Loading...
HomeMy WebLinkAboutContract 39233aw No 2 tom, SECRETARY FORTWORTHCO"'FIACTNo . -39a33 CITY SECRETARY D.O.E. FILE SPECIFICATIONS AND CONTRACTOR'S BONDING CO. CONTRACT DOCUMEP55NSTRUCTION'S COPY FOR THE CONSTRUCTION "ENT DEPARTMENT SH 121T Southwest Parkway Water & Sanitary Sewer Main Relocations, Part 21: 16-inch Water Main at Overton Ridge Blvd. City Project No. 00204 Water Project No. P265-603170020488 Ir Michael J. Moncrief Dale A. Fisseler, P.E. Mayor City Manager S. Frank Crumb, P.E. Director, Water Department William Verkest, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth Water Department 2009 ®� Kimley-Horn and Associates, Inc. TX Re g istratio N 928 n KHA No. 061018028 OFFICIAL RECORD' n CITY SECRETARY R E C, T 5 no M&C Review Page 1 of 2 r CITY COUNCIL AGENDA COUNCIL ACTION: Approved on 9/1/2009 DATE: 9/1/2009 REFERENCE NO.: C-23760 LOG NAME: CODE: C TYPE: NON -CONSENT PUBLIC HEARING: Official site of the City of Fort Worth, Texas FORT WORTH 60SH 121 TP3 JACKSON NO SUBJECT: Authorize a Contract in the Amount of $489,124.00 with Jackson Construction, Ltd., for Water and Sanitary Sewer Relocations for State Highway 121T, Part 21, at Overton Ridge Boulevard RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract in the amount of $489,124.00 with Jackson Construction, Ltd., for Water and Sanitary Sewer Relocations for State Highway 121T, Part 21, at Overton Ridge Boulevard. DISCUSSION: On April 5, 2005, (M&C C-20632) the City Council authorized the City Manager to execute an engineering agreement with Kimley-Horn and Associates, Inc., for Water and Sanitary Sewer Relocations for State Highway 121T, Part 2, from Hulen Street to Alta Mesa Boulevard (Project 00204). The State Highway 121T, Part 2, design contract provided plans and specifications for the following construction projects: • State Highway 121T, Part 1 (Complete); • State Highway 121T, Part 2 (Complete); • State Highway 121T, Parts 1A, 5 and 7A (Complete); • State Highway 1.21T, Part 13A, Harris Parkway (Complete); • State Highway 121T, Parts 7B, 11 and 19 (Complete); • State Highway 121T, Part 3 (Complete); • State Highway 121T, Parts 8, 10 and 12 (Complete); and • State Highway 121T, Part 21 (Proposed via this M&C). Part 21 of this construction project will allow for the relocation of the 16 inch water main on Overton Ridge Boulevard. The project was advertised for bid on March 19, 2009, and March 26, 2009, in the Fort Worth Star- Teleraram. On April 16, 2009, the following bids were received: http://apps.cfwnet.org/council_packet/mc—review.asp?ID--1 1823&councildate=9/1/2009 9/15/2009 M&C Review Page 2 of 2 Bidder Atkins Brothers* Jackson Construction, Ltd. William J. Schultz, d/b/a Cirice "C" Construction Company Conatser Construction TX, LP Texas United Excavators, L.L.C. Amount Time of Completion $375,466.00 120 Calendar Days $489,124.00 $490, 326.50 $524,210.00 $533, 912.56 *Atkins Brothers has been determined to be non -responsive to the contract documents and specifications due to failure to submit the required M/WBE documentation. Therefore, staff recommends award of contract to the next lowest responsive and responsible bidder. Jackson Construction, Ltd., is in compliance with the City's M/WBE Ordinance by committing to 34 percent M/WBE participation. The City's goal on this project is 14 percent. In addition to the contract amount $24,456.00 is provided for project contingencies. There are sufficient funds available for project management, material testing, inspection and survey. The project is located in COUNCIL DISTRICT 3. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Water Capital Projects Funds. TO Fund/Account/Centers FROM Fund/Account/Centers P265 541200 603170020488 $489.124.00 Submitted for Citv Manager's Office bv: Oriainatina Department Head: Additional Information Contact: ATTACHMENTS 60SH121TP3JACKSON MAP,pdf Fernando Costa (6122) S. Frank Crumb (8207) Liam Conlon (6824) http://apps.cfwnet.org/council_packet/mc_review.asp?ID=11823&councildate=9/1/2009 9/15/2009 - — -_. LIIUL111I-nuniv Z 002/01t ADDENDUM NO.2 CITY OF FORT WORTH WATER DEPARTMENT SH 121T Southwest Parkway Water & Sanitary Sewer Main Relocations, Part 21: 16-inch Water Main at Overton Ridge Blvd. City Project No. 00204 Water Project No. P265-603170020488 Addendum No. 2 Issue Date: April 14, 2009 Bid Receipt Date: April 16, 2009 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. SPECIFICATIONS Part B — ROPO$AL Replace the existing Proposal Section (pages B-1 to B 9) with the attached revised proposal: "PROPOSAL — ADDENDUM No. 2" (pages B-1R to B-911). o Items 1 through 3 where changed to specify Pressure Class 250 Ductile Iron water pipe. All other provisions of the contract documents, plans and specifications shall remain unchanged. Failure to return a signed copy of the addendum with the Proposal steall be grounds for rendering the bid non -responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. RECEIPT ACKNOWLEDGED: Water Department S. Frank Crumb, P.E. Director :+ sy: v to I B v Ail Ja/ Compan ._ _ -� Tony Sholola, P.E. Program Manager ADDENDUM NO. 2 40 ADDENDUM NO. 1 CITY OF FORT WORTH WATER DEPARTMENT SH 121T Southwest Parkway Water & Sanitary Sewer Main Relocations, Part 21: 16-inch Water Main at Overton Ridge Blvd. City Project No. 00204 Water Project No. P265-603170020488 Addendum No. 1. Issue Date: April 2, 2008 _ Bid Receipt Date: April 16, 2008 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. SPECIFICATIONS Part DA — ADDITIONAL SPECIAL CONDITIONS • Tunneling and the use of tunnel liner plate will not be permitted for this project. All other provisions of the contract documents, plans and specifications shall remain unchanged. 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 bid submittal. _ RECEIPT ACKNOWLEDGED: .. By 44-&A— Companv� (JClY l J (J�f no Water Department S. Frank Crumb, P.E. Director B GP( Tony Sholola, P.E. Program Manager on ADDENDUM NO. 1 TABLE OF CONTENTS Part Notice to Bidders A •• Comprehensive Notice to Bidders A Special Instructions to Bidders A Minority and Women Business Enterprises Specifications B Proposal B - Vendor Compliance to State Law B General Conditions C Supplementary Conditions to Part C CI Special Conditions D .. Additional Special Conditions DA Special Specifications E Certificate of Insurance F Contractor Compliance with Worker's Compensation Law F Maintenance, Payment and Performance Bonds F Contract G Geotechnical Boring Logs Appendix A TxDOT Permit Appendix B Pavement Cords Appendix C ow wr ow ry fto PART A r .o .r r PART A - NOTICE TO BIDDERS Sealed proposals for the following project: SH 121T Southwest Parkway Water & Sanitary Sewer Main Relocations, Part 21: 16-inch Water Main at Overton Ridge Blvd. in Fort Worth, Texas City Project No. 00204 Water Project No. P265-603170020488 Addressed to the City of Fort Worth Purchasing Office at 1000 Throckmorton Street, Fort Worth, Texas 76102 will be received until 1:30 p.m., Anril 16. 2009 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. Plans, General Contract Documents and Specifications for this project may be obtained at Kimley Horn and Associates office, 801 Cherry Street, Suite 950, Unit 11, Fort Worth, Texas 76102. A sixty r dollar ($60.00) non-refundable fee is required for each set of plans and documents. These documents contain additional information for prospective bidders. The major work on the above referenced project shall consist of the following: Water Line Improvements 310 LF 16" Water Line by Open Cut 565 LF 16" Water Line by Other than Open Cut 130 LF 12" Water Line by Open Cut 10 LF 10" Water Line by Open Cut 2 EA 16" Gate Valve 1 EA 12" Gate Valve The City reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("with Documentation') and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. Failure to comply shall render the bid non -responsive. For additional information, please contact Mr. Liam Conlon, Project Manager, City of Fort Worth — .. Water Department at (817) 392-6824 or Mr. Carl T. DeZee, P.E., Project Manager, Kimley-Horn and Associates, Inc., at (817) 335-6511. ADVERTISING DATES: March 19, 2009 March 26, 2009 Fort Worth, Texas y PART A— COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following project: SH 121T Southwest Parkway Water & Sanitary Sewer Main Relocations, Part 21: 16-inch Water Main at Overton Ridge Blvd. in Fort Worth, Texas City Project No. 00204 Water Project No. P265-603170020488 Addressed to the City of Fort Worth Purchasing Office at 1000 Throckmorton Street, Fort Worth, Texas 76102 will be received until 1:30 p.m.. April 16. 2009 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. Plans, General Contract Documents and Specifications for this project may be obtained at Kimley Horn and Associates office, 801 Cherry Street, Suite 950, Unit 11, Fort Worth, Texas 76102. A sixty dollar ($60.00) non-refundable fee is required for each set of plans and documents. These documents contain additional information for prospective bidders. All Bidders will be required to comply with Provision 5159a of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance no. 7400 (Fort Worth City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment practices. Bid security is required in accordance with paragraph 2 of the Special Instructions to Bidders. The major work on the above referenced project shall consist of the following: Water Line Improvements 310 LF 16" Water Line by Open Cut 565 LF 16" Water Line by Other than Open Cut 130 LF 12" Water Line by Open Cut 10 LF 10" Water Line by Open Cut 2 EA 16" Gate Valve 1 EA 12" Gate Valve Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. The City reserves the right to reject any and /or all bids and waive any and/or all formalities. AWARD OF CONTRACT: No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of contract, if made, will be within ninety (90) days after the opening of bids, but in no case will the award be made until all the necessary investigation are made as to the responsibility of the bidder to whom it is proposed to award the Contract. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the PROPOSAL form(s). Bidders must also acknowledge receipt of the Addendum on the outside of their bid envelope. Bids that do not acknowledge receipt of all addenda may be rejected as being non -responsive. Information regarding the status of addenda may be obtained by contacting the City of Fort Worth Water Department at (817) 392- 8207. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders must complete the proposal section(s) and submit the complete specifications book .. or face rejection of the bid as non -responsive. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time deadline stated below or the bidder may request a copy of said forms from the City Project Manager named in this solicitation. In accord with City of Fort Worth Ordinance No.15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non -responsive. Bidders are advised that the City of Fort Worth has not acquired all necessary permits and/or casements for the construction of the project shown in the Plans. Bidders are hereby notified that the City anticipates obtaining the necessary permits and/or easements by the start of construction. In the event the necessary permits and/or easements are not obtained, the City reserves the right to cancel the award of the contract at any time before the Contractor begins any construction work on the project. In addition, Bidders shall hold their unit prices until the City has obtained all permits. The Contractor shall be prepared to commence construction without all executed permits and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not required permits. SUBMISSION OF BID AND AWARD OF CONTRACT The proposal within this document is designed as a package. In order to be considered an acceptable bid, the Contractor is required to submit a bid for the complete proposal. A bid proposal submittal that is received with the proposal incomplete will be rejected as being non -responsive. Award of the contract shall be to the responsible low bidder. Bidders are hereby informed that the Director of the Water Department reserves the right to evaluate and recommend to the City of Fort Worth City Council the bid that is considered to be in the best interest of the City of Fort Worth. .. mmo Pre -qualification Requirements for Water Department Work ., The water and/or sanitary sewer improvements must be performed by a contractor who is pre -qualified by the Water Department at the time of bid opening. A general contractor who is not pre -qualified by the Water Department, must employ the services of a sub -contractor who is pre -qualified. The procedure for pre -qualification is outlined in the "Special Instructions to Bidders (water - sewer)". Failure to list a sub -contractor who is pre -qualified by the Water Department shall result in the rejection of the bid as non -responsive. The managing department for this project is the Water Department. For additional information, please contact Mr. Liam Conlon, Project Manager, City of Fort Worth — Water Department at (817) 392-6824 or Mr. Carl T. DeZee, P.E., Project Manager, Kinley-Horn andAssociates, Inc., at (817) 335-6511. DALE A. FISSELER, P.E. CITY MANAGER Im ADVERTISING DATES: March 19. 2009 March 26. 2009 Fort Worth, Texas 0.0 0" M . MARTY HENDRIX CITY SECRETARY By: f o n y Tony Sholola, P.E., Engineering Manager, Water Department no SPECIAL INSTRUCTIONS TO BIDDERS y 1) PREOUALIFICATION REOUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification .. process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being'prepared, the previous statement shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non -responsive and will be rejected as such. e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if no inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. 2. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort .. Worth, in an amount of not less than five (5%) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (10) days after the contract has been awarded To be an _ acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 3. BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred (100%) percent of the contract price will be required, Reference C 3-3.7. 09/ 10/04 No 4. WAGE RATES: im Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. ur (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to - each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Right to Audit, under paragraph L of Section C 1: Supplementary Conditions To Part C — General Conditions, pertain to this inspection. .r (C) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. - The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. r, 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the -right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located. "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. ..r The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. r 8. PAYMENT: If the bid amount is $25,000.00 or less, the contract amount shall be paid within forty- five (45) calendar days after completion and acceptance by the City. 9. AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with r the employment, advancement or discharge of employees or in connection with the terms, conditions ow 09/ 10/04 2 or privileges of their employment, discriminate against persons because of their age except on the Im bases of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, t subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties r or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM (`with ,w Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery wag made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non -responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding .., actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent .. misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3) years. 12. FINAL PAYMENT, ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. 09/10/04 b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. C. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. ..r e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. - f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. Ma a" MW 09/ 10/04 4 VW NO .r lw m ar PART B up am am o L7--j FORT WORTH City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY ... I If the total dollar value of the contract Is $25,000 or mare- the M/WBE goal Is applicable. If the total dollar value of the contract is less than $25,000, the M/WBE goal is not applicable. VMO POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable 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 r The City's M/WBE goal on this project is 14 % of the total bid (Base bid applies to Parks and Community Services). U-1 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 9-0 either of the following: 1. Meet or exceed the above stated M/WBE goal, or 14. 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION I The applicable documents must be received by the Managing Depar!ment, within the followig times allocated, in order for the entire bid to be considered res nsiva to the s ecifications. - ric 0�1r6171.r7#a . no lain a dateltime receipt Such receipt shall faxed copy will not be accepters_ 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date, exclusive of the bid opening date. I 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. stated goal: 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: opening date, exclusive of the bid opening 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 goal. opening date, exclusive of the bid opening 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. ow Rev. 11 /11 /05 ATTACHMENT 1A Page 1 of 4 FORT WORTH �R„�---- City of Fort Worth -. Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime _ PROJECT NAME: ' I M=/DBE , NON-M=/DBE -I BID DATE ,r City's MNVBE Project Goal: I Prime's MlWBE Project Utilization: PROJECT NUMBER 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) ,ity business days after bid opening, exclusive of bid opening date, will resultin the bid being considered non -responsive to bid specifications. IThe undersigned Offeror agrees to enter` into a 'formal agreement with the MNVBE firm(s) listed in this .utilization schedule, conditioned upon execution of a contract with the City'of Fort Worth. The intentional nd/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the ,bid being considered non -responsive to bid specifications MfWBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the: time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, I.e., a direct payment from the prime contractor to'a subcontractor is considered 1st tier,.a payment by a subcontractor to its supplier is considered 2"tl tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business .. Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). lfhauling services are utilized, the prime will be given credit as long` as the M/WBE listed' owns and prates at least one fully licensed and operational truck to be used on the contract: The MNVBE`may lease trucks from another M/WBE firm, including' VI/WBE owner -operators; and receive full M/WBE credit. The -ws 'iV OBE may lease trucks. from non-M/INBEs, including owner -operators, but will only receive -credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. %W Rev. 5130/03 FORT�QRTH ATTACHMENT 1A Page 2 of 4 %w Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax Certification N ` (check one) .n T N T Detail Detail i C X , M Subcontracting Work Supplies Purchased e M W T D W r B B R O B E E C T E A Dollar Amount Rev. 5/30103 FoR�TH ATTACHMENT 1A Page 3 of 4 ri Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-MNVBEs. Please list MNVBE firms first, use additional sheets if necessary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER T Company Name i N T Detail Detail Address I M yy C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B R O B E E C T E A Rev. 5/30/03 r r.. ATTACHMENT 1A FORTWORTH Page 4 of 4 �._ Total Dollar Amount of M/WBE Subcontractors/Suppliers $ Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 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. Authorized Signature Title Company Name Adds City/State/Zlp Printed Signature Contact Name/Title (if different) Telephone and/or Fax E-mail Address Date r Rev. 5/30/03 ATTACHMENT I FORT WORTH_ Page 1 of 1 City of Fort Worth Prime Contractor Waiver Form PRIME COMPANY NAME: I Check applicable block to describe prime PROJECT NAME: i I M/W/DBE I I NON-M/W/DBE .. BID DATE City's M/WBE Project Goal: I PROJECT NUMBER If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. FailuFe to=complete t it. form in Its entirety and be.received by tlje Manani+�A DQp rtfpenY on or before,5:Q0 Jp mt; five (51 City bess Jgpy;-,pf Qr bid opening exclusive of the bid opening date, will result in the bid being considered non=responsive to bid specifications. , F Will you perform this entire contract without subcontractors? I YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, NO ow this is your normal business practice and provide an operational profile of your business. _ w Will you perform this entire contract without suppliers? YES .r If yes, please provide a detailed explanation that proves based on the size and scope of this project, . this is your normal business practice and provide an inventory profile of your business. I NO i The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/WBE(s) on this contract, the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The bidder also _ agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs 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 creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Name (if different) rr Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev. 5/30/03 I ..r VW ATTACHMENT IC Page 1 of 3 FORT WORTH PRIME COMPANY NAME: PROJECT NAME: City's M/WBE Project Goal: City of Fort Worth Good Faith Effort Form PROJECT NUMBER Check applicable block to describe prime BID DATE BE I NON-M!W/DBE if you have flailed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your DBE participation is less`than the City's project goal, ,you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete` this form, in its entirety with supporting documentation, and received by the Managing: Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in ,the bid being, considered non -responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity) for the completion of this ■} project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMSR On Combined Projects, list each subcontracting and or supplier opportunity through the 2no tier. 4W Mr .. F %ft (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev. 05/30/03 s ATTACHMENT 1C Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of MIWBE subcontractors and/or suppliers from the City's M/WBE Office. Yes Date of Listing / / No 3.) Did you solicit bids from MIWBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes (If yes, attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from MIWBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (If yes, attach list to include name of M/WBE firm, person contacted, phone number and date and time of contact.) No NOTE: A facsimile -may beusedto comply with either or 4, but may'not be used for both. If a facsimile ,. is used, attach the fax confirmation, which is to .provide M/WBE 'name, date, time, fax number and documentation fazed. MOl`Es` If the list of M/WBEs 'for'a particulars subcontracting/supplier opportunity is ten (10) or less; the 'bidder must contact the entire list to be n compli'a" ;with questiorli,4 and, 4. " if the list of M/WBEs fora F 'particular subcontracting supplier opportunity' is ten;(10) nor more,'the bidder must contact at.least-two- ,.. thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of "~ plans and specifications in order to assist the M1WBEs? Yes No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MIWBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide `w dispute concerning quotes, the bidder will provide for confidential in -camera access to and inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessary, and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Rev. 05/30/03 ATTACHMENT 1C Page 3 of 3 Please provide additional information you feel will further explain your good and honest efforts to obtain MIWBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and 4 accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and via files held by their company that will substantiate the actual work performed on this F contract, by an authorized officer or employee of the City. .� Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from lr"p participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. '.M Authorized Signature Printed Signature Title Contact Name and Title (if different) F " Company Name Phone Number Fax Number ti. Address Email Address City/State/Zip Date Rev. 05/30/03 FORT WORTH r 'w Name of City project: 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) CITY OF FORT WORTH Joint Venture Eligibility Form All questions must be answered, use "NA "ijapplicable. A joint venture forth must be completed on rMh project RFPBid/Purchasing Number: Joint Venture Page 1 of 3 Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the, .M joint venture M/WBE firm I Non-M/WBE name: firm name: Business Address: Business Address: �o City, State, Zip: City, State, Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: ■^ 2. Scope of work performed by the Joint Venture: Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE: 40 i Rev. 5/30/03 i Joint Venture Page 2 of 3 3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) .. Profit and loss sharing: r- Capital contributions, including e uiP ment• 9 Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: II a. Estimating ---- -- -- - ---- ---- --- I I b. Marketing and Sales ---------------------------------------------- c. Hiring and Firing of management personnel I` ---------------------------- d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved, information, then the participants must inform the City's M/WBE Office immediately for approval. 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 City's M/WBE Ordinance. Rev. 5/30/03 Joint Venture Paqe 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision -making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. --------------------- Name of M/WBE firm Name of non-M/wBE firm * Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner W Printed Name of Owner Printed Name of Owner No Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of , 20 , before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. F Notary Public vor Print Name Notary Public to Sign"M Commission Expires ON (sea!) Rev. 5/30/03 rs W-JVVat V11 PROPOSAL — ADDENDUM No. 2 TO: Mr. Dale IA. Fisseler, P.E. City Manger Fort Worth, Texas FOR: SH 121T;Soathwest Parkway Water & Sanitary Sewer Main Relocations Part 21: �6-inch Water Main at Overton Ridge Blvd. in Fort Worth, Texas City Project No. 00204 Water Project No. P265-603170020488 Pursuant to the foregoing "Notice to Bidders," the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnishiall 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 th6 City of Fort Worth. Upon acceptance' of this proposal by the City Council, the bidder is bound to execute a contract and furnish Performance, Maintenance Bond, and Payment Bond approved by the City of Fort Worth for performing and Completing the construction work within the time stated and for the following sum, to - wit: i CPMS Estimated Unit Name of Pay Item with Unit Bid Amount IPay I I Item No. ! Quantity Unit Price in Words I I Price I Bid 1. BID- 565 L.F. Pipe — Casing — 30-Inch (Steel Casing Pipe 00584 by Other than Open Cut with Stainless Steel Spacers with 16-Inch Pressure Class 250 DI Water Pipe Per Item DA-6 and DA-125) -- Install @ Dollars An� (/ Cents $ ? au) Per Unit 2. BID — 275 L.F. Pipe — Pressure — 16-Inch (Pressure Class j 00592 250 DI Water Pipe by Open Cut (All Depths) (Restrained) with Backf`ill Per Detail 34/13) — Install @ i sCit.,(ll.L. Mars And Cents Per Unit 3. BID — 35 L.F. Pipe — Pressure —16-Inch (Pressure Class 00592 250 DI Water Pipe by Open Cut (All Depths) (Restrained) with Type 2E Flowable Fill Backfill Per Detail 34/13 and D -108) — Install @ i � Dollars $� O °° / n � on, j And Cents I Per Unit B-1R No M EP M Pay CPMS Estimated Unit Name of Pay Item with Unit Bid Amount Item No. I IQuantity I I Unit Price in Words I Price I Bid 4. BID - 130 L.F. Pipe - Pressure -12-inch (PVC C-900 DR- 00591 14 Water Pipe by Open Cut (All Depths) with Backfill Per Detail 34/13) - Install @ hivuusid[ ollars And G�C Cents $18�- $o,, ITI(X011-1 -� Per Unit 5. BID - 20 L.F. Pipe - Pressure -10-inch (PVC C-900 DR- 00588 14 Water Pipe by Open Cut (All Depths) with Backfill Per Detail 34/13) - Install @ &L Dollars And Cents $ Ivc;, $ Per Unit 6. BID - 20 L.F. Pipe - Pressure- 6-inch (PVC C-900 DR-14 00616 Water Pipe by Open Cut (All Depths) with Backfill Per Detail 34/13) - Install @ 91 k,9,A-- ollars And Cents $ $ o2J Per Unit 7. BID - 2 E.A. Valve -16-inch - (Resilient Seated) Gate 00719 Valve with Vault (Per Detail 5/11) - Install @ 1 Dollars And PIP Cents Per Unit 8. BID - 1 EA. Valve - Gate - (16-inch Cut -in Resilient 00750 Seated Gate Valve Per Item D-52.6) - Install @ J Dollars And Cents /� O� Per Unit 9. BID- 1 E.A. Valve -12-inch - (Resilient Seated) Gate 00717 Valve with Box (Per Detail 2/10) - Install @&v-ez t�dd.L Dollars -7 And Cents $1750 $ Per Unit j I B-2R no i Ej --- i-. ---- ----- IPay CPMS Estimated Unit Name of Pay Item with Unit Bid Item No. I IQuantity I I Unit Price in Words Price 10. BID- 1 E.A. Valve — 6-inch — (Resilient Seated) Gate 00745 Valve with Box (Per Detail 2/10) — Install @ llars yy-� i And N I) Cents $ 70 Per Unit 11. BID — 1 E.A. Fire Hydrant (Per Detail 6/11) — Install @ 00546 A) 1XJ Dollars00 )f�✓ And Cents dL� Per Unit 12. BED — 00548 13. BID — 00569 I 14. BID -- 00568 15. BID — 00751 16. BID — 00547 f 5 V.F. Fire Hydrant — Barrel & Stem Extension — In �O AW �� ,�,(� lLC j Dollars Ur a And 010 Cents $%� 3 2 4 7 Per Unit TON Pipe Fittings — Ductile Iron —Equal to 16- in Ductile Iron Pipe — Install @ .7 (1 PJ . Dollars A d " �°t In Cents Per Unit TON Pipe Fittings — Ductile Iron — Less Than 16- inc Ductile Iron Pipe — Install @ Lgjuublull IAmount Bid VO $ 7190-' I Dollars And %Z,L� Cents Per Unit E.A. Valve —Gate —Remove (12-inch and Smaller in Separate Trench Per Item D-29) @ ollars And Cents a 00 � j /.�� Per Unit $ $ E.A. Fire Hydrant — Remove (Per Item D-29) @ JDollars And rto Cents / )00 Per Unit $ $ B - 3R r L.ii ilni-nvnil Lgj UUti/U11 r. Pay CPMS �stimated Unit Item I No. I !Quantity I i Name of Pay Item with Unit Price in Words Unit Bid I Amount Price Bid 17. BID — 520 L.F. Pipe — Pressure — Abandon (Existing 1b- 00587 inch Water Main Filled with Cement Slurry Per Item DA.-134) @ 71,�& Dollars And Om Cents $ ✓ OO-�/ Per Unit 18. BID — 50 L.F. Pipe — Pressure — Abandon (Existing 12- 00587 inch Water Main Filled with Cement Slurry Per Item DA-134) @ e i Dollars And Cents $ $a-� Per Unit 19. BID — 425 L.F. Pipe — Pressure — Abandon (Existing 10- 00587 inch Water Main Filled with Cement Slurry Per ite DA"-134) @ Dollars And A-0 Cents $ 7',D $ CZ? 15 `� Per Unit 20. BID — 1 E.A. Pipe — Tapping Sleeve & 10-inch Gate 00621 Valve —10-inch x 10-inch — Install @ qU4e4, Dollars y�00 `Do And PLO Cents $ ! t�l.V S Per Unit 21. BID — 2 E.A. Meter Box — Class B (Per Item D-52.7) — 00552 Install @ llars 00 �.� And ents $ 35 $ ! w Per Unit 22. BID — 2 E.A. Water Serv' e — 2-inch Tap to Main 00767 Install @� Dollars And U Cents $ Per Unit 23. BID — 35 L.F. Water Service 2-inch Type K Copper Water 00763 Service Line to Meter (Per Item D-52.7) — In tall @ Dollars And Cents s v, $ i j Per Unit B-4R LQ U07 011 Pay CPMS �stimated I Unit I Name of Pay Item with I Unit Bid I Amount Item No. Quantity Unit Price in Words Price Bid 24. BID — 25 L.F. Water Service — 2-inch Type K Copper 00763 Water Service Line to Private Service (by Licensed Plumber Per Item D-52.7) — Install @ r _J Dollars o� AnJ Cents $ Per Unit j 25. BID — 1 L.S. Water Service — Temporary 2-inch Water 00768 Service Line (Per Item D-52.8) — Install @ Dollars And Cents $7u $ i Om Per Unit 26. BID — 1 E.A. Cut and Plug Existing Water Main in i 00367 Separate Trench @ Dollazs And Cents $�`� $� Per Unit 27, BID — 485 L.F. Trench Safety System 5-foot Depth (Per 00372 Item D-26 — Install @ Dollars o° And Cents Per Unit 28. BID — 346 S.Y. Grass — Hydromulch Seeding (Per Item D- 00134 45) In tail @ Dollars �/ And AV Cents $ —T �'� Per Unit 29. BID — 100 L.F. Curb and Gutter — Replacement (Per Item 00423 DA-2 @ Dollars And Cents Per Unit 30. BID — 275 S.Y. Pavement — Concrete on 2/27 Concrete 00458 Base (Per Figure 2000-2/17) — Repair @ i Dollars 9 C%1�9 An Cents $ O �'' $ p��� /o(r✓ Per Unit i i N-MIS "I L.21 �.vvv vo. cc rnn ioi r jjjjv r v 11114LL Y-nVl[ly Lgj Uud/U11 Pay CPMS I �stimated I Unit I Name of Pay Item with l Unit Bid I Amount Item No. Quantity Unit Price in Words I Price 1 Bid 31. BID — 60 S.F. Walk — 4-foot Sidewalk Replacement — 00530 Install Dollars v T $ �� And (/�, Cents $ Per Unit 32. BID — 1 L.S. Traffic Control (Per Item DA-117) — Install 00181 po � And V p Cents g f o `$ /A Per Unit 33. BID — 400 L.F. Pipe — Pressure — Extra Depth Greater Than 00620 1-foot (Depth Greater Than That Shown in the Construction Plans for 16-inch Water Li — Install @ Dollars And Cents Per Unit 34. BID — 100 L.F. Potentially Petroleum Contaminated 00145 Material Handling Per Item DA-37 @ Dollars $ �0 J And �/(� Cents $ Per Unit 35. BID — 100 C.Y. Loading, Transportation, and Disposal of 00145 Contaminated Soil Per Item DA-38 @ Dollars And Cents Per Unit TOTAL: $ �O /, / 2 / ✓ (Award of contract, if made, shall be to the overall responsible low bidder.) ! B-6R Lgjuuu 'O11 List of Ductile Iron Fittings for WATER MAIN RELOCATIONS: Quantity of Fittgngs ! Size of Fitting ( Type of Fitting I Weight per I Fitting (tbs.) 2 16-inch x 12-inch Tee 1 12-inch x 10-inch Tee 4 16-inch 45 Degree Bend A4 2 16-inch 22 % Degree Bend Jfi 1 16-inch 11 '/ Degree Bend 1 12-inch 90 Degree Bend Q 2 16-inch Plug 100 1 10-inch Plug 1 10-inch Sleeve 1 12-inch x 10-inch Reducer 1 12-inch x 6-inch Reducer 2 16-inch Cleaning Wye 1 12-inch Cleaning Wye Total Weight �YO 7 lbs. { Tons) B-7R Total Weight (tbs.) q0 �6 am vzr �.:r cvvu vas. c.c rain of r aUUUv r v 1\11LLl.Gi—RUi�l\ WJ V1U/U11 PROPOSAL MATERIAL SUPPLIER INFORMATION FORM -16, 12,10 and 6-inch Water Pipe DUCTILE IRON PIPE The ductile iron pipe and valve supplier information form bound with this project manual shall be provided by the dontractor at the time that bids were submitted. Name of Manufacturer Type of Pipe Home Office A ss�of pM�anufact er Location of plant;hf which pipe and fittings are to be manufactured PVC PIPE The PVC pipe anO valve supplier information form bound with this project manual shall be provided by the Contractor at the time that bids were submitted. Name of Manufacturer Type of Pipe Home Office Address of Manufacturer Location of plantiin which pipe and fittings are to be manufactured Aq MW mo i B-8R im V4i tYi LV V.7 VV. cc rnn QJ J JJJJV I v 111mini-nUNIN PROPOSAL W Ull/Ull Within ten (10) days of notification by City, the undersigned will execute the formal contract and deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of this Contract. The attached bid security in the amount of $ is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not _ executed and delivered within the time above set forth as liquidated damages for the delay and additional work caused thereby. The undersigned Wder verified that he has obtained at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents, and the specific Contract Documents and appurtenant plans. M The undersigned fissures that its employees and applicants for employment and those of any labor organization, subontractors, or employment agency in either furnishing of referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by the Oity Ordinance No. 7400. The bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract by 120 calendar days as set forth in the written work order to be furnished by the Owner. The work order will be issued no later than 90 days after the award of the contract and shall be in accordance with IbA-46 Recommended Sequence of Construction. A. The principal place of business of our company is in the State of Non-resident bidders in the State of . our principal place of business, are required io be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident bidders in the State of our principal place of business, are not required to underbid resident bidders- /B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. Receipt is acknoq✓ledged of the following denda: Addendum No. 1 (initials) AddendW No. 2 (initials) _ Addendumn No. 3 (initials) (SEAL) if Biddef is Corporation Date: i Respectfully submitted, y Name: L% - c1Ori , Title s • d � �-� Y12 ha, Gen - n �1 i1_ Address: a CJ.A_ 1 J11fl��. Tic _7(oi t Q Telephone: �5_7a,33Q3 C. UU1/U11 ADDENDUN NO.2 061018028 City of Fort Worth 16-Inch Water Main at Overton Ridge Itruction, Jackson Con Ltd. OEM5112 Sun Va4ley Drive Fort Worth, Texas 76119 Ph: 817-572�3303 Fx: 817-478;0443 Md Conatser Construction TX, L.P. 5327 Wichita Street Fort Worth, Texas 76119 Ph: 817-534 1 1743 Fx: 817-534J4556 Atkins Bros tquipment Co., Inc. 918 W. Marsjall Drive .r Grand Prairie, Texas 75051-2835 Ph: 972-647;8890 Fx: 972-6021,0910 Granbury Co tracting & Utilities, Inc. i P.O. Box 11 6 Granbury, T3 76049 200 Knox Ro d Tolar, Texas 176476 Ph: 817-573115006 Fx: 817-5*9649 Wilson Contractor Service .. 107 S. Bell Avenue, Ste 3 Denton, TX16201 940-243-1174 FX: 940-89841175 AUI Contractors, Inc. 4775 North FFeeway Fort Worth, ''X 76106 i 817-926-4371 FX: 817-92644387 L.H. Lacy Company P.O. Box 541297 Dallas, TX 7s354 214-357-0146 FX: 214-357--1 171 William J. Schultz Inc., dba Circle C Construction P.O. Box 40328 Fort Worth, TIX 76140 817-293-1863 FX: 817-293 !1957 Roneta Moor6 6709 Hightov6r St. Fort Worth, TIX 76112 817-446-6164 FX: 817-926-�725 Texas United Excavators, LLC P.O. box 111 20 Carrollton, T 75011 972-731-030 FX:972-446- 161 I KVFTw_Utt7ities106I 180281Bid—Pukpge4\speclovettonWLlBi&iws Un.doc ssa 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. rw B. Our principal place of business or corporate offices are in the State of Texas. i By: ompany I (Please print) Signature:L/ Address �.L President of JCI Partners Title: Inc., General Partner City/State/Zip (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION no ow PART C - GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER 1, 1987 TABLE OF CONTENTS C1-1 DEFINITIONS C1-1 (1) C1-1.1 Definition of Terms C1-1 (1) C 1-1.2 Contract Documents Cl-1 (2) C 1-1.3 Notice to Bidders Cl-1 (2) C1-1.4 Proposal C1-1 (2) C1-1.5 Bidder C1-1 (2) C 1-1.6 General Conditions Cl-1 (2) C 1-1.7 Special Conditions Cl-1 (2) C1-1.8 Specifications C1-1 (2) C1-1.9 Bonds C1-1 (2) C1-1.10 Contract C1-1 (3) C1-1.11 Plans C1-1 (3) C1-1.12 City C1-1 (3) C1-1.13 City Council C1-1 (3) C1-1.14 Mayor C1-1 (3) C1-1.15 City Manager C1-1 (3) C1-1.16 City Attorney C1-1 (3) C1-1.17 Director of Public Works C1-1 (3) C 1-1.18 Director, City Water Department Cl-1 (3) C1-1.19 Engineer C1-1 (3) C1-1.20 Contractor C1-1 (3) C1-1.21 Sureties C1-1 (4) C1-1.22 The Work or Project Cl-1 (4) C 1-1.23 Working Day Cl-1 (4) C 1-1.24 Calendar Days Cl-1 (4) C1-1.25 Legal Holidays C1-1 (4) C 1-1.26 Abbreviations Cl-1 (4) C1-1.27 Change Order C1-1 (5) C1-1.28 Paved Streets and Alleys C1-1 (5) C 1-1.29 Unpaved Streets or Alleys Cl-1 (6) C1-1.30 City Street C1-1 (6) C1-1.31 Roadway C1-1 (6) C1-1.32 Gravel Street C1-1 (6) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 Proposal Form C2-2 (1) C2-2.2 Interpretation of Quantities C2-2 (1) C2-2.3 Examination of Contract Documents and Site of Project C2-2 (2) C2-2.4 Submitting of Proposal C2-2 (2) C2-2.5 Rejection of Proposals C2-2 (3) (1) no hmo C2-2.6 Bid Security C2-2 (3) C2-2.7 Delivery of Proposal C2-2 (3) C2-2.8 Withdrawing Proposals C2-2 (3) C2-2.9 Telegraphic Modifications of Proposals C2-2 (3) C2-2.10 Public Opening of Proposal C2-2 (4) C2-2.11 Irregular Proposals C2-2 (4) C2-2.12 Disqualification of Bidders C2-2 (4) C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3.1 Consideration of Proposals C3-3 (1) C3-3.2 Minority Business Enterprise/Women Business C3-3 (1) Enterprise Compliance C3-3.3 Equal Employment Provisions C3-3 (1) C3-3.4 Withdrawal of Proposals C3-3 (1) C3-3.5 Award of Contract C3-3 (2) C3-3.6 Return of Proposal Securities C3-3 (2) C3-3.7 Bonds C3-3 (2) C3-3.8 Execution of Contract C3-3 (3) C3-3.9 Failure to Execute Contract C3-3 (3) C-3-3.10 Beginning Work C3-3 (4) C3-3.11 Insurance C3-3 (4) C3-3.12 Contractor's Obligations C3-3 (6) C3-3.13 Weekly Payrolls C3-3 (6) C3-3.14 - Contractor's Contract Administration C3-3 (6) C3-3.15 Venue C3-3 (7) C4-4 SCOPE OF WORK C4-4.1 Intent of Contract Documents C4-4 (1) C4-4.2 Special Provisions C4-4 (1) C4-4.3 Increased or Decreased Quantities C4-4 (1) C4-4.4 Alteration of Contract Documents C44 (2) C4-4.5 Extra Work C44 (2) C4-4.6 Schedule of Operation C44 (3) C4-4.7 Progress Schedules for Water and Sewer Plant Facilities C4-4 (4) C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 Authority of Engineer C5-5 (1) C5-5.2 Conformity with Plans C5-5 (1) C5-5.3 Coordination of Contract Doc�ments C5-5 (1) C5-5.4 Cooperation of Contractor C5-5 (2) C5-5.5 Emergency and/or Rectification Work C5-5 (2) C5-5.6 Field Office t.' C5-5 (3) C5-5.7 Construction Stakes � T C5-5 (3) C5-5.8 Authority and Duties of City Inspector C5-5 (3) No ..M MW .. .. ftm MW (2) W .o r r .r .. 4W No ma wo No r aw C5-5.9 Inspection C5-5 (4) C5-5.10 Removal of Defective and Unauthorized Work C5-5 (4) C5-5.11 Substitute Materials or Equipment C5-5 (4) C5-5.12 Samples and Tests of Materials C5-5 (5) C5-5.13 Storage of Materials C5-5 (5) C5-5.14 Existing Structures and Utilities C5-5 (5) C5-5.15 Interruption of Service C5-5 (6) C5-5.16 Mutual Responsibility of Contractors C5-5 (7) C5-5.17 Clean -Up C5-5 (7) C5-5.18 Final Inspection C5-5 (8) C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 Laws to be Observed C6-6 (1) C6-6.2 Permits and Licenses C6-6 (1) C6-6.3 Patented Devices, Materials, and Processes C6-6 (1) C6-6.4 Sanitary Provisions C6-6 (1) C6-6.5 Public Safety and Convenience C6-6 (2) C6-6.6 Privileges of Contractor in Streets, Alleys, C6-6 (3) and Right -of -Way C6-6.7 Railway Crossings C6-6 (3) C6-6.8 Barricades, Warnings and Flagmen C6-6 (3) C6-6.9 Use of Explosives, Drop Weight, Etc. C6-6 (4) C6-6.10 Work Within Easements C6-6 (5) C6.6.11 Independent Contractor C6-6 (6) C6-6.12 Contractor's Responsibility for Damage Claims C6-6 (6) C6-6.13 Contractor's Claim for Damages C6-6 (8) C6-6.14 Adjustment or Relocation of Public Utilities, Etc. C6-6 (8) C6-6.15 Temporary Sewer and Drain Connections C6-6 (8) C6-6.16 Arrangement and Charges for Water Furnished by the City C6-6 (9) C6-6.17 Use of a Section or Portion of the Work C6-6 (9) C6-6.18 Contractor's Responsibility for the Work C6-6 (9) C6-6.19 No Waiver of Legal Rights C6-6 (9) C6-6.20 Personal Liability of Public Officials C6-6 (10) C6-6.21 State Sales Tax C6-6 (10) C7-7 PROSECUTION AND PROGRESS C7-7.1 Subletting C7-7 (1) C7-7.2 Assignment of Contract C7-7 (1) C7-7.3 Prosecution of The Work C7-7 (1) C7-7.4 Limitation of Operations C7-7 (2) C7-7.5 Character of Workmen and Equipment C7-7 (2) C7-7.6 Work Schedule C7-7 (3) C7-7.7 Time of Commencement and Completion C7-7 (3) C7-7.8 Extension of Time Completion C7-7 (3) C7-7.9 Delays C7-7 (4) (3) No r.r C7-7.10 Time of Completion C7-7 (4) C7-7.11 Suspension by Court Order C7-7 (5) C7-7.12 Temporary Suspension C7-7 (5) C7-7.13 Termination of Contract due to National Emergency C7-7 (6) _ C7-7.14 Suspension or Abandonment of the Work C7-7 (6) and Annulment of the Contract: C7-7.15 Fulfillment of Contract C7-7 (8) C7-7.16 Termination for Convenience of the Owner C7-7 (8) C7-7.17 Safety Methods and Practices C7-7 (11) Yd C8-8 MEASUREMENT AND PAYMENT C8-8.1 Measurement Of Quantities C8-8 (1) •• C8-8.2 Unit Prices C8-8 (1) C8-8.3 Lump Sum C8-8 (1) C8-8.4 Scope of Payment C8-8 (1) C8-8.5 Partial Estimates and Retainage C8-8 (2) C8-8.6 Withholding Payment C8-8 (3) C8-8.7 Final Acceptance C8-8 (3) C8-8.8 Final Payment C8-8 (3) C8-8.9 Adequacy of Design C8-8 (4) C8-8.10 General Guaranty C8-8 (4) C8-8.11 Subsidiary Work C8-8 (4) C8-8.12 Miscellaneous Placement of Material C8-8 (4) C8-8.13 Record Documents C8-8 (4) W (4) 10 PART C - GENERAL CONDITIONS C1-1 DEFINITIONS SECTION C I -1 DEFINITIONS C1-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the following terms or pronouns in place of them are used, the intent and meaning shall be .. understood and interpreted as follows: C1-1.2 CONTRACT DOCUMENTS: The Contract Documents are in all of the written and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern the terms and performance of the contract. These are contained on the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and Include the .. following Items PART A - NOTICE TO BIDDERS (Sample) White PART B - PROPOSAL (Sample) White PART C - GENERAL CONDITIONS (CITY) Canary Yellow (Developer) Brown PART D - SPECIAL CONDITIONS Green PART E - SPECIFICATIONS E1-White E2-Golden Rod E2A-White PERMITS/EASEMENTS Blue PART F - BONDS (Sample) White PART G - CONTRACT (Sample) White b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A - NOTICE TO BIDDERS (Advertisement) same as above PART B -PROPOSAL (Bid) PART C - GENERAL CONDITIONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEMENTS PART F - BONDS PART G - CONTRACT PART H - PLANS (Usually bound separately) C1-1 (1) .. C1-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. C1-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. C1-1.5 BIDDER: Any person, persons, firm, partnership, company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents, constitutes a bidder. C1-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work -so that it will be carried on in accordance with the customary procedure, the local statutes, and requirements of the City of Fort Worth's charter and promulgated ordinances. Whenever there may be a conflict between the General Conditions and the Special Conditions, the latter shall take precedence.. C1-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. C1-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which set forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed an useful project. Whenever reference is made to standard specifications, regulations, requirements, statutes, etc., such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. C1-1.9 BONDS: The bond or bonds are the written guarantee or security furnished by the Contractor for prompt and faithful performance of the contract and include the following: a. Performance Bond (see paragraph C3-3.7) b. Payment Bond (see paragraph C3-3.7) C. Maintenance Bond (see paragraph C3-3.7) d. Proposal or Bid Security (see Special Instructions to Bidders, Part A and C2-2.6) rr tot sm bw rr No b. low imp C1-1 (2) C1-1.10 CONTRACT: The Contract is a formal signed agreement between the owner .. and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. .. C1-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the location, dimension and position of the various elements of the project, including such profiles, typical cross -sections, layout .. diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in _ the work hereinafter authorized by the Owner. The plans are usually bound separately from the other parts of the Contract Documents, but they are part of the Contract Documents just as though they were bound therein. r C1-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing body or its .. City Manager, each of which is required by charter to perform specific duties. Responsibility for final enforcement of the Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous. r C1-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. C1-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tem of the City of Fort Worth, Texas. C1-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. C1-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. C1-1.17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of the City of Fort Worth, Texas, referred to in the charter as the City Engineer, or his duly authorized representative. C1-1.18 DIRECTOR, CITY WATER DEPARTMENT: The officially appointed Director of the City Water Department of the City of Fort Worth, Texas, or his duly authorized representative, assistant, or agents. C 1-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. C1-1.20 CONTRACTOR: The person, person's, partnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of work, acting directly or through a duly authorized representative. A sub -contractor is a person, firm, C1-1 (3) .P corporation, supplying labor and materials or only labor, for the work at the site of the project. C1-1.21 SURETIES: The Corporate bodies which are bound by such bonds as are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. C 1-1.22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. C 1-1.23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m., with exceptions as permitted in paragraph C7-7.6 C 1-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days being excepted. C1-1.25: LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: 1. New Year's day 2. M.L. King, Jr. Birthday 3. Memorial Day 4. Independence Day 5. Labor Day 6. Thanksgiving Day 7. Thanksgiving Friday 8. Christmas Day 9. Such other days in lieu of holidays as the City Council may determine January 1 Third Monday in January Last Monday in May July 4 First Monday in September Fourth Thursday in November Forth Friday in November December 25 When one of the above named holidays or a special holiday is declared by the City Council, falls on a Saturday, the holiday shall be observed on the preceding Friday, or if it falls on Sunday, it shall be observed on the following Monday, by those employees working on working day operations. Employees working calendar day operations will consider the calendar as the holiday. C1-1.26 ABBREVIATIONS: Whenever the abbreviations defined herein appear in the Contract Documents, the intent and meaning shall be as follows: w r NM MP hm I" 1W No 1W aw C1-1 (4) AASHTO - American Association of State MGD - Million Gallons Highway Transportation Officials per Day ASCE - American Society of Civil CFS - Cubic Foot per .. Engineers Second IAW - In Accordance With Min. - Minimum ASTM - American Society of Testing Mono. - Monolithic .. Materials % - Percentum AWWA - American Water Works R - Radius Association I.D. - Inside Diameter _ ASA - American Standards Association O.D. - Outside Diameter HI - Hydraulic Institute Elev. - Elevation Asph. - Asphalt F - Fahrenheit _ Ave. - Avenue C - Centigrade Blvd. - Boulevard In. - Inch CI - Cast Iron Ft. - Foot .. CL - Center Line St. - Street GI - Galvanized Iron CY - Cubic Yard Lin. - Linear or Lineal Yd. - Yard lb. - Pound SY - Square yard MU - Manhole L.F. - Linear Foot Max. - Maximum D.I. - Ductile Iron C 1-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on. which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25% of the amount of the particular item or items in the original proposal. All "Change Orders" shall be prepared by the City from information as necessary furnished by the Contractor. C1-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the .. natural unimproved surface: 1. Any type of asphaltic concrete with or without separate base material. .. 2. Any type of asphalt surface treatment, not including an oiled surface, with or without separate base material. 3. Brick, with or without separate base material. .. 4. Concrete, with or without separate base material. 5. Any combination of the above. C1-1 (5) 7-1 1� C1-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined for "Paved Streets and Alleys." C1-1.30 CITY STREET: A city street is defined as that area between the right-of-way lines as the street is dedicated. C1-1.31 ROADWAY: The roadway is defined as the area between parallel lines two (2') back of the curb lines or four (`4) feet back of the average edge of pavement where no curb exists. C1-1.32 GRAVEL STREET: A gravel street is an unimproved street to which has been added one. or more applications of gravel or similar material other than the natural ,r material found on the street surface before any improvement was made. C1-1 (6) _ SECTION C - GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 PROPOSAL FORM: The Owner will furnish bidders with Proposal form, which will contain an itemized list of the items of work to be done or materials to be furnished .� and upon which bid prices are requested. The Proposal form will state the Bidder's general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and "Financial Statement," all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for oneniniz of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current and no more than one (1) year old. In the case that bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. Liquid assets in the amount of ten (10) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature _ and magnitude as that of the project for which bids are to be received, and such experience must have been completed not more than five (5) years prior to the date on which Bids are to be received. The Director of the Water Department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. ,,. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2.2 INTERPRETATION OF OUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. C2-2(1) aw r. %NM C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data ,e which the Owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract NNW Documents. Bidders are required, prior to filing of proposal, to read and become familiar with the ow Contract Documents, to visit the site of the project and examine carefully all local conditions, to inform themselves by their own independent research and investigations, tests, boring, and by such other means as may be necessary to gain a complete knowledge .. of the conditions which will be encountered during construction of the project. They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to make an intelligent proposal. No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders hmd shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima -facie evidence that the bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings, if any, on the plans are for general information only and may not be correct. Neither the Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices, written in ink in both words and numerals, for which he proposes to do work contemplated or furnish the materials required. All such prices shall be written legibly. In case of discrepancy •• between price written in words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member of the firm, association, or partnership, or by person duly authorized. If a proposal is submitted by a company or corporation, the company or corporation name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power EM C2-2(2) _ of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures, additions not called for, conditional or uncalled for alternate bids, erasures, or irregularities of any kind, or contain unbalanced value of any ,., items. Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and the amount indicated in the "Notice to Bidders" and the "Proposal." The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The. bid security of all other bidders may be returned promptly after the canvass of bids. C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marker with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals. A request for non -consideration must be made in writing, addressed to the City Manager, and filed with him prior to the time set for opening of proposals. After all proposals not requested for non -consideration are opened and publicly read aloud, the proposals for which non - consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAHIC MODIFICATIONS OF PROPOSALS: Any Bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. C2-2(3) ENP rr C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no "Non -consideration Request" has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time „„ and place indicated in the "Notice to Bidders." All proposals which have been opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. 41. C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as "Irregular" if they show any omissions, alterations of form, additions, or conditions not called for, hmd unauthorized alternate bids, or irregularities of any kind. However, the Owner reserves the right to waive any all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which can not be waived. C2-2.12 DISOUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of, but not limited to, the following reasons: a) Reasons for believing that collusion exists among bidders. b) Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. c) The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d) The bidder being in arrears on any existing contract or having defaulted on now a previous contract. e) The bidder having performed a prior contract in an unsatisfactory manner. f) Lack of competency as revealed by financial statement, experience statement, equipment schedule, and such inquiries as the Owner may see fit to make. g) Uncompleted work which, in the judgment of the Owner, will prevent or ,_, hinder the prompt completion of additional work if awarded. h) The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following: _ 1. Financial Statement showing the financial condition of the bidder as specified in Part "A" - Special Instructions IN& 2. A current experience record showing especially the projects of a nature similar to the one under consideration, which have been successfully completed by the Bidder. .. 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of the bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. 604 Md C2-2(4) PART C - GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3.1 CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. .. The total obtained by taking the sum of the products of the unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the ward of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re -advertise for new proposals, or to proceed with the work in any manner as may be considered for the best interest of the Owner. C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman -owned Business Enterprise (WBE) on the contract and the payment therefor. Contractor further agrees, upon request by the Owner, .. to allow and audit and/or an examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future .. Contracts with the Owner for a period of time of not less than six (6) months. C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with �• Current City Ordinances prohibiting discrimination in employment practices. The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided assistance by the City of Fort Worth's Equal Employment .. Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on which the proposals were opened. C3-3 (1) ow GEF C 3-3.5 AWARD 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 been made as to the responsibility of the proposed awardee. The award of the contract, if award is made, will be to the lowest and best resn_ onsive bidder. The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have been determined for comparison of bids, the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the owner in the amounts herein required, the �» following bonds: a. PERFORMANCE BOND: A good and sufficient performance bond in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the full ow and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the Contractor, or improper execution of the work or use of inferior materials. This performance bond shall guarantee the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. b. MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the — prompt, full and faithful performance of the general guaranty which is set forth in paragraph C8-8.10. C. PAYMENT BOND: A good and sufficient payment bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the '� prompt, full and faithful 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 56`h Legislature, Regular Session, 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made. d. OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the Owner. All bonds shall .• be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth, Texas, and which is acceptable to the Owner. In order to be acceptable, the name of the surety shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties, as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute and file with the Owner, the Contract and such bonds as may be required in the Contract Documents. No Contract shall be binding upon the Owner until it has been attested by the City Secretary, approved as to form and legality by the City Attorney, and executed for the Owner by either the Mayor or City Manager. C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10) days �- after the contract is awarded shall be considered by the owner as an abandonment of his proposal, and the owner may annual the Award. By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occurring to the owner by reason of said awardee's failure to execute said bonds and contract within ten (10) days, the proposal'security accompanying the proposal shall be the agreed amount of damages which the Owner will C3-3 (3) we suffer by reason of such failure on the part of the Awardee and shall thereupon immediately by forfeited to the Owner. The filing of a proposal will be considered as acceptance of this provision by the Bidder. C-3-3.10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner. Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed "Work Order" or "Proceed Order", it is agreed that the Surety Company ..• will, within ten (10) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. C3-3.11 INSURANCE: The Contractor shall not commence work under this contract until he has obtained all insurance required under the Contract Documents, and such insurance has been approved by the Owner. The prime Contractor shall be — responsible for delivering to the Owner the sub -contractor's certificate of insurance for approval. The prime Contractor shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub -contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub -contractors. a. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Worker's Compensation Insurance on all of 0-0 his employees to be engaged in work on the project under this contract, and for all sub -contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Worker's Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. b. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor Shall procure and shall maintain during the life of this contract, Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in the amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. C. ADDITIONAL LIABILITY: The Contractor shall fiirnish insurance as a separate policies or by additional endorsement to one of the above -mentioned policies, and ',in the amount as set forth for public liability and property damage, therfollowing insurance: 1. Contingent Liability (covers General Contractor's Liability for acts of sub -contractors). C3-3 (4) MW 2. Blasting; prior to any blasting being done. *, 3. Collapse of buildings or structures adjacent to excavation Cif excavation are performed adiacent to same). MW 4. Damage to underground utilities for $500,000. 5. Builder's risk (where above -ground structures are involved). 6. Contractual Liability (covers all indemnification requirements of Contract). d. AUTOMOBILE INSURANCE - BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain during the life of this Contract, Comprehensive Automobile Liability _ Insurance in an amount not less than $250,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500,000 on account of one accident, and automobile property damage insurance in an amount not less than $100,000. e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub -contractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the owner with satisfactory proof of coverage by insurance required in these Contract Documents in the amounts and by carriers satisfactory to the Owner. (Sample attazhed.) All insurance requirements made upon the Contractor shall apply to the sub -contractors, should the Prime Contractor's insurance not cover the sub -contractor's work operations. „o g. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's insurance and so C3-3 (5) so bw performance, payment, maintenance and all such other bonds are written, shall be represented by an agent or agents having an office located within the city limits of the City of Fort Worth. Tarrant County, Texas. Each such agent shall be a duly qualified, one upon whom authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, and claims that the City of Fort Worth or other claimant or any property owner who has been damaged, may have against the Contractor, insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort Worth - Dallas area. The name of the agent, or agents shall be set forth on all such -IN bonds and certificates of insurance. C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor MMO shall pay for all materials, labor and services when due. C3-3.13 WEEKLY PAYROLLS: A' certified copy of each payroll covering payment of wages to all persons engaged in work on the project at the site of the project shall be furnished to the Owner's representative within seven (7) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the `* Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person, persons, partnership, company, firm, association, corporation or other who is approved to do business with and enters into a contract with the City for r„ construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth -Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office (or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or other wise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditure, all claims against work or any other mater associated such as w maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for the administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor's principal base of operations be other than in the Fort Worth - Dallas metropolitan area, notification of the Contractor's assignment of local authority shall be made in writing to the Engineer in advance of any work on the project, all 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 bound directly into the project documents. The intent of these requirements is that all matters associated with the Contractor's administration, whether it be oriented in furthering the work, or other, be governed direct by local authority. This same requirement is imposed on insurance and .. surety coverage. Should the Contractor's local representative fail to perform to the satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such local representative be replaced and the Engineer may, at his sole discretion, stop all work until a new local authority satisfactory to the Engineer is assigned. No credit of working time will be allowed for periods in which work stoppages are in effect for this reason. up C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant County, Texas. w w W Mr v 0 WO W No r C3-3 (7) N. .. SECTION C44 SCOPE OF WORK PART C - GENERAL CONDITIONS C44 SCOPE OF WORK C44.1 INTENT OF CONTRACT DOaw CUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project. .. C44.2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, the "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving .. bids or proposals for any such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" shall be considered to be part of the Contract Documents just as though they were originally written therein. C44.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than twenty-five (25) percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other •• party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work." No -- allowance will be made for any changes in anticipated profits not shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted herein as applying to overall quantities of sanitary sewer pipe in each pipe size, but not to .. the various depth categories. C4-4 (1) 109 w C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change order, the owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion _ in the most satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided however, that before any extra work is begun a "Change order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a. Unit bid price previously approved. b. An agreed lump sum. C. The actual reasonable cost of (1) labor, (2) rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates, (3) materials entering permanently into the project, and (4) actual cost of insurance, bonds, and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10 percent of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owner by him and used for extra work. The fee shall be full and complete compensation to cover the cost of superintendence, overhead, other profit, general and all other expense not included in (1), (2), (3), and (4) above. The Contractor shall keep accurate cost records on the form and in the method suggested by the Owner and shall give the — Owner access to all accounts, bills, vouchers, and records relating to the Extra Work. No "Change Order" shall become effective until it has been approved and signed by each of the Contracting Parties. !0 No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In case any orders or instructions, either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation, he shall make written request to the Engineer for written orders authorizing such Extra Work, prior to beginning such work. C4-4 (2) Should a difference arise as to what does or dose not constitute Extra Work, or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof as provided under method (Item Q. Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five (5) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls .. covering all labor and materials expended upon said Extra Work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for "Extra Work" whether or not initiated by a "Change Order" shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged .. work as a result of the change or extra work. C4-4.6 SCHEDULE OF OPERATION: Before commencing any work under this contract, the Contractor shall submit to the Owner and receive the Owner's approval thereof, a "Schedule of Operations," showing by a straight line method the date of commencing and finishing each of the major elements of the Contract. There shall be also shown the estimated monthly cost of work for which estimates are to be expected. There shall be presented also a composite graph showing the anticipated progress of construction with the time being plotted horizontally and percentage of completion plotted vertically. The progress charts shall be prepared on 8-1/2" x II" sheets and at least five black or blue line prints shall be furnished to the Owner. .. C4-4.7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES: Within ten (10) days prior to submission of the first monthly progress payment, the Contractor shall prepare and submit to the owner for approval six copies of the schedule .o in which the Contractor proposes to carry on activities (including procurement of materials, plans, and equipment) and the contemplated dates for completing the same. The schedule shall be in the form of a time schedule Critical Path Method (CPM) ••� network diagram. As the work progresses, the Contractor shall enter on the diagram the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer. The Contractor shall also revise the schedule to reflect any adjustments — in contract time approved by the Engineer. Three copies of the updated schedule shall be delivered at such intervals as directed by the Engineer. As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technical specifications. .. WW C4-4 (3) "W ... Prior to the final drafting of the detailed construction schedule, the Contractor shall review the draft schedule with the Engineer to ensure the Contractor's understanding of the contract requirements. MW The following guidelines shall be adhered to in preparing the construction schedule: a. Milestone dates and final project completion dates shall be developed to « conform to the time constraints, sequencing requirements and completion time. MW b. The construction progress shall be divided into activities with time durations of approximately fourteen days (14) days and construction values not to exceed $50,000. Fabrication, delivery and submittal activities are exceptions to this guideline. C. Durations shall be in calendar days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. d. One critical path shall be shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the latest start date of a chain of activities of the CPM construction schedule. Float time is not for the exclusive use or benefit of either the ow Contractor or the Owner. f. Thirty days shall be used for submittal review unless otherwise specified. a" The construction schedule shall as a minimum, be divided into general categories as indicated in the Proposal and Technical Specifications and each general category shall be 1W broken down into activities in enough detail to achieve activities of approximately fourteen (14) days duration. .. For each general category, the construction schedule shall identify all trades or subcontracts whose work is represented by activities that follow the guidelines of this Section. W For each of the trades or subcontracts, the construction schedule shall indicate the following procurements, construction and preacceptance activities and events in their logical sequence for equipment and materials. 1. Preparation and transmittal of submittals 2. Submittal review periods. 3. Shop fabrication and delivery. MW C4-4 (4) «W qW .. 4. Erection or installation. 5. Transmittal of manufacturer's operation and maintenance instructions. 6. Installed equipment and materials testing. �. 7. Owner's operator instruction (if applicable). 8. Final inspection. 9. Operational testing. .. If, in the opinion of the Owner, work accomplished falls behind that scheduled, the Contractor shall take such action as necessary to improve his progress. In addition, the .. Owner may require the Contractor to submit a revised schedule demonstrating his program and proposed plan to make up lag in scheduled progress and to insure completion of the work within the contract time. If the owner finds the proposed plan not acceptable, he may require the Contractor to increase the work force, the construction plant and equipment, the number of work shifts or overtime operations without additional cost to the Owner. .. Failure of the Contractor to comply with these requirements shall be considered grounds for determination by the Owner that the Contractor is failing to prosecute the work with 9, diligence as will insure its completion within the time specified. MW MW IM IM .. C4-4 (5) r PART C - GENERAL CONDITIONS C5-5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS aw 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 fulfillment of the Contract, compensation, mutual rights between Contractor and Owner under these Contract Documents, supervision of the work, resumption of operations, and all other questions or disputes which may arise. Engineer will not be responsible for Contractor's means, methods, techniques, sequence or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor's failure to perform the work in accordance with the contract documents. The Engineer shall determine the amount and quality of the work completed and !, materials furnished, and his decisions and estimates shall be final. His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the .. Engineer on any such matters, the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the owner and Contractor, a written decision on the matter in controversy. C5-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines, grades, cross -sections, finish, and dimensions shown on the plans or .. any other requirements other wise described in the Contract Documents. 'Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change -- Order. C5-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract .. Documents are made up of several sections, which, taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern over specifications, special conditions shall govern over general conditions and standard specification, and quantities shown on the plans shall govern over those shown in the proposal. The Contractor shall not take advantage of any apparent error or omission in ow C5-5 (1) lop the Contract Documents, and the owner shall be permitted to make such corrections or ~ interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in drawings, specifications, or other portions of the Contract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of Contract Documents and shall have available on the site of the project at all times, one set of such Contract Documents. The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer, his inspector, and other Contractors in every possible way. mop The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent, English-speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and .� shall receive and fulfill instructions from the Owner, the Engineer, or his authorized representatives. Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent, to act as the Contractor's agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas, and shall be subject to call, as is the project superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of the property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. C5-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. Such a response shall occur day or night, whether the project is scheduled on a calendar -day or a working -day basis. EM Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the 9M C5-5 (2) discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not shoe just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due the Contractor on the project. C5-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called for. The field office shall be not less than 10 x 14 feet in floor area, substantially constructed, well heated, air conditioned, lighted, and weather proof, so that documents will not be damaged by the elements. VW C5-5.7 CONTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor with all lines, grades, and measurements necessary to the proper ,w prosecution and control of the work contracted under these Contract Documents, and lines, grades and measurements will be established by means of stakes or other customary method of marking as may be found consistent with good practice. These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings as may be established for Contractor's use or guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost of replacing such stakes or marks plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. C5-5.8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City Inspectors will be authorized to inspect all work done and to be done and all materials furnished. Such .. inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer as to the progress of the work and .. the manner in which it is being performed, to report any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents, and to call the attention of the Contractor to any such failure or other infringements. Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents. In case of any dispute arising between the Contractor and the .. City Inspector as to the materials or equipment furnished or the manner of performing the work, the City Inspector will have the authority to reject materials or equipment, and/or to suspend work until the question at issue can be referred to and decided by the Engineer. The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents, nor to approve or accept any portion or section of the work, nor to issue any instructions contrary tot he requirement s w of the Contract Documents. The City Inspector will in no case act as superintendent or .e C5-5 (3) No W foreman or perform any other duties for the Contractor, or interfere with the management or operation of the work. He will not accept from the Contractor any compensation in any form for performing any duties. The Contractor shall regard and obey the directions and instructions of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents of the Contract Documents, provided, however, should the Contractor object to any orders or instructions or the City Inspector, the Contractor may within six days make written appeal to the Engineer for his decision on the matter in Controversy. ftw C5-5.9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents. If the Engineer so requests, the Contractor shall, at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra ow work, but should Work so exposed or examined prove to be unacceptable, the uncovering or removing and replacing of all adjacent defective or damaged parts shall be at the Contractor's expense. No work shall be done or materials used without suitable supervision or inspection. C5-5.10 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK: All aw work, materials, or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at this expense. Work done beyond the lines and grades given or as shown on the plans, except as herein specially provided, .. or any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon the failure on the part -of tow the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost .. thereof may be deducted from any money due or to become due tot he Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such work.. C5-5.11 SUBSTITUTE MATERIALS OR EOUIPMENT: If the Specifications, law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that w* is equal to any material or equipment specified, and if Contractor wishes to furnish or use a proposed substitute, he shall, prior to the preconstruction conference, make written application to ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the function called for by the general design, be similar and of equal substance to that specified and be suited to the same use and capable of performing the same function as that specified ; and identifying all variations of the proposed substitute from that specified and indicating available maintenance «" C5-5 (4) W 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. C5-5.12 SAMPLES AND TESTS OF MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless other wise specifically provided. The failure of the Owner to ,. make any tests of materials shall in no way relieve the contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling of materials, unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not, rt 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. r In case of concrete, the aggregates, design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contractor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents. Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of new materials. C5-5.13 STORAGE OF MATERIALS: All materials which are to be used in the construction contract shall be stored so as to insure the preservation of quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. C5-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the plans relative to the existing utilities are based on the best information available. Omission from, the- inclusion of utility locations on the Plans is not to be considered as nonexistence of, or a definite location of, existing underground utilities. The location of many gas mains, water mains, conduits, sewer lines and service lines for all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all such structures and utilities on the plans or to show them in their exact location. It is mutually agreed that such failure will not be considered C5-5 (5) .. sufficient basis for claims for additional compensation for Extra Work or for increasing 'M the pay quantities in any manner whatsoever, unless an obstruction encountered is such as to necessitate changes in the lines and grades of considerable magnitude or requires the 40* building of special works, provision of which is not made in these Contract Documents, in which case the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractor's responsibility to verify locations of the adjacent and/or `R conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all existing utilities, structures, and service lines. Verification of existing utilities, structures, and service lines shall include notification of all utility companies at least forty-eight (48) we hours in advance of construction including exploratory excavation if necessary. All verification of utilities and their adjustment shall be considered subsidiary work. VEW C5-5.15 INTERRUPTION OF SERVICE: a. Normal Prosecution: In the normal prosecution of work where the interruption of service is necessary, the Contractor, at least 24 hours in advance, shall be required to: 1. Notify the Water Department's Distribution Division as to location, time, and schedule of service interruption. 2. Notify each customer personally through responsible personnel as to the time and schedule of the interruption of their service, or 3. In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer's door knob. The tag shall be durable in composition, and in large bold ,.rt letters shall say: i; ow 4 "t .(1 MW I" C5-5-(6) Wo .. EW w MW "NOTICE" Due to Utility Improvement in your neighborhood, your (water) (sewer) service will be interrupted on between the hours of and This inconvenience will be as short as possible. Thank You, Contractor Address Phone b. Emer2encv: In the event that an unforeseen service interruption occurs, notice shall be as above, but immediate. C5-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through act or neglect on the part of the Contractor, or any other Contractor or any sub -contractor shall qpsuffer loss or damage of the work, the Contractor agrees to settle with such other Contractor or sub -contractor by agreement or arbitration. If such other Contractor or sub- contractor shall assert any claim against the owner on account of damage alleged to have .. been sustained, the owner will notify the Contractor, who shall indemnify and save harmless the owner against any such claim. C5-5.17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be accomplished in keeping with a daily routine established to the satisfaction of the .. Engineer. Twenty-four (24) hours after written notice is given the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice, and the costs of such direct action, plus 25 % of such .. costs, shall be deducted from the monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract Documents, and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus and discarded materials, temporary structures, and debris of every kind. He shall leave the site of all work in a neat and �. orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shE ll be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new appearing condition. No extra compensation will be made to the Contractor for any clean-up required on the project. .. C5-5 (7) RW C5-5.18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final clean-up performed, the Engineer will notify the proper officials of the Owner and request that a Final Inspection be made. Such inspection will be made within 10 days after such notification. After such final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work. AMR ow IM W 1W Not I" .P 4W 9M C5-5 (8) PM PART C - GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 LAWS TO BE OBSERVED: The Contractor shall at all times observe and ,. comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea or misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify .. and save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation, or order, whether it be by himself or his employees. C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges, costs and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6.3 PATENTED DEVICES. MATERIALS, AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract price shall include all royalties or cost arising from patents, trademarks, and copyrights in any way involved in the work. The Contractor and his sureties shall indemnify and save harmless the Owner from any and all .. claims for infringement by reason of the use of any such trade -mark or copyright in connection with the work agrccd to be performed under these Contract Documents, and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work, provided, however, that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon the design, type of construction or material or equipment specified in the Contract Documents 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 employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseascs and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor and their use shall be strictly enforced by C6-6(1) bw the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work shall be placed and used, and the work shall at all times be so conducted, as to cause no greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including, but not limited to, safe and convenient ingress and egress to the property contiguous tot he work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic, except during actual trenching or pipe installation operations, at all driveway crossings. Such provisions may include bridging, placement or crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate. Such other means may include the diversion of driveway traffic, with specific approval by the Engineer, If diversion of traffic is approved by the Engineer at any location, the Contractor may make arrangements satisfactory to the Engineer for the diversion of traffic, and shall, at his expense, provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed except by special permission of the Engineer. The materials excavated and the construction materials such as pipe used in construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes, police call boxes, water valves, gas valves, or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which may come to its attention, after twenty-four hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case, the cost of such work or materials furnished by the Owner or by the City shall be deducted from the monies due or to become due to the Contractor. The Contractor, after approval of the Engineer, shall notify the Fire Department Headquarters, Traffic Engineer, and Police Department, when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets, alleys, or hydrants are placed back in service. Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or streams, his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures of such crossings. 4W to IEW AM 4" ME W* EN JW wo C6-6(2) MW The Contractor shall at all times conduct his operation and use of construction machinery so as not to damage or destroy trees and scrubs located in close proximity to or on the site of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of property owners, and no payment will be made by the Owner in settlement of such claims. The Contractor shall file with the Engineer a written statement .r showing all such claims adjusted. C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND RIGHT-OF-WAY: For the performance of the contract, the Contractor will be permitted to use and occupy such portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the Engineer. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction ,. operations. Excavated and waste materials shall be piled or staked in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. If the street is occupied by railroad tracks, the work shall be carried on in such manner as not to interfere with the operation of trains, loading or unloading of cars, etc. Other contractors of the Owner may, for all purposes required by the contract, enter upon the work and premises used by the Contractor and shall be provided all reasonable facilities and assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. C6-6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railroad, the City will secure the necessary easement for the work. Where the railroad tracks are to be crossed, the Contractor shall observe all the regulations and instructions of the railroad company as to the methods of performing the work and take all precautions for the safety of property and the public. Negotiations with the railway `~ companies for the permits shall be done by and through the City. The Contractor shall give the City Notice not less than five days prior to the time of his intentions to begin .. work on that portion of the project which is related to the railway properties. The Contractor will not be given extra compensation for such railway crossings unless specifically set forth in the Contract Documents. ,W C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is carried on in or adjacent to any street, alley, or public place, the Contractor shall at his am own expense furnish, erect, and maintain such barricades, fences, lights, and danger signals, shall provide such watchman, and shall take all such other precautionary measures for the protection of persons or property and of the work as are necessary. .. Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away from, and vehicles from being driven on or into, any work under C6-6(3) 4W construction or being maintained. The Contractor shall furnish watchmen and keep them .. at their respective assignments in sufficient numbers to protect the work and prevent accident or damage. am All installations and procedures shall be consistent with provisions set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Veron's Civil Statues, pertinent section being Section Nos. 27, 29, 30 and 31. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by. the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number 871-8075), to remove the sign. In case of regulatory signs, the Contractor must replace the permanent +� sign with a temporary sign meeting the requirements of the above referred manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re- installed, the Contractor shall again contact the Signs and Markings Division to re -install the permanent sign and shall leave his temporary sign in place until such re -installation is completed. The Contractor will be held responsible foe all damage to the work or the public due to failure of barricades, signs, fences, lights, or watchmen to protect them. Whenever evidence is found of such damage to the work the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor's own expense. The Contractor's responsibility for the maintenance of barricades, signs, fences and lights, and for providing watchmen shall riot cease until the project shall have been completed and accepted by the Owner. No compensation, except as specifically provided in these Contract Documents, will be paid to the Contractor for the Work and materials involved in the constructing, providing, and maintaining of barricades, signs, fences, and lights or salaries of watchmen, for the w, subsequent removal and disposal of such barricades, signs, or for any other incidentals necessary for the proper protection, safety, and convenience of the public during the contract period, as this work is considered to be subsidiary to the several items for which �. unit or lump sum prices are requested in the Proposal. C6-6.9 USE OF EXPLOSIVES. DROP WEIGHT. ETC.: Should the Contractor elect to use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation, any company, 4W individual, or utility, and the Owner, not less than twenty-four hours in advance of the use VW C6-6(4) ow 4W of any activity which might damage or endanger their or his property along or adjacent to No the work. Where the use of explosives is to be permitted on the project, as specified in the Special .. Conditions Documents, or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish ow evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives. .w C6-6.10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into private property, the Owner will provide such right-of-way or easement privileges, as the City may deem necessary for the prosecution of the work. Any additional rights-of- *W way or work area considered necessary by the Contractor shall be provided by him at his expense. Such additional rights -of -way or work area shall be acquired for the benefit of the City. The City shall be notified in writing as to the rights so acquired before work �.. begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the work as a part of the project construction operations. The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage to, Tall tress, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or, improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property .. adjacent to the work. The Contractor shall notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the work. Such notice shall be made at least 48 hours in advance of the beginning of the work. Notices .. shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the work. The Contractor shall be responsible for all damage or .,. injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the work, or at any time due to defective work, material, or equipment. an 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 such damage or injury was done, by repairing, rebuilding, or otherwise up C6-6(5) 00 ftV VW replacing and restoring as may be directed by the Owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. All fences encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross brace posts on either side of the permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross -braced posts at the point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits, before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost for fence removal, temporary closures and replacement shall be subsidiary to the various items bid in the project proposal. Therefore, no separate payment shall be allowed for any service associated with this work. 4W In case of failure on the part of the Contractor to restore such property or to make good such damage or injury, the Owner may, upon 48 hour written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results, "`o proceed to repair, rebuild, or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any monies due to or to become due to the Contractor under this contract. aw C6.6.11 INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that the Contractor shall perform all work and services hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the Owner. Contractor shall have exclusive control of and exclusive right to control the details of all work and services performed hereunder, and all persons performing the same, and shall be solely responsible for the acts and omissions of its officers, agents, servants, employees, contractor, subcontractors, licensees and invitees. The doctrine of respondeat superior shall not apply as between Owner and Contractor, its officers, agents, employees, contractors and subcontractors, and nothing herein shall be construed as creating a partnership or joint enterprise between Owner and Contractor. C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to, and does hereby indemnify, hold harmless and defend Owner, its �. officers, agents, servants, and employees from and against any and all claims or suits for property damage or loss and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence on the part of officers, agents, employees, contractors, subcontractors, licensees or invitees of the W C6-6(6) *W Owner; and said Contractor does hereby covenant and agree to assume all liability and responsibility of Owner, its officers, agents, servants, and employees for property damage or loss, and/or personal injuries, including death, to any and all person of whatsoever kind _ or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or .r not caused, in whole or in apart, by alleged negligence of officers, agents, employees, contractors, subcontractors, licensees or invitees of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and .. against any and all injuries, loss or damages to property of the Owner during the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from, in whole or in apart, any and all alleged acts of ..., omission of officers, agents, employees, contractors, subcontractors, licensees, or invitees of the Owner. .. In the event a written claim for damages against the contractor or -its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Water Department, as evidenced by a final inspection, final payment to the Contractor shall not be recommended to the Director of the Water Department for a period of 30 days after the date of such final inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. If the claims concerned remains unsettled as of the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in the amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of ~ performance of such work, and such semi-final payment may then be recommended by the Director. The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory 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 that final payment to the Contractor be made. At the expiration of the six month period, the C6-6(7) No W r. Director may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction of the Director. .., The Director may, if he deems it appropriate, refuse to accept bids on other Water Department Contract work from a Contractor against whom a claim for damages is wo outstanding as a result of work performed under a City Contract. C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim •* compensation for any alleged damage by reason of the acts or omissions of the Owner, he shall within three days after the actual sustaining of such alleged damage, make a written statement to the Engineer, setting out in detail the nature of the alleged damage, and on or before the 25ffi day of the month succeeding that in which ant such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of the details and the amount of such alleged damage and, upon request, shall give the Engineer access to all books of account, receipts, vouchers, bills of lading, and other books or papers containing any evidence as to the amount of such alleged damage. Unless such statements shall be filed as hereinabove required, the Contractor's claim for compensation shall be waived, and he shall not be entitled to payment on account of such damages. C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC.: In case it is necessary to change, move, or alter in any manner the property of a public utility or others, the said property shall not be moved or interfered with until orders thereupon have been issued by the Engineer. The right is reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to the property that may be necessary by the performance of this Contract. C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing 1W sewer lines have to be taken up or removed, the Contractor shall, at his own expense and cost, provide and maintain temporary outlets and connections for all private or public drains and sewers. The Contractor shall also take care of all sewage and drainage which MP will be received from these drains and sewers, and for this purpose he shall provide and maintain, at his own cost and expense, adequate pumping facilities and temporary outlets or divisions. The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other structures necessary, and be prepared at all times to dispose of drainage and sewage received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers and connections shall be kept in service and maintained under the Contract, except when specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. .W C6-6(8) C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing. City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main. All piping required beyond the point of delivery shall be installed by the Contractor at his own expense. The Contractor's responsibility in the use of all existing fire hydrant and/or valves is detailed in Section E2-1.2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. MP When meters are used to measure the water, the charges, if any, for water will be made at the regular established rates. When meters are not used, the charges, if any, will be as prescribed by the City ordinance, or where no ordinances applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. so C 6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written notice of the Engineer, and such usage aw shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents. All necessary repairs and removals of any section of the work so put into use, due to defective materials or workmanship, equipment, or deficient operations on the part of the Contractor, shall be performed by the Contractor at his expense. .. C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in these Contract Documents, the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the .. work. The Contractor shall rebuild, repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove causes. C6-6.19 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents. Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents. .. C6-6(9) .. 1W hFF C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exercising any power of authority granted MW thereunder, there shall be no liability upon the authorized representative of the Owner, either personally or other wise as they are agents and representatives of the City. C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth, and organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor may purchase, rent rw or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable State Comptroller's rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. On a contract awarded by a developer for the construction of a publicly -owner *" improvement in a street right-of-way or other easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor can probably be exempted in the same manner stated above. Texas Limited Sales, Excise, and Use Tax Act permits and information can be obtained 14` from: Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX w. VP MW w No WW ow C6-6(l0) iw qMP qW PART C - GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7.1 SUBLETTING: The Contractor shall perform with his own organization, and with the assistance of workmen under his immediate superintendance, work of a value of not less than fifty (50%) percent of the value embraced on the contract. If the Contractor sublets any part of the work to be done under these Contract Documents, he will not under any circumstances be relieved of the responsibility and obligation assumed under these Contract Documents. All transactions of the Engineer will be with the Contractor. Subcontractors will be considered only in the capacity of employees or workmen of the Contractor and shall be subject tot he same requirements as to character and competency. The Owner will not recognize any subcontractor on the work. The .. Contractor shall at all times, when the work is in operation, be represented either in person or by a superintendent or other designated representatives. aw C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer, sublet, or otherwise dispose of the contract or his rights, title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of VW the City Council and concurred in by the Sureties. If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to any person or persons, partnership, company, firm, or corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any .. states, attempt to dispose of the contract may, at the option of the Owner be revoked and annulled, unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retained by the Owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages. C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction operations, the Contractor shall submit to the Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step the manner of prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. There shall be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period. 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) s &W w The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents. Any Deviation from such sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the Engineer. Such specification or approval by the Engineer shall not relieve the Contractor from full responsibility of the complete performance of the Contract. The contract time may be changed only as set forth in Section C7-7.8 EXTENSION OF Wr TIME OF COMPLETION of this Agreement, and, a progress schedule shall not constitute a change in the contract time. C7-7.4 LIMITATION OF OPERATIONS: The working operations shall at all times be conducted by the Contractor so as to create a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way greater than is necessary for proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on any additional section or street. C7-7.5 CHARACTER OF WORKMEN AND EOUIPMENT: Local labor shall be `W used by the Contractor when it is available. The Contractor may bring from outside the City of Fort Worth his key men and his superintendent. All other workmen, including sw equipment operators, may be imported only after the local supply is exhausted. The Contractor shall employ only such superintendents, foremen, and workmen who are careful, competent, and fully qualified to perform the duties and tasks assigned to them, .o and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner, shall misconduct himself or to be found to be incompetent, disrespectful, intemperate, dishonest, or otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglect or refuses to comply with or carry out the direction of the owner, and such person or persons shall not be employed again thereon without written ,,.. consent of the Engineer. All workmen shall have sufficient skill, ability, and experience to properly perform the *w work assigned to them and operate any equipment necessary to properly carry out the performance of the assigned duties. JW The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for the prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools, and machinery used for handling 00 materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work. Workmen 'R or adjacent property will result from its use. C7-7(2) El C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of the work completed as defined in C 1-1.23 "WORKING DAYS" or the date stipulated in the "WORK ORDER" for beginning work, whichever comes first. Nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays, providing that the following requirements are met: a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later that the preceding Thursday. b. Any work to be done on the project on such a specific Saturday, Sunday or Legal Holiday must be, in the opinion of the Engineer, essential to the timely completion of the project. The Engineer's decision shall be final in response to such a request for approval to work on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in C1-1.24 and the Contractor may work as he so desires. C7-7.7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall commence the working operations within the time specified in the Contract Documents and set forth in the Work Order. Failure to do so shall be considered by the owner as abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit. The Contractor shall maintain a rate of progress such as will insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time established in such documents and such extension of time as may be properly authorized. C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor's request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval. In adjusting the contract time for completion of work, consideration will be given to unforeseen causes beyond the control of and without the fault or negligence of the Contractor, fire, flood, tornadoes, epidemics, quarantine restrictions, strikes, embargoes, or delays of sub -contractors due to such causes. 10 C7-7(3) A SECTION Cl: N' SUPPLEMENTARY CONDITIONS TO PART C - GENERAL CONDITIONS A. General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. B. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the loth day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so�installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent (10%). For contracts of $400,000 or more at the time of execution, retainage shall be .. five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered �• following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the �► Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the �. Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. C. Part C - General Conditions: Paragraph C3-3.11 of the General Conditions is deleted and replaced with D-3 of Part D - Special Conditions. D. C3-3.11 INSURANCE: Page C3-3 (5): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised Pg. 1 10/24/02 r w No E. C6-6.12 CONTRACTOR'S RESPONSI13LITY FOR DAMAGE CLAIMS: Page C6-6 (6), is deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not anv such iniurv. damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers. servants, or emplovees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any w and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not anv such injury or damage is caused in whole or in part by the negligence or alleged neeligence of Owner, its officers, servants or emplovees. 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. MP 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 to as a result of work performed under a City Contract. ML F. INCREASED OR DECREASED OUANTITIES: Part C - General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4.3 INCREASED OR DECREASED QUANTITIES to read as follows: ON The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. No Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. Md !0 Revised Pg. 2 10/24/02 G. C3-3.11 INSURANCE: Page C3-3 (6): Add subparagraph "h. ADDITIONAL INSURANCE REOUIREMENTS" a. The City, its officers, employees and servants shall be endorsed as an additional ON insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. "" c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non -renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self -funded retention limits, on each policy must not exceed .. $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in .. favor of the City. so i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self -funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. Revised Pg.3 10/24/02 AW •. 1. Contractor's liability shall not be limited to the specified amounts of insurance required herein. in. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. H. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: i i The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work, contemplated and embraced under these Contract Documents, for all loss and damage am arising out of the nature of the work ' or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the ent prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all JW expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work _ in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by n, the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. l�r I. C8-8.10 GENERAL GUARANTY: Delete C8-8.10, General Guaranty at page C8-8(4) is deleted in its entirety and replaced with the following: to Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy or use of the premises by the Owner shall constitute an .r acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the #. work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of final acceptance of the work Revised Pg. 4 10/24/02 unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. Any reference to any shorter period of time of warranty contained elsewhere within the Mr specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. ow In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. J. Part C - General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL. Page C2-2 (3) exchange paragraphs C2-2.7, C2-2.8 and C2-2.9 with the following: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is _ delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project ,. as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, P.O. Box 17027, Fort Worth, Texas 76102. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non -consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non -consideration are opened and publicly read aloud, the proposals for which non -consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening _ proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal openin ; time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal Revised Pg. 5 10/24/02 oft K. C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated November 1, 1987; (City let projects) make the following revisions: I" 1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. W 2. Pg. C3-3(4) Paragraph C3-3.11 INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". hm 3. Pg. C3-3(5), Paragraph C3-3.11 INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING". L. RIGHT TO AUDIT: Part C - General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: `� C8-8.14 RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the .. provisions of this section. The City shall give contractor reasonable advance notice of intended audits. I. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine —' and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits. Revised Pg. 6 10/24/02 (c) Contractor and subcontractor agree to photocopy such documents as may be requested .. by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: _ 1. 50 copies and under - 10 cents per page 2, More than 50 copies - 85 cents for the first page plus fifteen cents for each page thereafter M. SITE PREPARATION: The Contractor shall clear rights -of -way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project construction operations. The contractor's attention is directed to paragraph C6-6.10 work within easements, page C6-6(5), part C - General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe. N. Reference Part C - General Conditions, Section C6-6.8 BARRICADES. WARNINGS .. AND WATCHMEN: 1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the word flagmen. 2. In the first paragraph, lines five (5) and six (6), change the phrase take all such other precautionary measures to take all reasonable necessary measures. O. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: sm Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS _ ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the .. commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation (other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being Revised Pg.7 10/24/02 how No determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years. P. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the .. City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Section C-1, L. Right to Audit (Rev. 9/30/02) pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its IMI subcontractors to comply with paragraphs (a) and (b) above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. AM Revised Pg. 8 10/24/02 wo 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 .............................................. .............................. D- 6 .....7 EXISTING UTILITIES AND IMPROVEMENTS....................................................................8 D- 7 CONSTRUCTION TRAFFIC OVER PIPELINES..................................................................8 D- 8 TRAFFIC CONTROL...........................................................................................................9 D- 9 DETOURS ......................................................................................................................10 D- 10 EXAMINATION OF SITE...............................................................................................10 D- 11 ZONING COMPLIANCE.................................................................................................10 D- 12 WATER FOR CONSTRUCTION....................................................................................10 D- 13 WASTE MATERIAL.......................................................................................................10 D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE........................................................10 .. D- 15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK...................................11 D- 16 SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES..............................11 D- 17 BID QUANTITIES..........................................................................................................11 D- 18 CUTTING OF CONCRETE .........12 ................................................................................... D- 19 PROJECT DESIGNATION SIGN...................................................................................12 D- 20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT........................................12 .. D- 21 MISCELLANEOUS PLACEMENT OF MATERIAL..........................................................12 D- 22 CRUSHED LIMESTONE BACKFILL..............................................................................13 D- 23 2:27 CONCRETE...........................................................................................................13 D- 24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION...........................................13 D- 25 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS..............14 D- 26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ......:...........15 D- 27 SANITARY SEWER MANHOLES..................................................................................16 D- 28 SANITARY SEWER SERVICES................................................................. ...................19 D- 29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES..................20 D- 30 DETECTABLE WARNING TAPES.................................................................................23 D- 31 PIPE CLEANING............................................................................................................23 D- 32 DISPOSAL OF SPOIL/FILL MATERIAL.........................................................................23 D- 33 MECHANICS AND MATERIALMEN'S LIEN...................................................................23 D- 34 SUBSTITUTIONS ..........................24 ................................................................................ D- 35 PRE -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER...............24 D- 36 VACUUM TESTING OF SANITARY SEWER MANHOLES............................................27 D- 37 BYPASS PUMPING ................... ....................................................................................28 D- 38 POST -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............ 28 D- 39 SAMPLES AND QUALITY CONTROL TESTING...........................................................30 .. D- 40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE).................................................................................31 D- 41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ..........................32 D- 42 PROTECTION OF TREES, PLANTS AND SOIL...........................................................32 D- 43 SITE RESTORATION....................................................................................................32 D- 44 CITY OF FORT WORTH STANDARD PRODUCT LIST................................................33 D- 45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING...............................................33 .. D- 46 CONFINED SPACE ENTRY PROGRAM D- 47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION..............................39 D- 48 EXCAVATION NEAR TREES (WHERE1 IDENTIFIED ON THE PLANS) ........................39 D- 49 CONCRETE ENCASEMENT OF SE" ER PIPE +, 04115108 SC-1 ., PART D - SPECIAL CONDITIONS D- 50 CLAY DAM.....................................................................................................................40 D- 51 EXPLORATORY EXCAVATION (D-HOLE).....................................................................40 D- 52 INSTALLATION OF WATER FACILITIES......................................................................40 52.1 Polyvinyl Chloride (PVC) Water Pipe 52.2 Blocking 52.3 Type of Casing Pipe.....................................................................................................41 52.4 Tie-Ins..........................................................................................................................41 .. 52.5 52.6 Connection of Existing Mains.......................................................................................41 Valve Cut-Ins...............................................................................................................42 52.7 Water Services............................................................................................................42 .. 52.8 2-Inch Temporary Service Line....................................................................................44 52.9 Purging and Sterilization of Water Lines......................................................................45 52.10 Work Near Pressure Plane Boundaries.......................................................................45 52.11 Water Sample Station ..............................................................................................46 52.12 Ductile Iron and Gray Iron Fittings................................................................................46 D- 53 SPRINKLING FOR DUST CONTROL............................................................................47 D- 54 .......................... DEWATERING........................................... .. ............................... 47 Now D- 55 TRENCH EXCAVATION ON DEEP TRENCHES :........................... ...............................47 D- 56 TREE PRUNING............................................................................................................47 D- 57 TREE REMOVAL...........................................................................................................48 D- 58 TEST HOLES.................................................................................................................48 D- 59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING ■' CONSTRUCTION........................................................................................... ..........................49 ' D- 60 TRAFFIC BUTTONS .................................. ...........................49 ........................................ D- 61 SANITARY SEWER SERVICE CLEANOUTS................................................................50 •• D- 62 TEMPORARY PAVEMENT REPAIR..............................................................................50 D- 63 CONSTRUCTION STAKES...........................................................................................50 D- 64 EASEMENTS AND PERMITS........................................................................................51 ..0 D- 65 PRE -CONSTRUCTION NEIGHBORHOOD MEETING..................................................51 D- 66 WAGE RATES..............................................................................................................51 D- 67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE......................................53 D-68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER `w THAN1 ACRE).............................................................................................................................54 D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS......................................................................................................55 D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD...................................................56 D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION .......................................................56 D-72 AIR POLLUTION WATCH DAYS.......................................................................................57 D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS............................................57 .w no r 04115108 SC-2 Im 'r PART D - SPECIAL CONDITIONS This Part D — Special Conditions is complimentarso y 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: SH 121T SOUTHWEST PARKWAY WATER & SANITARY SEWER MAIN RELOCATIONS Part 21: 16-INCH WATER MAIN AT OVERTON RIDGE BLVD. FORT WORTH, TEXAS CITY PROJECT NO. 00204 WATER PROJECT NO. P265-603170020488 aw D-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: •. 1. Plans 2. Contract Documents 3. Special Conditions The following Special Conditions shall be applicable to this project under the provisions stated above. The Contractor shall be responsible for defects in this project due to faulty materials and WM workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes. Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions, are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers name, or identification include therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the contractor. The specifications and .. drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre - qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Waver Department General Specifications, which general specifications shall govern performance of :all such work. This contract and project, where applicable, may also be governed by the two following published specifications, except as modified by these Special Provisions: 1 STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - .. CITY OF FORT WORTH ..� 04115108 SC-3 No "0 PART D -SPECIAL CONDITIONS 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH ow CENTRALTEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents. A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated by the call -out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. .. wo Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non -responsive" and ,m rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and the name or description of the project as designated in the "Notice to Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102. B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non -consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non - consideration are opened and publicly read aloud, the proposals for which non -consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C. TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. .. .. Im .. 0-0 am PART D - SPECIAL CONDITIONS _ D-2 COORDINATION MEETING For coordination purposes, weekly meetings at the job site may be required to maintain the project on the desired schedule. The contractor shall be present at all meetings. D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions: 1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, .. TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Persons providing services on the project ("subcontractor" in §406.096)- includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, .. owner operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other .,. services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. .. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) or all employees of the Contractor providing services on the project, for the duration of the project. .. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new .. certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the ;., governmental entity: 1. A certificate of coverage, prior to that person beginning work on the project, so the .. governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and SC-5 am PART Q - SPECIAL CONDITIONS .. 2. No later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. r F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the .. project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed .. by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: No 1. Provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, WW for the duration of the project; 2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of •• coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a.) A certificate of coverage, prior to the other person beginning work on the project; and `" b.) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage .w ends during the duration of the project. 5. Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 6. Notify the governmental entity in writing by certified mail or personal delivery, within ten MW (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 04115108 SC-6 ow FART D - SPECIAL CONDITIONS 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1)-(7), with the certificates of coverage to be provided to the person for whom they are providing services. "' 8. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage am for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the .R commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach .. from the governmental entity. J. The contractor shall post a notice on each project site informing all persons providing services `" on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas am Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or .. transportation or other service related to the project, regardless of the identity of their employer or status as an employee." on Call the Texas Worker's Compensation Commission at (512) 463-3642 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". D- 4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project, it will be necessary to deactivate, for a period of time, "' existing lines. The Contractor shall be required to coordinate with the Water Department tc determine the best times for deactivating and activating those lines. no D- 5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet "' barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be ,w 04115108 SC-7 w r PART D -SPECIAL CONDITIONS constructed of ductile iron pipe. The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. Backfill, fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the cost of which shall be included in the price bid in the Proposal for each bid item. D- 6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property exposed by his construction operations. Contractor shall make all necessary provisions (as approved or authorized by the applicable utility company) for the support, protection and/or temporary relocation of all utility poles, gas lines, telephone cables, utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction. It is understood that the Contractor is not responsible for the permanent relocation of existing utilities in direct conflict with the proposed construction. The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED. Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction. or better, unless otherwise shown or noted on the plans, at his own cost and expense. The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground. D- 7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new aw .. No No .. am No No ow A" am ow No ., 04115108 SC-8 a" um PART D - SPECIAL CONDITIONS line and the existing lines from these possibly excessive loads. The Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the site. Anv damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the City. In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more •. frequent crossings of the pipes are allowed. It still is, however, the responsibility of the Contractor to repair any damage to the existing or proposed lines, if the damage results from any phase of his construction operation. D- 8 TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit„ a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and .. Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. Unless otherwise included as part of the Construction documents, the Contractor shall:submIt a traffic control plan (duly sealed, signed and dated by a registered Professional Engineer (P;E:) in the state of Texas), to the -City Traffic Engineer [Tel (817)392-8770] at or before the pre construction conference. The P.E. preparing the traffic control plan may utilize standard traffic reroute configurations posted as "Typicals" on the City's Buzzsaw website. Although work will not begin until the traffic control plan has been reviewed and approved, the Contractor's time will,begin in accordance with the "timeframe mutually ;established in the `Notice to Proceed' issued .the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 817-392-7738) to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above -referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." w,. ��c+' ii i3'rallation`..`c`Iitil The Pump sum pay iterri br' rc cohtrt�l - . ... pf ttleet of re;p ntr l; an; aw 04/15/08 SC-9 r PART D - SPECIAL CONDITIONS am D- 9 DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project .. area. D- 10 EXAMINATION OF SITE wo It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress ■- and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions, which may .w give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. V" D- 11 ZONING COMPLIANCE During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. to D-12 WATER FOR CONSTRUCTION The Contractor at his own expense will furnish water for construction. D- 13 WASTE MATERIAL ow All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property. D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE ,.. The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work ,., progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include, but not be limited to: w 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 aw If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will Nor be reduced by 25%. Final cleanup work shall be done for this project as soon as all construction has been completed. No more than seven days shall elapse after completion of construction before the roadway, right- .. 041155108 SC-10 w PART D - SPECIAL CONDITIONS of -way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. The City of Fort Worth Department of Engineering shall give final acceptance of the completed project work. �- D- 15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK Prior to executing the Contract, it shall be the responsibility of the Contractor to furnish a schedule outlining the anticipated time for each phase of construction with starting and completion dates, including sufficient time being allowed for cleanup. The Contractor shall not commence with water I and/or sanitary sewer installation until such time that the survey cut -sheets have been received from the City inspector. D- 16 SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 1. A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING - UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." 2. Equipment that may be operated within ten feet of high voltage lines shall have insulating cage -type of guard about the boom or arm, except back hoes or dippers, and insulator links vim on the lift hook connections. 3. When necessary to work within six feet of high voltage electric lines, notification shall be .. given the power company (ONCOR) who will erect temporary mechanical barriers, de - energize the lines, or raise or lower the lines. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to ONCOR, and shall record action taken in each case. 4. The Contractor is required to make arrangements with the ONCOR company for the Im temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. 5. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). D- 17 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. 04115108 SC-11 aw PART D - SPECIAL CONDITIONS .. D- 18 CUTTING OF CONCRETE When existing concrete is cut, such cuts shall be made with a concrete saw. All sawing shall be •• subsidiary to the unit cost of the respective item. D- 19 PROJECT DESIGNATION SIGN Project signs are required at all locations. It shall be in accordance with the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting. In addition to the 4' x 8' project signs, project signs sm shall be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades. Barricade signs shall be in accordance un with Figure 30, except that they shall be V-0" by 2'-0" in size. The information box shall have the following information: For Questions on this Project Call: am (817) 392-8306 M-F 7:30 am to 4:30 p.m. or (817) 392-8300 Nights and Weekends Im Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional �- compensation will be allowed. D- 20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT .. At locations in the project where mains are required to be placed under existing sidewalks and/or driveways, such sidewalks and/or driveways shall be completely replaced for the full existing width, between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works Department Standard Specifications for Construction, Item 504. At locations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced to match type and geometry of the removed curb and gutter shall be installed in accordance with City of Fort Worth Public Works Department Standard Specification for Construction, Item 502. Payment for cutting, backfill, concrete, forming materials and all other associated appurtenances `w required, shall be included in the square yard price of the bid item for concrete sidewalk or driveway repair. D- 21 MISCELLANEOUS PLACEMENT OF MATERIAL .. Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the ow Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one -tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents .o regardless of the actual amount used for the project. ow 04115108 S C-12 sn PART D - SPECIAL CONDITIONS D- 22 CRUSHED LIMESTONE BACKFILL .- Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications NO for Street and Storm Drain Construction Division 2 Item 208.2 - Materials and Division 2 Item 208.3 - Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill, Construction Specifications, General Contract Documents. a` Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-2.16 Measurement of Backfill Materials, Construction Specifications, and General Contract Documents. ow D- 23 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair for .. Utility Cuts Figures 1 through 5 refer to using 2:27 Concrete as base repair. Since this call -out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete. D- 24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within easements, and within existing or future R.O.W. shall be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein. 1. TRENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom. The expense of such remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the _ width of permanent rights -of -way, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. "' 2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can .w furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas, with a map showing the location and depth of •• the various test holes. If excavated material is obviously granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type "C" or "D" Backfill, and E2-2.11 Trench Backfill for additional requirements. When Type "C" back -fill material is not suitable, at the direction of the Engineer, Type "B" backfill material shall be used. In general, all backfill material for trenches in existing paved streets shall be in accordance with Figure A. Sand material specified in Figure A shall be obtained from an approved source and shall consist of durable particles free of thin or elongated pieces, lumps of clay, soil, loam or vegetable matter and shall meet the following gradation: -- �� 04/15/08 SC-13 CONDITIONS .. lb= Less than 10% passing the #200 sieve • P.I. = 10 or less .. Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following: ow Sieve Size % Retained *� 1" 0-10 1 /2" 40-75 3/8" 55-90 .. #4 90-100 #8 95-100 .. All other provisions of this section shall remain the same. 3. TRENCH COMPACTION: All trench backfill shall be placed in lifts per E2-2.9 Backfill, Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90% .. Standard Proctor Density (A.S.T.M. D698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. ow Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted as ow described above must be within +-4% of its optimum moisture content. The City, at its own expense, will perform trench compaction tests per A.S.T.M. standards on all trench backfill. Any retesting required as a result of failure to compact the backfill material to meet ow the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City. These soil density tests shall be performed at two (2) foot vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the aw completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City. M" 4. MEASUREMENT AND PAYMENT: All material, with the exception of Type "B" backfill, and labor costs of excavation and backfill will be included in the price bid per linear foot of water and low sewer pipe. Type "B" backfill shall be paid for at a pre -bid unit price of $15.00 per cubic yard. D- 25 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS .. The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness, etc., to existing pavement as detailed in the Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures 2000-1 through 2000-3. The results of the street cores that were conducted on the project streets, to determine HMAC depths on existing streets, are provided in these specifications and contract documents. aw 04115108 SC-14 .. PART D - SPECIAL. CONDITIONS 0 .. All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be backfilled and the top nine (9) inches shall be filled with required materials as shown on paving details, compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All residential driveways shall be accessible at night and over weekends. It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less in width. Therefore, at the. locations in the project where the trench wall is three (3) feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter line. The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will permit repaving. If paving conditions are not suitable for repaving, in the opinion of the Owner, the repaving shall be done at the earliest possible date. A permit must be obtained from the Department of Engineering Construction Services Section by the Contractor in conformance with Ordinance No. 3449 and/or Ordinance No. 792 to make utility cuts in the street. The Department of Engineering will inspect the paving repair after construction. This permit requirement may be waived if work is being done under a Performance Bond and inspected by the Department of Engineering. D- 26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins. The requirements of this item govern all trenches for mains, manholes, vaults, service lines, and all other appurtenances. The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas. The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. B. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Sub -Part P - Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS: 1. TRENCHES -A trench is referred to as a narrow excavation made below the surface of the "' ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen (15) feet. 2. BENCHING SYSTEM - Benching means excavating the sides of a trench to form one or a series of horizontal level or steps, usually with vertical or near -vertical surfaces between levels. .. 0411 108 SC-15 1w PART D -SPECIAL CONDITIONS 3. SLOPING SYSTEM - Sloping means excavating to form sides of a trench that are inclined away from the excavation. 4. SHIELD SYSTEM - Shields used in trenches are generally referred to as "trench boxes" or "trench shields". Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses. Shields can be either pre -manufactured or job -built in accordance with OSHA standards. 5. SHORING SYSTEM - Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave- ins. Shoring systems are generally comprised of cross -braces, vertical rails, (uprights), horizontal rails (wales) and/or sheeting. D. MEASUREMENT - Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation. The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. ' E. PAYMENT - Payment shall be full compensation for safety system design, labor, tools, materials, equipment and incidentals necessary for the installation and removal of trench safety systems. D- 27 SANITARY SEWER MANHOLES A. GENERAL: The installation, replacement, and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes, Valve Vaults, Etc., and E2-14 Vault and Manhole Construction of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. For new sewer line installations, the Contractor shall temporarily plug all lines at every open manhole under construction in order to keep debris out of the dry sewer lines. The plugs shall not be removed until the applicable manhole complete with cone section has been constructed and the lid installed to keep out debris as a result of additional construction. 1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per Figure 121. 2. WATERTIGHT MANHOLE INSERTS: Watertight gasket manhole inserts shall be installed in all sanitary sewer manholes. Inserts shall be constructed in accordance with Fort Worth Water Department Standard E100-4 and shall be fitted and installed according to the manufacturer's recommendations. Stainless Steel manhole inserts shall be required for all pipe diameters 18" and greater. 3. LIFT HOLES: All lift holes shall be plugged with a pre -cast concrete plug. The lift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout. 4. FINAL RIM ELEVATIONS: Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting 04115108 SC-16 PART D - SPECIAL CONDITIONS for not less than three (3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regarded near the manhole. ,. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade. .. 5. MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes, Manhole frames and covers shall be McKinley, Type N, with indented top design, or equal, with pick slots. Covers shall set flush with the rim of the frame and shall have no larger than 1/8-inch gap between the frame and cover. Bearing surfaces shall be machine finished. Locking manhole lids and frames will be restricted to locations within the 100-year floodplain and areas specifically designated on the plans. Certain teed Ductile Iron Manhole Lids and Frames are acceptable for use where locking lids are specified. 6. SHALLOW CONE MANHOLES: Shallow manhole construction will be used when manhole depth is four (4) feet or less. All shallow cone manholes shall be built in accordance with Figure 105. All shallow cone manholes shall have a cast iron lid -and frame with pick slots. NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED. 7. MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole. 8. EXTERIOR SURFACE COATING: Exterior surfaces of all manholes shall be coated with .. two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black" Tnemec "46- 450 Heavy Tnemecol," or equal to, a minimum or 14 mils dry film thickness. 9. MANHOLE JOINT SEALING: All interior and/or exterior joints on concrete manhole sections constructed for the City of Fort Worth Water Department, excluding only the joints using a trapped type performed O-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. This sealant shall be pre -formed and trowelable Bitumastic as manufactured by Kent -Seal, Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross -sectional area or flat -tape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or -■ any other chemical action for either its adhesive properties or cohesive strength. The Joint sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of the length of time it is exposed to the elements. The manufacturer shall furnish an affidavit .. attesting to the successful use of the product as a pre -formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years. B. EXECUTION: 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above -specified materials. All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in accordance with the recommendations. The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench. After removal of .� 04/15/08 SC-17 w ow PART D - SPECIAL CONDITIONS the protective wrapper, the joint sealant shall be kept clean. Install frames and cover over manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer. 2. SEALING AND/OR ADJUSTING EXISTING MANHOLES: Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. *• Remove manhole frame from the manhole structure and observe the condition of the frame and grade rings. Any frame or grade ring that is not suitable for use as determined by the .. Engineer shall be replaced. Grade rings that are constructed of brick, block materials other than pre -cast concrete rings, or where necessary and approved by the Engineer, shall be replaced with a pre -cast flattop section. Pre -cast concrete rings, or a pre -cast concrete .o flattop section will be the only adjustments allowed. In brick or block manholes, replace the upper portion of the manhole to a point 24 inches below the frame. If the walls or cone section below this level are structurally unsound, "o notify the Engineer prior to replacement of the grade rings and manhole frame. Existing brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense. .. Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface. am If the inside diameter of the manhole is too large to safely support new adjustment rings or frames, a flat top section shall be installed. ow Joint surfaces between the frames, adjustment rings, and cone section shall be free of dirt, stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable material in lieu of pre- .. formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole 4W frame. In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. 3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with No two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"; Tnemec "46- 450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness. 4. The exterior surface of all pre -cast section joints shall be thoroughly cleaned with a wire .w brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant from 6-inches below to 6-inches above -the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant ftbm damage during backfilling. MW .. 04115108 SC-18 L__1 PART D - SPECIAL CONDITIONS C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole, including, but not limited to, excavation, .. backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. ., The price bid for adjusting and/or sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting and/or sealing the manhole, including but not limited to, joint sealing, lift hole sealing, and exterior surface coating. Payment for concrete collars will be made per each. Payment for manhole inserts will be made per each. D- 28 SANITARY SEWER SERVICES Any reconnection, relocation, re-routes, replacement, or new sanitary sewer service shall be required as shown on the plans, and/or as described in these Special Contact Documents in addition to those located in the field and identified by the Engineer as active sewer taps. The service connections shall be constructed by the Contractor utilizing standard factory manufactured tees. City approved factory manufactured saddle taps may be used, but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case -by -case basis. The Contractor shall be responsible for coordinating the scheduling of tapping crews with building owners and the Engineer in order that the work be performed in an expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be required. Severed service connections shall be maintained as specified in section C6-6.15. �+ A. SEWER SERVICE RECONNECTION: When sewer service reconnection is called for the Contractor shall vertically adjust the existing sewer service line as required for reconnection and furnish a new tap. The fittings used for vertical adjustment shall consist of a maximum .,, bend of 45 degrees. The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be r replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer .. services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four (4) feet of service line which is included in the price bid for Sanitary Sewer Taps. Payment for work such as backfill, saddles, tees, fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps. B. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer �. as required for the connection of the sewer service line. If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line, all work shall be performed by a licensed plumber. The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as approved by the Engineer. For situations involving sewer service re-routing, whether on public 7. 04115108 SC-19 a,L _ --- - ar PART D - SPECIAL CONDITIONS or private property, the City shall provide line and grade for the sewer service lines as shown on the project plans. Prior to installing the applicable sewer main or lateral and the necessary service lines, the Contractor shall verify (by de -holing at the building clean -out) the elevations (shown on the plans) at the building clean -out and compare the data with the elevation at the proposed connection point on the sewer main, in order to ensure that the two (2) percent minimum slope (or as specified by the Engineer) requirement is satisfied. Elevations shall also be verified at all bend locations on the service re-route. All applicable sewer mains, laterals and affected service lines that are installed without pre -construction de -holing at the affected residences (to verify design elevations) shall be removed and replaced as necessary at the Contractor's expense in the event grade conflicts are brought to light after de -holing is conducted. All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that the two (2) percent minimum slope is not satisfied. If the Contractor determines that a different alignment for the re-route is more beneficial than shown on the plans, the Contractor shall obtain and submit all relevant elevation information for the new alignment to the Inspector and shall be responsible for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is satisfied. Prior to backfilling, the Contractor shall double check the grade of the installed service line and submit signed documentation verifying that the line has been installed as designed to the Engineer. The Contractor, at its sole expense, shall be required to uncover any sewer service for which no grade verification has been submitted. All re-routes that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense. The Contractor shall ensure that the service line is backfilled and compacted in accordance with the City Plumbing Code. Connection to the existing sewer service line shall be made with appropriate adapter fittings. The fitting shall be a urethane or neoprene coupling A.S.T.M. C-425 with series 300 stainless steel compression straps. The Contractor shall remove the existing clean -out and plug the abandoned sewer service line. The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property. Furthermore, the contractor shall utilize the services of a licensed plumber for all service line work on private property. Permit(s) must be obtained from the City of Fort Worth Development Department for all service line work on private property and all work related to the service line must be approved by a City of Fort Worth Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-route. Payment for work and materials such as backfill, removal of existing clean -outs, plugging the abandoned sewer service line, double checking the grade of the installed service line, pipe fittings, surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of way. Payment for all work and material involving the "tap" shall be included in the price bid for sanitary sewer service taps. D- 29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Im rw .. r .R .. I" �J low %W VW .. Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as shown on the plans, and/or described in these Special Contract Documents in addition to those •m 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 aw 04115108 SC-20 .. vp PART D - SPECIAL CONDITIONS Documents and Specifications, unless amended or superseded by requirements of this Special Condition. A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water meter and concrete vault lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The concrete vault shall be demolished in place to a point not less than 18 inches below final grade. The concrete vault shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material .. approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and 40 returned to the Water Department warehouse by the Contractor in- accordance with Section E2-1.5 Salvaging of Materials. The void shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable `■' excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. •� D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void area caused by the valve removal shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. If the .. valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18" below final grade. E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be "" abandoned by first closing the valve to the fully closed position and demolishing the valve box in place to a point not less than 18 inches below final grade. Concrete shall then be used as backfill material to match existing grade. F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top slab and lid removed and vault walls demolished to a point not less than 18" below final grade. •• The void area caused shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with the existing surrounding grade. G. ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes entering or exiting the structure plugged with lean concrete. Manhole top or cone section shall be removed to the top of the full barrel diameter section, or to point not less than 18 inches below final grade. The structure shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be either clean washed sand of clean, suitable excavated material approved by the Engineer. Surface fto 04115108 SC-21 VW PART D - SPECIAL CONDITIONS ,. restoration shall be compatible with surrounding service surface. Payment for work involved in backfilling, plugging of pipe(s) and all other appurtenances required, shall be included in the appropriate bid item - Abandon Existing Sewer Manhole. H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting the structure disconnected. The complete manhole, including top or cone section, all full barrel diameter section, and base section shall be removed. The excavation shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be with Type C Backfill or Type B Backfill, as approved by the Engineer. Surface restoration shall be compatible with surrounding surface. ,. 1. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be required to cut, plug, and block existing water mains/services or sanitary sewer mains/services ftw in order to abandon these lines. Cutting and plugging existing mains and/or services shall be considered as incidental and all costs incurred will be considered to be included in the linear foot bid price of the pipe, unless separate trenching is required. on J. REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required, it shall be the Contractor's responsibility to properly dispose of all removed pipe. All removed valves, fire hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage no Yard. C. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe, except as follows: separate payment will be made for removal of all fire hydrants, gate valves, 16 inch and larger, and sanitary sewer manholes, regardless of location. Payment will be made for salvaging, abandoning and/or removing all other existing facilities when said facility is not being replaced in the same trench (i.e., when removal requires a separate trench). L. ABANDONMENT OF EXISTING SEWER LINES: Where plans call for abandonment of existing sewer mains after the construction of a new sewer main, the Contractor shall be responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a final determination that all existing service connections have been relocated to the new main. Once this determination has been made, the existing main will be abandoned as indicated above in Item I. a. *. rr VW r- M, ■.r 04115108 S C-22 r -- PART D - SPECIAL CONDITIONS D- 30 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pipe. The detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall not be less than two inches with a minimum unit weight of 2'/2 pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows: Tvpe of Utilitv Color Code Legends Water Safety Blue Caution! Buried Water Line Below Sewer Safety Green Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the pipe. Payment for work such as backfill, bedding, blocking, detectable tapes, and all other associated appurtenances required shall be included in the unit price bid for the appropriate bid item(s). D- 31 PIPE CLEANING Joints shall be wiped and then inspected for proper installation by the inspectors. Each joint shall be swept daily and kept clean during installation. A temporary night plug shall be installed on all exposed pipe ends during any period of work stoppage. VMS D- 32 DISPOSAL OF SPOIUFILL MATERIAL Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of Engineering Department, acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such _ material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary Engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit •• or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering Department, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinances of the City and this section. D- 33 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men's liens upon No receipt of payment. 04115108 SC-23 V, AW PART D - SPECIAL CONDITIONS D- 34 SUBSTITUTIONS The specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material, which has been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute. Where the term "or equal", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub -section as related to "substitutions" shall be applicable to all sections of these specifications. D- 35 PRE -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: Prior to the reconstruction, ALL sections of existing sanitary sewer lines to be abandoned, removed (except where being replaced in the same location), or rehabilitated (pipe enlargement, cured -in -place pipe, fold and form pipe, slip -line, etc.), shall be cleaned, and a television inspection performed to identify any active sewer service taps, other sewer laterals and their location. Work shall consist of furnishing all labor, material, and equipment necessary for the cleaning and inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. 1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high -velocity sewer line cleaning equipment shall be constructed for easy and safe operation. The equipment shall also have a selection of two or more high -velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall also include a high -velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter around the outer periphery to ensure removal of grease. If sewer cleaning balls or other equipment, which cannot be collapsed, is used, special precautions to prevent flooding of the sewers and public or private property shall be taken. The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 2. CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using high - velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes. If cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning again attempted. If, again, successful .. 4W ■o ow o. ,. ww "a ar .. W ow 04115108 S C-24 a. TW PART D - SPECIAL CONDITIONS cleaning cannot be performed or equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists, and the cleaning effort shall be abandoned. When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No TMO fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before using any water from the City Water Distribution System, the Contractor shall apply for and receive permission from the Water Department. The Contractor shall be responsible for .n the water meter and related charges for the setup, including the water usage bill. All expenses shall be considered incidental to cleaning. 3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells, or damage pumping equipment, shall not be permitted. 4. All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from the site no less often than at the end of each workday and disposed of at no additional cost to the City. 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES. 6. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to .. the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. B. EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in either VM 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 .F or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. �., When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection videotapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the . t 04115/08 SC-25 4W PART D - SPECIAL CONDITIONS like, which would require interpolation for depth of manhole, will not be allowed. Accuracy .. of the distance meter shall be checked by use of a walking meter, roll -a -tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. ar 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. so 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service taps observed during inspection. In addition, other points of significance such as locations of unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded, and a copy of such records will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard -size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual .o and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection i, and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. The Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re -televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where ow manholes cannot be negotiated with the television camera. THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION .,. FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer are to be corrected. The Engineer will return tapes to the Contractor upon completion of review. All costs associated with this work shall be incidental to unit prices bid for items under ow Television Inspection of the Proposal. C. PAYMENT OF CLEANING AND PRE -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for Pre -Construction Cleaning and Television Inspection of sanitary sewers shall be per linear foot of `sewer actually televised. The Contractor shall 04115108 SC-26 ar .. PART D - SPECIAL CONDITIONS provide the Engineer with tapes of a quality that the particular piece of sewer can be readilwo y evaluated as to existing sewer conditions and for providing appropriate means for review of the tapes by the Engineer including collection and removal, transportation and disposal of sand and debris from the sewers to a legal dump site. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The primary purpose of cleaning is for television inspection and rehabilitation; when a portion of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall be incidental and no payment shall be made. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included in the bid price for TV Inspections. The cost of retrieving the TV Camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to TV Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D- 36 VACUUM TESTING OF SANITARY SEWER MANHOLES A. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes. B. EXECUTION: 1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with a+ all connections in place. Lift holes shall be plugged, and all drop -connections and gas sealing connections shall be installed prior to testing. ... The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole. The plugs shall be installed in the lines beyond the drop -connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuum of ten inches of mercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. The required test time shall be determined from the Table I below in accordance with ASTM C1244-93: Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (101'Hg - 9"H9) (SEC) Depth of MH. 48-Inch Dia. 60-Inch Dia. (FT.) Manhole Manhole 0 to 16' 40 sec. 52 sec. .. 18' 45 sec. 59 sec. IN 04115108 SC-27 w ar PART D - SPECIAL CONDITIONS 20' 50 sec. 65 sec. 22' 55 sec. 72 sec. 24' 59 sec. 78 sec. 26' 64 sec. 85 sec. 28' 69 sec. 91 sec. 30' 74 sec. 98 sec. For Each 5 sec. 6 sec. Additional 2' ACCEPTANCE: The manhole shall be considered acceptable, if the drop in the level of vacuum is less than one -inch of mercury (1" Hg) after the required test time. Any manhole, which fails to pass the initial test, must be repaired by either pressure grouting through the manhole wall or digging to expose the exterior wall of the manhole in order to locate the leak and seal it with an epoxy sealant. The manhole shall be retested as described above until it has successfully passed the test. Following completion of a successful test, the manhole shall be restored to its normal condition, all temporary plugs shall be removed, all braces, equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material, labor, equipment, and all incidentals, including all bypass pumping, required to complete the test as specified herein. D- 37 BYPASS PUMPING The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated and/or replaced. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. Provisions shall be made at driveways and street crossings to permit safe vehicular travel without interrupting flow in the bypass system. Under no circumstances will the Contractor be permitted to discharge sewage into the trenches. Payment shall be incidental to rehabilitation or replacement of the sewer line. D- 38 POST -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television inspection performed by an independent sub -Contractor hired by the prime Contractor. Work shall consist of furnishing all labor, material, and equipment necessary for inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall o. _. 400 .. s No "N 00 04115108 SC-28 r*d PART D - SPECIAL CONDITIONS be operative in 100% humidity conditions. The components of the video system shall be capabl satisfaction of the Engineer; and if unsatisfactory, payment will be made for an unsatisfactory inspection. C. EXECUTION: e camera, television monitor, and other of producing picture quality to the equipment shall be removed and no .. 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. No more than VW 2000 linear feet of pipe will be televised at one time for review by the Engineer. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll -a -tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at .. the option of the Contractor. The cost or retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. Sanitary sewer mains must be laced with enough water to fill all low pints. The television inspection must be done immediately following the lacing of the main with no water flow. If sewer is active, flow must be restricted to provide a clear image of sewer being inspected. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection. All television logs shall be referenced to stationing as shown on the plans. A copy of these television logs will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard -size photographs of the television picture of problems shall be taken by the Contractor upon request of the ,. Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording 04115108 SC-29 No v� PART D - SPECIAL CONDITIONS playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor qualitv that the Enqineer 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 qood tape of the line at no additional cost to the Citv. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. o. w D. PAYMENT OF POST -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for post -construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality .. that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The quantity of TV inspection shall be measured as the total length of new pipe installed. All costs associated with this work shall be included in the appropriate bid item - Post -Construction Television Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D- 39 SAMPLES AND QUALITY CONTROL TESTING A. The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement, and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. C. Quality control testing of in -place material on this project will be performed by the city at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) aw aw ow ,W No 04115/08 SC-30 am PART D - SPECIAL CONDITIONS for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested. E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. D- 40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled -hay retards, dikes, slope drains and other devices. B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible -earth material exposed by preparing right- of-way, clearing and grubbing, the surface area of erodible -earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution -control measures to prevent contamination of adjacent streams, other water courses, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution -control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution -control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil -erosion -control measures shall be performed as directed by the Engineer. .._ 2. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 3. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 4. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 5. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. .. 04115108 SC-31 PART D - SPECIAL CONDITIONS Acceptable material for "Sodding" will be measured by the linear foot, complete in place. Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding. PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work. Its price shall be full compensation for excavating (except as noted below), loading, hauling, placing and furnishing all labor, equipment, tools, supplies, and incidentals necessary to complete work. All labor, equipment, tools and incidentals necessary to supply, transport, stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and will not be paid for directly. WL "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard, complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping; for all watering; for disposal of all surplus materials; and for all materials, labor, equipment, tools and incidentals necessary to complete the work, all in accordance with the Drawings and these Specifications. The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case may be, which price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the work accepted as follows: Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding. on D- 46 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and -• subcontractors at all times during construction. All active sewer manholes, regardless of depth, are defined by OSHA, as "permit required confined spaces". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM" for all applicable manholes and maintain an active file for these manholes. The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces: 04115108 SC-38 W ". r� irs PART D - SPECIAL CONDITIONS D- 47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 1. 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. 2. 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. 3. 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. 4. Payment for substantial completion inspection as well as final inspection shall be subsidiary MW to the project price. Contractor shall still be required to address all other deficiencies, which are discovered at the time of final inspection. 5. Final inspection shall be in conformance with general condition item "C5-5.18 Final Inspection" of PART C - GENERAL CONDITIONS. D- 48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) 1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs, tree trunks, and tree roots at each work site. All such measures shall be considered as incidental work included in the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering. 2. Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecting a "snow fence along the drip line or edge of the tree root system between tree and the construction area. .� 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations. The Engineer shall be notified at least 24 hours prior to any tree trimming work. No trimming work will be permitted within private property without written permission of the Owner. 4. Nothing shall be stored over the tree root system within the drip line area of any tree. 5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. 6. At designated locations shown on the drawings, the "short tunnel" method using Class 51 D.I. pipe shall be utilized. 7. Except in areas where clearing is allowid, all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the .. contractor's expense. 8. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. ,� 04115108 SC-39 ar PART D - SPECIAL CONDITIONS 9. Short tunneling shall consist of power augering or hand excavation. The tunnel diameter shall not be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipe installation shall be pressure grouted. JW D- 49 CONCRETE ENCASEMENT OF SEWER PIPE Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of concrete encasement as measured in place along the centerline of the pipe for each pipe diameter indicated. The Contract Unit Price shall include all costs associated with installation and reinforcement of the concrete encasement. apt D- 50 CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Construction, figure in the Drawings in these Specifications, at locations indicated on the Drawings or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an impervious barrier to reduce groundwater percolation through the pipeline trench. Construction material shall consist of compacted bentonite clay or 2:27 concrete. Payment for work such as forming, placing and finishing shall be subsidiary to the price bid for pipe installation. D- 51 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of all existing utilities prior to construction, in accordance with item D-6. At locations identified on the drawings, contractor shall conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a s safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). a Payment shall not be made for verification of existing utilities per item D-6. Payment for exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer, shall include full compensation for all materials, excavation, surface restoration, field surveys, and all incidentals necessary to complete the work, shall be the unit price bid. No payment shall be made for exploratory excavation(s) conducted after construction has begun. D- 52 INSTALLATION OF WATER FACILITIES 52.1 Polyvinyl Chloride (PVC) Water Pipe POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance with the material standard contained in the General Contract Documents. Payment for work such as backfill, bedding, blocking, detectable tapes and all other associated appurtenant ,,■ required, shall be included in the linear foot price bid of the appropriate BID ITEM(S). aw 04115108 SC-40 PART D - SPECIAL CONDITIONS 52.2 Blocking Concrete blocking on this Project will necessarily be required as shown on the Plans and shall be installed in accordance with the General Contract Documents. All valves shall have concrete blocking provided for supporting. No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the linear foot, bid price of the pipe or the bid price of the valve. 52.3 Type of Casing Pipe WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: For the inside and outside of casing pipe, coal -tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0,375 inch. Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade so Waterworks Manufacturing Company or an approved equal shall be used on all non - concrete pipes when installed in casing, Installation shall be as recommended by the Manufacturer. 2. SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and XW 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. 52.4 Tie -Ins The Contractor shall be responsible for making tie-ins to the existing water mains. It shall be the responsibility of the Contractor to verify the exact location and elevation of the existing line tie-ins. And any differences in locations and elevation of existing line tie-ins between the contract drawings and what may be encountered in the field shall be considered as incidental to construction. The cost of making tie-ins to existing water or sanitary sewer mains shall be included in the linear foot bid price of the pipe. 52.5 Connection of Existing Mains The Contractor shall determine the exact location, elevation, configuration and angulation �. of existing water or sanitary sewer lines prior to manufacturing of the connecting piece. .- 04/15/08 Any differences in locations, elevation, configuration, and or angulation of existing lines between the contract drawings and what may be encountered in the said work shall be considered as incidental to construction. Where it is required to shut down existing mains in order to make proposed connections, such down time shall be coordinated with the SC-41 am 4* PART D - SPECIAL CONDITIONS Engineer, and all efforts shall be made to keep this down time to a minimum. In case of .s shutting down an existing main, the Contractor shall notify the City Project Manager, Construction Services, Phone 817-392-8306, at least 48-hours prior to the required shut down time. The Contractor's attention is directed to Paragraph C5-5.15 INTERRUPTION OF SERVICE, Page C5-5(5), PART C - GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS. The Contractor shall notify the customer both personally and in writing as to the location, time, and schedule of the service interruption. The cost of removing any existing concrete blocking shall be included in the cost of so connection. Unless bid separately all cost incurred shall be included in the linear foot price bid for the appropriate pipe size. 52.6 Valve Cut -Ins It may be necessary to cut -in gate valves to isolate the water main from which the extension and/or replacement is to be connected. This may require closing valves in other lines and putting consumers out of service for that period of time necessary to cut in the new valve; the work must be expedited to the utmost and all such cut -ins must be coordinated with the engineer in charge of inspection. All consumers shall be individually advised prior to the shut out and advised of the approximate length of time they may be without service. Payment for work such as backfill, bedding, fittings, blocking and all other associated -� appurtenants required, shall be included in the price of the appropriate bid items. 52.7 Water Services t. The relocation, replacement, or reconnection of water services will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All service's shall be constructed by the contractor utilizing approved factory manufactured tap saddles (when required) and corporation stops, type K copper water tubing, curb stops with lock wings, meter boxes, and if required approved manufactured service branches. All materials used shall be as specified in the Material Standards (E1-17 & E1-18) contained in the General Contract Documents. All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade. "r All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1- inch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from the main line to the meter box. aw All services which are to be replaced or relocated shall be installed with the service main tap and service line being in line with the service meter unless otherwise directed by the V„ Engineer. A minimum of 24 hours advance notice shall be given when service interruption will be required as specified in Section C5-5.15 INTERRUPTION OF SERVICE. ' .. 04115108 SC-42 a VAW PART D - SPECIAL CONDITIONS .. aw 4W I- 1. k- All water service meters shall be removed, tagged, and collected by the contractor for pickup by the Water Department for reconditioning or replacement. After installation of the Water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 1. WATER SERVICE REPLACEMENTS: Water service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street reconstruction. The contractor shall replace the existing service line with Type K copper from the main to the meter, curb stop with lock wings, and corporation stop. Payment for all work and materials such as backfill, fittings, type K copper tubing, curb stop with lock wings, service line adjustment, and any relocation of up to 12-inches from center line existing meter location to center line proposed meter location shall be included in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the service installation. Payment for all work and materials such as tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. 2. WATER SERVICE RECONNECTION: Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction. The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop. The contractor will be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. 3. WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve (12) inches, as measured from the center line of the existing meter to location to the center line of the proposed meter location, separate payment will be allowed for the relocation of service meter and meter box. Centerline is defined by a line extended from the service tap through the meter. Only relocations made perpendicular to this centerline will be paid for separately. Relocations made along the centerline will be paid of in feet of copper service line. 04115108 When relocation of service meter and meter box is required, payment for all work and materials such as backfill, fittings, five (5) feet of type K copper service and all materials, labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation. All other costs will be included in other appropriate bid item(s). This item will also be used to pay for all service meter and meter box relocations as required by the Engineer when the service line is not being replaced. Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment at any time. Locations with multiple service branches will be paid for as one service meter and meter box relocation. SC-43 PART D - SPECIAL CONDITIONS 91 4. NEW SERVICE: When new services are required the contractor shall install tap saddle (when required), corporation stop, type K copper service line, curb stop with lock wings, and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided for all 2 inch water meters or smaller. The reinforced plastic water meter boxes shall comply with "o section E1-18A — Reinforced Plastic Water Meter Boxes. Payment for all work and materials such as backfill, fittings, type K copper tubing, and curb stop with lock wings shall be included in the Linear Foot price bid for Service Line from Main to Meter five (5) feet behind the meter. Payment for all work and materials such as tap saddle, corporation stops, and fittings shall .. be included in the price bid for Service Taps to Mains. Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box. u- 5. MULTIPLE SERVICE BRANCHES: When multiple service branches are required the contractor shall furnish approved factory manufactured branches. Payment for multiple service branches will include furnishing and installing the multiple service branch only and all other cost will be included in other appropriate bid item(s). 4• 6. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service line that is applicable for the size of the existing service meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid item(s). 40 52.8 2-Inch Temporary Service Line A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide W temporary water service to all buildings that will necessarily be required to have severed water service during said work. The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with �.. the building owners and the Engineer in order that the work be performed in an expeditious manner. Severed water service must be reconnected within 2 hours of discontinuance of service. w A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to the City water supply. The 2-inch temporary service main and 3/4-inch service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2" temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to installation. 40 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 No restoring permanent service, the Contractor shall re -install the meters at the correct location. The meter box shall be reset as necessary to be flush with the existing ground or as otherwise directed by the Engineer. a .s 04115108 SC-44 a. VON PART D - SPECIAL CONDITIONS The temporary service layout shall have a minimum available flow rate of 5 GPM at a dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contractor to determine the length of temporary service allowed, number of service taps and number of feed points. When the temporary service is required for more than one location the 2-inch temporary service pipes, 3/4-inch service lines and the 2-inch meter shall be moved to the next .. successive project location. Payment for work such as fittings, 3/4-inch service lines, asphalt, barricades, all service no connections, removal of temporary services and all other associated appurtenants required, shall be included in the appropriate bid item. B. In order to accurately measure the amount of water used during construction, the Contractor will install a fire hydrant meter for all temporary service lines. Water used during construction for flushing new mains that cannot be metered from a hydrant will be estimated as accurately as possible. At the pre -construction conference the contractor will advise the inspector of the number of meters that will be needed along with the locations where they will be used. The inspector will deliver the hydrant meters to the locations. After installation, the contractor will take full responsibility for the meters until such time as the contractor returns those meters to the inspector. Any damage to the meters will be the sole responsibility of the contractor. The Water Department Meter Shop will evaluate the condition of the meters upon return and if repairs are needed the contractor will receive an invoice for those repairs. The issued meter is for this specific project and location only. Any water that the contractor may need for personal use will require a separate hydrant meter obtained by the Contractor, at its cost, from the Water Department. 52.9 Purging and Sterilization of Water Lines Before being placed into service all newly constructed water lines shall be purged and sterilized in accordance with E2-24 of the General Contract Documents and Specifications except as modified herein. The City will provide all water for INITIAL cleaning and sterilization of water lines. All materials for construction of the project, including appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated lime (HTH) shall be furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to provide a chlorine residual of fifty (50) PPM. The residual of free chlorine shall be measured after 24 hours and shall not be less than 10 parts per million of free chlorine. .. Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary sewer not be available, chlorinated water shall be "de -chlorinated" prior to disposal. The line may not be placed in service until two successive sets of samples, taken 24 hours apart, have met the established standards of purity. Purging and sterilization of the water lines shall be considered as incidental to the project No and all costs incurred will be considered to be included in the linear foot bid price of the pipe. 52.10 Work Near Pressure Plane Boundaries .. Contractor shall take note that the water line to be replaced under this contract may cross or may be in close proximity to an existing pressure plane boundary. Care shall be taken to ensure all "pressure plane" valves installed are installed closed and no cross connections are made between pressure planes 04115108 SC-45 ,No PART D - SPECIAL CONDITIONS ,o 52.11 Water Sample Station GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large I. water meter vaults as per Figure 33 unless otherwise directed by the Engineer The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. ss PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. ow Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be "" included in the price bid for Water Sample Stations. PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials -- necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. 52.12 Ductile Iron and Gray Iron Fittings Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe, fittings, and Specials, Sub section E2-7.11 Cast Iron Fittings: E2-7.11 DUCTILE -IRON AND GRAY -IRON FITTINGS: All ductile -iron and gray -iron fittings shall be furnished with cement mortar lining as stated in Section E1-7. The price bid per ton of fittings shall be payment in full for all fittings, joint accessories, polyethylene wrapping, horizontal concrete blocking, vertical tie -down concrete blocking, and concrete �- cradle necessary for construction as designed. All ductile -iron and gray -iron fittings, valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E1-13 and Construction Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie -down concrete blocking, and concrete cradle. Payment for the polyethylene wrapping, horizontal concrete blocking, vertical tie -down concrete blocking, and concrete cradle shall be included in bid items for vales and fittings and no other payments will be allowed. a+ 4• 04115108 SC-46 aw PART D - SPECIAL CONDITIONS No D- 53 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered to this contract. D- 54 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations. The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. MW Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price. D- 55 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction. Contractor shall not leave excavated trench open overnight. Contractor shall fill any trench the same day of F excavation. No extra payment shall be allowed for this special condition. D- 56 TREE PRUNING A. REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife ow 2. Vermeer V-1550RC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 1. Steel "T" = Bar stakes, 6 feet long. ■ e 2. Smooth Horse -Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 3. Surveyor's Plastic Flagging: "Tundra" weight, International fluorescent orange or red color. 4. Combination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. D. ROOT PRUNING 1. Survey and stake location of root pruning trenches as shown on drawings. 2. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. 04115108 SC-47 .. .. ftr PART D - SPECIAL CONDITIONS 3. Backfill and compact the trench immediately after trenching. 4. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 5. Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity. Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation. 6. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection. E. MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing operation +w on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price. D- 57 TREE REMOVAL Trees to be removed shall be removed using applicable methods, including stump and root ball removal, loading, hauling and dumping. Extra caution shall be taken to not disrupt existing utilities both overhead and buried. The Contractor shall immediately repair or replace any damage to utilities and private property including, but not limited to, water and sewer services, pavement, fences, walls, sprinkler system piping, etc., at no cost to the Owner. All costs for tree removal, including temporary service costs, shall be considered subsidiary to the project contract price and no additional payment will be allowed. D- 58 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils, including the amount of %W rock, if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under this condition. Whether prospective bidders perform this subsurface exploration jointly or independently, and V0 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. 04115108 SC-48 so PART D - SPECIAL CONDITIONS D- 59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, City 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 inspector and his phone number and the City's after-hours phone number. A sample of the 'pre -construction notification' -- flyer is attached. The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as follows: The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption. The flyer shall be prepared on the contractor's letterhead and shall include the following information: Name of the project, DOE number, the date of the interruption of service, the period the interruption will take place, the name of the contractor's foreman and his phone number and the .� name of the City's inspector and his phone number. A sample of the temporary water service interruption notification is attached. a — A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed. The contractor shall not be permitted to proceed with interruption of water service until the flyer has been delivered to all affected residents and businesses. Electronic versions of the sample flyers can be obtained from the Construction office at (817) 392- 8306. All work involved with the notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made. ` D- 60 TRAFFIC BUTTONS The removal and replacement of traffic buttons is the responsibility of the contractor and shall be . considered a subsidiary item. In the event that the contractor prefers for the Signals, Signs and Markings Division (SSMD) of the Transportation/Public Works Department to install the markings, the contractor shall contact SSMD at (817) 392-8770 and shall reimburse SSMD for all costs incurred, both labor and material. No additional compensation shall be made to the contractor for this reimbursement. 04115108 SC-49 PART D - SPECIAL CONDITIONS D- 61 SANITARY SEWER SERVICE CLEANOUTS Whenever a sanitary sewer service line is installed or replaced, the Contractor shall install a two- way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high traffic areas such as driveways, streets, sidewalks, etc. whenever possible. When it is not possible, the cleanout stack and cap shall be cast iron. Payment for all work and materials necessary for the installation of the two-way service cleanout which are required to provide a complete and functional sanitary sewer cleanout shall be included in the price bid for Sanitary Sewer Service Cleanouts. D- 62 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel_ asphalt roller to provide smooth rideability on the street as well as provide a smooth transition between the existing pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary pavement repair pay item. The contractor shall be responsible for maintaining the temporary pavement until the paving contractor has mobilized. The paving contractor shall assume maintenance responsibility upon such mobilization. No additional compensation shall be made for maintaining the temporary pavement. D- 63 CONSTRUCTION STAKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary method of markings as may be found consistent with professional practice, establishing line and grades for roadway and utility construction, and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes i furnished until completion of the construction phase of the project for which they were furnished. If the City or its agent determines that a sufficient number of stakes or markings provided by the City, have been lost, destroyed, or disturbed, to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. No Aw of UV W 00 .. .-w r .. 04115108 SC-50 wn '- PART D - SPECIAL CONDITIONS so D- 64 EASEMENTS AND PERMITS The performance of this contract requires certain temporary construction, right -of -entry agreements, and/or permits to perform work on private property. The City has attempted to obtain the temporary construction and/or right -of -entry agreements for properties where construction activity is necessary on City owned facilities, such as sewer lines or manholes. For locations where the City was unable to obtain the easement 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 subsidiary to the contract. The agreements, which the City has obtained, are available to the Contractor for review by contacting the plans desk at the Department of Engineering, City of Fort Worth. Also, it shall be the responsibility of the Contractor to obtain written permission from property owners to perform such work as cleanout repair and sewer service replacement on private property. Contractor shall adhere to all requirements of Paragraph -■ C6-6.10 of the General Contract Documents. The Contractor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these agreements, by the property owners. The easements and/or private property shall be cleaned up after use and restored to its original condition or better. In event additional work room is required by the Contractor, it shall be the ti Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. The City has obtained the necessary documentation for railroad and/or highway permits required for construction of this project. The Contractor shall be responsible for thoroughly reviewing, understanding and complying with all provisions of such permits, including obtaining the requisite insurance, and shall pay any and all costs associated with or required by the permit(s). It is the "' Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. For railroad permits, any and all railroad insurance costs and any other incidental costs necessary to meet the conditions associated with permit(s) compliance, including payment for flagmen, shall included in the lump sum pay bid item for "Associated Costs for Construction within Railroad / Agency Right-of-way". No additional compensation shall be allowed on this pay item. D- 65 PRE -CONSTRUCTION NEIGHBORHOOD MEETING After the pre -construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre -construction conference but in no case will construction be allowed to begin until this meeting is held. D- 66 WAGE RATES Compliance with and Enforcement of Prevailing Wage Laws Duty to Pav Prevailinq Waqe 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 04115108 SC-51 No PART D - SPECIAL CONDITIONS Im the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. Penaltv for Violation. an A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. •W This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. .. Complaints of Violations and Citv Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. Arbitration Reauired if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of no acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. aw Pav 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. Postina of Waae Rates. Aw The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. am 04/15/08 SC-52 r.� so PART D - SPECIAL CONDITIONS fts Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. mo (Wage rates are attached at the end of this section.) .. (Attached) D- 67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE A. It is the intent of the City of Fort Worth to comply with, the requirements of the Asbestos National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR Part 61, Subpart M. This specification will establish procedures to be used by all Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with NESHAP. Nothing in this specification shall be construed to void any provision of a contract or other law, ordinance, regulation or policy whose requirements are more stringent. B. ACP is defined under NESHAP as a Category II, non -friable material in its intact state but which may become friable upon removal, demolition and/or disposal. Consequently, if the removal/ disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61.150. A NESHAP notification must be filed with the Texas Department of Health. The notification must be filed at least ten days prior to removal of the material. If it remains in its non - friable state, as defined by the NESHAP, it can be disposed as a conventional construction waste. The Environmental Protection Agency (EPA) defines friable as material, when dry, which may be crumbled, pulverized or reduced to powder by hand pressures. C. The Generator of the hazardous material is responsible for the identification and proper handling, transportation, and disposal of the material. Therefore, it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable. The Excavator is responsible to employ those means, methods, techniques and sequences to ensure this ,m result. E. Compliance with all aspects of worker safety and health regulations including but not limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs, which are the responsibility of the Excavator. (Copy of forms attached) am F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe unless otherwise stated or indicated on the project plans or contract documents. 04115108 SC-53 am PART D - SPECIAL CONDITIONS D-68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) am PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction ow Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator' by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tnrcc.state.tx.us/permitting/water own perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOW If the project will result in a total land disturbance equal to or greater .. than 5 acres, the contractor shall sign at the pre -construction meeting a TCEQ Notice of Intent (NOI) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOI shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 .. application fee. The NOI shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 A copy of the NOI shall be sent to: City of Fort Worth ■S Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 .- NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 .. 04115 08 SC-54 PART D - SPECIAL CONDITIONS STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Five of the project SWPPP's are available for viewing at the plans desk of the Department of Engineering. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY — DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOI) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY - DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOI form is not required. However, am a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on * the proposal as full compensation for all items contained in the project SWPPP. D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF * EXISTING WATER SYSTEMS �+• It is the Contractor's responsibility to coordinate -any event that will require connecting to or the operation of an existing City water line system with the City's representative. The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project, the Contractor must coordinate this activity 04115/08 SC-55 am PART D - SPECIAL CONDITIONS through the appropriate City representative. The Contractor shall not operate water line valves of existing water system. Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a " result of these actions. D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD The City reserves the right to require any pre -qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to 'r be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION a. Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: No The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. .. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: 1. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. 2. The Project Manager and the Directors of the Department of Engineering, Water Department, and Department of Transportation and Public Works will be made aware +► of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Engineering Department's Public Information Officer. 4. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Engineering Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. .. 04115108 SC-56 ON PART D - SPECIAL CONDITIONS 5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily ' a second time prior to the completion of the contract, the bonding company will be notified appropriately. ■ D-72 AIR POLLUTION WATCH DAYS The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. - 10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION.. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National .. Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA _ as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or ` alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. - 6:00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. D-73 FEE FOR STREET USE PERMITS AND RE -INSPECTIONS A fee for street use permits is in effect. In addition, a separate fee for re -inspections for parkway construction, such as driveways, sidewalks, etc., will be required. The fees are as follows: i 1. The street permit fee is $50.00 per permit with payment due at the time of permit ■ application. 2. A re -inspection fee of $25.00 will be assessed when work for which an inspection a called for is incomplete. Payment is due prior to the City performing re -inspection. Payment by the contractor for all street use permits and re -inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made. 04115108 SC-57 FORTWORTH Im Date: City Project No.: 00204 Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION r.. DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON F BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR r MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, No go, CONTRACTOR PART D - SPECIAL CONDITIONS F TEXAS DEPARTMENT OF HEALTH i� DEMOLITION ! RENOVATION NOTIFICATION FORM NOTE: CIRCLE ITEMS THAT ARE. AMENDED T D H r� E NOTIFICATION# 1) Abatement Contractor, TDH license Number. Address, City: State ZIp: Office Phone Number: t 1 .lob Site Phone Number: Site Supervisor. TDH License Number. Site Supanfisar: TDH License Number. 6 Trained On -Site NESHAP Individual: Certification Date: -- e O Demolition Contractor Office Phone Number{ 111 Address: City: hate: Zip: 1� y 2) Project Consultant or Operator. TDH L kense Number_ Marling Address' iy p city: State: Zip: Office Phone Number. ( t ' T A 3) Facility Ownar- k Attention: P Mailing Address: A Clty: 5iata: Zip: Ovmer Phone NumberLJ "Nato: The Invoice for tho notification too will be sent to the owner of the bulld7ng and the billing address for the invoice will be 17 obtalned from the Infornatlon that Is provided In this section. A 4) Description or Fac ity Name: E Physical Address: County. city. Zip: S Facility Phone Number( 1 Facility Contact Person; H Description of AreaRoom Number: A Prior Use: Fulure use: P Age of BuildlrVFacilily Size: Number of Floors: School (K-12); D YES 0 NO 6) Typo of Work; Cl Demolition a Renovation (Abatement) t7 Annual Consolidated Work wit be during: ❑ Day ❑ Evening ❑ Night D PhwAd Project %+ : 0, ss Description of work c nodule: Fi 6) is this a Public Building? 0 YES ❑ NO Federal Facility"? D YES C NO Industrial Site? ❑ YES 0 NO 0 NESHAP-Only Facility? O YES o NO Is BuitdtnglFacility Occupied? ❑ YES V NO +� L 7) Nollcation Type CHECK ONLY ONE . 0 Original (10 Working Days) Cancellation O Amendment ❑ EmergencylOrdered r If this is an amendment, which amendment number is this? (Enclose copy of original and/or last amendment) 1 • If an emergency, who did you talk whit at TDH? EmergencyM Date and Hour of Emergency (HHIMNUDDNY): Descrtprron of the sudden, unexpected event and explanation of how the event caused unsafe conditions or Would cause o equipment damage (computers, machinery, etc ❑ B) Description of procedures to be followed In the event that unexpected asbestos is found or previously nowt -friable .. Y asbestos material becomes crumbled, pulverized, or reduced to powder. E S 9) Was an Asbestos survey performed? D YES R NO Date: f 1 TDH Inspector License No: WW Analytical Method: ❑ PL A4 ❑ TEM ❑ Assumed TDH LabeeatoryLfoense No: N (For TAHPA (public building) projects: an assumption must be made by a TDH Licensed Inspector) 10) Description of planned demolition or renovation work, type of material, and methods) to be used. MW 11) Descripfn of work practices and engineering controls to be used to prevent emissions of asbestos at the damalitiordrenovaifon: ,r, 0411W8 SC-59 hmp up PART D - SPECIAL CONDITIONS 12) ALL applicabta Items in the folkw+rng table must be completed: IF NO ASBESTOS PRESENT CHECK HERE , f Approximate amount of Check unit of measurement Asbestos -Containing Building Material Asbestos Type Pipes surface Area Ln Ln SO SO Cu Gu r F1 At Ft f49 I M RACM to be removed .�. RACM NOT removed. - Interior Category I non-friabia removed Exterior Cateqory I non -friable removed r.r Category I non -friable NOT removed Interior Cate1pory 11 non -friable removed .., Exterior Category II non -friable removed {{ CatenorV 11 non-frlable NOT removed I RACM Off -Facility Component 13) Waste Transporter Name: TDH License Number, Address: City: State: Zip: Contact Person: Phone Number ( y 14) waste Drsposal site Name: Address: City State: Zip: Telephone: L 1 TNRCC Permit Number. 15) For structurally unsound facilities, attach a copy of demolition order and identify Governmental Official below: Name: Registration No: Title: Date of order (MMODlYY1 1 f Date order to begin (MMMDlYY) f � 16) Scheduled Dates of Asbestos Abatement (MWDDfYY) Start 1 f Complete: 1 1 17) Scheduled Dates DemolhionlRenovation (MMrODNY) Start: f ! Complete: 1 i " Note. If the start data on this notification can not bo mot, the TDH Regional or Local Program office Afustbe contacted by phone prior to the start date. Failure to do so Is a vlolation In accordanco to TAHPA. ftetion 295.61. I hereby certify that all Information I have provided Is correct, complete, and true to the best of my knowledge. I acknowledge that I am responsible for all aspects of the notifrcatian Form, including, but not limiting, content and submisslon dates. The maximum penalty is S10.000 per day per violation. 1 (Signature of Building Owned Operator (Printed game) (Date) (Telephone) or Delegated Gonsultent/Conlrador) /, 1 (Fax Number) MAIL TO: ASBESTOS NOTIFICATION SECTION TOXIC SUBSTANCES CONTROL DIVISION TEXAS DEPARTMENT OF HEALTH ''Faxes are not accepted* PO BOX 143538 'Faxes arc not accepted' AUSTIN, TX 78714-3536 PH:512-934-66t10, 1-800-572-5548 Farm APBs, dated 07/29/OZ Replaces TDH norm dated 07119f01. For assistance in camptaling farm, calf 1-800-572-5546 no r SC-60 .r PART DA PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS (OMITTED)...6 DA-2 PIPELINE REHABILITATION CURED -IN -PLACE PIPE (OMITTED).........................6 DA-3 PIPE ENLARGEMENT SYSTEM (OMITTED)............................................................6 DA-4 FOLD AND FORM PIPE (OMITTED).........................................................................6 DA-5 SLIPLINING (OMITTED)............................................................................................5 DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT.....................................................6 DA-7 TYPE OF CASING PIPE ........................................................................................a DA-8 SERVICE LINE POINT REPAIR / CLEANOUT REPAIR (OMITTED).........................9 DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION (OMITTED) .......................................................................................................................I...........9 DA-10 MANHOLE REHABILITATION (OMITTED)...............................................................9 DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION (OMITTED) ........... 9 DA-12 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEM (OMITTED).................................................................................................................9 DA-13 INTERIOR MANHOLE COATING - QUADEX SYSTEM (OMITTED) .........................9 DA-14 INTERIOR MANHOLE COATING - SPRAY WALL SYSTEM (OMITTED) .................9 DA-15 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM (OMITTED)...............9 DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY LINER (OMITTED).................................................................................................................9 DA-17 INTERIOR MANHOLE COATING -STRONG -SEAL -SYSTEM (OMITTED).................9 DA-18 RIGID FIBERGLASS MANHOLE LINERS (OMITTED)..............................................9 DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION (OMITTED)...........................9 DA-20 PRESSURE GROUTING (OMITTED)........................................................................9 DA-21 VACUUM TESTING OF REHABILITATED MANHOLES (OMITTED)........................9 DA-22 FIBERGLASS MANHOLES (OMITTED)....................................................................9 DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ...................9 DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER.........................................10 DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS (OMITTED) .............................11 DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE (OMITTED)......................11 DA-27 GRADED CRUSHED STONES (OMITTED)..............................................................11 DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE (OMITTED)....................................11 DA-29 BUTT JOINTS - MILLED (OMITTED)......................................................................11 DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) (OMITTED)..............................11 DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER (OMITTED)......................11 DA-32 NEW 7" CONCRETE VALLEY GUTTER (OMITTED)..............................................11 DA-33 NEW 4" STANDARD WHEELCHAIR RAMP (OMITTED)........................................11 DA-34 8" PAVEMENT PULVERIZATION (OMITTED)........................................................11 DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) (OMITTED) ...11 DA-36 RAISED PAVEMENT MARKERS .................. .................... ....................................... 11 DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING..............11 DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL ..... 15 DA-39 ROCK RIPRAP - GROUT - FILTER FABRIC (OMITTED).......................................16 DA-40 CONCRETE RIPRAP (OMITTED)............................................................................16 DA-41 CONCRETE CYLINDER PIPE AND FITTINGS (OMITTED)....................................16 DA-42 CONCRETE PIPE FITTINGS AND SPECIALS (OMITTED).....................................16 DA-43 UNCLASSIFIED STREET EXCAVATION (OMITTED).............................................16 DA-44 6" PERFORATED PIPE SUBDRAIN (OMITTED)....................................................16 DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS (OMITTED)..............................16 DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION............................................16 11102104 AS C - 1 .. PART DA - ADDITIONAL SPECIAL CONDITIONS DA-47 PAVEMENT REPAIR IN PARKING AREA (OMITTED)............................................17 DA-48 EASEMENTS AND PERMITS..............................\........\..........................................17 DA-49 HIGHWAY REQUIREMENTS (OMITTED) ................................................. \............. 17 DA-50 CONCRETE ENCASEMENT (OMITTED)................................................................17 DA-51 CONNECTION TO EXISTING STRUCTURES (OMITTED)......................................17 DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION..............................17 DA-53 OPEN FIRE LINE INSTALLATIONS (OMITTED).....................................................17 DA-64 WATER SAMPLE STATION....................................................................................18 DA-55 CURB ON CONCRETE PAVEMENT (OMITTED)....................................................18 DA-56 SHOP DRAWINGS..................................................................................................18 DA-57 COST BREAKDOWN...............................................................................................19 DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY...............................19 DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP (OMITTED).............................................19 DA-60 ASPHALT DRIVEWAY REPAIR (OMITTED)............................................................19 DA-61 TOP SOIL (OMITTED) .......... ......................................................... ........................ :.19 DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT (OMITTED)){ •........... ............. ...........i.M\............................H........ \...... ..\,...,............. ,............... •... 20 DA-63 BID QUANTITIES......................................................\..\.......................:...................20 DA-64 WORK IN HIGHWAY RIGHT OF WAY....................................................................20 DA-65 CRUSHED LIMESTONE (FLEX-BASE)....:...\.........................................................20 DA-66 OPTION TO RENEW (OMITTED) .................. ............... see .... too* .... eases.. ........... ....... ....20 DA-67 NON-EXCLUSIVE CONTRACT (OMITTED)............................................................20 DA-68 CONCRETE VALLEY GUTTER (OMITTED) ............... .................4.................a.........20 DA-69 TRAFFIC BUTTONS........................................,.:..................,...........,....:........a........20 DA-70 PAVEMENT STRIPING ....... ..................... ................ ....:.:................ 0........................ 21 DA-71 H.M.A.C. TESTING PROCEDURES................................................1.......................21 DA-72 SPECIFICATION REFERENCES.............................................................................21 DA-73 RELOCATION OF SPRINKLER SYSTEM BACK -FLOW PREVENTERICONTROL VALVE AND BOX (OMITTED) ............ ...:........ .................... .......... .......\......... a.........21 DA-74 RESILIENT -SEATED GATE VALVES .................... ....... ........ ......... :.........................21 DA-75 EMERGENCY SITUATION, JOB MOVE -IN ........ \.................................... .............. .... 22 DA-76 1 %" & 2" COPPER SERVICES (OMITTED) .................. .......... .....................4..... ..6.22 DA-77 SCOPE OF WORK (UTIL. CUT) (OMITTED) .................................. ......................... 22- DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT) (OMITTED)................................22 DA-79 CONTRACT TIME (UTIL. CUT) (OMITTED) ........................... .:............................... 22 DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) (OMITTED) .......... 22: DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) (OMITTED) ............................. 22-- DA-82 LIQUIDATED DAMAGES (UTIL. CUT) (OMITTED)..............................I..................,22 DA-83 PAVING REPAIR EDGES (UTIL. CUT) (OMITTED)....................0.................a.........22 DA-84 TRENCH BACKFILL (UTIL. CUT) (OMITTED) ................... ..:............ ...................... 22 DA-85 CLEAN-UP (UTIL. CUT) (OMITTED).......................................................................22 DA-86 PROPERTY ACCESS (UTIL. CUT) (OMITTED) ........................................ ... :........... *22 DA-87 SUBMISSION OF BIDS (UTIL. CUT) (OMITTED)....................................................22 DA-88 STANDARD BASE REPAIR FOR UNIT i (UTIL. CUT) (OMITTED) .........................22 DA-89 CONCRETE BASE REPAIR FOR UNIT 11 & UNIT III (UTIL. CUT) (OMITTED) .......22' DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) (OMITTED) ...........:............. ............... 22 DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL.,CUT) (OMITTED) ....................... .........\...................... ............ ...... ... ....... see ......... ........... ....22 DA-92 MAINTENANCE BOND (UTIL. CUT) (OMITTED).....................................................22 11102104 ASC - 2 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-93 BRICK PAVEMENT (UTIL. CUT) (OMITTED)..........................................................22 DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) (OMITTED)......................................23 DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT)(OM'ITTED)................................23 DA-96 REPAIR OF STORM DRAINI STRUCTURES (UTIL. CUT) (OMITTED) ..................23 DA-97 "QUICK -SET" CONCRETE (UTIL. CUT) (OMITTED)..............................................23 DA-98 UTILITY ADJUSTMENT (UTIL. CUT) (OMITTED)...................................................23 DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) (OMITTED)...............................................................................................................23 DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (OMITTED) ................23 DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) (OMITTED)..................................23 DA-102 PAYMENT (UTIL. CUT) (OMITTED)........................................................................23 DA-103 DEHOLES (MISC. EXT.) (OMITTED).......................................................................23 DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) (OMITTED)....................................23 DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.)...........................................23 DA-106 BID QUANTITIES (MISC. EXT.) (OMITTED)...........................................................23 DA-107 LIFE OF CONTRACT (MISC. EXT.) (OMITTED).....................................................23 DA-108 FLOWABLE FILL (MISC. EXT.).................................. :............................................ 23 DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) (OMITTED) ......... :............................. 24 DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) (OMITTED) .......... 24 DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) (OMITTED) ..........................24 DA-112 MOVE IN CHARGES (MISC. REPL.) (OMITTED)....................................................24 DA-113 PROJECT SIGNS (MISC. REPL.)............................................................................24 DA-114 LIQUIDATED DAMAGES (MISC. REPL.) (OMITTED).............................................24 DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) (OMITTED)..........................24 DA-116 FIELD OFFICE (OMITTED)......................................................................................24 DA-117 TRAFFIC CONTROL PLAN.....................................................................................25 DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS (OMITTED)...............................................................................................................25 DA-119 DUCTILE IRON PIPE...............................................................................................25 DA-120 CONCRETE PRESSURE PIPE, BAR -WRAPPED STEEL CYLINDER TYPE (OMITTED)...............................................................................................................32 DA-121 BURIED STEEL PIPE AND FITTINGS (OMITTED).................................................32 DA-122 CATHODIC PROTECTION (OMITTED)...................................................................32 DA-123 GRAVEL DRIVEWAY REPAIR................................................................................32 DA-124 REPLACEMENT OF TREES (OMITTED)................................................................32 DA-125 PIPELINES CROSSING HIGHWAYS, STREETS AND RAILROADS BY BORING, TUNNELINGOR OPEN CUT...................................................................................32 DA-126 BUTTERFLY VALVES (OMITTED)..........................................................................41 DA-127 GATE VALVES........................................................................................................41 DA-128 AIR RELEASE VALVES..........................................................................................44 DA-129 CONSTRUCTION COORDINATION WITHIN UNION PACIFIC RAILROAD PERMIT AREA(OMITTED)....................................................................................................44 DA-130 FIBERGLASS SEWER PIPE - GRAVITY SERVICE (OMITTED)............................44 DA-131 JUNCTION SANITARY SEWER MANHOLE (OMITTED)........................................44 DA-132 SUBSURFACE EXPLORATION (OMITTED)...........................................................44 DA-133 ABANDON EXISTING WATER AND SANITARY SEWER STRUCTURES (OMITTED)...............................................................................................................44 DA-134 ABANDON EXISTING PIPE LINE............................................................................44 DA-135 REMOVE AND REPLACE EXISTING PIPE AND CABLE FENCE (OMITTED) .......44 11102104 ASC - 3 .. PART DA - ADDITIONAL SPECIAL CONDITIONS DA-136 SANITARY SEWER AND WATER LINE MARKERS...............................................44 DA-137 CONSTRUCTION COORDINATION WITHIN TARRANT REGIONAL WATER DISTRICT AREAS (OMITTED)................................................................................46 DA-138 SPECIAL PROVISIONS FOR ACTIVITIES INSIDE TRWD RIGHT-OF-WAY (OMrf'TED) ...............................................................................................................46 DA-139 GROUTING PROCEDURE.....................................................................................446 DA-140 TUNNELING............................................................................................................47 w PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS (OMITTED) DA-2 PIPELINE REHABILITATION CURED -IN -PLACE PIPE (OMITTED) DA-3 PIPE ENLARGEMENT SYSTEM (OMITTED) DA-4 FOLD AND FORM PIPE (OMITTED) DA-5 SLIPLINING (OMITTED) DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT A. GENERAL: i 11102104 1. Furnish materials and necessary accessories, with strengths, thickness, coatings, and fittings indicated, specified and/or necessary to complete the work. 2. All excavation shall provide an open area conforming to the outside diameter of the casing and/or carrier conduit. The excavation shall be to an alignment and grade which will allow the carrier conduit to be installed to proper line and grade as shown on the Plans and as established in the Specifications. 3. Work shall be performed in accordance with the requirements of the City of Fort Worth Water Department, the Texas Department of Transportation, or railroad company, as applicable. MATERIALS 1. Casing Pipe: Casing pipe shall be steel conforming to ANSI B36.10 and the following: a. Field Strength: 35,000 psi minimum. b. Wall thickness: As specified in DA-125. C. Diameter: As shown on the drawings (minimum size requirements). d. Joints: Continuous circumferential weld in accordance with AWS D1.1. 2. Carrier Pipe in Casing: Carrier pipe shall be as shown on drawings and as specified in the General Contract Documents. 3. Sewer Pipe without Casing Pipe: Shall be minimum Class 51 ductile iron pipe, or as designated on the plans. 4. Grout: Grout shall be Portland Cement grout of min. 2000 psi compressive strength at 28 days. Proportioned not less than 1 cu. ft. of cement to 3 cu. ft. of fine sand with sufficient water added to provide free flowing thick slurry. ASC-5 C. 11102104 PART DA - ADDITIONAL SPECIAL CONDITIONS EXECUTION Where sewer pipe is required to be installed under railroad embankments or under highways, streets or other facilities in other than open cut, construction shall be performed in such a manner so as to not interfere with the operation of the railroad, street, highway, or other facility, and so as not to weaken or damage any embankment or structure. During construction operations, barricades and lights to safeguard traffic and pedestrians shall be furnished and maintained, until such time as the backfill has been completed and then shall be removed from the site. 2. Pits and Trenches: a. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking or tunneling operations and for placing end joints of the pipe. Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted securely and braced in a manner to prevent earth from caving in. b. The location of the pit shall meet the approval of the Engineer. C. The pits of trenches excavated to facilitate these operations shall be backfilled immediately after the casing and carrier pipe installation has been completed. 3. Boring and Jacking Steel Casing Pipe: Steel casing pipe shall be installed by boring hole with the earth auger and simultaneously jacking pipe into place. a. The boring shall proceed from a pit provided for the boring equipment and workmen. The holes are to be bored mechanically. The boring shall be done using a pilot hole. By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. Excavated material shall be placed near the top of the working pit and disposed of as required. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. Jetting or sluicing will not be permitted. b. In unconsolidated soil formations, a gel -forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. C. Allowable variation from the line and grade shall be as specified under paragraph A.2. All voids between bore and outside of casing shall be pressure grouted. ASC - 6 ,. MW .. wo .. .. WN .. 0. 1W no MW .. .. PART DA - ADDITIONAL SPECIAL CONDITIONS 4. Installation of Carrier Pipe in Casing: a. Sanitary sewer pipe located within the encasement pipe shall be supported by "skids" or "bands" to prevent the pipe and bells from snagging on the inside of the casing, and to keep the installed line from resting on the bells. b. All skids shall be treated with a wood preservative. Skids should extend for •• the full length of the pipe with the exception of the bell area and spigot area necessary for assembly unless otherwise specified. C. The Contractor shall prevent over -belling the pipe while installing it through the casing. A method of restricting the movement between the assembled bell and spigot where applicable shall be provided. At all bored, jacked, or tunneled installations, the annular space between the carrier pipe and casing shall be filled with grout. Care must be taken that not too much water is forced into the casing so as not to float the pipe. The backfill material will not be required unless specified on the plans and specified by the Engineer. e. Closure of the casing after the pipe has been installed shall be plugged at the ends of the casing as shown on the drawings or as required by the Engineer. 5. Boring and Jacking Ductile Iron Pipe without Casing Pipe: a. As indicated on drawings and as required and directed by the Engineer sewer shall be constructed of bore and jacked ductile iron pipe. * b. When a casing pipe is not designated on the drawings, the contractor shall .. provide a casing pipe if necessary to achieve line and grade. Casing pipe shall be provided at no additional cost and shall be subsidiary to the cost bid for installation By Other than Open Cut. C. Bore and jack in accordance with paragraph C.3. above. d. Short length of sewer consisting of a single pipe section may be installed by jacking without a bore hole if permitted by the Engineer and in soft soil layer. All voids outside of installed pipe shall be pressure grouted. 6. Tunneling: Where the characteristics of the soil, the size of the proposed pipe, or the use of monolithic sewer would make the use of tunneling more satisfactory than jacking or boring, or when shown on the plans, a tunneling method may be used, with the approval of the Engineer or railroad/highway officials. a. When tunneling is permitted, the lining of the tunnel shall be of sufficient I_ strength of support the overburden. The Contractor shall submit the �. proposed liner method to the Engineer for approval. The tunnel liner design shall bear the seal of a licensed professional engineer in the State 11102104 ASC - 7 MW .. PART DA - ADDITIONAL SPECIAL CONDITIONS aw of Texas. Approval by the Engineer shall not relieve the Contractor of the responsibility for the adequacy of the liner method. b. The space between the tunnel liner and the limits of excavation shall be pressure grouted or mud -jacked. C. Access holes for placing concrete shall be space at maximum intervals of 10 feet. D. MEASUREMENT AND PAYMENT: Installation of pipe by other than open cut will be *W measured by the linear foot of pipe, complete in place. Such measurement will be made between the ends of the pipe along the central axis as installed. The work performed and materials furnished as prescribed by this item will be paid for at the Contract Unit Price bid "W per linear foot for Pipe Installed by Other Than Open Cut of the type, size, and class of pipe specified as shown on plans. The furnishing of all materials, pipe, liner materials required for installation, for all preparation, hauling and installing of same, and for all .. labor, tools, equipment and incidentals necessary to complete the work, including excavation, backfilling and disposal of surplus material shall be included in the Contract Unit Price as shown in the Bid Proposal. Payment shall not include pavement replacement, which if required, shall be paid separately. .. DA-7 TYPE OF CASING PIPE 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 .. Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as .. follows: A. For the inside and outside of casing pipe, coal -tar protective coating in accordance with ,,,W the requirements of Sec. 2.2 and related sections in AWWA C-203. B. Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be as specified in DA-125. Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company, Advanced Products and Systems, Inc., or an approved equal shall be used on all non - concrete pipes when installed in casing. Installation shall be as recommended by the manufacturer. " 2. SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. ow w 11102104 ASC - 8 ow om -- PART DA - ADDITIONAL SPECIAL CONDITIONS 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. DA-8 SERVICE LINE POINT REPAIR / CLEANOUT REPAIR (OMITTED) DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION (OMITTED) DA-10 MANHOLE REHABILITATION (OMITTED) DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION (OMITTED) DA-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 (OMITTED) DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY 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 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES The contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the resurfacing process commences for a particular street. The contractor shall attempt to include the Construction Engineer (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum of two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the contractor's responsibility to notify the utility companies that he has commenced work on the project. As the resurfacing is completed (within same day) the contractor shall locate 11102104 ASC-9 aw PART DA - ADDITIONAL SPECIAL CONDITIONS the covered manholes and valves and expose them for later adjustment. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: Companv Telephone Number Contact Person Southwestern Bell Telephone 338-6275 "Hot Line" Texas Utilities 336-9411 Mr. Roy Kruger Ext. 2121 Lone Star 336-8381 Mr. Jim Bennett Ext. 6982 City of Fort Worth, 871-8100 Mr. Jim Bob Wakefield Street Light and Signal Of course, under the terms of this contract, the contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5) working days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shutdown of the resurfacing operation by the Construction Engineer. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER These provisions require the contractor to remove all failed existing curb and gutter, as designated by the Construction Engineer, and replace with standard concrete curb and gutter, laydown curb and gutter, or in like kind, as governed by the standard City Specifications, Item No. 104 "Removing Old Concrete", Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-S4. Pay limits for laydown curb and gutter are shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall saw cut the curb and gutter and pavement prior to removal. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the curb and gutter. The pay limit will be 9" out from the gutter lip, with same day haul -off of the removed material to a suitable dump site. The street void shall be filled with H.M.A.C. "Type D" mix as per specification No. 300 "Asphalts, Oils and Emulsions", Item No. 304 "Prime Coat" and Item No. 312 "Hot Mix Asphaltic Concrete" and compacted to standard City densities and top soil as per specification item No. 116 "Top Soil", if needed, shall be added and leveled to grade behind the curb. Existing improvements within the parkway such as water meters, sprinkler system, etc. damaged during construction shall be replaced with same or better at no cost to the City. Backfill for curb and gutter shall be completed within fourteen (14) calendar days from the day of demolition to date of completion. If the contractor fails to complete the work within fourteen (14) calendar days, a $100 dollar liquidated damage will be assessed per block per day. The unit price bid per linear foot shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. 11102104 ASC - 10 sew *. ow MW No No w aw w .. No %W No %W .. -w PART DA - ADDITIONAL SPECIAL CONDITIONS DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS (OMITTED) DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE (OMITTED) 1.9 DA-27 GRADED CRUSHED STONES (OMITTED) MW DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.0- WIDE (OMITTED) DA-29 BUTT JOINTS - MILLED (OMITTED) MW DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) (OMITTED) "W DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER (OMITTED) DA-32 NEW 7" CONCRETE VALLEY GUTTER (OMITTED) .. DA-33 NEW 4" STANDARD WHEELCHAIR RAMP (OMITTED) DA-34 8" PAVEMENT PULVERIZATION (OMITTED) DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) (OMITTED) DA-36 RAISED PAVEMENT MARKERS All applicable provisions of Standard Specifications for Roadway Markers (Buttons) shall apply. The Contractor shall install standard roadway markers according to city specifications as shown on plan sheet or as directed by the Engineer. Please refer to "Roadway Markers Specifications". DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING A. GENERAL: .., Where known by the design engineer, the locations of potentially petroleum contaminated material (soil) that may be encountered during excavation and/or construction activities will be shown on the plans. For all locations where material is excavated and suspected of r, being contaminated with petroleum products, whether known or not, these special conditions are to be followed. The contractor is also to follow all applicable Federal. State and Local regulations when handling known or suspect contaminated materials (soils). .. 1. WORK INCLUDED a. Excavation, stockpiling and testing of Potentially Petroleum Contaminated Material. .. b. Removal, testing, and disposal of petroleum contaminated groundwater. .. c. Obtaining and paying for required permits. d. Hiring of qualified environmental professional consultant(s). Contractor will be required to submit the environmental consultant's experience and qualifications to 11102104 AS C - 11 ow .w PART DA - ADDITIONAL SPECIAL CONDITIONS r the City prior to beginning work in areas of Potentially Petroleum Contaminated Material. e. Hiring of qualified environmental sampling professionals that will collect and submit samples to the applicable City of Fort Worth testing laboratory. The City of Fort Worth's Department of Environmental Management for coordination of laboratory testing. •+ 2. REFERENCES a. All applicable OSHA regulatory requirements. b. All applicable Environmental Protection Agency (EPA) regulatory requirements. c. All applicable State of Texas regulatory requirements. d. All applicable City of Fort Worth (City) regulatory requirements. e. All applicable NIOSH standards. f. All applicable TNRCC requirements. 3. SUBMITTALS am .. aw am a. The contractor shall prepare and submit to the City's Department of Environmental Management, Senior Specialist in Compliance, plans for handling Potentially Petroleum Contaminated Material (PPCM) not less than 30 days prior to commencing excavation. b. The Contractor shall take necessary precautions while performing this project. Contractor shall not commence PPCM work (1) Contractor's submittal for dealing with PPCM is reviewed by the City and (2) the plans (i.e., drawing and description) �. for discharging any treated liquid into the storm sewer or sanitary sewer are reviewed by the City (3) and acceptable stockpile area is identified by the Contractor. c. Contractor shall submit the name of his proposed qualified environmental professional consultant(s) and proposed PPCM Handling Plan to the City. The PPCM Handling Plan shall include the detailed sequence of construction including aw proposed excavation and handling methods, proposed carriers for contaminated materials, waste disposal site, and a list of any permits that may be required for PPCM handling or contaminated materials disposal. The above data must be compiled and arranged in a format that is acceptable to the Texas Natural Resource Conservation Commission (TNRCC). d. Contractor shall submit actual limits of PPCM excavation, as prepared by his ON qualified environmental consultant(s) and testing lab. e. Contractor shall submit for review the proposed carrier pipe material to be used with ow the actual limits of PPCM excavation, including pipe gasket and carrier pipe coating or liner. ASC-12 ow .. .. No PART DA - ADDITIONAL SPECIAL CONDITIONS we B. PRODUCTS: 1. PIPE GASKET MATERIAL. Materials used within the actual limits of PPCM excavation, including pipe gaskets, shall be resistant to petroleum hydrocarbon deterioration. C. EXECUTION: .. 1. POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Areas suspected of having petroleum contaminated material (soils) are shown in on the engineering drawings. b. In areas other than those noted on the plans and where potentially petroleum contaminated materials are either detected or suspected, the City of Fort Worth and the Engineer should be notified immediately and the work should proceed in accordance with this section. 2. SCREENING POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Care should be taken during all excavation and dewatering activities to identify areas potentially contaminated by petroleum. b. When a petroleum odor is encountered during excavation or when there is visual evidence of potentially petroleum contaminated soil, the Contractor shall notify the Engineer without delay. c. The Contractor shall have retained the services of an environmental consultant who .. shall be present at the site to screen suspect soil with a photo -ionization detector (PID) or a flame ionization detector (FID). A reading of 20 ppm above ambient conditions or greater on PID or FID tested soil sample will be considered potentially petroleum contaminated. The soul sample should be a recent sample from the excavation face. The sample should be stored in a laboratory supplied glass jar with a teflon gasket lined lid. The City of Fort Worth Department of Environmental Management will be notified prior to all sample collection and submittal to the current testing laboratory identified by the City. The PID or FID tests should be performed in a confined location. Soils producing a reading of less than 20 ppm above ambient will not be considered potentially petroleum contaminated. The PID or FID shall be calibrated according to manufactures instructions. d. Water encountered during excavation or dewatering shall be considered to be .. potentially contaminated if there is a visible sheen, a hydrocarbon odor, adjacent soil that appears visually to be contaminated by hydrocarbons or at any time the Contractor has reason to believe that hydrocarbon contamination may have occurred. The Contractor shall immediately notify the City and the TNRCC whenever contaminated water is encountered. e. The Contractor shall contact the City whenever contamination from any source is suspected. ASC-13 aw )2/04 PART DA - ADDITIONAL SPECIAL CONDITIONS 3. HANDLING POTENTIALLY PETROLEUM CONTAMINATED SOIL (PPCS) a. Contractor shall coordinate with the City to determine a suitable location for the stockpiling of contaminated soil. The following procedure shall be followed in preparing the chosen site: 1. Provide a diked enclosure large enough to hold all material and prevent runoff. 2. The diked area shall be lined with 20-30 mil plastic tp prevent seepage into the existing soil. 3. At the end of each work day, Contractor shall completely cover stockpile with 20 mil plastic. During the day, the Contractor shall keep the stockpile covered, as necessary, to prevent release of contaminated materials due to rain or wind. 4. Sampling and evaluation of materials will be performed at the Contractor's expense. (The City of Fort Worth will provide laboratory services) b. PPCS shall be handled, tested, observing all standard chain -of -custody procedures and sampling preservation and analyses shall conform to published and recognized standards. c. The stockpiled PPCS shall be sampled and tested every 50 cubic yards for Total Petroleum Hydrocarbons (TPH) (TX1005) and Benzene, Toulene, Ethylbenzene and Xylene (BTEX) (EPA 8020). All test results will be forwarded to the City of Fort Worth Department of Environmental Management. d. Contaminated soil identified by test results will be disposed of according to DA-36, Loading, Transportation, and Disposal of Contaminated Soil. e. It is the intent of the City of Fort Worth that uncontaminated soils be utilized as backfill material, if the soils also meet the Type C or B backfill classifications. 4. HANDLING POTENTIALLY PETROLEUM CONTAMINATED WATER (PPCW) a. Water pumped from the excavation or from dewatering activities that has an oily sheen, a hydrocarbon odor, or is otherwise suspect, shall be considered potentially petroleum contaminated. b. PPCW shall be handled, tested, and discharged in accordance with the TNRCC's appropriate state regulation. PPCW shall be tested no later than 15 days prior to extraction. PPCW shall, if necessary, be treated in an appropriately sized oil/water separator, air stripper or GAC canisters. Contractor shall have his testing laboratory determine that the oil/water separator treated discharge is within the limits established by the TNRCC's regulations before being allowed to discharge (discharge to sanitary sewer). Contractor shall be responsible for furnishing the effluent test reports to the City. c. Alternatively, the Contractor may dispose of contaminated water, after appropriate pretreatment, into the sanitary sewer collection system. It shall be the responsibility of the Contractor to obtain the necessary permit(s) and to perform all testing required by the City of Fort Worth Pretreatment Services Division. ASC - 14 a" w .o w ON ., r. wo .. "W No .. W DA-38 ■ , A. A ti 11102104 r PART DA - ADDITIONAL SPECIAL CONDITIONS d. All treated water shall be discharged into a Contractor supplied Frac Tank, sampled, and analyzed before discharge into the sewer system. e. The product that is recovered shall be disposed of in accordance with all applicable regulations. Any phase separate product recovered from the oil/water separator and air stripper shall be transported in accordance with Department of Transportation rules and regulations for flammable products. When transporting product for disposal, transportation shall also be performed by a licensed carrier. The Contractor is responsible for proper manifesting of the material from the site to the waste disposal facility. Completed Manifests shall be returned to the City Department of Environmental Management within 90 days of shipment. 5. HANDLING VAPOR CONCENTRATIONS a. In order to maintain safe working conditions, the vapor concentrations should not exceed 20 percent of the Lower Explosive Limit (LEL). During construction, measures should be taken to maintain LEL levels below 20 percent in all working areas. b. To monitor vapor levels and oxygen levels a combustible gas indicator (CGI) with a LEU02 meter should continuously operate in the working area. The CGI should be properly calibrated and should have an alarm that sounds if 20 percent LEL is reached. Monitoring data from the GCI should be recorded periodically to determine if ventilation or other methods are effective. In the event local health and safety agencies require more stringent monitoring, the local regulations must be implemented. MEASUREMENT AND PAYMENT: Payment for handling PPCS, PPCW and Vapor Concentrations, obtaining and paying for any permits required, hiring the services of a qualified professional environmental consultant(s), environmental issues, stockpiling and all issues included and incidental to this section will be full compensation for all labor, equipment, materials, and supervision. Measurement and Payment for this section will be per linear foot of trench excavated where the excavated material is handled as a contaminated material. No separate payment will be made for handling of contaminated water, vapor concentrations, sampling, stockpiling, etc. LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL GENERAL: This item has been established for the loading, transportation and disposal of contaminated soils in a State of Texas approved disposal site (landfill) to handle special wastes (petroleum contaminated soils). A bid item has been established in the proposal for the proper loading, transportation and disposal of the material to a designated site and the quantity established is the engineers best estimate of the quantity that may be removed. This quantity may vary depending upon actual conditions and testing results. The unit price bid will not be increased regardless of the actual amount of material disposed and may be decreased if a larger volume of material, than that listed in the bid proposal, results in a unit cost reduction for disposal. ASC - 15 PART DA - ADDITIONAL SPECIAL CONDITIONS B. WASTE MANIFESTS: Any and all non -hazardous liquid and petroleum substance waste removed from the site of generation and transported for treatment and/or disposal must be accompanied by a waste shipment record/manifest detailing required generator, transported, destination and waste description information. These results may not be uniform throughout the entire site. For all petroleum substance waste, the waste shipment record utilized shall be the TNRCC PETROLEUM -SUBSTANCE WASTE AFFIDAVIT (Form TWC-0332). The Contractor shall be responsible for obtaining, originating and maintaining manifests in accordance with federal and state laws. The Contractor shall sign the manifests forms as Independent Contractor to the Owner. AUTHORIZATION OF PAYMENT FOR REMOVAL TRANSPORT AND TREATMENT / DISPOSAL OF WASTES IN CONTINGENT UPON RECEIPT BY THE ENGINEER OF FULLY COMPLETED AND SIGNED MANIFEST FORMS that are in agreement with regard to the type and amount of waste removed from the site and received by the treatment/disposal facility. The Contractor shall immediately resolve any manifest discrepancies. Completed Manifests shall be returned to the City Department of Environmental Management within 90 days of shipment. C. MEASUREMENT AND PAYMENT: Payment for this item shall be made per in place cubic yard of contaminated soils that are loaded, transported and disposed of in an approved special disposal site. No separate payment will be made for loading, transportation and disposal of contaminated ground waters collected; these costs considered subsidiary to DA-37, POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING. The proposed landfill shall be included in the Contractor's bid submittal and approved by the City of Fort Worth Department of Environmental Management prior to contract award. Contractor shall be responsible for all landfill costs, including, but not limited to landfill fees, transportation costs and landfill operator requested analytical testing and waste characterization. DA-39 ROCK RIPRAP - GROUT - FILTER FABRIC (OMITTED) DA-40 CONCRETE RIPRAP (OMITTED) DA-41 CONCRETE CYLINDER PIPE AND FITTINGS (OMITTED) DA-42 CONCRETE PIPE FITTINGS AND SPECIALS (OMITTED) DA-43 UNCLASSIFIED STREET EXCAVATION (OMITTED) DA-44 6" PERFORATED PIPE SUBDRAIN (OMITTED) DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS (OMITTED) DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION The contractor shall follow the sequence of construction as outlined in the plans. To facilitate this timeline, the Contractor shall be prepared to submit shop drawings at the time of the Pre - Construction Conference and be prepared to begin installation of the water and sanitary sewer .m sr ww %W .. %W No W .. 11102104 ASC - 16 "" PART DA - ADDITIONAL SPECIAL CONDITIONS lines with multiple work crews, if needed, within two (2) calendar weeks of the Pre -Construction Conference. All cost associated with these requirements shall be considered subsidiary to the project contract price and no additional payment will be allowed. DA-47 PAVEMENT REPAIR IN PARKING AREA (OMITTED) DA-48 EASEMENTS AND PERMITS i Easements and permits, both temporary and permanent, have been secured for this project at this time and made a part thereto. Any easements and/or permits, both temporary and permanent, which have not been obtained by the time of publication, shall be secured before construction starts. No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained. The Contractor's attention is directed to the easement description and permit requirements, as contained herein, along with any special conditions that may have been imposed on these easements and permits. Where the pipeline crosses privately owned property, the easements and construction areas are shown on the plans. The easements shall be cleaned up after use and restored to their original conditions or better. In the event additional work room or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. aw DA-49 HIGHWAY REQUIREMENTS (OMITTED) DA-50 CONCRETE ENCASEMENT (OMITTED) DA-51 CONNECTION TO EXISTING STRUCTURES (OMITTED) FMO DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION All combination turbo meter installations will be per Detail WTR-029 unless otherwise directed by the Engineer. The contractor shall use Bilco Type J-3 Model 30" x 36" Steel Single Leaf Doors or approved equal unless the vault door is subject to vehicular traffic i.e.: in a street, parking lot, or driveway. Y The appropriate size turbo meter with strainer and check valve if required will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up these item(s) at the •' Field Operations Warehouse. Payment for all work, materials, and all necessary appurtenances from bypass tee to bypass tee which are required to provide a complete and functional Combination Turbo Meter Installation •+ complete with Bypass and Concrete Vault shall be included in the price bid for each. DA-53 OPEN FIRE LINE INSTALLATIONS (OMITTED) 11/02/04 ASC - 17 V. PART DA - ADDITIONAL SPECIAL CONDITIONS DA-54 WATER SAMPLE STATION A. GENERAL: All water sampling station installations will be per Detail 30 or as required in large water meter vaults as per Detail 29 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. B. PAYMENT FOR DETAIL 30 INSTALLATIONs Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for the water main. C. PAYMENT FOR DETAIL 29 INSTALLATIONS Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. DA-55 CURB ON CONCRETE PAVEMENT (OMITTED) DA-56 SHOP DRAWINGS 1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material schedules as may be required by the Engineer for his review. Submittals may be checked by and stamped with the approval of the Contractor and identified as the Engineer may require. Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated actions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data. Processed shop drawing submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding .. aw wo .. %K aw 1W ow .. s 11102104 ASC - 18 ter -- PART DA - ADDITIONAL SPECIAL CONDITIONS by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after submittals are processed, the design drawings and specifications shall govern. The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of constriction, coordination of his work with that of other trades and satisfactory performance his work. The Contractor shall check and verify all measurements and review submittals prior to being submitted, and sign or initial a statement included with the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application. Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form. .. 2. Shop drawings shall be submitted for the following items prior to installation: • Gate valves • Tunnel liner plate • Ductile iron pipe Additional shop drawing requirements are described in some of the material specifications. 3. Address for Submittals - The submittals shall be addressed to the Project Manager: Liam Conlon City of Fort Worth 1000 Throckmorton • Fort Worth, TX 76102 R0 DA-67 COST BREAKDOWN In order to establish a basis upon which partial payments to the Contractor may be authorized, immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown of his contract price arranged and itemized to meet the approval of the Engineer. DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY All work involving paving and/or drainage shall conform to the two following published specifications, except as modified herein: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION — CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP (OMITTED) DA-60 ASPHALT DRIVEWAY REPAIR (OMITTED) DA-61 TOP SOIL (OMITTED) r 1 /02J04 r ASC - 19 .w PART DA - ADDITIONAL SPECIAL CONDITIONS DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT (OMITTED) 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 differences in estimated quantities 4.. versus actual quantities. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding and awarding the contract. Final payment shall be based on actual measured quantities and the unit price bid in this proposal. Moreover, there is to be not limit on the variation between the estimated quantities shown and actual quantities performed. DA-64 WORK IN HIGHWAY RIGHT OF WAY When the Engineer directs the Contractor to perform work in the right-of-way which is under the " jurisdiction of the Texas Department of Transportation (Tex -Dot), the Contractor shall obtain approval from the Texas Department of Transportation prior to commencing any work therein. All work performed in the Tex -Dot right-of-way shall be performed in compliance with and subject to *� approval from the Texas Department of Transportation and Item E2-29.1 "Construction Within Highway Right -of -Way' of the General Contract Documents and Specifications, effective July 1, 1978, as amended. .. DA-65 CRUSHED LIMESTONE (FLEX -BASE) PW Crushed limestone required for use as a flexible base material shall conform to Specification Item No. 208 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. DA-66 OPTION TO RENEW (OMITTED) DA-67 NON-EXCLUSIVE CONTRACT (OMITTED) DA-68 CONCRETE VALLEY GUTTER (OMITTED) DA-69 TRAFFIC BUTTONS .r .. The Contractor shall supply all materials and labor necessary to install traffic buttons of the same - type as were previously installed at locations designated by the Engineer. The buttons to be supplied shall be generally, but not limited to Type W-4 and Type II C-R4 and installed with a Type III Epoxy. .. This``item'Shall be considered subsidiaryta.the"various other bid items and "shall include All materials, labor, ;equipment and incidentals necessary to 'complete the work. No additional ,. compensation will be 'made foi:this item. 11102104 ASC - 20 VM P.- -1 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-70 PAVEMENT STRIPING .. Pavement striping, whenever and wherever encountered, shall be replaced to 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. This item''shall be considered; subsidiary to the various other bid items and shall include all materials, labor, equipment and ``incidentals 'necessary to complete the work. No additional conjpensation will be made for this".4em. DA-71 H.M.A.C. TESTING PROCEDURES The contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be no used for each project. This should be submitted at the Pre -Construction Conference. This design shall not be more than two (2) years old. Upon submittal of the design mix a Marshal (Proctor) will be calculated, if one has not been previously calculated, for the use during density testing. For type "B" asphalt a maximum of 20% rap may be used. No Rap may be used in type .. "D„ Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the contractor is approved for placement of the asphalt. The contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities. The required Density for Type "B" and for Type "D" asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing. After a rolling pattern is established, densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B" and "D" asphalt. Densities on type a. "B" must be done before Type "D" asphalt is applied. Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied. Upon completion of the application of Type "D" asphalt additional cores must be taken to fto determine the applied thickness. DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other specification, it shall be understood that the latest revision of such specification, prior to the date of these general specifications or revisions thereof, shall apply. DA-73 RELOCATION OF SPRINKLER SYSTEM BACK -FLOW PREVENTER/CONTROL VALVE AND BOX (OMITTED) DA-74 RESILIENT -SEATED GATE VALVES .i 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. 11102104 ASC - 21 an PART DA - ADDITIONAL SPECIAL CONDITIONS .. DA-75 EMERGENCY SITUATION, JOB MOVE -IN The Owner or Engineer shall determine when an emergency situation shall exist. When water " emergency work is required, the Contractor shall mobilize to the said location within twenty-four (24) hours after given notification from the Inspector and/or Project Manager. The Contractor shall make all necessary arrangements for bypass pumping, setting up barricades, notifying citizens, etc., while waiting for other utilities to be located as directed by the Engineer. The Contractor shall work continuously until the emergency work order has been completed at a time agreed to by the Project Manager, Inspector, and Contractor. After the emergency work order has been completed, there will be no additional "Job Move -In" charges paid to remobilize back to the previous project location site. DA-76 1 %" & 2" COPPER SERVICES (OMITTED) DA-77 SCOPE OF WORK (UTIL. CUT) (OMITTED) .� DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT) (OMITTED) DA-79 CONTRACT TIME (UTIL. CUT) (OMITTED) DA-80 REQUIRED CREW PERSONNEL & 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-86 CLEAN-UP (UTIL. CUT) (OMITTED) DA-86 PROPERTY ACCESS (UTIL. CUT) (OMITTED) DA-87 SUBMISSION OF BIDS (UTIL. CUT) (OMITTED) DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) (OMITTED) DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT III (UTIL. CUT) (OMITTED) DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) (OMITTED) DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) (OMITTED) DA-92 MAINTENANCE BOND (UTIL. CUT) (OMITTED) DA-93 BRICK PAVEMENT (UTIL. CUT) (OMITTED) Aw 11102104 ASCi - 22 " 1w PART DA - ADDITIONAL SPECIAL CONDITIONS DA-94 LIME STABILIZED SUBGRADE go (UTIL. CUT) (OMITTED) DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) (OMITTED) "' DA-96 REPAIR OF STORM DRAINI STRUCTURES (UTIL. CUT) (OMITTED) DA-97 "QUICK -SET" CONCRETE (UTIL. CUT) (OMITTED) DA-98 UTILITY ADJUSTMENT (UTIL. CUT) (OMITTED) DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) (OMITTED) DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (OMITTED) DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) (OMITTED) DA-102 PAYMENT (UTIL. CUT) (OMITTED) DA-103 DEHOLES (MISC. EXT.) (OMITTED) DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) (OMITTED) DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) Care shall be taken to keepall water extensions clean and free from foreign objects. Chlorinated 9 1 lime shall be placed in the first joint of pipe of the extension and upon completion of the pipe laying, water shall be introduced slowly for sterilization, after which the extension shall be F thoroughly flushed with clean water. Risers shall be installed, as directed by the Engineer, for ow flushing and for providing sample points for bacteria tests. The water main extensions of the project shall be tested under normal line pressure and any leaks observed shall be immediately repaired. DA-106 BID QUANTITIES (MISC. EXT.) (OMITTED) DA-107 LIFE OF CONTRACT (MISC. EXT.) (OMITTED) DA-108 FLOWABLE FILL (MISC. EXT.) 1' 1. Description: The flowable fill material shall be delivered to the site, free flowing and self -leveling and shall have a consistency enabling it to fill all voids without tamping, vibrating or compacting. The flowable fill material shall have an in place density of not less than 95 and not more than 115 lbs./cu. ft., with a maximum twenty-eight (28) day compression strength of not less than 60 and not more than 85 PSI allowing the material to be removed with hand tools such as picks and �! shovels. The height of free fall of the flowable fill shall not exceed four (4) feet. 11/02104 ASC - 23 go %W C=J PART DA - ADDITIONAL SPECIAL CONDITIONS 2. Material Specifications: Flowable fill shall consist of: a. An appropriate amount of Portland Cement meeting ASTM C-150 (with other additives as necessary). b. Aggregates meeting ASTM C-33 c. Sand or fine aggregates as per City of Ft. Worth Standard Specifications for Street and Storm Drain Construction Item 406 d. Flyash, Class C or F, meeting ASTM C-618 e. Admixtures 1. Mineral admixtures will be pozzolanic 2. Chemical admixtures shall be in liquid or powder form used in standard ready -mix concrete products unless specifically designed for flowable fill. Permissible types of admixtures are: a. High air generators, as manufactured by Grace Construction Products or approved equal, which are specifically designed for flowable fill to lower unit weights, reduce shrinkage and subsidence, and control compressive strength. b. Air entraining admixtures conforming to ASTM C-260. c. High range water reducers conforming to ASTM C-494 Type F or G. d. Accelerating admixtures conforming to ASTM C-494, Type C. 1. Non -chloride, non -corrosive accelerators used where metals are present in concrete or embedded members. 2. Calcium chloride 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) DA-112 MOVE IN CHARGES (MISC. REPL.) (OMITTED) DA-113 PROJECT SIGNS (MISC. REPL.) Project Signs are required at all locations which will be under construction for more than thirty (30) calendar days as indicated in Part B Proposal. Project Signs shall be in accordance with Detail WTR-040 of the General Contract Documents. The signs may be mounted on skids or on posts. The exact locations and methods of mounting shall be approved by the engineer. Any and all costs for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. DA-114 LIQUIDATED DAMAGES (MISC. REPL.) (OMITTED) DA-116 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) (OMITTED) DA-116 FIELD OFFICE (OMITTED) 11102104 ASC - 24 w afr ow .. V" ". .. ., s. ,so %or OLPART DA - ADDITIONAL SPECIAL CONDITIONS .. DA-117 'TKOVIC CONTROL PLAN Traffic control shall be in accordance with item 0-8 of the Special Conditions with the exception of the Contractor providing the traffic controlplan. A traffic 'control plan has been prepared and is included in the project plans. The unit,price bid for "Traffic control" as shown in the Proposal, will be fall payment for all materials, Gabon,: equipment, tools, .and ;incidentals necessary to complete the work. All other requirements of D-8shall'apply. DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS (OMITTED) DA-119 DUCTILE IRON PIPE A. GENERAL 1. SCOPE OF WORK Furnish all labor, material, tools, equipment and incidentals required and install buried ductile iron pipe and fittings complete as shown on the Drawings and as specified herein. 2. QUALITY ASSURANCE a. Manufacturer: Finished pipe shall be the product of one (1) manufacturer. Pipe manufacturing operations (pipe, fittings, lining, coating) shall be performed at one (1) location. b. Reference Standards: 1) ANSI/AWWA C104/A21.4 - American National Standard for cement - Mortar Lining for Ductile -Iron Pipe and Fittings for water. 2) ANSI/AWWA C105/A21.5 - American National Standard for Polyethylene Encasement. 3) ANSI/AWWA C110/A21.10 - American National Standard for Ductile Iron and Grey Iron Fittings, 3-inch through 48 inches for water and other liquids. 4) ANSI/AWWA C111/A21.11 - American National Standard for Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 5) ANSI/AWWA C115/A21.15,7 American National Standard for Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron Threaded Flanges. 6) ANSI/AWWA C150/A21.50,8 American National Standard for the Thickness Design of Ductile -Iron Pipe. ASC - 25 PART DA - ADDITIONAL SPECIAL CONDITIONS 7) ANSI/AWWA C151/A21.51,9 American National Standard for the Ductile -Iron Pipe, Centrifugally Cast, for Water or Other Liquids. 8) ANSI/AWWA C153/A21.53, "Ductile -Iron Compact Fittings For "` Water Service" 9) ANSI/AWWA C600,11 Installation of Ductile -Iron Water Mains and ow Their Appurtenances. 10) AWWA M-41 Ductile -Iron Pipe and Fittings. 3. SUBMITTALS Submittals shall be in accordance with the Special Specifications and shall include the following: a. Prior to the fabrication of the pipe, submit Record Data of fabrication and laying drawings to the Owner for review of general conformance to contract documents. Record Data shall include a complete description of the pipe offered, including cuts, tabulated layout, design calculations, thrust calculations, and pertinent design data. Record Data shall incorporate any changes necessary to avoid conflicts with existing utilities and structures. The laying schedule shall show pipe class, class coding, station limits and �• transition stations for various pipe classes. Details for the design and fabrication of all fittings and specials and provisions for thrust shall be included. Submittal shall be sealed by a Licensed Professional Engineer in the State of Texas. b. Submittal for painting exterior pipe to include recommendation for r. preparation, application and storage. C. Prior to delivery of the pipe to the project site, the manufacturer shall furnish an affidavit certifying that all pipe, fittings, and specials, and other products and materials furnished, comply with this specification. If requested by the OWNER, the manufacturer shall submit certified reports of all testing. 4. DELIVERY AND STORAGE or a. Delivery and Storage shall be in accordance with ANSI/AWWA C600 and .� AWWA M41. !>� B. PRODUCTS 1. DUCTILE IRON PIPE: a. Pipe shall be in accordance with NCTCOG 2.12.8, AWWA C110, AWWA C111, AWWA C115, AWWA C150, and AWWA C151. All pipe shall meet IF the requirements of NSF 61. 11102104 ASC - 26 at PART DA - ADDITIONAL SPECIAL CONDITIONS b. Flexible Restrained Push on Joints (FRPJ) shall be U.S. Pipe - TR-Flex, American - Flex -Ring, or approved equal. C. All pipe shall be cement mortar coated in accordance with ANSI/AWWA C104. d. All buried pipe shall be polyethylene encased in accordance with AWWA .. C105. e. As a minimum standard, the following pressure classes shall apply: Diameter Pipe (inch) Min. Pressure Class (PSI) 3" through 12" 350 psi 14" — 20" 250 psi 24" 200 psi 30" — 64" 250 psi f. Engineer shall verify that pressure class specified meets the minimum "W design requirements contained within these provisions. When requested, pipe design calculations shall be submitted to the City. Ductile iron pipe shall be designed in accordance with the latest revision of ANSI/AWWA C150/A21.50 for a minimum 150 psi (or project requirements, whichever is `� greater) rated working pressure plus a 100 psi surge allowance; a 2 to 1 factor of safety on the sum of the working pressure plus surge pressure; Type 4 laying condition, and a minimum depth of cover of 12 feet, or if up located on UPRR property the minimum depth of cover shall be as indicated on the plans plus 10.0 feet. Type 4 laying conditions are as defined in ANSI/AWWA C150/A21.50. g. Mechanical thrust restraint may be done only for make-up pieces where push on joints are not applicable. Retainer glands shall be Series 1100 Megalugs by EBAA Iron for ductile iron pipe mechanical joints, Series 2000PV Mechanical Joint Restraint Glands by EBAA Iron for PVC pipe mechanical joints, and Series 1500 Ductile Iron Retainers for PVC pipe push -on joints. h. Ductile iron pipe shall have nominal lay lengths of 18 or 20 feet. Dimensions and tolerances of each nominal pipe size shall be in accordance with ANSI/AWWA C151/A21. i. Pipe markings shall meet the minimum requirements of ANSI/AWWA C151/A21, latest revision. Minimum pipe markings shall be as follows: 1) "DI" or "DUCTILE" shall be cast or metal stamped on each pipe 2) Weight, pressure class, and nominal thickness of each pipe 3) Year and country pipe was cast "' 4) Manufacturer's mark 11102104 ASC - 27 wo aw E 3. PART DA - ADDITIONAL SPECIAL CONDITIONS j. Iron used in the manufacture of pipe for these specifications shall have: 1) Minimum tensile strength — 60,000 psi 2) Minimum yield strength — 42,000 psi 3) Minimum elongation — 10% DUCTILE IRON PIPE JOINTS: a. General — Comply with ANSI/AWWA C111/A21.11, latest revision. 1) Push -On Joints 2) Mechanical Joints 3) Restrained Joints 4) Flanged Joints —AWWA C115/A21.15, ANSI B16.1, Class 125 b. All rubber joint gaskets utilized on ductile -iron pipe shall be in conformance with ANSI/AWWA C111/A21.11, latest revision. C. Bolts and Nuts: Bolts and nuts for mechanical joints or flanged ends shall be of a high strength corrosion resistant low -carbon steel in accordance with ANSI/AWWA C111/A21.11, ANSI/AWWA C115/A21.15, and ASTM A307, "Standard Specification for Carbon Steel Bolts and Nuts." For mechanical joints, bolts and nuts shall be coated with a ceramic -filled, baked on fluorocarbon resin. Coated bolts and nuts shall be prepared "near white" or "white" when coated to manufacturer's recommended thickness by a certified applicator. Coating shall be of Xylan® as manufactured by Whitford Corporation, or approved equal. Coating shall conform to the performance requirements of ASTM B117, "Salt Spray Test" and shall include, if required, a certificate of conformance. DUCTILE IRON PIPE COATINGS: a. All ductile iron pipe shall have an asphaltic coating, minimum of 1 mil thick, on the pipe exterior, unless otherwise specified. b. Pipes shall have an interior cement mortar lining applied in accordance with ANSI/AWWA C104/A21.04, or latest revision. C. Pipe and fittings exposed to view in the finished work shall not receive the standard asphaltic coat on the outside surfaces, but shall be shop -coated with rust inhibitive primer. Primer shall have a minimum dry film thickness of 4 mils and be certified in accordance with ANSI/NSF 61. d. All buried ductile iron pipe shall be polyethylene encased, unless otherwise specified. Encasement for buried pipe shall be 8 mil linear low density (LLD) polyethylene or 4 mil high density cross -laminated (HDCL) ASC - 28 w UK a. "r «. W w WA ,R • PART DA - ADDITIONAL SPECIAL CONDITIONS polyethylene encasement conforming to AWWA C105/A21.5. Polyethylene film must be marked as follows: 1) Manufacturer's name or trademark 2) Year of manufacturer •• 3) ANSI/AWWA C105/A21.5 4) Minimum film thickness and material type 5) Applicable range of nominal diameter size(s). 6) Warning -Corrosion Protection -Repair Any Damage e. For gravity sewer applications, all ductile iron pipe shall have an approved corrosion resistant coating applied to the interior. Interior coating shall be pre -approved by Fort Worth Water Department Standard Product Committee for application in wastewater environment. Coating shall be Protecto 401 or approved equal. 4. DUCTILE IRON PIPE FITTINGS: •r a. Joints: Fittings shall have flanged, mechanical, restrained, push -on joints or any combination of these. Joints must be manufactured in accordance with the above referenced standards. Unless specified otherwise on the 'A„ plans or in the project specifications, fittings will be provided for installation as follows: .. b. Pressure Rating: Unless specified otherwise, the rated working pressures for fittings are as follows: Ductile Iron Compact Fittings (AWWA C153/A21.53) Nominal Size (in) Pressure Ratinq (PSI) 3" — 24" 350 PSI 30" — 48" 250 PSI 54" — 64" 250 PSI Ductile -Iron Full Body Fittings (AWWA C110/A21.10) Nominal Size (in) Pressure Ratinq (PSI) 3" — 24" 350 PSI 30" — 48" 250 PSI C. Dimensions and Thickness: Fittings and joints shall conform to the thickness and dimensions shown in the various standards referenced under Section 1.02.B. 11/02/04 f ASC - 29 a. 11102104 PART DA - ADDITIONAL SPECIAL CONDITIONS d. Flange: Unless specified otherwise, the bolt circle and the bolt -holes shall match those of ANSI B16.1 Class 125. All screwed -on flanges shall be ductile iron. Field fabrication of flanges shall be prohibited, unless approved otherwise. e. Gland: Glands shall be manufactured of ductile iron conforming to ASTM A536. Restraining devices shall be of ductile iron. Dimensions of the gland shall be such that it can be used with the standardized joint bell and tee -head bolts conforming to ANSI/AWWA C153/A21.53. Bolts and Nuts: Bolts and nuts for mechanical joints or flanged ends shall be of a high strength corrosion resistant low -alloy steel in accordance with ANSI/AWWA C111/A21.11 and ASTM A307, "Standard Specification for Carbon Steel Bolts and Nuts". For mechanical joints, the bolts and nuts shall be coated with a ceramic -filled, baked on fluorocarbon resin. Coated bolts and nuts shall be prepared "near white" or "white" when coated to manufacturer's recommended thickness by a certified applicator. Coating shall be Xylan®, as manufactured by Whitford Corporation, or approved equal. Coating shall conform to the performance requirements of ASTM B117, "Salt Spray Test" and shall include, if required, a certificate of conformance. g. Accessories: Unless otherwise specified, gaskets, glands, bolts, and nuts shall be furnished with mechanical joints, and gaskets and lubricant shall be furnished with push -on joints; all in sufficient quantity for assembly of each joint. h. Outside Coating: All ductile fittings shall have an asphaltic or fusion bonded epoxy coating. Asphaltic coatings shall be a minimum of 1 mil thickness, on the pipe exterior, unless otherwise specified. Fusion bonded exterior coatings shall comply with ANSI/AWWA C116/A21.16, shall have a minimum dry film thickness of 4 mils, and be certified in accordance with ANSI/NSF 61. Interior Lining: All ductile iron fittings are to be furnished with a cement - mortar lining of standard thickness as defined in referenced ANSI/AWWA C104/A21.4 and given a seal coat of asphaltic material, unless otherwise specified. Fusion bonded interior coatings shall comply with ANSI/AWWA C116/A21.16, shall have a minimum dry film thickness of 4 mils, and be certified in accordance with ANSI/NSF 61. j. Polyethylene Encasement: All ductile iron fittings shall be polyethylene encased, unless otherwise specified. Encasement for buried fittings shall be 8 mil linear low density (LLD) polyethylene or 4 mil high density cross - laminated (HDCL) polyethylene encasement conforming to AWWA C105/A21.5. Polyethylene film must be marked as follows: 1) Manufacturer's name or trademark 2) Year of manufacturer ASC - 30 .. VW air ow .. w ,. ti UW �- PART DA - ADDITIONAL SPECIAL CONDITIONS 3) ANSI/AWWA C105/A21.5 4) Minimum film thickness and material type 5) Applicable range of nominal diameter size(s). 6) Warning.— Corrosion Protection — Repair Any Damage k. Marking: Fitting marking shall meet the requirements of ANSI/AWWA C110/A21.10 or ANSI/AWWA C153/A21.53 shall have distinctively cast on them the following information: 1) C-153 or C-110, depending on which type of fitting provided. 2) Pressure Rating .. 3) Nominal diameter of openings 4) Manufacturer's identification 5) Country where cast 6) Number of degrees or fraction of the circle on all bends 7) Letters "DI" or "DUCTILE" cast on them. C. EXECUTION "w 1. GENERAL: a. Install, pipe, fittings, and appurtenances as special_ in accordance with .. AWWA M41 and AWWA C600. b. All pipe shall be mechanically restrained at fittings and within the calculated restraint areas, or as shown on the drawings. C. Polyethylene encasement shall be installed in accordance with AWWA C105 and AWWA M41, Method A or B. Method C will not be allowed_ d. Where indicated, paint shall be applied per manufacturer's recommendations. e. Ductile iron pipe shall be manufactured in accordance with the latest revision of ANSI/AWWA C151/A21.51. Each pipe shall be subjected to a hydrostatic test of not less than 500 psi for a duration of at least 10 seconds. •• f. The manufacturer shall take adequate measures during pipe production to MET assure compliance with ANSI/AWWA C151/A21.51 by performing quality - control tests and maintaining results to those tests as outlined in section 5, an "Verification" of that standard. 11/02/04 00 g. The City of Fort Worth may, at its own cost, subject random lengths of pipe for testing by an independent laboratory for compliance with this ASC-31 or r. PART DA - ADDITIONAL SPECIAL CONDITIONS specification. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. h. The Contractor shall, upon request by City, furnish manufacturer's certified test reports that indicate that each run of pipe furnished has met specifications, that all inspections have been made, and that all tests have been performed in accordance with ANSI/AWWA C151/A21.51. i. The Contractor shall, upon request by City, furnish manufacturer's certified test reports stating that all fittings furnished meet the requirements of applicable Standards and Specifications. Test reports must be provided to the Engineer before construction commences. DA-120 CONCRETE PRESSURE PIPE, BAR -WRAPPED STEEL CYLINDER TYPE (OMITTED) DA-121 BURIED STEEL PIPE AND FITTINGS (OMITTED) DA-122 CATHODIC PROTECTION (OMITTED) DA-123 GRAVEL DRIVEWAY REPAIR At locations where gravel driveways are encountered, such driveways shall be completely replaced for the full extent of utility cut with gravel equal to or better than the existing driveway. Measurement and payment for gravel driveway repair shall be per square yard of gravel complete and in place, shall be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. DA-124 REPLACEMENT OF TREES (OMITTED) DA-125 PIPELINES CROSSING HIGHWAYS, STREETS AND RAILROADS BY BORING, TUNNELING OR OPEN CUT A. GENERAL 1. WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install pipe casings or tunnel liners by boring, tunneling or open cut as specified. This section sets forth the requirements for utility lines crossing roadways or railroads using bore, tunneling, or open cut. ■IfiE 2. QUALITY ASSURANCE a. DESIGN CRITERIA 1) TUNNEL LINER PLATE The tunnel liner plate shall be designed by the Manufacturer in accordance with the methods and criteria as specified in AASHTO Standard Specifications for Highway Bridges, Section 16. Soil 11/02/04 ASC - 32 at w" AM A. w r" w PART DA - ADDITIONAL SPECIAL CONDITIONS parameters shall be determined by the Tunnel Liner Plate um Manufacturer. The tunnel liner plate shall be designed to allow a maximum deflection of 3%. The thickness of the tunnel liner plate specified herein is the minimum acceptable and shall be increased VW as necessary to obtain adequate joint strength, stiffness, buckling strength, and resistance to deflection. .. 2) CASING INSULATORS Casing insulators shall be designed by the Manufacturer to 00 adequately support and electrically isolate the carrier pipe within the casing pipe under all conditions. Number and location of spacing insulators shall be determined by the Manufacturer to protect carrier pipe from damages. One insulator shall be placed within 2' of ends "" of casing. "0 b. INSTALLER'S QUALIFICATIONS Installation shall be by a competent, experienced contractor or sub- contractor. The installation contractor shall have a satisfactory experience record of at least five (5) years engaged in similar work of equal scope. C. PERFORMANCE REQUIREMENTS f.• Lateral or vertical variation in the final position of the pipe casing or tunnel liner from the line and grade established by the engineer shall be permitted only to the extent of 1" in 10', provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe, or clearances from other underground utilities or structures. Any additional cost caused by this variation shall be the responsibility of the Contractor. 3. SUBMITTALS Submittals shall include: a Installer's Qualifications b Shop drawings of the tunnel liner plate and fasteners from the tunnel liner .. plate manufacturer. Shop drawings shall include calculations for the design of the tunnel liner plate sealed by a Licensed Engineer in the State of Texas. Shop drawings are for record purposes only and will not be reviewed or approved by the Engineer. 4. STANDARDS .. 6 AWWA C-206 "Field Welding of Steel Water Pipe" AWWA C-210 "Liquid Epoxy Coating Systems for the Interior and Exterior an of Steel Water Pipelines" 11102104 ASC - 33 wo 5 M 11102104 PART DA - ADDITIONAL SPECIAL CONDITIONS AASHTO M-190 "Bituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches" AASHTO Standard Specifications for Highway Bridges, 1989. ASTM A-36 "Structural Steel" ASTM A-123 "Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products" ASTM A-135 "Electric - Resistance - Welded Steel Pipe" ASTM A-139 "Electric - Fusion (Arc) - Welded Steel Pipe" ASTM A-153 "Zinc Coating (Hot Dip) on Iron and Steel Hardware" ASTM A-307 "Carbon Steel Bolts and Studs, 60,000 PSI Tensile" ASTM A-449 "Quenched and Tempered Steel Bolts and Studs" ASTM A-569 "Steel, Carbon, Hot -Rolled Sheet and Strip, Commercial Quality" ASTM A-570 "Hot Rolled Carbon Steel Sheet and Strip, Structural Quality" ASTM C-76 "Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe" ASTM D-4254 "Test Methods for Minimum Index Density of Soils and Calculation of Relative Density" DELIVERY AND STORAGE a. The Contractor shall store tunnel liner plate in accordance with manufacturer's recommendations. Any liner plate that appears to have been damaged in the opinion of the Owner's representative shall be removed from the project and replaced with a new piece. JOB CONDITIONS; PERMITS AND EASEMENT REQUIREMENTS a. Where the work is in the public right-of-way or railroad company right-of- way, the Owner will secure the appropriate permits or easements. The Contractor shall observe regulations and instructions of the right-of-way Owner as to the methods of performing the work and take precautions for the safety of the property and the public. Negotiations and coordination with the right-of-way Owner shall be carried on by the Contractor, not less than five (5) days prior to the time of his intentions to begin work on the right-of-way. b. Comply with the requirements of the permit and/or easement, a copy of which is included in the Appendix. The work within the Texas Department of Transportation (TxDot) Right -of -Way shall comply with TxDot specifications. If required by the Right -of -Way Owner, obtain Protective Liability Insurance in the amount required by the particular company or other insurance as is specified in the permit at no cost to the Owner. ASC - 34 00 "W A. «. �w .. PART DA - ADDITIONAL SPECIAL CONDITIONS Acquire a permit, agreement, or work order from the right-of-way Owner as is required. C. Construction along roads and railroads shall be performed in such manner that the excavated material be kept off the roads and railroads at all times, as well as, all operating equipment. Construction shall not interfere with the operations of the roads and railroads. d. Barricades, warning signs, and flagmen, when necessary and specified, shall be provided by the Contractor. e. No blasting shall be allowed. Existing pipelines are to be protected. The Contractor shall verify location and elevation of any pipe lines and telephone cable before proceeding with the construction and plan his construction so as to avoid damage to the existing pipe lines or telephone cables. Verification of location of existing utilities shall be the complete responsibility of the Contractor. wr• 7. OPTIONS .. a. CASING MATERIAL: Unless specified otherwise, the Contractor may use steel pipe or tunnel liner plate where bore and/or tunnel as specified. Unless specified otherwise, the Contractor shall use steel pipe where open cut casing is specified. The material specification for casing pipe and tunnel liner are the minimum acceptable_ The Contractor shall be fully responsible to insure the materials used are of sufficient strength for the installation method chosen and the soil conditions encountered. .. b. BORE AND TUNNEL METHODS: Unless specified otherwise, the Contractor may use jacking or tunneling for the installation method of casing material. Tunnel liner plate shall not be used where bore or jack methods are used. The Contractor shall be fully responsible to insure the methods used are adequate for the protection of workers, pipe, property, and the public. Provide a finished product as required. 8. GUARANTEES [Not Used] B. PRODUCTS MATERIALS a. STEEL PIPE: Steel casing pipe shall have a minimum yield strength of 35,000 psi. Casing shall meet ASTM A36, ASTM A570, ASTM A135, ASTM A139, or approved equal. Pipe shall be coated and lined in accordance with AWWA C210 or approved equal. Pipe joints shall be welded in accordance with AWWA C206. After pipe is welded, coating and lining shall be repaired. Unless specified otherwise, the minimum wall thickness of steel casing pipe shall be as follows: 11102104 ASC - 35 a. PART DA - ADDITIONAL SPECIAL CONDITIONS Casing Diameter Wall Thickness 30" 0.50" b. TUNNEL LINER PLATES: Corrugated metal tunnel liner plates shall be galvanized made from steel sheets conforming to the requirements of ASTM A-569. Material to be galvanized shall be zinc coated in accordance with ASTM A-123, except that the zinc shall be applied at a rate of 2.0 oz. ... per square foot on each side. Tunnel liner plates and fasteners shall comply with the requirements of AASHTO Standard Specifications for Highway Bridges, 1989. Liner plates shall be punched for bolting on both longitudinal and circumferential seams, fabricated to permit complete erection from the inside of the tunnel. Bolts and nuts shall be galvanized to conform to ASTM. Where groundwater is encountered, gasketed liner plates shall be used. A-153: Plates shall be of uniform fabrication and those intended for one size tunnel shall be interchangeable. Welding of tunnel liner plate shall not be allowed. The material used for the construction of these plates shall be new, unused, and suitable for the purpose intended. Workmanship shall be first class in every respect. Minimum thickness of tunnel liner plate shall be as follows: Tunnel Diameter` Minimum Thickness 30" — 2 Flanged 14 gage 30" — 4 Flanged 12 gage 2. MIXES a. CEMENT MORTAR: Consisting of one (1) part cement to two (2) parts clean sand with sufficient water to make a thick workable mix. -- b. PRESSURE GROUT MIX: Comprised of 1 cubic foot of cement and 3.5 cubic feet of clean fine sand with sufficient water added to provide a free �• flowing thick slurry. If desired to maintain solids in the mixture in suspension, one cubic foot of commercial grade bentonite may be added to each 12 to 15 cubic feet of the slurry. C. CELLULAR GROUT MIX: The cellular grout shall be a low -density, non - shrink grout composed of Type II Portland cement, water, and a pre- formed foam. The cellular grout shall have the following characteristics: 1) Minimum 28-day Compressive Strength = 1000 psi 2) Slurry (Wet) Density = 95 to 105 pcf �r 3) Cement = Type II, per ASTM C150 11/02/04 ASC - 36 • PART DA - ADDITIONAL SPECIAL CONDITIONS 4) Water = Potable 5) Foam = Per ASTM C869 6) Water/Cement Ratio = 0.50 to 0.55 3. FABRICATIONS [Not Used] 4. MANUFACTURED PRODUCTS a. TUNNEL LINER: Manufactured by Contech Construction Products, Inc.., American Commercial Inc., or approved equal. b. CASING INSULATORS: Thickened Mortar Bands shall be used for this project. Casing insulators may be used in lieu of mortar bands and rollers. In lieu of casing insulators or mortar bands, steel rails and rollers may be considered as an acceptable substitute. However, the Contractor must „T submit a design for the rail and roller installation as well as documentation to justify the substitution as an acceptable installation, in lieu of casing insulators. Use casing insulators for any type of carrier pipe. Insulators shall consist of pre -manufactured stainless steel bands with plastic lining and plastic runners. Insulators shall fit snug over the carrier pipe and position the carrier pipe approximately in the center of the casing pipe, to provide adequate clearance between the carrier pipe bell and the casing �^ pipe. Fasteners for insulators shall be stainless steel or cadmium -plated. Insulators shall be as manufactured by Cascade Waterworks Manufacturing Company or Pipeline Seal and Insulators, Incorporated or Perry Equipment Corporation. c. MORTAR BANDS: Concrete cylinder pipe and polyurethane coated steel pipe may have thickened outside mortar bands in lieu of casing insulators. Mortar bands shall properly position the pipe within the casing or tunnel liner. C. EXECUTION 1. PREPARATION [Not Used] 2. GENERAL CONSTRUCTION PROCEDURES a. EXCAVATION AND BACKFILL OF ACCESS PITS 1) Do not allow excavation over the limits of the bore or tunnel as specified. Trench walls of access pits adjacent to the bore or tunnel ,.� face shall be truly vertical. Shore the trench walls as necessary to protect workmen, the public, structures, roadways, and other improvements. 2) Excavations within the right-of-way and not under surfacing shall be backfilled, with type B backfill, and consolidated by tamping in 6" horizontal layers to 95% of maximum density as measured by ASTM D-698. Surplus material shall be removed from the right-of-way and 11102104 ASC - 37 PART DA - ADDITIONAL SPECIAL CONDITIONS 2. GENERAL. With reference to the terms and conditions of the construction standards for excavations set forth in the OSHA "Safety and Health Regulations for Construction", Chapter XVII of Title 29, CFR, Part 1926, the Contractor shall employ a competent person and, when necessary, a registered professional engineer, to act upon all pertinent matters of the work of this section. B. PRODUCTS Tunnel Liner Plates. Galvanized steel tunnel liner plates shall be corrugated sections as manufactured by Contech Construction Products or Commercial Pantex Sika. Liner plates shall have sectional properties conforming to Section 16.5 of AASHTO "Standard Specifications for Highway Bridges" or to Chapter 1, Section 4.16.5, Table 4.16.1, of AREA "Manual for Railway Engineering". The liner plates shall be designed so that erection and assembly can be accomplished entirely from inside the tunnel. Liner plates shall be capable of withstanding the ring thrust load and transmitting this load from plate to plate. Liner plates shall have a thickness of at least 0.1046 inch. C. EXECUTION BLASTING. Blasting or other use of explosives will not be permitted. 2. TUNNEL EXCAVATION. Pipelines shall be constructed in tunnels of the type designated on the drawings, in conformity with the requirements which follow. Before starting work on any tunnel, detailed drawings, specifications, and other data covering the liner to be used shall be submitted. The clear inside diameter of tunnel liners shall be within 4 inches of the nominal diameter am indicated on the drawings. a) Tunnel Liner Plates. Care shall be taken during installation to maintain alignment, grade, and the circular shape of the tunnel. Longitudinal joints in adjacent rings shall be staggered and not in alignment more often than every second ring. The entire operation of tunneling and setting of liners shall be acceptable to the Owner and the agency having jurisdiction. Adequate means shall be provided to keep the work free from water. w Sufficient sections of tunnel liner plates shall be provided with 1-1/2 inch or larger grouting holes, located near the centers, so that when the plates are installed there will be one line of holes on each side of the tunnel and one at the crown; the lower line AW of holes on each side shall be not more than 18 inches above the invert. The holes in each line shall be not more than 9 feet apart and shall be staggered. All space between the lining and the earth shall be filled with grout forced in under pressure. The grout shall be mixed in the volumetric proportions of two parts Portland cement, one part fly ash, and not to exceed six parts of sand. Enough water shall be used to produce, when well mixed, a grout having the consistency of thick cream. As 11102104 ASC - 48 e& a F aw .,, PART DA - ADDITIONAL SPECIAL CONDITIONS 4) Water = Potable 5) Foam = Per ASTM C869 6) Water/Cement Ratio = 0.50 to 0.55 3. FABRICATIONS [Not Used] 4. MANUFACTURED PRODUCTS a. TUNNEL LINER: Manufactured by Contech Construction Products, Inc.., American Commercial Inc., or approved equal. b. CASING INSULATORS: Thickened Mortar Bands shall be used for this project. Casing insulators may be used in lieu of mortar bands and rollers_ In lieu of casing insulators or mortar bands, steel rails and rollers may be considered as an acceptable substitute. However, the Contractor must submit a design for the rail and roller installation as well as documentation to justify the substitution as an acceptable installation, in lieu of casing insulators. Use casing insulators for any type of carrier pipe. Insulators shall consist of pre -manufactured stainless steel bands with plastic lining and plastic runners. Insulators shall fit snug over the carrier pipe and position the carrier pipe approximately in the center of the casing pipe, to provide adequate clearance between the carrier pipe bell and the casing pipe. Fasteners for insulators shall be stainless steel or cadmium -plated. Insulators shall be as manufactured by Cascade Waterworks Manufacturing Company or Pipeline Seal and Insulators, Incorporated or Perry Equipment Corporation. C. MORTAR BANDS: Concrete cylinder pipe and polyurethane coated steel pipe may have thickened outside mortar bands in lieu of casing insulators. Mortar bands shall properly position the pipe within the casing or tunnel liner. EXECUTION 2 PREPARATION [Not Used] GENERAL CONSTRUCTION PROCEDURES a. EXCAVATION AND BACKFILL OF ACCESS PITS 1) Do not allow excavation over the limits of the bore or tunnel as specified. Trench walls of access pits adjacent to the bore or tunnel face shall be truly vertical. Shore the trench walls as necessary to protect workmen, the public, structures, roadways, and other improvements. 2) Excavations within the right-of-way and not under surfacing shall be backfilled, with type B backfill, and consolidated by tamping in 6" horizontal layers to 95% of maximum density as measured by ASTM D-698. Surplus material shall be removed from the right-of-way and ASC - 37 aw MW PART DA - ADDITIONAL SPECIAL CONDITIONS the excavation finished to original grades. Backfill pits immediately after the installation of the carrier pipe is completed. If carrier pipe is not installed immediately after casing pipe installation, the Right -of - Way Owner may require the access pits be temporarily backfilled until installation of carrier pipe. b. INSTALLING CARRIER PIPE IN CASINGS "W 1) Pipe to be installed within the casing or tunnel liner shall meet the requirements for this type of pipe as specified. Where indicated, place, align, and anchor guide rails and/or casing insulators inside the casing. If guide rails are used, place cement mortar on both sides of the rails. 2) Pull or skid pipe into place inside the casing. Lubricants such as flax soap or drilling mud may be used to ease pipe installation. Do not use petroleum products, oil or grease for this purpose. If guide rails are used, install pipe and hold down jacks after installation of carrier pipe. 3) After installation of the carrier pipe, mortar inside and outside of the joints as applicable. Verify electrical discontinuity between the carrier pipe and tunnel liner. If continuity exists, remedy the short prior to applying cellular grout. 4) After carrier pipe installation is complete, if hold down jacks or casing spacers are used, seal or plug the ends of the casing. 5) After carrier pipe installation is complete, the annular space between ", the carrier pipe and tunnel liner or casing shall be completely filled with cellular grout. The Contractor shall take precautions to prevent flotation of the carrier pipe. Exterior joint coating (heat shrink sleeves) is required for polyurethane coated pipe. Provide '°" necessary bulkheads as recommended by the cellular grout supplier. If pressure is used to apply grout, verify the maximum allowable pressure with the carrier pipe manufacturer, and do not exceed this +W pressure. 0 C. FREE -AIR SYSTEM ., If required by OSHA standards, free -air systems shall be installed and maintained. d. INSTALLATION OF PRESSURE GROUT MIX 1) Install pressure grout mix in the void space between the outside of .+ the casing pipe or tunnel liner and the excavation. For bore or jacks with casing pipe, install pressure grout mix immediately upon completion of setting casing pipe. For tunnel liner plate, install JAW 11102104 ASC - 38 W %W PART DA - ADDITIONAL SPECIAL CONDITIONS pressure grout mix at the end of each work day or more often as conditions warrant. 2) Unless specified otherwise, install pressure grouting through grout fittings for the casing pipe or tunnel liner plate 48" in diameter or larger. Grout fittings shall be fabricated into casing pipe and tunnel liner plate at a maximum spacing of 6'. Remove and plug grout fittings after pressure grouting. 3) Install pressure grout from the low end for all crossings where grout fittings are not used. Seal the low end and pressure grout until grout is extruded from the opposite end. 3. CROSSINGS INSTALLED BY BORING a. Perform the boring from the low or downstream end unless specified otherwise. Bore the holes mechanically and use a pilot hole. By this MW method, an approximate 2" pilot hole shall be bored the entire length of the crossing and shall be checked for line and grade. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. Place excavated material near the top of the working pit and dispose of material �` as required. The use of water or other fluids in connection with the boring operation will be permitted only to the extent to lubricate cuttings. Jetting shall not be permitted. b. In unconsolidated soil formations, a gel -forming colloidal drilling fluid consisting of at least 10% of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. t C. In locations where the soil formation is other than consolidated rock, insert the casing pipe simultaneously with the boring operation. This requirement applies to all bored holes of 18" or greater in diameter. For smaller diameter bored holes, it is desirable that the casing be installed as the boring progresses, but because of differences in soil formations, the time for inserting the casing shall be the Contractor's responsibility. In the event .. that caving sand or water bearing materials are encountered, insert the casing pipe simultaneously with the boring operation regardless of the diameter of the bored hole. In all cases, the security and integrity of the M" roadway is the primary concern. The Contractor shall be held fully responsible for the continued integrity of the structure of the roadway being crossed, whether or not a casing pipe is inserted simultaneously with the �► boring operation. 1� 4. CROSSINGS INSTALLED BY TUNNELING AND JACKING a. Jack the pipe from the low or downstream end, unless specified otherwise. Provide heavy duty jacks suitable for forcing the pipe through the embankment. In operating jacks, apply even pressure to the jacks used. Provide a suitable jacking head and bracing between jacks so that 11102104 ASC - 39 �r r it PART DA - ADDITIONAL SPECIAL CONDITIONS pressure will be applied to the pipe uniformly around the ring of the pipe. Provide a suitable jacking frame or back stop. Set the pipe to be jacked on guides, properly braced together, to support the section of the pipe and to direct it in the proper line and grade. Place the whole jacking assembly so " as to line up with the direction and grade of the pipe. In general, excavate embankment material just ahead of the pipe and material removed through the pipe. Force the pipe through the embankment with jacks into the space provided. b. The excavation for the underside of the pipe, for at least 1/3 of the circumference of the pipe, shall conform to the contour and grade of the pipe. Provide a clearance of not more than 2" for the upper half of the pipe. This clearance shall be tapered off to zero at the point where the _ excavation conforms to the contour of the pipe. Extend the distance of the excavation beyond the end of the pipe depending on the character of the material, but do not exceed 2' in any case. Decrease the distance if the character of the material being excavated makes it desirable to keep the advance excavation closer to the end of the pipe. C. If desired, use a cutting edge of steel plate around the head end of the pipe extending a short distance beyond the end of the pipe with inside angles or lugs to keep the cutting edge from slipping back onto pipe. d. When jacking of pipe has begun, carry on the operation without interruption to prevent the pipe from becoming firmly set in the embankment. Remove and replace any pipe damaged in the jacking operations. The Contractor shall absorb the entire expense. 5. CROSSINGS INSTALLED WITH TUNNEL LINER PLATE a. Install the tunnel liner plates to the limits indicated and as specified in AASHTO Standards Specifications for Highway Bridges, Section II-26, Construction Tunnels Using Steel Tunnel Liner Plates. Assemble steel liner plates into circumferential rings. Liner plates shall be of the type to permit segments to be installed completely from inside the tunnel or bore. 60 b. Accurately maintain the face of the excavation inside the tunnel so as to allow the absolute minimum of void space outside the liner plate. Maintain a maximum of 1/2" tolerance between the outside of the liner plate and the .. excavation wherever possible. The tunnel diameter shall not be greater than 2" larger than the liner O.D. Liner plate installation shall proceed as closely as possible behind the excavation. Excavation shall at no time be more than 6" ahead of the required space to install an individual tunnel liner plate. Use breast plates, poling boards or other suitable devices to maintain accurate excavation with the minimum of unsupported excavation at any time. Tunnel liner plate shall not be allowed to deflect vertically during installation. ASC - 40 W k PART DA - ADDITIONAL SPECIAL CONDITIONS 6. CROSSINGS WITH CASING INSTALLED BY OPEN CUT a. This article covers the requirements for the construction of crossings where pipe casing is required for installation by the open cut method. Excavation, �. backfill, and embedment of casing pipe shall be as specified in the construction plans. All other requirements shall be as specified herein. DA-126 BUTTERFLY VALVES (OMITTED) DA-127 GATE VALVES A. GENERAL V* 1. SCOPE OF WORK a. Furnish all labor, materials, equipment and incidentals required to .. completely install and put into operation resilient seated gate valves and actuator as specified herein and shown on the drawings. 2: QUALITY ASSURANCE a. References: p 1) American Water Works Association (AWWA) AWWA C509 Resilient seated gate valve for water supply service. `w 2) American Society for Testing and Materials (ASTM) ASTM A48 Gray Iron Castings W. ASTM A126 Gray Iron Castings for Valves, Flanges, and Pipe Fittings MW ASTM A436 Austenitic Gray Iron Castings ASTM A536 Ductile Iron Castings. b. Unit Responsibility and Coordination: The Contractor shall cause all equipment specified under this section to be furnished by the valve manufacturer who shall be responsible for the adequacy and compatibility of all valve components including the actuator. Any component of each complete unit not provided by the valve manufacturer shall be designed, fabricated, testing, and installed by factory -authorized representatives experienced in the design and manufacture of the valve equipment. This requirement, however, shall not be construed as relieving the Contractor of the overall responsibility for this portion of the work. 11102104 ASC - 41 PART DA - ADDITIONAL SPECIAL CONDITIONS 3. ENVIRONMENTAL CONDITIONS The equipment to be provided under this section shall be suitable for installation and operation either inside vault structure or directly buried for a gate valve. 4. SUBMITTALS a. Submittals required after award of contract and prior to installation: 1) Technical bulletins and brochures on resilient seated gate valves b. Submittals required prior to final walk through: 1) Operation and Maintenance Manual. 5. SPARE PARTS AND TOOLS a. Furnish one set of special tools required for the proper servicing of all equipment supplied under these Specifications, packed in a suitable steel tool chest with a lock. 6. SHIPPING INSTRUCTIONS a. All parts shall be properly protected so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. b. All equipment and parts must be properly protected against any damage during a prolonged period at the site. C. The finished surfaces of all exposed flanges shall be protected by wooden blank flanges, strongly built and securely bolted thereto. d. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and corrosion. e. Storage and Protection: Take special care to prevent plastic and similar brittle items from being directly exposed to the sun, or exposed to extremes in temperature, preventing any deformation. 7. WARRANTY M a. The equipment shall be warranted to be free from defects in workmanship, design and materials. if any part of the equipment should fail during the warranty period, it shall be replaced and the unit(s) restored to service at no expense to the Owner. Warranty shall be for a period of two years and begin on the Date of Acceptance. F 40 ". W. V. W r" 11102104 ASC - 42 %-' ow • PART DA - ADDITIONAL SPECIAL CONDITIONS B. PRODUCTS 1. RESILIENT SEATED GATE VALVES i s a. Resilient seated gate valves 4" through 48" shall meet or exceed the latest revisions of AWWA C509 and shall meet or exceed the requirements of this specification. All valve components in contact with potable water shall ... conform to the requirements of ANSI/NSF Standard 61. All valve materials for components in contact with potable water shall be resistant to chloramines. b. Valve body shall be ductile iron per ASTM A536. Flanged ends shall be furnished in accordance with ANSI/AWWA C115/A21.15. Standard Flanged Drilling. Mechanical Joints shall be furnished with outlets which conform to i ANSI/AWWA C111/A21.11 mechanical joint requirements. C. The disc shall be constructed of ductile iron fully encapsulated in rubber. No iron shall be exposed on the disc. h d. Hex head bolt, and hex nut shall be Steel ASTM A307 Gr. B, Zinc Plate per ASTM B633, SC3 for non -buried service (4" through 12" valves). Hex head bolt and hex nut shall be 304 or 316 Stainless Steel for buried service (all sizes) and for valves 16-inch through 30-inch (non -buried service). e. T-Bolts shall be high strength low alloy Cor-Ten or approved equal. f. Resilient seated gate valves shall be Clow, American Flow Control, Mueller, MW or equal for size 4" through 48" in accordance with the City of Fort Worth's Standard Products List. Valves 16" and larger shall be contained within a vault as shown on the plans. g. Gate valves in buried service shall be provided with polyethylene encasement in accordance with AWWA C105. h. Resilient seated gate valves for buried service shall be furnished with a square 2" operating nut. The valve box shall be Mueller H-10360 or .. Engineer approved equal. i. In all non -buried service, handwheel operators shall be furnished, unless •, otherwise specified. j. Resilient seated gate valves shall be non -rising stem type unless otherwise specified. k. All resilient seated gate valves shall be provided to open in clockwise direction. +, I. All resilient seated gate valves 20" and larger shall be provided with gear reduction. 11102104 ASC - 43 �r PART DA - ADDITIONAL SPECIAL CONDITIONS C. EXECUTION 1. INSTALLATION a. All resilient seated gate valves shall be installed in accordance with the instructions of the manufacturer and as shown on the drawings. DA-128 AIR RELEASE VALVES DA-129 CONSTRUCTION COORDINATION WITHIN UNION PACIFIC RAILROAD PERMIT AREA (OMITTED) DA-130 FIBERGLASS SEWER PIPE — GRAVITY SERVICE (OMITTED) DA-131 JUNCTION SANITARY SEWER MANHOLE (OMITTED) DA-132 SUBSURFACE EXPLORATION (OMITTED) DA-133 ABANDON EXISTING WATER AND SANITARY SEWER STRUCTURES (OMITTED) DA-134 ABANDON EXISTING PIPE LINE This item shall consist of filling existing water or sanitary sewer pipe to be abandoned with " flowable fill as designated in the construction plans. Flowable fill material shall be in accordance with DA-108 as well as any requirements of the Union Pacific Railroad Company or the U.S. Army Corps of Engineers, Fort Worth District (CESWF). +.K Payment for this item shall be per linear foot of pipe filled with flowable fill. This cost shall include all labor, material, and equipment associated with filling existing water or sanitary sewer pipe with �. flowable fill. DA-135 REMOVE AND REPLACE EXISTING PIPE AND CABLE FENCE (OMITTED) DA-136 SANITARY SEWER AND WATERLINE MARKERS A. GENERAL These work described in this specification includes supplying and placing markers for sanitary sewer lines and water lines. B. MATERIALS 1. Buried Markers — Buried markers shall be Omni Marker balls as manufactured by Tempo or approved equal (www.tempo-textron.com). Markers for water lines shall be blue. Markers for sanitary sewer lines shall be green. 2. Surface Markers — Surface markers shall be COTTMark Cable and Pipe Warning System as manufactured by COTT Manufacturing Co. or approved equal (www.cottmfg.com). Markers for water lines shall have a blue warning sign. 11102104 ASC - 44 PART DA - ADDITIONAL SPECIAL CONDITIONS Markers for sanitary sewer lines shall have a green warning sign. Marker posts shall be 4-inch diameter PVC. C. EXECUTION 1. GENERAL a. Buried markers shall be placed at a depth of three -feet below natural ground surface and directly above the feature they are marking. b. Surface markers shall be a minimum of six -feet in length and shall be buried a minimum of two -feet, with a minimum of four -feet above ground. The warning sign for all surface markers shall be 21-inches (not including post cap). Surface markers shall be placed as follows: ow i. Buried Features: Surface markers shall be placed directly above a buried feature. ii. Above -Ground Features: Surface markers shall be placed a maximum of two (2) feet away from an above -ground feature. 2. PLACEMENT a. Water Lines 16-inches and Above Buried markers shall be placed at all horizontal and vertical bends, all horizontal points of curvature, tangency, and reverse curvature, horizontal tees (excluding fire hydrant taps), cleanout wyes, blowoff valves, end -of - line plugs, and at other locations as shown on the plans or as deemed appropriate by the ENGINEER. 4M Surface markers shall.be placed at each right-of-way line (or end of casing pipe) of major highway crossings, railroad crossings, crossings with major utilities such as high pressure gas lines and fiber-optic lines, and at other up locations as shown on the plans or as deemed appropriate by the ENGINEER. b. Water Lines 12-inches and Below Buried markers shall be placed at the end -of -line cap on all dead-end stubouts. Surface markers shall not be utilized for water lines 12-inches and under. c. Sanitary Sewer Lines, All Sizes Buried markers shall be placed at all horizontal points of curvature, tangency and reverse curvature if no manhole is present, and at all stubouts. Surface markers shall be placed at each right-of-way line (or end of casing 00 pipe) of major highway crossings, railroad crossings, crossings with major 11102104 ASC - 45 .. PART DA - ADDITIONAL SPECIAL CONDITIONS utilities such as high pressure gas lines and fiber-optic lines, and at other locations as shown on the plans or as deemed appropriate by the ENGINEER. D. MEASURMENT AND PAYMENT The cost of buried and surface sanitary sewer and water markers is subsidiary work and •-- the cost of same shall be included in the unit price bid for pipe complete in place as bid in the proposal, and no other compensation will be allowed. DA-137 CONSTRUCTION COORDINATION WITHIN TARRANT REGIONAL WATER DISTRICT AREAS (OMITTED) F7 DA-138 SPECIAL PROVISIONS FOR ACTIVITIES INSIDE TRWD RIGHT-OF-WAY (OMITTED) DA-139 GROUTING PROCEDURE A. Grouting Procedure For Other Than Open Cut Installations 1. General — This section relates to grout void spaces for the following: a. Between tunnel wall and encasement pipe b. Between encasement pipe and carrier pipe." 2. Material a. Approved grout mixtures are described in the special condition: Grout for Other Than Open Cut Installations -= b. Pump and accessories c. 3" PVC pipe 3. Procedure ..� a. Grout between tunnel wall and encasement pipe, if distance between the tunnel and the encasement pipe exceeds 3" as per SWFP 1150-2-1. i. The contractor shall use 3" PVC pipe to convey grout through the bore pit and proposed tunnel to predetermined discharge points into the void space. A grout delivery point is required near each end of the tunnel. The insertion points shall be near the crown of the encasement pipe /liner walls. The insertion points shall be placed at a maximum increment of 25 feet. ii. The Contractor shall bulkhead the ends of the tunnel as necessary to grout void spaces. A permanent bulkhead is required at the end of ` construction. The tunnel shall be isolated from the bore pit at the end of the day. iii. The Contractor shall start grouting the voids space from the middle +� outward. iv. Sound encasement pipe to determine location of void spaces. Perform sounding as a baseline for future testing. Sounding shall be done prior. to grout installation. Record results at least at intervals of 25'. v. Grout fill the annular space until grout comes out the next insertion point. Cap the hole when grout continuously flows out. The cap must „ be screwed or fastened into the encasement pipe. The cap shall be able to make a watertight seal and handle external loads. Continue 11102104 ASC - 46 4 .. PART DA - ADDITIONAL SPECIAL CONDITIONS capping the holes until grout does not continue to flow to the next hole. If the flow does not flow through the hole, sound pipe and insert the grout in the next hole or create a new insertion point as necessary. During the process, record the insertion points and keep a log of the volume of grout inserted into the void space. Tests shall be performed at a minimum 10 foot interval around the circumference. b. Between encasement pipe and carrier pipe I The contractor shall use 3" PVC pipe to convey grout through the bore pit and proposed tunnel to predetermined discharge points. One deliver point site will be required near each end of the tunnel. The Contractor shall connect PVC pipe to selected insert point. The insertion points shall be placed at a maximum increment of 75 feet. ii. The Contractor shall bulkhead the ends of the tunnel as necessary to ..r grout void spaces. A permanent bulkhead is required at the end of construction. The tunnel shall be isolated from the bore pit at the end of the day. iii. The Contractor shall start grouting the voids space from the middle outward. iv. Test pipe shall also be placed in the void space. They should be offset from the insert point at maximum increment of 75'. The pipe shall be left open in the void space. The test is determined to be successful, if grout flows from void space to the bore pit. Pipe inlets are to be located at the 50% diameter and 90% diameter vertical distance from the flow line. Fill PVC pipe with grout and cap when tests are successful. v. Sound encasement pipe to determine location of void spaces. Record results at least every 25'. vi. Fill the annular space until grout comes out the next hole insertion point in the crown. Cap the hole in the crown when grout continuously goes out hole. Continue capping the holes until grout does not continue to flow to the next hole. Create new insertion point and check holes for grout. During the process, record the location grout discharges and keep a time log of the volume of grout inserted into the void space. vii. Inspect the progress of the grouting operation by sounding the carrier pipe. Record results for tests conducted at least every 25'. Check the «� circumference of the pipe for the location of the grout. viii. Cap the ends of tunnel. This includes the space between the water pipe the outer limits of the tunnel. r. DA-140 TUNNELING .. A. GENERAL 1. SCOPE. This section covers hand tunneling and shall include the necessary preparation of the site; removal and disposal of all debris; excavation as required; the handling, storage, transportation, and disposal of all. excavated material; all necessary protection work; pumping and dewatering as necessary or required; protection of adjacent property; and other appurtenant work. 11102104 ASC - 47 PART DA - ADDITIONAL SPECIAL CONDITIONS 2. GENERAL. With reference to the terms and conditions of the construction standards for a excavations set forth in the OSHA "Safety and Health Regulations for Construction", Chapter XVII of Title 29, CFR, Part 1926, the Contractor shall employ a competent person and, when necessary, a registered professional engineer, to act upon all pertinent matters AW of the work of this section. B. PRODUCTS W Tunnel Liner Plates. Galvanized steel tunnel liner plates shall be corrugated sections as manufactured by Contech Construction Products or Commercial Pantex Sika. Liner plates shall have sectional properties conforming to Section 16.5 of AASHTO "Standard Specifications for Highway Bridges" or to Chapter 1, Section 4.16.5, Table 4.16.1, of AREA "Manual for Railway Engineering". The liner plates shall be designed so that erection and assembly can be accomplished entirely from inside the tunnel. Liner plates shall be capable of withstanding the ring thrust load and transmitting this load from plate to plate. Liner plates shall have a thickness of at least 0.1046 inch. C. EXECUTION BLASTING. Blasting or other use of explosives will not be permitted. 2. TUNNEL EXCAVATION. Pipelines shall be constructed in tunnels of the type designated on the drawings, in conformity with the requirements which follow. Before starting work on any tunnel, detailed drawings, specifications, and other data covering the liner to be used shall be submitted. The clear inside diameter of tunnel liners shall be within 4 inches of the nominal diameter indicated on the drawings. a) Tunnel Liner Plates. Care shall be taken during installation to maintain alignment, grade, and the circular shape of the tunnel. Longitudinal joints in adjacent rings shall �'' be staggered and not in alignment more often than every second ring. The entire operation of tunneling and setting of liners shall be acceptable to the Owner and the agency having jurisdiction. Adequate means shall be provided to keep the work free from water. Sufficient sections of tunnel liner plates shall be provided with 1-1/2 inch or larger grouting holes, located near the centers, so that when the plates are installed there will be one line of holes on each side of the tunnel and one at the crown; the lower line 4W of holes on each side shall be not more than 18 inches above the invert. The holes in each line shall be not more than 9 feet apart and shall be staggered. All space between the lining and the earth shall be filled with grout forced in under pressure. The grout shall be mixed in the volumetric proportions of two parts Portland cement, one part fly ash, and not to exceed six parts of sand. Enough water shall be used to produce, when well mixed, a grout having the consistency of thick cream. As 11102104 ASC - 48 PART DA - ADDITIONAL SPECIAL CONDITIONS the pumping through any hole is stopped, it shall be plugged to prevent backflow of grout. Grouting shall be performed in a sequence which will preclude deflections exceeding 5 .� percent of the tunnel diameter. 3. END CLOSURE. At all locations where the liner plate tunnel intersects shafts or manholes where soil material could migrate into the open space between the tunnel and the carrier pipe, brick and mortar bulkheads shall be constructed to prevent migration of the soil backfill in the shafts or around the manholes. Brick shall be in conformance with ASTM _ C90 and cement with ASTM C150, Type 1. The bulkheads shall be a minimum of eight inches in thickness. ASC - 49 PART E .. SECTION E SPECIFICATIONS (January 1, 1978) All materials, construction methods and procedures used in this project shall conform to Sections E1, E2, and E2A of the Fort Worth Water Department General Contract Documents and General Specifications, together with any additional material specification(s), construction(s) or later revision(s). (See revisions listed on this sheet.) Sections E1, E2 and E2A of the Fort Worth Water Department General Contract Documents and General Specifications are hereby made a part of this contract document by reference for all purposes, the same as if copies verbatim herein, and such Sections are filed and kept in the office of the City Secretary of the City of Fort Worth as an official record of the City of Fort Worth. INDEX E1 MATERIAL SPECIFICATIONS E2 CONSTRUCTION SPECIFICATIONS E2A GENERAL DESIGN DETAILS Revisions as of April 20, 1981, follow: E1-2.4 Backfill: (Correct minimum compaction requirement to 95% Proctor density and correct P.l. values as follows: C. Additional backfill requirements when approved for use in streets: Type 'B' Backfill (c) Maximum plastic index (PI) shall be 8. 2. Type 'C' Backfill (a) Material meeting requirements and having a PI of 8 or less shall be considered as suitable for compaction by jetting. (b) Material meeting requirements and having a PI of 9 or more shall be considered for use only with mechanical compaction. E2-2.11 Trench Backfill: (Correct Minimum compaction requirement wherever it appears in this section to 95% Proctor density except for paragraph a.1 where the "95% modified Proctor density" shall remain unchanged.) E-1 f SECTION E100 —MATERIAL SPECIFICATIONS MATERIAL SPECIFICATIONS January 1, 1978 (Added 5/13/90) E100-4 WATERTIGHT MANHOLE INSERTS E100-4.1 GENERAL: This standard covers the furnishing and installation of watertight gasketed manhole inserts in the Fort Worth sanitary sewer collection system. E100-4.2 MATERIALS AND DESIGN: a. The manhole insert shall be of corrosion -proof high density polyethylene that meets or exceed the requirements of ASTM D1248, Category 5, Type III. b. The minimum thickness of the manhole insert shall be 1/8". C. The manhole insert shall have a gasket that provides positive seal in wet or dry conditions. The gasket shall be made of closed cell neoprene rubber and meet the requirement of ASTM D1056, or equal. d. The manhole insert shall have a strap for removing the insert. The strap shall be made of minimum 1" wide woven polypropylene or nylon webbing, with the ends treated to prevent unraveling. Stainless steel hardware shall be used to securely attach strap to the insert. e. The manhole insert shall have one or more vent holes or valves to release gasses and allow water inflow at a rate no greater than 10 gallons per 24 hours. E 100-4, 3 INSTALLATION: a. The manhole frame shall be cleaned of all dirt and debris before placing the manhole insert of 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. E-2 GENERAL CONSTRUCTION NOTES Applicable design and details shall conform to "General Contract Documents and Specifications for Water Department Projects" (GCD) effective July 1, 1978, with the latest revisions. 2. All horizontal blocking, cradle blocking, and vertical tie -down blocking to be in accordance with Fig.(s) 9, 10, and 11of the GCD. 3. Fire hydrants shall be located a minimum of 3'-0" behind the face of curb per Fig. 5GCD. 4. All gate valve installations for sizes up to 12" are to be per Fig. 3 GCD and sizes 16" and larger Fig. 4 GCD. 5. The proposed water and/or sewer mains at times will be laid close to other existing utilities and structures both above and below the ground. The contractor shall make necessary provisions for the support and protection of all utility poles, fences, trees, shrubs, gas mains, telephone cables, TU cables, drainage pipes, utility services, and all other utilities and structures both above and below the ground during construction. It is the contractor's responsibility to notify all utility owners prior to any construction in the area and verify the actual location of all buried utilities that may or may not be shown on the plans. The contractor shall preserve and protect all underground and overhead facilities and be responsible for any damage he may cause to them. The Contractor shall contact the following at least 48 hours prior to excavating at each location: Fort Worth Water Department Field Operations Kristian Sugrim 817-212-2649 or 817-925-2271 Rick Davis 817-871-8275 Fort Worth Transportation & Public Works Light and Signal Division Dwayne Cox 817-871-8100 Roger Martin 817-871-8100 Fort Worth Transportation & Public Works (Storm Drain locates) Gordon Couch 817-871-8100 Lone Star Gas Company Texas Utility Service Company Southwestern Bell Telephone Company Texas One Call -Fiber Optics Location (MCI, AT&T, Sprint, etc.) Marcus Cable T.V. Metro (214) 263-3444 336-2328 Enterprise 9800 1-800-245-4545 737-4731 6. Contractor shall verify the elevation, configuration, and angulation of existing line prior to construction of tie-in materials. Such verification shall be considered as subsidiary cost of project and no additional compensation will be allowed. Elevation E-3 0• adjustments at connections may be made with bends, offsets, or joint deflections. All nonstandard bends shall be made using the closest standard M.J. fittings with the required joint deflections. (Deflections not to exceed manufacturer's deflection per joint) 7. Contractor shall keep at least one lane of traffic open at all times during construction and access to all places of business and residence at all times. (Reference C6-6.5 GCD) 8. No excavated materials, backfill materials, equipment, or supplies shall be stored within floodways or drainage easements. (Reference C6-6.6 GCD) 9. Trenches which lay outside existing or future pavements shall be backfilled above the top of the embedment with Type "C" backfill material. When Type "C" backfill material is not suitable, at the direction of the Engineer, Type "B" material shall be used. All backfill material shall be compacted to a minimum of 90% proctor density by means of tamping only. Trenches which cross under existing or future pavement shall be backfilled with 95% proctor density by jetting, tamping, or a combination of such methods per Fig. "A". 10. Rim elevations of the proposed sanitary sewer manholes in repaved streets are shown as final finished grades in these plans. They shall be constructed to 15" below final finished grade by utility contractor and adjusted by paving contractor in accordance with Fig. M of the special contract documents. Concrete collars shall be installed where indicated on the plans per Fig. 121 of the special contract documents. Manhole inserts shall be installed in all standard four foot and standard four foot drop access manholes per E-100-4 of the special contract documents. Standard four foot diameter manholes shall be in accordance with section E2A, Fig. 103 and Fig. 104 GCD, standard four foot drop access manholes per Fig. 107 GCD, and shallow manholes per Fig. 106 GCD. 11 The top of the water lines shall be a minimum of 3'-6" below the top of the curb for 12" and smaller mains except where otherwise shown on these plans. 12. All water meters shall be placed or relocated T-0" behind the face of the proposed curb or as directed by the Engineer. 13. All existing water services shall be replaced with 1" minimum copper tubing unless a larger size is indicated on the plans. Corporation stops shall be fully opened prior to trench backfill. Curb stops with lock wings shall be tested for full flow when the system is pressure tested. Extend 1" water services to those lots where no water services have been extended to. Locate these services at normal locations or as directed by the Engineer. a. The normal location of water service lines shall be 5' east or north of the center of the property frontage. b. For 40' or less lot frontage, all water services shall be placed 18" from the east or south property line. 14. All sanitary sewer services encountered shall be replaced to the property line as directed by the Engineer. E-4 SECTION E1-18A — REINFORCED PLASTIC WATER METER BOXES E1.18A.1 SCOPE: This specification covers three types of water meter boxes, Type A and B, and Type C. E1.18A1.1.1 Class A Standard Meter Box: Intended for use with services utilizing 5/8" X %", %" and 1" meters. E1.18A.1.2 Class B Standard Meter Box: Intended for use with services utilizing 1-1/2" and 2" meters. E1.18A.1.3 Class C Standard Meter Box: Intended for use with services utilizing two 5/8" X %" or %" meters. E1.18A.2 CONSTRUCTION: Reinforced plastic water meter boxes andiron cover lids under this specification will include three specific sizes of a rectangular shape. Those three sizes will be referred to us: CLASS 'A', 11" x 18" Box, 12" high CLASS 'B', 15.25" x 27" Box, 12" high CLASS 'C', 18" x 16' Box, 12" high E1.18A.3 REINFORCED PLASTIC METER BOX SPECIFICATION The meter box shall be constructed of Linear Medium Density Polyethylene (LMDPE) as defined in ASTM D-883-95A and have a minimum wall thickness of .500". The exterior shall be black to provide UV protection. Boxes shall be able to withstand a minimum 15,000 ponds vertical load and shall withstand a minimum 400 pounds sidewall load. The meter box exterior shall be free from seams or parting lines and all edges and corners are to be smooth and free from sharp edges so the unit can be handled safely without gloves. E1.18AA IRON METER BOX LID SPECIFICATION The meter box lids are to be made of cast iron according to ASTM A48-84, Class 30B or ductile iron according to ASTM A-536. The lids shall withstand a minimum vertical load of 15,000 pounds. Castings are coated with a bituminous emulsified asphalt unless otherwise specified, ground smooth, and cleaned with shot blasting, to get a uniform quality free from strength defects and distortions. Dimensions shall be within industry standards of plus or minus (+/-) one -sixteenth of an inch per foot. All castings will bear the Manufacturer's IS (name or logo) and Country of Origin. Casting weights may vary plus or minus (+/-) five percent from drawing weight per industry standards. E-5 W. mo r r so r PART F so mo .0 s 406 aft ar 40 i City of Fort Worth, Texas Mayor and Council Communication LI COUNCIL IApproved on 71 812008 DATE: Tuesday, July 08, 2008 A LOG NAME: 30WAGE RATES REFERENCE NO.: **G-16190 SUBJECT,: A Adopt 2008 Prevailing Wage Rates for City -Awarded Public -Works Projects -.,:.:::r..:;.:d�.a::eir::—::m^.®+wia.+aa�-s„n,.�..,,�,^�—'rn--�:,�^^�•.' .—a:::-.vzn•�.•,•:., xs.�:..::.�^.:..:.__v:rrr.. _.. .. - - RECOMMENDATION: It is recommended that the City Council adopt the attached 2008 Prevailing Wage Rates for City -awarded public works projects. DISCUSSION: Texas Government Code Chapter 2258 requires that a public body awarding a contract for public works shall determine the general prevailing rate of per diem wages for each craft or type of worker needed 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 INFORMATIONXERTIFiCATION: i The Finance Director certifies that this action will have no material effect on City funds. TO Fund/AccountlCenters FROM Fund/Account/Centers Submitted for Citv Manaaees Office bv: Fernando Costa (8476) Orialina t' ina Deoartment Head: A. Douglas Rademaker (6157) Additional Information Contact: Eric Bundy (7598) Compliance with and Enforcement of Prevailine Wa-ae Laws (a) Dutv to pav Prevailine Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. (b) Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. (c) Complaints of Violations and Citv Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31't day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. (d) Arbitration Reauired if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. if the persons required to arbitrate under this section do not agree on an arbitrator before the 1 lth 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 parry in the arbitration- The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. (e) Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this. contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. (f) Pav 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 2259, Texas Government Code. _ (g) Posting of Wane Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. (h) Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. as PREVAILING WAGE RATES 2008 M I Air Tool Operator $10.06 Asphalt Distributor Operator $13.99 I Asphalt Paving Machine Operator $12.78 1 Asphalt Raker $11.01 Asphalt Shoveler $ 8.80 Batching Plant Weigher $14.15 { Broom or Sweeper Operator $ 9.88 Bulldozer Operator $13.22 Carpenter $12.80 Concrete Finisher, Paving $12.85 Concrete Finisher, Structures $13.27 Concrete Paving Curbing Machine Operator $12.00 Concrete Paving Finishing Machine Operator $13.63 Concrete Paving Joint Sealer.Operator $12.50 Concrete paving Saw Operator $13.56 Concrete Pavina Spreader Operator $14.50 Concrete Rubber $10.61 Crane, Clamshell, Backhoe, Derrick, DragIine, Shovel Operator $14,12 Electrician $18.12 Flagger $ 8.43 Form Builder/Setter, Structures $11,63 1 Form Setter, Paving & Curb $11.83 { . Foundation Drill Operator, Crawler Mounted $13.67 1 Foundation Drill Operator, Truck Mounted $16.30 { Front End Loader Operator $12,62 Laborer, Common $ 9.18 Laborer, Utility $ 10.65 1 Mechanic $16.97 Milling Machine Operator, Fine Grade $11,93 Mixer Operator $11.59 Motor Grader Operator, Fine Grade $15.20 1 Motor Grader Operator, Rough $14.50 1 { Oiler $14.98 1 Painter, Structures $13.17 I Pavement Marking Machine Operator $I0.04 { { Pipelayer $11.04 { { Reinforcing Steel Setter, Paving $14.96 1 Reinforcing Steel Setter, Structure $16.29 1 Roller Operator, Pneumatic, Self -Propelled $11.07 Roger Operator, Steel Wheel, Flat eel/Tamping $10.92 1 Roger Operator, Steel Wheel, Plant Mix Pavement $11.28 I Scraper Operator $11.42 Servicer $I2.32 Slip Form Machine Operator $12.33 Spreader Box Operator $10.92 ` Tractor Operator, Crawler Type $12.60 Tractor Operator, Pneumatic $12.91 Traveling Mixer Operator $12,03 Truck Driver, Lowboy -Float $14.93 Truck Driver, Single Axle, Heavy $11.47 Track Driver, Single Axle, Light $10.91 Truck Driver, Tandem Axle, Semi -Trailer $11.75 Truck Driver, Transit -Mix $12.08 1 Wagon Drill, Boring Machine, Post Hole Driller Operator $14.00 1 Weider $13.57 Work Zone Barricade Servicer $10.09 M M M so lAcoustical Ceiling Mechanic Bricklayer/Stone Mason Bricklayer/Stone Mason Helper Carpenter Carpenter Helper Concrete Finisher Concrete Form Builder Drywall Mechanic I Drywall Helper Drywall Taper Drywall Taper Helper Electrician (Journeyman) Electrician Helper Electronic Technician Electronic Technician Helper Floor Layer (Resilient) j Floor Layer Helper j Glazier I Glazier Helper Insulator IInsulator Helper 1 Laborer Common Laborer Skilled Lather Painter Painter Helper Pipefitter Pipefitter Helper Plasterer Plasterer Helper $15.74 Reinforcing Steel Setter $19.12 Roofer $10.10 Roofer Helper $16.23 Sheet Metal Worker $11.91 Sheet Metal Worker Helper $13.49 Sprinkler System Installer $13.12 Sprinkler System Installer Helper $14.62 Steel Worker Structural $10.91 Concrete Pump Crane, Clamsheel, Backhoe, Derrick, ULine $13.00 Shovel $9.D0 Forklift $20.20 Front End Loader $14.43 Truck Driver $19.86 Welder $12.00 Welder Helper $20.00 $13.00 $18.00 $13.00 { $14.78 { $11.25 ` $10.27 1 $13.18 $16.10 $14.83 1' $8.00 I $18.85 I $12.83 $17.25 $12.25 I $10.00 I $14.00 $10.00 $16.96 $12.31 $18.00 $9.00 $17.43 1 $20.50 $17.76 $12.63 $10.50 $14.91 $16.06 $9.75 .. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Article 8308-3.23 of Vernon's Annotated Civil Statutes, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City of Fort Worth Project Number: 00204. C NTRACTOR _ BY 'resident of JCI Partners, Inc . General PartnqF Title 7/b lo 0/ Date STATE OF TEXAS § COUNTY OF TARRANT § �• BEFQRE ME, tP.C)C-)�� un ersigned authority, on this day personally appeared (� known to me to be the person whose name is subscribed to th foregoingtrument, ajo acknowledged to that he/she executed the same as the act and deed of, Ti-U� 1 i f' for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNJEO MY HAND AND SEAL OF OFFICE this day of X, 2009. Jeyr,,"I LISA RAULSTON Notary Public State of Texas Notary ublic in and for the State of Texas °f Sepfornber 16, 2009 Bond #2304423 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS. - COUNTY OF TARRANT § _ That we, (1) JACKSON CONSTRUCTION LTD.. as Principal herein, and (2) Independence Casualty and Surety Company a corporation organized under the laws of the State of (3) Texas , 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 FOUR HUNDRED EIGHTY NINE THOUSAND ONE HUNDRED TWENTY FOUR AND'NO CENTS 1$489,124.001for 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 written contract with the Obligee dated the day of SEP 0 1200 , 2009, a copy of which is attached hereto and made a part .. hereof for all purposes, for the construction of: SH 121T SOUTHWEST PARKWAY WATER & SANITARY SEWER RELOCATION, PART 21: 16" WATER MAIN AT OVERTON RIDGE BLVD NOW, THEREFORE, the condition of this obligation is such, if the said Principal shall .. faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which .,, Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation .. shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER., that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length •• herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. UN no SIGNED and SEALED this ATTEST: � (P ' cipal) S tary so (S E A L) Wit ss as *torincliopal so NO ATTEST: -�&U -b, /L' W)'—) Secretary day of (CEP 0 12009 2009 Jackson Construction, Ltd. PRINCIP L By: U 1�/ Name: Larry H. Jackson, President of JCI Partners, Inc., General Partner Title: Address: 5112 Sun Valley Drive Fort Worth, T% 76119 Independence Casualtv and Surety Compan; SU7By: c L- Name; Patricia A. Smith Attorney in Fact (S E A L) Address: 2201 N. Collins #295 Arlington, Texas 76011-2698 r Ziess as to urety Telephone Number: 817-794-1600 NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of 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. No. 0004787 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies'), do hereby appoint `c' STEVEN FOSTER, MARIE PERRYMAN, CESARE J. MIIRANI, JACK M. CROWLEY, PATRICIA A. SMITH their true and lawful Attomey(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 2nd day of January, 2008. W ��pYrANYeF ;`gUR,yc=.:., yo'=+t0o o rye oap0 �'01F01M)E0 N INSURANCE COMPANY OF THE WEST o n SEAL �; j! EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY G Jeffrey D. Sweeney, Assistant Secretary J. Douglas Browne, Senior Vice President State of California } County of San Diego ss. On January 2, 2008, before me, Mary Cobb, Notary Public, personally appeared J. Douglas Browne and Jeffrey D. Sweeney, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Were subscribed to the within insttumerrt, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted. executed the instrument. N! I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. Y PLUX4 L SAN 0"0 COtRiTY .40 SERER 2D, 2000 Mary Cobb, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attomey(s)-m-Fact to data, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing. hyping, or photocopying." v.-CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force. IN WITNESS WHEREOF, I have set my hand this day of � F P 0 1 9009 .2009 Jeffrey D. Sweeney, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s) and details of the bond to which the power is attached For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA 92130-2045 or call (858) 350-2400. Bond #2304423 PAYMENT BOlNTD THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: -� COUNTY OF TARRANT § That we, (1), JACKSON CONSTRUCTION LTD. as Principal herein, and (2) w Independence Casualty and Surety Company , a corporation organized and existing under _ the laws of the State of (3) Texas , as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee w herein, in the amount of FOUR HUNDRED EIGHTY NINE THOUSAND ONE HUNDRED TWENTY FOUR. AND NO CENTS ($489,124.00) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the day of fS 20 09 , which contract is hereby referred to and ., made a part hereof as if fully and to the same extent as if copied at length, for the following project: .. SH 121T SOUTHWEST PARKWAY WATER & SANITARY SEWER MAIN RELOCATION, PART 21: 16" WATER MAIN AT OVERTON RIDGE BLVD. w NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the wo said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of .. the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. .. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. w _ SIGNED and SEALED this _ _ _ ATTEST: (P ' tipal) Se5i4ry (SEAL) _ Mess as to Principal _ ATTEST: -��f M � f &-�/ /L /VU Secretary (SEAL) ' a" .. Witness as t I u r e t y _ _ aw _ _ day of UP 012009 2009 . Jackson Construction, Ltd. PRINCIPAL By: Name: Larry H. Jackson, President of JCI Partners, Inc., General Partne. Title: Address: 5112 Sun Valley Drive Fort Worth. TX 76119 Independence Casualty and Surety Company SURETY �-- -- T-t G� v- , Name: Patricia A. Smith Attorney in Fact Address: 2201 N. Collins, # 295 Arlineton. TX 76011-2698 Telephone Number. 817-794-1600 NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of 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. W so L—. No. 0004787 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint STEVEN FOSTER, MARIE PERRYMAN, CESARE J. MITRANI, JACK M. CROWLEY, PATRICIA A. SMITH their true and lawful Attomey(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 2nd day of January, 2008. �4�ooa►�wr ;,�gURA�yc;.. �°G �oo�roMrEe a q oc tirr'"�O i'i t�' INSURANCE COMPANY OF THE WEST EXPLORER INSURANCE COMPANY ,oRN„ Tr, a 8 INDEPENDENCE CASUALTY AND SURETY COMPANY 14twoyo Jeffrey D. Sweeney, Assistant Secretary State of California } County of San Diego ss. J. Douglas Browne, Senior Vice President On January 2, 2008, before me, Mary Cobb, Notary Public, personally appeared J. Douglas Browne and Jeffrey D. Sweeney, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the inshtuent. the entity upon behalf of which the persons acted. executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. MMYCCM CC". 4146=90 ASAN DMO COU TTY v [MY C0MVli9dDn cxp1 3EPTEMBER 2A �049 Mary Cobb, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attomey(s)-in-Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping. printing. typing; or photocopying." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has nl�epµ rpyaeA� that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force. tt rr V LL IN WITNESS WHEREOF, I have set my hand this day of Jeffrey D. Sweeney, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-111 I and ask for the Surety Division: Please refer to the Power of Attorney Number, the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino Real. San Diego. CA 92130-2045 or call (858) 350-2400. Bond #2304423 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: JACKSON CONSTRUCTION LTD. ("Contractor"), as principal, and, Independence Casualty and Surety Company a corporation organized under the laws of the State of Texas , ("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 FOUR HUNDRED EIGHTY NINE THOUSAND ONE HUNDRED TWENTY FOUR AND NO CENTS ($489.124.001, lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and .. successors, jointly and severally. This obligation is conditioned, however, that: „„ WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the of up o 2009 , a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: SH 121T SOUTHWEST PARKWAY WATER & SANITARY SEWER MAIN RELOCATION, PART 21: 16' WATER MAIN AT OVERTON RIDGE BLVD. the same being referred to herein and in said contract as the Work and being designated as project number(s) WATER-P265-603170020488 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and ., condition for said term of Two (2) years; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in +, part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to .. repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect Otherwise, this - Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. • • This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in 8 counterparts, each of which shall be deemed an original, this ^ day of SEP 012009 , A.D. 20 09 ATTEST: Jackson Construction, Ltd. (S EA l_) Contractor tcltr�-J By: C4U�WqAe� cretary Name: Larry H. Jackson, President of JCI Partners, Inc., General Partner Title: .. ATTEST: -� (S E A l_) 6AU-�� 1-kp� dwd•�(JlJ'vA /v Secretary UN .. Independence Casualty and Surety Company Surety Name: Patricia A. Smith Title: Attorney -in -Fact 2201 N. Collins, #295 Arlington. T% 76011-2698 Address No. 0004787 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies'), do hereby appoint `"' STEVEN FOSTER, MARIE PERRYMAN, CESARE J. MITRANI, JACK M, CROWLEY, PATRICIA A. SMITH their true and lawful Attomey(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereot; the Companies have caused these presents to be executed by its duly authorized officers this 2nd day of January, 2008. cW�oar�Kro�r su14�y, �pwT� Ano�G s ;q/op Rid. boo*►oa�rEc a i'� o 0\ p ;•', cI 1 INSURANCE COMPANY OF THE WEST O a SEAL _I; EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY - - Jeffrey D. Sweeney, Assistant Secretary J. Douglas Browne, Senior Vice President State of California } County of San Diego ss. On January 2, 2008, before me, Mary Cobb, Notary Public, personalty appeared J. Douglas Browne and Jeffrey D. Sweeney, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) istare subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. r. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. MARY COMM. #1�90 UjSAN DiEQO CDl�1TY M9 Comp*sion Expits SEP MMER 8D. 2M Mary Cobb, Notary Public RESOLUTIONS This Power of Attorney is granted end is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attorney(s)-in-Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signah ms; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE 1, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been r—em' and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force. L U IN WITNESS WHEREOF, I have set my hand this day of .2009 r v Jeffrey D. Sweeney, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division Please refer to the Power of Attorney Number, the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino r Real, San Diego, CA 92130-2045 or call (858) 350-2400. r r r W& low I* go PART G AW .m ml as .. .r .w w r CITY OF FORT WORTH, TEXAS CONTRACT THE STATE OF TEXAS ' KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT �$EP O 12009 This Contract made and entered into this the day of A.D., 2009, by and between the CITY OF FORT WORTH, a home -rule municipal corporation situated in Tarrant, Denton, Parker, and Wise Counties, Texas, by and through its duly authorized Assistant City Manager, ("Owner"), and (Contracting Company Name here), ("Contractor") Owner and JACKSON Construction LTD. Owner and Contractor may be referred to herein individally as a "Parry" 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: SH 121T SOUTWEST PARKWAY WATER & SANITARY SEWER MAIN RELOCATION PART 21: 16" WATER MAIN AT OVERTON RIDGE BLVD. 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 Water Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. _ 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Water (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 120 Calender days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $210.00 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. Gol 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 anv such iniurv. damage or death is caused, in whole or in Part. by the negligence or alleged negligence of Owner. its officers, servants, or emplovees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not anv such iniury or damage is caused in whole or in part by the negligence or alleged neelieence of Owner. its officers. servants or emplovees.. 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) aw 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 Contractor, 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. The form of the bond shall be as herein provided and the surety must first be acceptable to the requirements of the 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 the 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 aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal _ submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a, shall be FOUR HUNDRED EIGHTY NINE THOUSAND ONE HUNDRED TWENTY FOUR AND NO CENTS ($489,124.00). 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 Owner. Any request for any sublease or assignment shall be made in writing and submitted to the Director of the Engineering Department. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is s' 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 8 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 8 counterparts with its corporate seal attached. M. Em [SEP 012009 Done in Fort Worth, Texas, this the day of , A.D., 2009. RECOt14�V ED: BY: DIRECTOR, DEPARTMENT OF WATER Ual CONTRACTOR BY: President of JCI Partners, Inc., General Partner TITLE 51 I;3� ,AmVc' I,1-e— Dri o e F+.(or-�! %1(9 ADDRESS CITY OF FORT WORTH FERNANDO COSTA, ASST CITY MANAGER ATTEST: &St- CITY SECRETARY (S E A L) I- �� -I U0 - Contract Authorization Daate —te- 0 q APPROVED AS TO FORM AND LEGALITY: ASS . TTORNEY ... APPENDIX A .. r- USOUTHWEST LOOP 820 I N SCE: 7- _ aoo' AL I ps ai, $N1�Y NIACN PAR Wr. } i•l1RVE �' S� 436 ,. I.! �V SA,641 A.1 2 x. _ a rc E n to � COS RIK 7R. [Y ' 0 HUNTERSRIDGE W ADD. 3 �1 ' pV6R10N 22 Va. � OVCR70N VE G11Y 1H F �,.I. I. SOD � .ola®t V1� C O CD 21 y,lE(la� PROF, SED 9 H1E 121 �, aD° a` " Ri I H ; � � 5 \ j' f511RbI] ' . ` C. 5 c36 LA 4 I nl 10 !7N C77Y L1N17S cLUN,Y ; ao OVERTON , j �O SOUTH 6120 S. Dairy Ashford Road Houvm4 Tcxas 77072-1010 281933.7388 Ph LEGEND • -, T1, 291.933.7293 Fax APPROVED BY: PREPARED BY: APPROX. BORING LOCATIONS DATE: 02/20/06 I HE I SV PLAN OF BORINGS WATER & SANITARY RELOCATION - SH-121 PROJECT NO.: DRAWING NO.: DG-05-26060 I PLATE 2C LOG OF BORING Project: Water & Sanitary Sewer Relocations for SH-121 Project No.: DG-05-26060 Boring No._ C Boring Date: 1 /27/2006 Elevation: law during drilling: — Northing: — Station: -- Groundwater after drilling: -- Easting: -- _ Offset: -- ELEV. SOIL SYMBOLS Z w V) SHEAR STRENGTH, TSF DEPTH, SAMPLER SYMBOLS SOIUROCK CLASSIFICATION U5 U) Qo Z LL u'� pa a � } 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA o p Z I I I I I I I I MOISTURE O CONTENT, "/o PLASTIC LIMIT I—i LIQUID LIMIT 10 20 30 40 50 70 80 90 -0 ..................................... FILL: very stiff to hard dark brown and reddish brown - sandy Gay I- t 1.47 113 ' w/rocks 4'-10' ..r _5 w/calcareous nodules 6'-8' 45 - 10 THD 50/5" a .............................................. Gray LIMESTONE . 50/4.5" No -15 ' - 5014/4" 8 I 50/4 -20 THD 50/2" & 50/1.5" CI Cl _25 _ �o 0 P � N N 0 -30 w a' C7 _ r LL - x O N V1 4 0 O U' y o Shear Types: • = Hand Penet. ■ = Torvane = Unconf. Comp. CIE = UU Triaxial J o See Plate 2 for boring location. PLATE 4 �ASWCIATr.S ..Ir s APPENDIX B .r m No „.. r Forth ROW-U-JUAB Rev. 2/2007 GSD-EPC Page 1 of 2 UTILITY JOINT USE ACKNOWLEDGEMENT UTILITY ADJUSTMENT District: Fort Worth ROW CSJ: 050402018 Construction CSJ: Projected Highway Letting Date: 8/1/2009 U-Number: County: Tarrant Highway: SH 121T (Southwest Parkway) From: IH 30 To: Altamesa/Dirks Road WHEREAS, the State of Texas ("State"), acting by and through the Texas Department of Transportation ("TxDOT"), proposes to make certain highway improvements on that section of the above -indicated highway; and WHEREAS, the City of Fort Worth, ("Utility"), proposes to retain, locate, or relocate, if applicable, certain of its facilities along or across, and within or over such limits of the highway right of way as indicated on the plans attached hereto except as provided herein below; NOW, THEREFORE, it is hereby mutually agreed that joint usage for both highway and utility purposes will be made of the area within the highway right of way limits as such area is defined and to the extent indicated on the aforementioned plans. If the facilities shown in the aforementioned plans need to be altered or modified or new facilities constructed to either accommodate the proposed highway improvements or as part of Utility's future proposed changes to its own facilities, Utility agrees to notify TxDOT at least 30 days prior thereto, and to furnish necessary plans showing location and type of construction, unless an emergency situation occurs and immediate action is required. If an emergency situation occurs and immediate action is required, Utility agrees to notify TxDOT promptly. If such alteration, modification or new construction is in conflict with the current highway or planned future highway improvements, or could endanger the traveling public using said highway, TxDOT shall have the right, after receipt of such notice, to prescribe such regulations as necessary for the protection of the highway facility and the traveling public using said highway. Such regulations shall not extend, however, to requiring the placement of intended overhead lines underground or the routing of any lines outside of the area of joint usage above described. If Utility's facilities are located along a controlled access highway, Utility understands and .agrees that ingress and egress for servicing the installation will be limited to (a) frontage roads where provided, (b) nearby or adjacent public roads or streets, or (c) trails along or near the highway right of way lines, connecting only to an intersecting road; from any one or all of which entry may be made to the outer portion of the highway right of way for normal service and maintenance operations. The Utility's rights of access to the through -traffic roadways and ramps shall be subject to the same rules and regulations as apply to the general public except, however, if an emergency situation occurs and usual means of access for normal service operations will not permit the immediate action required by Utility in making emergency repairs as required for the safety and welfare of the public, Utility shall have a temporary right of access to and from the through -traffic roadways and ramps as necessary to accomplish the required emergency repairs, provided that TxDOT is immediately notified by Utility when such repairs are initiated and adequate provision is made by Utility for convenience and safety of highway traffic. If Utility's facilities are located along a non -controlled access highway, the Utility's rights of access to the through -traffic roadways and/or ramps are subject to the same rules and regulations as apply to the general public. By executing this Acknowledgement , TxDOT does not purport to grant any right, claim, title, or easement in or upon this highway. TxDOT may require the Utility to relocate this facility to the extent set forth in state law. All work on the highway right of way shall be performed in accordance with TxDOT instructions as authorized by state law. /V '� D6 Ini Date Form ROW-U-JUAB Rev. 212007 Page 2 of 2 .■ No w Utility and TxDOT, by execution of this Acknowledgement, do not waive or relinquish any right which they may have under the law, and nothing herein shall be interpreted to be an agreement by Utility to an expansion or addition to TxDOT's authority under state law. Utility will, by written notice, advise TxDOT of the beginning and completion dates of the adjustment, removal, or relocation, and, thereafter, agrees to perform such work diligently, and to conclude said adjustment, removal, or relocation by the stated completion date. The completion date shall be extended for delays caused by events outside Utility's control, including an event of Force Majeure, which shall include a strike, war or act of war (whether an actual declaration of war is made or not), insurrection, riot, act of public enemy, accident, fire, flood or other act of God, sabotage, or other events, interference by the State or any other party with Utility's ability to proceed with the relocation, or any other event in which Utility has exercised all due care in the prevention thereof so that the causes or other events are beyond the control and without the fault or negligence of Utility. It is expressly understood that Utility conducts the new installation, adjustment, removal, and/or relocation at its own risk, and that TxDOT makes no warranties or representations regarding the existence or location of utilities currently within its right of way. The signatories to this Acknowledgement warrant that each has the authority to enter into this Acknowledgement on behalf of the party represented. IN WITNESS WHEREOF, the parties hereto have affixed their signatures. UTILITY Utility: City of Fort Worth Name of ility By; j��%+ l i�'�'+•� a i A h nzed Signa Liam Conlon Print or Type Name Title: Project Manager Date: . THE STATE OF TEXAS Executed and approved for the Texas Transportation Commission for the purpose and effect of activating and/or carrying out the orders, established policies or work programs heretofore approved and authorifed by the Texas Tranofrjc(ttiion orr)frti� i n. Print or Type Name Title: Date: r i For locally -executed agreements, District Engineer (or designee) approves and executes; otherwise ROW Division Director. i)lips. Initial Date APPENDIX C CITY OF FORT WORTH CONSTRUCTION SERVICES .. LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX as Project: SH121T PART 13 (DOE # 4856) DOE No: 6033 Fund Code: 02 HOLE # 1 LAB NO: 103276 LOCATION: 20' E of Costco @ Overton Ridge Blvd. 7.25" Concrete 5.00" Stabilizer w/beige clay & Rocks 8.00" Light Brown Clay & Rocks 4.00" Big Rocks ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0 MUNSELL COLOR CHART: 10 Yr. a' UNIT WEIGHT: N/A #/CFT HOLE # 2 LAB NO: 103277 LOCATION: 220' E of Costco @ Overton Ridge Blvd S/4 Eastbound lane 7.00" Concrete 7.00" Dark Brown Clay w/little rock 8.00" Dark Brown Clay w/little rock .ATTERBURG LIMITS: LL: PL: PI: SHRKG: .Oo MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT HOLE # 3 LAB NO: 103278 i ,LOCATION: 420' E of Costco @ Overton Ridge Blvd S/4 Eastbound lane 6.00" Concrete 8.00" Dark brown Clay w/little rock 4.00" Concrete 3.00" Dark Brown Clay w/rocks ATTERBURG LIMITS: LL: PL: PI: SHRKG: .Oo MUNSELL COLOR CHART: 10 Yr. ;UNIT WEIGHT: N/A #/CFT ,,. HOLE # 4 LAB NO: 103279 .LOCATION: 620' E of Costco @ Overton Ridge Blvd S/4 Eastbound lane 6.50" Concrete ti 7.00" Brown Clay w/ little rocks 9.00" Dark Brown Clay w/little rock (ATTERBURG LIMITS: LL: PL: PI: SHRKG: 11.0% 'MUNSELL COLOR CHART: 10 Yr. iUNIT WEIGHT: N/A #/CFT I z .. HOLE # 5 LAB NO: 103280 LOCATION: 920' E of Costco @ Overton Ridge Blvd S/4 Eastbound lane 7.00" Concrete .. 8.00" Yellowish clay 9.00" Yellowish Clay w/little rocks ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0°% .. MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT M Approval: Ryan Jeri Requested by: Liam Conlon Tested by: Soil Lab .. 4W no ON go Routines Superintendent Inspector File no