED OTHERWISE , · 2" PROJECTION @ ·20· c-c 2" SCH 40. P.V.C. CUT FLUSH AS SHOWN AS .REQUIRED FOR 1 SQ FT. 14" PER FT. 14" PER FT. 6". MIN_.--f · (1 CU. FT •. PER FT. CONTINUOUS; 12" FOR 2: 1 SIDE . SLOPE) -- 6" MIN.· BOTIOM WIDTH AS SPECIFIED ~~ NOTE: · 12" . WASHED HOCK TO BE COVERED WITH STAKED BURLAP OR OTHER SUITABLE MEANS, APPROVED BY THE ENGINEER, TO HOLD IN PLACE WHILE . CONCRETE IS BEING PLACED . · TYPICAL TRANVERSE SECTION (SEE BOTH FOR COMPLETE DETAIL) ·ctTY OF . FORT WORTH, TEXAS 'REINFORCED CONCRETE RIP.RAP D.ATE:_06-29~7 · ·· SD-019 - - - 1. USE SUBDRAIN DETAIL DRAWING STR-015. ACCEPTABLE PIPE MATERIAL INCLUDES: (A) 611 DIAMErER PERFORATED SCHEDULE 40 PVC; (B) 6" DIAMETER PERFORATED TYPE S (DUAL-WALL) HOPE PIPE · PER . MSHTO M252; OR, {C) CORRUGATED PVC PIPE PER ASTM F949. NOTE THAT · CORRUGATED POLYETHYLENE TUBING .(ASTM F405) IS NO LONGER PERMITTED FOR SUBDRAINS. 2. CLEANOUTS SHALL BE INSTALLED AT . UPPER END OF . SYSTEM AND AT INTERVALS NO GREATER THAN 200'. CLEANOUTS SHALL LINE UP WITH LOT LINES AND BE PLACED IN A VAULT. _. SIMILAR TO A WATER METER BOX . OR PLACED FLUSH WITH A CONCRErE COLLAR 2-3 INCHES BEYOND THE EDGE OF THE PIPE.· 3: IF PAVEMENT IS BEING REPLACED AND THERE ARE OBSTRUCTIONS IN THE PARKWAY SUCH AS BRICK MAIUIOXES OR TREES, A SUBDRAIN CAN BE ROUTED UNDER THE CURB. ANY CLEANOUTS IN THE PAVEMENT NEED TO HAVE TRAFFIC-RATED COVERS. . ,• · 4. WHERE SUBDRAINS ARE INSTALLED BY BORING UNDER EXISTING DRIVEWAYS, NON-PERFORATED SCHEDULE 40 PVC SHALL BE USED. OTHER PIPE . MATERIALS WIil BE CONSIDERED ON . A CASE-BY-CASE BASIS. USING THE REQUEST FOR VARIANCE FORM CFW-7 FOUND IN THE STORM WATER MANAGEMENT DESIGN MANUAL 5. PRIVATE FRENCH DRAINS OR YARD DRAINS · SHALL BE PLUMBED INTO THE SUBDRAIN WHERE IT IS PRACTICAL IN ALL CASES, A CLEANOUT SHALL BE PROVIDED ON THE PRIVATE DRAIN. IN THE EVENT OF MULTIPLE PIPES AT ONE LOCATION OR OTHER UNUSUAL . CONFIGURATION, A · BOX OR VAULT OR A SMALL GRATE INLET MAY BE USED AS A JUNCTION ~TRUCTURE TO. TIE INTO THE PUBLIC SUBDRAIN •. I I I I I I I I I . ---1=-=-~--- )·· 0 0 I DRIVEWAY I _1 __ _ a> a> 0 0 0 0 M (',I • (',I I I C\I .... I"') 0 .... 0 I c ~ o . IJJ "' U) <C 5 C IJJ 0::: •:• ·:· ..... t 4" CURB HIGHT L1 . .. . . • . -<I . • .··; .. ,.: •· .• <I •. <I 4 · .·4 ·<J · • ~-.S"R. .a ._·-·~·· . ----_.2 .#3 BARS~·· 4 . .t. . ·Ll· . . . <I . . .. • F~~E OF. CURB PLANE J 15" GUTTER 30" . ·.' CITY OF FORT WORTI-!, TEXAS RESIDENTIAL ROLLOVER CURB AND GUTTER '. i .:· .... : •: . : ~-. DATE: 03-2009 SD-024 . . NOTES: TRENCH REPAIR LIMITS · \ ~~!iljJJ-!.:ftt-...:. .. _· :BACKFILL : MATERIAL . PER · D8AIL WTR-029 (SEE NOTE 3) 1. ALL EXISTING ASPHALT COURSE SHALL BE REPLACED TO ··THE ORIGINAL DEPTH. 'PLACE A MINIMUM OF 2" HMAC SURFACE COURSE (lYPE "D" MIX) TO MATCH EXIS~NG .: GRADE AS SH~WN. 2. PLACE A MIN. OF 8" ·2: 27 ·coNCRETE AS SHOWN. 3. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL ·TRENCHES ·1N DOWNTOWN ·'STREETS AND IS OPTIONAL ·IN ·oTHER AREAS. IF . FLOWABLE . FILL IS REQUIRED, A __ SEPARATE PAY ITEM WILL BE PROVIDED FOR SUCH. 4. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY . OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION •. · CITY .OF FORT WORTH, TEXAS PERMANENT ASPHALT PAVEMENT TRENCH .REPAIR DATE: JULY 2009 . STR-028 .TRENCH REPAIR LIMITS NEW HMAC (SEE NOTE 4) N!)TES: 1. CONCRETE BASE SHALL BE REPLACED TO ORIGINAL 1HICKNESS OR TO A MINIMUM 1HICKNESS OF 5", WHICHEVER IS GREATER. 2. IF STEEL EXISTS IN CONCRETE BASE TO BE CUT, 1HE STEEL SHALL BE CUT AND SALVAGE AS POSSIBLE. A MINIMUM -LAP SPLICE DISTANCE OF 12". SHALL BE PROVIDED. 3. REINFORCED CONCRETE BASE WILL BE REPLACED OVER TRENCH, AS SHOWN, IN 1HE EVENT NON-REINFORCED CONCRETE BASE IS ijEMOVED: . .• 4. ALL EXISTING ASPHALT · COURSE SHALL BE REPLACED TO 1HE ORIGINAL DEP1H. PLACE A MINIMUM OF 2" HMAC SURFACE COURSE (TYPE ."D" MIX) TO MATCH EXISTING GRADE AS SHOWN. CLASS 'A' REINFORCED CONCRETE BASE ;,,!,!,lit--BACKFILL MATERIAL PER DETAIL WTR-029 ' (SEE NOTE 6) 5. 2: 27 CONCRETE MAY BE DELETED IF HALF 1HE SPECIFIED 1HICKNESS OF 2: 27 IS ADDED TO 1HE CLASS "A" CONCRETE. 6. FLOWABLE FILL "MAY .BE REQUIRED .TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS. IF" FLOWABLE FILL 1s· REQUIRED; A SEPARATE PAY ITEM WILL BE PROVIDED FOR SUCH. 7. ALL CONSTRUCTION MUST BE IN ACCORDANCE W11H 1HE CITY OF FORT WOR1H STANDARD SPECIFICATIONS FOR. STREET AND STORM · DRAIN . · -CONSTRUClJON. . . f?.lTW~pR ..... I , .. CITY OF i=bRT WORTH, TEXAS DATE: JULY.2009 PERMANENT ASPHALT PAVEMENT TRENCH .REPAIR WITH. EXISTING CONCRETE BASE . ST~-029 6" MIN. COMPACTED . FLEX-BASE MA TERI AL ·NOTES: lRENCH REPAIR LIMITS \'t!l!!!Y'::::ffi--BACKFILL .MATERIAL PER DETAIL WTR-029 {SEE · NOTE 3) 1. · PLACE A MINIMUM OF 2" HMAC SURF ACE COURSE {TYPE "D" MIX) TO MATCH EXISTING . HMAC PAVEMENT GRADE AS SHOWN. 2. PLACE COMPACTI:p FLEX BASE MATERIAL AS .SHOWN . 3. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS. IF FLOWABLE . FILL IS REQUIRE:D, A -SEPARATE PAY 'ITEM : WILL BE PROVIDED FOR SUCH. 4. ALL CONSlRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPEClflCA TIONS FOR STREET AND STORM DRAIN CONSTRUCTION. CITY _OF FO~T WORTH, TEXAS TEMPORARY ASPHALT PAVEMENT TRENCH REPAIR DATE: JULY 2009 STR-030 5' MIN. CLASS 'A \REINFORCED CONCRETE PAVEMENT . . REPLACEMENT "TO THE . ·. NEAREST JOINT OR CURB. NOTES: 1. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN ·· STREETS · AND . IS· OPTIONAL IN. OTHER . AREAS. IF FLO WABLE FILL IS REQUIRED, A SEPAR-ATI; PAY ITEM WILL BE PROVIDED FOR SUCH. 2. REINFORCED .CONCRETE PAVEMENT SHALL BE REPLACED TO ORIGINAL· DEPTH, OR TO A MINIMUM OF 6 11 , WHICHEVER IS GREATER'. . . 3 ... PLACE 6" OF 2: 27 · CONCRETE AS SHOWN. . 1" OF REINFORCED CONCRETE .. MAY . BE SUBSTITUTED FOR ·EVERY. 2" OF 2:-27 CONCRETE. ·. .. . : . . . 4. REINFORCEMENT OF CONCRETE MUST MEET CITY STANDARD OR MATCH EXISTING, Wl-!IC~EVER IS GREATER. . . · ·. 5. ALL CONSTRUCTION MUST B~· IN ACCORDANCE WITH THE · CITY OF FORT WORTH STANDARD SPECIFICATIONS :FOR STREET·AND STORM DRAIN · CONSTRUCTION. · . CITY OF FORT WORTH, TEXAS REINFORCED CQNC _RETE PAVEMENT TRENCH REPAIR DATE: JULY 2009 I .. : STR-oi1 .,... ' " J: I PI.ANVIEW 2' • Height: ~Gradient: Side Gradient: .a'(±) z-7~• (ryp.) BACKOF CURB ?!-7 .• 6'(±) 2' {l'yp.). ·, - 1 WHITE TXDOT TYPE I HOT _. . APPLIED OR PREFORMED THERMOPLASTIC , . (60 MIL MIN.) ·.:. WHITE TYPE 1-C (ONE-SIDED) 4" SQUARE "JIGGLE BAR" fiQIE; COST OF PLACING SPEED CUSHION IS INCIDENTAL TO "PAVEMENT;_ 2 INCH -SURF ACE COURS~" . SPEED .CUSHIONS ~~,..-. :·,···, Section 6 . · Technical Spe~ifications Section 7 Contracts, Bonds and Insurance : . . CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date~ NAME OF PROJECT: Grassland Court Extended Drainage Improvements (Council District 7) PROJECT NUMBER : P227-207280047983/P253-607170143583 IS TO CERTIFY THAT: Tri-Tech Construction, Inc is , at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described , for the type of insurance and accordance with provisions of the standard policies used by this Company, and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy Effective Expires Limits of Liability Worker 's Compensation Comprehensive General Bodily Injury : Liability Insurance (Public Ea. Occurrence : $ Liability) Property Damage : Ea . Occurrence: $ Blasting Ea. Occurrence: $ Collapse of Building or structures adjacent to Ea . Occurrence: $ --- excavations Damage to Underground Utilities Ea . Occurrence : $ Builder's Risk Comprehensive Bodily Injury : Automobile Liability Ea. Person : $ Ea. Occurrence : $ Property Damage: Ea. Occurrence : $ Bodily Injury: Contractual Liability Ea. Occurrence: $ Property Damage: Ea . Occurrence: $ Other Locations covered :----------------------------------- Description of operations covered :----------------------------- The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or cancellation. Where applicable local laws or regulations require more than five (5 ) days actual notice of change or cancellation to be assured , the above policies contain such special requirements , either in the body thereof or by appropriate endorsement thereto attached . The City , its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers ' compensation insurance policy . Agency Insurance Company: ___________ _ "'"F""'o""'rt~W'-'-"o""'rt,,_,h~A---=--ge=n.,_,t ______________ By ___________________ _ Address Title ------------------------------------ CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T .C.A. Labor Code §406 .96 (2000), as amended , Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Engineering No .5419 and City of Fort Worth Project No. P227- 207280047983/P253-607170143583. STATE OF TEXAS COUNTY OF TARRANT § § § CONT Title :_ ...... ,_~-~-·----- Date: ' 2..-ttf-( ( ----------- ·" Before me , the undersigned authority , on this day personally appeared v,ti.J w~~ '( , 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 Tri-Tech Construction, Inc for the purposes and consideration therein expressed and in the capacity therein stated . Given Under My Hand and Seal of Office this J!/_ day of f etv11.wt,,20 // ~kn..J d".t.t.0 1~~--~-----tary Pblic in and for the State of Texas SHARON RIDDLE Notary Public STATE OF TEXAS My Comm. Exp. 02/28/2015 Bond No. 8219-06-02 PERFORMANCE BOND THE ST ATE OF TEXAS § KNOW ALL MEN BY THESE PRESENTS : COUNTY OF TARRANT § That we (1) Tri-Tech Construction, Inc. as Principal herein, and (2) Vigilant Insurance Company, a corporation organized under the laws of the State of(3) New York and who is authorized to issue surety bonds in the State of Texas , Surety herein , are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of: Two Million, Two Hundred Thirty Thousand, Five Hundred Thirty-Five Dollars and Eighty Cents .................... . ($2,230,535.80) Dollars for the payment of which sum we bind ourselves, our heirs , executors, administrators , successors and assigns , jointly and severally , firmly by these presents. WHEREAS , Principal has entered into a certain contract with the Obligee dated the L of December, 2011 a copy of which is hereto attached and made a part hereof for all purposes, for the construction of: Grassland Court Extended Drainage Improvements (Council District 7) NOW THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans , specifications and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. Bond No. 8219-06-02 PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government -Code, as amended,..and all liabilities on this bond shall be determined in accordance with the provisions of such statue, to the same extent as if it were copied at length herein . IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 121h day of December, 2011. (SEAL) ATTEST: (Surety) Secretary (SEAL) W ~tfti~ Witnes~urety E~y P.O. Box 8720, Fort Worth, Texas 76124 (Address) Tri-Tech PRINCIP BY :_--/1.lL../,~l:-+,l~~~_::..~==::=---- Title : __ ___,~-~---------- 650 Tower Drive Kennedale, Texas 76060 (Address) 2001 Bryan Street, Suite 3400, Dallas, Texas 75201 (Address) NOTE: Date of Bond must not be prior to date of Contract (I) Correct name of Contractor (2) Correct name of Surety (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attomey-in- Fact. The date of bond shall not be prior to date of Contract. Bond No. 8219-06-02 PAYMENT BOND THE ST A TE OF TEXAS § § § KNOW ALL MEN BY THESE PRESENTS : COUNTY OF TARRANT That we, (1) Tri-Tech Construction, Inc. as Principal herein, and (2) Vigilant Insurance Company , a corporation organized and existing under the laws of the State of(3) New York , as surety, are held and firmly bound unto the City of Fort Worth , a municipal corporation located in Tarrant and Denton Counties, Texas , Obligee herein, in the amount of Two Million, Two Hundred Thirty Thousand, Five Hundred Thirty-Five Dollars and Eighty Cents ..................... Dollars ($2,230,535.80) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators , successors and assigns , jointly and severally , firmly by these presents : WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the ~ day of December, 2011, which contract is hereby referred to and made a part hereof as if full y and to the same extent as if copied at length, for the following project: Grassland Court Extended Drainage Improvements (Council District 7) NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253 , Texas Government Code, as amended) supplying labor and materials in the prosecution of the work under the contract, then this obligation shall be void; other wise, to remain in full force and effect. PROVIDED , HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue , to the same extent as if it were copied at length herein . IN WITNESS WHEREOF, the duly authorized representatives of the Principal and Surety have executed this instrument. SIGNED AND SEALED this 12 1h day of December, 2011. ATTEST: Secretary (SEAL) NOTE: (1) (2) (3) Bond No. 8219-06-02 Name: -~{)~~~(µ~~J-'J,____ __ Title : ___ &,__~--~-"------- Address : 650 Tower Drive Kennedale, Texas 76060 Name: Kyle W. Sweeney Attorney in Fact Address: 2001 Bryan Street, Suite 3400 Dallas, Texas 75201 Telephone Number: 817-457-6700 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 the bond shall not be prior to date of Contract. Bond No. 8219-06-02 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § That Tri-Tech Construction, Inc. (Contractor), as principal , and Vigilant Insurance Company ___ , a corporation organized under the laws of the State of New York (Surety), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas , the sum of Two Million, Two Hundred Thirty Thousand, Five Hundred Thirty-Five Dollars and Eighty Cents..................................................................................... Dollars ($2,230,535.80), lawful money of the United States , for payment of which sum well and truly be made unto said City and its successors , said Contractor and Surety do hereby bind themselves , their heirs , executors , administrators, assigns and successors, jointly and severally . This obligation is conditioned , however; that, WHEREAS , said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the L of December, 2011 copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Grassland Court Extended Drainage Improvements (Council District 7) the same being referred to herein and in said contract as the Work and being designated as project number(s) P227-207280047983/P253-607170143583 and said contract, including all of the specifications , conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and made a part hereof, and , WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of Two (2) Years after the date of the final acceptance of the work by the City ; and WHEREAS, said Contractor binds itself to maintain said work 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, Bond No. 8219-06-02 WHEREAS, said Contractor binds itself, upon rece1vmg 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 recovenes may be had hereon for successive breaches until the full amount hereof is exhausted . IN WITNESS WHEREOF, this instrument is executed m ~ counterparts, each one of which shall be deemed an original, this 12th day of December, A.D. 2011. ATTEST: 720. • Secretary Y ATTEST: (SEAL) Secretary Vigilant Insurance Company Title: Attorney-in-Fact 2001 Bryan Street, Suite 3400 Dallas, Texas 75201 Address Policyholder Information Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call Chubb's toll-free telephone number for information or to make a complaint at 1-800-36-CHUBB You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 FAX# (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Form 99-10-0299 (Rev. 1-08) AVISO IMPORTANTE Para obtener informaci6n o para someter una queJa: Usted puede Hamar al numero de telefono gratis de Chubb's para informaci6n o para someter una queja al 1-800-36-CH UBB Puede comunicarse con el Departamento de Seguros de Texas para obtener inf ormaci6n acerca de compafiias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas P.O. Box 149104 Austin, TX 78714-9104 FAX# (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state. tx. us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prirna o a un reclamo, debe comunicarse con el agente prirnero. Si no se resueve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para prop6sito de informaci6n y no se convierte en parte o condici6n del documento adjunto. CHUBB Chubb Surety POWER OF ATTORNEY Federal Insurance Company Vigilant Insurance Company Pacific Indemnity Company Attn: Surety Department 15 Mountain View Road Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Elizabeth Gray, Charles D. Sweeney, Kyle W. Sweeney and Michael A. Sweeney of Fort Worth, Texas------ each as their true and lawful Attorney-In-Fact to execute under such designation In their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed In the course of business, and any instruments amending or altering the same , and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY , and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and aff1Xed their corporate seals on this 26th day of April, 20~1!.-1------ STA TE OF NEW JERSEY County of somerset ss . On this 26th day of April, 2011 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel. to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY. the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly sworn , did depose and say that he Is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof. that the seals affoced to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By-Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Compan ies by like authority; and that he is -acquainted with David B. Norris , Jr., and knows him to be Vice President of said Companies; and that the signature of David B. Norris, Jr., subscribed to said Power of Attorney is In the.genuine handwriting of David B. Norris , Jr., and was thereto subscribed by authority of said By- laws and in deponent's presence. Notarial Seal KATHERINE J. ADElMR NOTARY PUBLIC OF NEW Jfl'<S~ N<".2316685 CommiNion E.pira July M, 201-4 CERTIFICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: "All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President. Jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved , printed or lithographed . The signature of each of the following officers : Chairman, President, any Vice President, any Assistant Vice President. any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-In-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof. and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaklng to which It Is attached." I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the ·Companies") do hereby certify that (I) the foregoing extract of the By-Laws of the Companies Is true and correct. (fl) the Compan ies are duly lioeosed and authorized to transact surety business In all 50 of the United States of America and the Dlsbict of COiumbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed In Puerto Rico and the U.S. Virgin Islands, and Federal is licensed In American Samoa, Guam. and each of the Provinces of canada except Prince Edward Island; and (liij the foregoing Power of Attorney is true , correct and in full force and effect. Given under my hand and seals of said Companies at Warren, NJ this December 12, 2011 IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATIER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone·(908) 903-3493 Fax (908) 903-3656 e-mail: suretv®chubb.com Form 15-10-02256-U (Ed . 5· 03) CONSENT THE STATE OF TEXAS CITY OF FORT WORTH, TEXAS CONTRACT KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT This Contract made and entered into this the 6th day of December A.D., 2011, by and between the CITY OF FORT WORTH, a home-rule municipal corporation situated in Tarrant County, Denton , Parker, and Wise Counties, Texas, by an through its du ly authorized Assistant City Manager, ("Owner"), and Tri-Tech Construction, Inc , ("Contractor"). Owner and Contractor may be referred to herein individually as a "Party" or collectively as the "Parties." 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: Grassland Court Extended Drainage Improvements (Council District 7) 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 ( I 0) 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 280 calendar days. If the Contractor should fail to complete the work as set forth in the Plans and Specificati Documents within the time so stipulated, plus any additional time allowed as provide Conditions, there shall be deducted from any monies due or which may thereafter beco ns and Contract · t " ei: CORD -e TARY FT. WORTH, TX 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, upon the execution of this Contract, and before beginning work, to make, execute and deliver to City of Fort Worth the following bonds in the name of the City of Fort Worth in a sum equal to the amount of the Contract. All bonds furnish hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. A. If the total contract price is $25 ,000 or less , payment to the contractor shall be made in one lump sum . Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the Owner. B. If the contract amount is in excess of $25 ,000 , a Payment Bond shall be executed, in the amount of the Contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. C. 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 Owner. D. A Two-year Maintenance Bond in the Name of the Owner is required for all projects to insure the prompt, full and faithful performance of the general guarantee contained in the Contract Documents. 8. The Owner agrees and binds itself to pay, and the Contractor agrees to receive , for all of the foresaid work, and for all additions thereto or deductions therefrom , the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a, shall be Two Million Two Hundred Thirty Thousand Five Hundred Thirty-five and 80/100 ............................................. Dollars, ($2,230,535.80). 9 . It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified , promulgated and set out by the City of Fort Worth , Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein . 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same . IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in ~ counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in ~ counterparts with its corporate seal attached. Done in Fort Worth , Texas , this the 6th day of December, A.D ., 2011. Wiersig, P .E. --Director Transportation Public Works ATTEST: Tri-Tech Construction, Inc 650 Tower Dr. Kennedale, TX 76060 CONTRACTOR i /lel1, TITLE G So~"f /i,.J..JcrK~tJ& o ADD SS November 1960 Revised May 1986 Revised September 1992 CITY OF FORT WORTH FERNANDO COSTA , ASST CITY MANAGER /krt-cITY SECRETARY (SE AL) Jtt,-1-c. C -1. S-3 3 , \ 2. -6-It APPROVED AS TO FORM AND LEGALITY: ASST. CITY ATTORNEY OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Section 8 ·. Appenclices · ·,. •. 1in1tJunn WHERE IT ALL . BE~INS Neel-Shaffer, 1'1c. 512 Main Street, Suite 415- Fort Worth~·Texas 76102 Attn: Mr. James Amick, P£. Geotechnic~l i 2209 Wi" c · Str. t Conitruct1011 Materials · t .-.S.~!~ !°fl.: omm "l!I! ~nv!.romn.cntal· . Dal/iji; .:(V(~ j5i2Jr · Aprii 2cl~ 20 ro Re: Profile Borings Storm Sewer Reconstruc,tion Off Grassland : Cow1 · Fott\V.orth, Tex~·-· ALP'.fiA ~~port ·l;o_\ G.090337-1 , ,,,,J>P,..,,,11£!, . .f.#\"P.n.;~o:1ao2 . : : -"'iuww.il{Jihateitlng.c."om ; . Submitted hert;in. ar¢ ·.,r~sults: of 1.a . ·iii-rtlted subs.urfa'c~=! -~kplbraifori · perfofine~ for the proje_ct referenc~d abo:\te~ tiiils.ftt.cJy\v~~,,a,µth .QiiZ.~4:.by·Mr. J~~§··M.tl.¢k on M~rch .4,.2016 and perfomied in accordance -with Anie~citri~iit 1 to Su.bc"p'ritta.cffo"r GrassJ~4Ggw# ,A1f¢ngin~eringJ1tt¢rpre~ti"op of the labor~t,ory t¢.s_t re$4lt~ or t~st bc;,ribg$· ·d~ti obfahie.d,· Weih .. b~'ydnci the scope of this study. ALf HA .is not. re~p<>ns"ibi'e.for: ·the:.fiit~rpret~H:on ofilii.s -reporf'by qih~r~. Subsurface conditions at seleeted locati"on~:-Wei'.e ~tplor..¢d "by. 4t-i.ll41.g·-·!?J~·:(§.H~~t borfogs in gener.al:. a.ccor4im,ce. w~t,h A~TM J? 4.10 to a · d~pth -~f fo ft :,:us11?,g·,,:ltW!.d'&f ttif~i-f .. di!Jling:)!quipment The general boring= locations :;wete -sele.cted -l>y th~. Clienl mi4 ALPHA, Emd the ·final boring IQpations in ~e fi.~Jq were selected by -ALPHA, bas~d on drilling ·equjpi;neftt. a,~~eSs·. tie· f,tj)pro~rn~!~t lopations:qftl_'ie te~_t bcfring~: ~~ ~hcrwn _gri·-tji_e BoringoLocadon Pi"ari, Figute I~ encici.s°edJttiie·iu.d·.·d.'f thts "report. .. . . . . . . . . . . . . . . This report · con,taiils ref!µ:lts . of l~bor~t.Qry ~¢~tjng, -lnqluqjpg . nat.ural moisture content tests·· (Asni.( D 2216), .Atterherg-titnh t~sts · (AsTtvf _o" 43·1sj~ uricoiifinect ~o~pressfon tests (ASTM Ifi i.66), and pocket:.pe_netrometer tests. R~sults of all laboratory_ tests described above are provided on ~he accoinpanying:Log or"Boring sheets art.ached to this tePort. . . . . AJ,out j to 4-irtche·s of asphalt concret_y · payemehf -was . encount~red · at tlw: grqlµld s.iface at ih~---. bodrigs~(qUow.¢~-PY. ~layJUJ. .. <.>r _gray~l. (iiJ .aµ4 po~sible -fiH td depths of 2 tci" 4 fyafHdrh.ig~ l thfo.tigh . 4 and 9. Native day= and/or calcarecnts ~l~Y -were th_ei1 · en:cbµn,te;red to ¢le te~trifo.ation depth of Bq.tim~s 2 ~d-$. At..·Boring 3, tan iirn~stone was enc.o'unter.ed, below.-tifo ·fiu · to ~ d¢.pib of 6 ft; fol.lowed .by shaly clay to ppdng ter.min.~tj,Q_I?,. :A,t _13orµigs 1, 4 and"" 6-, "the · native clay wa·s un.deflain by limestone · to the teriniriation depth. Ffee groundwater waf!_.defected'··ata ~epth of apoµt 7 ft b~krw grmmd s·µrface in Boring J. No fr¢e , grow1d.water was , en6ounter.¢a fu the i'emafni:ng borings. J\1ore detailed str"atfgfaphid infoimati'on .i"s°pre.scinted on the Log ofB9iipg sheets a~ach~d tp this r~port. · · ..... ..--.... . ...._,,:, . •· .,·--•, ... , ,• .. ,.,. .. ,tot· ·-·ltli r -··-.. :_..._ -·-· .. -·-·· ... : .':• . ............ . ·------. , ... · ........ . ;·--·· ........ , . -· . ALPBA. 'tES:i'.lNG~:fl\lG., ~pprecfa~es the opportu:µityto be:of'service):m this pro}ect. lfw~::Q.@ ~:~-.of further assistimfa:; .. p.lease: contact o~t(offi~ei . . . ,: .. Attac.hm~nt~:·.·: Bqrfog l;;oq~_tipr,r:PJEµ) :. Fjgure-J ··. · . Log-df13onrig,.sheets'(fi4otili'gs) . ~ . . BAPlfAJlbjh . c~pi~s tci)' c1ient ,•, ... Smc·etel::v ··· · : J ,.,.• . . ~ \ . . . . 1i; 11 ;::::::.:-::·'i:•(~:·· .. ,::·, ;.1,1i:~l-·:·.:· -~ '': ,, ·~ ·-·--·: ···,; ,·:.1. ::··::=::' :·: .: .... .'.':;;..·· .. -~· .. · ... ~;:.~·. ,;::~· :::::.~!.:-: '.,..!~:·.--= :-:,j·~·:!~~~-~-;.:::~~~·!'.: .. _::-.:.1:· •. /·; · ... :·:·-~·-... ~ ·.:..·. ·;;::~t~,-:--:, i.· ... ·-• , •, :.• ~ · ..... . ,,. : ~· .......... ·: : .. : :. ... /·":· ...... :. ·.·.··:· .. . .. ·. ··: . . ....... ...·· · ... · .... ': . . .-"':.:·. ·~ i\~~:n.'m!tl' ;ue1·:.i,/tt~iijQiiJ;iuuoG. -=··P ... !.t.. ·:l .• g._ ;s~,i~si-!e~Yi;-£1= tu,'i:1f M: · t1,J 1$i-Jr~:.rti,s.:,··1··1 .~-, ..... ~--· ,· ... ..,,~; -~')~-~ .-.~.-X,t 1.:--........ ·-~ ~ ... ·:....~:.-.:....~. ''--:":"'••••··~·- -~~-. :~--~·; ·.~,..... ~- ~- . I ;·=- .1 ·' LOG OF BORING Nt),.:,, 1 ~~~~,J,~0;"~:~~~~-,~~9,J,g~;1!~:; .. i. . :-:· . . .. ~ · . ..-..... t · . . ! i ! ' Ctien~_::-.... . ~-· k..,~ ...... .,..,,.........NEEL,.SCHAFF,ER; INCi~·~,, ...... -.. w,. , li6..c·at1C>n!;~ ,'f.'.OR'l'Mi@R1ff.l;'i':Ex.¥S\' Pr9j~~t:· . PROFILE BORINGS'.,J:STOR'M, SEwt§R::R~bcfNstRbcrt6N ..... ., Sfoface -:eie"v~'tion"".: =· =-"_ ......... ....,...,......,..;-:a..:. ,I t 1 : .( .§t!=l~J?.a.t~:·: .•..... , .. A1.si21no: ..•. ;...,: ... ,,:::.J~Hi:f d~1ir ,·-,--.--,-~·-·4197261ci"' longitude';..:·-=-----___,,-,-....,....-----'-..;,;;.,, . Prlll!ng M~_tfjQd: . _/:"'''tf6NTINUOUS FLIGHT: AUGER Latifu.d~.;,.:· =··--__ · .. : __ ·-·-·· -~---...;;..:;...,..,:i i •••• i I .. j . . !·. I' l j :· f.l : •5,ol ;; •, ,, ~· flt •· L .. ~ I ,I} I •.• H '!• . i· .j .!. l I . -.. --~-~ .......... -~-.; : ..... ,.;:;, .. ' ,~~--~··,.·--·--,.············ ·-.~··,· ~" .,,.~.~-.... ,.,., .. Ji~mm~~~rfo~.p·;(1"iisl'in1: . ·:1°4oI3'o · i-. ~ •. ."~" ASPl;:IA~J t ·srown cf.Av · w11h ·nmesfrin"tfftag1'ii'ii..~~s-.:i:=1LL: ... --· • '1j • ~I .-.... 1,, • -.-... ,-•• IJJ··. , •• .-......... ~ ....... _ ... _ ·~~ ........... :.:.l~O .... ~ . i 'Tann1s1t Brown cl.Av tan UME$TONe '.. ~verj ti11rd . ~ l ii; :1 :i '.i ·• . ·, t ... ..·. ".'.:·.. . . . .. • , -,.,, " ,... :·. ·soc·,· c, .· n. •, ••· · · , .,~,./j:Q;I:)'. TESTBORINGTERMINATED'AT 10'FT . I ' :1: . ,I i _, __ J ,l i • I . -: t : ·. '. ..... -~.··. .. I, . -~1 ·,,·,1,.· 'r{:f ., ' . ' .. :; .. t L .. ::-; ==:~ ~~ ... .:.J . ! ', ; !I ··~ . . .· .. ; ::. : . : .· .... :.: :· .. r : i. \\ r= .. ·: ,· ·'7"• ·T-"'T -I ,j .·, ';i ,5';" t . ··1•4 I t "I.'~ .1,1. :( . I [ ·, ··a•; j ~ A ·. I ·:.; f • ' w lw, '24'. ,4jj :'. I 1 .••••••• L .. l I j . . r1r5t, \. , " "i1 ·.I :p .J 'l l,l.; : ' .: ... , ,, j I IL ,., ,, ., .. I . ! ?. ·:-: :.:~ . J1.Q.Qt;, .'I r l:>I\'', I ." ,· I ,I ! 'I \'1 ,I l I. ·: c· ,,:: :j 1: 11 ', :I ! I ,, ! ·' .i :, ---·, i. I J f f I :· :.:-• ! ·'1 ... _,,,L ... :1_ •... '1 ... ::1 J · __ ..1: ... : ... L .. !· ,(; I . ,: 1, I.I· 11 :;· ' I :,1 • r : M O l.•,1• •:.••&...,.\ ::., ... t ,..;., •' ··-· • .:..u•1-: • '" ••,, :•:• - .. · ....... -... -·. :.2:0:- Tari' CALCAREOUS''CLA y JI ,I 1Ait;j , i I 'I; i I ii ' i .. , .i .. _.. I ,.-"~;" ..... , ,Jl.'i0 ( :·· ... · ... :, -~·.1:2,·,i .j'J/lf50':'f20? rso : / I l!i . ! .. t'. iaii'aiicl ,~,a~SHA[t ClAV ....... " ~··~·-·"• .· / . .I , . '• ; M ', • -~-... , .. ·· 1/Ji.· 1 i : 11 .' . I ' r,· ' , . ,:.. ·Ii. '1 . :, .. I •:: . ··1 [~i'lf I ~)~ ! ffa : 1 15;: :, :. : I! . . f . , .. , .. ,:·'·i '1 . :u :, ~ ~;~.,.~,) • .·· ·. ·--· ·· ~ ,. ~···~~-" -· .·. ,. --.. ,__," ... , ,...... . . :.fmo , , . .. . ....... -.. ___ ._,.; .. . ,, ,,., .. ,. H · ··--: t···rESTBORINGTERMINATED'A:T"10FT ,_ ................. ·, r ··~ ... -, .. ,-, .. ! ,_-~-·-.,,· .. -·-['·-·-···.---·· 1 ,-··,.,.-.,-·· ,·· · 1: 1 r., . ,I,: .,., I I . !! • I : .. . I ·. ,,.I. I . '=J1.5::. f ., I . I .f I • -.I 120::', i ( ·1i :t.r I iii . ·' ·:: . , l1' I H ·H < .:I ' l ,I I :i . :I J' 1 I I:; ,, :: 1 · j I I: r, .. .j. i I I l ,! 1 I I. I • I i I· ,: j f 1i : I . Ii ~ I ': f : .! I ! : ',,.j :. I ·-.. ..... ... l 'IL' -.,..., ,s-. --: .. · ·I:'!, "ii.tr ... 'iii:r , .. ··~· . 'C)~l \'l:IF BG>~l,,'.fG r,o.·,.,;. @: '-l···:· .. -.. -: ...... ': . "J ... ,. ... t', ••• • •. •. ·!.~~-__.:,;_ . · · · · . : ~he:i~~.;',l' :'O{ ~ ~:rloirea~·:r;ro =;· ·.:@09:0i®.il~j· · r ... ,.... ..... . ,1i, .. -~-· •• . -.. • -. \.', ............... -.;s ····· ,--.. -. .. '· cn~·ijfr .-.,,..:··<-:,.,...... .. .. NEEL~SCHAFFER. INC. . ., tocatlor:i.: F.ORT WORTl-i: t§A~f . 1 ., P.r.&J~ct\.:~··· .. ···pff01=1ies6RIN&s\:si:oRM .. SEWER:i'fEd6NST:RiJGi"16r·F.. . : surface E·ieyatlon:.: · ........ , ..... -. '!. StartDatel-·,-· :·:';il/9/2010 . ,•Ei,'ci"Datih . '•. -----· .. , :'4ii'ifaci'fo ' . ,· , ·,,:· .·:" Lo.ngltude:., , ~ · ·. _ , .··-·-...... . :t ~ !··--··-.. , .. •,, ,.,. -1 ~.w•r• • •1'-1~•'1 •. •• ;,.:., • • "' ,, ' ''";,, •' ,,, • ' ' • h Drillin~· Method: (:)0NTIN,~9u~· ~-~'-~IJT ~~§.~R, ... : : · ':_: __ .': 7atlt4~e:: ....... _. _ _ .,.,,-:· ,_._ ..... . 5 · rr (. f- -(f5 ·. ,1 I ' r ' i ' ... I 1. l·io · .. 'I •, 4'.'Ase.ttALT.. . . .,. .• · ....... -· .. ~ .. -_____ ,. .. ,.013;· , Btown ~LA v with lirriesto'ne fragments-FILL · ·. I -. I .. . . ~,· :"~ ., .. ,,.,..,,, .... -.-,.~,. ·.-~·, ... ,, ............. -.~--:, ' -_ .... ''2.0 .. 1 . Tari"aricfGray'SHALY CLAY TEST BORING TERI\IIINJ.\~D.f,T 10 FT . I . I t i'! ,- ( t t J . -·-.. ·-· . .,.· -......... . I 'l" ··.;··· .. ··-· r· -j--.. -.-;· -~-,- 1 !l I " 1H .if I 1Qo/. H I' .i -. O" · f ,! 11 t !1--. i i ..... ,;j .... -,_ ;_ --i 1: · f -· ..... ·.-: ... ·1 'i:1 ,, . ll n .:1·i., . j!: l • !! . -... \ · ..... -.::. /,. I : I I . I 3,o' I 'H . 11ll 11 • •• •. ;I .... i I ---:,1·:· i •.·\ i .. i '. I ., r .. r !, ' ,' , . . : . jl, ; . ' f .. J .. I'-° ll · 1 l ~4.0 I ..... 1. I • t !1' • ! -.'. . 1 ,, .. 1 17 !6·L· ;1, ,· I 1·: r. 1.,1 I I\ 1 l J:i t I I I . ( ··: • ..... : ........ 1 .... ,, - ! " I ' ., . : .1 I\', ,.,,, .. ,1 1!,-., .... ii ··1:. ., I ~! ,:I It 1- 1 ·i I . , . ·.j'1· ~ r. _ ..... ; .-.. :· . . . 1.· """'~.· •••••• -;. ·····-...... •• • •• -... _.,, .... • ••• ·,.,:It,:.·.: ..... --·:. I .: { :. :(«li~n1I -~---· .,., _. , .•. · ~-·. . . . '"'"". NEEL-SCHAFFERdNCr. · to.cafio'i(l F.OR't1W.0Rilif.l/f~S :-I Pr.gject: . PROFILlfa6RiNGS ::::::st.6~M SEW'EifRECOt.JSTRlicY1o'N. Surface Elevatlo·,ir·-. ·-·--. ·:··· . j / Start Date: .. -·419/201.0,:,.,.,: ,,.,, .• : ... ."ef1cfi:fa"°tJ.: ....... ~-, ... \ ·4jg12°fii O ..... ,. .. .. Long _ltude"-:~ -. ___ :_·. ~--------,.-- •i ~riifrn~ M!,!tho~: ....... · -.· ,-···:···""t:ONTINUOU's-" FLIG'HT AIJt1ER · L:.atltude:. .. J i . GRd~~&WAi~R OBSE~:KTI:~: ::, ' -ic;;T'i! ,;:t:'"~®.:t~ -~ '.~1· 0 ·' 'r --_ -r ·Ii ,' i ~ll!l'I 1' ,t '.:,j [ 1'.S~~1 '~ ; ~! !\'8j ; ' I ~ ·, '·'.~· • '.~ I .l '. ;,s· · · · &. on Rocls (fl),. . . .N9N!: , , ¢.i · -::t _:.,, , · iiiisi··: ' -s ca ::11-. : 1 -~ .. -t ii: . ~.-i . ;!_·0.:-:. :,k_·-~'. ! I ~-After Drilling (ft)!. . .. . ..DR, y ' ;Iii; .:~.~-.. ' : -~,~ 1. • fg ,6 :.,:;Jliii 'g ,1 I '(j, .a,,';, .. = a: ''O''o: · ·•c:-: o i ·1 ,·c:ic -:·&}o "''S ,o ,_. ·-;=. ·a i •. ~;l ,' ~~;, .Sl_ After....__. ._Heiurs (fl)_t: :!.l; ,;ig; .. , g:e:-_10.:.g j/E:ai!i ::,.~~~ ;9 !· . .., ;g; ~: · lil 1 · .. >:,f · , .,;,·, -· :-iii' fi:I:! '·>t';c : -i;!i"8·!>:· ~a --;g· . .!!! ~: ·'K I ::5 ·' ·· l . L. . . . .... --· ... ·-. !n.t ,l .. i;-:~: ' ;: .. ;~:!f>· -z,. --~--: . -~ . .... . :_Q, I i 1-,--li,!.., : MAT~RIAL qESCRIPTIO~ .• l . : :! ......... ···_ .. \ :1 .~ .. _; I .. : :; ·'. ! ~ ..... --·-· .. :' \1 . :)t!':°_~$. l;IAJff ' . . :O i:t ,·: ., .. -·-.-.·-·". ~-·:!:--· . -:L ,--. . ... (" . · · .. ·. : . -Brown ·clA v wmrnmestane fra§"ments\Fl[l 1 I' I ,-.'· "." , • • .. ·• •••,-•• s3· ·o·:, <: I r,;/ C -, I J' ,'·I :,· ~ l J ,. . ! .. J ,5.r:' . ·' ... --..... ·. . .. ··-· .. -··· ta·n CALCAREOUS CLAY .................. " ... ·.·-.• :-:...:.: •• ·.:.~'s.'".:-..:.·: ..... JEST B'ORING'fERMINATED'·AT '1'0 Fr'"···•-· ... ., .. 2'.0 :.-,:;i0--fi .. . .1 th ,·. ··,1r H :• . 1: ·' ,I I '• .. f l i I ! .. ( j ,: ;, I I I l . j .c',1 I :i 1.. H .-.:, i . · ... -·· ..... ·. ,. , . .,. r ··-··:: i- ' I j :·· · \ :,:*J-~:f, 19.§'.' ~4 ... ' /,~,i , . ~-?\ f t~ . ,I , I : I l:Z;Q":° .. l '1.i t --· J .... ',. I ! --· .... ·: I i I. t. ~ 1:. .:!1 1· ,. I IJ , . r I i i: I .·! ,, I L '!'; I I r, ,! ., , i'i '.\'. ,1, ·' i j / I . ~ i, ~ I : I ·1 .. ·, r ;' '· . : • I ,:-· p :,,.I ,, j. 1 ., •': ,"°:-'".......t.· •••• ~ •• "l'i j I • :L .. .. .I , ... .. .. ,1,----.. '· .. ; " -:• ...... , .. !.,, . .-.. · •. "• t-,.,.,. • . ·#·;.:.:.·-··· •. ·:,i 11.1nu/4iJlSllNG ·'w· H E A E I T A··L L Ii'£ o· 1.N S l.Q;$. QF:J~~QRl~G N:o1:fiel!f~, 01 _ .. 1 PROJ_:e:c.r, NO. .• : .. , eogo,a(i7-1 - C..IJ.~jt,::.( .. """~~.-· .. ~,...,,....,,,., . ...,,,.,~,;,·-=NEEIJSCHAF.FER;,-INO: . . .. ·. Locatfon: ...... FOi:rt w6'i:r(H! TEXAS·. .. \ -P~<li~c.t: ,., ... · ·· PROFILE E3d~if.iGs,~·sfokr~fs~alv'EFfREcot,is=fRucfloi'f ·-· \ :~urtace eievation: : .. .. . .. $tiii't··Date:,7., ·""!'· .,4/9)201'0,~'.:--·:,, '.-Efr.ifofilti~t"-:·~-~:-:''.'.' ·.· "4jgfa6'1tJ :· ~·····. ·-: ... : .... torigl'tud~} ... . . .... ·._: .. D'rilllng·'Mtihbdf -···-········--··-·"":cib'NTINU.O.US FLIGHT./\UGER ,' :.· . : Lailtud_~:. -.. ·." ,, .. . .! : ... .., .... =·"' ...•.•... ; : ... , ~ ~." .. : .... ~.,;,."r.,-·= .... .: .. ·,,_ •==~;:::~~-.:~:::~;. __ '._'.,.:.:.:.:,~·.~--,-:: .. ~·-_ ~ .... H~mme,rl~rop '{f6sI1n ''f . I -~ . f i ' 1 -.. ' ' i 1 I :ii 1,:, i ab t.'· t. \. t.. ! j ' l ,I ~ I 'l : '. l i l I I ~ ·t· F . I, ... l;,' :I ', i I ·.I Ii h [. .i ,. ; ! I , 1· ii ,, Ir .! f , I i ,I 1.' I . :1.- 1!!, ·1:1· I ·h /.: I J',j ,· , n . :,· i le.. , -.. i --.~ ... ~ ,.., ... 1 _...... •.,.;i,· , ,. _ ...... -,.1 :,,• ~· •• , r, ~:: • .,., ~ I I ••••• -, ••• ·:-._· ••• • •. •,j.,'•i 1.,, ~ h.:.·.. ••• ,.. .• ·-•. ' Client: NEEtcSCHAf.F.ER. INC. .. . - Project: P.RC>FILE 'soFflNGS . ..:·STORM SEWER RECONSTRUCT.ION Start Date: · 4i9i26·1 o · . E'Od bat8.:._ . 4/9/201 O . .. .:: ,. . '• . . -.•,\::•"•:',,' ,. ·. .. . .. D~IIIIQg Method : CONTINUOUS F-LIGHT·AUGER ,·-. · -.; ...•. I •· I ,. .... ; ... ·1. .... _ ........ -· ... _ .. _ - • --. ·,. j l 1 \j I GROUND WATER OBSERVATIONS·· : 1 : I .9 1'. i':SZ.·on Rods (ft): ~ONE; I ; . i ~ GI : J!! ,',.5·· ' I a. 1.:,.~ f (<iAtter Drilllng '(ft); · · · ·~ .. DRY''. · · · ' I! ' .5l After Hours (fl): ·1 :I C) :J . . . . , .. -------' i '1 • • •• -. .. . : ' ........ L. .-·-·, ,,, ,:·: -... · .M8I§a1Ale .. OE;$.<;;,~lf._>TLQN. .. . . 4'.'..:ASPHALT ........ . ·· ofa,, ~-··-· • .. "'··~~-~': .\~ .· ; •. :· ... ; .i .. ·., I • Jt . fr ,I : =~ L·~.'.·-~ t ·Chish'ed LIMESTONE-FILL ·sti:>wfl,:CtAY wltlntmesfone. -lfo~sibiEf fill . . . . . --····'-'·-·"""' ... ··-· ... -. ·-.. u._--.,,.1.1., Tan CAl.CAREOU$'·'CL:AY Tan LIMESTONE ' 10 : .. ,.; ·r. 'j . . • ..•. I .-~ ·:· .. JI . '1ESTBORINGTERMINATED}.\T 10 FT 1 •• ! . r. ': :, ,1 ., I : .. ~ .. .. 6 i0 ,: l!!. ~ GI ' a E l'O en ., 'I l ii I' .. ·~oca~l'on : . FORT WORTH •. TEXAS ... ... ·-Surfa'~~· Eley;;ition : .·.... .. : · ·· ... ~::t~r~1~=._·:::>· ·;·:::::·:;:~~.:lh:::.£<·i,i.·:::· . · ~.~m.~~t.Qr~fti~~·1,.i~k :· ··· ~1~0T30 · · ... , . -: . ;: . i l ,1100/! 0.25'\ t. i I. 11,. I . .. i,' ·[ :: ::;. ( t : 3.5 . . I . . :i .: i ' f' . s 1..fei'1 . ·1·1 \ ifo I 16 f .· . I . .:. H I -~· ·:.. "!o. .. ., •, !, ·--~:.. _-: t ..... '. .. ) I , I· I l ·' ., 100/ ... 11 0" ,! L.: · .• , . .i ., 'I' i': .. . I j I 1::1 i' I .!:, : ~ •· 1 : ... .......... , .. ., I _I. I I I I t t f I :1· ;j ,~ :, 1:.' '':I l:I i I ! ~. \ I •I i .:, J ,· . :i,= ' I . ·' ., . )' :.jf I '\1',i .. ( 11 j :I· :! j ·:,'. I I·. !: i' . f. • -•• ,. ~ .•• ,•.•:. .• !...=-...:.::.:. •:: "'!':--·, ..... ,,..,., ... ·! ( : ;i:i . ! : J'. . '. :: ·t . ii . •, ::1 l i 'I :i V l , I ' : :. ,, ::,: . I ;,S9!L. & _ _.R9'cKisyM~Q_L_~:; . ·!VA (6~)t H1 .:.;,.~,astieJW:'tLA\' ~--· {: g . ,-,~·:,,; ··· ... •::. ffl t (O_L)',;~9.}Y·,e.1~~1fq1~t0.~A:Y.. lfflJ((SC);:GL.i.\YEY-sAN"r5 · . ~1 -....... ·>.: · f;~Skf (SP), Fiootl~ Graded sAf\ib .:.-; .. ·,.· ~ . . . . . •...•.• . .·.·.· .. : ... ,l'.. . •,,,:· ... ·.:,:,: :···· ~:i:~ ... (SW), vvell Gi'ad~d ~ANP . ~--~· . . f ;:J~tl ·<~~), SJ.L rt · ~AND.'· [[II (M~). 9J~T [1111 :(f.v1H); Eias&~ SIL t . -~ ·u~s~ciNE ' .. ···El :sfiAi.e !/iinf.ijJ._ ll::!:;MI sANosro~e: r.·.~-~-··t .. :ijt})~ (Gf.), RiiiJtly G.s:ad.ed GRA'(EL 'ti~ ·t~W).; W~lfGradeci GRAVEL =;.a . (GC). CLAYEY GAA}'EL ... &ii (G~), SILTY GRAVEL e: 8 (O_~j;. O~GA~ib SILT .a =. (OH),.ORGANic'cLAv: :a ; FfCL ... : ,•. ~ • . . ::: REliATIVE ~DE'itJsi't.v·6i:,:coH~S·rbNLESS ,:Sbfr,s:·(bl~ws/ft). -· ····, ·-··. . . ..... . . -·· -·· ... . SHEAFfSTRENGTH t>'F·'dbHESIVE ,SOILS (tsf.). veR\i."sdi=t ~,gf:r FIRM $.I.lF.F VERY STIFF. HARD ··· . tow MeoiuM Hf~l:I VERY HIGH · r~91;, LITTLE ·$oMe ,AN _D • ... ·;, LI:$$. THAN ·9_;:i& · · &2ir to . iifaio .O::~:~ . 1.8: ·,t!,9:9:. 1 .. 00 .. : ro · ··;:o.o: ·i ;QQ :· TO. ··4;QJ;l OVER . -:4;00 . ,•, •,.... ········.·=- · 4, JR ::ti 16 TO '2o · 26 T()°: .alf oveR· as· 1 TO 10: 11 T:O . 20, 21 · fb 35 ' ·36 To sir ; .. :·. ., '. P.ARTIC.LE SIZE IDENTIFICATION <DIAMETER} BbULD.ERS ~§?:~if3GAAV~L FiNE G.RAVEL ~i~·rut::~g FINESAND si1.r CLAY 8.0" OR LARGER 3.o· ro:·s.o" 0. 75" TO 3.0" s.o riirrf ro 3:o• J?;O :rn!ll ,:g 5.Q mn:i o.4 mm ro 5.o mm . O.Q7 mm ro · 0.4 irim 0.002 mm TO 0.07 mm Les~i rHAr,i o:0·112 m~ . I. ··.: SUBSURFACE UTILITY ENGINEERING REPORT .GRAss:lAN ''il .COURT FO.I.IT WORTH, TE.MS .. -.-g.orron~ona . ·& •,.§ci~i,:,t~~,-:'In~,~ · · . ·.~ ~~.1JttJ. e,,,~,~j~;j=t Jf.:~:~i;==t':}:·::1 },.,~<if~'!'i:~~,f ::r.:t f1\f~\.:,r.:::~~ °'J):t=t?-'!'!1l.i~, ~L. •~{~f"F~~~?;t~ l ;~rl.~1 ::~,i~\j}i.T.',;_,. .. Jl'l\f ', :~.~:'' ; ~~'!•.~/ •,r.a ::~·( '-::-~~ ' ~;, ·=·· Ji.:ine ;ii .. 2011. . ... ,' !· . :·- rv.1,r. Lyhri Hh'lburn, P.E. N'eel-Sthaffer~ .tiic. ··.··· ' ',• ,,: .•. . s12. M.~l.n: Street, Sµi,te 415 ·Fort wdhii, 'i~xas' .. 7Giof · ~e:-: su~sQRFA~~ ·.u1,urv. EN$tNEERtN~ se:PORr GRA5Si.AND · COURT ..... ·.. . . if.Ott w~~b, T~~~s ·::.-.. , ....... ,,.,,,,./,,,,•,•,•,,'' ......... ··•·· •., .......... •,,·•.• ,'',','•' ;G.8,(AlP.r.ojett N·o. N-Sf.;1001~01 " . . . . ~ ,• .P.~.~.r Mr.:Jf:Jl!ib.u.m: G:9tt.on:~.S~f ;, ·A,~~oc:i~t¢s,: 1,ocf ·~~&Al}·. !s P.lea$.~d to ·· su~,rnit o.;~r su,bs _u:~a,~~ uti~it{ Eliglne·er.ing:i Report for the above-refer.eric¢d project This investigation was ' . · :: ... p'erlbrniea "'..,b atriordar1ce with · G'&Al's·.· propc,sal to Neel~schaffer, · inc~i ·dated.'. July 24rZOl)~r · .. . we .·appteelate the opportunity to · work With you 'br1 this project. Plea~~-contact us· · .. if you .'h,~ve ~nY qu~~lon:s a.t tequir~ ad.'.di~ionai services. . .. . ·,:,_::: .'::. ·.":_; oe .A'ridersori, ... P.E~, :tftf.ltfy :Oivisioh .. Manager 7524 JEiCK,N¢W~!I ~ly~. S9u~ .• Fo~Wo.i::th, T~~-~s.7~1.1..~ ~.=.~17A~6~14~f-F~ Bf(,f~B.1768 . Gdrroiiddna' &: Associates, Inc.-.... T ~xas Enghieerlng' Firm Registration No: F-'7933 . . ',,: . . .. ,' . . ', ~- ·. TABLE OF CONTENTS Page 1.0 2.0 3.0 li1ttbductton ................................................. : .. ~ .. ~ .............................................................. 1 SUE Field Investigation ........................................ ~ .................................... · ....................... 1 Project oeilverab:ies .................................. ·•···· ............................ ······· .......... , .................. 3 APPENDICES Appendix A -Summary qf Test Hole lnformatjo·n Appendix B,;, Tes~ Hole Data Forms . SUB$URFACE UTI.LITY :ENGINEERIN.G REPORT ·· 1.0 INTRODUCTION Grassland court Fort Worth;. Texas P.rolect Oescri'ptlon. Drainage improvements are being . de~lgned to alleviate flooding _in Northwest Fort Worth near Grassland 't~urt~ The li mits of. work extend from the· lntE:rsection of Crosswind and Skylake ·approximately 1,700 feet northeasterly along Skylake as well as fro'ni the intetse"ct lon · of Grassland Court · and · Crosswind ' apptoximately 1,300 along Crosswind to the intersection of Crosswind and Lake Highlands. The specific ,limits of the Subsurface Utlllty Engineering (SU~) work include:. • From th~ Skylake/Crosswind intersection approximately 1,70Q 'feet northeasterly' in -Skylalce; . . . . · ·• From the Sky.lake/Quail ~1.dge io'tersectfon approximately ·100 -feet -east along ''(luau Rl~ge; ·. . . . • From the $1<ylake/We~twind in~er~e~tlpn , ~~c:,4t 70 f~~t ~ast ·along Westwirid; • Fronf the Slwlake/Woodsid~·: Hill fnte,rs~tjlon apgut ·1o·fe 'ef e~st along ·W~odside H!II; • Frdffi ths Crdsswifid/L.ake t-t'ighldnds lriter~ectiori. approxlrnately 930 feet·rio:,1:h ·along cros~wlnd to the.int~rs·e¢tion ofcrosswlnd arii:f"the existlng ·stcfrm ~ewe'r; ·.. · • From the: crosswiitd)Gra~sla'ni Cou·rf ihter's'egio1f at>_prcixliitately 350' feet s:q_ut,h alon~ Crosswind to .the existina·.stotm s·ewer . :· . Purpose · arid Methodology. The.,:p_rincip~l p.1.1rp.oses ' pftfi.l~ lnv.es:tigat!on .We.'r~ 'to ld~o.tify ~.od · map utliitl~s -that . c9..ul~. pojentlally' imp~_g ~hE! ~~~lgn i;l~d c.~ns~rU!;tic:>h of the pfoposed storm drain ··fmproverri·e'rits at :the prqjett" site ~ To. ad:oni'plish its intended purp·oses, · the . study Was conducted ih the followi~1'g. phiilses; lll p'erforrtj Qua!Jty ·Level .e SUE; (2) oti'ilze 'Quality Level B S.iJE to' ·create .. a list . of pqtehtial conflicts ': betwe·en exlsti't,g utiilfies: and . proposed facilffies;. -and (~) per.form duality tevel A SU'E fo con·tirtn or eli .minate potential utiilty· COf'!flic.ts. · 2 .. 0 · SUE FJELD l~NVESTIGATION . . . G&AI p·¢rfor~~~ in,~ S.UE work r~q~Jt~.9 . fQr tbis pr9)~-~ J.n. g~_n~r~I a.,~Qrtj~ric!;! with . the re·c~mm¢nded pracf;ices ,and ptocedtfres descri~ed _lri'ASCE Publication c.1/ASCE as~o2 (Sta.ndard . Guideiin.Ed~r the ·collettion and Depiction ·ofExistlpttSLiij.sui"face. U.tiiity Data). A$ d~s~rib'ed 1h the me'ntioned ASCE publicatlori, four lev~ls fiave '·6.een. established' to' descrfbe : th.~ quafity .Pf t.i~.Uity loc~tion and; attribute irif.0.011.atiooJJSed _(ln ,plans , Th.a (01.1r _quality lev.els are. as. follows: • Q4rJllty ~EN~I q (QL.''P'-') -1.r.aform.~.tipn <;t~r,.!V,~~ ff~m ~~i~tJng .utmw ~~~qr~s; G&AI Project No. N-51.1001,00 Pagel ;:e, Quallt9 L~V~I c (~L''C'~) .,. QJ!'P" ·infdrm~tlon sup_plEi,nen~ed ,with 1.hf.or~at1on obtain~'~ by surveying \ilsil:>le aboV.¢-s:r6u.nd .i.itnitY features ~ucti as .' valve's~ hydrants; m·eters~ mcirihdle covers, etc. . .. . . . .v . • .· • :,· b.u 'ality Level B (OJ.''B~') _;.. 'twb.;dimens"ion·a1 (x;y) i"nfori11°atidn ' obtained through the application and lnterpre:tafion. of non.:destru.ct.Ve surfa°ce geophysfoat:·methods. Also . . ~PWJl ij~· "~!!sign.ting' this. q~ali.w. J~vel provid~s. the hc:>(!ZQJ)~~.! pp~_ifJ9..n of..sub~11rf~ce utilities within approxlmateW o·n·Effo"ot. · 1-.1. q:uldiW Level A (.Q.~"A")_ ..... rhre·e a1m'.ehslohal (~,y;z) utility.-ln,formation obtain.ea utilizing nQrhd~structiv~. v~cuum exc~vatlon equipment tci. expc,sij. cii:111i1ei at . ·critical p_oi~ts wnich ate .:then tied :dc;niVn by surveying; · Also ·known as ,;tocatint', tilts quaiity ievel provi~~s p.redse tiQrlzontal and vertical p.ositibnfr1g ·of u"tiiities within· app_roxbriat_ely 0~05 :feet . .. ~ .. Designating Procedures •••. , •• : ii • . ••••• • • . • .? • • • ... : • • • "·: • • • • Prior ·to beginning.field -designating actMtles, .G&Al's -field manager reviewed the project sc;ope .9.f.WP.r~ amJ-~v.~l!~b.Je : .utUJty r~C..Qrd.s.. Qo.c~ these. ioitJal . reviews were .-qpn:ip.lete, ~~e field mana·ge"r· arid techrilciatis designated the · appr6xi~ate horizontal pd"sition of known · subsurface utilitles -Wlthhfthe -sp~cified projeci:. l_irriits ~ A..suite of. ge:ophy~lcal equipment (electromagnetic lrtduction,. ma·goetlt) was used _to desig_ftate met~iUc/cor:iduttive utilities (e.g. steel · pipe,. el.~_ctrica.1 cable~·-teleph.o~e .:cab _i~) .. · N.o.n;;n:1etalii~/rion~~onductive utiiit~es were ::de.slgnated using other pr<>.ven .m.el.hodsr, s,,r.~h ,~ r64dJng. Where,: a.c.~.e.s~ was :~vall~bl.e, a-~P.nde w.a~. il'.l~~rted Int<> the .utility line (~~g. ~ani~ary s~wer) tq prQvlde ~ mJa~h.im fqr $.igo13I !ran~misslqn, which was then . . cieslgnafed u~irig geophysi'tai" ~qui~ineiit. . .. - Once -the utilitl.es had been de~ignated .in the fi~ld; G&AI :surveyed ·the designating · p.al'nt .rn~.r.k.s/flags_.· ~&Ai' s fi:eld . ma _na$er produced detail"ed . sketches . depktiog .. _eatb ufil.i.ty ~-$ w.~11..~s t~l~Y~:!'.lt -~µ.rf.c1.~~ fe..~iure~.$µ~t.a ijj rqij _d.wa~~'= ~-Yll~iog$, -~-~n.h«?.J~~, flt~. hv.d.r.~m~; !.Atll.i~(p.e_ge._~~!~, valves, metefs~ ~tc .. Each u~llltfwas labeled wit~ a. unique ·10--co_de; Painbind ·pin flags . weh~ .u·se~ to .designate the .uti,iti(!.s in the fl~ld ~ .AJab~ie~ pin flag o.r pai~t ni"ark was . used to mark ea~h lo.c~tion . where : a ~.urv.ey shot was required. Shot p.oints were typically pla.ced at.100-fopt . iiltervals .on utilities running pararrei to . th~ ~hgnment and· ~t so~foof ·tnteryais: on ~tilltv cro~sings. Locating and Probing Procedures . . A.total ofl:hree (3.) test holes were excavated as part of tfffs project. G&AI appi°ied for and se.~µr,ed Lane ~lo.sure permits from the City c;,f Fort Worth a.nd notifh:!d the Te.?Ca.s bne·caH ~Y~~-~!11 ptior fb beginrilng'0te$t hoi~' excavation activities.· Tr~ffic controls (cones and ff~e st~hding . ~ignage; etc.-), lifac:c8rdaric~· with the tat,e closure permit~ werEf establishEid ·and pavet:f sutfates ·we,i cor~d prior ,tb lieglnriing°"excavation. G&AI uti"iiied hoh-~e·strlictive 'vacuum excavation . . eq1iipment .(Vac·''Masters System 4000) to excavate test hd°les·atthe required locations·;·' dnce e~~li: ut!Dfy was located~ G&Ai ' recorded :·the utility typ.e/size; mafer"ial, depth fo fop, ·and getteral dl~ection. E~~h test h_ole was. ~ssign~d a ur,ique IP numbe,r a.nd. m~rked with rebar/cap, nail/disk; or chiseled X;. as apprdpriate ~ The test-hole ID hu'mbef°arid :other pertinent utility lnformatipn were placed at each test-hole location. Te~t-hble excavations were backfilled with GB!AI Proje~·No. N-51,10.01.00 Page~ appt6priate m·~terlal and ·the original s'i:iifa"t:e re·stoi'ed. The backfill Was compacted In lifts by mechari!~i means to prevent fi,lture settlement. In · paved areas, the pavement core was replaced · and :s.ecured ·'in· place using Utilibond: . 3.0 PROJECT DELIVERABLES The final proj~ct deliverables consist of QuaUty Level B SUE plan sheets, a test hole Summary · Sheet, and Test Hole Data forms. The .Quality ·Level B SUE plans have been submitted to . Neel-Schaffer, Inc. under separate cover. The Summary ~f Test Hole Information and Test Hole Data Forms are included herewith in Appendix A and Appendix B, respectively • . , . ..... . : -... : : . -. -.. : : __ : .. . . ; ....... : . . . .. : ..... . . . Appendix A-Summary of Test Hole Information -"i°GorrondQ~!i '&'~Q~~~~ Inc. :;7524,Jack:N~weU Blvd ·South .. Forp/Vorth, ~"76118 Hs1.n. 4ss::142:.i i' .SUMMARY ()F TEST ,DOLE =·c.oORDINATES . ·,1_ Grosswlild Between ·Lake Hi hlands'-and ·Random FielifMaiiager.' ,;..;.aa.;,,;..;;.;;==~----------...:.i•1--................ _..,.,._..,..........,.._ __ ~--'-.;.;...-.;..· .... =-=--.. -..... .;;--..... ~-·11 :· echnicians: .. ,,; Jga!a,~~ci::,n·;;;;.··,::;:;;· =-· ;;;::;=;;.-.,-a;.-a-:.:;"a;;-;;;"·;,;;·"::..-....;:;.::.:,=;il -:-""· .. _: Vacuum Excavatio'iiTnicklTrai1ei':' ..... _Trailef.Coring'Mac!filrn ~., . ., _____ ~= .. -·~ DesignatingTruck: _D...,ii_-..,25.,.·....,.,,......,._ __ .,...... ___ 1 --.... 2 3 . -·~os · 22913BS:65' " .. 2.60 . . l)tilijy'is encased or COJ(ered with,con_s.~~~. 1_· -- .; ..... ,•i I, ··-.. ··~---.. -........... ·-····~ ~---:···~,~ .,_..,..,._, __ """.,,.._., ___ , ..... , ----~·-------· -....:.--··--···. -••• • •• -·-•• :•·.·. .. ••• _ ..... -·····. • • • ""'t _.,.. •1. ~ ....... ~-.-..... -. ..... •, ~_....~ ..... ~.-.... ~-_,..,...........__.u-.u..-4,1 ----~-~-·--.:.._.: ___ . ''7"" : ..=.:.~; .......•.• ___ •• ~ ••••• .....-r -·.···----:-..... -.... •, .......... _ •• , ... -•••• ·-• .. ·····:···· ··--·--···...: . I .• ~ =-------:. •.. ····...: .:.:.. .. ~"';""'~ .. . -.... ····· ,. ... ,. :-· -.-... • UJJrTSl:U-... ~-..:.-----,-··.-.•.·: -~-.--· •• -. ··•,.·~ ... w=i •:J..---... -... ..-.~··· --.-----~·· ... ... _.:,---- ----.·:-···--~ ·. I --· ----· -----------. ----·-·--· ~ .... · : . . ~ ···-...,... ,;.._..~--·_,.,,,,____ .• ·----· ; ---··------·--·-··--··--. -:-:>·.~· .••••• , ...... ,,.,, ... ....,.,... ......... ·~·-"""-""'" :=-···"'····-·····•.•,·.· . .:..u.,.,~....u ........... _,.__,,.. .·••r-·•,••• ..... ••••······ • •• ...... ·-~ Prepared er, l;,P Date: ~~0/2011 Checked .By:,,JA •) Dale: ·4/26~011 Sheet1 of1 .. . . '• . :. Appe·ndix B..:. Test Hole bata Fdrrrt-s · . . . .. i • ::; . .:·~·.• .~:<'··: --··~.·:-·-=--··""""'_:.."'\.1 1•,\1-:i.u • .,:;ri~,,•u .............. , •.. i.r,.:.·· ., • . ;;--.. -.. ·_ ··-:.-.~.·.· .::..-.. ·-· ~~ · ._._ .. ·,:.·. · · · ~: .. · .. -.:~au1,11!:11~11m11111,,: r ~- I l I :·. ·, t J ii .. r:itt:'· I ~t~rR ·; NO.ij,,~~ . I Mt!'1e . • -· ! . :~16.\o.: i' · · · : ·e~i;v~ cz> • • • I'! IC"l-..l..1-, .. .11-:·=., ....• ,, It . '\ : ! \ I• NOTES~rrI~tv 'oaSERVED '.-..::· j . : . . . . . •,•:•,;· I, n ! j. · ll i:. i I L I J .. -..... __ ... 6-INCHAs·pf.lALT ~ .. , ......................... -''"""':·.,...· _...;..;;.:....;.;... ...... -,EXISl:· . .GRAID°E·:EL··;;:'672:74.: ; 't : , .. ,., ........ , .. •'• .· . :·. ·: -:-"":"· •• ·--.. t-· .--•• ---••••• . . ·:2··.' ........ j ·~·: : .. -:':,1J1'1 · .r-.:J . 3/411·0$0TEtEPHONE: IIINE ·'. -:,,,' ::,••-,, ' 'I -•••• ,;,, '•• • • • •••• • • 'l •-••--• ••' ••• ,I ~: __ ·-~-:~ ~~- :1 l . ij : I. 1 • L I · ! ::·.,::-::,_: . ·~. '~•• ' ' ":"•' '• • ' ."II "' I:-,•,,• ' •, !•. • ' • • f.' ... , ....... ,.•,•n.,• .•. ~ -~-~ . --a:URll.Ertti.N.fi;RM~t,•IN; ,-~ .... _,, ' .. _... .·----.······-··· .·:·· ... . 1 ~m ·i Nttl'&· NbimiN$ ;: i:AS~&c $it~g· 11 . ti~(i:RIPT16N :t'.i~:j L.~?/:: .. meiiif::i :::iiiiiii:./ :::.:Ji:t:~J L~.:~~(~!!zi;Jt~ ..... ,.· i I I . · r; · ·.· ·., ... j r :: ..... J-:::~ ~. ··: · ·,901-ij~o.t~~r _.} .. ~~:~Jitt~J11&1:;J ::.-~-.-.J~11rtt::J L.~.::·._~·.-. :.~~ :r~~~{L, . . _· :: r-. ··-· .. ·: -;, C ... \Q· .... ""', ''1.66sij5.3t9f'-"} ·"·:2~91$.94!l1I J ·-,~·'~fltyl§E '~Jr:::::.-.. :·: .. ;Mi:\@}iil ... · ..... i · , ~ ·~\" :r r · · ·· ·· -·-..... ··-..... -".... -.. -~-~:-:,;;;:. ,, . .. ()') . • ,:.,,.~ ·I ---·t• ·~~~ . . }-i' ... ~. !(}, .> i ~.l·-:·~>, ... ·,:_. . ::l.·--:_ . . . --: \ .. ·' A ---,,,. · ·.\ .. · • · .. -,. 'JtiT ,, i :. • !I • • ' • ;. !., I f ' "' ' l·'r.t,•• • • • • J, ,•/Q i 'l . . .. • ....... ,, ~ ,..,.. ·ll .. . . . .:· . .. . • . • .. ~ .. • • • ,f' :i• :,-. . (' , I ..,. . .• ,,r! ~ !' ,,;.'\?''. '.f. "':;'':.:,-. 1; .;'., -~'. :'{ '· rv·~.-~ .. ;,"_ .. .:.:.. -.. .;_ .. .;;.;. .. .;.... ". ~.;,; ,.;_-. -·~r1:]:, '·r-"•:•: .... ~=-·~-~ ~ .. ,.': .. ~ ·I .. 1., ... ~r . 1>;;';1 . I ·~•. . .. ..· .. . ~:'-I.:L!:I . ... ... .. . -ct ' ! I . ' ... , . :~~l~:i'. i :. JJ1I : t ·., .. · . . .i ; · -~fl!~t · ·< . ~·,_. . '· -: f . /~. \•'._( CJl ... if: l · I 11 .. ,.I !ai ,, ...... TJ·l"'.1' .•• ,. , .• •... : • •1 ..t•, r. •, ,' I•• ',. :-•• •1 I' I I,---·---·-•.11 :.:.·r--1....-~·1 ... -11 .. •1 --...... ., .. -,..-. , -· ..... • ·-·· • • • ., •••. , -. NOTES·: UTILIT'lbBSERVED '· . · ... PLAN .VIEW, Nof'fo .scale" .. · ·ffiNcH· · ~se.HAii.r.· · , -"~;;., ·.: ·ex!.$T;·,GRADE ·:EL. = 6~4!~~ I ii : ·3::.;,1·· ... c+: 1 , • . i ' . . , '·, . ~., ... ,,r ;,~ . ' ·· . TOP .OF·.UT,!4ffY EL.-.;=f.680.62 [. !·· · : 3" o·ec TELEPHt>NE LiNE · .: ·=·-. . ... •: . "s ·ec.TION VIEW · · ·· · ·· · Not to Seate ·-· ... ____ ,, ... • ....... •• • • -·· .. -·-11 .. ;·,··· ...... ··-·--••• , ~RP.~!;QI..NA.ME: JiM~§~.P·.9P4RT :' CLIENT::' :. · ·. :J~.EEL SCHAF.FISR ' :r . q~t.ENT P.ROJ. No.: Ji!l,A. . .::. ·,. . \ ·§,l?\.U:l~Q.4,. No.: Nr~ltQ..Q1 .Q.O: -.. _.. . I ·tdCA'tld~f . · C.RQ$~WIN.P. '@· RANDOM l . ¢t'tvlSTATE: · · --FORT WORTH / TJ:< . ' . G~i PR61 MGR S. LOMES PETTY I : ......... :,.·· .. , .. ' ........ ··. ..... ... . , . 'i . ~$Al _fl~PlM$3R, BILI,;, C~RK I :1 : SURVEYEO BY:. G&AI !;\ i, 1 • , :~ .-:• • •• 1, ........ ,...I , • • -· ----.• • .-· ...... \ ... TES·t · H'Oi-E ··DiTA~-,ORM .. ·.·· ' •... ........ .... -. . ...... -... · ..... . . . , I ' fesrJiSLEH .. Jo: 0 ·02 frriLtri oWNi:R: AT&T · . i ·I: -~~~v.~~~D: ..... ~~·~:~.:.~~-~~-~-~-~-_:-~'~-~:~~~: 20~1:-?~:~1:...-..:.1 i~--~ .. -............. _ i:fdttortd6i1~ & Associates · Inc -~' ,< • • .: : ...... ·' . ' ~ijd'S':!!'iJEiYl!iO. . . ... ,. .•. ... . · 7.524 J~~ (l!eWell B!v~ S9~11,ji ;"§1.1.~~!l)fat;e .Utlflty ·E~glnel!iri(lg t,JJC Fort Wo.~;.fX 76t1_~.;, · 'Geotechnlcal en ·1neerln '') cm· .. · 817-49S::1424-·. .~:;.'.:-,i'!F.,:.'(,W,!.;~l:?. : ':'·:.· .. ·· .. '..: .... :::~· . . g . :_ ., -I'· ·,11 oes.C8J.PT.IQN ~ .. 111 ··: ...... :.~ ::·::',t • _,, .. ,.'=!"' " • -, ---.. • .. .,,,. •• -.. -;,;U,,;::Y,:• ... ~~.J .... :;:.\!.. ...... ... ;.ff!F ·1-'.l[1· ...... ·:;:···· ..... !'"~ ....... ;-.•t!:,t :':.;.. ....... ___ • :_,·. :•_t_ _., •• _. __ ,_\ .. ~ ,.•,t:.1,,, ••.• : 1[ , :-•• .,, •,• ;:,·,,, .... -.. ,-~-.,;,;; ,, ,-,-~;:=,::.:.r.r • ,·i.·.----.-. • ... I -···-· .··---w· v.:11:,···,.,,:--N~t·t9 ~~.~, · :I .. , .. _,-.,~ .. ,.-·.·· ,,~J~,~.Rt.t •. , ..•.... --.·exist.·GRAoe,ii;L~ = .. ,a.a~'.a~ JFZ::gjJIEJJIES .. H • •, •••• •• •' •• • • ............. . ~-1'..--.. , .. .,.,,:,~-. -. . ti : ' •,: '. . ·. i 2~eo FT NOTES: .• 1 '° .. 24" W.IDE.CONC·.CAP I ·ovi:R!UTILITY' . . 1,1-OEPTf[TO J:OF,tQF .. 1\-.~~k':i.c:'bi'it88'Ffit.toN ·· f · OF UTILITY.=UNKNOWN . .. ~-(OID NOT"O.e.S.ER.Ve· ... . : . UTILITY-· . m.:. . .. .-:. toP oi=· c0Nc·=·~ea;.1a· . I'" :,:, :·.. . ... , .•• -·. ... . . • . 1 · .· SECT.10.N ·vu.sw· .. i : . . . .. . .,... ·.'.'. . iiil\Hp)_lli,aii> .... :_ i:. .. ... ,. .. ... "~, ... .::· .. . , .. ·.,.. ... ·:·:· : .-: °-':-·c::::::.: ,:, : .. -;, • .-: :.:::-:::c:.c~-: : · ii: ~t{9.~,§¢.TNAMJa:: .. 91~!!$§k\N9.GP.URf · i. ,···.-::E·:--.··:·:,s···· ·r····· A·OL-E DlrA .. :FEl'RM . (. ·CLIENT:·' NEELSCHAFFER:: ' . · :·. ·.: .... ·· .. ', .............. ,, :·-":-'····'. · : ... · ...... ,,-..,·\············· <! i CLIENT .PROJ· N ····,: NIA . · . : · · ! · · .·., · : · ·o···o· "3' ,,. . ,. .. · :· ER·. ONCOR if ·&~1.:.:e.R9J':ti0}'',\·~:~·i.1:po1:,Q..Q . : :: ~~l~A~~~~q:. 20.f1~4;1~Tl.Ll~ii~o: . . .~9}1::o.~11-1 · a::-o·c·A!''l"10N c0osS'"'IND @ RANDOM ·· ········ · .............. ·· ··· · ····· ·· ..... · ··· ·· ·· ··· ·· .... · · . j·. "' • • l"\1•. ; : • 'Q, "• , .¥!,., ... : • ,:: • -~ • : :--·•, ":"':--'';''.'"'' • .. ·. '',~.II','..:; t .... "'.'--t."• ' .. 11):,, ,,-.,..:,, I ,' ,'It' ,,.;,:a.....,,,.,._J1.'i:.!,,"r.!~,I ,'1••-·•. -I• :I ··c1rvfsr.··Je F<J"RTW6RTH/T: .. < ·."JJ',:tJ;;•t···a,",.. • •• •• .. ······~-·~, ••. ··~-·--·•••· ···: •·· ···-,-~m.,oe,-··., ...... ,.-· i I! ••; : ... ····:\ .. ~ ... : ·. ·: · .·.:·· x ··-·.~.: ··,,f.i··-······:·11··a'>:•'""•'"''&nA·ssooiate·s .ffie·~ .. : . ·o MG. LO,MESP·ETTY:•,,•, ··:···.:,,;i uOrrQ ... on~· ..... ·.: ..... : ..................... ,·:::·· .......... ,I. S¥.~.,r.:;.~R .. ;A, .. , .. ·., ... ~.: ..... ·... . ..... : .... ·. · ~ ,. ··~~wt. ·:tand:Surj~ying · · '·7.'.S24.J~Q,l(N~W~!I Blyf§.ti.4'1i · • e&A : f:'.leto MGR. Bill CLARK I ·;~,\ .:.} c:§J6itilfa~tit11ity ehglneering iOc . Fort'Woffii/nc:;7:~11s1 . ~~~~~'rP ey: G~I . . . -..... } .,~~,·.:::~ .. ,.,:{?:.~f~~§~1aaf~h~~eetfno fcM::_ . .. .... . . .i8.Ji19:f1.4~~1 . ...... -, .. . Gorr.ondona .& Associates, Joe..,, . -752+Jai;:k0Newell Blvd,.So.uu( · , F.:!lrt wo~. 1?< 7s11s . ]817)' 496-1424 .. · ,r •• • · .. 4, .. -.....___ __ ~ --·.~--.J.f ·--- ,_.,.....,., .. --.. ---..... _ ···-· .... -. L e·.:~.-.. _ .. --····· ____ .. _ .. .._. ~ j -8: -, --·-· ·:,: .. :. :,. ............... . r 10 -"""·.·~ bs• --... .,Fl"!:'~------.. :s~y, OF T,1£ST' HO.LE INFORNL.ino:~r --··· ·' ----=--=:u .-. ···-~·-' . ....&.-.!..·-·-· . -··· .. ',:"':";".~ .. ,.L ----:-~ . •. ~. . ~---:· :·_-_. -·-- . -. -· ·--·· ... ···--· . ----'· . ·-·-::•: . . '•"'·"''F-iT"!;:::,~: ...... ......,,. .. .,11,oo .... :i:-i--····-:· i i . : : i . ---or-...... -...-----•u"'ti.t,• ';· ·-····.--·-·--·-·-:·····,1 ,,,,.,•••,1,-... ~ i i i . '"':'':" :· .. ·~ ··-· . ."i 11 ,. •·r-~.---:· _______ ,-___,.:._~ '--. ,-,..,,_,._, ,.1...:,,•-···. . ___ .,__ :._~---= 13 14 -··-· ·-·--.-.. :.:·. -- . ::, .- ~--... -· .L -.l ;_·. 15·~· ~~--••... ·.··-....V-:·• . !Toi. ~""~----.. --· •• •• ' .... ~~--• ·-.~ ---•• ··-·-~-! - · l'lo~es,:B.l:irf~d~~!ectrit 'aftest hot~ #3 -is encased or covered'with concrete . ~ I.J!!tmr·!Yri~~i, i;,i;_.ii:iffl:~~r.tai~T i-; .. ~ .F.'!:.; Elec;tfic : · · · · · -··t. '.'.".BT.· ·euiieif:Jeleplioiie. ·: ·· _ : · · · ·: "":'"f$.="Traf!ic:Sigi1a!"T"' ; . ~ 'SU.---:-:steel·, · · · -.. ····4; ' ,P.VC. -.Polyvinyl Cl!!!lli~e-:, /:::;G-.Gas · FOC • Fl~ec,PpUc.Catil!! F:M·_,:. f'c:i~-Maln . : . P.1;· f>°ci!Ye"1y_lene ' DBC 'f pirec(~u!iec:f:98ble, 11;.=.,;,.,.,..;...;...._..,,.,.....,...,,,,.,,;11,,,,,;,,.;;...;,,,,,,;...;..,.___,.,.,;.--,,;.--.,,.,..ii,.,,.,;.-......,;..,;;.;,-:,:,=-,,.....fl ;:. ·iii,,. \11/a\er. . --. S~~-~'S.anililri:Sewer = . ,,~ :Ac'~·:rrans_ite' RC~_;'.Reirifqrced,Ciiilcr;ele~Piii!!'.. ..,_._ . ·II"'.: "'p;;,L_•;;.;P;;.fo;.;if;;.uct--L.1-.n-e.,..... •• u-. .;S;;alM;;.;_~-f .;;·S""tp""rm:-.. ..::5'"'~0"',&e"'·'r"'·:="'. ·""·.-.. .--. -._""'_:,.i. 1,,=---,.a . .;,.i.._.,. .. ...,.."=""'···""'··..,..,i·.I; ,:;_q(;:g_i!ill!!!n~~ =~.: .:...1at--:::Vrtilifecf.ciay' -~~.:. ·· =:..:..:__:;: : ~~i=i..;F.µ\ilJ.;lri!;l. ·:.:..:......... Ye:'IY.:;:·0.abie':Televislon.......--·· :.::cJ;;'.Diicine'lron::..v• --:--· --FG :;..:f:11:j_efglass;'.(: ·. ·: --.. --'-=.. -. . I!:.== .. :::::.==. == .. ============:!!:::~2::::::i;:!;;;,;=::;:==;:;;;:::;;;;:;;;;;;~~:;;::::1======:::;;;;:~~ · · ·Date: ..4lW2011 ............. -· . :-,.,,,--. ::i;P,' -:. ,?,,1o••· -···"r•.::t·• 'f:l.:alrT...._~i..i...-:-:,-,;, ~· • .,.., ••• ·.·-·-·--:-. -;--~· ·--ij . -~~--.G\:!riC(e.lelS\eel :'C_yJlnder· ;; . : CM_~;co~~~~~!!.pe,:;_~,:-.·~ f , ?:j,: . ., •. , .......... ~·.1:""',••.r•·~~-•tti • -~ ~=.· • ; __ . ... ·.-................ _ ... :·:,: 4/1~/2011 .;• Traffic Details·· .... .... IS). ' ..... ·END ROAi) WORK I . 000 it · ~-· ool · D ::: :0 0 n, ::0 D 7' }oooo )l ~-------1- ARROW BOARD IF SPEED LIMIT IS 48 MPH OR GREATER I 0 0 Ol C c ·L 0 ::;i: GI 0 C 0 > "tJ <I N 0 z n, r X . .a.. :.0.. 0 0 ·O 0 0 0000 0 I· 0 0 0 .1 if I if I . ..D.. END ROAD WORK / This plan 1s submitted fot" TCP:· I cert1f y this plan will be used for the foll mg locat1on(sl: ' I I ~ . and that all channehzmg devices will conform LI.I ~· 0 Signature: to "Gene r al Notes' as shown on the b.ack. ·if.·' . ..;,.f> Date / .... CITY OF FORT WORTH ... TRANSPORTATION AND TYPICAL ONE WAY STREET ONE LEFT LANE.CLOSURE PUBLIC WORKS Note:·· See rev.erse side for General Notes and OeV1ce Spacing PLAN 121L , r' , .. -CSl ' END ROAD WORK ------ . ~A. J> :s: ::0 0 rn :::0 J> " to C N .,, 0 .,, z rn rn :::0 X ir 0 0 0 0 ho ,I • 0 0 0 ir I~ I · 0 0 END ROAD WORK ~000001 ARROW BOARD IF SPEED LIMIT IS. 40 MPH OR GREATER I This plan is submitted for TCP. I certify this plan wili be used for the folling locat1on~s): ~ · l I c.o _and that all channelizing devices will conf arm ·· to "General Notes' as shown on -the back. w 1--. <C Cl CITY · OF FORT WORTH ; TRANSPORT AT.ION AND · · · PUBLIC WORKS . Date TYPIC.AL ONE WAY -STRE~T ONE RIGHT LANE CLOSURE Note: . . . See reverse -s~de · for General Notes ond Devic~ Spacing PLAN 121R - <I SI N ~ .. z <C ..J l.. .-. CSI CSI N ' J ~ 10 . FEET · WJ Ml~·~ ... i--~ . .J.---~ FLASHING LIGHTS ,. I REVOLVING LIGHT I I I .~ 1i This plan 1s submitted for TCP. I certify this plan will .be use~ for the folhng locat1on(sl: ' I ·/ ----------- M and that all channelizing devices will con. form to 'General Notes' as shown on the ba~k. · w I-. <C C) I .. Signature: CITY OF FORT WORTH TRANSPORT ATI°bN AND PUBLIC : WORKS Date TYPICAL TWO WAY STREET -SPEED LIMIT 30 MPH OR ·LESS SHORT DU .RATION - 1 HO.UR OR LESS -DAYTIME ONLY . . Note: See reve.rse side for General Notes and Device Spacing PLAN "220 . A" TMUTCD Figure TA.:3,4 & 6 · 1 I I I . : -.I · I __ J . • -·i. .. ,>" '00 lSl N -~ ·z <C ...J a. -lSl lSl N ' - .. I . 0 0 0 --+-----.- 0 0 0 10 FEET o~ MIN.~ o~ $ r. I 0 0 .o ·o 0 0 0 0 0 0 0 0 I i\ .o I I I if I ~ <[ 0:: w D ·O:: 3 <[ I, 0:: II w LL w LL z :::, 0 CD N j z x <[ ,_, ~ ~ - I-I-w w w w ll.. l.J... IS) IS) IS) ID . - I .. ROAD . WORK AHEAD This plan 1s subm1~ted for TCP~ I cert1f y this plan will be used for. the folhng locat1on(s): M '-I ( LO and· th_ at all chanr:iehzing de~1ces ·will conform to 'General Notes' as shown on the back. L.i.i ·t- <t Cl . Signature: Date , . , ·•cnY "OF FORT · WORTH TYPICAL TWO ·.WAY STREET ·-SPEED LIMIT 30 MPH oR· LESS TRANSPORT A 1 ION . ·1---=-SH....;;:..OR_..;.T_T.:...;;::E.:....:.:.RM~S T:....:....:A...:....:TI~ON..;,;_;A:....:....:RY_.-_-=12_..;.· H..;,;..;R-=-S ....;;:..OR:....:....=.:LE=S.;=.-S -~ ....::D..:....:...:AY:....:...T.:..:....:IM=-E -=O.:...:.:NL:..:.Y--1 AND Note: PUBLIC WORKS See reverse side for General Notes and ~ev1_ce Spacing PLAN 11 220 B11 TMUTCD Figure TA-3,4 &. 6 .,':\.,,., ~· :..J a. END ROAD WORK 10 FEET. .o 0 0 0 tN. f~ a ·a a a a (> END . '. ROAD WORK .a.~- 0: w w lL. z lL. 0 ffi N °'o / 0 .' 0 0 0 0 .o 0 o This pion is submitted for TCP. I certify this pion will be used for the following location(s): N ...... ... r<') -~ and that all channelizing devices wi!I conform to "Gen{;lral Notes". as shown on the bock. w I-< Signotur~: 0 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS Dote: TYPICAL IWO WAY STREET -SPEED LIMIT 30 MPH OR LESS INTER.MEDIATE TERM -OVERNIGHT . TO 3 DAYS ....-- . \~ Flogger 2 Floggers req1.,1ired wheneve opp,osing traffic reql!ired · to use same lane. f. .··c::i Floggers shall be in constant r radio contact. No congregrating around ~ flogger sto.ti?f!S. a: Flogger stations must be lighted at night. ... 0 0 N END ROAD WORK l 1 I. a a a · 1: ·o 0 0 0 0 0 0 0 0 a a A~. ~-EN_D __ ROAD WORK n: WW ,._ z . ,._ 0 . :::lN ID Flogger Required On Collector /Residential Streets. Additlonol Floggers · May Be Required Depending On Fleld Conditions .. -~. °This pion is submitted for TCP. I certify this. plan will be used for the following focation(s): ' I() w -~ ar:id that all channelizing devices will conform to "General Notes". as shown on the bock. a ~ignature: CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS Note: Date: TYPICAL. TWO WAY STREET LANE CLOSURE See reverse side for General Notes · ond Device S ...... I I- I if I- I f- I if w z <I f-_J \ D ··, z J 1-f ~ 0: .. I-<I IS) I 0... -~ z <[ -' a.. I if I- DUMPSTER IN PARKING LANE -IS) TYPE I BARRICADE I I I. I -~· ·u . i O O 0 0 0 . I ·w z <r _J _J w > <I O:· I- I it 1if 0 ..a. ...Q. DUMPSTER IN TRAVEL LANE -' ~ This plan 1s submitted for TCP. I certify tl:ns plan will be used for the folhng locat1on(sl: ' CJ"' ~ I 1----'--------- M and that all channelizing devices will conform to 'General Notes' as shown on the back. w I- ~ · Signature: · Date CITY OF .FORT WORTH · .. ~ ' TRANSPORTATION . :.: TYPICAL LAYOUT FOR DUMPSTER AND . PUBLIC WORKS Note: ·s~e reverse side for Gen~ral Notes and Device Spacing PLAN "310° ~ti?tCS?ll9l'):,·-··17:1ererr:e:nett11rf?f~~)rt5ewE• -d He •;,1cr.l.i:·be "i·a..:......""'~ .... .-• .:a.~~·-,----'MP' ----------,----,------~/ ·( "GENERAL · NOTES" /' < 1. All channelizing devices shall be in accordance with the current edition · of the Texas Manual · on Uniform Traffic Control Devices. . 2. All Traffic Control Devices shall have working visible warning lights as required in accordance with the current edition of TMUTCD. · 3. For Temporary Situations, when it is not feasible to remove and restore pavement markings, channelization must be made dominant by using a very close device spacing. This is especially important i.n locations of conflicting information,. such a·s where traffic is directed ·over a double yellow centerline. In such locations, channelizing device spacing of 1°0 feet is required.. · · · 4. For Long Term Stationary work, all conflicting pavement markings must be removed and centerUne striping provided where two way traffic Is in adjacent lanes. 5. Contractor shall provide sidewalk closure, crosswalk closure and/or walkway bypass wherever pedestrian movements are affected by construction activities. All sidewalks and crosswalks shall be accessible when contractor is not working unless otherwise approved by the City Traffic Engineer. · · 6. The use of trailer mounted ARROW DISPLAYS may be required on all lane closures. The contractor shall provide one (1) stand-by unit In good working condition at the job site, ready for use, if hrs operation requires 24-hour a day clos_ure set-ups and if required. · 7. City Traffic Engineer and/or Inspectors may require additional traffic control devices. Posted Speed Formula* MPH 30 35 L=WS2 60 40 45 .. 50 L~WS *L= Taper length !n feet TYPICAL TRANSITION LENGTHS AND SUGGESTED MAXIMUM SPACING OF DEVICES Minimum Desirable Taper Suggested Maximum Device Lengths lU Feet Soacino 10' 11' ·12· On a Taper . On a Tangent Lane Lane Lane. (Feet) .(feet) · Offset Offset Offset 150 165 1ao· 30 60-75 205 225 245 .35 70-90 265 295 320 40 80-100 450 ·495 . 540 45 90-110 500 550 600 50 100-125 W= Width of offset In feet S= Posted speed Note: Buffer Zone will be 25 feet (maximum). LEGEND . CJ 0 El -~ Channelizing devices Trailer mounted arrow display er=° Flagger 0~ Barricade Suggested Sign Soaclno (Feet) "X" Dimension 120 160 240 .. 320 400 . Section 9 Addenda