Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 36517
- ' . .r .. .,,. CITY SECRETARY .J 0 .0.E. FILE FORT WORTH CONTRACTOR'S BONDING CO. CONSTRUCTION'S COPY CLIENT 0FPARTMEN1 SPECIFICATIONS AND CITY SECRETARY&~'] CONTRACT NO. U _ CONTRACT DOCUMENTS FOR 2004 CIP YEAR 3, CONTRACT 35 CITY PROJECT NO. 00292 PAVING, WATER & SEWER IMPROVEMENTS BLACKMORE A VENUE (PREVOST ST. TO HERVIE ST.) KILPATRICK AVENUE (ELDRIDGE ST. TO DEAD END) KILPATRICK A VENUE (HERVIE ST. TO BOURINE ST.) UNIT I: Water Project No. P2 53-531200-70717-0029283 UNIT I : Sewer Project No. P258-531200-60717-0029283 UNIT II: T/PW Project No. C2 00-531200-20740-0029283 DOE NO. 514 6 Water/Sewer Project No. X-19058 T/PW File No. K-1958 CHARLES BOSWELL CITY MANAGER ROBERT D. GOODE, P.E. JULY2007 DIRECTOR, TRANSPORTATION AND PUBLIC WORKS MARCOTT ASST. CITY MANAGER Prepared By : BROWN &GAY ENGINEERS , INC. MIKE MONCRIEF MAYOR S. FRANK CRUMB, P.E. DIRECTOR WATER D EPARTMENT A. DOUGLAS RADEMAKER, P.E. DIRECTOR DEP A RTMENT O F ENGIN EE RING M&C R equest R eview Page 1 of 3 Cit of Fort · ort Employ _ e In rane www.cfwnet.org fORlW01rrn ~ Home I Council Agenda I M&C I Employee Directory I ACToday I Employee Classifieds I PRS I IT Online I Departments I Site Map Print M&C -COUNCIL ACTION: Approved on 11/27/2007 -Ordinance No.# 17894-11-2007 DATE: CODE : 11/27/2007 C REFERENCE NO.: C-22549 TYPE: NON- CONSENT LOG NAME: PUBLIC HEARING: 30BLACKMORE292 NO SUBJECT: Authorize Execut ion of a Contract with Mcclendon Construction Company , Inc ., for Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Portions of Blackmore Avenue and Kilpatrick Avenue (Proj ect No . 00292) and Adopt Appropriation Ordinance . -······~····--~----------- RECOMMENDATION: It is recommended that the City Council : 1. Authorize the transfer of $545 ,792 .73 from the Water and Sewe r Operating Fund to the Water Capital Projects Fund in the amount of $270 ,193 .50 , and Sewer Capital Projects Fund in the amount of $275 ,599 .23 ; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of $270 ,193.50, and the Sewer Capital Projects Fund in the amount of $275 ,599 .23 , from available funds ; and 3. Authorize the City Manager to execute a contract with McClendon Construction Company , Inc ., in the amount of $1 ,271 ,631 .55 , for pavement reconstruction and water and sanitary sewer main replacement on Blackmore Avenue (Provost Street to Herv ie Street), Kilpatrick Avenue (Eldridge Street to East Dead End), Kilpatr ick Avenue (Hervie Street to Bourine Street ). DISCUSSION : On March 21 , 2006 , (M&C C-21348) the City Council authorized the C ity Manager to execute an engineering agreement with Brown and Gay Eng ineers , Inc ., for Pavement Reconstruct ion and Water and Sanitary Sewer Ma i n Replacement on Portions of Blackmore Avenue and Kilpatrick Avenue . The 2004 Capital Improvement Program (CIP) includes funds for pavement reconstruction on all streets ment ioned above . Street improvements include pavement reconstruction ; construction of standard concrete curb and gutter; driveway approaches and sidewalks as i ndicated on the plans . The Water Department has determined that severely deteriorated wate r and sanitary sewer lines should be replaced prio r to street reconstruction. The project was advertised on Augus t 9, 2007 , and August 16 , 2007 , in the Fort Worth Star Telegram . On September 13 , 2007 , the fo llowing bids were received : Bidders Mcclendon Construction Company , Inc . Conatser Construct ion , TX , LP Aust in Bridge & Road , LP http ://www.cfwnet.org/council _packet/mc _review.asp?ID=8 7 3 7 &council date= 11/2 7/2007 Amounts $1 ,271 ,631 .55 $1 ,288 ,886 .00 $1 ,889 ,700 .75 12 /3/2007 M&C R equest R eview P age 2 of 3 Time of Completion : 150 -Working Days The new pavement will consist of 7-inch concrete over 6-inch lime stabilized subgrade with 7-inch concrete curb . Fund i ng in the amount of $30 ,693 .73 , is included for associated water and sewer construct ion survey , project management , pre-construction , material testing, inspection and project close out (water $21 ,037 .50 and sewer $9 ,656 .23 ). The contingency funds to cover change orders total $24 ,529 .00 (water $1 1,865 .00 and sewer $12 ,664 .00). Funding in the amount of $58 ,080 .73 , is required for associated paving and drainage construction survey , project management , pre-construction, material testing , i nspection and project close out. The contingency fund for possible change orders for paving and drainage improvement is $25 ,000. M/WBE -McClendon Construction Company , Inc., is in compliance with the City 's M/WBE Ordinance by committing to 7 percent M/WBE participat ion and documenting good faith effort . McClendon Construction Company , Inc ., identified several subcontracting and supplier opportunities . However, the M/WBEs contacted in the areas identified did not submit the lowest bids . The City 's goal on this project is 24 percent. This project is located in COUNCIL DISTR ICT 7 , Mapsco 74R , 75N and P. FISCAL INFORMATION/CERTIFICATION : The Finance Director certifies that upon approval of the above recommendations .and adoption of the attached appropriation ordinance , funds will be ava ilable in the current cap ital budgets , as appropriated , of the Water Capital Projects Fund, the Sewer Capital Projects Fund and the Street Improvements Fund . TO Fund/Account/Centers 1&2 )P253 472045 6071700292ZZ 1&2)P258 472045 7071700292ZZ 2)P253 531350 607170029252 2)P253 531 350 607170029280 2)P253 531350 607170029282 2)P253 54 1200 607170029283 2)P253 53 1350 60 7 1700 29284 2)P25 3 53 1350 607170029285 2)P253 531350 607170029291 2)P258 53 1350 707170029252 l)P258 53 1350 707170029280 2)P258 53 1350 707170029282 l)P258 54 12 00 707170029283 2)P258 53 1350 707170029284 l)P258 531350 707170029285 2)P258 531350 707170029291 $270 ,193 .50 $275 ,599 .23 $1,500 .00 $337.50 $225 .00 $249 ,156 .00 $2,250.00 $1 3 ,500 .00 $225 .00 $2,065.50 $154 .91 $103 .28 $265 ,943.00 $1 ,032 .75 $6 ,196 .51 $103 .28 FROM Fund/Account/Centers 1 )PE45 538070 0609020 $270 ,193.50 1 )PE45 538070 0709020 3)P253 541200 607170029283 $237 ,291 .00 J)P258 54 1200 707170029283 $253 ,279.00 J)C200 541200 207400029283 $1.§1,061 .55 http://www.cfwnet.org/counc il _packet/mc _review .asp?I D =873 7 &co u nci ld ate= 11/2 7/2 007 12 /3/2007 M&C Re quest R eview Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: Marc A. Ott (8476) A. Douglas Rademaker (6157) Richard Argomaniz (8653) ATTACHMENTS 30BLACKMORE292 .doc http://www.cfwnet.org/council _packet/mc _review.asp ?I D=8 7 3 7 &council d at e= 1 1/27/200 7 Page 3 of 3 12 /3/2007 CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO. 1 To the Plans, Specifications & General Contract Documents 2004 CIP , YEAR 3, CONTRACT 35 PAVING, WATER & SANITARY SEWER IMPROVEMENTS CITY PROJECT NO. 00292 Bid Date: September 13, 2007; 1 :30 PM Addendum No . 2: Issued September 7 , 2007 This Addendum , forms part of the Plans, Contract Documents & Specifications for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, in the proposal (Proposal Signature Page) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The plans and specification documents for 2004 CIP, YEAR 3, CONTRACT 35, PAVING, WATER & SANITARY SEWER IMPROVEMENTS, CITY PROJECT NO. 00292 are hereby revised by Addendum No. 1 as follows: 1. BID PROPOSAL REVISIONS: Sections 4.1 Covers and Signature Sheets and 4 .2 Bid Proposals shall be deleted in its entirety and replaced with the enclosed revised Sections 4 .1 and 4.2. The following items in the bid proposal have been revised, added or deleted from the Bid Proposal: a. Bid Item 00119, Pipe-Sub Drain-6 Inch Perforated-Install, is removed from the paving Bid Proposal. b. The pre-bid price for Bid Item 00847, Valve Box-Adjustment-Services, has been changed in the paving bid proposal from $35.00 per each to $300.00 per each. c. The text of paragraph 4 of the Signature Sheet for the Bid Proposal is revised to state the following, "The Bidder agrees to begin construction within ten (10) calendar days after issue of the work order and to complete the contract within 150 working days after beginning construction as set forth in the written work _.; order to be furnished by the owner." d. The enclosed Bid Summary Sheet has been added. 2 . BID SCHEDULE REVISIONS: The Bid Schedule shall be deleted in its entirety and replaced with the enclosed revised Bid Schedule. The following items in the Bid Schedule have been revised, added or deleted: a . In the Paving Bid Proposal, Bid item 00120 Lump Sum Contract -Services is a lump sum price to include all materials and labor required to restore existing landscaping to pre-construction condition. This lump sum price includes all landscaping removal/restoration throughout the project including but not limited to landscaping at the fol!_9wing addressesY:300'131ackmore Avenue, 4721 Kilpatrick Avenue, .41-4'f Kilpatrick Avenue, 4725 Kilpatrick Avenue and 4817 Kilpatrick Avenue. b. All ADA wheelchair ramps to be constructed under Bid item 00532, Walk-ADA Wheelchair Ramp -Install, shall be Type B or as directed by the engineer in Addendum No. 1, Page 1 the field. All removal and replacement of curbs , saw cutting or additional work necessary for the construction of the ADA wheelchair ramps shall be subs idiary to the unit price for Bid Item 00532 . See the Sidewalk Ramps Detail Sheet included in this addendum. 3. PAVEMENT DESIGN CLARIFICATION: The Pavement Design as outlined in Section 4.5 , Pavement Material Requirements, on page 10 of the Geotechnical Engineering Study/ Pavement Design contained in section 9.1 of the Specifications and Contract Documents specifies the following changes to Section 314.4 CONCRETE MIX DESIGN AND CONTROL of the STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION: a. Reinforced Portland cement concrete pavement shall consist of Portland cement concrete having a 28-day compressive strength of at least 4,000 psi . The mix should be designed in accordance with the ACI Code 318 using 3 to 6 percent air entrainment. b. Transverse and Long itudinal reinforcing steel shall be #3 bars spaced at 18 inches on center. Sheet 28-CONSTRUCTION DETAILS in the construction plans shall be deleted in its entirety and replaced w ith the enclosed revised Sheet 28-CONSTRUCTION DETAILS . 4 . TYPICAL SECTION CLARIFICATION: The following clarifications refer to the typical section found on Sheet 28-CONSTRUCTION DETAILS of the Construction Plans : a. Lime stabilization shall extend no less than 12 inches behind the back of the curb . ---- 5 . TREE PROTECTION CLARIFICATION: Protection of trees , plants and soil are non- payment items as indicated in Section 5.5, Special Provisions for Street and Storm Drain Improvements , Item 77 found on page SP-28. The tree/root protection detail SHEET 22 of the Construction Plans is for contractor information only . 6 . TREE REMOVAL: All trees within the project limits identified for removal will be removed by the City of Fort Worth and are not subsidiary to any bid item in this contract. A signed copy of the Addendum should be included in the sealed bid envelope at the time of bid submittal. Failure to acknowledge the receipt of this Addendum could cause the subject bidder to be considered "NON RESPONSIVE ," resulting in disqualification. RECEIPT ACKNOWLEDGEMENT: State : )7r" ISSUED BY: A Douglas Rademaker, P.E ., Director By: Dena Johnson, P.E. Manager DOE ~,'\:\..V,'-.\\\l ..... ~~t. OF i[:· lt1 ..c--'\~!·······:···· .. -f' l, ,:::-c.J •• •• *· ··:fS' 'I, :;-* ... · .. * 11 ::! * / Y · \ * ~ ;::t • .-• .: .. -........................ .:. •••• ~ ~ CARL J. KROG NESS ~ ~··-v-····"· ................ ,. .... ,.J ~ -<)·.. 91869 l ;; IJ.~ ••• / ~ .=' •tl 0-<'000 •~! CE NS t::·<~<-<; 5 lz,..~s8 ·••·•··•• .. ~'->' ~ •q IONAL ~ ...._...._...._ l l'\1."\ "\."'O..'-'-"""' Ad den dum N o . 1, Page 2 &w9 ~ 1/11d1 0 PROJECT LOCATION --1 ! NOT TO SC ALE I ~ ____ ;:;i~ 0 I -----------------------------,----ri:W\Tru:;-"icmori~im'orj::ji"----1 ~ 1-CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ! 0 ~ ~3 ~~ w ~ ~~ 1.3 LOCATION MAP 2004 CA PITAL IMPROVD.tENTS PROJECT STREET RECONSTRUCTION WATER AND SA NITARY SEWER REP L ACE MENT BLACK MORE AVENUE (PREVOST ST. TO HERVIE ST.) KILPATRICK AVENUE (ELD RID GE ST. TO DEAD END) KIL PATR ICK AVENUE (HERVIE ST. TO BOURINE ST .) YEAR 3 , CONTRACT 35 -PROJECT NO. 00292 ~ ~ BROVIN Brown & Gay Engineers, Inc. W -1l 108 West 8~ SL, Suite 200, Fort Worth, TX 76102 ~ ~ t & GAY Tel: 817-887-6130 Fax: 817-887-6 135 f (!) ~ e«iN:EAS. NC. -Civil engineers and surveyors -8 ~i l-~~~~~~~~~~~~~~~~-.~~~~~~~~~~~~~~~~~~;::;:--;:::-;:;-::-~r;:;-;~-;:;-::--:----~-,,:;::;::~~~-,-.=-:;;;;;::;.:-~~. ~ .!! BGE Job No.: DOE No.: Dote: Exhibit: li!! COUNCIL DISTRICT NO.: 7 MAPSCO @ PAGE: 75 COF01 5146 01-2007 1.3 m~L..~~~~~~~~~~~~~~.......IL-..~~~~~~~~~~~~~~--L~...;;..;.;...;..;..~..._~~~~....._~~~~--~~~~~ - - SECTION 2 -FRONT END DOCUMENTS 2.1 Table of Contents 2.2 Notice to Bidders 2.3 Comprehensive Notice to Bidders 2.4 Special Instructions to Bidders (Water-Sewer 9-10-04) 2.5 Special Instructions to Bidders (Paving-Drainage 10-27-04) TABLE OF CONTENTS 1 -Project Information D 1.1 -M&C pdf ~ 1.2 -Title Page MS-Word ~ 1.3 -Location Maps pdf 2 -Front End Documents 2.1 -Table of Contents MS-Word ~ 2.2 -Notice to Bidders MS-Word ~ 2.3 -Comprehensive Notice MS-Word to Bidders ~ 2.4 -Special Instructions to pdf Bidders (water-sewer) ~ 2.5 -Special Instruction to pdf Bidders (paving-drainage) D 2.6 -Detailed Project MS-Word Specifications (no drawings provided) 3 -MWBE Documentation ~ 3.1 -MWBE Special pdf Instructions ~ 3.2-MWBE pdf Subcontractors/Suppliers Utilization Form ~ 3.3 -MWBE Good Faith Effort pdf ~ 3.4 -MWBE Prime Contractor pdf Waiver ~ 3.5 -MWBE Joint Venture pdf 4 -Bid Package ~ 4.1 -Bid Proposal Cover & pdf Signature Sheets ~ 4.2 -Bid Proposal(s) MS-Excel ~ 4.3 -Bid Schedule pdf ~ 4.4 -Vendor Compliance to pdf State Law ~ 4.5 -List of Fittings pdf ~ 4.6 -Addenda Index and pdf Receipt ~ 4.7 -Pre-Qualified Sub-MS-Word Contractor List 5 -General and Special Conditions ~ 5.1 -Part C General pdf Conditions (water -sewer) ~ 5.2 -Supplementary pdf Conditions to Part C (water - sewer) ~ 5.3 -Part D -Special MS-Word Conditions (water -sewer) ~ 5 .4 -Part DA -Additional MS-Word Special Condition (water - sewer) ~ 5.5 -Special Provisions pdf (paving -drainage) ~ Wage Rates pdf TABLE OF CONTENTS 6 -Contracts, Bonds and Insurance ~ 6.1 -Certificate of Insurance MS-Word ~ 6.2 -Contractor Compliance pdf With Workers' Compensation Law ~ 6.3 -Conflict of Interest pdf Questionnaire ~ 6.4 -Performance Bond pdf ~ 6.5 -Payment Bond pdf ~ 6.6 -Maintenance Bond pdf ~ 6.7 -City of Fort Worth pdf Contract 7-Permits D 7.1 -TxDOT Permit(s) pdf D 7.2 -Railroad Permit(s) pdf D 7.3 -Other Permit(s) pdf 8 -Easements ~ 8.1 -Easement pdf 9-Reports ~ 9.1 -Geo-tech Report(s) pdf D 9.2 -Cathodic Protection pdf Study Report ~ 9.3 -Other Project Specific pdf Study Report(s) 10-Addenda D 10.1 Addendum MS-Word Sealed proposal for the following: 2004 CIP, YEAR 3, CONTRACT 35 CITY PROJECT NO. 00292 NOTICE TO BIDDERS PAVING, WATER & SANITARY SEWER IMPROVEMENTS FOR: UNIT I: WATER & SANITARY SEWER IMPROVEMENTS Blackmore A venue (Prevost Street to Hervie Street), Kilpatrick A venue (Eldridge Street to East Dead End), Kilpatrick A venue (Hervie Street to Bourine Street) Water/Sewer Project No. P253-531200-70717-0029283 DOENO. 5146 UNIT II: PAVING IMPROVEMENTS Blackmore A venue (Prevost Street to Hervie Street), Kilpatrick A venue (Eldridge Street to East Dead End), Kilpatrick A venue (Hervie Street to Bourine Street) Kilpatrick A venue (Hervie Street to Bourine Street) T/PW Project No. C200-531200-20740-0029283 DOENO. 5146 Addressed to Mr. Charles Boswell , City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1 :30 p.m., September 13, 2007 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. Plans, General Contract Documents and Specifications for this project may be obtained in the office of the Engineering Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. A thirty dollar ($30) deposit is required for the first set of documents and additional sets may be purchased on a non-refundable basis for thirty dollars ($30) for each set. These documents contain additional information for prospective bidders. Documents may also be obtained free of charge at the City's online bidding system (Buzzsaw). Email the Project Manager listed below for instructions on accessing the online documents . The major work will consist of the following: The project consists of 7-inch concrete roadway reconstruction along approximately 2,500 LF of portions of Blackmore Avenue and Kilpatrick Avenue. Approximately 1,000 LF of the project is 36 feet wide with the remaining 1,500 of the project 28 feet wide. Reconstruction of approximately 1,965 LF of 8-inch sanitary sewer and approximately 2,700 LF of 8-inch PVC Water Pipe is included in the scope of the project. For additional information, please contact Mr. Gopal Sahu, P.E., Project Manager, City of Fort Worth - Engineering Department at Telephone Number: (817) 392-7949 or by email: Gopal.Sahu@fortworthgov.org, and/or Carl J . Krogness, P.E ., Project Manager, Brown & Gay Engineers, Inc. at (817) 887 -6130. A pre-bid meeting will be held on August 28, 2007, at 11 :30 a.m. in the Transportation and Public Works Conference Room No. 270, 2°d Floor, City Municipal Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. Advertising Dates: August 9, 2007 August 16 , 2007 2.2 -Notice to Bidders COMPREHENSIVE NOTICE TO BIDDERS Sealed proposal for the following: 2004 CIP, YEAR 3, CONTRACT 35 CITY PROJECT NO. 00292 PAVING, WATER & SANITARY SEWER IMPROVEMENTS FOR: UNIT I: WATER & SANITARY SEWER IMPROVEMENTS Blackmore Avenue (Prevost Street to Hervie Street), Kilpatrick Avenue (Eldridge Street to East Dead End), Kilpatrick Avenue (Hervie Street to Bourine Street) Water/Sewer Project No. P253-531200-70717-0029283 DOENO. 5146 UNIT II: PAVING IMPROVEMENTS Blackmore Avenue (Prevost Street to Hervie Street), Kilpatrick Avenue (Eldridge Street to East Dead End), Kilpatrick Avenue (Hervie Street to Bourine Street) Kilpatrick Avenue (Hervie Street to Bourine Street) T/PW Project No. C200-531200-20740-0029283 DOE NO. 5146 Addressed to Mr. Charles Boswell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 p.m., September 13, 2007 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. Plans , General Contract Documents and Specifications for this project may be obtained in the office of the Engineering Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth , Texas 76102. A thirty dollar ($30) deposit is required for the first set of documents and additional sets may be purchased on a non-refundable basis for thirty dollars ($30) for each set. These documents contain additional information for prospective bidders. Documents may also be obtained free of charge at the City of Fort Worth online bidding system (Buzzsaw). Email the Project Manager listed below for instructions on accessing the online documents. The major work will consist of the (approximate) following: UNIT I -WATER IMPROVEMENTS 2,704 LF 8-Inch(DR-14)PVCWaterPipe UNIT I -SANITARY SEWER IMPROVEMENTS 1,835 LF 8-Inch Sanitary Sewer Pipe (Open Cut) 130 LF 8-Inch Sanitary Sewer Pipe (Pipe Bursting) UNIT 11-7" CONCRETE PAVEMENT 8,100 SY 6" Lime Stabilized Subgrade 2 ,080 SY 6" Flexible Base 9 ,580 SY 7" Reinforced Concrete Pavement 4 ,890 LF 7" Reinforced Concrete Curb NOTICES All bidders will be required to comply with Provision 5159a of "Vemon 's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no. 7400 (Fort Worth City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment practices . Bid security may be required in accordance with Special Instructions to Bidders. 2.3 -Comprehensive Notice to Bidders COMPREHENSIVE NOTICE TO BIDDERS The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities. No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened . The award of contract, if made , will be within ninety (90) days after the opening of bids, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the Addenda Index and Receipt form(s). Bids that do not acknowledge receipt of all addenda may be rejected as being non- responsive. Information regarding the status of addenda may be obtained by contacting the Engineering Department at (817) 392-7910. Bidders, using the printed copy, shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders must complete the proposal section(s) and submit the complete specification book or face rejection of the bid as non-responsive. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time deadline stated below or the bidder may request a copy of said forms from the City of Fort Worth Project Manager named in this solicitation. Bidders, using the electronic bidding system (Buzzsaw) and as outlined in the submission instructions , shall submit those documents electronically that are requesting information but do not require a signature. And for those documents that require signatures, print a copy of each document, complete, sign, and received at the Purchasing Office within the time deadline stated above. In accord with the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City of Fort Worth contracts. A copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM , GOOD FAITH EFFORT FORM (with "Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received no later than 5:00 p .m., five (5) City of Fort Worth business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the City of Fort Worth received the Documentation. Failure to comply shall render the bid non-responsive. SUBMISSION OF BID AND AW ARD OF CONTRACT The proposal includes UNIT I -WATER AND SANITARY SEWER IMPROVEMENTS AND UNIT II -7-INCH CONCRETE PAVEMENT within this document is designed as a package. In order to be considered an acceptable bid, the Contractor is required to submit a bid for UNIT I - WATER AND SANITARY SEWER IMPROVEMENTS and UNIT II -7-INCH CONCRETE PAVEMENT. A bid proposal submittal that is received with only a single proposal unit complete will be rejected as being non-responsive. The Contractor who submits the bid with the lowest price , will be the apparent successful bidder for the project. 2.3 -Comprehensive Notice to Bidders COMPREHENSIVE NOTICE TO BIDDERS Bidders are hereby informed that the Director of the Engineering Department reserves the right to evaluate and recommend to the City of Fort Worth City Council the bid that is considered to be in the best interest of the City of Fort Worth. 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)." Bidders shall , if applicable, identify on the "Pre-Qualified Sub-Contractor List" form , the pre- qualified sub-contractor who shall install the water and/or sanitary sewer facilities . 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 Engineering Department. For additional information, please contact Mr. Carl J. Krogness, P.E., Engineer, Brown & Gay Engineers, Inc . at Telephone Number: 817-887-6130 or by email: ckrogness@ browngay.com, and/or Mr. Go pal Sahu , P .E., Project Manager, Engineering Department at (817) 392-7949. A pre-bid meeting will be held on August 28, 2007, at 11:30 a .m. in the Transportation and Public Works Conference Room No. 270, 2°d Floor, City Municipal Building, 1000 Throckmorton Street, Fort Worth , Texas 76102. CHARLES BOSWELL CITY MANAGER Advertising Dates: August 9, 2007 August 16 , 2007 ger MARTY HENDRIX CITY SECRETARY 2.3 -Comprehensive Notice to Bidders SPECIAL INSTRUCTIONS TO BIDDERS I) PREQUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical 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 (I) 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 ofboth the same nature and technical level as that of the project fo r which bids are to be received. c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such . e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification . 2 . BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth , in an amount of not less than five (5 %) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (10) days after the contract has been awarded To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas . In addition, the surety must (1) hold a certificate ofauthority 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$I00,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proofrequired herein . 3. BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred (100%) percent of the contract price will be required, Reference C 3-3 .7. 09 /10/04 1 4. WAGE RATES: Section C3-3 .13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above . (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6 . BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located. "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds . The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the bid amount is $25,000 .00 or less , the contract amount shall be paid within forty- five ( 45) calendar days after completion and acceptance by the City. 9. AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions 09/10/04 2 or privileges of their employment, discriminate against persons because of their age except on the bases of a bona fide occupational qualification , retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, 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 AD A's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City ofFort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR W AIYER FORM and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m ., five (5) City business days after the bid opening date . The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3) years. 12. FINAL PAYMENT, ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. 09/10/04 3 b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed . e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable . f In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable . g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days . 09/10/04 4 SPECIAL INSTRUCTION TO BIDDERS (TRANSPORTATION AND PUBLIC WORKS) 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than five (5%) per cent of the total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten (10) days after the contract has been awarded . To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein . 2. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded . In this connection, the successful bidder shall be required to furnish a performance bond and a payment bond, both in a sum equal to the amount of the contract awarded . The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253, Texas Government Code. In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proofrequired herein. The City will accept no sureties who are in default or delinquent on any bonds or who have an interest in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the contract amount is in excess of $100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth . All contracts shall require a maintenance bond in the amount of one hundred percent (100%) of the original contract amount to guarantee the work for a period of two (2) years after the date of acceptance of the project from defects in workmanship and/or material. 3 . LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1, Item 8, paragraph 8.6, of the "General Provisions" of the Standard Specifications for Construction of the City of Fort Worth , Texas, concerning liquidated damages for late completion of projects . 4. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 5. EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278 as amended by City Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 through 13-a-29) prohibiting discrimination in employment practices. 6. WAGE RATES: Section 8 .8 of the Standard Specifications for Street and Storm Drain Construction is deleted and replaced with the following : (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates 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 th e work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker . These records shall be open at all reasonable hours for inspection by the City. The provisions of the special provision titled "Right to Audit" pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. (d) With each partial payment estimate or payroll period, whichever is less , an affidavit stating that the contractor has complied with the requirements of Chapter 2258 , Texas Government Code. (e) The contractor shall post the prevailing wage rates in a con spicuous place at the site of the project at all times. Section 8 .9 of the Standard Specifications for Street and Storm Drain Construction is hereby deleted. 7 . FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Engineering ifrequired for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, ifrequired, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 8. 9 . ADDITIONAL INSURANCE REQUIREMENTS: 2 a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current AM. 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 ofrecovery in favor of the City. i . City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. Contractor's liability shall not be limited to the specified amounts of insurance required herein. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 10. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 3 "Nonresident bidder" means a bidder whose 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. "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds . The appropriate blanks of the Proposal must be filled out by all non resident bidders in order for its bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In a accord with City of Fort Worth Ordinance No . 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR 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. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a minority business enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor .will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less that three (3) years. 13 . PAYMENT: The Contractor will receive full payment inin.µsJ:e.il!iniige) from the City for all work for each pay period . Payment of the remaining amount shall be made with the final payment, and upon accept ance of the project. 4 14. ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained by contacting the I?.llins desh:if:';lli~ Department of Engineering Construction Division at (817) 871-7910. Bids that so not acknowledge all applicable addenda may be rejected as non-responsive. 15. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a . Definitions: Certain of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81 , TWCC-82, TWCC-83, or TWCC-84), showing statutory worker's compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of 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 toner services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. b. The contractor shall provided coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) or all employees of the contractor providing services on the project, for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period , file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 5 (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. f The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter g . The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. h . The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to : (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contract or: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; ( 5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in wiring by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provi sion of cov erage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) -(7), with the certificates of coverage to be provided to the person for whom they are providing services . 6 j. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self insured, with the commission's Division of Self-Insurance Regulation . Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. k. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. B. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population . The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker" compensation insurance. This includes persons providing, hauling or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee". Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". 16 . NON DISCRIMINATION: The contractor shall not discriminate against any person or persons because of sex, race, religion, color, or national origin and shall comply with the provisions of City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13A-21 through 13A-29), prohibiting discrimination in employment practices. 17. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any of its officers, members, agents, or employees, will engage in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, or employees, or person acting on their behalf, shall specify, in solicitations or advertisements for employees to work on 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 requirement. Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations asserted by third parties against City arising out of 1§p);o4 7 Contractor 's alleged failure to comply with the above referenced Policy concerning age discriminat ion in the performance of this Contract. 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with , or current employees of Contractor. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this Contract. 19. PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d . The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g . In the event of a dispute regarding either final quantities or liquidated damages, the parties sh a ll attempt to resolve the differences within 30 calendar days . i6}2J f04 8 - SECTION 3 -MWBE DOCUMENTATION 3.1 MWBE Special Instruction For Bidders 3.2 MWBE Subcontractors/Suppliers Utilization Form 3.3 MWBE Good Faith Effort Form 3.4 MWBE Prime Contractor Waiver Form 3.5 MWBE Joint Venture Eligibility Form ATIACHMENT 1A Page 1 of 4 FORT WORTH -----......----City of Fort Worth O 9 -'] 9-0 7 A 1 0 : 1 4 I N Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime McClendon Construction Co, Inc I M/W/DBE I X I PROJECT NAME: NON-M/W/DBE 2004 CIP Year 3 Contract 35 BID DATE September 13, 2007 City's M/WBE Project Goal : I Prime's M/WBE Project utilization : PROJECT NUMBER 24 % 6.6 % DOE 5146 Identify !!! subcontractors/suppliers you will use on this project Failure to complete this form , in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offerer agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid . Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties . Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or do ing business at the time of bid opening within the Marketplace , that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease aareement. Rev. 5/30/03 FoRTWORTH ~ ATIACHMENT 1A Page 2 of 4 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. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER n T T Detail Detail Company Name i N C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T E A Lerma Trucking 2409 Rattikin Rd Hauloff $17,100 .00 FtVVorth , TX 76105 1 X X Trucking (*) 817/501-4657 (see notes) no Fax Rubio Trucking 9000 Co Rd 513 Hauloff $17 ,100.00 Alvarado , TX 76009 1 X X Trucking (*) 817/829-3711 (see notes) No Fax Ricochet Fuel Distributors 1201 Royal Pkwy Fuel $13 ,320 .00 Euless , TX 76040 1 X X 817/268-5910 Fax 817/282-7497 H J G Trucking , Inc 701 Denair St Topsoil $10 ,700 .00 Ft VVorth , TX 76111 1 X X 817/834-7181 Cowtown Traffic Control 2724 Bryan Ave Project $1 ,800 .00 FtVVorth , TX 76104 1 X X Signs 817 /924-4524 817-926-2725 M B Transportation PO Box 427 Hauling (2nd tier tt u $24 ,000.00 Bridgeport , TX 76426 2 X X Southern Star 940/683-3990 Concrete) Fax 940/683-3991 Rev . 5/30/03 FORT WORTH --....,.-- ATTACHMENT 1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e ., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary . Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail Address e M w C X M Subconb'acting Work Supplies Purchased Dollar Amount T D VII Telephone/Fax r B B R 0 B E E C T E A SHUC Inc 310 Lee Lane Water and Sewe r $467 ,542 .00 Weatherford , TX 76087 1 X Prequalified 817/596-9349 Concrete Penetrating Co PO Box 35766 Silicone $10 ,500 .00 Dallas , TX 75235 1 X Joint Seal 214/634-2990 Fax 214/634-0999 Southern Star Concrete 8505 Freeport Pkwy Ready-Mix $227 ,511 .50 Irving , TX 75063 1 X Concrete 972 /621-0999 Sheplers , Inc 2400 NE 36th St Reba r $35 ,500.00 Ft Worth, TX 76111 1 X Supplier 817/838-6811 Beall Lime Co 1 X 1100 West Parkway Hydrated Lime $12 ,300 .00 Euless , TX 76040 S lurry 81 7 /835-4000 APAC Texas Inc 1 X PO Box 848164 Hot-Mix $1 ,050 .00 Dallas , TX 75284 Asphalt 214n41-3531 Rev . 5/30/03 FORT WORTH ~ Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ $ ATTACHMENT 1A Page 4 of 4 $84,020.00 $754,403.50 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ $838,423.50 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be ·a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offerer further agrees to provide , directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offerer also agrees to allow an audit and/or examination of any books , records and files held by their company . The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements . Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offerer and barred from participating in City rk for a period of time not less than one (1) year. President Title McClendon Construction Co, Inc Company Name PO Box 999 Address Burleson, TX 76097 City/State/Zip Dan Mcclendon Printed Signature Contact Name/Title (if different) 817/295-0066 Telephone and/or Fax dan@mcclendonconstruction.com E-mail Address September 14, 2007 Date Rev . 5/30/03 ATIACHMENT 1C Page 1 of 3 FORT WORTH "-:, . a City of Fort Worth Good Faith Effort Form PRIME COMPANY NAME: Check applicable block to describe McClendon Construction Co, Inc prime I M/W/DBE I X I NON-M/W/DBE PROJECT NAME: 2004 CIP Contract 35 BID DATE Sept 13, 2007 City's M/WBE Project Goal: I PROJECT NUMBER 24 % DOE 5146 If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your DBE participation is less than the City's project goal, you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form , in its entirety with supporting documentation , and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2"a tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Water and Sewer Prequal ified Ready-mix Concrete Joint Seal ing Rebar Hauloff Trucking Fuel Topsoil Hydrated Lime Slurry Hot-mix Asphalt Portable Toilets Project Signs Rev. 05/30/03 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. __ Yes _x __ No Date of Listing--'---'' 08 23 2007 3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? ...x..._ Yes (If yes, attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.) __ No 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? _x __ Y es (If yes, attach list to include~ of MIWBE firm, l!:!tl!9.!l contacted, phone number and gm and~ of contact.) __ No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? -L--Yes __ No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessarv, and attach.J Comoany Name Telephone Contact Person Scooe of Work Reason for Rejection ME Bums 817/447-0292 Josephine Bums Water/Sewer Not Low Bidder JT Dersner Inc 469/733-1471 Michael Johnson Water/Sewer Not Low Bidder Cowtown Ready Mb 817/759-1919 Max Ulrich RHdy Mix Concrete Not Low Bidder (see attached letter) Rev. 06/30/03 ADDITIONAL INFORMATION: ATTACHMENT 1C Page 3 of 3 Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Authorized Signature President Title McClendon Construction Co, Inc Company Name PO Box 999 Address Burleson, TX 76097 City/State/Zip Dan Mcclendon Printed Signature Contact Name and Title (if different) 817/295-0066 Fax 817/295-6796 Phone Number Fax Number dan@mcclendonconstruction .com Email Address Sept14,2007 Date Rev. 05/30103 TO: MR. CHARLES R. BOSWELL City Manager Fort Worth, Texas FOR: 2004 CIP, YEAR 3, CONTRACT 35 PROPOSAL BLACKMORE A VENUE (PREVOST ST. TO HERVIE ST.) KILPATRICK A VENUE (ELDRIDGE ST. TO DEAD END) KILPATRICK AVENUE (HERVIE ST. TO BOURINE ST.) T/PW File No. K-1958, DOE NO. 5146 City Project No.: 00292 UNITS /SECTIONS: UNIT I: Water Project No. P253-531200-70717-0029283 UNIT I: Sewer Project No. P258-531200-60717-0029283 UNIT II: T/PW Project No. C200-531200-20740-0029283 Fort Worth, Texas Pursuant to the foregoing "Notice to Bidders," the undersigned has examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director, Department of Engineering of the City of Fort Worth. If required by this project, Contractor must be pre-qualified in accordance with the projects sponsoring Departments of the City of Fort Worth requirements. Upon acceptance of this Proposal by the City Council and required by this project, the bidder is bound to execute a contract and furnish Performance, Maintenance Bond for the water replacement contract only, and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated for the following sums, to wit: Total quantities given in the bid proposal may not reflect actual quantities, by represent the best accuracy based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. Special Note: All contractors_are advised that one contract will be awarded to the lowest combined bid for all Units/Sections . City of Fort Worth Project Manager: Gopal Sahu Project 00292 -2004 CIP Year 3 Contract 35 Unit/Section: Date City Project # I :our ~endor Number ompany Name Bid Items Sub Group Street-Paving Street-Paving Street-Paving Street-Paving Water-Distribution Water-Distribution Water-Distribution Water-Distribution Water -Distribution Water-Distribution Water-Distribution Water 7/31/2007 292 CPMS Record Number BID-00442 BID-00443 BID-00458 BID-00493 BID-00220 BID-00546 BID-00547 BID-00548 BID-00549 BID-00550 BID-00591 Material Description Pavement-2 Inch HMAC on 6 Inch Flex Base-Temporary - Asphalt Install Pavement-2 Inch Min HMAC on 2/27 Concrete Base (2000-1A) Asphalt -Install Concrete Pavement-Concrete on 2/27 Concrete Base (2000-2) -Install Rock Subgrade-Crushed Limestone For Misc. Placement -Install Iron Pipe Fitting -Install Iron Fire Hydrant -Install ServiceCS Fire Hydrant -Remove Iron Fire Hydrant-Barrel & Stem Extension -Install ServiceCS Meter Box -Relocate Polyethylene Meter Box-Class A -Install PVC Pipe-Pressure-12 Inch -Install Unit of Measure Foot Foot Foot Cubic Yard Ton Each Each Vertical Foot Each Each Foot Your Unit Quantity Price Your Bid O'-' oO 4010 a -3-Z./os-u-- t!)~ &><:) 5 '19-2-o/!,- ~" ao 34 /Dd-3Yoo - oo OQ 10 ;-/0 ~ oo 1.5 ~soo -(r;7SD- 110 t!)O 2 z:z.oo-9$/ou - 2 ~00 .!!!.-(300 ~ 6 /{) (Sf) &/7 Do ()- /q;, !??-oo 11 //()() - co "'° 79 9o-7//() - ~ <'" oo 61 i-ZBoro- Bid Items Unit of Your Unit Sub Group CPMS Record Number Material Description Measure Quantity Price Your Bid c,.:> e-0 Water-Distribution BID-00616 PVC Pipe-Pressure-6 Inch -Install Foot 27 u-7o-z..- 00 ca Water-Distribution BID-00618 PVC Pipe-Pressure-8 Inch -Install Foot 2704 '3-z..-BC.,5ZO- CJO ,r,v Water-Distribution BID-00717 Iron Valve-12 Inch-Gate-wNalve Box -Install Each 2 !Sao-'3000 - t!)V e,O Water-Distribution BID-00745 Iron Valve-6 Inch-Gate-wNalve Box -Install Each 2 &:,/)C)-/24)0 - 00 ()0 Water-Distribution BID-00749 Iron Valve-8 Inch-Gate-wNalve Box -Install Each 12 asn-IC; 2-ctJ - 00 oo Water-Distribution BID-00751 ServiceCS Valve-Gate -Remove Each 15 z_oo-3oco- Water-Distribution BID-00758 Copper Water Service-1 Inch -Install Linear Foot 1980 tf)O b-oO l/,88e>- 2.a:> tPO 00 Water-Distribution BID-00759 Copper Water Service-1 Inch -Relocate Each 11 1_z.oo - Za:> oO DQ Water-Distribution BID-00762 Assembly Water Service-1 Inch-Tap to Main -Install Each 79 IS'.Boo-- Water-Distribution BID-00768 Steel Water Service-2 Inch-Temporary -Install Lump Sum 1 'f 1/. &JOO~ '-°o/f()()d ~le- ou ~ Water-Distribution BID-00837 Concrete Concrete-Type B -Install Cubic Yard 10 /-/t> I oO /D ~ Water-Distribution BID-00839 Concrete Concrete-Type E -Install Cubic Yard 10 No Options in this bid. Total Bid This Unit '2..37 Z,9/ ' City of Fort Worth Project Manager: Gopal Sahu Project 00292 -2004 CIP Year 3 Contract 35 Unit/Section: Date City Project# 1:our ~endor Number I ny Name Bid Items Sub Group Land-Fence Land-Fence Land-Gras s Sewer-Collection Sewer-Collection Sewer -Collection Sewer-Collection Sewer-Collection Sewer -Collection Sewer -Collection Sewer-Collection Sewer 7/3 1/2007 292 CPMS Record Number BID-00126 BID-00127 BID-00137 BID-00196 BID-00201 BID-00202 BID-00206 BID-00207 BID-002 08 BID-00211 B ID-00213 Material Description Other Fence -Install ServiceCS Fence -Remove Vegetation Grass-Sod -Install Concrete Collar-Manhole -Install ServiceCS Inspection-Post Construction Cleaning & TV -Study ServiceCS lnspection-Preconstruction Cleaning & TV -Study ServiceCS Manhole -Remove Concrete Manhole-Drop-Std 4 Ft Diam-(to 6 Ft depth) -Install Manhole-Drop-Std 4 Ft Diam-Added Depth (over 6 Ft Depth) - Concrete Install ServiceCS Manhole-Paint & Coating-Interior Protective Coating -Install Concrete Manhole-Std 4 Ft Diam-(to 6 Ft Depth) -Install Unit of Measure Foot Foot Square Yard Each Foot Foot Each Each Vertical Foot Vertical Foot Each Your Unit Quantity Price Your Bid 10 ~ ()0 o-~ c!)O oo- (PO QO 10 zo-2-oa- /D~ ID<' 227 Z.,7-7D- 15 l/~_£_ G,7~!:E_ tf>v 190 1965 2--3130- 1965 3~ 589S-g!!_ ,tP 0V 9 ~oo-'-/$7;0 - ,t>v &,.J 2 ?,5bo-7000 t!)O 00 4 ;oo-4"00- C)(7 5-s-80!:e.... 31 lr9o- 3a:o~-3 ? 00{)~ - 13 / Bid Items CPMS Record Unit of Your Unit Sub Group Number Material Description Measure Quantity Price Your Bid tei O o-0_ Sewer-Collection BID-00214 Concrete Manhole-Std 4 Ft Diam-Added Depth (over 6 Ft Depth) -Install Vertical Foot 11 /a;-//00 /2A>~ ,siP Sewer-Collection BID-00217 ServiceCS Manhole-Vacuum Test -Services Each 16 1rzo- eP ,90 Sewer -Collection BID-00218 Other Manhole-Watertight Insert -Install Each 15 s-o-75o - t,O ~ Sewer -Collection BID-00222 Polyethylene Pipe-6 Inch to 8 Inch-Enlargement-HOPE -Install Foot 130 /3'-1 -/"ll/ZtJ - Sewer -Collection BID-00350 PVC Pipe-Sewer-8 lnch-SDR26 (All Depths) -Install Foot 148 71/ !!!.. /~9S-Z-~ 1/1, ~ 2.: ... Sewer -Collect ion BID-00351 PVC Pipe-Sewer-8 lnch-SDR35 (All Depths) -Install Foot 1687 7 ~t,oz oO ~o Sewer -Collection BID-00354 PVC Sewer Service-4 Inch -Install Foot 1282 10-VZ .,Bo:> cP ~ Sewer-Collection BID-00355 Other Sewer Service-4 Inch Service Tap -Install Each 51 "300 -1s;30~- Ci' ,DO /5"() -Sewer-Collection BID-00356 PVC Sewer Service-4 lnch-2 Way Clean Out -Install Each 51 7,bS-0 a, 183~/)0 Sewer-Collection BID-00372 ServiceCS Trench Safety System 5 Foot Depth -Install Foot 1835 1 - o O l!)O Street-Paving BID-00442 Asphalt Pavement-2 Inch HMAC on 6 Inch Flex Base-Temporary -Install Foot 2120 /D-'Z.I., U)'f)- Pavement-2 Inch Min HMAC on 2127 Concrete Base (2000-1A) -e,O cl1 Street-Paving BID-00443 Asphalt Install Foot 402 '3D /2..,o~c -~ 00 /1,'t)O ~ Street-Paving BID-00458 Concrete Pavement-Concrete on 2/27 Concrete Base (2000-2) -Install Foot 14 1co - .:,-00 Street-Paving BID-00493 Rock Subgrade-Crushed Limestone For Misc. Placement -Install Cubic Yard 10 /-/o - e,t) #). Street-Paving BID-00844 Concrete Curb-Curb & Gutter as directed by Inspector -Replace Linear Foot 35 7"0-;~oo --- ..:>'"' 0~ Water-Distribution BID-00839 Concrete Concrete-Type E -Install Cubic Yard 10 /-/o - I> No Options m this bid. Total Bid This ni u t -:7 City of Fort Worth Project Manager: Gopal Sahu Project 00292 -2004 CIP Year 3 Contract 35 Unit/Section: Date City Project # Four ~endor Number ompany Name Bid Items Sub Group Art-Sign Drainage-Major General-Common Land-Fence Land-Fence Land-Soil Park-Site Sewer-Collection Street-Parkway Street-Parkway Street-Parkway Paving 917/2007 292 CPMS Record Number BID-00003 BID-00100 BID-00120 BID-00127 BID-00128 BID-00147 BID-00181 BID-00849 BID-00402 BID-00404 BID-00411 Material Description ServiceCS Sign-Address on Curb -Install Storm Water Pollution Prevention Plan > Than 1 Ac SWPPP - ServiceCS Install Other Lump Sum Contract -Services ServiceCS Fence -Remove Steel Fence-Chain Link -Install Soil Topsoil -Install (6 Inches) ServiceCS Traffic Control -Install ServiceCS Manhole-Adjustment -Services ServiceCS Driveway -Remove Concrete Driveway-6 Inch -Install Concrete Retaining Wall -Install Unit of Measure Each Lump Sum Lump Sum Foot Foot Cubic Yard Lump Sum Each Square Foot Square Foot Cubic Yard Your Unit Quantity Price Your Bid ~()c? t!:O 153 I -1-.:z ... 95- oO oO 1 '3000-'3000- ~ oO 1 //oo-//'~- t')O oO 5 ;z,-ho- c£) <£) 5 3S--17s-- 654 $16 .50 $10,791.00 ~ ~ 1 z..,.z.oo-2-2-IX> - 10 $350 .00 $3,500 .00 ;E-1-0 8780 -7982 30 ff>O 11082 s--'5"873'{- t)O C)O 33 rz.o-IJ8(oD- Bid Items CPMS Record Unit of Your Unit Sub Group Number Material Description Measure Quantity Price Your Bid c:,O /89~ Street-Parkway BID-00412 ServiceCS Retaining Wall -Remove Foot 63 :s- Retaining Wall-Modular -Install (This Item is for Rock Wall 3~~ c,O Street-Parkway BID-00413 Masonry Construction) Square Foot 35 /2'2-f:' - Street-Parkway BID-00414 ServiceCS Utility Adjustment -Repair Lump Sum 1 $10 ,000 .00 $10 ,000.00 Street-Paving BID-00424 ServiceCS Curb & Gutter -Remove Foot 4649 z~ /Z., 7~?.£ '17 !f:, s,b Street-Paving BID-00429 Concrete Pavement -Install (7" Concrete) Square Yard 9581 ~s-s--o9'7 -._ ~~ , po Street-Paving BID-00457 ServiceCS Pavement-Concrete -Remove Square Yard 165 "l>- -0 DD Street-Paving BID-00471 Asphalt Pavement-Transition-Min 6 Inch HMAC -Install Ton 8 IS-0 -/Z...00 Pavement-Unclassified Street Excavation -Remove (This Item oO oO Street-Paving BID-00472 ServiceCS is for Rock Excavation) Cubic Yard 122 31-'3782-- Street-Paving BID-00472 ServiceCS Pavement-Unclassified Street Excavation -Remove Cubic Yard v~ ~Z.,/to f!::. -2960 Street-Paving BID-00474 ServiceCS Pavement-Valley Gutter -Remove Square Yard 180 ~~ 8/0~ /Sc:0 ,&)I...) Street-Paving BID-00494 Rock Subgrade-Crushed Stone -Install (For Driveway Placement) Square Yard 184 Z.7&,o- {p :!!}_ !f!!_ _ Street-Paving BID-00495 Other Subgrade-Flexbase -Install Square Yard 2081 /c/'t'~ eO l:)i. ' Street-Paving BID-00496 Lime Subgrade-Lime for Stabilization -Install Ton 123 /Cb -/2, 3o:> --- 2., £3!._ cP Street-Paving BID-00498 Lime Subgrade-Lime Stabilized-30 lbs/sy -Install Square Yard 8095 /b, /9D--- Street-Paving BID-00843 Concrete Curb-7 Inch -Install Linear Foot 5117 z.,!:!P I~ '2.34' C - co ex!:> Street-Paving BID-01018 Asphalt Pavement-4 Inch-Type D -Install Square Yard 40 30-/:Loo- Traffic-Sign BID-00504 Steel Sign-Project Designation -Install Each 9 $200.00 $1 ,800 .00 Walkway-Sidewalk BID-00529 ServiceCS Walk -Remove Square Foot 415 /~ ~/s-52!?- Bid Items CPMS Record Unit of Your Unit Sub Group Number Material Description Measure Quantity Price Your Bid 3~ ~ Walkway-Sidewalk BID-00530 Concrete Walk-4 Ft -Install Square Foot 15765 5"°5';1TI' BE52-~ Walkway-Sidewalk BID-00532 Concrete Walk-ADA Wheelchair Ramp -Install Square Foot 1010 8c&::> ;:;._.; a., e.. Walkway-Sidewalk BID-00536 Concrete Walk-Steps -Install Square Foot 50 2-0-/~ Walkway-Sidewalk BID-00537 Concrete Walk-Steps -Remove Square Foot 50 /~ so~ Water-Distribution BID-00847 ServiceCS Valve Box-Adjustment -Services Each 14 $300.00 $4 ,2 00.00 Water-Distribution BID -00848 ServiceCS Meter Box-Adjustment -Services Each 79 $35.00 $2,765 .00 No Options in this bid. Total Bid This Unit .i 78/ 00/ SUMMARY OF BID PROJECT SUB-TOTALS DO UNIT I: WATER IMPROVEMENTS $ 2-37 Z.9 / =- , oO UNIT I: SANITARY SEWER IMPROVEMENTS $ 2 5 3 , 27 9 -- ' 5! - $ 7,q /. OIPI --UNIT II : PAVING IMPROVEMENTS , CONCRETE PAVING =- PROJECT BID TOTAL: $ I. 7 71. t/31,(£_ Within ten (10) days after notification by the City of Fort Worth, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. If as a requirement of this project, the undersigned bidder certified that they have been furnished at least one set of the General Contract Documents and General or Special Specifications for Projects, and that they have read and thoroughly understand all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assured that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction with ten (10) calendar days after issue of the work order and to complete the contract within 150 working days after beginning construction as set forth in the written work order to be furnished by the Owner. (Circle and complete A or B below, as applicable) A. The principal place of business of our company is in the State of _______ _ a. Nonresident bidders in the State of , our principal place of business, are required to be __ percent lower than resident bidders by state law. A copy of the statute is attached. b . Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. /The principal place of business of our company or our parent company or majority owner is in the State of Texas. ::spectfitllysub~ Title: ]>,.. e '°; JJ- Company: /11£.C~-.. CMs/.. C,~- Address: _ ...... BID SCHEDULE Fo r Project : 00292 -2004 CIP Year 3 Contract 35 BID SCHEDULE NOTE ITEM 1. 4 EACH ofBid-00550 and 4 EACH of Bid-00762 are for assessment taps as indicated on the Construction P lans. 2. Bid-00350 Pipe-Sewer-8-Inch-SDR-26 (All Depths) -Install. This item shall be constructed with cement stabilized backfill as indicated on the Construction Plans. Cement Stabilized Backfill shall be subsidiary to the construction of this item. 3. Bid item 00120 Lump Sum Contract -Services is a lump sum price to include all materials and labor required to restore existing landscaping to pre-construction condition. This lump sum price includes all landscaping removal/restoration throughout the project including but not limited to landscaping at the following addresses: 5300 Blackmore Avenue, 4721 Kilpatrick Avenue, 4741 Kilpatrick Avenue, 4 725 Kilpatrick Avenue and 4817 Kilpatrick Avenue. 4. Bid-00413 Retaining Wall-Modular -Install. This bid item is for the construction of Rock Retaining Walls. All rock retaining wall are to be reconstructed with similar materials and in a similar manner as existing rock walls removed. 5. Bid-00472 -Pavment-Unclassified Street Excavation -Remove. 122 CY of this item is for Rock Excavation that is anticipated at the west end of Kilpatrick Avenue between the intersections with Eldridge and Micki Lynn. 6. Bid-00494 -Subgrade-Crushed Stone -Install. This item is for crushed stone to be used for placement at crushed stone (gravel) driveways as indicated on the Construction Plans. 7. All ADA wheelchair ramps to be constructed under Bid item 00532, Walk-ADA Wheelchair Ramp -Install, shall be Type B or as directed by the engineer in the field. All removal and rep lacement of curbs, saw cutting or additional work necessary for the construction of the ADA wheelchair ramps shall be subsidiary to the unit price for Bid Item 00532. See the Sidewalk Ramps Detail Sheet included in this addendum. 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 bid9ers (out-of-state contractors whose corporate offices or principal place of bus i ness 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 i n 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 fai lure of out-of-state or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B . A. Nonresident vendors in (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Nonresident vendors in (give State), our principal place of business, are not required to underbid resident bidders. B. Our principal place of bus i ness or corporate offices are in the State of Texas. ~ BIDDER: !h~.-CiJc By: De~ /11£/~ndolA Company (Please pri nt) Signature: ~Ii)@_ -P V /5' oK 7<:rq Address ~v-)e>f>IA./ 'zrt 76>97 City/State/Zip ' Title: --------------(Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION ' J S:42 8175969349 S.H.U.C. PAGE 05 LIST OF CAST IRON FJ'ITINGS For Project: 00292 -2004 CJP \' ear 3 Contract 35 ADD OR SUBTRACT FOR THE FOLLOWING CAST IRON INCLUDING INSTALLATION. ~ SIZE OTY WEIGHT 12-inch x 8-inch 1 .c:;., ' >lid Sleeve 12-inch 2 ')-:, ~ >lid Sleeve 8-inch 6 I">\) . )lid Sleeve 6-inch 3 G\1 DCt 8-inch x 6-inch 3 I.~ Io 8-inch x 8~inch 3 '"1/r,O 8-inch x 6-inch 2 :J41 8-inch 3 ~r,~ --··· ~ .. -----·· " "' ii;" ::; ,.._ B •.· ' .•.. , .. ·--., •· ( I." ,. ~\ ' . _.: ~- Fa shall fill in blanks for "Weight", ''Total Wt" and "Cost" as a part of the bid. ty total of all fittings and specials . . . t' ... : -! y . r ... TOTAL WT COST s J s-I Jss.' ~ <-lS-0 1'1"11"1-. • Is~ 8tD l'x/'7. CV' ~ti I j &> S:l , ~r.c tlnx q,~. 3~ .-,f;O I 7L/'1 . '3 i)g)_ ,ogf. ~1 ·er,~ "ri", ~ ... I ! ; i j l r r I : 1 i 1 i -I i 1 r r : ! i r r ·- i f I ' i -- i Contractor is rcsponsiije for ! ADDENDA INDEX AND RECEIPT Addenda Date Receipt Number - q/-,ju, -gJW ' I PRE-QUALIFIED SUB-CONTRACTOR LIST SUB-CONTRACTOR Indicate Unit(s)/Section(s) Detail Subcontracting Company N ame Working Work A ddress Telephone/Fax 5.IJ..u.c. wa..fer f U 1-,.,. / ,-.j. }es 3/o L-ee.. ~ klll~ft~~,¥ s.e~.-11 7bo87 4 .7 -PRE-QUALIFIED SUB -CONTRACTOR LIST Planting or othe r non-walking 1urface if dropoffi1 not protected DETECTABLE WARNINGS GENERAL NOTES FOR DE TECTABLE WARNING S ON SIDEWALK RAMPS (CURB RAMPS) 1. Cu rb ramps must contai n a delectable warn ing surface that consists of raised truncated domes comply ing with Section 4.29 of the Texas Access ibility Standards (TAS). The surface must contrast visu ally with adjoining surface s, including side flares . Furnish dark brown or dark red detectable warn ing surface adjacent to uncolo red concrete, unless specified elsewhere in the plans . 2. Detectable warning surfaces must be slip resislanl and not allow water to accumu late . 3. Align truncated domes in the direction of pedestrian travel when entering the street. 4. Shaded are as indicate the approximate location for the detectable warning surface for each curb ramp type . 5. Detectable wa rning surfaces shall be a minimum ol 24" in depth in the direction of pedestrian trave l, and extend the lull width of the curb ramp or landing where the pedestrian access route enters lhe street. 6. Delectable warning surfaces shall be localed so that the edge nearest the curb line is a minimum of 6" and a maximum of 8" from the extens ion of the face of curb . Delectable warn ing surfaces may be curved along the co rn er rad ius. 7. The follow ing is an approved 11st of Cas t-I n-P lace Delectable Warning Mate rials and their man ufacturers : 7a . Armor TIie (vitrified polymer compos ite) by Eng ineered Plastics , Inc ., Wi lliamsville, NY . DETAIL "A " OenolH planti ng or non •w1lklng I Llf~!':9;~~·.·:.···,.~.: Fac1 of curb Detectable wEnlng1urlaca COMBINATION CURB RAMP S 7b . Tactile Pavers (fired clay pavers) by Pine Hall Brick ; Winston -Salem , NC . PERPENDICULAR CURB RAMP WITH SIOE FLARES NOT AOJACENT TO WALK SU RFAC E Ramp Umlt1 CROSSWALK PLACE EXPANSION JOINT AT SACK OF CURB LI NE OR AT SIDEWALK LINE RAMP LAND ING r-'.,.._'-"'li<...c.J . .-f:-;._w ~-·~-~~~-:.:AN~- SECT IQ N D-D LI NE REINFORCEMENT (TYPICAL RAMP SECTION) AS IN ADJACENT CURB ANO GUTTER / e• MIN CU RB I I; I RAMP WID TH 1 '1 • MIN, 1~ :·· IL, ;,; 9 +···<~ ···'·~ SECTION E-E 3• ~~NN~ t±CONTRACT ION PERP END ICU LLA R CURB RAMP {RET U RNED C URB) NOTE : USE ON LY ON RESIDEN TIAL TYPE STREETS DIA GONAL CURB RAMP (RET URNED CURB) Perpendlcutar to the Tangent ol lhe Curb Rad ius and Contained ln CroHwalk 7c. Detectable Warn ing Pave r (fired cl ay pavers) by Western Brick Co., Houston , Tx . COMBINATION CURB RAMPS Ramp lim its of Payment CROSSWALK NOTE : DETECTABLE WARNING SURFACE TYPICAL SYMBOL 0 ALL RAMPS/LA NDINGS \\CROSSWALK\ FLUSH LANDING NOTE : ALL RA MPS ARE MI N. 4' WIDE. CR SSWALK PERPENDICULAR RA M P @ FLUSH LAND ING Al ign c11rb p1r11l1I wit hcrosaw1 lk CUT THROUGH AT MEDIAN ISLANDS -~~:~~·-·:~3"SANO REINFORCEMENT LINE AS lN ADJACENT CURB AND GUTTER SEC TION G-G {TYPICAL RAMP SECTION) CROSSWALK =-\ FLARE 1":1r SLOPE RA MP SECTION H-H (TYPICAL RAMP SECTION) 8. The above list of De tectable Warning Materials or the ir approved equal sh all be used as the Delectable Warn ing surfa ce on sidewa lk (curb) ramps as shown on the plans and or details on this sheet. Typical place me nt of detecteble warning surface on landi ng at 6"min B"max street edge. DETAIL "B" SIDEWAL K RAMP (CURB RAMP ) GENERAL NOTES Fa ceo l curb 1. All slopes are maximum allowable. T he lea.st possible slope that will 111111 dra in properly should be used. Adjust curb ramp length or grade of approach sidewalks ae directed . 2 . The minimum sidewalk width Is 4'. 3 . Landings shall be 4'x 4' minimum with a maximum 2% slope In any direction. 4 . Maneuvering space at the bottom of curb ramps shall be a minimum of 4'x 4 ' wholly contained wil hi n the crosswalk and wholly outside the para llel vehicular travel pa th. 5 . Maximum allowable crou slope on sidewalk and curb ramp surfaces I• 2%. 6 . Curb ramps w it h returned cu rbs may be used only where pedestrians wou ld not normally wa lk across the ramp, either beca use the adjacent surface ls planting or other non-walking surface or because the aide approach is subsl antlally obstructed . Ot herwise, provide flared aides. 7 . Details on this plan apply to all construction or reconstruction of streets, curbs, or s idewalks B. To serve as a pedestrian refuge area, the med ian should be a minimum of 5' wide. Medians s hould be designed to provide accessible passage through them . 9 . Cu rb cut ramps are to be located as shown on the plans or as directed by Engineer. 10. Crosswalk dime nsions , crosswalk markings and stop bar locatlona sha ll be as shown elsewhere in the plans. At intersections where crosawalk markings are not requ ired, curb ramps sh all be aligned with theorellcal cross w alks , or as directed by the Engi neer. 11 . Existing features that comply with TAS may remain in place unless changed on the plans . 12. Ramps shall be provided at alt corners of street l nlereectlons where there is existi ng or proposed sidewalk and cu rb. Ramps shall also be provided at wa lk locations In mid-block in the vicinities of hospitals, medical centers. and stadiums . 13. Surface texture of the ramp ahell be that obta i ned by a course brooming, transverse lo the slope of the ramp except at detectable warn ing surface areas. See detail s A and B. 14. Separate curb ramp and land ings from adjacent aldawalk and any other elements w ith pre mold or board j oi nt of 3/4 • unless otherwise directed by the Engineer. 15. Provide a smooth translllon where the curb ramps con nect to the street. 16 . Curbs shown on this sheet within Iha limits of payment are cons idered pert of the curb ramp for payment, whether It is concrete curb, gutter, or combined curb and gutter. 17. Fla re slope shell not exceed 10% measured along curb line and where pe destrians could w alk across the ramp , than Maximum slope s hall be 1:12 . (B .3 %). 1 B. Sidew alks sha ll be ramped where the driveway curb Is extended across the wa lk . 19. II possi ble, dra i nage structures should not be placed in tine with ramps . Location of the ramps should take precedence over location of the dra inage structure. 20. The normal gutter l ine profile shall be matained through the area of the ramp . 21 . The actual llmlts of existing curb and gutler and sidewalk shall be directed by th e engineer ln the field. 22. Contraction joints, expansion joints and slllcone sealing sha ll be subsidiary to un it price bid for sidewalks and ramps. l'•trlpllcut thro ugh l•9real1tlh1n4'1 n length. Otherw1Hp11cedetectabl• warning o n lhe 1tntire,urf1ce olcutthrough. L stopear DEPT OF T RANSPO RTA T ION AND PUB LI C WORKS TRAFFIC SERVICE S DIVISION SIDEWALK RAMP DETAILS FORT WORTH. TEXAS DUIClll(Dff · DATI!. CH(CUDff: JOE RAOENZ 2-09-07 RONNIE R. VARNELL DAtl.2,18-07 NOTE : USE ONLY ON RESIDENTIAL TYPE STREETS DIAGONAL CURB RA MP (FLARE D SIDES) COMBINATION ISLAND CUT THR OUGH OIIAW1NO II•.: S7 SECTION 5 -GENERAL AND SPECIAL CONDITIONS 5.1 Part C -General Conditions (Water-Sewer) 5.2 Supplementary Conditions to Part C (Water-Sewer) 5.3 Part D -Special Conditions (Water-Sewer) 5.4 Part DA-Additional Special Conditions (Water-Sewer) 5.5 Special Provisions (Paving-Drainage) 5.6 Wage Rates 5.7 Standard Details (Water-Sewer) 5.8 Standard Details (Paving-Drainage) PART C ~ GENERAL CONDITIONS -· TABLE OF CONTENTS ( l ~OVEMBER, 1, 1987 TABLE OF CONTENTS . Cl-1 DEFINITIONS Cl-1.1 Definition of ·. l Cl-1 Cl) T.erms '· Cl-1. 2 Contract DOCllIIJerits cl-i ( l} CL-1 . 3 Notice to Bidders · Cl-1 ( 2 ) Cl-1.4 Propos al Cl-1 ( 2} Cl-.1.5 Bidder Cl-1 ·( 2) Cl-1.6 Genera.l Conditions Cl-1 (2) Cl-1.7 Special Conditions Cl-1 (2) CJ,.-1. 8 Specifications •· .~ ~.!· Cl-1 (2) Cl-1. 9 Bond Cl-l (2) C.1-1.10 Contract Cl-1 ( 3} c1.:....1.11 Plans Cl-1 ( 3 ) c1....:.1.12 City Cl-1 {3) c1~1.13 · City Council c1..,.1 c;3} . Cl-1.14 Mayor Cl-1 (3) c1.:...1.1s City Manager . Cl-1 {3l Cl-1.16 City Attorney · c1.:..i (3) Cl-I.17 Director of Public Works Cl-1 (4) Cl-1.18 Director, City Water Department:.. Cl-1 (4) ( C],-1.19 Engineer Cl-1 (,1) Cl-1. 20 Contractor Cl-1 ( 4 ) Cl-1~2L Sureties cl-1 { 4) Cl-1.22 The Work . I:'. • ! . ~. _ .. Cl-1 ·, 4) or J;>rCJ,Ject: C.1-'l. 23 Working Day Cl-1 ( 4) Cl.-1.24 Calendar Day Cl-1 ( 4) c1..:..1. 2s Legal Holiday c1..:..1 (4) Cl-1. 26 Abbreviatic,ris Cl-1 ( 5) Cl-1.27 Change Order Cl-1 ( 6} Cl -1. 28 Paved Streets and l:\lleys ,. Cl-1 (6} Cl.c..1.29 Unpave d Streets arid Alleys Cl-1 .( 6) Cl-·l. _30 City Streets Cl-1 ( 6 ) c1~1. 31 ROadway c1-1 · ( 6) Cl-1.32 Gravel Street Cl-1 { 6 ) c2.:...2 INT·ERPRETATION AND PREPARATION OF PROPOSAL c2-2.1 Proposal Form C2-2 ·Cl) C2-2.2 Interpretation of quantities . C2-2 (1) C2-2.3 Examination of contract . Doc_mpents and Site C2-2 (2) C2-2 •. 4 Submitting of Proposal C2-2 (3) C2-2.5. Rejection of Proposals· C2-2 (3) ..,_ C2'-2. 6 Bid Security C2"-2 0) f (1) ' l i ~ < ·' t C2-2.7 Deliv e ry of Proposal C2-2 ( 4) C2-2.8 Withdrawing :f:l.roposals C2-2 ( 4) C2-2 .9 Telegraphic Modification of ProposaLs C2-2 ( 4) C2-2.10 Public Opening of Proposal C2-2 ( 4) C2-2 .ll Irregular Proposals C2-2 ( 4) C2-2.12 Disqualification of Bidders C2-2 ( 5) C3-3 AWARD AND EXECUTION OF DOCUMENTS C3-3.l Consideration of Proposc1,ls C3-3 (l} C3-3.2 Minority Business Enterpise Wornen-Qwned Business En ter:pr.i.s.e comp±·ia-nce,, c3~3 (l} c3.:-3. 3 Eqll'al Employment. Provis.ions c3.:...c3 (-1) C3-3.4 Withdrawal of Proposals C3-3 (2) c3:...:.3.s Award of Contract C3-3 (2} C3-3 •. 6 Return of Proposal Securit1.es C3-3 { 2) C3-3.7 Bonds C3-3 (2) C3~3.8 Execution of Contract C3-3 (4) C3-3 .~ Failure to Execute Contract c3,..,.3 ~4l c3~3.lO Beginning Work · C3-3 (4) C3,...J.11 Insurance c:3,:...3 ( 4 }. -C3-3 .12 Contractor's Obligations CJ-3 .( 7) C3.:_3.13 Weekly Payroll C3 '-3 ( 7) c3...:3 .14 Contractor 1 s Contract Administration C3-3 (7) CJ-3.15 Venue C3-3 ( 8) C4~4 · SCOPE OF WORK C4-4.l Intent of Contract Documents C4-4 (1) C4.,...4 .2 Special Provisions c4::..;4 {l ) C4-4.3 Increased or Decreased Quantities C4-4 tl) Alteration .. ' ... : (2) C4-'-4. 4 of Contract Docµments C4-·4 C4-4.5 Extra Work C4'-4 (2) C4-4.6 Schedule of Operations C4--4 ( 3) C4-'-4. 7 Progress Schedules for Water a.nd . S~wer Plant Facilities C4~4 ( 4) CS-5 CONTROL OF WORK AND MATERIALS CS-5.1 Authority of Engine~r CS-5 (1) CS-5-.2 Conformity with Plans CS-'5 (l} cs~s.3 Coorcl.ination of Contract Documents cs..:..:s (2) CS-5.4 Cooperation of Contractor CS-5 { 2) cs-s.s Emergency and/or Rectification Work CS-5 ( 3}. CS-5.6 Field Office CS-5 {3) CS-5.7 Construction Stake~ CS-5 ( 3) CS-5.8 Authority and Duties of Ipspectors CS-5 (4) cs-5..9 Inspection cs-s ( 5) CS-5 .10 Removal of D.efec.tive and Unauthorized Work cs-s (5 )· CS-5.11 Substitute Materials or Equipment cs-s -(5) CS-5.12 Samples and Tests of Materials cs-s· (6). cs...:s.11 Storage of Materials CS-5 ( 6) . cs.;::.5.14 Existing Structures and Utilities cs~s (7) C5-5 .1S Interruption of Service cs-5 (7) cs-.S.16 Mutual Responsibility of Contractors cs-s ( B > cs-5 .11 Cleanup CS-5 ( 8) CS-5.18 Final Inspection CS-5 (9) J\ l ( 2) '; . '1 . ' l a ..... C6-6 C(i-(> .1 C6-6.2 C6_:.6. 3 C6-6.4 C6-:6.~ c6..:.6. 6 c6..:..6. 7. C6~6.8 C6~6. ~.f C6-6.10 C6-6.ll C6-6.12 C6-6.13 CG-6.14 C6-6.15 C6-6.16 C6-6.17 c6-6.1B C6-6.19 C6-6.20 C6-6.21 C7-7 C7-7.l c7,.. 7. 2 C7-7.3 c1·-1 ~ 4 C7-7.5 C7-7.6 C7-7.7 C7-7.8 C7-7.9 C7-7.10 C7-7.ll c1:...1.12 C?-7.13 C7-7.14 C7-7.15 C7-7.16 C7-7.17 C8-8 C8-8.l C8-8.2 LEGAL RELATIONS AND PUBLIC RESPONSIBILiiY Laws to b e Observed Permits and Licenses Patented Devices' Materials and Proce~sses ; Sanitary Provisions Public Saf~ty and Convenience . C6-6 . ( 1 r. C6-6 (1). C6-6 (11 C6-6 (2),. C6-6 (2).- Privileges of Contractor ln Stree:t:s, , Alleys, and Right-of-Way ··· c6~6~t3):~ C6.::C6 'r4'f Railway Crossings Barricades, Warnings and Witcnrn,~n Use o .f Expl.osives, Drop Weight, · etc. Work Within Easements Independent Contractor Contractor's Responsibility for Damage Claims Contr~ctor's Claim for -Damages Adjustment of Relocation of PubJic Utilities, etc. T ~mporary Sewer Drain Connections Arrangement and Charges of Water Furnished by City -,.· . Use of a Section of Portion of the Work Contractor's Responsibility for Work No Waiver of Legal Rights Personal Liability of Public Officials State Sales Tax PROSECUTION AND PROGRESS Subletting Assignment of Contract Prosecution of the Work Limitations of Operations Character of Workman and Equipment Work Schedule Time of Conunencernent and Completion Extension of time of Completion Delays Time of Completion Suspenslon by Court Order Temporary Suspension Termination of Contract due to National Emergency Suspension of Abandonment of the Work and Annulment of Contract Fulfillme nt of Contract Termination for Convenience of the Onwer Safety Methods and Practices MEASUREMENT AND PAYMENT Me asur e ment of Quantities Unit Prices ( 3) C6 ... ,.-6. ( :4 J C6-6 (5) C6-6 ( 6) C6-6 ( 8 l C6-6 (8) C6-6 (10) C6-6 (10) C6-6 (10) C6-6 C6-6 C6-6 C6-'6 C6-6 C6-6 [11) (ll) (11} (12) (12) (12) C7-7 (1) C7-7 (1 > C7-7 (1) C7-7 (2) C7-7 (2) C7-7 (3} C7-7 (4) C7-7 (4) c7 :._ 1 < 4 > C7-7 CS) C7-7 (6) C7-7 (6) C7-7 (7) C7-7 (7) C7-7 (9) C7-7 (10) C7-7 (13) C8-8 Cl) C8-8 (1) C8-8.3- C8-8_4 C8-8.5 ca _-s. & C8-8 ~-7 CB-8.8 ca~a. 9 C8-8.10 C8:::·8 .11. C8-8.i2 ca..:.s. lJ.~, .... ·;_ ·. ) Lump Sum .. Scope of Paymerit Partial Esti~ates and Ret~i~~~~ Wi thholdin_g Payment Final ''A.c:ceptcirice . ·· • Final Payment . Adquacy of De~lgn General Gu.Jr'-aflty Subsidiary Work .... Miscellaneous Placement of :Material Re.cord DoCU'ni~.rt-.ts·-j > ;.~ :_ ;) J ~-:.. - ( 4 ) C8 -8 ( 1) C8-8 Cl) C8-8 (2) C8-8 ( j ) C8-8 (3 j C8-8 (_3) CS-8 (4) C8-8 (4) C8-8 ( 5} cB-8 ·cs·1 C8--:.8 (51 ·,": I ' ' . -~ l . . 1 1-1.J t , l J l I .t I i f I ·t 'I: .' < ~ ~ t ~ l ... .. ~ \ -. ". j I I ~ 1 J i .. i ¥, 1 •. ' > .. . . 't J ~ j ~ < </' J .l, ,.. . ~ I ' 1 ' . I ( ·- PART C -GENERAL CONDITIONS Cl-1 DEFINITIONS SECTION Cl-1 DEFINITIONS Cl-_L ,.J::,_DE.:]f;INITI ,ONS OF . -T,E,RMS: Whenever in these Contract Dooum~rrt&; sthe following terms · or p::r::onouns in place o.-f them ar-e 1:1. S e d ; :t,,-h,_ E\ i n t en t a n d !TI-e a n i n g S -h a 11 b e-Un d er S t O O d a _n d j:nterpre,t-ed as follows: Cl-1. 2 CONTRACT -DOCUMENTS: The Contract Documents are-all-of the written and drawn documents, such as specification-s, b-0nAs~! ~~dendat blans, etc.~ which gdvern t~e teims and p~J?.f.::ci,r;manc~ of tl:ie contract. Thes!= are c:ontained in .the G~neral -Contract Documents and the Speciai Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Cobt~act Documents govern _all Water Department Prajects and include the following items.: ,PAAT -A ...cc NOTICE TO -BIDDERS (Sample) PA.ET B -PROPOSAL _ (Sarnpl~) PART C -GENER~L CONDITIONS {CITY) · C Developer-) PART D -SPECIAL CONDITIONS PART E -SPECIFICATIONS PERMI+S/EASEMENTS PART F BONDS PART G ~ CONTRACT (:Sa.i:npl~) C.Sain.ple > White •White Canary Yellow Brown Green El-white E2-Golden. Rod_ E2A-White Blue White White ~-SPECIAL _ CONTRACT DOCUMENTS~ ihe Special Contract Documents_ are prepared for · each spec :U:.ic 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 ( Bic;lJ. PART C -.GENERAL CONDITidNS PART D SPECIAL CONDITIONS PART E.-SPEClFICATIONS PERMITS/EASEMENTS PART F -BONDS PART G CONTRACT PART H -PLANS (Usually bound separately) Cl-1 Cl) Cl-1.3 NOTICE Tb BID6ERS: All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated und e r the Contract Documents constitutes the notice to bidders. ci..;.1.4 PROPOSAL: The completed _ w'ritten anq sign~<l j.;,.(f~,t_ qr tender oLa bidder to perform .the work ·which the bwsner·; ffe·s:i'nes to·-bav,e,-,s ·dotle<;<", tO<gJ~'.th-e '.r,;,-wi'tff'·t:h.e~~tii'd· secti.r:ity,-'ccinst:ft-ilteE( t-he Proposal, which becomes binding upon the· Hicfder ~ne'n ·,·it 'i ·i officially received by the Owner~ has been publicly opened and read arid not rejected by the Owner. ' · C:.l_.l.S ·BIDDER: Any p .ersc;:in, persons~ firm, pa-.iftiner's '.h'ip; company,,. as~ociat:.ion-, corpo,ration' acting d.:i:r:ectly br through a .. duly a _uthoriz.ed r~preseritative; submitting a proposal· for performing the work contemplated under the Contract Documents, _cons ti ttites a _bidder. Cl-1. 6 GENERAL CONDITIONS_: The General . Conditi.ons are the usual construction and contract requirements which govern the performance of the work so · that it wi-11 be carried on _ in accordance wi.th the customary procedure~ the . local statutes, an4 reqtiii~~ents of the City of F6rt Worth's charter and prtimul~ated brdinances. Whereve ·r . there may be a conflict betwee ,n the Gene_,ral Conditioris _and Spebial Condition~, the latter shall take precedence and shall govern. _Cl-1.7 spgcIAL COijDITIONS: Spe~iai ~onditiohi ~re the specific requirements . which are necessary for the. particular project covered by the Contract Documents and not specifically .~ov:ered in the Gene-ral Conc;litions. When considered with the Gitieral Conditi6ns and other elements of the Corttract Documents they provide the information which the Cbntractor and Ownet should have in _ order to gain a thorough knowledge of the project. c1..:.1 ~ s' SPECIFICATIONS: The Specif icat.ions is that section or part of the Contract Documents which sets· forth · in detail the requirements which must be i:net by all materials, . .t:.onstruction, workmanship, equipment and se-:rvices in · order to render a complete~ and useftil project~ ~henev~r refer~nce is made to standard specifications, re~ulationi, requitements, statutes, etc., such referred to documents sh~ll bec6me a part of the Contract Documents just as though they were embodied therein. Cl-1.9 BOND: Th e bond or bonds are the written guarantee or security furnished by the Contractor for the prompt and Cl-1 {2) - .- faithful perform ~nce of the contract and includ e the following: a. Peiform~nce B6hd (see paragraph C3-3~7) b. Payment Bond (see paragraph C3-3.7) . c. Maintenance Bdnd _(-see pa.r'agrapti .. C3 :·<l.:]Y" d. Proposal or 'Bid -Secrir i ty ( see Sp~cial I.nstt .. tictions to .Biddets; P~rt A and c2-2:6} Cl-1.10 CONTRACT: The Contract is the f.orrnal signed agreement between the Owner and the Contractor cove:i::.irig t;.he mutual under·si;aridirig of the twb contracting parties: about the project to be completed under 'the Contract Docrimerits: Cl-1~11 PLA~S: The plans are the Jt~wih~s cir rept~ductioris there-from made by the Owner's representative showing in detail the 16d~tl6rii di~enilon arid positidn oPfhe vaiious elements Of the project, _including such p~ofile~, ty~ical cross:...sectioris, layout diagrams, working drawings, preliminary drawings and shch $upple~ental d~~w~ngs as the b~ner may issua to cJari£y other dtawihgs -or foY the prirp6s~ of ~howipg changes i~ the *d~k hereinafter ~uthd~ized by -the Owner. Th~ plans ir~ u~tially b6~rtd s~parately from ~ther parts of £he Contract Documents, but they are a part of th~ tontract Doc.umeqts jU::st a:s though-they were bound tperein. '. Cl.-1.12 tiTY: .. The City of Fort Worth, Texas, a municipal ~orporatiori, ~uthb~ized ~nd chartered urrd~r the Texas State Sta t :u tes I a.c ting by and _through its governing hody or its City Manger, each of which is required by charte~ to perform specific duties. Responsibility for final enforcem~nt of Co~tr~~ts in~blving the Ciff of Fbrt Wrirth ii by charter ve~ted in tbe City Manager. The terms City . ahd Owner are synonymous. Cl-1.13 CITY COUNCIL: The duly ~l~et~d ind q~a:li£ied governing body of the City <:>f Fort Worth, Texas. cl~l.14 MAYOR~ The 6ffic~aily elected ~~y6r~ or in his ~bsence, the Mayor Protein: of the City of Fort Worth, Texas. Cl_;,l .15 CITY MANAGER: The officially appbihte_d and authorized City Manager of the City of Fort Worth, i~xas, or his duly authorized representative. Cl.-1.16 CITY ATTORNEY: The of-ficially appointed City Attorney of the City of Fort Worth, Texas, 6r his duly authoriz~d rep res en tati ve. Cl-1 (3.} Cl-1. l 7 DIRECTOR OF PUBLIC WORKS: The duly appointed official of the City of Fort Worth, referred tq in the Charter as th~ City Engineer, or his duly authorized repxesentative. Cl-1.18 DIRECTOR, CITY WATER DEPARTMENT: Tlle duly appointed Di~-e :ctox . of the City_ Water Departntent cif the C _ity of . Fort wort~, Texat, 6i his dtily authorize~ representative, ass,ista:nt, or agents-. Cl~l.\~ -ENGINEER: The, Dir_ector .of . Publ.i.c. Works, ~he Di~edtcir of th~ Fort Wor~h City Wat~r Depart~ent, or their ~uly authorized assistan.ts, agents, engineers, ,inspectors, or superintendents;-acting, within the scope o -f the particular duti~s entrusted t9 them. C,1-1:.20 CONTRACTOR .: 'J.!he person, persqns, par _tn.ership, co~pany, fir~; ~s~ocii~tion, cir cbrppration, entering into a ·contract with the owner for the execution of the work,-acting · direct.ly .or through ~ duly aqthori~ed representatiye~. A sub,...:.contractt>r is a p~rson, firm, corporation, or o _thers up.d_er contract with the principal contractor r supplying ,labpr a .nd materials o ·r only labor, for wo:r-k at the ~i te of the J~rojecL Cl-1. 2i SURETIES: The Corporate bodies whi~h _a.z::e bound by ~uch bonds are required with and for the Contractor. The sureties engaged .are to .be fully resp9nsibl~ fo~ th~ entire anq satisfac::to~y fulfillment of the Contract an,d f _or any . ,and a .11 r .e_quirem~nts as set forth in the Contract Doc~ents and approved changes therein. Cl-~l. 22 THE WORK . OR PROJECT: T_pe comp+eted _ work contemplated in and covered by _ th.e Con tr cl.ct Documer{t.s, including but .not limi~~d to the {u:r-hishing of all l~bor~ materials,~tooisr equipment, and incidentals necessary to produce a completed aod serviceable project. . - Cl-1.23 WORKING DAY: A workirig d~y is defirted a~~ calendar day, not including Saturda,ys, St1ndays, and legal . holidays, in which the weat]'ier or other conditions not unqer th~ control 9£ the Contractor permit the performance of the principal unit of work f.or a period of not less than seven (7) hours between 7:00 a.hL and 6:QO p.m., with exceptions as pe"rmitted in paragraph C7-7. 6 .. Cl-1.24 C-AL .ENDAR DAYS: A calendar day is any day of the week or month, no days being excepted. Cl-1.25 LEGAL HOLIDAYS: Legal holidays shall be observed as pre s cribed by th e City Council of the City of Fort Worth for obs e rvanc e by City employe e s as follows: Cl-1 (4) .. 1. 2 . 3~ - 4 . 5;.. 6 . 7~ 8 . 9' Ne w Ye ar 's Day M. L. King~ Jr ~ Birthday Memorial D<i1-Y Independenc e Day Labor Day _ Thanksg 1 ving Day - ~hanksgi•ing Friday Chr i stmas Day January .l - Third Monday in January -i.ast Monday in May July 4 First Monday in Septemher -Fourth Thursday in November Fourth Frida y in November Dec e mber 25 - Such other days in lieu of hoiidays as the C i tyCoun ci-1 may determine -When.-one o f the above _named -. holidays or a , special holiday-_ is dec;::lared by the City Council~----falls · on Saturday, the holi d ay sha.11 be obs e rved on the preceding Friday or i£ it. fall-s ·on Sundayr it s hall be obs~rved on the following Mo nday, by th o se e mployee s working on w brking day opera~i o ns~ Employees wo r k ing .cal ~ndar day operations will consider th e cale n dar h o llda y as th e holiday. ci:..:i . 26 ABBREVIATIONS :. Whe-rever the _ a b breviations d e fi n ed herein appear in Co ntract Doci.unen:ts, the · intent and meaning shall be a s follows! AASHTO ASCE LAW ASTM AWWA ASA -HI Asph . _ Ave~ Blvd . CI CL GI L i n. lb . MR Ma x . - Am e rican Association of MGD State Highway Transportati o n Officials Am e iican Soci~ty ~t Civil Engine ers In Accordance Wit h Am e r:ican S o cietyof T es tlng Mater i als Am e rican Water Works ASSOC 'iation Am e r i can Standards .Association Hydiaulic Institut e As phalt Av e h~e Boule vard Ca s t Iron Ce nte r Line Ga lva niz e d Iron Line a~ or Linea l Pound Ma nhol e Max imum Cl-1 (5 ) Million Ga llons Per Day CFS C ~b ic Fobt p~r Second Ml ri • -· Min i:inum Mono.-Mono lithic % -Pe~centu m R -Ra~ius __ I.D. -Inside Diameter O.D . -Outs.ide Elev.- F Diameter Elevation Fah renheit Centigrade C In. Ft. St . CY Yd. SY L.F. D .I. In c h -Foot -Str e et Cubic Yard Yard -Squa r e Ya rd -Lin ear Foo t Du c til e Iron Cl-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or ded~cted item or fejture whi6h may be found necessary and which was not specifically included in the scope of the project on -which bids were submitted. Increase in unit quantiti.es stated·· in the proposal are not the subject matte~ -~fa Chan~e Order unless the increase or de~rease is more than 25% of the' amo,,rnt of the particular item or , i terns in the original proposal. All "Change: Orders". shall he .-prepared by t_he Ci'ty from information as necessary furnished by the Contractor. Gl-1. 28 PAVEI) .S:TB.EETS AND .-·ALLEYS: A paved stre.e .t or a ,lley shall be define'd as a st.t:eet or· alley having orne of _ the following . types' of ·wear.-i og . s -urfac.es-. applied over the natµral. unimproved surface: 1. Ariy type of asphi~t~c ~oncrete with 6r wit&out s~parat~ base material. _ . 2. Any type of asphalt surface treatment, not including an oiled sbrface, .with or without separate base material~ . _ 3. Brick, with or without separate base tnateri'"al~ 4. Concrete, with or without separate bas~ material~ ~ 5. Any combination of the above: Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved .street, alleyr roadway or other surface 1.s any area ·exceIJt those defined above for "Pav·ed Streets and Alleys." Cl-1. 30 CI.TY STREETS _: A city street is defined. as that area betwe~n tije right-of-way lines as th~ street is d~dicated; Cl-1. 31 ROADWAY: parallel _ li:hes two c ~' >. fe _et back of exists. Th~ roadway is d~fined a~ t&e area between (2') feet back of the curb lines or fqur the average edge 6f pavement ~her~ no curb c1...:.1. 32 GRAVEL STREET: A gravel street is any unp·av.ed street to which has been added one or more applications of gravel or similai mat~ti~l other than the natural material found on the · street surface before any improvement was made. . 1, C::1-1 ( 6 > } l ·- .-. -- SECTION C -GENERAL CONDITIONS C2-2 INTERPRE'rATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.l -~R0P0SAL FORM! ibe o~~er will furriis~ ~idder~ with proposal form, which will corttain an itemized list of the i terns of work to be done or mate;dals to be furn.i,shed ahd upon which bid prices are requested. The Propesal form will . state the Bidder 1 s general understandin~ of the project to be completed~ provide a s :pace for furnishing :the amount of bid ~ecurity, a:n ·a state the basis fOr entering into a formal contract. The Owner will furnish forms for the Bidder's ~Experience Record," "Equipment $chedlile," and l'Finaricial Statem~ri~," all of which must be properly ~xecuted arid filed with the .Director of the City _Water Department one week prior to the. hour for opening of bids. · · The firiancial state-ment required shall have been pr?pared by an independent certified pµblic accountant or an independent ~ubli~ adc6untan~ holding a valid permit issued by in appropriate state licensing agen~y, and shall have oeeµ so pre·p,:ded as t:.o reflect the current financial status. This statement inust be current and not mqre than one < 1} year old. In the cas~ that a bidding date f~lls within the time a new state~ent is b~ing prepared, the preyious siat~merit Bhall b~ updated by proper verification. Liquid assets in the amount of t~n (10%) percent of the ·e~t±mated ~~oject cost will be req~ired. · For an exp~tien~e recbrd to b~ ccinsidered to be acGept~ble _f6r a g.tveri project, it must reflect the expei-ie.hce of . the firm seeking ~ualification in work of both the sa~e nature and magnittide as that of th~ prqject for which bid~ .are to be received, and such e~peri~n~e must have been on prcijects compieted not more than five CS} year·s prior to the date cin which are to be recei~ed~ The Director of the Water department shall be soie judge as to the acceptabil'i ty of experience for qualification to bid on any Fort Worth Water Department project. th~ piospecti~e bidder shall schedule the equipm~~t h~ has available for the ,prbje~t and state tha~ 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 -Q.DANTITIES: The qu:a.nti ties of work and materials to be furnished as may be listed iri the proposal C2-2 (1) f6rfus or other ~arts of the Contract Docum e nts will be con s id e r~d as agproxi~ate only and will be us e d for the purpose of comparing bids on a uniform b as is. Payment will be made to the Contractoi for only the actual quantities of work performed. or materials fur-nish ed in strict .acco.rdance with the Contract fi6bu~ents and Pl~ris. The tju~fitities bf ~6rk to b~ p:erform.ed and mate,rials to be furnished may be-~ncreased _ or de~~eased ~s hereinaft~r prb~ided, without in a~y _way i .fryalidat:ing;\the:c ~unjL pri:6.e ·s .. bid : or: any -.othe.c., re.quirement,s :. a£ the Conti act . Doctime.n:,t.s. - C:2-2.3 EXAMINATION OF CON'rRACT .DOCUME~T-S AND SITE OF PROJE~T: Bi_dder;:s are advis.ed that the Con tract Documents . on file .wi.th the ·owner sha1·1 · con·stitute a.1-1 of the in,formation which the Owner· ;ill furnish. All additi~nal inf'ormation citid data whi,ch the dwrier .~ill ~pppiy ~ft~~ ~ib~~lg~tion of ~he }o {~al contract documents shail· be issued in the form of written addenda and s :hall beco~e part of the Contr~ct Docurnebts just as though such addenda were actua'.liy writ:teri into t 'be original Contract Docume nts. B.t·dd_ers are required, pr.ipr to the filing of propo~al, to read arid bec_ome familiar with tb.e Cont:ract D:ocuments, to vis_(t th ·e site of_ tb.e p :rojec::t and e ·xa,mine c -arefully _all ·1pcal cbndit:i6ns, to .i.riform themselves by _thei:i; o _wn it1depen.d _ent re?searcn and inves.tigat_i,on:s, tests., _b _O)::',ipg, anc_:i by S :l,1.Ch other roec:ins as may be, necessary to gai_ri a c ,omplet,e knowledge of _tlre condition::; ''wti ich wi il be encountered du_r ing _t1ie co11strµe:t:_i.on of th~ p r o je c t ~ Th e y mu 1? t . j ud g e £ o r .. t l1 ems e 1 v e s -t h ~ diffi~ulties of the work arid ill attendi~~ clifu~stances affecting the cost of doing the work or the time r e quired for its compl et ion, a nd obtain all information required :to mak:.e an inteiiige nt proposal. No informc3.tion g i v;en by the Owne:r: . or ~rty repre~entative df the Owner othei than that contaihed in the Contract :bocuments ~nd officiaily pro~ulgated -~dd~rida thereto, shal]_. be binding upon the Owner. Bidde_r :s ~hall . rely e X c l ,u s i Ve 1 y a 11 d : s o l_ e 1 y U p o n . t he i r o W n e S . t-i ID a t .e S , investLgatiol), resecl,rch,. t;:ests, explorations, and · other dat<:1- which ~re . necessary fot full a .nd complete info.rmation upon '4-hich the proposal is to be based. :i;t. is mutually agr~ed that the submi~sion of a ·propos~l i~ prima ~facie e~idence that the bidder has made the investigation s , examinatlons arid t e ~t~ herein, required~ Claims for. additional ~omp e nsation du e to '1ar.iatians i fretw.een _ conditions actually encoun:tered in constru~tion ah~ as indicated in the Co~tract Documents will not be allowed. The logs of Soil Borings, if any, showing on the plans are for general information only ancl may hot be corr e ct. Neith e r the C2-2(2) - o~ner nor t~e Engineer guarantee that the data shown is representative of 6onditi¢is which actually ~iist. e2~1.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form fur_nished by the Owner. All blank spaces ~~~licable fo the project contained in the £arm shall be correctly. filled in and the .Bidder sh.all state the prices, written in · ink in both w or d .s a n d n um era 1 s , for which he p,roposes· :to do . the. work contemplated or furnlshe the materials r .eq:uir ed.. A1 ·1 such pr ices shall be written .legibly. ·1n ca5.e of discre~ancy b~tween the price written in words and th~ price writte~ in numerals, th~ price most advantageous to the City shall govern. If a proposal is submitted by an individual, hls or her name must. be. ~igned by him . Cher) or his <her) duly authorized. agent. · i£. a proposal is submitted by a fit~, as~ociation, or part:nershipi the name and address of each member must be g i Ven, a ·nd the proposal rous't be S'igned by a member of the firm, as~oeiation, or partnership; or by a ~e~son duly a~thorized. I£ a prqposal · is subm~tted by a companror 'corpora·tion, the c.ompany o:t corporate name: and business address ~ust be given, and the proposal sigried by an offi~ial or duly authorized agent. The corporate seal must be affixed. P6wer of Attorney ~auihorizing agetrts or oth~r§ to ~ign proposal rrtust he properly certified . and must be in wi it ing 2i.nd subrni tte.d with the proposal. . C2-:-2 ·. 5 REJECTION OF PROPOSALS: Proposals may be rejected. if they sho~ any alteration of w6rds or fiiures, additions nbt caile:d for, coiditional or uncalle~ for alternat~ bids, incomplete bi-ds, eras:ures, or irregularities of any kind, or contain unbalanc.e value of any · i terns. Proposal tendered or <lelive~ed aftec the official time d~~ignated foi receipt of proposal shail .be returned to the Bidder unopened. C2-:2 ~ 6 ·. BID. SECURITY:: No proposal will be considered unless it is accompanied by a "Proposai Security" of the character and in ·the a~ount.indicated in the "Notice to Bidders~ ahd the "P~6pos~l-~ Th~ aid Security is required by ~he Owner as evidenc·e of good faith on the part of the Bidder, and by way of a guar-anty that if awarded the contract, the Bidder will within the .r~qbired time execute a formal 6ontr~ct and furnish the required performance and other bonds. The bid secui i ty of the three lowest bidders will be retained until the contra~t is awarded or other disposition is made thereof. The bid secuiity pf all other bLdders may be i~turned pro~ptly aft~r the canvass ·of bids. C2-2(3) C2-2. 7 DELIVERY . OF PROPOSAL: No proposal will b e c ·onsidered unl ess it is delive red, acc0~panied by its ~roper ~id Security, to the City Manager or his representative in the official place . of bus.iness as s~t :fe>rth in the ,"Notice .t;.;o B':idders.". It is the Bidder Is sole tesponsibility to deliver the proposal at tha proper time t6 the proper .place. ~he ~er~ fact that a proposal .was dispatched .will not be consider·~a.; The Bidder must have . the pr:oposa,l actually delivered. .:Each ·prop.0:saL s :hal.L be, irL a sealed, envelope plain:ly marked _with the word ~ "PROPJlSA:TI,,",; and"the· name or : description cif th€! prqj ect . as .designated in;.· the '~No .tice to Bidders." The' envelop€! shall be addressed to the City Manager, City Hall, F -ort Worth,. Texas·~ C2-2. 8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior Eo the time· set for open1ng :proposals~' A .reque};t for non-.:.considera.,t:io.n qf a proposal must be made in writing, addressed to the City ~anag~r, and filed with him prior to the tifue s~t for tfi~ 'opening of proposals;. After all proposals not requested .tor n~~~tonsiderati6n aie op~n~d and pfihl1cly re~d ~loud, the pro.posals for which non::--consid e ration . requests have bee.n 'prop~rly filed may, at the option of the Owner, , be Teturn,ed unopened. c2-.:2. 9 TELEGRAPHIC MODIFt:.cATION OF PROPOSALS: Any bidder :may ,mbdify bi's proposal by teleg1caphic cornmu11icati,on ·at any time ~ri6r to ihe time se~ for opening pro~osais; provid~d sue~ telegraphic communication is received by .the City Manager pr .i:or to the satd proposaJ opening . time, and prov.~ded 'fur_th~.r; that the city Manager ig. sati-s.fied that a wi::itten -~nd duly authenticated confirn.j.ation of such telegraphic communication ·over· th e signature; of the . bidder was mailed . prior to the proposaJ ·opening time. If such confirmation is not receiyed within f .orty~eight c 4.a > hours afterc' the proposal opening time, no further consideration will be given to the proposal. C2-2 .1.0 -PUBLIC OPENING OR PROPOSAL: Proposals which:I have been properly filed .and for which 06 "Non.:..cons1.dera:tion,: Request" ·has heen received will be publicly opened a '.nd read aloud by the City Manager or his authorized _represent~tive a .t the :time and p ·iace indicated in the "~otice to Bidq.ers." ALI, proposals \olhich have been opeµed and .read will remain, :on f .ile-with the ()\./11er un:t;.il the. .contrac·t has been awarded. Bidde:i;s or their authqri'.zed'i, repr.esentatives .are invited to be present for the opening of bids. C:2'--2.11 IRREGULAR PROPOSALS: Proposals shall be considered as being ~Irreghlar" if they show any omissions, ~lte~ations of form, additions, or condition~ not called for, unauthoriied alternate bids, or irr e gulariti es of any kind. However, the C2-2(4) Owner reserves the right to waive any and all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which cannot be waived. C2-2.l2 _DISQDALIFICATI0N OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of, but not limited to, the £allowing reason: a. Reasons for believing that collusion exists among bidders. b. ~~asonable grounds for believing that any bid~er ii interested in ~ore than one proposal for work contempiated. c. The ~idder beirig 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 h~ving defaulted On a previous contiact. e. The bidder having performed a prior contract in an unsatisfactory manner._ f. Lack of competency as revealed by the financial statement, experience record, equlprnent 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 In~tructions. 2. A current experience re·cord showing especially the projects of a nature similar to the one under ~onsideration, whidh have been successfully completed by the Bidder. 3. An equipment schedule showing the equipment the bidder 6as available for use on the project. The Bid Proposal of a bidder who, in the judgment of the Engineer, is disqualified under the requirements stated he~eifi, shall be set aside and not opened. C2-2(5) - ,,.. ---: PART C -_GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS SECTION CJ-3 AWARD AND EXECUTION OF DOCUMENTS: C,3,-J.l CONSIDERATION oj? PROPOS.M:.S: After proposals have ,been opened. at1d Tead a],_oud, the proposals wLll he taho.late·d on . the basis of the quoted prices, th~ qriantities · shown iri t6~ proposal~ and the applicatiori of such formulas o~ ~ther methods ·of bringing items to a common bq:sis _ as may be estabiish~d in the Contr~~t Do6u~ent~.-· The total ohta.ined by taking the sum of the pr-oc;lucts of b.riit ptices qu6t~d arid the estimated quantities plus any lU~p srim items and such other quoted amou-nts as may eriter into the cost of the completed proj e ct will. be considered as the amount of · the bid. Until the award of the contract is made by the Owner, the right · wilL _be r _ese:i;ved to reject any or all proposals _and waive _technicalities, to re·-adver_tise for new proposals, ·qr to· prciceed with the work in any manner ~s maybe considered for the best interest of the pwner. · C3-3. 2 . MINOIUT:Y .. BUSINESS . ENTERPRISE/WOMEN---OWNED BUSINESS ENTERPRISE -COMPLIANCE:. Contr.actpr . agrees to ptqvide to .owner, tip on reque;5t,. complete and accurate in_fci.rrnati.on re·gard.ing actual work performed -by a Minority Bu:;;iness Enterprise (MBE) and or a a ~oman~own~d Bttsibess tnter~rise CWBE) an th~ contract and :tpe .payment _ therefor. Contractor -f'ti _rther -_ag.rees, upon r~qrt~st by Owneri t6 .allo~ and aridi£ and/~r an examination of any books, records, or files in the possession of Contiactor that will substantiate the actual work performed by the MEE .or WBE. Any material rnisrepresent.ati_on o:f a_ny :nature will be grounds for termihation of the contract· ahd for initi~ting any action under appropriate federal, state or local laws arid ordtnances relatirig to false statements; further, any such misrepresentation ~ay _be grounds for ·disqualification of Contiic~or 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 Con-tractor shall comply with _ Current City Ordinance prohibit:ing discrimination in employment practices. C3~3 ( l} '· The -Contract6r ihall post the required notice to that effe~t on t6e prciject site, and, at his request, will be provided assistance by the City of For~ Worth's Rqual Employme nt 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. C 3-3. 4 WITHDRAWAL OF PROPOSALS: After a proposal has been re:-ad by._th'e Owner it Gannot be.~ithdrawn by -the Bi<ic:l.er ~ithin f :c;yr:-ty~,f:Tv-if c-.ts·} days~"a ·f ·ter· ·tfre·· d~te on-which -the prop·osa.Is ~ere. operied. < C3-3.5 AWARD OF CONTRACT: The Owner reserves the right to withholdfinal action on the proposals for a _reasonable timer not to ~x~eed forty-five (45) days after the date of opening proposalsr an¢! _in no event wil:l an award be made until after in·yestigation$ have been made as to the responsibility of the propo·sed awardee. The ~ward of the contract, if an award is made, will be to the iowest and best responsible bidder. i~e ·1watd of the .contract shall not become effective until the Owne:f ha:s· notified the Contractor in writing of sU:ch award~ C3-3.6 RETURN OF PROPOSAL $ECURLTIES: As soon a~ proposed price totals have been determined for comparison of bids, th~ Own _er m_ay, at its discretion, re turn th~ __ proposal ~ecur i ty y,hicb ·ac"i:!ompani~d the_ proposals which, in ifs judgment; would n6E _be constdered for th~ a~ard. All oihei proposal securitt-es ,--usually thdse of the three lowest bidders, wLii be ret~ihed by th~ Ownei until the reqriired cont~a~t has b~en eiecuted and -bond furnished or the Owner ~as otherwise dispcis~d 0£ the bids, after which they will be return~d by the City Secretary. . . . C.3.'.""3 _.-7 ~ONDS: With the execution and delivery of the Contract Do:cutnents,. the Contractor shall furnish to, and -file with the Owner in the amounts herein requir~d, the· following bonds: a. PERFORMANCE BOND: A good and sufficient pei'.formance bond ih an amount not less than 100 per~~rit of the amount of the contract, as evidenced by the propos~l tabulation or otherwise, guaranteeing the full and faithf~l execution of the work and performance of the contr~ct, ·ahd for the protection of_th~ owrier arid all other ~ersons against damage by reason of ne~ligenc~ of the Contractor, or improper execution of the work or the use of inferior materials. This perform~nce C3-3 (2) bond shall guarantee the payment for all labor, materials, equipment, supplies, and services use.d in the c6nstruction of the work; and shall re~ain in full force and effect unttl provisions as ab~v~ stipulated are accomplish~d and final payment is made on the project by the City. b. MAINTENANCE BOND: A go _od arid sufficient maintenance bbnd; in the amount of not less .than 100 percent of the ~mohnt di the coht~act, as evidenced by the proposal tabulation or 6therwise, guaranteeing the prompt, full and faithful p~rformance of the general guaranty which is set forth in paragraph C.8-8 .10. c. llAYMENT BOND: . A. good .and sufficient payment bond; in an amount not less than 100 percent of the amount of .th~ contract, as evidenced by th~ proposal tabulation or other.wise, guaranteeing the prompt, full and faithful payment of a _ll claii:nants as· defined in Article !?160, .Revised ,Civil Statutes of Texas, _192~, as am~nde4 bj Bouse ~ilL 344 Acts :56th Legislature, Regular Session, 1959, ef:fectiv-e Apr.il 27, i959, and/or the latest vers.i;on thereof, . . supplying labor and materials in the _piosecuti6n cif the wQrk ~rovided for in .the contract being constructed urider th~se sp~dificatiorii~ ·Payment Bond shall remain in force until all payments as above stipulated are made. d. OTHER BONDS: su6h other bcind~ as ~ay be ·re~uired by these Contract Documents shall be furnished by the Contractor. No suretie~ will be accepted by the ciwner ~hie~ are at the t~rne in default or deLinquen~ on any bonds or ~hich a~e i o ·terested ,in any li tigati.on. 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 iri the City 6f Fort Wortb, Texas, arid which is acceptable -to ~he o~ner. In order to b~ accepiable, the name 6£ th~ surety shall b~ included on £he c~rrenf D.S. ~reasury list of acceptable sureties, and the amount .of bond written by any one acceptabl~ company shall ~ot exceed the amount shown ort the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. ~hould any surety on the contract be determirted unsatisfactory at any time by the owner, notice will be given the Contractor to that effect and th e Contractor shall immediately provide a C3-3 (3) new surety satisfactory to the Owner. No payme nt will b e ma de under the contract _until the new ~urety or srti e ties, ~s required 1 haye quali£ied and have been a~cept~d by the O~n er . Th~ contra~t shall hot 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 t he Owner has by appropriate resolution, or otherwise, awardeo the contra.ct) the Contr;actor shall-. execute and_· file with the Owne-r th-e ~6iifiJclt· ·and:·· such bo"ricfs as may Se · requ.1.red in the Con tract Documen:f::'.s ~ . 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.~ FAXLURE TO EXECUTE CONT~ACT: The £aiiure of the Awardee to execute the required };:)ond .or bonds or to sign the requir~d_ co~tract within t~n {10) days aft~r the contract is awarded shall be ·considered by the Owner as an abandonment of his proposal, and the Owzj.er may annul the Award. By reason of the uncer-t:ainty of · t _he market pr ices of material and labor, ahd it b~ing impraci~i~abl~ arid difficult to ~ccurat~ly det~rmine the amount df damage~ occuring to th~ Owner by reason of said a~~rd~~·s f~i~ur~ to ~xecute said bonds and iontract ~ithiri ten (10) days, the ·pio~o~al security ad~ompanying the proposal shall be the agreed amount of damages which owner will suffer by reason of such failure on the part of the Awardee and shall thereupon immediately be forfeited to ,the Owner~ Th~ filing of a proposal will be considered ~s ah accept~nce of this provision by the Bidder. C3~3.10 BEGINNING WORK~ The tontract6r shall noi commence work until authorized in writing to do ~o bf ih~ O~rier. Should the Contractor fail to commence work at the sfte .of the project within the tLme stipulated in the written authori~ation usttally termed the "Work Order" or "Pro~eed O:r;-de _r":, it is . agreed that the Surety Company will, within ten (.10) days _aft~r the commencement date · set forth in such written a1.J.thorization, commence the physiqal execution of the co:n:tract. C3-3. ll INSURAN.CE: The Contractor shall not commence work tinder this c6ntract until he has obtained all the insurance _required und·er the Contract Documents, a:hd _such insurance has been approved by the O~ner. The prime Contractor shall be responsible for delivering t6 the Owner the sub-contractors' C3-3 (4) certificate of insurance for approval. The prime contractor shall indicate cm the certificate of insurance included in the dbcuments for execution whether or not his insurance covers sub-contractors. It is the ifitention bf the Owner that the ipsurance coverage required herein shall include the coverage of all sub.,..contractors. a. c. COMPENSATION INSURANCE: The._ Contractor shall maintain, during the lif~ of this contiact, Workers' Compe~sation Insuran~e 6n all of his ~mpl6yees to be ebgaged in work on the project under this c6ntract, and for all sub~contractbrs. In case any cl-ass o;E employees engaged in hazardous work on the .project under this con£~act is not protected under th$ .Workers' Compensation Statute, the Contractor shall. provide adequate employer '·s general liability insurance for the protection of such of h _is employees not so protected. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Co_ntractor shall procure and shall maintain during th~ _life of this _ ciontract Contractor's .Comprehensive .General Liab i Ii ty Insurance C Public tiabilitj and Property Damaqe Irisurance) in an a~ount nbt l~ss than $500,000 covering each occurrence 6n accorint of bodily injury, including d~ath, arid ifi an amount not lest .than $500,00Q covering each occurrence on acco~nt of pr6perty damage with $2,000,000 umbrella policy coverage. ADDITIONAL LIABILITY: The Contractor shall furnish insur~nce as separate policies or by additiori~l endor~ement to one of the ab6ve-mentioned _policies, and ih th~ amount as set fbrth for priblic liability ahd p~operty damage, the following' insura:nce: - 1. 2. toriting~nt Liability (covers General Contractoris Liability for acts of sub-contractors)~ Blasting, prior to any blasting being done. 3. Coll~pse of briildings or structures adjacent to excavation (if excavations are to be performed adjacent to same). 4. Damage to underground ·utilities · for $500,000. C3-3 (5) ' ' l 5. Builder~s iisk (where above~gr6urid st~uctttres are involved) . 6. Con tr a c tu a ;L L i ab i 1 i t y ( c . o v er s all indemnification requirements of Contract}. d. .. Al]TOMOBILE INSURANCE -BODILY -· HJJURY AND PROPERTY . ; ·,-, DAMAGE: The. C9ntractor. shall procµre and maintain, ,c:. · .• clu:r r ngr· t h ·e·,= 1 i f .e ,... of ·-th'ts:·· Con tr ac-t:\,': Compr eh·e n s ive " _·_;-Autdmohide Liability · insurance in · a'n ·amount . not iess than $25~,000 for irijuri~i including acciden:tal death to any one p .erson .and subject to the sarne .lj~it for each ~erson an ~mount n6t less than $500,000 on account of one · accident, and · automob:ile : property damag,e insurance in an amount hot less than $100,000. e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required u.n,der the above _ paragraphs shall ~ioiide adetjctat~ protectfon f6r th~ Contractor and his sub-contractors, respectively, against damage cl~ims which ~ai arise fro~ ~p~tatiqns under this contract, wheth~r su~h 6perations beby ~he insured ~r by a~yons directiy .6r indir~ctly employed by lii.m, and also against any of the_ foilowing special hazards which inay be encountered iri the performance of the Contract. £. PROOF OF CARRIAGE OF INS~RANCE: th~ Contra c tor shall furnish the Owner with satisfactorj proof of g. -coverage by insurance require_d in th~se Contract Documents in amounts and by carriers satisf~ctory to the Owner. (Sampl~ ~ttached.) All insuranc e requireme nts made upon the Contractor shall apply to the sub-contractor, _should the Prime coritra6tor's insuranc e nbt cover the · SUh-COThtra.CtOr IS WOrk Opera ti OU$. LOCAL AGENT FDR I~SURANCE AND BONDING: The insurance and bondirig companies with whom the C6ntractor's insura~ce and p e rformanc e , p~yme nt, maint e nan ce and all s u~h oth er bonds are written shall be represente~ by an a gent o r agents h a ving an office locat e d wi t hin t h e city limit s of th e C3-3 (6) ' \ City of Fort Worth, Tarrant County, Texas. Each such agent shall be a duly qualified, one upon whom service of process may be had, _and .mus~ have authority and power to ~ct o~ behalf of t&e iri~uran~e and/or bonding company to negotiate ~nd settle with the City of For~ Worth, or any .Qthe~ claimant, any claims that the City of Fort Worth or other claimant ~r any property own~r who has _been damaged, may have agains~ the Contra6tor 7 insurance, and/or bonding company. If the _loc-al ,insurance representative is not so empo!'7ered by the · insurance or bonding companies, then such aut:Jior i ty must he vested -in a l _ocal agent or claims officer re·siding in th.e Metroplex, the Fort Wpr:th-Dallas area -. The name --of the agent or agents shall be set forth on all 6f such bonds and cert~ficates of insurance. iC3-d. l -2 CONTRACTOR'S-, OBLIGATIONS: Under the Cont.:r;:act-, the Con tractor shall pay_ for all materials, labor and services when o.ue. -C3E--3 .13 -WREKLY PAYROLL: A certified. copy of eac·h payroLl cfriver:in·g payment _of wages t .o all person engaged i ,n work . _on 't-he '~r6ject _at ,th~ site of the prbject shall be fuini~hed to}the Owner's _representat_ive within seven (7) days after the cl-os:e ·o-f each -payrol-l period. A copy or copies of the appll6abl.e minimum wage rates as set forth in the Contradt Docu~ents shal~_ be kept posted in a conspicuous place at the site of the ·project at a 11 times du r in g the c o u :r; s e of the c 6n ti act • 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 th~ Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person, persons, part~ership, company, firm, association, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall e~tablish a fully operational business office within the Fort Worth-Dallas metropolitan area. The Contractor shall charge, dele~ate, or assign this office (or he may d~legate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsibl e to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be , administr~tive or otherwise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditur e s, all claims against th e work or any other C3-3 (7) ma: t ter associated such as mainta·iriing adequate and approp.tiate- i~surance or s e cuiity coverag~ f6r the project. Such local authority _ for adminis.tration of the work under the Contract shall be IT1aintained until all business transi:).ctions executed as part of the Contract are complete~ Should the Contractor IS. principal-bas~;-of operations be. other- than in the . Fort Worth-Da_llas metropol-itan : ~r .ea,, notification o.£~ th.e",Gontrae,t-0n-1:&-a'S'S i:i/gnrri~•n•t: 0£-.. hieaJ.i.,·au-th:oTJity shi::tll be: ~a.::a.~· in wdit).'rig to th~ En·g irieer .in advance~ of any work on the project, all appropriately signed ·and sealed; aS .'.applicaole, b§ ~he poritr~~ttir's r~i~onsible otficers with the understanding that this written as,signment of authority to a local representative sha11 be_come pait of. ··t:Jie pr.o-ject Con tr act ·as tho·ugh bound directly into -.t .he p ;ro:.jec;t documents. The intent of these requirements is that a11 ~atteri ass6ciated with the Contractor's administration, wh~th~r it be oriented in furthering the work, or other, be g'overrtea · d .i:re:c.t by local authority. ':['his same requirement is. imposed .ori in:surance arid suiety coverage. Should the Cont~actor's local represefitati~e fail ~o perform to the satisfaction of Engineer, the ~rigiri~sr, at his sole discretion, may demand'. tha:tt s ·uch Loe-al r\2.presenta.ti_ve be replaced and the EngLneer ka-y';· a.t:: his. sole discr~t,ion, st.op all work untiI: :a new:· local aut}:iority $atis£ictory t~ the tngine~r is ·assigned~ ·No ~eedi~·4f wi:ffkirig time will be for periods in which work stoppages a :r:e in effect for this reason. · C3-::'.3 .:15. .VENUE: Venue of any_ a .cti.on herelnun·der: shall be exclusively in Tartant Courltyt Texas~ \. C3-3 (8) . • .. ' 1 { SECTION C4-4 SCOPE -OF .WORK PART C -GENERAL CONDITI• C4-4 SCOPE OF WORK C4-4.l INTENT OF CONTRACT DOCUMENTS: It is the definite interition of these Contract Documents to provide for a complet"e, useful project _ which the · Contractor .underta_kes tq coristru;ct -o:r furnish~ all in fu -ll compliance with the r egui r--emBnt·s and in tent of the Con-tract ·Docurilen ts·. It is de.:finite_ly unders:tood that the Contractor shall do all work as provided": for iq the .Contract Do ·cuments, shall do all extra <:ff _special work as may be considered by the Owner ~s ne<:!essary to cpmplete · the pioj:ect· 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 incide.ntals necessary to the prosecution and completion of tne project. C'4-4. 2 'sPEC!AL PROVISIONS: Should any work or conditi.ons whicb are Ilot. thoroughly and satisfacto.rily stipulp.ted or covered by Geherciil d:r-Special Conditions of these Contract Documents be anticipated;_ o:r should there be any ad().itional . prdpo~ed ~ark ~hich is not cov~red by fhese Contr~ct ··, Documents,-then "Spec·i.a.l _Prov·isio.ns" covering all such work ~ill be ~~epared ~y the awrier . previ~ui to the time of receiving bids or proposals for srich wbrk ~nd furnished to the Bidder in the form of Addenda. All such "Special Provisions." shall be _ consldered to be a part o~ the Contract Docufuents just as though they were originally written therein. C4-4.3 .INCREASED .OR DECREASED QUANTITIES: The OYTner reserves the ~ight t6 alter the quaritities of the work to be performed or _to extend c:>r shorten the improvements at any time when and as found to .be necessary, and the Contraqtor shall perform _the work _a~·altered, ·indreased or decreased ~t the unit prices. Such i _ricreas'ed ·or decreased quantity shall not. be more than 25 perc.ent 'of the co9templitted quan·tity of such item or items. When such changes increase or. decrease tpe original quantity of a~y item 6r items of work f6 b~ done or materials to b~ furnisn~a' by the 25 percent or. more, tl)en either party to the ~nntract shall up6ri written ·r~quest to the other party b~ entitled to a revise~ consideration u~on tha~ portion of the w6ik above .or bel~~ the 25 percent bf the origirial quantity s~ated in the ~rdposal; such revised consideration to be determined by special agreement or as hereinafter provided for ~Extra Work~" No a11ow~nce will be m~de for any changes in antici~ated prtifits nor shall s~ch changes be conside r e d as C4--4 (1) waiving oi invalidating any conditions or provisions of the Contract Documents. Variations in quantiti e s of sanitary sewer pipes in depth categories, s hall be interpreted herein .as applyirig to the overall quantities or sanitary sewer pipe 1.n each pipe size, but not to~ the various depth categories. ,C~4,:-4 '.~--4i' A:n'RERATIDN. .. OR~~ONTRA.CT ... D:OCUMEN!rS.: .~Y. Change~ Or.q~x _,th.e. Owner res:erves. the: right to .make such changes ,in the Co_ntiac-t Documents and in th~ character or quantities of .the worl.c . as may be necessary or desirable to. insur$ _c;ompletion in -the: mo~;t:.. sati~factory manner:, provided SU.ch changes do not Jnate·i:_iaJ.ly alt.er the _. original Cohtraqt. I)ocui:nents or change th:_e _ general natu_re. o:f. the project as a _ whole. such changes shall not be eorisid~r~d as ~~iving Qr inv~lidati.ng any c6nditi6n or provision .of: the Contract Documents. C4-4. 5. -EXTRA WORK: Additional ·wbrk made necessary by_ ch;:1riges and alterations of . the Contract Documents or of quantitfes or for other reasons foi which · no prices are provitl~d in ~h ~ Gontract. boc.uments, shall .be _defined as "Extr;a . Wo:r):c" a:nd s1i~ll be pet.formed by t _he Co_ntractor -in_ accq~dapt:e _wit);1 tqese. Cqntiact Docu~ents or appioved addit~onfi theret~; P~o~id~df however, that before any extra woi-k is begun a "Change, Order" sha.11 · be executed or writ ten oider is sued by ttie . pwnei~ to do the work for payments or credits as shall be d~termined by on e or more combination of the_ following methods: Unit bid price previously approved._ b. An agTeed lump sum. c. The ~c.tual reasonable cost of Cl) labo:i, .C2,)ri2nt~l of equipment used Ofl the extra Work for the tiiue S .O . -µsed at Associated. ~eneral Contractqrs ,._of_ Am~ripa cur:i;-ent equipment . .rental rates; C 3.) )1:1at.~rials enteririg permanentLy into the piojec£, a~d (() act~al cos~ 6f insurande, bond$, _arid io~ial security as det,"ermi·ned by_ the Owner,. plu~ a fixed fee to be agreed up-i:>n b_ut not t,0 exceed .10% of: the actual cost of such ex tra. wqrk. The Jixe.d fee is not to .inclride ariy :additional profit to _the C-ontra·ctor for rerit-ai_ <Jf equipment owhed by .him and used for the extra work. The fee shall be full arid c;~plete d~mpen~afi9n fd .caier -th~ ~6s~. o f super·intendence, overh.ead' other ,profit, general and ail other __ e ·xpense. J:1Qt included in .ClJ T (2) f (3),. and ( 4) above. The Con tractor shall keep accurate cost records oh the form a nd in the method C4 -4 (2) . ' , ~-,; l ( , i \ .( ,-,- ,i I · I ,- suggested by the Owner and shall give the Owner acces.s to all .accounts, hills, vouchers, and. records relating to the Extra Work. N-o ''Change Order" shall becom_~ effective until it_ has been approved and signed by each 0£ the Contracting parties.- No claim for Extra Work of any kind will be allowed unl~s~ ordered ii:t writing by tne Owner. In Ccl.Se any orzder·? or instructions, either oral m:: written;. appear to the Contrad:::or to involve Extra Work for which h-e should r .ec~ive compe~saticin, he shall~make writt~n reguesf to the Engineer for written orders authori -zing su_ch Kxtra Work, prior to beginning such work. Should a di£ference arise ~s to what does oi does not cons ti tlite. Extra Work, or as -to the pa.ymen t thereof 1 and _ the Eniiheer insists-upon its performance, the Co~tra~tor shall proceed with the wo'rk after making written request for written ord~rs ~nd shail kee~ an accurate ac~ount of the aptual reasonabl~ cost thereof as piovided und~r ~ethod {Item -t). Claims for _ extra work will not be paid unless _ the Contr_actor shali file· his claim with the Owner within. five (-S) days before the time for mak-irig the first estimate after._ such _work is done and unless the claim is supported by ~atis£actory vouchers and certified payrolls covering all labor and materic1.'ls expended upon the said Extra Work. The Contractor shall furnish the O~ner such installation records of all deviations from the original Cohtract Docu~ent~ as m~y _ be necessary to ehable the owner to prepare £or pe·rminerit record. a corrected set:.· of plans showing the actu,al installation~ The c6mpens~tion agreed upon for 'extra work' whether or riot iniitiat.ed by a .1 Change Order I Shall be __ a full, C0ffiplete arid fina·1 payment for all costs Contractor incurs a-s · a result or relating to the change or extra work, whether said costs are kriOWI'l r Unkn-own r foreseen Or . Unforeseen at that time I including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any oth~r effect on changed or unchanged work as a result or the change or extra work. C:4...:4.6 -SCHEDULE-OF OPERATIONS:_ Before commencing an.y work under this contract, the Cbn.t.ta.ct_or shall submit to the Owner and r~ceive the Owner's app~oval t~ereof, a "S6heduie 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 als6 shown the estimated monthly cost of work for which estimates are to be expected. There C4-4 (3) shall be present e d a lso a co~posite graph showing th~ anticipated progr ess of conttruction with the time being plott e d horizontally and the percentage of compl etion plotted v~riically. The progress charts shall be prepare d on 8-1/2~ x 11" sheets and at l e ast five black or blue line priri~s shall be furnished to the Owner. C4~4~7 -PROGRESS -SCHtbULES FOR WATEa .ANQ SEWER PLANT . FAOI.LL'i'_I.BS _i ;·Wi:th..Lr.tt ii.en (lO,J ,; days'.c,prt-ioF to. .. s,u.bmL~•s-i.on ,,of - f irs·t rno-rrtJi-ly· progress · paynient, the . Contractor . sh?J.11 pj:-ep.ari and submit to the Owner for . approval S.l.X copies of the schedul~ in which the Co~tr~~tor ~roposes to carri 6~ the work, the da_te o~ which he will start the sever.al rnaj or activities tinclriding procurement of m~terials~ pl~ns; ind equ_ipment) _and the contemplcJ..ted dates for completing the same~ The schedule shall be in the· form of a time schedule ~ritical Path Me thod {CPM) network diagram. As the work pib~resses, the ~dntr~~tor ,shall entei QU ~he diagram the .actual progress at the end of _each partial payment period or at such intervals as directed by the Engineer. The Con_trattor sh,ali · also revise the schedule to. reflect any adjµst~~nts in contra~t ti~e .ap~i~v~d -by the Epgineer~ Three copies of the updated schedule-:s -ha.lf be de.livered at such intervals as direct~d-by the o ... n~er. As a minimum,. the const~ucti.on sch·e _dule shall . inco~por:ate all work e l e ments ~nd activities indicat~d in the prci~osal and in ·th~ technical specificatidns. P -~ior _to · the final drafting bf the detailed ca.nstruction schedule, the Contractor shall revi ~w the draft . sched~le ~ith th ~ Engineer to ensur e the Contrictor's uriderstanding of the _contract requirements. ~~e following guidelines shali be adhered to in prepaiing ~ the coristruction schedule: a. b .. Mil~ston~ dates and finil project c~mpletion ~a~es shall b~ developed t6 ~on16rrn to time constraints, sequen~ing requirements and completion t.1.i:ne. The construction proc es i shall _ be divided .into a~tivities with tim·e diir~tions of approximately fourteen (14) days an~.cons~ruction values not to ex~eed $50~000. Fabrication, delivery and subciittal activiti e s are exceptions to this guidelin e . C4-4 (4) ~i I -1 -- --f• c. Durations shall be in calendar days and normal holidays and weather condition~ over the .duration of the contract shall _be accounted for withiri the duration of each activity. . e. f. 0 n e c r i t i c a 1 . p a t h .B h a 11 be -s how n oh construc~ion schedule. the ··;1 . Fl-oat time is defined as· the a~ou.nt,. .of;':t,.£..~e . { between the earl.iest start ~ate . and. th.e.,. l .at.,e,s):,i ~--~-: s . .tart date of .a ·-ch .ain of . acti vi ti.~.s qf :t:J:i;e -CP}i : ::·._ construction schedule. Float time is --n-ot :for ·tfue exclusive use ot. benefit o:E e ·ither the C~nt.tact~r - or th_e Owner. T:P irty dayi shall_ be used. f ·pr sub~i ttai reyi~w-- unless otherwise specified. The ·: co·nstruction schedule shall . as·, a mini.mum .be divi,ded _ into-general categories as inµicat~ed i _n t _h-e-ProposaJ-:·: and, Technical Specifications .and each_ g.~neral catego:i;y sha:·.Ll ne broken down into activitie~ in enough detail to .ad~i~~~:- activities of approximately fourteen (14) days duration. For each general category, the construction schedule shall identify all trad e s or subcontracts whose work is represented by activities that follow the guideline s of this Section. For each of the trades or subcontraotst the construction schedule shall indicate the foll6wing procur~ments, 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. 4. Erection or installation. 5. Transmitfal of manufacturer's operation and mainteriance instructions~ 6. Installed equ i pment and materials testing. 7. Owner's operator instruction (if applicable). 8. Final in s p e ction. C4-4 (5) 9. Operational testing~ 10. Final inspection. If; .in the _ 6pirrion of the Ownkr /' ':work accomp:lished falls behind that scheduled, the Conti"cJ.ctor sha:il -take such action as necessary to improvi his progress. In addition, the.:,Own,er:.. may . 1:t'~:qui.1:-e;._' the +-Ce·n,tractor -,:: to.~. stibmi:t:-·cl rev.is.e.d s c h¥itu¥e F d?~m.oncJstra;t:;J}rrg: -Ji it; ' pr 6gr am :-and" -pr op o:s ed :p I an · t 6 make_Jlip -fag ih s·eli~du1Fea~-p:i:-0gcrel,/s;i-,ahd: tb irrs;u .re: completion of ibe work within _ t:he cont'iiact ' t,:j:mei I-:!: the Owner finds . the ;prqpos·ed pian not ace et/table/ h~ may· ieq·ui..re the Contractor to_ ine-rease the work force:,.-~th~ c _cinstru.-ction plant and equipment, the number of work shifts or the overtime: operations -withbut,~ adciit'ional·· cost to the Owner. - Failure of the Contractor to compiy with these requirements sha-11 ' be consid_ereci ·gtpunds for, '-determi na t.ion; by· ·the Own .er that : the· Contriictor ·is £·ailing . to · prosec.ute the work ·wit,J-1 such -dil igertee -as~ wil-1 in sure its : completicm with in, the-· tim~ §pe~ified. , C4-4 (6) 0 t ~ ., t " 4 (" t f: : : "" .! .. ' ' ·1 I · ,, t t . . . .. : .r . • Ii, " l • " \ , ' .. ,,_ .... ... - -- PART C -GENERAL CONDITIONS cs~s CONTROL OF WORK AND MATERIALS SEC.TION . cs.:.5 CONTROL OF WORK ·l\ND MATERIALS CS-5 .1. ,AOTHORLTY .OF. ENGINEER: The work shall be performed to the satisfaction 6f .the Engineer ~nd in strict compl~~nce with the Contr.;i~t. I;)ocuments •. He shall decide all questions which arise as :to the qttali~i ~nd acceptability of mat~rials turnished, ~ork p~rformed, rate of ~roiress of the work, overall sequence of the const.ruction; interpretation of the ~ont~act Documents, acce~table fulfillment of the contract, compensation~ mutual rights betwee"n Contractor and Owner under these Contract Documents, supervision of the· work, ~esumption of operations-, and ail other questions or disputes whJch may arise. Engineer will not be res:ponsible for Contractor's .mea,ns, methods, techniques,. s ·equences or procedures Of c~n~tructiori,, or the safety pre~auti6n and ~rograms incident thereto, and he will not be resporis i ble f o .r Con tractor's failtiie to perform the work in accordande with the contract documents. He shall determine the amorin~ afid quality of the ~b~k completed and materials furnished, and his decisions and estimates shall be final. His estimat~s in such event shall he a condition to the right of the Contractor t _o receive money due him under the Contract. The Owner shall have executive iuthority to enforce and ~ake effective such necessary decisions and ord e rs as the Contractor fails to carry out promptly. In the event of any dis~fite betwe~n the Engineer and .Ccintra·ctor over the decision of the Eng .1.neer on any such .matters;. the· Engineer mu _st, <Ji thin a . reasonable time, upon written reqtie.st of the Contractor, render and deliver to both the Owner and Contractor, a written decision on the matter in controversy. CS-5.2 CONFORMITY WITH PLANS: ~he finishe~ pioject in all ca~is shall co~form with lines, grades, cross-sections, fi~ish, and 4imensions ihown on the plahs or any other re~uirements otherwise described iri the Contract Documenfs. Any de_viation from the approved Contract Documents required by the Engineer driring construction will in all cases be d~terrnin~d by the Enginee~ and authorized by th~ Owner by Change Order~ CS-5 (1) CS-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of seveial sections, which, tak e n together, are intended to d es cribe and provide for a complete and useful project, and any requirements appearing in one of the se~tions is as binding as though it occuired in all sections. In case of discrepancies, figured di mens ion shall govern over scaled dimensi6nsi ~l~RS sh~ll goverh aver specifications, special conditions shall govern over general corr:clit± 9ns;· a:n d: s ·.t;andarc;l . s P.¢.c if _.i;caf:;i ans,._;_ ?i:id .. quc:1-nt.i.ties· ,· shown .. on the pJ':an,s .s.ha.1.l govern over those shdwn in" the proposal.. The Coqtra-cto'r sh-all. not take advantage . of any apparent error or omission in the Contract Docume·nts, and the Owner shal..l be permi t:ted to make . such corrections-or interpret:atfons .. a _s may be deemed necessary for the fulfillment of the in:b{rtt of th_e Contract Documents. In the event the Contractor 'd:i.s:covers· an apparent error or discrep_an.cy, h"e shall immediately call this condition to: the attention of the Engineer. In the _event of a ·conflict in the drawing _s, specifications; or other port:i..ons .o-f the Contract Documents whi~h ~ere not ieported ~rior to the award of Contrac:t, the Contractor shall be deE;!'IDe:d to .have quoted the most .expensive resolution of the conflict. cs~s~-4 COOPERATION oi CONT~ACTOR~ The Con~ri~tdr w:i.11 be f..u.rn..i. ee sets . of the Contract Documents arid shall hav~ available oti the site b t e project a all times one set of such Contract Docume:nts. The Contract shail give to the ~ork the corlstant ~t~ention necessary to facilitate the progress 'th~reof a~tl shall ~o6perate ~ith the Erigineer, his insp~ctriii and other Contractors ·in ever1 possible way. The Contractor shall at all times have competent per~onnel available to _the project site for proper performance of the work. ~he Co~tra~tor shall provide and maintain ~tall times at the site of the pfoj~ct a cofupetent~ English~~pe~kLfig sup·eiintenden-t arid an ass'istant who are fu.lly autl!orized-to act as the Cbfitractor•s agent d~ the wor~. · Sttch superintendent and his assistant shall be capable_of reading and understanding the Contract Documents and shall receive and fulfill instru~tioni fiom the Owner, the Engineer, or his authorized representatives. Pu:tstiant tb this respdnsibility of.. the. Con:tractor I th~ Contrac'tor sh .all designate in writing to ·the,;·pcr:o,j,ect superintendent,. to act as the C.ontractor • s ~gent 6n th~ work. Such issistant proj~ct _superintend~nt shall be a resident of Tarrant co:unty; Texas and shall be subject t-9 call, as is the project Superintendent; at any time of the day or night o~ any day of the week oh which th~ Engineer d e termines that circumstances require the presenc e on the project site of a representative of the Contrac~or to · .. CS-5 ( 2) (j I I '\ -i _, adeq~ately provide for the saf~ty or 6onvenience .of the traveling public or tbe _ownei~ rif property across which the project extends or the safety of property contiguous to the p1:_oject 'routing .. The Contractdi shall pro~ide . all facilities to ~~able the Engineer _and his inspecto-r· t9: e~amine and inspect the workmanship aI,1d materials erite-ring into the work. ~~~s~s EMERGENCY AND/OR RE6TiiICATI0N WORi: When~. in th~ opinion of the Owner or Engineer; a cohd~ticin of emergency exists related to, any part of the work, the Contractor, or the Contractor :-through his desigfi~ted r .epr_~sent.at ·ive, s _}:lal;I. res.pond with di·spatch to a verbal request ·made by the Owner or Engipeer to alLe~iat~ the emergency coqditi6n; $heh a reg~ons~ sh~ll 6cc~r -daj or nfghtr whether th~ project is ·scheduled on a calendar-day or on a . working-day basis. Shou.Ld the Contr~ctor fail . to res.pond to a request from the Engirie~r to re6tify ani diicie~ancies, omissicins, or corrections nece_ssary to conform with the requirements of the pr6ject spec±ficatioris or plans, the Erigineer shall give th~ Cont.rac~or w.i:_' i tten riot ice that snch work 6r changes are to be performed. The : written notice shall -direct attention _ f.o t ·h~ discieparit tonditioh ~n~ ±equest the Contractor ·t6 take remedial action .to correct the condition. In the event the Conttactor does ~ot ta~e p6sitive ste~~ to fulfill this ·written request, or doe·s not . ·sho!'l j ·ust cause · for rio_t taking the proper attidn.; with1n _24 hours,:the City may take .such :remedial acti(:m with ·city forces or by contract. _The City .shall -then deduct ari amount equal to the entire. costs for such remed~a1: action; plus · 25%·,_ from any funds due the Contractor on the proj~ct .. cs_-_s. 6 . FIELD OFFICE:· The contractor shall provid~, .at no extra compensation, an adequate field offic-e for use _of the Engineer, if specifically called for. The. field office shall be not less th_an 10 by 14 feet in floor area, substantially constr _uct¢d ., Weil heated, .air COQditioned, lighted, and weather-pr6of, so that docu~ent$ will not be damaged by · the elements~ c5...:5 ~ 7 CONSTRU-CTION STAKES: Tb-e City,: through its Engineer, w i 11 furn is h the Cont r a c.t:; or w i th a l r -n...n.e..s,...,____.g.r..ade..s., _ _a...JJ..d nce..a..Slli'~rre-ce-s-sa~-iy fo .. the prop_er prosecution and control_ of. the work contracted for .under these Contract Documents, a:f1ci lines; g:(ao.es and measurements--wr·flbe -:established PY ni.ea-ns of stakes or other dustomary method of m~rking as may be £ound tonsistent with good practice. C:5-5 (3) These stakes or markings shall be iet sufficiently in advanc e of cqnstruction operations £0 avciid delay~ Such stakes o r markings as may be established for the Contractor '.s use or guidanc~ shall b e pres e rv e d by the Contractor. until he is authorized by the Engineer to r e mov e them. Whenever, in the -----9pin:ion· o-f the .Enginee_r, any stakes or _ markings have. been carelessly or willfulLy destroyed, diaturbed; or remo~ed by the Contract.or or any of his einpl.oyees-, the . full cost of reglacing such stakes or marks pl.us 25% will &e ch~r~~d again.st theEfCc::mbra6tor:r ana-,··th·~·<fu-11 · amount wi'l:T be · deducted from payment due· t~e; Contractor. CS-'-5.8 AiJ"THOR:ITY AND DUTIES OF-CITY INSPECTOR$: City Inspecto~s will..be .authoriz~d to inspect all work .done and to be dorie and .all ~at~iials fttrrtished. such inspection m~y 'exte.nd to all . or . any part of the work., and the preparation or ~anuf~cturin~ of th~ ~ateii~ls to be used or equipment tci be installed. A City Inspector may be stationed bn the work to ~eport to the Engineer as to the progress of the work and the · manp.er . in which it is being "performed, to. report any evi-d:ence that. the rnate"'rials being furnished or the work being performed by the cohtrac:tor fails to f"ulfill the requirements of the dontt~~t ridcu~~n~~; arid io _call the atte~ti6n of ib~ Contractor to any such failur _e or bt.her inEr ingements. s ·uch inspection _.or lack of inspection will not relieve the Copt:ractor :from any obligation to perform the work . ,in accor·dance wl t'I-1 t:he requirements cff the Cqntract Documents. In case of any dispute arising betwe e n _ the Contractor a.nd the Cify ,insp~ctoi ai to the ciat ~rials cir ~quipm~nt fhrnishe~ or th~ ~~nrier of ·~erformini t~~ ~~rk, the Cit~ Jnsp~cfor will have ailthori:ty to reject materials or equipment . to . SU -Spend ·w'o .rk until the question at issue can be . referred to and be ae~id~d by the En~in ee r. Th ~ City Inspe~~oi ~ill hot, however, be authoriz ed to r ev oke, alter, enlarge-, ·or r ·elea:ie any requirement of thes e Contract Documents,. nor to approve or accept ilny po'.r:t:i:on cir section of the work, nor to, __ issue any irrstru_ctions contrary to the requiremen_ts 0£ the Contract . Docuni.~n.ts. He will in no case act as superintendent or _foiema~ oi perform ani other duties for th~ Confiactbr, or . i-hterfere with the manig e ment or operation of the w6rk. He ~ill riot a~riept ir~m th e Contra~tor any co~pensition in ariy form for-: performing any duties. 'rhe Con tractor shall regard ~nd _obey the dir~ctions and instructions of the City Inspector or. Erig..in.ee.c .wh ~n :--the same are consistent wi .th · the obi igations of the Contract Documents, provided,· however, should the Cpntractor object to any orders· or ·instructions of the city trisp~cto~, the Contractor may withiri six days rnak~ written appeal to the Engineer f6r his d ~cision on the matt~r in controversy. CS-5 (4) ,. ! l " ,; 1-· : i ' " . i I CS-5.9 INSPECTION: The Contractor shall furnish the Engineer with every_ reasonable facility for ascertaining whether or-not the wor~. as performed .is in accoidance with the reqriirements of the Contract Documents. If the Engineer so requests, the C-on~ractor shall, at any time before acceptance of the work, remove of unc()ver such portion of the ·finished work as may qe direct.ed. After examination, the. Contractor shall res.tore said portiohs of the work to the standard required by the Contract ·Do~um~nt~. s _hou1a the . work expos ea. or e:xaminea prov:e acceptable, the uncovering or removing and replacing of .the coveri _ng ·or mak..i,ng good of the parts removed shall be paid. for as extra work, but should be: work so exposed or examined prov ·e · to be unacceptable, th_e uncovering or .~emoving and the _replacing of all adjacent d~£ective br d~ma~ea · parts shalY b~ ~t ~he .Contractor's expense. No work shali be done or materials used without suitable supervision or i _nspection. . . · CS:-5 .10 REMOVAL OF -DEFECTIVE -AND UNAUTHORIZED WORK:. All work, materials,· cir equi~cient .~hich ha$ been rejected shall be ~emedi~d ,or removed and re~lated in an acc~ptable manner by the cpntractqr at his own expense. Work done beyon.d the lines and grades given or as shown on the plan.s' except as he-rein specifically provided, or any Extra 'work done .wi thQUt written authority, will b ·e considered as unauthorized and done at the expense of the Contractor ·and will no·t be paid for by the Own~r. ~ork so dorie may be ordered i _e~oved at the Contractor's expense.· Upon the failure qn the part of the Contractor to comply with any order of the Engineer· made. µnd~r t _he provi_sions of tpis paragraph,-the E _ng inee.i:: will hav_e · the ~uthori ty tq cause defective work _ to be .remedie"d or _reincived and replaced and unauthorized work to be removed, a.pd the ·c ·ost thereof may be de-ducted from any money due or to b e come due to the ContLactor. Fail~re to require the removal of any defe~tive -0r unauthorized work shall not consti£~te ·acce~tance cif such works. C5-5.ll SriBSTI~UT~ MArERIALS OR EQUIPMENT: If ihe Specifications, law, ordinance, codes or regulations. permit Coqtractor t .o furnish or use a sub$titute that is equal to any material or equ.1.pment specif j.ed, and if Contractor wishes to fur~ish or ute a piopo~ed suSst!tu~e, he shall, prior to the preconstruction conference, make written appl_ication . to ENGINEER for approval of such substitute certify{ng in ~riting that . the _proposed substitute will perform adequately the £"unctions called for by the general design, be similar and of eq-ual substance to that spe¢if iea and be suited to the same use ind capabie of performing the same function as that specified; an~ identifying all variationi of the ~reposed CS-5 (5) shbstitute froci .that specified ·and indicating available miintenance s e rvi~e. No substiiute shall be 6rdered or i~~talled without the writt~n approv~l of .Engineer who wiil b e th~_judge of the equality and may require Contractor t:·o tur6isS such other data about th~ proposed substitUt~ as he considers p :ertin.ent. N'o subs ti t\ite _shall be o~dered or ~nit~lled .~ithout ~Uch perfo±mance guarante~ and bonds as Owner mai requiie which ~hall be frirnished it _Contract6r's exp·ense. -: E'.ontracJ~o.r · sh-aTl· indemni,:fy and.-hold· ·ha.1:mless Owner ;_ and Ehigirieer and ,anyone. directly or indirectly employed by ! _e.i-ther of _t beiu . f .rom · and against the . claim.s, damages, loss·es 'taI}d expenses < ihcluding attorneys fees> arising out o .f the use of substituted mater;ials. or equipment. c5:..5 .12 c-SAMPLES -AND TESTS -OR MATERIALS: Where, in the .opinion of the Ertg~neer, or as called frir in the C~ntract D6cuments, tests of mater:i.als or equipment are necessary, such tests will be made at the expense of arid pai~ fo~ direct to the testing ag~ncy .~y the .owner unless otherwise specifically provide d. 'J'he fai.l'ure of _the Owner to make any tes;ts of materials shall be in n6 w~y ~elieve the Con~ractor ~£ his res~onsibility of f _urnishing materials arid equipment fully conforming to th e . requ.ire_ments cff the Conti.act Documents. Tests and sampling of 1/ inatei,::ia.l,s, unle.ss othe;rwise sp .ecified, wil_l be ma _de in i . a¢cordance wt t_h the la test ' methods pr_escr·ibed by the Americq.n Socie,ty f ,or Testing · Materials or specific . requirements of trie , O~_ne;r 0 ~ Th e Contra_ctor shall provide :;;uch facilities as th e . EQgin:eer may require for collecting ~nd forwarding samples a ·nd shall _not, without specific wri_tten permission of the- Etigineer, use the materials represented by the samples ·unt,il t~s_ts hc:tve been-. 'made and the materials apprrive'd for use. The C.ontr,ad:or will furnish adequate samples with out charge to th e Qwiie_r .. in case of coricrete, _tpe i;iggregates, design 1I1.1:nimum, and the ~ixing and transporting equipment ~hall be= approved by the Engineer before any concrete is placed, and the Contact.or _shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents. Tests shal.l }:>e ma,de at least 9 days prior t-o the placing of concret·e, using s~mples frqm the -~ame a~gregate, ~e~~rit, a~d ~oitir whicti ar.e. to b~ used later in the concrete. Should the sourc e oL s.ugpiy,·;.e:-l:m ,n.ge., new t es ts sha·11 be mad.e prior to the use of the newm~te rial~; · cs-~ .13 STORAGE OF MATERIALS: All materials which are to be used in . the con:s_truction operation s_hall be stored, so as· to i:risure the preservation of the quality and fitne-ss of ~he work. Wh ~f! directed by the E ngineer, they shall be p·laced on wooden platfoims or othet h ar d, clean duiable surfaces and not on the ,, • -t CS-5 ( 6) I ·t j I ! _,I j i· r, ., gr9und, and shall b e plac e d under cover when directed a Stored materials shall be placed and located so a s to facilitate prompt inspectidn. CS-5 .. 14 . EXISTING STRUCTURES· AND UTILITIES: The location and dirne.nsions shown on the P _lans re_lati ve to existing utilities are ·ba~ed on .the bes·t in-formation available·. Omission from, or tbe ihclusiori-01 utility 1~6a~ions ~nth~ ~l~ns is riot to b e consid~r~~ as _the nori~xisterrce of, or~ difinite location of, existing lind ·e rground utilities. The location of many gas mains, wate r mains, c,:onduits, sewer lines .and service lines for all utilities, etc., is unknown to the Owner, and the bwner assumes no r~sponsibility for failure to show any or ~11 such structures a~d utilities on the ~l~ns or to sh6w th e m irt their exact 1-ocat-ion. It is mutually agreed that such failure will not be considered iuffici~nt basis f6r claims for addi ti<:>nal compensation for Extra Work or for incre asing the pay quantities in a ny manner whatsoeve r r unl ess an obstruction. encountered is such as to necessitate chang e s in the line s and grades of con s ide rable magnitude or .requires t h e building of special works, provision for which is not made in the Contract Documents, ~n which (;:ase the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractors responsibility to v e rify locations of adjacerit ~nd/or confli6ting utiliti e s sufficiently in advanc~ of cbnstruction in ord e r th a t h e maj negotiate such l..qcal adjustments as necessary in the construction process to provide adequate clear_ances. . The Contra.ct or shcfll ta'ke all ne~essary pr e ciutions in order to ~rotect all existirig utilities, structures and servi6e lines. v~rification of exi~ting utilities, structures and service lines shall -_inqlude notification qf. all utility companies at least forty eight (48J . hours in ad~ance of construction _including e~plor~tory e ·x _c~·v?tion if necessary. All verification of existi"ng "u_til it ie~ and their adjustment shall be considered as subs idia.r:,y -work. CS-5.15 -INTERROPTI.ON .OF ·SERVICE: a. Norm~l Prosecutioni In the normal pr~sect~ibri _~f work where the inte rruption of s e rvice is necessary, the Contractor, at least 24 hours in advance, shall be required to: 1. Notify the Water Department's Distrib-ution Division as to location, time, and schedule 0£ service interruption. CS -5 (7) ..:. 2. Notify each cust6mer personalli t~rough resporisibie personnel as to time and S·Chedu1-e of the interruption of their service, or 3. II} ,the : even·t . that, personal notification 9f a cus~oiner ca.ii.not be· made' a prep-ared tag . f orin sba:li,_be ~ttached to the cu.stainer is en·trarice d~or knob. The tag sfi~ll .be · dur~ble in c:;.orniio.s . .ttioIL,, and. tn .ra:i)i~--bo.ld.~.:typj~. s .hall ,say: "NOTICE" })tie to Utility Improvement in . yoµ,r neig.hbbrhood, ·your (water) (sewer) . servic·e will be: inter...: rupted ori . between the hours of and ---- This in6onve~iehce will be as short a:s _possibl_e. Tha·nk you, Contractor :Address Phone ': .; b~ trn~rgenct: In the e~ent that an ~nforese~ri s~~~i~e inte.rruptiori occiirs, notice shall be a!'.; above;but 1.Illil)edi-ate ~ CS-5 .(),.6 --MUTUAi RESPo'NSIBILITY o ·F :C:ONTRACTOE.S: If, through il;Cts ol'.' neglect on the part of the _Con _tr ~ctor, any other Contractor cir -any s'tib-contt"acto·J:" shall suffer loss or damage :Oil the work,. the Contractor agrees to_ settle with such . oth~r Contractor or sub-contractor by agreement or arbit.i::-~tion.. If such other Coritractor br sub-tontractor shall aisert an~ ~laim against the Owner on account of any damag~ alleged to have be~n sustained, the Owner wiil notify the Contra6t6r, · who shall indemnify and save harmless the OWner against any such ·claiin. CS-5 .• 1 -7 .CLEAN'-UP: · Clean-up of surplus and/or waste materials accumulated on: the job site during _ the prosecution of the work under the5e Contract Documents shall be accomplished in ke~pin~ wit6 a daily routirie estiblished to the the s~ti$f~eti6ri of the EngiriQ~r .. Twenty-fours fours after written notice is given to the Contractor. that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineerr if the Contractor fails to correct the cs:....s (8) • i . ) . I ., j ,. 4 ,I 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, s -hall be deducted from monies due or to become due to the Contractor. Uppn the completion of the ~roject as a whole as cov~red ~y these Cohtract Documents, and before final acceptance and final payment will be made, the Contractor shall cl~an and remove from the site 0£ the project all surplus and discarded materials, temporary structures, and debr.is of every kind. He shall leave the site of all work in a ne~t and orderly condition equal to that which originally existed. Surplus and wa~t~ materials removed from th~ site of the work shall be disposed of at locations satisfactory to the Engineer. The toritractor shall thoroughly clean ~11 equipment and materials installed by him and shall deliver over such materials and equipme~t in a brighti clean, polished and riew appearing condition. No extra compensation will be made to the Contractor for any clean-up required on the project. CS-5.18 FINAi INSPEC~ION: W~enever the work provided fdr iri and co~templated under the Contract Document~ has been satisfactorily completed and final cleanup performed, the Engineer will notify the proper officials of the Owner and request that the Final i~spection be ma~e. Such inspectirin will be made within 10 days after such notification. After such final inspection, if the work and materials and equipmerit are foun-d satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Counciil. No tlme char~e will be made against the Contractor between said date of notification of the Engineer and the date of final ins~ection of the ~ork. CS-5 { 9) PART G -GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION --C6-6-· ·LEGAL RELATIONS . AND -PUBLIC RES.PQNS-IBILITY C6--,6.l:.LAWS -TO._:BE .OBSERVED:-The Contractor shall at · all times observe ;ahd comply with·all Federal and State La~s and _City · ordinances and regulations which -in any way affect the c;:o.nduct of the wo.ik or hi-s operations, and shall. observe ·_and <::omp·ly with all orders,. laws, ordinances and regulations which exist or . whieh may be enacted 1ater by bodies having jurisdiction. ·or authority for such enactment.. No plea of misunderstanding· or :lgndi~nce thereof will be coµiideied. The Contrictor _and his , Sureties sliall indemnify and save harmless the _ City· and all of its · officers, agents, :a:hd employees ag·ainst any and all clai!Ils or liability arising from or based on the violation of any such law, ordinanc~, regulation, or order,-whether it be by himself or his employees. C6-6. 2 PERMITS AND LICENSES: The Contractor ?hall procure _all permits and licensesi pay all charges, cost~ and fees; and g1ve ,al~_,notices · necessary and incident ·t:6 the .clue and lawful prosecution of the: work~ C6-6 .3. ·I>ATENTEP .DEVICES r · .MA-TERIALS AND PROCESSES: rf the Contractor is required · or desires to use any design, . device, material, ,.or pr~cess covered by letter, patent, or_ cdpyright, tie·· shall provide for such use by suitable legal agreement with the ·p ·a ten tee o:t .owner of such pa tent, letter, o"r copyr_ighted desi~n. It is ~utually agieed ~nd ~nderstood that ~ithout exception the contract prices shall include all royalties or ~ost arising fiofu ~at~nts, tr~de~marks, and copy rights in any way. i ·nvolved in t .h:e work. The Contractor and his sureties shall indemnify and save harmless the Owrier from any and all claims f~r infririgemen£ by reason of the use of any suth patented design; deyic~, ~~~erial or process, or _ any trade-mark or cqpy right in connection with the work agreed f_-;o ,be per f oimed under these Contract Documents, and sha l I 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 wtirk~ provided, h6i~ver, th~t the Owner will assume the respon·sibility" to def.end any a:nd all s ·uits brou:ght for the inf.d.ngement of any patent claimed to be infringed upon by the design, type. of construction or materi_al or equip:ment -specified -in the . Contract: Documents furnished the Contractor by t~e Owner, and tb h6ld the Co~tractor harmless on account of such suits. C6-6 Cl) C6-6. 4 SANITARY PROVISIONS: The Con tractor shall establish and enforce amorig his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases arid to effectively prevent the creation of a nui~anc~ about the work on any property either .. p-qbl-.b:::_ or priv-ate;.: .. ·_:;a.rtd such regulations. as are required _ by . -ta:w shail be '·put into inµnedi,ft~ ,forGe and; eftect by· the c ·ontractbr.,;;. The _necessary sanitary co,n .v.enience.s fbr use of labo:rrers on t.he ;w:c:;rk., properli seciuded £~om public obsetvatiorti , shall be constructed and ma:intai.iled by the . con_tractor and their use shall be ~trictli enforc~d by the Contrac~or. ~ll . such .f:aci ii t°ies shall. be 'kept ih .a' clean arid sanitary Condi ti1;m, tree from objectionable odors so as not .to cause a nuisance. All s.an i tary laws and reg·ulations of the State 9 .f T.exa:s and the City shall be strictly -complied with. C6-6 .• 5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work shall be so pl~ced and used, and the wo.rk shall at all times .be so conducted, a .s to cause no g~~~te~. dbstiuction oi .inconv~ni~rr¢~ to the ptibii~_tha~ ~is c;pn·s _·ide.ied to. be absolutely necessary ._by the Engineer. Th~ Contractor is required to maintain at a.1·1 time's all. phases of his work in such a manner as not to i~pair the safety or conve..nience of the public,: including, but .not, limit~_<1 -tq, -safe and c6nveri_ient ingress and egress to. prop·erty contiguous to the work area. The Contractor shall make adeguat~ provisions to 'rend:er reasonable irigress and egress for normal vehicular tr_af_fic, except during actual trenching or , pi.pe installation operations, at all driveway crossi.ngsw· Such prov.1.sicms may inc.lude bridging' placement of_ crushed stone o.z::-gravel oi such other me~ns of p ·roviding proper ingress and egre,ss. for the. property-served by _the driveway as the Engineer may apprp:ve as appropriate. Such other means may inclllde the diversion of d _rive~ay traffic, wi.th _specifi_c apprc;,va,l by . the Engi0 ~ee-r _. -If diver~ion of traffic i~ appr6ve~ bi tbe _Engine~~ at any ;J.ocation, the Contractor shall .· make arrangements _satisfactory to. the Engine.er at any location,. t~e Contractor sball. .. make p.rrci.ngeinent.s satisfactory t:.o the Eng:ine~r for the diversion o .f traffic,. and . shall, a~ his own expense, provide all materials a)l.d perf.e>rm all work nece.ssary fo.r the c:onstruct_ion and m,;1.in:t.e.:nan.ce of roadways a.nd bridges for such divers ton .of traff,ic-. Sidew~lks: must not he _obstructed except by special permission of the ingineer. The ~aterials excavated and the construction materials such as pip1{ USed I.Ii th~ constrµcti~n Of the work Shall °he placed SCl as not tu endanger _the work or prevent free access tq all _ fire hydrants, fire alarm boxes, police call bbxes, ~ater valves, C6-6 (2) -~ • e ( ~ I i , f ,\ gas valve~, or manholes in the vicinity. Th e 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 t~enty-four hours notice in wr~tiri~ to the ~on tractor, save in cas·es of emergency when it Shq.ll h _ave the right to remedy ariy neglect without riot ice, and in either "case r the cost of such-work done or materials furnished by the owner oi by the City shall be deducted from monies due · or t0 become due to the Contractor. Ttie c;;ntrac::,tor, after approval of the iI?,-gineer, shall notify the Fir~ Department H~adguarters,,Traf"fic Engineer, and Police Department, when-ahy street or alley is requested to be closed .or obstructed or any fire hydra11t is to be made inaccessi,ble-, and, when so directed by tfie Engineer, shall keep any street, sfreet~, oi hii6w~ys in conditiori for ~nob$tiutt~~ rise by fiie appara-tu,s. _The Contract-or shalL p _roi:nptly not~fy the Fire Department Headquarters when all such ob~tructed streets, alleys, qr 1)-'ydrauts are again placed back in service. ·w\-i"ere the Contrac:tor is reqt.1ired to construct temporary b~idgei or .make oth~r aiiarigements for c~cissing b~er d~tches or stre·ams, his resporisi bili ty £or ace id-en ts . in corinectioh wi_th such crossings shall include the roadway approaches as. well as the st~uctures of such crossings~ The . Contracto·r shall' at all_ times conduct his. operation and the ~se of c6nstructio~ machinery so _as not to d~ma~e or dest'roy tr"ees and shrubs located in close proxi-nii ty to. ·or 6n the site 'of the work. Wherev-ei·: any such damage may b~· done, t~~-tont~actor shall i~medi~t~l~ sabisfy all claims of ·property-_owners-, and no payment will be made by the Own~r in settl·ement bf such claims. The Contractor shEi.Ll file: wi tp t -he Engineer a written statement sh_owirig ·all such claims adjusted. C6-:-6. 6 -PRIVILEGES OF CONTRACTOR _IN STREETS,-ALLE.XS, AND ~IGHT~OF-W~Y: Fqr the performance bf the contract, the Contractor wili be permitted to _use and occupy such portions o~ _th_e puplic st.re_e _ts an_d alleys, or othe:r,-public places or othe_r rights-of-way as provide-a 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 i~ount of tobls, rniteriali, and equipment for ·consiiuctiop purpos~s may b~ stored in such ipac~, but no W6~e than is ~ecess~ry to ·avoid deL~y in the constructi~n o~~iati6ns. E~cavated and waste materi~ls shall b~ piled or stacked in sµcb a way as not to interfere with the use of spaces that may be d e s -ign;ated to be left free and unobstructed and so as not .to inconvenience occupants of adj a c e nt prop e rty. If the str ee t is occupi e d by railway tracks, th e work s hall be C6-6 (3) cariied on in ~uch manner as not to in~erfer~ with the operation of trains, loaqing or unlo ad ing of cars, etc. Other contractors of the Owner may, f.or ali. purposes required by _the centi&ct, enter upon the work an~ pr~~is~s rised by the Coptract6r and ~hall be prbvided all reasonable ,facilities and assist~nce _for the comple-tion 9f ad-j9in{ng work. An.y additional grounds: desired by the t6ntractor for his use shall be provided by him at his own .cost and _expense. C 6-6. 7 .•RZt..IF:iW:AY,.-CRO.S:S.iN.G,S: When the work e ncroaches up.on any right-bf-way -_of _any railway, the· City wi,11 secure th e neces..sary easeI:Uent for the wo:r:k~ wli.ere the . railway ttacks are ~o. b .e cros_sed, the C.ontra .ctor shal_l _ observe ·· all the regUl~tiofi~ an~ instructions o~ the ~ailway co~pini.is t6 t~e m~thods of p·erforming the. work _and tq.ke: ali precautions for s ·af·ety 0£ p:ioper.ty and th:e public.. Negotiations . w.i1::h the r~ilway comp'anies for permits shall be done by and through the City. ~he Contractor shall give th~ Citi n6tice not l~ss than five days prior to the time of his intentions to beg ih work on :that portion cy,f the project w_hich is :related to the , rail.way pio~eities~ Th~ Contractbr wi~l not be given extra ti~ addi~~9nal co~p~nsatiori for sudh railway cr6ssings hnle§s specifica,lly set forth in the Cdntract: Documents. . C6-6.8 BARRICADESr WARNINGS AND WATCHMEN: Where the work is carried on :.in or adjacent to any stree~, alley, or pubJic pla.c ·~, tlie Contractor shall at his QWil expense furri.ish,. er~ct, ·and fu~iritaln ~uch bairidades, fe nce~,-li~~£s and d~~ger signals, shall provide such .watc}:imen; and _shall take ii _ll such other precautionary measures. for the protection of , per"sons or pr9perty and of the work as are necessary. Barricades and feric:12s. shall be painted in _ a color that will _be· visihl .e . at nt~6t~ Fro~ suri~et to s~nri~~ the tontr~ctoi shall furni~h a6d ~aint~in at least one ea~ily visible burning light at ea6h l;>arr icade. A s .uffic_ient numbe,r _of barricc3.des st:iall be erected and maintained to keep :pedestrians away from, and· vehicles from b~ing dri yen . on or into, any work under construction or· being ciairitaine~. The Contractor shill furnish walc~fue~ ~nd k~ep them at _th~ii reSpec~ive _aisigncients in sqfficient ~umbers _to protect the work .arid prevent accident or damage. All install~tion~ and proceqU:r ~s shall be consistent with the pio~i's ·lIQ:riS $'.et · for.th in the "19 8 0 Texas M·anual frn Uniform Traffic c_ontroX Devices fqr Streets and Highways" i~sued under the authority of the ~st~te qf Texas Uniform _A6t Regula~ibg Traf fie on Highways 11 ; codified as Article 6701d Veron rs Civil Stq.tU:tes;. pertinent sections being Section Nos. 27, 2 9, 3 0 and 31. . . ( C6-6 (4 ) , t - ! I ;\ I 'i ,.. ~. The Contractor will not remove any regulatory sign, instructional sign, street naie sign, or other sign which has been erected by the City. If it is determined that a sign must be remb~ed to p~rmit require~ construction,_ the Contractor shall contact the T-rans,portation and Public works department-, Signs and Markings Division (ph _oqe number ~780~8075), to iemove the _sign. IQ _the case of teifi~~tory sigrts, the Contiactor must replace the permanent sign with a te~poraij ~ign meeting the raquire~e~ts _6£ th~ ~bov~ referenced manual ~nd such temporary si~n must be inslail~d prior to the removal of the permanent sign-.. If the temporary sign i~ _not installed coriectly Dr if it dQes not meet the required specifications,, the permanent sign shali be left in place until the temporary sign requirement·s are .met. Wb en construction work is completed to the exten~ that the permanent sign _can be re-installed,-the Contractor shall again cont~ct the Signs ~nd Markings Division to re-init~ll th~ p 'errnanent sign and shall leave his temporary sign in place until such re-install"ation is completed. The Contractor will be held responsible for all damage to the work or the public due to failure of barr!carlesr sign~, fences,. lights, or watchIQ.en to P:rotect th~em . WhenE?ver evidence is found of such damage tq _the ; work _ the _ Engineer ,may order the damaged portio"n immediately , remov.ed arid replaced by :the Cont~actcir at the Contr~ct6r's own exp~nse . The C6ntractor '_s responsibility for the ma,iritenan6e of barricades-, signs, fences and lights, and for providing watehmen_ shall not ceasf::! until the project shall have been completed and accepted by the Owner. No compensation, exce~t ~s speclfi~alLy provided in th~se Contract Document~i will b~ paid to the -Contracfor fo~the work ~nd materials invcilved in th~ coristructing, providing, and maintaining of barri~ades, signs~ fences; a~d lights or for salaries of watchmen;. for the subsequent r _ernoval and disposal o -f such barricades r signs, or-f:9-r any either -in.ci-dent-als necessary for the proper protec't_ion~ safety, and convenience of the publici during the contract peribd, ~s 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 ~XPL.OSIVES, DROP WEIGHT, ETC.: _ Should the Contractor ·elect tb use explosives· r ·drop weight; etc., in the prosec~tion of the work, the utmost ~are shall be exercised at all times so as not to ~rtdanger life or property. The Contractor ~hall not{fy the proper representative 6£ any public service corporation, any company, i .nd i vidual, or utility, and the Owner, not less than twenty-tour hours in C6-6 (SJ advance of the use of any activity whi~h might damage or endarigei their or his property along br adjacent tci the work. WDere the us~ qf explcisives is to be permitted on the project, as speciifie~ in the Special Contract Docu~ents; or the use of ex_p:J..osives ,._i .s requested, the Contractor shall submit notice to the :Epgineer in . writiirg twenty-four hours prior to commencing and shall furniih e~id~nce that he has insurance coverage to pj-9-i:::ect-' ·agai_ns=_t 'any· dam-ages an'd/or injuries· ar isirig out Of 'such-· use· or--exp.Yos'ives~ Ali cl~ims arisinij out of the use 0£ eiplosi~es .. shall be lnv~s~igated artd a writt~n report made by the Contractor's insµrers to the·En.gi.neer .'within ten (10) days after r~ceipt of written notice of the claim to the Contractor from. e-:i. ther the city ~i the cl~imant. The city shali procee~ to give notice to the tontra~for of any such claim. The use of ~xplosive$ may be . suspended by the Engine~r if any compiaint is received a~d such us~ shall not b~ resumed rintil . the cause of the complaint has been addressed. Whenever eX·plosi ves ~re stored or kept, they shall be stored in a . safe and s :ecure. mariner and all storage .places shall be p·lainl.y ; m~rked "DANGEROUS EXPLOS1VES" and shall be under the care of a iom~etent ~atcih~an at· all times. i11 vehicles in which _ expiosives are being transp9rted ::,hall_ be pl9-inly marked a :s . mentioned above and shall, insofar as po.ssible, not us ·e h _eavy . traffic routes. C6..:..6·.10 WORK WITHIN EASEMENTS: Where the work passes over, through~ or into private property, the Owner will. p~ovide such right-of-way or eas eriten t pr i vi leg,es as the City may deem necessary for the p:cosecution of ,:the work :. Any additional rigits-of~way or ~ork area -consirlered necessary by ~he Contractor shall be provided by him at .his own expens·e. S'uch additional i:ight.s-..:..of-way oi:. work area shal_l . be acquired for tbe benefit o~ the City. The City shall be no~ified in w.r i ting as to the rights so .acq1.,1ired before work begins_ in the aff;ected area.. The C.ontractor shall not enter upon pr:ivat.e prop~rty _for any purpose without having pr·eviously obtained permis_sion from the· owner of sµch property.. The Contrac_tor will not be allo~ed to store equipment or material on priv~te pro~ertj unless: and until the speci£ied ~ppro~al of the property:. :o,wneir1 b,a:s· beeri ·se¢uied _ in . w:riting by the Contracto_r and a copy :fu-rni .shed to the Engineer. Unless-specifically provided otherwiser the _ C.ontractor shall clear a .ll rights-of-way or easements of obstructions which must be r~~ov~d to ~ak~ pbssible proper prosecution bf the work ~s a part of the project construction operatioris. The Contractor shall be responsible for th~ preservation of and shall use C6-6 (6) _L_ ~ i .'i I '! I - ... every preciution to prevent damage to all trees, shrribbeiy~ plants, lawns, fences~ culverts , curbing, and all other ty-pe.s Of Structure s Or improvements r to all ·water I -Sewer I and gas lines, to all conduits, overhead pole lines, or _appurtenances thereo£ / incl·uai-ng the construction of te~pora:ry fences~ and to all bther publi~ or priv~te ~roperty along adjace~t to the work_ The Contractor shall n?tify the proper representativ~~ 6£ owners or. o -ccupants of public . or private lands . or inter.est in lands which might -_,be affected by the work_ , St;ich notice $hal.l be made at least 4B hour~ in ad~ance of the beiinning of the work. Nof:ices shall be applicable to bot_h public and private utility companies or any corporation i co~pany i individuai; or Other, either is owners or occUp~nts, whose land or interest in land might affected by the work:_ The Contr-actor shall be responsible foi all ~a~age or {njury to ~rope~ty 0f ~ny character resblting from any act, omissiori, neglect, or mis -conduct in the manner or method or execution of the work, or at any ti~e due to defective work, material, or equipment_ When ~nd ~here any diiec~ or indirect or injury is dori~ to J?Ublic or priva~e property on acco':lnt of any act,-omission,- n eg-lect , or misc::oriduct iri :tµe execution of the wo.tk, _cir in conse.quenc~ of th~ non-~xecufion thereof on the part 6f th~ Contractor, he shall restore o,i:-have . restored at h :is own cost a nd expense ~uch property to a condition at least equal ta that existing before such damag~ or injury was .done, by repairing, rebuilding, or otherwise r:eplacing _ and res t:or ing as may be directed by the .Own er , or be shall ~~ke good such _- damages or injury in _a manner a ·cceptable to the ·o,;;m.er -of the property and the Engineer_ All fences encountered and ~emov~d duiing ~onst~rictiori pf this proj e~t shall be reitored to the original oi a better than or:ig ina_l cqndi tion upon completion of this -project_ When wire fencing , . either wire mesh _ qr __ barh~d wi:re is . to be crossed, the. Contra-ctor shal.l set cross braced post~ on ~ither s ide. of permanent easenie~t before: the fence is c 'U:t. Should a dditional fence · cuts be nE:!c 'ess<:i_ry_, the C::o_ntracto.i;- shall pr:OV'ide cross braced posts at poi_nt 0£_ the propqsed cut in add.j_.tion to th e cross . braced posts provided at the permanent easements limits, before the fence-is cut. T empora ry fencing s hall be erecte d in place of the £encing removed whenever th e work. is not in progress and wh e n the site is vacated overnight~ and/or at al l times to prevent livestock from entering the construction area . The cost for fence re~oval, temporary closures and replacement s h a ll be su b sidi~ry to th e various items bid in t h e proje~t C6 ~6 (7) proposal_ Therefore 7 no separate payment s hall be allowed fo:C i;lDJ Service associ_atetl with thi.s work_ In-cas~ of taiiure on the pa~t of the C6ntr~ctor to restore sue~ ~io~erty to0 ma~e good such damage o~ ~njuryi the~own~~ may,· upon 48 hour writ(en notice under ordinary circumstances, and without notice wl-ien a nuisance or hazardous condit.ion results-, proc·eed to repair, rebu.ild, or otherwise restore such · property :"as rpay be determ1ned by the b"wner tq be necessary, and the cost ther~by will be d~duct.ed from. any monies due or to become due. to the Contractor uhd:er t:his Contract_ . C6~6 _ ll .INDEPENDENT .CONTRACTOR: .It: is understood .. and agreed by the parties hereto that Contract.or shall p.erforn1-a:ll work and s~tvices hereun~er as ari in~ependent contractor, and not as an officer, ag~nt 1 s~rvant or ~~ploye~ o~· the Owner~ Contractor shall have exclusive contr·o1 of and the exclusive right to control · the details o -f all the ..:..ork and services perf6rmed h~reurrd~i~ ~nd all persons p~rtorrning ~a~e, ana shall be solely responsible for -tlie acts and omissions of its officers, agents, seivants~ employees, e~ntr~ctors, subc.ontractors, licensees and invitees -_ The ci"octr ine of respC>n.aeat superio:( sli.aii rtot ap;ply as hetwee:s · owner an.a . Contractor r its o .££.icers·,. agents r ~mploy_ees, c:ontra,ctors and· subc:'ontractors r _j_nd nothing herein shall be -~onstrued ~s cre;;:i..ting' a partnership or _:joint e .nterprise between Owne.r arid Contract9r_ c6-6_i2 coNTRA.croR'S RESPONSIBJiji:Y FOR DAMAGE ,CLAIMS~ Contractor covenants and agrees tn and cioes hereby indtmniiy, hold hadnless and defend, at its OWil expense, Owner, its office.rs~ agents, servants and employees, from and .agiuiist any and al! claims or suits for property loss or damage: and/or pers~nal injury, i~cluding death, to any and all persons, of wh<)lSoe:ve:r kind 9i;-character, whether real or asserted, arising out of oi in connection with.,. directly or indirectly> the work ·and services to: be performed hereunder by Contractor, its officers, agents7 employees, subcontractors, licensees or invitees, whether o·r not . caused.; in whoie or in partj ,by . tfre alle~ filcligence of the ,. officer's, . agents,. servants, . employees.,. contractors, subcontractors, licensees. and invitees. of the City; ~d said Corrtr:actor do6 hereby ¢ovenant and a~e to assume all liability · arid: re:sponsibilrty of City, its qffice~s, agen~, seIVants -and employees for any ~nd all dairris or suits for prope rty loss or damage and/~r personal injury, including death, to ~y .and all persons, of wh,i.tsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indir_e:ctly, the wo~k and services to be ptrfcitmed hereunder by . Contractor, its · officers, agen~, empfoyee.s7 sub~ontr~ctors, licensees or invitees, whether or not caused, ~n -vvho"ie or in part, by the allegm_ ~ence of . the officers, agents, servants, em:gloyees., C 6-6 (8) •. /i 'I I i• j -- - contractors .. '. su:bcontractors., Jicen-.sees and invitees oLthe City_ Contractor likewis e c ove nants and a grees to, and does h e r e by, ind e mnify and hold h;m:n.iess City from and a gainst any and all injuries, damage, lo s s or d e:;trudion to property ?>f City durin g: the p e rform~ce of any of the t e rms ~d conditions of this Contract, whether arising out of or in _connection with or resulting from .. - in -whole or. in--part, -any and all alleged acts or omissions officers, agents , se.rvants, employe es, contractors., subcontractors;· lit::ensees, invitees of OwneL In the eve nt a written cl~im for damages agains t the conirat:tor or its subc~ntractors remains lll)Settl~d at the time all work o~ the proj~t has been completed.to the satisfaction ofthi.J)fre~tor6f"th~ W a ter Department, as evrde ticed by a .fi'(la l inspection, final payment' to the, Contra ctor s ha ll not be r e cornmeµded to the Director of the Water D e partment for a period .of30 days a fte r th e date of such final inspectibn, unless the Contractor s hail submit written evide nce satis fa c tory to the Director that the daim h ~ b een settl e d a nd a release has beei} obtained from the claimant involved_ If the da'ims 6oncemed remain; unsettled as of the-expiration of the ab~ve 30-<l ay p e riod, th~ Conti:ador may be de emed to be entitled to a ;emi-finai p ayment for work completed, such s emi-final p a yment to be in the amount equal to the total dollar amount then due l ess the dollar ~lue of any writtcri claims pending a gainst th e Contractor a ri s in g out of performan ce of such wor k, and s uch serni-finaJ p ayme nt m a y the:n b e r ecommended QY the Director_' The: Dired6r · s hall not r ecomme nd final p~yment to a Contractor a ga~nst whom such a claim for dama g ~ is outstandip g for a p e ri~d o_f six months .followin g the d a te o! ~e acceptance of Uic:: work performe d unless the Contractor submits evide nce in wntmg satisfactory .tot he Diretto ~ tha t: L The cla im has been settled and a re le:ase h as b e en o bta in e d from the cl a im a nt involve d, or- 2 Good faith .efforts have been made to settle s;uch outstandi~ claims, and suc h g ood faith e fforts have failed _ If c~~dition: (1) above .is ~e t a t any time within. the _six month p e riod, _the-Directo~ s hall . recommend tba uhe fin a l p ayµi e ~t to the Contractor be m ade_ If c ondition (2) a bove IS met a t any time within th e s ix month p e riod,. the Director may r e comme nd tha t fi nal_ pa yme nt to the Contractor b e m ad e _ Ar-the expiration of the six month p erio d , the D1 recto r m a y C6-6 (9 ) recommend tnat final payme~t be made if :all other wor:k has been performed :and all other obligations of the Contractor have been met to the satisfaction of the Diredoc · Tue Director may, if he d~ms it appropriate, r~~ to accept bids on other Water Department Contract work from a Contractor against whorn a daim for : damages is outstanding as a result of work performed under a City Contract_ · ' (Revfsion Date: April 15,·I999) C6-6 _ i3 CONTRACTOR'S CLAIM FOR DAMAGES= Should the Contractor claim compensation fo~ any alleged dama~e by r~ason of ~h~ icts or omissions of the Owner, he ~ball within three days after the actual sustainib~ o~ such alleged.dima~e~ m~k~ a writteq. statement to the Engineer, setting out in detail the nat1;i.re. of the alleged damage, c;1.nd on or before the _ 25th d~y hf the month succeeding that . in which ,any such .damag~ is claimed to ha~e been stist~ined, the Co~tractor $hall file with the Engineer an it~mized ~tat~ent of the di:tt.ails ~nd amount 0f. su.ch alleged damage andr upbn request, shall givi the Engineer access to all books of ac.coun tr receipts r vouchers, b:i.ils of lading, and other books or papers contairting any evide~ce as to the. amount of such alleged damage_ Unless such statements shall be filed as bereinabove required, the Contrac:tor '· s ·claim £or compensation shall be waived, a:nd he. shall hot be-entitled tb payment on account of su.ch darnZ;lges c- . . . C6-6 _ i4 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES., ETC. :. In case it is necessary to· ch.ange, move, or alter in any manner the propert,y of a pul:!lic utility o.r others, tne saiq property sha.1-1 riot be moved. or interfered with. u .ntil .orders the±~upon hav~ been i~sued by the E~~ineer_ ihe iight ~s reserve~ to the owners of publi~ ritilitiei io e~t~r the geographical limit:s of the Contract for t:he ·purpose of making such changes or repairs to their property fhat may be necessary by the performance 0£ this cont:r;act_ C6-6_l5 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing sewe:i;-lines have to be taken l!P or removed,: the Contractor: shall r at his own expense and c .ost, 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 ·dr'tin~ge: which wili be received from these drains and:~ew~rs, and for this purpos~ he ih~ll prbv~de and mainta.in, at his own cost and expens.e, adequa.te pumping faciliti es_ and te111poiai:y outlets or diversions_ The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other str uctur es necessaryr and be prepared at all times to di~pose of drainage and ~ewage C6 -6 (lO) . • I\ , ,. ' A ' ' ,l ;. '· received from these temporary connections until such times as the per~aAent connections are built and are in servi~e. The exi _st.ing sewers and connections shall be kept in service and maintained under th~ Contra~t 7 e~cept when specified dr ordered t .o be abandoned by the Engineer. All water, sewage:, and other waste shali be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will b~ adequat~ly protected. C6-6. J._6 ARRANGEMENT ' AND CHARGES FOR WATER PURNtS-HED BY THE CITY .:. _When _the Corittactor ae·sires to use City water in con_n~c-tior{ with any c ·on·s .truction work, he shall make complete and satisfactory arrangeinen ts with: the Fort W:ortti City' Water Department for so doing. City water furnished to the Contractor shall be. cielivered. to the Contractor fro~ a cc:inne_ction on an exist-ing City II1ain. All piping required. beyond the point of deli.very shall be ih~talled bj the Coniractbr ai his own exp e nse. _The Contractor's resp6nsibility in the use of all existing f"i:te hydrant and/or valves is detailed in Section E2-l.2" USE OF iIRE rtYriRANTS AND VALVES in theif Geniial Contract _Documents. When meters are used to measure the water, tbe charges, if any, for water will be at the regular establi_shed rates~-~-.rhen ~eters are not used, the charges, if any, ~ill be as ~res~ribed by the City Orditiance, or ~here ~b 6rdjnarice a~plie~, payment ~fiall b~ ~~de 6h estimites and r~tes ~stabi{shid by the Director oi the F6rt Worth Water Department. · C6.-6. 1 7. USE . OF A SECTION OR PORTION OF .THE . WORK:_ Whenever, in the opinion of the E~gineeri any sedtioh or portion bf the · wqrk or any stru.6ture is in suitable condition, it may be put into use :upon the wiitten cider of the Engineer, arid i~ch usage ,shill not be held to be in any w~y ~n adceptance of said work or structure or. any part thereof o ,r as a waiver of any ~f the provisiops 6f ttiese Conttact Documents. All necessary repairs and removals bf any section of the work so pu_·t into use, due to defective materials or workmanship, equipme nt, or to deficient opeiati6ns on the part of the Contractor, shall be performed by the _ Co_ntractor _at his own expense. ,t6-6.is col{TRACToR-'.s REsPoNstBrLITY FoR -THE woRK: uri-i:11 written acc~ptance by the Owne~ as provided for in these Contract ·Doc~merits; ~he ~oik ihall be ~nd~r tha charge and care of the _Contractor, arid he sh~ll t~ke every neces~ary precaution to pieve nt !~jury or damag e to th e work or any part C6-6 · (11) } thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecutiori of the work. The Contractor shall rebuild, repair, restore, a!}d make good at his own expense all injuries or dama"ge to c1rry portion of the work 6ccasioned by any bf the h~relnabove causes. C6-6 .19 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engiheer or __ any_ o ·rtl~r -9y ._ t _he Owner: by: gay __ men t of mon!"=!Y __ or a _ny p ,ay_men t f "ij"r .err a'Ct!;~"Q-tan_c .e: O·f any WOik T Or . any extension Of time_; Or · a:ny pos:session taken by _the City shall not operate as _ a :walver of any provis.i:on of the Contract Documents. Any waiver bf any br~ach or Conttact shall nbt b~ held to be a ~aivar of any other or subsequerit breach. The Owner reserves the right to cqrrect any error that may be discovered in any ~stim~te that may ha~e been paid and to adju§t th~ same to me~t t~~ r~quirements of the Corit:i:-act Documents. C6-6. 20 PERSONAL LIABILlTY OF PtJBLlC _OFFICIALS: In carrying out the prcivisi.ons· of these Contract '..Documents or in e~~rcising any po~er of authority grarit~d theieund~r, th~re shall be no liability upon the authorized representatives of the, Owner, either personally or otherwise as they are agents and repre$~ntatives of the Citi. C6-6 .• 2l STATE SALES TAX: On a contract awarded by the City of Fort Worth, ari organizatiob. which qualifi~s for exe·mp'tion puisuant the provisions of Arti~le 20.04 (~) of the .~exas Limited Siles~ excise, and Us~ ~ax Act, the Contrabt6r m~y purchase, rent or lease all materials, suppli e s and equipment used or consu~e~ in the performance of this con~ract by issuiti~·to his ~tip~fier an ~xemption c~rtifiqate in. li~u of the tax; said e~emption certificate to 6oroply ~ith State Comptroller I s Ruling .007. li.ny such exemption-certificate ~ss0eci by the Contractor in lieu -of the tax shall be _ subject to and shall c .omply _with the provisions of State Corp.ptroller ' s Ruling .011, and any other appltcabie State Comptroiler rulings pertaining to th~ Texas Limited Sales, Excise, and Use T~x Act. . On a contract.awarded by a d~v~loper for the construction of a publicly-ownetl. irnp,iov e ment in a street right-of-way or other easement which has been dedicated t6 the public and the City ~E Fort Wb~thr an organization ~hie~ qualifiei for ixem~tion pursuant :to the prbvisi6ns oi Article 20.04 (H) of the Texas limited Sal e s, Exdise, and dse Tax Act, the Contr~ctor can probably be e]:Cempted in the sa_me manner stated above . ' • C6-6 (12) ., - __, - - .. 1 I I I I l Li~ited Sale, Excise and Use Tai permits and information can be obtained from: _ Comptroller of Public Accounts Sale Tax Division Capitol Station Austin, TX _ C6-6 (13) I- - 1 i PART C -GENERAL · CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C'7 --7 •. i SUBLETTING: The Contractor shall per fqrm with h.1s ·.ow~ ·oi~anization~ and with the assistance of _~orkman rinder his irnmed..i.13-te sup·e:r;-intendanc.e, work of a value of ·not les"s than fifty ( 5,0%.) percent of the value embracecl in the contract. Tf the Contra·ctor sublets any part bf the work to be done under these ·co_ntract Documents, he will not under a _ny circumstance_s be relie.~ed of the responsibility and obliga'tion assumed und~r these Contract_ Documehts -ALL. trans_actions of the Engine~~ ~ill be with the Co~£~actoi. Subcontra~tors ~ill be cwnsi.dered only in the capa:city of empl~yees 0~ workme~ of the Contractor and shall be subject to tpe same requirements as to ch~racter ~nd competency. The Dwri~r w~ll noi recognize any subcontractor on the work~ The Contractor sha11 at all times; when the work is in operation, be r~pie~~nted either in persdn or by a superintendent or other designated representatives. C7-7. 2 . :ASSIGNMENT OF-CONTRACT: The Contra~tor shall pot assign, transfer, sublet, convey, or otheiwise dis~ose rif the contract or his rights, title, br interest in or to the s~me or any ~art thereof without the previous consent of th~ Owner express~d by resoluti.on of the City Council and concurred ·in by the .Sureties. If the tontractor does, without srich previous cdnsent, assign, traosfe~, sribl~t, con~~y, br otherwise dispose of th~ co~tra~t or ~ii right, titie, or inteiest th~reiri or any part there~t, to any _~~rs6n ~r .p~rsons~ p~rtners~ip, company* fiim, or. corporation, or dqes t,y bankruptcy, vo_luntary or involuntary, or by assignment under the insolvency laws of any state, attempt to dispose of the contract may, at the option of the Owner_ be revoked and annulled, unless the sureties shall successfuliy . complete said contract, ·and in the event of any ~1.1ch · revocation or annulment, any monies due or to become q.ue undeE or .by virtu~ of said contract shall be retained .by t6e o~ri~i is liquidated dam~ges foi .the .reason that i~ ~6uld be irnp._racticable . and extiernely <;iifficult to fix the actual darnag~~-· C7 :.:.7. 3 PROSECUTIQij OF T.HE WORK: Prior to beg inning any construction 6pe~~tion, the Cotitr~ct9r shall submit to the Engineer in five or more c:opies; if requestecl by the Engineer, a progres;:, schedule preferably in chart or diagram form, or a brief outlining in detail and step by step the -manner of C7-7 (1) prosecuting the work a nd ordering materials and e quipment which h e exp ects to f ollow in orde r to complete the project in the scheduled time. There shall also be s ubmitted a table of estimated amounts to be ea rned by the Contractor during each monthly estimate period. _ The Contractor s hall commence the work to be performed. ·under this .co~tract .within th~ time limit stat~d in thes~ Crint:i:-a6t -Docu-~eht,s .. arid shall. conduct. th.e ~ork in a con.t inuou~. mann e r . :.and w_it-,f1. .··s.u:ft'icie~l _eq"u.fi:>:ment,. ~ab~~ri~ls' ana iabcir· ·as -is necessary to insure its completion within the time limit. The· sequence request:ed of· all_ con~truction op_e:i:-ations· shill tie at all , time$" as spe:ci-fi.ed · ·in:· the . Special Contract bocuni_ents. Any deviation from scuh sequencing .shall be· subrriH:ted to the Engineer for bis approval., Contractor ~bali not pioceed with any .deviation until lie _h _as received written approval from _the "Engineer. Such_ s .pecification or approval by 'th _e Engin~er shall not relieve th~ Contractor from the full r ~sporisibility of the complete performance of the Contract. The contract time may:·:be c ·hang-ed _ only as set forth in Section C7-7.8 "Extension of Time of Completion" of this Agreemer.:it, an_d a prqgress schedule shall not constitute a cha·nge :(.n the contract time. C,7.:.. 7. 4 LIMITATI O_NS OF -OPERA''.r"IONS: The working operations shall at all times be -conducted by the Contr-a .9tor·· so-as to creat e ~a minimum amount of inconvenience to the publi~. At an y time when, in the judgment of th ~Engineer, the Contractor has obstructed or clcise& ot is carryiti~ on 6~eratiorls jn a portion of a str e~t dr ~tlblic way gteat~t than .ls necassary foi _the proper execution of the work, the Engineer may -requi:t;-e the Contrac~or ·to finish · the '~ettion · on ~hich cip~rat~6ns a~e in_ progress before the work is commenced on_ any additiona.l s~ciion cir Street. C7-7. 5 CHARACTER OF WORKMEN AND EQUIPMENT: Local 1:abor shc;i.il be us_ed l;,y the Contractor is available. The Contractor may bring in from outside· the ·city o .f · p ·or_t Worth his key men and his superintendent. . All other workmen I including equipment ciperators~ ~aY be _imported ~nli aft~r the lobal su~piy is ex ha u s t e d ; Th e Con tr a c t o r s h-a 1 1 e Iii p l: o y o n i y s _ u c h superiatende,nts·, foremen, and workmen who are carefu·i, comp e tent, and fully qualifi e d to perform the _ duties or ta s ks ass igried to them, and the Eng··ii.neer may demand and secure the summary dismissal of ahy ~~rson or person~ empltiyed by the Co~tractor in or about or on the woik who, in the opfniort of the Owher~ shall misconduct hi~self or be found to ~e incom pete nt, disr es p e~tfulE int ~~perat ~; dishonest, or C7-7 (2) -- - -. ..... __ otherwise objectiona6le or neglectful in the proper performance of his or their d,uties, or who neglects or refuses to comply with or carry out the direct,ions_ of the Owner, arid ~uch p~rson or person~ shall not be employed again thereon w~ithout wr-itterr consent of the Engineer. All workmen shall have sufficient skill, ~bility~ and exp~rience to properly per~6rm the work assigned to them and operate ·any .equipment . necessary to properly carry out the pe~f6rmance of the atsigned duti~s- The Contractor. shall fl,lrnish and maint~in on the work all such equip~~rit is ii considered to be necessary for prosecution of the ~ork in a~ acceptable mariner and at a s~tisfactory rate of progres~. All equipment, tool~~ and machine;y used , for hand1irig materials ~nd e~ecuting ~ny part of the work shill be subje~t fo the ~pproval of the ErigLneer and sh~ll be m~intai~ed in a satisfactory~ ~a£e and ~fficient working condition. Equipment on any portion of the work shall be such that no injury to the work, workrneh .or adjacent prop~rty will r~sult from its use~ C7-7.6 WORK SCHEDULE: Elapsed ~orking _days shall be computed st.artirig with the first da:y ·0£ work co:mpleted as_ defined in Cl~l.23 "WORKING DAY" or the d~t~ stipulat~d in the "WORK ORDERII for beginning work, whichever comes-first. ~ithing in ih~se Co~~ract Docu~e~ts sh~ll be ~onstrued as prohibiting the Contractor from working on Saturday, Sunday or Legal aolidays, providing that the following requireme nts are m~t: a. A , request -to wo:tk on a specifi¢ Satu:ra·ay, Sunday or Legal HoLiday must be made to the Engineer no ;Later than the proceeding .Thursday. b. Any wo~rk to be done on t!ie _p .roject on such. a spe~ific Saturday, Sunday or Legal Holi_day must be _, in the op.inion of the En.gin.eer, ess_ential to the timely· completion of the project. The ~~~iri~er's deci~ion shall be final in respons~ to sue~ a r~quest ·for _ app'roval to work on a spec·ific Satu.x;-day, Sunday or L~gal Rolid~y, and ~o extra compensatiort shall be allowed to the Contractor for a :ny work performed on such a specific Saturday 1 Sunday or Le~al Holiday. Calend~r Days sh~li be defined in Cl-l.24 and the Contractor i:nay work as he S0 °desires . C7-7 (3) C7-7.7 TIME OF COMMENCEM.ENT AND COMPLETION: The Con.tractor: shall. commence the working operations within tl:le time specified in the Contract Documents and .set forth in the Work Otder. F ·ailure to do so sl:iall. be .considered by the ·Owner as abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit. . . The Cpntr.act6r sha.1.1 maintain a rate bf prog:t~ss such-; as, wili irrsure~·that the' wbo:l:e, wo:r:ck· wiJ.l ; be;,.:p ·e:ztf·o ·rrrie:d,..and,~ the,: pi.;~ms.ise:s cleaned up in ace~rdance . ~ith th~ Contract Docu~~rits .and . within the time established in such dQcuments and such extension cif . ti.me as may be pr~p~rl:y authori~.ed by the . Owner. C7-:-7.8 EXTENSION OP -TIME _COMPLETION: The Contractor~s .request .:f;:or .an .extension of time . of tompletion sha)l be consider .ec;l only when the request for such extension j.s submitted i .n wrj.ting_ tb the-Engineer wi t .hin seven days from and after. the tim~ .a11 ·ege.d Cp.USe of delay shall have occ:i.11::red. Should an extensio11 of the tiine of completion b .e requested such ·,request will be f6rwarded io the Ciiy Co~n~il tot' approval. In adjusting the :contract time: for cqrnpletion: of work; cori~ideration will be givep. tq unforseeable, caU$eS bey _o:nd the cori .trol of and .withe>ut the fault o .r ,negl.igeri.ce .t>f .the contractor, including but . limited. to acts of the public en.emy, acts of the Ow~~r, fire, flood, forriadoei, ep.ide~ics, quarantil}e ,testricti_ons r strikes, freight embaTgoes, or de.l .ay~ .of sub~contractors due to such causes. ~hen th~ dat~ of .compl~tion is based on a talendar day bid,~ requeit for extension of time because of inclement weather will nqt be considered. A request for extension of time due io iriability :to obtain s~~plie~ ~nd ~a~erials will be considered only when a review of the Coritract.or' s purchase order dates and other pertinent dat~ ~s requested by the ·En,g ifleer, indicates that the Contractor has made a bonafide attempt: ·to · secure delivery o.ri schedule .. This .shal.l include .e~foits to obiain ths s~~~1ies ~nd materials fr6m alternate sources in case the first sour_ce cannot make del.i very. If sat .is factory execution and comple:tion of the con trac.t sbould ~eqqir~:~ork and materials in ~re~te~ a~ouhts dr quarrt:..i.ties than those set forth in the appioved Contract Documents T th.en the co.rit:.ract time may bi increas.ed by Chc1nge Order. C7-7. 9 DELAYS:. The Contractor sha.11 receive no compensation for delays 6r hin~rances to the work, exc~pt' wh~n direct a~d unavoidable extra c6st to the Contractcir is cauied bi ihe failure of the City to provid e information or material, if C7-7 (4) . t - - - - .. - any, which is to be furnished by the City . When su~h extra compensation is claimed a written statement thereof shall_ be presented by the _C6ntractor to ttie Engineer and if bi him found correct shall be approved and referred by him ·to the. c;ounci l __ f :or f _ina_l appr:oval or disapproval;_ and th~ action thereon by the Council shall be f :trial and binding. if delay i~ ~aaied by ipecilic oi~e~i ~iven by the ihgin~~rs £0 ~lbp work , or by ihe perfor~ance 6f ~xtia woik, oi bi the £~ilcire of th~ Citi lo provide ma~erial or ~~bessary iristru~tions f6r car~iin~_.bn the work , then such delai will entitle .the Contractor to· an equivalent extension of time,. his application for which shall , however , be subject to the ·approval of the city Council; and n6 such ~xten~i6ri of ti~e_ihall ~elease the C_ontractor. or the surety on his perfo.rmance bond rrom all his o~ligationi h~reunder which sh~11 iemain in full force until the discharge of the c6nt_ract. C7.-7 .10 TIME OF COMPLETTON: The time of completion is-an ~s~ential el~~erit of the contr~ct. Each bidder sh~ll indicate in the appropriate pl~ce on the _ last pa~e of the Proposal the nq.rnber of working days or cal_endar days that he will requi)'."e to fully complete thi·s contract or th,e time of" cornp'leti_on will be $pe2ified ~y the tity in the Pioposal s~etlori of th~ contract documents . . -The number of days indicated shall be a reali:stic estimate of: toe ·time required to complete the work covered by the. specific c:ontract being bid upon . The amount of time so stated by the s u cc.es s f u l b i d de r or the Ci t y w i l l be c om e t h e t i Ille o f co"mpletion specified iri the Contra_"ct Documents. For each calendar day that any work shall" remain uncompleted after the time sp.ecified in the Contract Documents, or the increased _time gran _ted b.y tfre Own~r, or as -a .utcimatically increa~ed by additional work or materials ordered after _the corit:r:act is signed, the .sum per day given in the £allowing sch~drile , unlesi oth~rwise specified in other parts of the Contract Do~umebts~ will he deducted .from monies due the c6ntractor , not as a penalty, but as li4uidated damages suffered by the Owner. AMOUNT OF CONTRACT Less than $ 5,000 inclusive $ 35 -. 00 $ 5,001 to $ 15,000" inclusive $ 45.00 $ 15,001 to $ 25#00:0 inclusive $ 63.00 $ 25,001 to $ so,009 inclusive $ ros. oo $ 50 ,001 to $ 100,000 inclusive $ 154 .00 $ 100 ,..001 to $ 500,000. inclusive $ 210. 00· C7-7 (5) $ 500,001 to $1,000,001 to $2,000,001 and pver $1, 000., 000 $2,000,000 inclusive$ inclusive$ $ 315.00 420.00 630.00 ! ' Th~ P:arties hereto understand and agree that any harm to , t~e City caused by the Contractor~s delay in ~ompl~ting .th~ ~ork hereunder in . the time specified by the Contract Oodbment~ would 6~ incapable or ve~y difficult of a~cuiate esticiatidn, and th:at: tli_e ".Amount · of Liq.l,!idated Daip:ages .Per . nay",_. as set out:: above,. is . a .. reasonable _forecast of just compensation. due the eit:y. for harm ca.used by any delay. C7-7.11 SUSPENSI-ON BY COURT ~RDER: _The Cbntr~~~br ,i~all suspend operations on: such part · or parts of _ the . woi;:k . o;r_d$red by ant ~ouri, and will riot be entitl~d to ~adifibnal compensation by virtue of such court order. Neither will he be liable tq the City in the event the work is suspended by a Court Order. Neither will the ·6~n~r be li~ble t6 ihe C~ntrac:tor by virtue· of any Co~rt Order or actio~ for which ·the owner is not solely responsible. C7 .~). 12 . TEM.PORARY SUSPENSION: The Qwner shall have the right tq _suspend the work o~erati·6n wholly or in~att . for :such period or ~eriods of time as he m~y dee~ ne~ess~ry dde ~o unsuitable weather conditions or any other µnfavorable conditions whi.ch in the opinion 0£ the Owner or Engineer cause further prosecution of the work to be unsat{sfac·tory . or detrimental . to the interest o.f the project. During tempor~~y susp·ension of work covered by this contract, for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. I f i t s h o u .·1 d b .e c o rn e n e c es s a r y t ·o suspend wo r .k for an inqefinite period, the Contractor snall stor~ al1 rnater·ials . in ·such manner that they will not obstruct or imp·ede the public ~nnecessarily nor become dafuaged in any way, ~nd he shall ti~~ _ev.ery pr.ecauti.on to preveJ_lt dama·ge OT deterioration of the work performed; he shall provide. suitq:ble . drainage ··about the work, and erect temporary structures ;;;her·e necessary. - Should the Contractor qot be able to complete a portion of the project due to causes beyond the control of and without the fiult or negligence of the Contractor a~ ~et forth ih Paragra~h C1-1-~ EXTENSION OF THE TIME OF COMPLETION, and should it be determined by mutuai consent of the Contract6r and tbe En~irieer that a s6ltition to allow constru~tion to proceed is not availabl~ within a reasonable period of time, t6en the Contractor may be reimbhrsed for bhe cost 6f moving hi~ equipmeqt off the job and retur6irig the n~cessart equlp~ent to the job when it is determined by the En~ineer C7-7 (6) l 'i i I - - ..... - ... - that ~onstruction may be resumed. Such reimbursement shall be based on actual cost to the Contrattor of moving the equipment and no pr~fit will be allowed. No rei~buisement shall be allow~d if the equipment is moved to another constructi·on project for the City of Fort Worth. The Contractor· shall riot SQ.spend work without \<,Tritten notice from the .Engineer and shall proceed with the work operations promptly when notifi~d by the ,Engineer to so resume operations •. C -7.-7 .13. TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, becau~e of NatioQal Emergency, so declared by the ·president of the United States or other lawful .authority, it -becomes impossible for the Contractor to obtain all of the n~·ce~ sary . 'labor' materials' and· equipment for the prosecution 6f fhe wor~ ~ith reasoiiable continuity for a petiod of two nio·nths, the Contractor shall within seven days notify the City in writtng, giving a . detailed statement of the efforts which have been made and listing all necessary items of labor~ mater i a L s , '?-n d ~ c(u i pm e n t no t ob ta i n ab~ e • , I f , a f t er investigatioris, the Owner finds that ~uch 6ondi£ibns e~isting and ,t~at the inability 6f the Contractoi to proceed is not attrlbutable in whole or in ~art to the fault or neglect of the Contract, then if the Owner carinot after .reasonable effo~t assist _the Contractor in procuring an.d making available the necessary labor, materials and equ ipin.ent within thirty days r the Contractor may request the owner to termina~e the contract and the Owner may comply with the request, and the termination shall be conditi6ned and based ~pon a final settlement .. mutually accep.table to both the Owner a _nd the Contractor and final payment shall be made in accordance with the ter:ms of' the agreed settlement, which shall _inclµde, but not be limited to, the payment fo~ all ~6rk executed but no anticipated profits on work which has not been performed. C7-7 .14 SUSPENSION OR ABANDONMENT o:r· THE WORK ANI) . .ANNULMENT OF CONTRACT: The work operations on all or any portion or se~tion of the work under Corttract shall be suspended 1.mmediately on written order of the Eng-ine_er or th.e Contract may be declared cancelled by the City Council for any good and sufficient cause. The following, by way of exampl~, but hot of limitation, may he considered. grounds for suspensio·n or cancellatibn: · a. Failure 6f th~ C6ritractor to commenc~ work ~perations within the time specified in the Work Order issued by the Ownet. . C7-7 ( 7) ' \ I' b. Substantial evidence that progress of the work operations by Contractor is insufficieni to complete the work within the specified time~ c. Failure of the Contractor to provide and maintain sufficient labor and equipment t.o prope·rly execute . the working, operations. cl: .. .e ,·. f. g. h. S..u.b·stan.ti.a,l ev.i..den:ce .:th.at f:h ,e. c.6,n .:f:.r .actoi::. has abandoned the work. Substantial evidence that the Contractor has become ihsoivent or: bank:ruptr .or otherwise financially . unable to carry on the work satisfactorily. Failu.re on the pa:i:-t .of the Contractor t~·obse-rve any requireme~ts of the Contract Doc~~enti or to 6omply with a~y orders gi~en by the Engln~er or Owner provided for in these Contract Documents. Failure 0£ the Contra.i::tor prom·ptly to make good any defect in materials or workmanship 1 or any defects of any nat~r~ th~ corr~cti6ri of wh{rih has b~sn directed in writing by the Engineer or the Owner. . . Substantiai evidence of coilusion for the· purpo.se of ·111egal1y· pr"b·curing a contract or pe:ipetrating fr_a.ud on the . City in the constru:ction of work under contract. i~ A substantial indication. that fhe Contractor bas made an unauthoriz·ed assignment of the contract or ~ny funds due iherefrbm for th~ ben~fit of any cr~ditor cir ·for any other purposs. j. If the Cori tractor · sha:11 for any c::aus e whatsoever not _ carry on the working operc;1tion in an acceptable mariner. k. 1f th~ C6n~~actor commerices 1e~al action ag~irist the Owi)er. A copy 9f_ .. the susp~nsion order or action of the City Council shall b'e' served on the Con tractor Is sureties. When work is suspended for any cause or cau~es, or when the coiti~~t is cancelled, the Contractor shall discontinue. the work or such p~it ther~of a~ the o~n~r ~hall desigri~te, w&ereupon t~e Sureties ~aj, at their op~io~, issrime the conttact or that portion thereof which the ciwner ha~ ordef~~ t~e Contractor to discontinue, and may perform the same or may, with th e written ~ C7-7 ( 8) ' ) ' " " t i - - - ...... I I Cl I - ..... -' .! ....... - -.·· consent of the Owner, sublet the work or that portion of the work as taken over, provided however, that the S~reti es shall .exercise their option, if at all, witl\in two weeks afi;er_._the written notice tq discontinue the work has been serv~d _ upon the Contractor and upon the Sureties or their authorized agents . The Sureties, in such event shall assume the Contractor 1 s pla,ce in-.all respects, and _shall .he paid·.;by the Owner for all work performed by them in a:cc·ordance wl th .t 'he term~ of_ the Contract Documents. All monies remaining due. the Contractor at the time of this defaµlt s_qal-1 thereupon become due and payable to the ·sureties ~~ the ~ork progresses, subject to all of the terms of the Contrac_t D,ocu:ments. _Iri case the Sureties do not, w.ithin the hereinabove specified time, exercise th_eir right and opti6n ;to a.ssume _the contract respo.nsibili ties, or that portion . thereof which the Owner has ordered by th~ Contractor .to discontinu~,_the~ the owner shall have the power to _compl,eter by contract or otherwise, as it may determine, the · work herein described or !:3uch part thereof as i£ may de~m necessary, ~nd the Contradtor hereto ~grees tha_t the Owner shall have .the right to t.ake _pos ·session of and use any .materials, plants, tools , equipment, supplies' and prope.rty of any kind provided .by .the Contr.actor for the purpose of carrying 6n the ~oik and to. procuie ~ther tools,. equipment,. materials' labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense for labor, materials., ~oo.ls, equipment , and all expenses ~ncidental thereto. The expense so charged shall be deducted by the Owner from .s _uG-h monies _a:s may . be due or may become due at any ti.me the.ieaft~r t _o the Con tractor under and by virtue of the Contrp.ct-or any pa.rt . thereof. The Owner ~hall not .be require~ to obtain the loweit bid for the work cornpleti·ng the contract, but the expense to be deducted Sha~l be the actual c6st of the owner of such work . In case such expenses shall exceed the amount which would have ·been · payable under the Contract if, _the same had been completed by the Contractor;-·then the Contractor and his Sureties shall pay the amount of soch ~xcess to the ~ity .on notice from the Owner .of the excess due. When any particular part of the work is being carried on by the Owner by con£ract or otherwise under the provisions of .this ~ection, th~ Contractor shall c6ntinue ~he remainder of the work in conformity with the ·terms of the Contract Document~ and in such a mariner as to not hinder or interfere with performance of the: work by the Owner. C 7~7 .15 FULFILL-MENT . OF CONTRACT: The .Contract will be conc3_idered as having_ been_ fulfilled, save as provided in any bond or bonds or by law, when all the work and all sections or parts of t h e project cover~d by th~ Contract Documents have C7-7 (9) I • been £in_i$hed and co·mpl e ted, the final inspection made by th e Engineer; and the £ irial a.c c e ptance and final payment made by the: ·.owner . C7~7 •. l6:, TER11INATION FOR . CONVENIENCE -OF . THE OWNER: B. NOTICE OF TERMINATION: The perf·ormance of the work . under ... thiS:-.. c .ontr.act may b.a . te.:r;mina,tecL by the : Owner .bl jitlo .. :t e\· 6·.r fr Om t i in e t O t i lil e i n p a r t , in accordance ·'wi t'h this section, :iihenever the Owner shall d~termine that such t~rmination is in the best interest o ·f the Owner. Any spch termination -~h~ij _ be effect~~·by ~ail±ri_g a n~tiqe of . termin'ation' to the Contract:,oi specifyi:ng_ t ·he extent to which : performance ot work urider the contract is term~riated ·, .~nd ihe · d~t~ upon which such t er ID i Ila t i Ori :be C ci ID e S e f .f ·e C t i Ve . Re C e.i pt Of the notice s:ha.11. be. deemed conclusively presumed and established when-the letter i's piaced iri' th~ United Stat;;es Mail by the Owner .. Further;· -it shcl.11 be dee·med _ conciusively :pr:esuriied and.. es·tablished -that ·su9h terrnil)at:ion .. is mirde with just cause as . ther~in s ·tat?_d;. and ho proof in any claim r demand or suit ~hal~_be re~~ii~d bf the Own~r re1ardirlg su~h discretionary action. CONTRACTOR ACTION: After rec,eipt o.f _a . notic-e df terrnina_tion, and except as otherwise dir~cteci by t .he Engineer, the -Contractor shall: 1. ~top ~ork under the aontract on the date and to the extent specified in the notice of termination; 2 . place no furtner orders or .su_bconttaets :f:or rnaterialsi ieivi~es or faciltties ,except as ~ay be necessary for bompletidn of sueh porticin of £he ~ork urid~r th~ contr~ct as is not terminat~d; 3. terminate all orders .and subcontracts to ·th e e xt~nt that thei relate to the performance of work terminated· by the notice o:f: termination; transfer title to the Owner and deliver in ihe manner, ai the ti~~s, and to the e~tent, if any, dir ~cte d by the Engineer~ C7 -7 (10) .{ ~ ~ ,¢ ~ < ' t ,. f ~ ' ' ' ,, i· ..... - ..... - - ...... C.; - -,· a. b. the fabricated or unfabricated parts, work in process, completed work, supplies ~nd other material produced as a part of, or a~quiied in connection with ,the perforrnanci of; the work terminated by the notice of ter~iriatibri; and the compie~ed, or partially completed plans, drawirigs~ inform~tion and other ~ioperti which, if the contract had been completed, ~oul~ have been required to be furnished to the owner . . . 5. coniplet'e performance of such part of the work as shall not have been terminated by the notice of t~r~inati6n; ~~d 6. tak~ such action as may be necessary, or as th~ Erigine~r fua~ direcf, £or the protection and preservation of the pr6perty.related to it~ ccinlract ~hich i~ in the. pris~ession of the Contractor and in which the owner has or may acquire the re~i. At~ ~ime n6t later than 30 days after the termiriation date specified in bhe nofice of t~rmination, the Contractor may submit to the Eng{~~~r ~ list, c~rtifi~d as tb quantity and guality, of any or all ife~~ 0£ ter~ination iri~entbry not ~reviousli dispos~d 6£, ~xclusive of i tents the disposition of which has been directed or authorized by the Erigineer ~ Not later than 15 days thereafter, the Owner shall accept title to such it~ms pro~i~~a; that th~ lisf submitted shall be iubject ~o . ¥e~ifi~ation by th~ i~gineer upon r~moval of the i terns or, if the i terns are stored, within '15 days from the . cl.ate of submission of the litt, and any n~ces~ary. adjustfu~nts to correct the lis.t as sub~itted, shall be made piibr t6 final settlement._ TERMfNATTON CLAIM: Within 60 day~ after notice of termination, the Contractor Shall iubmit his ter~i~afi66 claim to tbe Engineer in the form and with the cet-tification pres er ibe-d by the Engineer: U~less one or more exten$ion~ in writing are giahted bY the owner up6n req~est oi the Contractor~ made ii wrifing within such 60-dai p~riod or authorized extension theiebf, any and all such claim~ s~~ll b~ conclusi~elf deemed waived. C7-7 (111 D. AMO-UNTS: Sub-ject to the provisions of Item c7~7 # 16 (C), the. Contractor and Owner may agree upon the ~hole or any part of the amount or amounts t6 be pald to the c6ntta~toc by reason of the total or partial ter~in~tiort of work pursuint her~to; provided , that srich agreea-a~ount or amounts s~all never exceed the· total contract price as redui!ed by the .: am.ou.nt of p .ayme_rits otherwise made and a .s ' ,:furthe·r· reduc·eff-by--·th'e· c ·orr-tract pr ic~ of wor.k no t terminated~-The contr~ct shall be amended accordi;gly, and t6~ .Cdntiact6r shall be paid the agreed amount. No am~unt shall be due for lost or a _nticipated _.p _:c:ofits. No.thi-ng in. C-7-7.16{:J;::) hereaf.ter, prescrtbing ·t"he amount to be paid to the Con~ractor in the ev~nt of f&ilure of the Contractor by reason of the termination of work pursuant to this section, shalJ be de~med to limit, restrict 6r ofherwis~. determine or affect the a ·mount or a _inoun'ts whic·h , may be agreed upon to be f)aia. to the c'?nt.ta~tor pursua·nt tr;:> this paragraph. E. FAILURE TO AGREE -: in the event -0£ the failure of the Contractor and th~ O~rie~ to "ag~ee as provided in C7-7.l~ {D) upon the whole amount to be paid to t6e t~nt~adtor by ~eason 6£ the te~mination of work pursuant to ·this S?cti:on ,_the Owner s ,_b,all determine, on. the bas is qf information available to it, the -amount, if any; . due to the, Contractor by reason of the termination and shall pay to the Cdntractor the ain.o .unts de_termined~ No _ amc:mnt sh.all be due for lost or anticip.ated prdfits_ F. DEDUCTIONS: In-a _r;r:iving at t _he amo _unt due the contractox . u .nder "this iection , th.ere shall be deducted ta) all unltq~ida~~d advan~e or other ~aym~nts on ~ccount ~heret6£o;r:e made to the Contractor~ appli~abl~:to th~ termin~ted po~tion -Of thi~ ¢o~tract;_ (b) any clai~.w~ich the Owner may have against the contractor in dopnecti·ov with this contract; and {c) the agreed ~rice for, or the proc .eeds . of sale of ., any materials., .supplies or oth~~ ihings kept by _the Contr~cto;r: or ~old, Q.UrS.Ua•nt.. to the provisions of this clause, and not oth~rwise recover~d bi.or credited to th~ Ownei. ~-ADJUST~t~1: t£ the termination 6ereunder be p~rti~l, prior to the ~ettlement of .the terminated portioq .of thia ~ontract, the Corttractor may file ~i~h -th~ En~ineer ~ reqriest in ~riting for an C7-7 (12) - ... . --. - - - - -- _, H. equitable adjustment of the price or prices specified in th~ contract relating to the ~ontinued portion of the c:ontract (the portion not terminated by the notice or termination), such e~uitable adjustment as may be agreed upon shall be made in such price or pr~ces; nothing 6ontained herein, however, shall limit the right of the Owner and the Contractor to agree upon the amount or amounts to be paid to the Contractor for the completion of the ~ontinued po~tion of the contract when said ebntract does not contain an established c6ntract price for such continued portion . NO LIMITATION OF -RIGHTS: Nothing contained in this section _shall limit or alter the rights which the Owner may have for termination of this contract under C7-7.14 hereof entitled "Suspension of Abandonment of the work and Amendment of Contract•• or any other right which Owner may have for default or breach of contract by Contractor. C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining, and superyising _all safety precautions and pi-ograrns in connection with the work at all times and shall assume all responsibilities for their enforcement. The Contractor shall comply with federal, st~te, and local laws, ordinances, ~nd regulations so as to protect person ~nd property from injury, including death, or damage in cortnectio.n with the work.- C7-7 (13) - --. - - - - . ·~ --. - -.. PART C ·-GENERAL CONOITIONS CB-8 .MEASUREMENT AND PAYMENT SECTION_ C8-8 MEASUREMENT .ANI) PAYMENT c :8 ·-8.1 .MEASUREMENT OF -QUANTITIES:. T.):1e _qetermination a£ quantities of work p e rf-o:r:med by the Contracto_r and authorized' by the Contract Documents acceptably' completed under the terms of the C.ontract Documents shall be made by the Engineer, bas.~d on mea_surements made by the _Engineer. The.s .e measuremeqts will be ~ade: ac_cording to the . United States Stand_?1Ed . M.easurerrien ts used in common ~ractice, and will .be the act~al length, aiea, solid contents, num6ers, and weights of the mat~rials arid items installed~ CB-~.i bNIT PiiCES: When in the Proposal a "Unit Price" is set forth, the sAid "Unit Price" shall in6lud~ th~ f~r~ishing by t,he Contr:actor of all ia.bor ~ tools, materials-, machinery, eiuip~ent, ~ppliances and appurten~nc~s necesgarf for the c ·onstr1,1ction ,of .and the completi'on in a manri'er acceptable to · t.J;1e _Engineer or · all wb:tk to be . dorie ·under these Contract. D9cuments. ~he "Unit Price" ihall incfud~ all permanent artd temporary protection of overheadr surface/ and underground s ·tructu.tes, cleanup, finished, overhead expense, bond, insuranc~, p~tent fees, royalties, risk due to the elements and qther causes; delays·, prof.its, iri::iuf.ies-, aamages clai·msr taxes, a _nd all other i te·ms n:ot specifically mentioned that may· be requi-re_d to ful.ly construct each _ item of the work complete iri place arid in ~ sitisfactory do~~iti6n for opeiation~ c~-B.3 .LUMP SUM: __ when in th~ Prbpo~al a "Lu~p sumff is set forth, the said "Lump Sum" shall represent the total cost for ~he ¢6nfr~2tor to frirnish all labor, tobls, materials, mach1nery ~ equipment r appurtE(nances r anq. all subsidary W9Tk necessary for the construction and completion of all the work to provide a _complete and functional 1.tem ?3-s detailed in the Special Contract Documents and/or Plans • . . C.-8-8. 4 SCOPE OF. PAYMENT': The Contractor shall receive anq accept t _he: compensation,. as herein provided, in full p_ayment for furnishing all labor~ tools, ma.ter).ais~ and · in.cidentcJ.ls 'for performing all work contemp.lat.ed and embraced uI1der these tontract Documents, for all 16ss ~rid dama~e ari$ing out 6£ the nature of -the . work or fro"m the action of the elements, for any ~nfores~en defects or obstr~~ti~ns whi~h may arise or be encouriteied durin~ the pros~cution of th ~ woik ~t any time C8-8 (1) befor~ its final acceptance by the Own e r, (exc e pt as provided in paragr~ph CS-5.14) for all risks of whatever description conn~cted with the prosecution of the work, for all expense incurred by or in consequence of suspension or discontinuance of such prosecution of the working operations as tie _rein specified, 6r any and ~11 irifriri~eme~~~ of patertts, trademarks, copyrights, or other legal res~rvations, and for completeing the work in an ac:ceptable manh"ei: according to the te rtns of" -the-. Con tr act Do c;:uments,. The payment of · any current cir partial estimate prior to final acceptap¢e of-the work by the Owner shali in rio way constitute an ackilowledgmenf of " the acceptanc:~ of the work;-materials, or equipment,' .nor in "any way prej,udice or affe-ct the obti"gat'ions of the Con tractor to r'epair, correct, renew, or replaq_e at his own and proper expense any defects or imperf~~tions in th~ construction or in the strength or quality of the material used or e~uipment cir ~achiriery furhished in or ~bout the construction of· the work under contrc1ct and its appurtenances' or any d~mage due or attrib~te~ to such def~cts, ~hi~h d~fects, imperfe6tion, oi da~age shall h~~e ~e~ri disciov~i~d on or befb~~ the fin~l inspectiori ~nd acceptance :of work o~ during the one year guaranty period after final acceptance. The Owner shall be the sole judge of such defecti, imperfections, or damage, and the Contractor shall be liable to the Owner for failuie to correct the same a~ ~iovid~d he;r"ein. CB-8~5 -PARTIAL EST!M~TES AND RETAINAGE: Between the 1st and 5th daj 0£ ~~th m6nth the Contra~tor shall sub~it tb th~ Engineer a statement s _howing , an estimate of the value of , the work done during the previous month, or estimate period u_nder the Contract Documents. Not l~ter than the 10th day of th~ month the Engipeer shall verify such estimate, ~pd if it is found to be acceptable arid the value of work performed since the last partial payment was made exceeds one hundred' dollars C $100. 00 > 1n amount, 90% of such estimated sum will be 'paid to the Contractdr if the total con tract amO'lint is Less th an $400,0~0, ·6r -95% of s~~h e~timated su~ will b~ paid t6 th~ C~ntracto~ if the total contr~ct amount is $400,000 di greiter within twenty-five {25) day~ after the ~egular estimate petiod. The City will h~ve the option of prep~iirig ~stimates on forms furnished by the City. The partial estimate may include acceptab,le.:: nanpe:r:ishable materi_als delivered to ' the work which are to be · incorporated into the work as a permanent. part ther~of, but whi~h at ·the 1he tj~e of the esti~at~ have not be~n instalied. (srich ~ay~~nt will b~ ~llo~~d dn a basis_of 85% of the net invoice value thereof.) The Cdntractor ~hall fU:rnis-h -the Engineer such information as h~ may request to aid C8-8 (2) - ~ .... , / - - l ,/ I him as a guide in the verification or the preparation of partial estimates. It is understood that the partial estimate · from month to month will .be approxi~ate . only, and all partial m6nthry estimat~s ~nd paiment will be subject to coriectipn in the ~stimate· rendered following the discov,~ry of an error in-. any-previoµs estimate, and suc::h estimate shall. not, in any r :espect, be -take~ as an admission of the Owner of the amount . of work done or of its quality of suf-f iciency; or as an acceptance of the work . done . 6 r t h e r el e a s e . o f t. he C o n t.r a c;: ·t o r 6 f any o f h is responsibilities under the Contract Documents. ~he City reserves the right .to withhold the paymeht of ~ny ma~thly estimate if the contr~ctor fails to .~erfor~ the work strictly in accordance -with the specifications or provisions of this contract. cs.:.s. 6 WITHHOLDING PAYMENT: Payment -on any estimate. or estimates may be held :in aheyanc~ if th~ perfor~ance of 'the cionttructi6n opeiations is not in ac~o~d~nce with the requireme nts of the Contract Documents. C8-8. 7 FI.NA.L .ACCEPT!tNCE: Whenever the improvements provided for by the Cont.tact DoClJ_merrts shall h .ave heen completed. and all requirements of the -Contrac.t Documents sh.all h~ve been fulfilled on the part of the Contractor, the Contractor sh~ll notify the Engineer Ln ·writing that_ the imptovernen:ts ,are ready for the final inspection. The-Engineer ,shall notify the appropriate offici.al.s · of the Own ·er,· will ·.within a reasonable time make such · final inspection,· and Lf the work is ~~tisfactory, iri an ~eceptable coriditioii and has been comolefed in ac~drda~ce ~ith the terms of ~he Contract Doc~inent _s arid ali approved modifications -thereof, the Engineer ~ill initiate 1 the ~iocessirig of the fLnal estimate and .. _recommend final acceptance ·of t.he project and .final payment therefor . as outlined iri CB-8. 8 below.: ·C8-8 .. 8 FINAL .. PAYM:ENT:' Whenever all the improvements provided for by . the Contract Documents and all approved modifications 'thereof shall have been .completed and all requirements of the Contract Documents have been ful .filled on the part of the Contractor,. a final estimate showing the value of the work will be prepared by the Eng_ineer as ~oon as.: the nece~sary rn E:i asuremehts r; computations, and chec.ks can be made. All prior · e.sti-mates upon which pay¥1ent has been made are subj~ct to necessary co.i:'rections or revisions in the. final payment. C8_-8 ( 3) The amount of the f inal es timate , l ess previous payments and any sum that hav e been deducted or retained under the provisions of th e Contract Docume nts, will be paid to the c6ritractor wi~hin 60 days after final acceptan~e by the Owner on a proper ·resb.lu.tio.n of the City Council, p:i;qvided the Contractor has furni.shed to the Owner satisfacto~y _ev.idence . of p~yrnent as foilow~i Prior ~o sribmi~sion of the final estimate £0:r payment,· the Con.tractor shall execut:e an affidavit,. .as f ,u,.1:n:is-hed ··_by-the_· CitYc. certifying.~ that a1-l p~·rson ·s ·;._ firms, ass·oc:fati,on.s, :corp:or.ations, or other organfzations . furnisl;iiJYg labor and/or materials have been paid in full, that the wag.e scale established by ~he City Council in the City cif Fort Worth has been paid, and that there .ar.e no claims pending fo,r personal inj"ury . and/-or propertr damages. T·he ac~eptance by the contractor o-e the last o ·r final payment as aforesaid shall operate as and shall release the Owner from all claims. or liabilities_ under . the Contr_a,ct for anything done or furnished or relating ·t ·o the w.ork under· ·contrac_t Documents or any act or neglect of said City relating to or connecte d ~ith the Confract. · The making of the final payment by the . O:yme:c shall not relieve tbe Contrac:tor ·of _any guar·antees _ or -o ,theri, _.iequ.frem:.ents _o .f the C_ontract Documents which specifically cOhtimie therea.fter.. 6s~~.9 AriEQUAt~ OF 6EsIGN: It ik understood ~hat ~he _Own e r believ:es· it ha-s employ:ed competent Eng-i .ri~ers and. de$igners t o p~epare . the Cont_ract Do_GU.ments and all modif _icattons of the approved Cohtract Docriments .. It is, therefore, a~r~ed th~t the O~ner shall be responsible for the ,adequacy of its own design features, S1J.£ficiency pf the Contrac-t; Documents; the sa£~~j of the stiuctur~, arid t~e practi6ability of the operations of the Completed proj_ect)_ provided the: Contractor has complied with ;the requi.re'ments . of the said Contract Documents, all approved modi f ic:ati·ons tbe·reof, and addi t::ions arid alterations thereto approv~d . i ·n wr i't:ing. by 'the _Owner. The burde·n of proof of s _uch compl_i _a :nce ,_shall: be upon ~~e c .ontrq.~tor to show that he has complie:p.. with -th¢ sa i d .requirements of the Cont~act Documents, ·approved .rnod'i_:f ici:3.tions thereof, and all approv~d addit.i<:in.S and :alterations thereto . . C8_:8. l .O GENERAL GUARANT-Y: Neither 'the final certificate of payment n.or ·am-y: p ;:r:·ov-is:ion in the Contract Docume·nt.s nor partial or eritir.'e occupancy or use of the premises by the Owner shall constitute an acc~ptance of work not done i ri a C cor dance With the Con tract D~ocuments Olt relieve the Contr a ctor of liabiiity in respect fo anj expr~ss -~ari~nti e $ or responsibility for faulty mat er ials or workmanshi~. The Contr actor s hal~ r e me dy any d efects or damages in the work and C8-8 (4) i • pay for any damage to other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period i~ specified andshall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contra6t which ~hall assure the performance df the general guaranty as above outline. The Owner will give notice of observed defects with reasonable promptness. c~~B.ll SUBSIDIARY WORK: Any and all woik specifical~y governed by documentary requirements for t .he project, such as conditions imposed by th~ Plaris, the Geneial Contract Documents or these Special Contract Documents, {n which no specifjc item for bid has be~n provided for in the Prop~sal, shall be considered ~s a subsidiaiy item of work, the cost of which shall be in~luded in the price bid in the Proposal, for eacb bid item. Surface restoiation, rock excavation and cleanup are general -items of w6rk which fall in the category of .subsLdiary work. CB-8 .12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on _field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one-tenth unit. Payment for miscellaneous placement o·f material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. C8-8. l3 RECORD DOCUMENTS: Contractor shall keep on record a copy of all specifications, plans, addenda, modifications, shop drawings and samples at the site; in good orde:i;-and annotated to show all changes made during the con~trudtion process. These shall be delivered to Engineer upon completton of th_e work. C8-8 CS) - - A. PART Cl: SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the 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: C. Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay istimate, 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 accordance 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 th~ discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. Part C -General Conditions: Paragraph C3-3.11 of the General Conditions is deleted and replaced with D-3 of Part D -Special Conditions. D. C3-3.ll INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised 10/24/02 Pg. 1 E. F. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written claini for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. INCREASED OR DECREASED QUANTITIES: Part C - General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4.3 INCREASED OR DECREASED QUANTITIES to read as follows: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. Revised 10/24/02 Pg.2 G. C3-3. l 1 INSURANCE: Page C3-3 (7): Add subparagraph "h. ADDITIONAL INSURANCE REQUIREMENTS " a. The City, its officers , employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000 .00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups . The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or 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 10/24/02 Pg. 3 H. 1. Contractor's liability shall not be limited to the specified amounts of insurance required herein. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph CS-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. I. C8-8.10 GENERAL GUARANTY: Delete C8-8.I0, General Guaranty at page C8-8(4) is deleted in its entirety and replaced with the following: Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance Revised 10/24/02 Pg.4 bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. J. Part C-General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2.7, C2-2.8 and C2-2.9 with the following: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, P.O. Box 17027, Fort Worth, Texas 76102. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 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 K. C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated November 1, 1987; (City let projects) make the following revisions: Revised 10/24/02 Pg.5 1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein . 2. Pg. C3-3(5) Paragraph C3-3.11 INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3.l 1 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. (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. ( 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: Revised 10/24/02 Pg.6 - 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: N. The Contractor shall clear rights-of-way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project construction operations. The contractor's attention is directed to paragraph C6-6. l O work within easements, page C6-6(4), part C -General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe. Reference Part C -General Conditions, Section C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: 1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the word flagmen. 2. In the first paragraph, lines five (5) and six (6), change the phrase take all such other precautionary measures to take all reasonable necessary measures. 0. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts ( other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation (other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years. Revised 10/24/02 Pg. 7 P . WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following : (a) The contractor shall comply with all requirements of Chapter 2258 , Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Section C-1, L. Right to Audit (Rev. 9/30/02}pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. ( d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with 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 . Revised 10/24/02 Pg. 8 ._, -..,_ 0-1 0-2 0-3 0-4 0-5 0-6 0-7 0-8 0-9 0-10 0-11 0-12 0-13 0-14 0-15 0-16 0-17 0-18 0-19 0-20 0-21 0-22 0-23 0-24 0-25 0-26 0-27 0-28 0-29 0-30 0-31 0-32 0-33 0-34 0-35 0-36 0-37 0-38 0-39 0-40 0-41 0-42 0-43 0-44 0-45 0-46 0-47 0-48 0-49 0-50 0-51 02114/07 PART D -SPECIAL CONDITIONS GENERAL .......................................................................................................................... 3 COORDINATION MEETING ...................................... .-...................................................... .4 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ..................... 5 COORDINATION WITH FORT WORTH WATER DEPARTMENT .................................... 7 CROSSING OF EXISTING UTILITIES ............................................................................... 7 EXISTING UTILITIES AND IMPROVEMENTS .................................................................. 7 CONSTRUCTION TRAFFIC OVER PIPELINES ................................................................ 8 TRAFFIC CONTROL ......................................................................................................... 8 DETOURS ......................................................................................................................... 9 EXAMINATION OF SITE ................................................................................................ 9 ZONING COMPLIANCE ................................................................................................. 9 WATER FOR CONSTRUCTION .................................................................................. 10 WASTE MATERIAL ..................................................................................................... 10 PROJECT CLEANUP AND FINAL ACCEPTANCE ...................................................... 10 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK ................................. 10 SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES ............................ 10 BID QUANTITIES ......................................................................................................... 11 CUTTING OF CONCRETE .......................................................................................... 11 PROJECT DESIGNATION SIGN ................................................................................. 11 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ...................................... 12 MISCELLANEOUS PLACEMENT OF MATERIAL. ....................................................... 12 CRUSHED LIMESTONE BACKFILL ............................................................................ 12 2:27 CONCRETE ......................................................................................................... 12 TRENCH EXCAVATION,,BACKFILL, AND COMPACTION ......................................... 12 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS ............ 14 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ................ 14 SANITARY SEWER MANHOLES ................................................................................ 15 SANITARY SEWER SERVICES .................................................................................. 18 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES ................ 20 DETECTABLE WARNING TAPES ............................................................................... 22 PIPE CLEANING .......................................................................................................... 22 DISPOSAL OF SPOIL/FILL MATERIAL ....................................................................... 22 MECHANICS AND MATERIALMEN'S LIEN ................................................................. 22 SUBSTITUTIONS ........................................................................................................ 23 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............. 23 VACUUM TESTING OF SANITARY SEWER MANHOLES .......................................... 26 BYPASS PUMPING ..................................................................................................... 27 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER .......... 27 SAMPLES AND QUALITY CONTROL TESTING ......................................................... 29 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................................................ 29 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ........................ 30 PROTECTION OF TREES, PLANTS AND SOIL.. ........................................................ 31 SITE RESTORATION .................................................................................................. 31 CITY OF FORT WORTH STANDARD PRODUCT LIST .............................................. 31 TOPSOIL, SODDING, SEEDING & HYDROMULCHING ............................................. 31 CONFINED SPACE ENTRY PROGRAM ..................................................................... 37 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ............................ 37 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ...................... 37 CONCRETE ENCASEMENT OF SEWER PIPE .......................................................... 38 CLAY DAM ................................................................................................................... 38 EXPLORATORY EXCAVATION (D-HOLE) .................................................................. 38 SC-1 D-60 D-61 D-62 D-63 0:.54 D-65 D-66 D-67 D-68 D-69 D-70 D-71 D-72 D-73 02114/07 PART D -SPECIAL CONDITIONS INSTALLATION OF WATER FACILITIES .................................................................... 39 Polyvinyl Chloride (PVC) Water Pipe ............................................................................ 39 Blocking ....................................................................................................................... 39 Type of Casing Pipe ..................................................................................................... 39 Tie-Ins .......................................... : ............................................................................... 39 Connection of Existing Mains ...................................................................................... .40 Valve Cut-Ins ............................................................................................................... 40 Water Services ............................................................................................................. 40 2-lnch Temporary Service Line ................................................................................... .42 Purging and Sterilization of Water Lines ..................................................................... .43 Work Near Pressure Plane Boundaries ....................................................................... .44 Water Sample Station .................................................................................................. 44 Ductile Iron and Gray Iron Fittings ............................................................................... .44 SPRINKLING FOR DUST CONTROL ......................................................................... .45 DEWATERING ............................................................................................................. 45 TRENCH EXCAVATION ON DEEP TRENCHES ........................................................ .45 TREE PRUNING .......................................................................................................... 45 TREE REMOVAL ......................................................................................................... 46 TEST HOLES ............................................................................................................... 46 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION ........................................................................................................ 47 TRAFFIC BUTIONS .................................................................................................... 47 SANITARY SEWER SERVICE CLEANOUTS ............................................................. .48 TEMPORARY PAVEMENT REPAIR ........................................................................... .48 CONSTRUCTION STAKES ................. '. ...................................................................... .48 EASEMENTS AND PERMITS ..................................................................................... .48 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ............................................... .49 WAGE RATES ............................................................................................................ 49 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE. ..................................... 50 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) ........................................................................................ : .... : .............. 51 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS .................................................................................... 53 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ................................................. 53 EARLY WARNING SYSTEM FOR CONSTRUCTION ..................................................... 54 AIR POLLUTION WATCH DAYS ..................................................................................... 54 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS .......................................... 55 SC-2 PART D -SPECIAL CONDITIONS This Part D -Special Conditions is complimentary to Part C -General Conditions and Part C1 - Supplementary Condi tions to Part C of the Contract. Anything contained in this Part D that is additive to any provision in Part C -General Conditions and part C1 -Supplementary Conditions to Part C of the Contract are to be read together. Any conflict between Part C -General Conditions and Part C1 -Supplementary Conditions of the Contract and this Part D, Part D shall control. FOR: 2004 CIP, YEAR 3, CONTRACT 35 PAVING, WATER & SANITARY SEWER IMPROVEMENTS CITY PROJECT NO. 00292 FORT WORTH, TEXAS DOE PROJECT NO. 5146 WATER DEPARTMENT PROJECTS NO. PW P253-531200-70717-0029283 & PS P258- 531200-60717-0029283 D-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans · 2 . Contract Documents 3. Special Conditions The following Special Conditions shall be applicable to this project under the provisions stated above . The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both , for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes . Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications , with latest revisions , are made a part of the General Contract Documents for this project. The P lans, 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 fa ithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facil ities must be pre- qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications , which general specifications shall govern performance of all such work . This contract and project, where applicable, may also be governed by the two following published specifications , except as modified by these Special Provisions : 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 02/14/07 SC-3 PART D -SPECIAL CONDITIONS contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins , fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch , plastic liners , rubble liners, baled-hay retards, dikes , slope drains and other devices . B. CONSTRUCTION REQUIREMENTS : The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water courses, lakes , ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches , mats , seeding, or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule . Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. 2. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 3. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary . Unless otherwise approved in writing by the Engineer , mechanized equipment shall not be operated in live streams. 4. When work areas or material sources are located in or adjacent to live streams , such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 5. All waterways shall be cleared as soon as practicable of false work, piling , debris or other obstructions placed during construction operations that are not a part of the finished work. 6 . The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials . He shall conduct and schedule his operations so as to avoid or minimize siltation of streams , lakes and reservoirs and to avoid interference with movement of migratory fish. C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. D-41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES 02114/07 SC-30 PART D -SPECIAL CONDITIONS The Contractor shall provide ingress and egress to the property being crossed by this construction and adjacent property when construction is not in progress and at night. Drives shall be left accessible at night, on weekends , and during holidays . The Contractor shall conduct his activities to minimize obstruction of access to drives and property during the progress of construction . Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. D-42 PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to the Contractors ' operations including lawns , yards , shrubs, trees, etc., shall be preserved or restored after completion of the work, to a condition equal to or better than existed prior to start of work . Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or replaced at the Contractor's expense . Trimming or pruning to facilitate the work will be permitted only by experienced workmen in an approved manner (No trimming or pruning without the property owners' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing . By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal, or root pruning) can be done on trees or shrubs growing on public property inciuding street Rights-of-Ways and designated alleys . This permit can be obtained by calling the Forestry Office at 871-5738. All tree work shall be in compl iance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture . Payment for negligent damage to publ ic trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City . To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. No separat_e payment will be made for any of the work involved for this item and all costs incurred will be considered a subsidiary cost of the project. D-43 SITE RESTORATION The contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one-tenth (0 .1) of a foot. D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List , for the bid to be considered responsive . Products and processes listed in the "City of Fort Worth Standard Product List shall be conside red to meet City of Fort Worth minimum technical requirements. D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Specifications for Topsoil, Sodding and Seeding. 02/14107 SC-31 PART D -SPECIAL CONDITIONS 1. TOPSOIL DESCRIPTION : This item will consist of furnishing and placing a minimum of six (6) inches of topsoil, free from rock and foreign material, in all parkways and medians to the lines and grades as established by the Engineer. CONSTRUCTION METHODS : Topsoil will be secured from borrow sources as required to supplement material secured from street excavation . All excavated materials from streets which is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a borrow source . Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways . 2. SODDING DESCRIPTION: Sodding will consist of furnishing and planting Bermuda , Buffalo or St. Augustine grass in the areas between the curbs and walks , on terraces , in median strips, on embankments or cut slopes , or in such areas as designated on the Drawings and in accordance with the requirements of this Specification . Recommended Buffalo grass varieties for sodding are Prairie and 609 . MATERIALS : Sod shall consist of live and growing Bermuda , Buffalo or St. Augustine grass secured from sources where the soil is fertile . Sod to be placed during the dormant state of these grasses shall be alive and acceptable . Bermuda and Buffalo grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a two (2) inch mi nimum thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy , virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots. The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hard iness when transplanted . Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn . Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating , hauling , and planting . Sod material shall be kept moist from the time it is dug until planted . When so directed by the Engineer, the sod existing at the source shall be watered to the extent required prior to excavating . Sod material shall be planted withi n three days after it is excavated . CONSTRUCTION METHODS : After the designated areas have been completed to the lines , grades , and cross-sections shown on the Drawings and as provided for in other items of the contract , sodding of the type specified shall be performed in accordance w ith the requirements hereinafter described . Sodding shall be either "spot" or "block"; either Bermuda , Buffalo or St. Augustine grass . a. Spot Sodding 0 2/14/07 Furrows parallel to the curb line or sidewalk lines , twelve (12) inches on centers or to the dimensions shown on the Drawings , shall be opened on areas to be sodded . In all SC-32 PART D -SPECIAL CONDITIONS furrows , sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the finished grade. Holes of equ ivalent depth and spacing may be used instead of furrows . The soil shall be firm around each block and then the entire sodded area shall be carefully rolled with a heavy, hand roller developing fifteen ( 15) to twenty-five (25) pounds per square inch compression. Hand tamping may be required on terraces. b . Block Sodding. At locations on the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas . The sod shall be so placed that the entire designated area shall be covered , and any voids left in the block sodding shall be filled with additional sod and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass . Surfaces of block sod, which , in the opinion of the Engineer, may sl ide due to the height or slope of the surface or nature of the soil , shall ,. upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the firm earth , sufficiently close to hold the block sod firmly in place . When necessary , the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from plant ing operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. The sodded areas shall be thoroughly watered immed iately after they are planted and shall be subsequently watered at such times and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth . 3. SEEDING DESCRIPTION : "Seeding" will cons ist of preparing ground, providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance with these Specifications . MATERIALS: a. General. All seed used must carry a Texas Testing Seed label showing purity and germination , name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers . A sample of each variety of seed shall be furnished for analysis and test ing when directed by the Engineer. 02/14107 The specified seed shall equal or exceed the following percentages of Purity and germination : Common Name Common Bermuda Grass Annual Rye Grass Tall Fescue Western Wheatgrass SC-33 Purity Germination 95% 90% 95% 95% 95% 90% 95% 90% I PART D -SPECIAL CONDITIONS Buffalo Grass Varieties Top Gun Cody 95% 95% Table 120.2.(2)a. 90% 90% URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS) Dates Feb 1 to May 1 Mixture for Clay or Tight Soils (Eastern Sections) Bermudagrass 40 Buffalograss 60 (Western Sections) Buffalograss 80 Bermudagrass 20 Total : 100 Total: 100 Table, 120.2.(2)b Mixture for Sandy Soils (All Sections) Bermudagrass 60 Buffalograss 40 Total : 100 TEMPORARY COOL-SEASON SEEDING RATE; (lb.} Pure Live Seed (PLS} Dates (All Sections) Aug 15 Tall Fescue 50 to Western Wheatgrass 50 May 1 Annual Rye 50 Total : 100 CONSTRUCTION METHODS : After the designated areas have been completed to the lines , grades , and cross -sections shown on the Drawings and as provided for in other items of th is Contract , seeding of the type specified shall be performed in accordance with the requirements hereinafter described . a. Watering . Seeded areas shall be watered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed . b. Finishing . Where applicable , the shoulders , slopes , and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time planting operations were begun . BROADCAST SEEDING : The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed . If the sowing of seed is by hand , rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained. "Finish ing" as specified in Sect ion D-45 , Construction Methods , is not applicable since no seed bed preparation is required . DISCED SEEDING : Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D-45 , Construction Methods . The seed , or seed mixture , specified shall then be planted at the rate required and the application shall be made uniformly . If the sow ing of seed is by hand rather than by 02/14/07 SC-34 PART D -SPECIAL CONDITIONS mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately one-eight (1/8) inch. The planted area shall be rolled with a corrugated roller of the "Cultipacker" type . All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings , or as directed to be seeded , shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed . The area shall then be finished to line and grade as specified under "Finishing" in Section D- 45, Construction Methods . Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened. After the watering, when the ground has become sufficiently dry to be loose and pliable, the seed, or seed mixture specified , shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time , provided the specified uniform rate of application for both is obtained . After planting , the seed shall be raked or harrowed into the soil to a depth of approximately one-quarter (1/4) inch. The planted surface area and giving a smooth surface without ruts or tracks . In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth. The application of asphalt shall follow the last watering as rapidly as possible . Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of th~ item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included, then MS-2 shall be used. Applications of the asphalt shall be at a rate of three-tenths (0 .3) gallons per square yard . It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth. RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES : Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)a . The re-seeding will be achieved in the following manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil penetration. * Slit-seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4. HYDROMULCH SEEDING : If hydro mulch seeding is provided , seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes . 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER 02114/07 SC-35 PART D -SPECIAL CONDITIONS DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications . MATERIALS : All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law . A pelleted or granulated fertilizer shall be used with an analysis of 16-20-0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nut rients respectively as determined by the methods of the Association of Official Agricultural Chemists . In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work . Fertilizer shall be dry and in good physical condition . Fertilizer that is powdered to caked will be rejected. Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre {or all types of "Seeding". MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in place on the project site. Measurement will be made only on topsoils secured from borrow sources. Acceptable material for "Seeding" will be measured by the linear foot , complete in place . Acceptable material for "Sodding" will be measured by the linear foot, complete in place . Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding . PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work. Its price shall be full compensation for excavating (except as noted below), loading, hauling, placing and furnishing all labor, equipment , tools , supplies , and incidentals necessary to complete work . All labor, equipment, tools and incidentals necessary to supply , transport , stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and will not be paid for directly. "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard, complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod ; for all rolling and tamping; for all watering; for disposal of all surplus materials; and for all materials, labor, equipment , tools and incidentals necessary to complete the work , all in accordance with the Drawings and these Specifications . 02114107 SC-36 - - PART D -SPECIAL CONDITIONS The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seed ing", 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 a ll operations necessary to complete the work accepted as follows : Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding . D-46 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and subcontractors at all times during construction . All active sewer manholes , regardless of depth, are defined by OSHA, as "permit required confined spaces ". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM " for all applicable manholes and maintain an active file for these manholes . The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces . D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 7 . Prior to the final inspection being conducted for the project , the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete . 8 . The inspector along with appropriate City staff and the City's consultant shall make an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected. 9. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected . 10 . Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price. Contractor shall still be required to address all other deficiencies, which are ·d iscovered at the time of final inspection. 11. Final inspection shall be in conformance with general condition item "CS -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 Un it Price bid for applicable pipe or structure installation except for short tunneling/tree augering . 2 . Any and all trees located within the equ ipment 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 construct ion 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 02114/07 SC-37 PART D -SPECIAL CONDITIONS at least 24 hours prior to any tree trimming work. No trimming work will be permitted within private property without written permission of the Owner . 4 . Nothing shall be stored over the tree root system within the drip line area of any tree. 5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. 6. At designated locations shown on the drawings , the "short tunnel" method using Class 51 0.1. pipe shall be utilized . 7 . Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense. 8. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures . 9. Short tunneling shall consist of power augering or hand excavation . The tunnel diameter shall not be larger than 1-1 /2 times the outside pipe diameter. Voids remaining after pipe installation shall be pressure grouted. 0-49 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. 0-50 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 . 0-51 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of fill 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 utili ty is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications . The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the 02/14107 SC-38 liiiil - PART D -SPECIAL CONDITIONS approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). Payment shall not be made for verification of existing utilities per item D-6 . Payment for exploratory excavation (D-Hole), at locations identified on the plans or as directed by the 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 th is Project shall be in accordance with the material standard contained in the General Contract Documents . Payment for work such as backfill , bedding, blocking, detectable tapes and all other associated appurtenant required, shall be included in the linear foot price bid of the appropriate BID ITEM(S). · 52.2 Blocking Concrete blocking on this Project will necessarily be required as shown on the Plans and shall be installed in accordance with the General Contract Documents . All valves shall have concrete blocking provided for supporting. No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the linear foot bid price of the pipe or the bid price of the valve . 52.3 Type of Casing Pipe 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: For the ins ide 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. Min imum thickness for casing pipe used shall be 0 .375 inch. Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company or an approved equal shall be used on all non- concrete pipes when installed in casing . Installation shall be as recommended by the Manufacturer. 2. SEWER: Boring used on this project shall be in accordance with the material standard E 1-15 and Construction standard E2 -15 as per Fig. 11 O of the General Contract Documents . 3. PAYMENT: Payment for all materials , labor, equipment, excavation , concrete grout , backfill , and incidental work shall be included in the unit price bid per foot. 52.4 Tie-Ins 02114107 SC-39 02114/07 PART D -SPECIAL CONDITIONS The Contractor shall be responsible for making tie-ins to the existing water mains. It shall be the responsibility of the Contractor to verify the exact location and elevation of the existing line tie-ins . And any differences in locations and elevation of existing line t ie-ins between the contract drawings and what may be encountered in the field shall be considered as incidental to construction. The cost of making tie-ins to existing water or sanitary sewer mains shall be included in the linear foot bid price of the pipe. 52.5 Connection of Existing Mains The Contractor shall determine the exact location , elevation , configuration and angulation of existing water or sanitary sewer lines prior to manufacturing of the connecting piece . Any differences in locations, elevation , configuration , and or angulation of existing lines between the contract drawings and what may be encountered in the said work shall be considered as incidental to construction . Where it is required to shut down existing mains in order to make proposed connections, such down time shall be coordinated with the Engineer, and all efforts shall be made to keep this down time to a minimum. In case of shutting down an existing main , the Contractor shall notify the Manager, Construction Services, Phone 871-7813, at least 48-hours prior to the required shut down time . The Contractor's attention is directed to Paragraph CS-5.15 INTERRUPTION OF SERVICE, Page CS-5(5), PART C -GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS. The Contractor shall notify the customer both personally and in writing as to the location , time , and schedule of the service interruption. The cost of removing any . existing concrete blocking shall be included in the cost of connection . Unless bid separately all cost incurred shall be included in the linear foot price bid for the appropriate pipe size . 52.6 Valve Cut-Ins It may be necessary to cut-in gate valves to isolate the water main from which the extension and/or replacement is to be connected. 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 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 add ition 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 (E 1- 17 & E 1-18) contained in the General Contract Documents . All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade. SC-40 - PART D -SPECIAL CONDITIONS All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1- inch Type K copper, 1-inch diameter tap saddle when required , and 1-inch corporation from the main line to the meter box . All services which are to be replaced or relocated shall be installed with the service main tap and service line being in line with the service meter unless otherwise directed by the Engineer. A minimum of 24 hours advance notice shall be given when service interruption will be required as specified in Section C5-5 .15 INTERRUPTION OF SERVICE. 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 othe.rwise 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 serv.ice 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 installat ion . Payment for all work and materials such as tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main . 1. WATER SERVICE RECONNECTION: Water serv ice reconnect ion is requ ired when the existing service is copper and at adequate depth to avoid breakage during street reconstruction . The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop . The contractor will be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. 2. WATER SERVICE METER AND METER BOX RELOCATIONS : When the replacement . and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve (12) inches , as measured from the center line of the existing meter to location to the center line of the proposed meter locat ion , separate payment will be allowed for the relocation of service meter and meter box . Centerl ine 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. 02114/07 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 serv ice and all materials , SC-41 PART D -SPECIAL CONDITIONS labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation . All other costs will be included in other appropriate bid item(s). This item will also be used to pay for all serv ice 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 beh ind the meter will not justify separate payment at any time. Locat ions with multiple service branches will be paid for as one service meter and meter box relocation . 4 . NEW SERVICE : When new services are required the contractor shall install tap saddle (when required), corporation stop, type K copper service line , curb stop with lock wings , and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided for all 2 inch water meters or smaller . The reinforced plastic water meter boxes shall comply with section 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 fi ttings shall be included in the price bid for Service Taps to Mains . Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box . 1. MULTIPLE SERVICE BRANCHES : When multiple service branches are required the contractor shall furnish approved factory manufactured branches. Payment for multiple service branches will include furnishing and installing the multiple service branch only and all other cost will be included in other appropriate bid item(s). 2. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single serv ice meter encountered during const ruction shall be replaced with one service line that is applicable for the size of the exist ing service meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid item(s). 52.8 2-lnch Temporary Service Line A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide temporary water service to all buildings that will necessarily be requ ired to have severed water service during said work . The contractor shall be responsible for coordinat ing the schedule of the temporary service connections and permanent service reconnections w ith 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 . 02114/07 A 2-inch tapping saddle and 2-inch corporat ion stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connect ion to the City water supply . The 2-inch temporary service main and 3/4-inch service lines shall be installed in accordance to the attached figures 1, 2 and 3 . 2" temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to installation . SC -42 PART D -SPECIAL CONDITIONS The out-of-service meters shall be removed, tagged and collected by the Contractor for delivery to the Water Department Meter Shop for reconditioning or replacement. Upon restoring permanent service , the Contractor shall re-install the meters at the correct location . The meter box shall be reset as necessary to be flush with the existing ground or as otherwise d irected by the Engineer. The temporary service layout shall have a min imum 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 serv ice lines , asphalt, barricades , all service connections , removal of temporary services and all other associated appurtenants required , shall be included in the appropriate bid item . B. In order to accurately measure the amount of water used during construction, the Contractor will install a fire hydrant meter for all temporary service lines . Water used during construction for flush ing 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 w ill 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 spec ific project and location only . Any water that the contractor may need for persona l use will require a separate hydrant meter obtained by the Contractor, at its cost , from the Water Department. 02114/07 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 quant ities to provide a chlorine res idual of fifty (50) PPM . The res idual 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 establ ished standards of purity. Purging and sterilization of the water lines shall be considered as incidental to the project and all costs incurred will be considered to be included in the linear foot bid pr ice of the pipe . SC-43 02114/07 PART D -SPECIAL CONDITIONS 52.10 Work Near Pressure Plane Boundaries Contractor shall take note that the water line to be replaced under this contract may cross or may be in close proximity to an existing pressure plane boundary . Care shall be taken to ensure all "pressure plane" valves installed are installed closed and no cross connections are made between pressure planes 52.11 Water Sample Station GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge ; however, the Contractor will be required to pick up this item at the Field Ope rations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS : Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price . bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main . Payment for all work and materials necessary for the installation of the sampling station , concrete support block , curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations . PAYMENT FOR FIGURE 33 INSTALLATIONS : Payment for all work and materials necessary for the installation tap saddle, gate valve , and fittings shall be included in the price bid for Service Taps to Main . Payment for all work and materials necessary for the installation of the sampling station , modification to the vault, fittings, and all type K copper serv ice line which are req uired to provide a complete and functional water sampling station shall be included in the pr ice bid for Water Sample Stations. 52.12 Ductile Iron and Gray Iron Fittings Reference Part E2 Construction Specifications , Section E2-7 Installing Cast Iro n Pipe , fittings , and Specials, Sub section E2-7 .11 Cast Iron Fittings : E2-7 .11 DUCTILE-IRON AND GRAY-IRON FITTINGS : All ductile-iron and gray-iron fittings shall be furnished with cement mortar lining as stated in Section E1-7 . The price bid per ton of fittings shall be payment in full for all fittings, joint accessories , polyethylene wrapping , horizontal concrete blocking , vertical tie-down concrete blocking , and concrete cradle necessary for construction as designed . All ductile-iron and gray-iron fittings, valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E 1-13 and Const ruction Specification E2-13 . Wrapping shall precede horizontal concrete blocking , vertical tie - down concrete blocking , and concrete cradle . Payment for the polyethylene wr apping , SC-44 PART D -SPECIAL CONDITIONS horizontal concrete blocking, vertical tie-down concrete blocking , and concrete cradle shall be included in bid items for vales and fittings and no other payments will be allowed . D-53 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200 , "Sprinkling for Dust Control " shall apply . However, no direct payment will be made for this item and it shall be considered to this contract. D-54 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water . The Contractor shall be responsible for damage of any nature resulting from the dewatering operations . The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers . Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price. D~ 55 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction . Contractor shall not leave excavated trench open overnight. Contractor shall fill any trench the same day of excavation . No extra payment shall be allowed for this special condition. D-56 TREE PRUNING A. REFERENCES: National Arborist Association 's "Pruning Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2. Vermeer V-1550RC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 3. Steel 'T' = Bar stakes, 6 feet long. 4 . Smooth Horse-Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 5. Surveyor's Plastic Flagging: "Tundra " weight, International fluorescent orange or red color. 6 . Combination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings . D. ROOT PRUNING 7. Survey and stake location of root pruning trenches as shown on drawings . 02/14107 SC-45 PART D -SPECIAL CONDITIONS 8. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. 9 . Backfill and compact the trench immediately after trenching . 10. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 11. Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity. Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation. 12 . Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified me t hods, equipment and protection . E. MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price . D-57 TREE REMOVAL Trees to be removed shall be removed using applicable methods , including stump and root ball removal, loading , hauling and dumping. Extra caution shall be taken to not disrupt existing utilities both overhead and buried: The Contractor shall immediately repair or replace any damage to utilities and private property including, but not limited to, water and sewer services, pavement, fences, walls, sprinkler system piping , etc., at no cost to the Owner. All costs for tree removal , including temporary service costs, shall be considered subsidiary to the project contract price and no additional payment will be allowed . D-58 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils , including the amount of rock, if any , through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under this condition . Whether prospective bidders perform this subsurface exploration jointly or independently, and whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective 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 . 02114/07 SC-46 PART D -SPECIAL CONDITIONS 0-59 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 beginn ing any construction activity on each block in the project area . The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project , DOE No ., Scope of Project (i.e . type of construction act ivity), actual construct ion 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 construct ion 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 dopr 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 follow ing information : Name of the project, DOE number, the date of the interruption of service , the period the interrupt ion will take place , the name of the contractor 's foreman and his phone number and the name of the City 's inspector and his phone number. A sample of the temporary water service interruption notification is attached . A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed . The contractor shall not be perm itted 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) 871-8306. All work involved with the notification flyers shall be considered subs idiary to the contract price and no additional compensation shall be made . 0-60 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) 871-8770 and shall reimburse SSMD for all costs incurred, both labor and material. No additional compensat ion shall be made to the contractor for this reimbursement. 02/14107 SC-47 PART D -SPECIAL CONDITIONS D-61 SANITARY SEWER SERVICE CLEANOUTS Whenever a sanitary sewer serv ice 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 san itary sewer cleanout shall be in c luded 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 backfi ll 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 repa ir 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 ma intaining 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 construct ion , 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 , mainta in, transfer, etc ., all stakes furnished until complet ion of the construction phase of the project for wh ich they were furnished . If the City or its agent determines that a sufficient number of stakes or markings provided by the City , have been lost , destroyed , or disturbed , to prevent the proper prosecution and control of the work contracted for in the Contract Documents , it shall be the Contractor's responsibility , at the Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted , and time will continue to be charged in accordance with the Contract Documents. D-64 EASEMENTS AND PERMITS The performance of this contract requires certa in 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 facilit ies , such as sewer lines or manholes . For locations where the City was unable to obtain the easement or right-of-entry , it 02114/07 SC-48 PART D -SPECIAL CONDITIONS shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject property. This shall be subsidiary to the contract. The agreements , which the City has obtained, are available to the Contractor for review by contacting the plans desk at the Department of Engineering, City of fort Worth . Also , it shall be the responsibil ity 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 cond itions 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 or iginal condition or better. In event additional work room is required by the Contractor, it shall be the Contractor's respons ibility 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 requ ired 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 requ ired 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 compensat ion shall be allowed on this pay item. 0-65 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. 0-66 WAGE RATES Compliance with and Enfo rcement of Prevailing Wage Laws Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents . Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall , upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents . This penalty shall be retained by the City to offset its administrat ive costs , pursuant to Texas Government Code 2258 .023 . 02/14107 SC-49 PART D -SPECIAL CONDITIONS Complaints of Violations and City Determination of Good Cause . On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred . The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City 's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258 , the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. Arbitration Required if Violation Not Resolved . An issue relating to an alleged violation of Section 2258.023 , Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq ., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above . If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons . The City is not a party in the arbitration . The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work , maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code . Posting of Wage Rates . The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above . (Wage rates are attached at the end of this section.) (Attached) 0-67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE 02114107 SC-50 PART D -SPECIAL CONDITIONS A. It is the intent of the City of Fort Worth to comply with the requi rements 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 construct ion waste. The Environmental Protection Agency (EPA) defines friable as material , when dry, which may be crumbled, pulverized or reduced to powder by hand pressures. C. The Generator of the hazardous material is responsible for the identification and proper handling , transportation , and disposal of the material. Therefore , it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable . The Excavator is responsible to employ those means , methods , techniques and sequences to ensure this result. E. Compliance with all aspects of worker safety and health regulat ions including but not limited to the OSHA Asbestos Standard is the responsibil ity of the Excavator. The City of Fort Worth assumes no responsib ility for compliance programs, which are the responsibility of the Excavator. (Copy of forms attached) F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe unless otherwise stated or indicated on the project plans or cont ract documents . D-68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) PERMIT: As defined by Texas Comm ission on Environmental Quality (TCEQ) regulations , a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activit ies that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activ ity). The contractor is defined as an "operator" by state regulat ions and is required to obtain a permit. Information concern ing the permit can be obtained through the Internet at http ://www.tnrcc.state .tx .us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Act ivities (BMP Manual). This manual can be obtained through the Internet at www .dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management 0 2/14107 SC-51 PART D -SPECIAL CONDITIONS Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater than 5 acres, the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOi shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee. The NOi shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 A copy of the NOi shall be sent to : City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION {NOT): For all sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment , a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to : Texas Commission on Environmental Quality Storm Water & General Permits Team ; MC-228 P.O . Box 13087 Austin , TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site . Five of the project SWPPP's are available for viewing at the plans desk of the Department of Engineering. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality . LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee . A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities . The SWPPP shall be incorporated into in the contract documents . T he 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 02/14107 SC-52 PART D -SPECIAL CONDITIONS during the preparation of the SWPPP . Modifications may be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been ach ieved on all portions of the site that is the responsibility of the permittee , or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized . SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES : Submission of a NOi form is not required . However, a TCEQ Site Notice form must be completed and posted at the site . A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above . A SWPPP, prepared as described above , shall be implemented at least 48 hours before the commencement of construction activities . The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion , sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to , silt fences , straw ba le dikes , rock berms , diversion dikes , interceptor swales , sediment traps and basins , pipe slope dra in , 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 coord inate any event that will requ ire connecting to or the operation of an existing City water line system with the City 's representative . The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project , the Contractor must coordinate this activity through the appropriate City representative . The Contractor shall not operate water line valves of existing water system. Failure to comply will render the Contractor in violation of Texas Penal Code Title 7 , Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. In addition , the Contractor will assume all liabilities and responsib ilities as a result of these actions . D-70 ADDITIONAL SUBMITTAL$ FOR CONTRACT AWARD The City reserves the right to requ ire any pre-qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City , in sole discretion may require , including but not limited to manpower and equipment records , information about key personnel to be assigned to the project, and construction schedule , to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City 's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Fa ilure to submit the additional information if requested 02114107 SC-53 PART D -SPECIAL CONDITIONS may be grounds for rejecting the apparent low bidder as non-responsive . Affected contractors will be notified in writing of a recommendation to the City Council. D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the cont r act schedule , the following process shall be applicable : The work progress on all construction projects will be closely monitored . On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than-the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken : 1. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, w ithin 10 days from the date that the letter is received , it provide sufficient equipment, materials and labor to ensure completion of the work within t he contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time . 2. The Project Manager and the Directors of the Department of Engineering, Water Department, and Department of Transportation and Public Works will be made aware of the situation . If necessary, the City Manager's Office and the appropriate city council members may also be informed . 3. Any notice that may, in the City 's sole discretion, be required to be provided to interested individuals will distributed by the Engineering Department's Public Information Officer. 4 . Upon receipt of the contractor 's response , the appropriate City departments and directors will be notified . The Engineering Department's Public Information Officer will , if necessary, then forward updated notices to the interested individuals. 5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract , the bonding company will be notified appropriately . D-72 AIR POLLUTION WATCH DAYS The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically , the OZONE SEASON, within the Metrop lex area, runs from May 1, through OCTOBER 31 , wit h 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 02/14107 SC-54 PART D -SPECIAL CONDITIONS responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m . whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD}, diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m . -6:00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. 0-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS A fee for street use permits is in effect. In addition, a separate fee for re-inspections for parkway construction, such as driveways, sidewalks, etc., will be required . The fees are as follows : 1. The street permit fee is $50.00 per permit with payment due at the time of permit application. 2. A re-inspection fee of $25.00 will be assessed when work for which an inspection called for is incomplete . Payment is due prior to the City performing re-inspection . Payment by the contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made. 02/14107 SC-55 PART D -SPECIAL CONDITIONS 02/14107 SC-56 Date: ____ _ FORT WORTH DOE NO. XXXX Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON--------- BETWEEN THE HOURS OF AND ------ IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT __________ _ (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT -----------------------(CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, -----------' CONTRACTOR F 0 r 0 ff I e e u $ e n I y Cl T A H p A 0 : N E s H A p D T D H D L PART D -SPECIAL CONDITIONS ~ DEMOLITION J RENOVATION ~ NOTIFICATION FORM T T) H NOTIFICATION# _________ _ TEXAS DEPARTMENT OF HEALTH NOTE:: CIRCLE ITEMS THAT ARE AMENDED t) Aba:emenl Contractor: ___________________ TDH License Number:, _____ - ~~~h:one Number: ~~------C-ity_:_Job Site Phone NumbBt': Stale: -~~-'Zip:---- Site ~pervisor: IDH Licen,se Nl.Jmber: --------------Slte St.Jl)6rvis(Jr: TOH License Number. _____________ _ Trained On-Site NESHAP lndi'Vidual: ______________ Certification Date:, _______ _ Demolition C0t1Cractor : __________ --,-__ ornce Phan& Numb<! L-'-------------C Address: _____ -_________ C.iiy : _________ Sta1e : ____ Z.ip ; ___ _ 2) Project Gons.ullsnl QC'Operator: ___________ ~ ____ TDH Licel\Se Number: _____ _ Mailing Address: ___________________________________ _ Clty: ________ Slate: ____ Zip·,_ ___ Office Phone Number;.__.__ _____ _ 3) FacllilyOwner: __________________________________ _ Altantion:..,.. -,-------------------------------------,jjjjjjjj Maain9 Address: ____________ --=::-------,----=---:--:--~-c---------- Clty: Slate: Zip: Ownet Ptlone Number._( _}._. ____ _ "Noto: 'rho lnvoico for tha notification fee wlll be sent to the owner of the la111e11ng ~nd ttie bflli!\9 ncklrus for the Invoice will t abtalnod r~m the-lnrotm:iCion that Is Pfovided In thf.i. section. · 4) Descriptloo or Facility Narne=---------,----------------------PhY$fc.il Add~s;. ____________ County. City: _______ .Zip: ___ _ Facility Phooe Numbe Fscility Contact Person :-----------~~-[)(iscriplion of AreaJRooJ:!1 Number: ____________________________ _, Prior Use:_~-----~------_,Fulute Use=------------------ Age of Eklildlrlg/Facllity : ___ ~~Srz-.e: ____ Number of Floors'-· ____ Sdiool {K -12}: c YES o NO 5) Type of Wodc O Demolition o Renovation (Abatement) 1J Annual Consolidated Wo.rk wiU be during: 0 O.ay o Eve11i119 D Night :-: Phased Project Description of work scheduie: _____________________________ _ 6) rs this a Public Buildfng? o YES NESHAP-Only F~clllty'? D YES 0 NO Federal F~elllty? D YES : NO Industrial Site? DYES ONO D NO IS BuiidinglFacllrty Occupied? D YES Cl NO 7) Nolification Type CHECK ONLY ONE V a Original (10 Working Days) J Cancellation c Amendment o EmergencylOrdered I 0 I a ti 0 n 7 If this is an arnendmant. whic;h amendmen1 number Is this?_ (Enclose copy of original and/or last amendment) tt an emergency, who did you talk with at IDH? Emergency#: _____ _ Date and Hour or En19.tgGr\Cy (HH/11.IM.IDD/YY): _______ _ Desctiption of the sudden, unexpected evenl and explanation of hOVoJ the event caused unsafe conditions or Would cau equipment damage (computets. machjnery. etc. _______________________ _ D B) OGsctiplion of procedl.ffe-;$ to be followed In 1he eveot 1hat unexpected asbestos is found or prew:11.isly non-friable Y asbestos material becomes ctumbl8d. pulY91ized. or reduced 1o powder:---------------- E s 9) Wa!i i;m AJ.bes1os survey performed? D YES D NO Date: TDH lnsp,echx License No; _____ _ G An~i~I Methcxt D PLM D TEM D Assumed TDH Laboratory License No :------ ,N (For TAHPA (public bUikling) projeds: an .issurnption must oo made by a TDH Liconsed Inspector) 10) Descripfam of planned cremolilion or ror"lovation work, type of meterial, and rnethod(s) to be used._: -------• 11) Description of work pr.ictices and engineering controls 10 be used to pre~·ont emissions of asbes1os at the deniolitlonlrenova1i'on : __ ...._ ___________________________ _ -------------------·-------- 02114/07 SC-58 PART D -SPECIAL CONDITIONS 12) ALL appllcablo l!Cfflt in the following table must be completecl : IF NO ASBESTOS PRESENT CHECK HERE: Approximate •mouot of Check unit of measurement Asbestos-Containing Building Msterial AsbeslQ!ii Type t-----....,.--------1--,.--.----.-~....--...-~ Pipes Surface Area RACM lo be removed RACM NOT remo,•~ lnte_~r Cate l non-friabfe removed E.xlat'iot Ca o I non-friable removed Cate I non-friable NOT remove,d lnt~rlor ~t o II non-friable removed Exterior Cate · II non-friable removed Ca II non-friable NOT removed RACM Off-Facility Component 13) Waste Transpor1er Name: -~---------------TOH License Number:------Adcfrcss : ___________ City: _________ Stale: ___ Zip: ___ _ Contact Person : Phona Number: ~-'---------- 14) waste Disposal Site Name=-------------------------------Address: ______________ City'. ---------State: ___ Zip: ___ _ Telephone: TNRCC Permit Number:-------- 15) For slrucltlrally unsound facllltles, attaeh a copy of demolruon order and identify Govemmen~I Official below: Nal'l'le: Registration No:-------------- Tille : ____ -,---,,----,------- Date of order (MM/00/YY} / / Date order to begin {MM/OD/YY) _ __,__.,___ 16) Scheduled Oates of Asbestos Abatement (MM/DD/YY) Start:---'----'-'--Complete: -~/-~~ 17) Scheduled Dates Demolition/Renovation {MM/OD/YY) Slart: Complete:_~-~--- ... Note: lflhe start dale on 1h15 nolitication can I\Ot bo mel, the TDH Regional or Local Program office Must be conlactsd by phone prior fo the istart data. Failure lo do so Is a vlol,!ltJon In aeeotcbnco lo TAHPA. Section ~~5.81. I hereby cer1ify that all lrtfom1ation I have provided Is cotrect. complete. and 1rue 10 the best of my knowledge. I ackn[)'.1,1ledge that I am responsible for all aspects of the notifica1ion form, iru;;h.1ding, but llOl limitin9, coote11t and submission dates . The maximum pan;:3lty i$ $10,000 per dsy per \liolatloo. (Signs lure of Building Owner/ Operator or O~legated Consultant/Contractor) l\lAIL TO: (Printed Name) (Date} ASBESTOS NOTIFICATION SECTION TOXIC SUBSTANCES CONTROL DNISION TEXAS DEPARTMENT OF HEAL TH PO BOX 143538 AUSTIN, TX 78714-l538 PH : 512-634-6600. 1-600 -572-55'18 (Telephone) {Fax Number) ·Faxes arc not occcpt&<J• Form APB#5, dc31ed 07129/02. Replaces TOH fom1 datod 07/13/01 _ For assistance in completing form. call 1-800-572-5548 --------·-· -··---· 02/14107 SC-59 DA-1 DA-2 DA-3 DA-4 DA-5 DA-6 DA-7 DA-8 DA-9 DA-10 DA-11 DA-12 DA-13 DA-14 DA-15 DA-16 DA-17 DA-18 DA-19 DA-20 DA-21 DA-22 DA-23 DA-24 DA-25 DA-26 DA-27 DA-28 DA-29 DA-30 DA-31 DA-32 DA-33 DA-34 DA-35 DA-36 DA-37 DA-38 DA-39 DA-40 DA-41 DA-42 DA-43 DA-44 DA-45 DA-46 DA-47 DA-48 11102/04 PART DA -ADDITIONAL SPECIAL CONDITIONS AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS ......................... .4 PIPELINE REHABILITATION CURED-IN-PLACE PIPE ........................................ OMIT PIPE ENLARGEMENT SYSTEM ................................................................................... 4 FOLD AND FORM PIPE ............................................................................................ OMIT SLIPLINING ............................................................................................................ OMIT PIPE INSTALLED BY OTHER THAN OPEN CUT ....................................................... 12 TYPE OF CASING PIPE ......................................................................................... OMIT SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR. ............................................. 15 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ................... 18 MANHOLE REHABILITATION ............................................................................... OMIT SURFACE PREPARATION FOR MANHOLE REHABILITATION ........................... OMIT INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM ................. 20 INTERIOR MANHOLE COATING -QUADEX SYSTEM .............................................. 23 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM ...................................... 25 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM .................................... 28 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER. .... 31 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM ...................................... 33 RIGID FIBERGLASS MANHOLE LINERS ................................................................ OMIT PVC LINED CONCRETE WALL RECONSTRUCTION ........................................... OMIT PRESSURE GROUTING ........................................................................................... OMIT VACUUM TESTING OF REHABILITATED MANHOLES ........................................ OMIT FIBERGLASS MANHOLES .................................................................................... OMIT LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ..................... 36 REPLACEMENT OF CONCRETE CURB AND GUTIER ............................................ 37 REPLACEMENT OF 6" CONCRETE DRIVEWAYS .................................................... 37 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE ............................................. 37 GRADED CRUSHED STONES .................................................................................... 38 WEDGE MILLING 2" TOO" DEPTH 5.0' WIDE ...................................................... OMIT sun JOINTS -MILLED ........................................................................................ OMIT 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) ..................................................... 38 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER. ............................................ 39 NEW 7" CONCRETE VALLEY GUTIER ..................................................................... 39 NEW 6" STANDARD WHEELCHAIR RAMP .............................................................. .40 8" PAVEMENT PULVERIZATION .......................................................................... OMIT REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) ..................... OMIT RAISED PAVEMENT MARKERS ................................................................................ 41 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING ................ .41 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL. ....... .45 ROCK RIPRAP -GROUT-FILTER FABRIC ......................................................... OMIT CONCRETE RIPRAP .............................................................................................. OMIT CONCRETE CYLINDER PIPE AND FITIINGS (OMITIED) ................................... OMIT CONCRETE PIPE FITIINGS AND SPECIALS (OMITTED) .................................... OMIT UNCLASSIFIED STREET EXCAVATION ................................................................... .46 6" PERFORATED PIPE SUBDRAIN .......................................................................... .46 REPLACEMENT OF 4" CONCRETE SIDEWALKS ..................................................... 47 RECOMMENDED SEQUENCE OF CONSTRUCTION {OMITIED) ........................ OMIT PAVEMENT REPAIR IN PARKING AREA ................................................................... 48 EASEMENTS AND PERMITS ......................................................................................... 48 ASC-1 DA-49 DA-50 DA-51 DA-52 DA-53 DA-54 DA-55 DA-56 DA-57 DA-58 DA-59 DA-60 DA-61 DA-62 DA-63 DA-64 DA-65 DA-66 DA-67 DA-68 DA-69 DA-70 DA-71 DA-72 DA-73 DA-74 DA-75 DA-76 DA-77 DA-78 DA-79 DA-80 DA-81 DA-82 DA-83 DA-84 DA-85 DA-86 DA-87 DA-88 DA-89 DA-90 DA-91 DA-92 DA-93 DA-94 DA-95 11 /02104 PART DA -ADDITIONAL SPECIAL CONDITIONS HIGHWAY REQUIREMENTS ................................................................................. OMIT CONCRETE ENCASEMENT ....................................................................................... 48 CONNECTION TO EXISTING STRUCTURES ............................................................ .48 TURBO METER WITH VAULT AND BYPASS INSTALLATION ............................. OMIT OPEN FIRE LINE INSTALLATIONS ....................................................................... OMIT WATER SAMPLE STATION ....................................................................................... .49 CURB ON CONCRETE PAVEMENT .......................................................................... .49 SHOP DRAWINGS ...................................................................................................... 50 COST BREAKDOWN .................................................................................................. 51 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY ................................... 51 H.M.A.C. MORE THAN 9 INCHES DEEP .................................................................... 51 ASPHALT DRIVEWAY REPAIR .................................................................................. 51 TOP SOIL .................................................................................................................... 51 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT ................... 51 BID QUANTITIES ........................................................................................................ 51 WORK IN HIGHWAY RIGHT OF WAY ................................................................... OMIT CRUSHED LIMESTONE {FLEX-BASE) .................................................................... .'.52 OPTION TO RENEW ................................................................................................... 52 NON-EXCLUSIVE CONTRACT ................................................................................... 52 CONCRETE VALLEY GUTTER ................................................................................... 52 TRAFFIC BUTTONS ............................................................................................... OMIT PAVEMENT STRIPING ........................................................................................... OMIT H.M.A.C. TESTING PROCEDURES ............................................................................ 53 SPECIFICATION REFERENCES ................................................................................. 53 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX ........................................................................................................ 53 RESILIENT-SEATED GATE VALVES ......................................................................... 53 EMERGENCY SITUATION, JOB MOVE-IN ................................................................. 54 1 Y:z" & 2" COPPER SERVICES .................................................................................. 54 SCOPE OF WORK (UTIL. CUT) ............................................................................. OMIT CONTRACTOR'S RESPONSIBILTY (UTIL. cun .................................................. OMIT CONTRACT TIME (UTIL. CUT) .............................................................................. OMIT REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) ............................ OMIT TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) ............................................... OMIT LIQUIDATED DAMAGES (UTIL. CUT) ................................................................... OMIT PAVING REPAIR EDGES (UTIL. CUT) .................................................................. OMIT TRENCH BACKFILL (UTIL. CUT) .......................................................................... OMIT CLEAN-UP (UTIL. CUT) ......................................................................................... OMIT PROPERTY ACCESS (UTIL. CUT) ........................................................................ OMIT SUBMISSION OF BIDS (UTIL. CUT) ...................................................................... OMIT STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) ........................................... OMIT CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. CUT) ......................... OMIT 2" TO 9" H.M.A.C. PAVEMENT (UTIL. cun ......................................................... OMIT ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) ....... OMIT MAINTENANCE BOND (UTIL. CUT) ...................................................................... OMIT BRICK PAVEMENT (UTIL. cun ............................................................................ OMIT LIME STABILIZED SUBGRADE (UTIL~ CUT) ........................................................ OMIT CEMENT STABILIZED SUBGRADE (UTIL. cun .................................................. OMIT ASC-2 DA-96 DA-97 DA-98 DA-99 DA-100 DA-101 DA-102 DA-103 DA-104 DA-105 DA-106 DA-107 DA-108 DA-109 DA-110 DA-111 DA-112 DA-113 DA-114 DA-115 DA-116 DA-117 DA-118 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) .................................... OMIT "QUICK-SET" CONCRETE (UTIL. CUT) ................................................................ OMIT UTILITY ADJUSTMENT (UTIL. CUT) ..................................................................... OMIT STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) ................................................................................................................................ OMIT LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) .................................. OMIT CONCRETE CURB AND GUTTER (UTIL. CUT) .................................................... OMIT PAYMENT (UTIL. CUT) .......................................................................................... OMIT DEHOLES (MISC. EXT.) ......................................................................................... OMIT CONSTRUCTION LIMITATIONS (MISC. EXT.) ...................................................... OMIT PRESSURE CLEANING AND TESTING (MISC. EXT.) .......................................... OMIT BID QUANTITIES (MISC. EXT.) ............................................................................. OMIT LIFE OF CONTRACT (MISC. EXT.) ....................................................................... OMIT FLOWABLE FILL (MISC. EXT.) ............................................................................. OMIT BRICK PAVEMENT REPAIR (MISC. REPL.) ......................................................... OMIT DETERMINATION AND INITIATION OF WORK (MISC. REPL.) ............................ OMIT WORK ORDER COMPLETION TIME (MISC. REPL.) ............................................ OMIT MOVE IN CHARGES (MISC. REPL.) ...................................................................... OMIT PROJECT SIGNS (MISC. REPL.) .......................................................................... OMIT LIQUIDATED DAMAGES (MISC. REPL.) ............................................................... OMIT TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) ............................................ OMIT FIELD OFFICE ........................................................................................................ OMIT TRAFFIC CONTROL PLAN .................................................................................... OMIT COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS ............. OMIT ASC-3 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS The City reserves the right to abandon without obligation to the contractor, any part of the project, or the entire project, at any time before the contractor begins any construction work authorized by the City. Award, if made , shall be to the lowest responsible bidder. The following shall apply for contract documents with multiple units of work . Each unit represents a separate project , each with an individual M/WBE specification and proposal section. The proposal sections are arranged to allow prospective bidders to submit bids on one unit, some of the units, or all of the units. Award of contract(s), if made, shall be to the lowest responsible bidder for each individual unit. If a contractor is the low bidder on two units or more , a single set of contract documents consisting of all applicable units will be created and one single award of contract shall be made. The Contractor shall comply with the City's M/WBE Ordinance for the applicable unit or combination of units and shall submit monthly M/WBE reports for the applicable unit or combination of units. Construction time on all units will run concurrently . For situations involving approved contracts with multiple units, the total allowable construction completion time period for all the units shall be the same as the unit with the longest construction time period . DA-2 OMIT DA-3 PIPE ENLARGEMENT SY~TEM A. GENERAL: 11/02104 1. Description: This specification includes requirements to rehabilitate existing sanitary sewers by the pipe enlargement system, herein called Pipe Bursting or Pipe Crushing (Pipe Bursting/Crushing). This system includes splitting or bursting the existing pipe to install a new polyethylene pipe and reconnect existing sewer service connections . 2. Methods: This section specifies the approved system method or process to include all labor, materials , tools , equipment and incidentals necessary to provide for the complete rehabilitation of deteriorated gravity sewer lines by the Pipe Bursting/Crushing systems . Approved methods include: the PIM Corporation (PIM System), Piscata Way , New Jersey; Mclat Construction (McConnell System for Pipe Crushing}, Houston , Texas; and Trenchless Replacement Systems, (TRS System), Calgary, Canada . Refer to Part D -SPECIAL CONDITIONS D-34 SIBSTITUTIONS for information regarding pre-approval procedures for alternative processes. 3. Definition : The Pipe Bursting/Crushing system is defined as the reconstruction of gravity sewer pipe by installing an approved pipe material, by means of one of the pre-approved methods set forth in Section A.2 of this specification. The process involves the use of a static, hydraulic or pneumatic hammer "moling" device , suitably sized to break out the old pipe or using modified boring "knife" with a flared plug that implodes and crushes the existing sewer pipe . Forward progress of the "mole" or the "knife" may be aided by the use of hydraulic equipment or other apparatus , as specified in the approved methods . The replacement pipe is ASC-4 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS either pulled or pushed into the bore. The method allows for replacement of pipe sizes from 8" through 21" and/or upsizing in varying increments up to 21 ". This specification is based on the precedent that the Pipe Bursting/Crushing system used has been pre-approved by the City of Fort Worth Department of Engineering, and Fort Worth Water Department. 4. Quality Assurance : The Contractor shall be certified by the particular Pipe Bursting/Crushing system manufacturer that such firm is a licensed installer of their system. No other Pipe Bursting/Crushing system other than those listed in Section A.2 . of these specifications is acceptable. a. Personnel directly involved with installing the new pipe shall receive training in the proper methods for joint fusing, handling, and installing the polyethylene pipe. Training shall be performed by a qualified representative as determined by the pipe manufacturer. b. Personnel directly involved with installing the new pipe shall receive training in the proper methods for joint fusing, handling, and installing the polyethylene pipe. Training shall be performed by a qualified representative as determined by the pipe manufacturer. 5 . Submittals: Submit 'for review and acceptance, the following Contractor's Work Plan and Drawings to the Department of Engineering (DOE): a. Shop drawings, catalog data , and manufacturer's technical data showing complete information on material composition, physical properties, and dimensions of new pipe and fittings . Include manufacturer's recommendation for handling, storage, and repair of pipe and fittings if damaged. b. Location and number of insertion or access pits shall be planned by Contractor and submitted in writing prior to excavation for approval by DOE. c. Method of construction and restoration of existing sewer service connections . This shall include : 1) 2) 3) Detail drawings and written description of the entire construction procedure to install pipe, bypass sewage flow and reconnection of sewer service connections. Working drawings for information only showing sewage flow bypass, and maintenance of traffic. Contractor shall provide for continuous sewerage flow . Dewatering shall be the Contractor's responsibility. Certification of workmen training for installing pipe . ASC-5 PART DA -ADDITIONAL SPECIAL CONDITIONS 4) Television inspection reports and video tapes made after new pipe installation . 6 . Delivery, Storage , and Handling: a. Transport, handle , and store pipe and fittings as recommended by manufacturer. b. If new pipe and fittings become damaged before or during installation , it shall be repaired as recommended by the manufacturer or replaced as required by the Project Manager at the Contractor's expense , befo re proceeding further. c. Deliver, store and handle other materials as required to prevent damage . 8 . MATERIALS: 11102104 1. Polyethylene Piping Material: The pipe and fitting material shall be high density , extra molecular weight (EHMW) polyethylene pipe material conforming to ASTM 01248, Type Ill, Class C, Category 5, Grade P34, and have a PPI (Plast ic Pipe Institute) recommended designation of PE3408 and cell classification 345434C per ASTM 03350. The molecular weight category shall be extra high (250 ,000 to 1,500 ,000) as per the Gel Permeation Chromatography determination procedure with a typical value qf 330,000. a. The interior of the pipe shall be a light reflective color to facilitate closed circuit television inspection. b. The pipe material shall be listed by the Plastic Pipe Institute (PPI) in PPI TR-4. The pipe material shall have as hydrostatic design basis of 1600 psi at 73 F and 800 psi at 140 F. c. The manufacturer's certification shall state that the pipe was manufactured from one specific resin and shall state the resin used and its source. All pipe shall be made of virgin material. No rework, except that obtained from the manufacturer's own production of the same formulation, shall be used . d. Pipe supplied under this specification shall have a nominal Ductile Iron Pipe Size inside diameter. The Standard Dimension Ratio (SOR) and minimum pressure rating of the pipe shall be SOR 17 -100 psi. Pipe with a lower SOR ratio and higher pressure rating may be used in lieu of the minimum specified . 2. Tests: The Contractor shall be required to send submittals to the City of Fort Worth on the production material. a . The pipe manufacturer shall provide certification that samples of the production product meets these specifications. The certification will state that production product has been tested in accordance with ASTM 02837, and validated in accordance with the latest revision of PPI TR-3. ASC -6 PART DA -ADDITIONAL SPECIAL CONDITIONS b. The pipe manufacturer shall provide certification that stress regression testing has been performed on the specific product. Certification shall include a stress life curve per ASTM 02837 and testing shall have been performed in accordance with ASTM 02837 . c. Rejection: Polyethylene plastic pipe and fittings may be rejected for failure to meet any of the requirements of this specification . C. SEWER SERVICE CONNECTIONS : 1. Sewer Service Connections : Sewer service connections shall be connected to the new pipe by mechanical or fusion methods. Once the saddle is secured , a hole shall be drilled in the pipe the full inside diameter of saddle outlet. 2. Pipe Saddles: Mechanical saddles shall be made of polyethylene pipe compound that meets the requ irements of ASTM 01248, Class C, have stainless steel straps and fasteners , neoprene gasket and backup plate . Mechanical saddles shall be Strap-on-Saddle Type as manufactured by Driscopipe or Tapping Saddle manufactured by DuPont, or approved equal. Fusion saddles shall be electrofusion branch saddles as manufactured by Central Plastics Company, or approved equal. 3. Connection to Exist ing Service : Connections to the existing sewer service connections pipe shall be made using flexible couplings. All flexible couplings shall conform to ASTM C425 and shall be as manufactured by Fernco Joint Sealer Co ., DFW Plastics, Inc. or approved equal. Backfill at serv ice connections shall be cement stabilized sand (2 sacks per cubic yard) to a point 12 inches above the service lateral to trench intersection and shall be in accordance with these specifications . The Contractor shall, upon request, permit the Engineer to take elevations on both the existing and new portions of the service connection pole to determine final grade and invert elevations . Elevation changes greater than 0.1 O feet from the house lateral piping and shall be reconnected as directed by the Engineer. 4. Service Interruptions : Service interruptions to homes shall not exceed 18 hours . D. PREPARATION : 11/02104 1. Bypassing Sewage: a . The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated . 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 w ithout sewage backup occurring to facilities connected to the sewer. ASC -7 11 /02104 PART DA -ADDITIONAL SPECIAL CONDITIONS b. The Contractor shall be responsible for continuity of sanitary sewer service to each facility connected to the section of sewer during the execution of the work. If sewage backup occurs and enters buildings, the Contractor shall be responsible for clean-up, repair, property damage costs and claims . 2. Line Obstructions: If pre-installation (TV) inspection reveals an obstruction in the existing sewer (heavy solids, dropped joints, protruding service taps or collapsed pipe) which will prevent completion of the pipe bursting/crushing process, and cannot be removed by conventional sewer cleaning equipment, then an obstruction removal shall be made by the Contractor, with the approva l of the Engineer. 3. Sags in Sewer Line : ALL SAGS AND GRADE PROBLEMS IN EXISTING SEWER LINES SHALL BE CORRECTED AS PART OF THIS CONTRACT. If the pre- construction television inspection reveals a sag in the sewer line, the Contractor shall be responsible for bringing the proposed sewer pipe to an acceptable grade without a sag. A sag is defined as any sewer line segment more than 3 feet in length which ponds water in the absence of sewage flow. The contractor shall take the necessary measures to eliminate the sag by the method of: pipe replacement, digging a sag elimination pit and bringing the bottom of the pipe trench to a uniform ~rade in line with the existing pipe invert or by other measures that shall be acceptable to the Engineer and the City. a. Identification of Sags : Sags shall be identified by television inspection in the absence of sewage flow. If available , the Contractor shall be furnished television tapes from the City identifying the sag location . Flow shall be blocked at an upstream manhole and diverted to another sewer line or downstream manhole below the segment of pipe to be inspected. TV inspection shall be performed in accordance with television inspection of sanitary sewer lines. Video tapes shall be submitted to the Department of Engineering for review. b. Correction of Sags : Sags shall be corrected by open cut and by adding additional bedding material to bring the sag back to grade where access is available . For pipe enlargement methods , all sags identified on the pre- construction video tapes shall be corrected prior to commencing with pipe enlargement. C. In instances where sags are located under existing structures, the existing sewer line may be relocated using open cut or boring methods . The Department of Engineering shall specifically review potential relocation's and evaluate the constructability , economics and engineering feasibility prior to construction work . Measurement and Payment: Measurement and payment to correct sags shall be per linear foot of pipe construction to correct the sag . For pipe bursting methods, open-cut or bore construction , the applicable bid prices in the proposal section shall apply . ASC-8 PART DA -ADDITIONAL SPECIAL CONDITIONS 4. Television Inspection: Inspection of the pipelines shall be performed by experienced personnel trained in locating breaks, obstacles and service connections by closed circuit color television . Television inspection shall be in accordance with the specifications contained herewith for "Pre-and Post- Construction Television Inspection of Sanitary Sewer Lines", Part D -Special Conditions D-35 and D-38, respectively. E. PIPE ENLARGEMENT SYSTEM AND PIPE INSTALLATION : 11/02104 1. Site Organization : a. Insertion or access pits shall be located such that their total number shall be minimized and the length of replacement pipe installed in a single pull shall be maximized . b. Existing manholes shall be utilized wherever practical. Manhole inverts and bottoms may be removed to permit access for installation equipment. c. Equipment used to perform the work shall be located away from buildings so as not to create a noise impact. Provide silencers or other devises to reduce machine noise as needed to meet requirements. d. The actual pipe enlargement procedure shall commence prior to 11 :00 AM in order to afford the contractor ample time to complete all related work within the allotted workday, which is defined as the hours between 7 :00 AM and 6:00 PM , so as not to impose on the peace and comfort of persons in the immediate vicinity. No actual pipebursting work shall be started after 11 :00 AM ; all actual pipebursting activity shall cease at 6 :00 PM. Other activities other than the actual pipebursting may continue after 6 :00 PM . 2. Finished Pipe: The installed replacement pipe shall be continuous over the entire length of each pipe segment from manhole to manhole and shall be free from visual defects such as foreign inclusions, concentrated ridges, discoloration , pitting, varying wall thickness , pipe separation, other deformities. Replacement pipe with gashes, nicks, abrasions, or any such physical damage which may have occurred during storage and/or handling, which are larger/deeper than 10% of the wall thickness shall not be used and shall be removed from the construction site. The replacement pipe passing through or terminating in a manhole shall be carefully cut out in a shape and manner approved by the Engineer. The invert and benches shall be streamlined and improved for smooth flow. The installed pipe shall meet the leakage requirements of the pressure test specified later. 3 . Pipe Jointing : a . Sections of polyethylene replacement pipe shall be assembled and joined on the job site above the ground . Jointing shall be accomplished by the heating and butt-fusion system in strict conformance with the manufacturer's printed instructions . ASC-9 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS b. The butt-fusion system for pipe jointing shall be carried out in the field by operators with prior experience in fusing polyethylene pipe with similar equipment using proper jigs and tools per standard procedures outlined by the pipe manufacturer. These joints shall have a smooth, uniform, double rolled back bead made while applying the proper melt, pressure, and alignment. It shall be the sole responsibility of the Contractor to provide an acceptable butt-fusion joint. All joints shall be made available for inspection by the Engineer before insertion. The replacement pipe shall be joined on the site in appropriate working lengths near the insertion pit. The maximum length of continuous replacement pipe which shall be assembled above ground and pulled on the job site at any one time shall be 600 linear feet. c. For situations where the replacement pipe is not pulled all the way to the manhole or if it is impossible to pull the missle all the way through, the following shall apply: At the direction of the Engineer, a 12 "-18 " full circle steel clamp shall be utilized to connect segments of the HOPE pipe . 4 . New Pipe Installation : a. Thread winch cable or chain and associated lines through sewer section to be rehabilitated. Keep lines away from pedestrian and vehicular traffi c. b. Existing manholes may be used for launch and receiving access . Remove manhole invert and bottom as required. Pull winch chain through sewer section and attach to cutter and machine head. Lower into launching manhole, apply winch tension pulling the cutter and head into the sewer until the rear of the machine is flush with the manhole wall . Attach steel starter pipe and advance assembly until the rear of the steel starter pipe is flush with the manhole wall. Lower hydraulic jack into the manhole and align . Insert new pipe by simultaneous operation of the jack and winching the cutter and head forward . 5. Anchoring New Pipe and Sealing Manholes: 6 . a. After the new pipe has been installed in the entire length of the sewer section , anchor the pipe at manholes . The new pipe shall protrude in the manholes for enough distance to allow sealing and trimming . b. Sealing the new pipe at manholes shall not begin for a minimum of ten (10) hours after installation. Provide a flexible gasket connector in the manhole - wall at the end of the new pipe, centered in the existing manhole wall. Grout flexible connector in the manhole, filling all vo ids the full thickness of the manhole wall. c. Restore manhole bottom and invert. Field Testing : ASC-10 PART DA -ADDITIONAL SPECIAL CONDITIONS a. Low Pressure Air Test of Replacement Pipe : After a manhole-to-manhole section of sanitary sewer main has been pipe burst/crushed and prior to any service lines being connected ta the replacement pipe, the pipe shall be plugged at each manhole with pneumatic plugs . The design of the plugs shall be such that they will hold against the test pressure without requiring external blocking or bracing . One of the plugs shall have three air hose connections; one for the inflation of the plug, one for reading the air pressure in the sealed line, and one for introducing air into the sealed line . Low pressure air shall then be introduced into the sealed line until the internal air pressure reaches 4.0 psig greater than the average back pressure resulting from any ground water that may be over the pipe. At least two minutes shall elapse to allow the pressure to stabilize. The time required for the internal pressure to decrease from 3.5 to 2 .5 psig greater than the average back pressure resulting from any ground water that may be over the pipe , shall not be less than the time shown for a given pipe diameter in the following table: Carrier Pipe Minimum Elapsed Diameter (inches) Time (minutes) 8 4 10 5 12 6 15 7 b. Post-Construction Television Inspection of New Pipe: Refer to Special Condition for Post-Construction Television Inspection of Sanitary Sewer. F. MEASUREMENT AND PAYMENT: 1. 2 . 3 . 4. 11102104 Pipe Installation: Pipe i nstallation will be measured for payment by the linear foot of pipe actually installed in the various d iameters of sewers measured along the centerline of the sewer from centerline to centerline of manholes. Payment will be made for the quantities measured at the unit price per linear foot for the various sewer diameters listed . Service Reconnections : Installation of sewer service connections will be measured for payment by each actually reconnected to the installed pipe . Payment will be made for the quantities measured at the unit price per each listed. Payment shall include required excavation and backfill, saddles , flexible connections , and all other incidentals necessary to successfully reconnect sewer service lines to the rehabilitated sewer. Payment shall not include pavement replacement, which if required, shall be paid separately. Sewer Cleaning by Bucket Machine: Heavy cleaning requiring more than hydraulic jet cleaning shall be performed by bucket machines . The payment for such cleaning shall be included in the bid item for Pre-Construction Telev ision Inspection of Sanitary Sewer Lines . By-pass Pumping: The Contractor shall provide diversion fo r the flow of sewage around the section or sections of pipe designated for rehabilitation . The pumps ASC-11 PART DA -ADDITIONAL SPECIAL CONDITIONS and by-pass lines shall be of adequate capacity and size to handle all flows . All costs for by-pass pumping required during installation of the pipe shall be subsidiary to pipe enlargement. 5. Subsidiary Work: Any damage to utilities and property , resulting repairs, temporary service costs , etc. shall be borne by Contractor. Repair and/or replacement of fences , sprinkler system piping and other such restoration work resulting from Contractor activities shall be considered subsidiary to the cost of the project and no additional payment will be allowed. 6. Testing: All cost for testing the replacement pipe by a pressure method will be incidental to pipe installation . DA-4 OMIT DA-5 OMIT DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT c) GENERAL : 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 ra ilroad company , as applicable. d) MATERIALS : 11102104 1. Casing Pipe : Casing pipe shall be steel conforming to ANSI 836 .1 O and the following: 2. a. Field Strength: 35,000 psi minimum. b. Wall thickness : 0 .312 in . minimum (0 .5 for railroad crossings). c. Diameter: As shown on the drawings (minimum size requirements). d. Joints : Continuous circumferential weld in accordance with AWS D1 .1. Carrier Pipe in Casing: Carrier pipe shall be as shown on drawings and as specified in the General Contract Documents . ASC-12 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 a free flowing thick slurry. e) EXECUTION 11/02104 1. 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. ASC-13 11102104 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 cas ing shall be pressure grouted . 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 t hrough the casing. A method of restricting the movement between the assembled bell and spigot where applicable shall be provided . ' d . 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 . b . C. d. As indicated on drawings and as required and directed by the Engineer sewer shall be constructed of bore and jacked ductile iron pipe . When a casing pipe is not designated on the drawings, the contractor shall provide a casing pipe if necessary to achieve line and grade. Casi ng pipe shall be provided at no additional cost and shall'be subsidiary to t he cost bid for installation By Other than Open Cut. Bore and jack in accordance with paragraph C .3. above . 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 . ASC-14 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 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 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. f) MEASUREMENT AND PAYMENT: Installation of pipe by other than open cut will be 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 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 OMIT DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR A. GENERAL: The work covered by this item consists of furnishing all labor, material , equipment, supervision, etc . necessary to construct a point repair on the portion of a service line located with in a utility easement , street right-of-way or on private property . Point repairs on private property shall only be addressed after the Contractor has received written . permission from the property owner to do the work . A blank Right-of-Entry Agreement form to be comp leted by the Contractor and the individual property owners is included at the end of th is sect ion . The Contractor shall keep a record copy of all Right- of-Entry forms obta ined and have it on hand at all times during construction . The street addresses and approximate location of service line repairs are shown in Table_ and the Field Survey Forms in Attachment _. It shall be the Contractors responsibility to accurately field locate the exact po int of repair. 8 . MATERIALS: 11102104 ASC-15 PART DA -ADDITIONAL SPECIAL CONDITIONS The pipe replacement material shall be gasketed joint , gravity PVC sewer pipe (ASTM D- 3034, SOR 26) and have a minimum cell classification of 12454 A or B as defi ned in ASTM D-1784. Installation shall be in strict compliance with the manufacturer, recommendations and the Uni-Bell Plastic Pipe Association . The method of jointing the ends of the replaced pipe with the existing pipe shall be water tight. C. EXECUTION : 11 /02104 1. After the location of the point repair is determined , the Contractor shall excavate and remove the damaged pipe and replace with new pipe . The minimum length of pipe replaced shall be three (3) feet. All work shall be performed by a licensed plumber. Determine whether additional lengths of line beyond "minimum length" criteria need replacement. Report need for additional replacement to Ci ty and obtain approval before proceeding. 2. The Contractor shall excavate , shape the bottom of the trench and place the required pipe bedding so that the grade of the replaced pipe matches the existing service line grade . 3. Numerous service line point repairs along with lateral line point repai rs and obstruction removals are located in areas which in many instances will require the removal of existing landscaping, structures , sidewalks, driveways, etc. Items removed or disturbep shall be replaced or restored to original conditions or better. 4 . Removal of Debris : Excess excavated material and debris is to be removed from the work site daily. Cost of hauling excess excavation and debris is to be included in the price bid for "Service Line Point Repair". 5. Roof and Yard Drains : At the locations indicated in Table of the Attachments . The Contractor shall disconnect roof and yard drains from the sanitary sewer service line . For yard drains , the Contractor shall excavate and remove the drain from the yard and plug the line at the property line . For roof drains , the Contractor shall remove the downspout from the drain line and plug the line to prevent inflow. In addition , the Contractor shall install an elbow fitting at the bottom of the downspout to direct runoff, away from the building, and a concrete splash pad to prevent erosion . 6. Disconnected Service Lines: At the locations indicated in Table of Attachments __ to the Special Contract Documents, the Contractor shall remove the service line no longer in use by excavating at the property line and plugging the service line. 7. Abandonment of Point Repair : If a pipe is exposed and found in good condition, not requiring a point repair, notify City Engineer who will record abandonment of point repair . Backfill the excavation , replace pavement or sidewalk and repair and seed or sod unpaved areas . ASC-16 r i..1 8. PART DA -ADDITIONAL SPECIAL CONDITIONS Cleanout Repair: The Contractor shall make appropriate repairs to cleanouts as indicated in Table and as shown on the PLANS . All cleanout repair work shall be performed by a licensed plumber. a . General This special cond ition describes the repair of san itary sewer cleanouts located on private property as designated on the 1/1 Elimination Repair plans . Repair of the cleanouts shall consist of replacing defective cleanout caps or installing new caps where none exist, such that inflow is eliminated . There will be no repairs made to the existing cleanouts that require excavation , other than what is required to expose the top of the cleanout so that the new caps can be installed . b. Materials Replacement cleanout caps shall be Dal-Caps as manufactured by Dallas Specialty & Mfg . Company, or equal. The rubber caps are held down by stainless steel clamps . c. Excavation 1) The Contractor shall submit shop drawings on all materials and equipment to be installed. 2) The Contractor is responsible for obtaining right of entry from the property owners prior to performing any work. Property owners should be notified 48 hours in advance of any work on their property. 3) The Contractor shall restore any disturbed surface to its original or better condition at no separate pay . D. MEASUREMENT AND PAYMENT: 1. 2 . 3. 4 . 11 /0 2104 Payment for service line point repair shall be on a unit price bas is for each repair performed on all sizes of service lines for the respective depths . The minimum length of service line point repair shall be three (3) feet. No separate pay if the work is done within the limits of a service line reconnect as defined in Special Condition , D-28 , "San itary Sewer Services". Measurements for extra length repair is on a linear foot basis for repairs in excess of the min imum 3 foot replacement length. All pipe fittings, adapters, concrete collars , bedding, and removal and replacements of grass sodding required shall be considered incidental to service line point repair. If no pay item is included for any work required to properly complete a service line point repair as specified , the cost to perform said work, including any required ASC-17 PART DA -ADDITIONAL SPECIAL CONDITIONS 4 . Manholes . Manholes to be coated are of brick, block , or concrete construction. Some manholes may have a cementitious sprayed or trowelled-on coating over the original interior surface. 8. MATERIALS 1. Scope. This section governs the materials required for completion of interior coating of manholes. 2. Interior_ Coating. Strong-Seal Systems MS-2A , factory-blended, cement-based , fiber-reinforced coating as manufactured by Strong-Seal Systems of Pine Bluff, AR. No material (other than clean potable water) shall be used with or added to Strong-Seal MS-2A without prior approval or recommendation from Strong-Seal Systems . 3. Material Identification. Contractor shall completely identify the types of grout, mortar, patching compounds, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Engineer. 4. Mixing and Handling. Mixing and handling of interior coating, which may be toxic under certain conditions, shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals . All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the coating operations . C. EXECUTION : 11102104 1. General. Manhole coating shall not be performed until replacement of manhole covers, sealing of manhole frame and grade adjustments, partial manhole replacement, or concrete collar construction is complete. 2. Preliminary Repairs a) b) All foreign materials shall removed from the manhole interior using high pressure water spray (minimum 3500 psi). loose and protruding brick, mortar, and concrete shall be removed using a masonry hammer and - chisel and/or scrapers. Existing roots and manhole steps shall be removed by cutting them 1" below the surface of the manhole . All unsealed lifting holes, unsealed step holes, voids larger than approximately one-half (1/2) inch in thickness shall be filled with rapid- setting, trowel-applied patching compound prior to spray application of the MS-2A coating. ASC-34 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS c) Active leaks shall be stopped using rapid-setting hydraulic cement products specifically for that purpose and according to manufacturer's recommendation . Some leaks may require grouting to stop the inflow. Grouting shall be performed in accordance with Section DA-20. Contact Strong-Seal Systems for grouting recommendations. d) After all repairs have been completed, remove all loose material. 3. Temperature. Normal interior coating operation shall be performed at temperatures of 40 Degrees F or greater. No application shall be made when freezing is expected within 24 hours . If ambient temperatures are in excess of 90 Degrees F, precautions shall be taken to keep mixing water below 85 Degrees F, using ice if necessary. 4. Interior Manhole Coating a) The interior coating shall be applied to the manhole from the top of the bench/trough to the top of the corbel or flattop , including the bench/trough. b) The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure . 1) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi). 2) Place covers over invert to prevent extraneous material from entering the sewer. 1) The surface prior to application shall be damp without noticeable free water droplets or running water. MS-2A material shall be spray applied (us ing a manufacturer approved application machine) to a uniform thickness of 1" minimum . Troweling shall begin immed iately following the spray application . The trowelled surface shall be smooth with no evidence of previous void areas . 2) The application shall have a minimum of four hours (4) cure time before being subjected to active normal flows. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. 3) Traffic shall not be allowed over manholes for 12 hours after reconstruction is complete . 5. Testing of Rehabilitated Manholes a) b) Testing of rehabilitated manholes for water-tightness shall be performed by . the contractor after operations are complete in accordance with Section DA-21 . At least four (4) 2-inch cubes of the coating material shall be taken from each day 's work with the date , location and job recorded on each . The cubes shall be sent to Strong-Seal Systems, Pine Bluff, AR , for testing. A ASC-35 PART DA -ADDITIONAL SPECIAL CONDITIONS compression test will be made according to ASTM C-109, and the results will be furnished to the engineer and the owner. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per each manhole coated . The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing necessary to complete the work . Grouting , if necessary to stop active leaks in manhole well areas, shall be included in the above unit price . Grouting of the pipe seals, bench and trough , and lower portion of a particular manhole, if required by the Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately. DA-18 OMIT DA-19 OMIT DA-20 OMIT DA-21 OMIT • DA-22 OMIT 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 Engin.eer (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 the covered manholes and valves and expose them for later adjustment. Upon complet ion 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: 11/02104 Company Telephone Number Southwestern Bell Telephone Texas Utilities Ext . 2121 Lone Star City of Fort Worth, Street Light and Signal 338-6275 336-9411 336-8381 Ext. 6982 871-8100 ASC-36 Contact Person "Hot Line" Mr. Roy Kruger Mr. Jim Bennett Mr. Jim Bob Wakefield PART DA -ADDITIONAL SPECIAL CONDITIONS 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 facilit ies. Any deviation from the above procedure and allotted working days may result in the shut down of the resurfacing operation by the Construction Engineer. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. DA-24 REPLACEMENT OF CONCRETE CURB AND GUTIER 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 ta this unit price , will be the required sawcut excavation, as per spec ification 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. DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS This item shall include the removal and replacement of existing concrete driveways, due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site. For · specifications governing this item see Item No . 104 "Removing Old Concrete", Item No . 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No . S-S5 of the Standard Specifications . The unit price bid per square yard shall be full compensation for all labor, material , equipment, supplies, and incidentals necessary to complete the work . DA-26 REPLACEMENT OF H.M .A.C. eAVEMENT AND BASE 11/02104 ASC-37 PART DA -ADDITIONAL SPECIAL CONDITIONS The contractor shall remove all existing deformed H .M.A.C . pavement and/or bad base material that shows surface deterioration and/or complete failure . The Engineer will identify these areas upon which time the contractor will begin work. The failed area shall be saw cut, or other similar means, out of the existing pavement in square or rectangular fashion . The side faces shall be cut vertically and all failed and loose material excavated . As a part of the excavation process , all unsatisfactory base material shall be removed , if required, to a depth sufficient to obtain stable sub-base. The total depth of excavation could range from a couple of inches to include the surface.-base-some sub-base removal for which the Engineer will select the necessary depth . The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated material shall be hauled off site , the same day as excavated, to a su itable dump site. After satisfactory completion of removal as outlined above, the contractor shall place the permanent pavement patch, with "Type D" surface mix. This item will always be used even if no base improvements are required. The proposed H.M .AC. repair shall match the existing pavement section or the depth of the failed material, whichever is greater. However, the patch thickness shall be a minimum of 2 inches. Generally the existing H .M.AC. pavement thickness will not exceed 6". Before the patch layers are applied , any loose material, mud and/or water shall be removed . A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth , made in preparation to accept the recycling process . All applicable provisions of Standa~d Specification Item Nos. 300 "Asphalts, Oils , and Emulsions", 304 "Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work. The unit price bid per cubic yard shall be full compensation for all materials , labor, equipment and incidentals necessary to complete the work. DA-27 GRADED CRUSHED STONES This item shall be used to repair the failed base material in areas exceed 8" deep as directed by the Engineer. The material shall be graded crushed stones. For specifications governing this item see Item No. 208 "Flexible Base". The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-28 OMIT DA-29 OMIT DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) All applicable provisions of Standard Specifications , Item Nos . 312 "Hot-Mix Asphaltic Co n crete", 300 "Asphalts, Oils and Emulsions", 304 "Prime Coat", and 313 "Central Plant Recycling-Asphalt Concrete" shall apply to the construction methods for this portion of the project. Standard Specification 312 .5 (1) shall be revised as follows: The prime coat, tack coat, or the asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit 11102104 ASC-38 PART DA -ADDITIONAL SPECIAL CONDITIONS and rising, the temperature being taken in the shade and away from artificial heat. Asphaltic material shall also not be placed when the wind conditions are unsuitable in the opinion of the Engineer. The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City approval 48 hours prior to placing the H.M .A.C . overlay. The City will provide laboratory control as necessary. The unit price bid per square yard of H.M .A.C. complete and in place, shall be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER This item shall include the removal and reconstruction of existing concrete valley gutters at locations to be determined in field: Removal of existing concrete valley, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item . Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be subsidiary to this Pay Item. See standard specification Item No . 314, "Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included . Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". Asphalt base material may be required at times as directed by the Engineer to expedite the work at locations identified in the field. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days . If the contractor fails to complete the work on each half within seven (7) calendar days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials , labor, equipment, tools and incidentals necessary to complete the work. DA-32 NEW 7" CONCRETE VALLEY GUTTER This item shall include the construction of concrete valley gutters at various locations to be determined in field . Removal of existing, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsid iary to this pay item . Furn ishing 11/02104 ASC-39 PART DA -ADDITIONAL SPECIAL CONDITIONS and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsidiary to this Pay Item. See standard specification Item No. 314", Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation"· Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley gutter at a time, and the other ha lf shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. If the Contractor fails to complete the work on each half within seven (7) calendar days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day . The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials , labor, equipment , tools and incidentals necessary to complete the work . DA-33 NEW 4" STANDARD WHEELCHAIR RAMP The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed details, or as directed by the Engineer. The removal of existing substandard wheelchair ramps and sidewalk as required for the installation of new wheelchair ramps shall be subsidiary to this pay item. The removal and replacement of existing curb and gutter as required for the installation of new wheelchair ramps shall be included in Pay Item 5 (Removal and Replacement of Curb and Gutter). Pay limits for laydown curb and gutter are as shown in the Standard Pay Limit Detail (WR-1 ). The pay limit will extend from 9" outside the lip of gutter to 15" back from the face of curb . Any asphalt tie-in shall be subsidiary to the curb and gutter pay item. Pay limits for "Standard Wheelchair Ramp" will start 15" back from the face of curb and encompass the remainder of the ramp and sidewa lk. All applicable provision of standard Specifications Item 104 "Removing Old Concrete" and Item 504 "Concrete Sidewalk Driveways" shall apply except as herein modified . All concrete flared surface shall be colored with LITHOCHROME color hardener as manufactured by LM. Scofield Company or equal. The color hardener shall be brick red color and dry-shake type , and shall be used in accordance with manufactures instructions. Concrete stain may be applied after concrete is poured (Product sold by BAER). "Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specification . The sample, upon approval by the Engineer, shall be the acceptable standa rd to be applied for all construction covered in the scope of this pay item. The method of application shall be by screen, sifter, sieve or other means in order to provide for a uniform color distribution." 11102/04 ASC-40 PART DA -ADDITIONAL SPECIAL CONDITIONS The unit price bid per square yard for 6" standard wheelchair ramp as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. DA-34 OMIT DA-35 OMIT 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 d irected by the Engineer. Please refer to "Roadway Markers Specifications". DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING A. GENERAL: 11 /02104 Where known by the design engineer, the locations of potentially petroleum contaminated material (soil) that may be encountered during excavation and/or construction activities will be shown on the plans . For all locations where material is excavated and suspected of being contaminated with petroleum products , whether known or not, these special conditions are to be followed . The contractor is also to follow all applicable Federal. State and Local regulations when handling known or suspect contaminated mate rials (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 the City prior to beginn ing 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 . ASC -41 PART DA -ADDITIONAL SPECIAL CONDITIONS d. All applicable City of Fort Worth (City) regulatory requirements. e. All applicable NIOSH standards . f . All applicable TNRCC requirements . 3. SUBMlnALS 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 proposed excavation and handling methods , proposed carriers for contaminated materials, waste disposal site, and a list of any permits that may be required for PPCM handling or contaminated materials disposal. The above data must be compiled and arranged in a format that is acceptable to the Texas Natural Resource Conservation Commission (TNRCC). d. Contractor shall submit actual limits of PPCM excavation, as prepared by his qualified environmental consultant(s) and testing lab . e. Contractor shall submit for review the proposed carrier pipe material to be used with the actual limits of PPCM excavation , including pipe gasket and carrier pipe coating or liner. 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: 11/02104 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 ASC-42 / 11/02/04 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 (PIO) or a flame ionization detector (FID). A reading of 20 ppm above ambient conditions or greater on PIO 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 PIO 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 PIO or FID shall be calibrated according to manufactures instructions. d. Water encountered during excavation or dewatering shall be considered to be potentially contaminated if there is a visible sheen, a hydrocarbon odor, adjacent soil that appears visually to be contaminated by hydrocarbons or at ·any time the Contractor has reason to believe that hydrocarbon contamination may have occurred . The Contractor shall immediately notify the City and the TNRCC whenever contaminated water is encountered. a. The Contractor shall contact the City whenever contamination from any source is suspected . 3. HANDLING POTENTIALLY PETROLEUM CONTAMINATED SOIL (PPCS) a. Contractor shall coordinate with the City to determine a suitable location for the stockpiling of contaminated soil. The following procedure shall be followed in preparing the chosen site: 1. Provide a diked enclosure large enough to hold all material and prevent runoff. 2. The diked area shall be lined with 20-30 mil plastic tp prevent seepage into the existing soil. 3. At the end of each work day, Contractor shall completely cover stockpile with 20 mil plastic. During the day, the Contractor shall keep the stockpile covered, as necessary, to prevent release of contaminated materials due to rain or wind . 4. Sampling and evaluation of materials will be performed at the Contractor's expense. (The City of Fort Worth will provide laboratory services) ASC-43 11/0 2104 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 fo r 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 classificat ions . 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 furnish ing 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 responsibil ity of the Contractor to obtain the necessary permit(s) and to perform all testing required by the City of Fort Worth Pretreatment Services Division . d. All treated water shall be discharged into a Contractor supplied Frac Tank, sampled , and analyzed before discharge into the sewer system . e. The product that is recovered shall be disposed of in accordance with all applicable regulations . Any phase separate product recovered from the 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 ASC-44 - PART DA -ADDITIONAL SPECIAL CONDITIONS a. In order to maintain safe working conditions, the vapor concentrations should not exceed 20 percent of the Lower Explosive Limit (LEL). During construction, measures should be taken to maintain LEL levels below 20 percent in all working areas. b. To monitor vapor levels and oxygen levels a combustible gas indicator (CGI) with a LEU02 meter should continuously operate in the working area. The CGI should be properly calibrated and should have an alarm that sounds if 20 percent LEL is reached. Monitoring data from the GCI should be recorded periodically to determine if ventilation or other methods are effective. In the event local health and safety agencies require more stringent monitoring, the local regulations must be implemented. D. MEASUREMENT AND PAYMENT: Payment for handling PPCS, PPCW and Vapor Concentrations, obtaining and paying for any permits required, hiring the services of a qualified professional environmental consultant(s), environmental issues, stockpiling and all issues included and incidental to this section will be full compensation for all labor, equipment, materials, and supervision . Measurement and Payment for this section will be per linear foot of trench excavated where the excavated material is handled as a contaminated material. No separate payment will be made for handling of contaminated water, vapor concentrations, sampling, stockpiling, etc. DA-38 LOADING, TRANSPORTING, AND DISPOSAL OF CONTAMINATED SOIL -A 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. B. WASTE MANIFESTS: 11/02104 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 ASC-45 PART DA -ADDITIONAL SPECIAL CONDITIONS SIGNED MANIFEST FORMS that are in agreement with regard to the type and amount of waste removed from the site and received by the treatmenUdisposal facility. The Contractor shall immediately resolve any manifest discrepancies . Completed Manifests shall be returned ta 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 lim ited to landfill fees, transportation costs and landfill operator requested analytical testing and waste characterization. DA-39 OMIT DA-40 OMIT DA-41 OMIT DA-42 OMIT DA-43 UNCLASSIFIED STREET EXCAVATION This item will be used if additional excavation is needed that is not covered by "8" PAVEMENT PULVERIZATION". Additional Excavation is the removal of the excessive crown and base to bring the new base to proper grade and City standard specifications for street reconstruction . All applicable provisions of Item No . 106 "Unclassified Street Excavation" shall apply, work shall be paid per cubic yard. DA-44 6" PERFORATED PIPE SUBDRAIN This item shall consist of furnishing and installing 6" perforated subdrain and filter material all as shown on the enclosed details, or as directed by the Engineer. All applicable provis ion of standard Specifications Item 500 "SUBDRAINS" shall apply except as herein modified. The pipe material shall be poly vinyl chloride (PVC) with the standard dimensional ratio of 35 (SDR35) and meet the ASTM D 1784. Filter shall have the capability of passing ground water without transporting the soil placed around the filter fabric. The fabric shall be constructed exclusively of synthetic thermoplastic fibers and may be either woven or non- woven to form a mat of uniform quality. Fabric fiber may be either continuous or discontinuous and oriented in either a random or an aligned pattern throughout the fabric . The fabric shall be mildew resistant, rot proof, shall be satisfactory for use in a wet soil and aggregate environment, contain ultraviolet stabilizers and have nonravelling edges. 11/02104 ASC-46 PART DA -ADDITIONAL SPECIAL CONDITIONS The fabric shall meet the following requirements when sampled and tested in accordance with the methods indicated. Test Original Physical Properties Fabric weight, on an ambient Temperature air-dried tension free sample , expressed in oz/sq . yd . Water flow rate by fall ing head method , 7.9 inches (20 cm) to 3.9 inches (1 O cm) on 2 inch ID cylinder with 1 inch diameter orifice, with flow rate expressed in gal/sq . ft/minute . Method Requirements SDHPT Test Method Tex-616-J "Testing of Construction Fibers " Tex-616-J 4.0 minimum for under drains and Slope Stabilization, 6.0 minimum for Gabions Revetment 80 minimum Breaking load in either machine or ASTM Designation : 100 minimum cross-machine direction , expressed D 1682 grab method G as in pounds . modified by Tex-616-J Equivalent opening Standard sieve no.) size (US CW-02215, US Army Corps of 70 to 100 Engineers , Civil Works Construction Guide Specification. "Plastic Filter Fabric: November, 1977 . "Apparent elongation " at breaking AST, Designation : 100 maximum load in either mach ine or cross-D 1682 grab method G as machine direction, expressed as modified by Tex-616-J percent. The "Filter Fabric" shall be installed in accordance with the manufacturer's recommendations, as indicated or as directed by the Engineer. When lapping is required, it shall be in accordance with the manufacturer's recommendations. Backfilling around the Filter Fabric shall be done in such a way as not to damage the Filter Fabric material during the placement. The unit price bid per L.F . shall be full compensation for all labor, materials, equipments, tools, and incidentals necessary to complete the work. DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS This item shall include the removal and replacement of existing concrete sidewalk due to failure or in situation where curb and gutte r is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item see Item No. 104 "Removing Old Concrete ", and Item No. 504 "Concrete Sidewalk and Driveways ". The unit price bid per square yard shall be full compensation for all labor, material, equipment , supplies, and incidentals necessary t o complete the removal and replacement work. 11102104 ASC-4 7 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-46 OMIT DA-47 PAVEMENT REPAIR IN PARKING AREA The unit price bid under appropriate BID ITEM(S) of the Proposal shall cover all cost for prov iding pavement repair equal to or superior in composition . thickness , etc ., to existing pavement. All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench , a minimum of twelve (12) inches outside the trench walls . The trench shall be backfilled and the top nine (9) inches shall be filled with crushed limestone base material , compacted and level with the finished adjacent surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced . DA-48 EASEMENTS AND PERMITS Easements and permits, both temporary and permanent , have been secured for this project at this time and made a part thereto . Any easements and/or permits , both temporary and permanent , that have not been obtained by the time of publication shall be secured before construction starts. No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained. The Contractor's attention is directed to the easement description and permit requirements , as contained herein, along with any special conditions that may have been imposed on these easements and permits . Where the pipel ine 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 . DA-49 OMIT DA-50 CONCRETE ENCASEMENT Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall conform to Fig. 113 ; for water line encasements it shall conform to Fig . 20 of the General Contract Documents . Requirements for such encasement are specified in Sections E 1-20 and E2-20 of the General Contract Documents. Payment for work such as forming, placing, and fin ishing includ ing all labor, tools , equipment and material necessary to complete the work shall be included in the linear foot price bid for Concrete Encasement. DA-51 CONNECTION TO EXISTING STRUCTURES All connections between proposed and exist ing facil ities, shall consist of a watertight seal. Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requi rements of Section E1-20 and E2-20 of the General Contract Documents . Prior to concrete placement , a gasket, RAM-Nek or approved equal shall be installed around penetrating pipe . 11/02104 ASC -48 - - - PART DA -ADDITIONAL SPECIAL CONDITIONS Payment for such work as connecting to existing facilities including all labor, tools, equipment , and material necessary to complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM. DA-52 OMIT DA-53 OMIT DA-54 WATER SAMPLE STATION GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up th is item at the Field Operations Warehouse . PAYMENT FOR FIGURE 34 INSTALLATIONS : Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall ,be included in the price bid for Service Taps to Main . Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for the water main. 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. DA-55 CURB ON CONCRETE PAVEMENT Standard Specification Item 502 shall apply except as herein modified . INTEGRAL CURB: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab . The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab . SUPERIMPOSED CURB: Concrete shall have a minimum compressive strength of three thousand (3,000) pounds per square inch at twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7} U.S. gallons per sack (94 lbs .) of Portland Cement. The slump of the 11 /02104 ASC-49 PART DA -ADDITIONAL SPECIAL CONDITIONS concrete shall not exceed three (3) inches . A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required. PAYMENT: Payment shall be made for cutting and replacing curbs and gutters required in this Project under the appropriate bid item and shall be in compliance with Public Works Department standard requirement Item 502. DA-56 SHOP DRAWINGS 1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material schedules as may be required by the Engineer for his review . Submittals may be checked by and stamped with the approval of the Contractor and identified as the Engineer may require. Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated actions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data. Processed shop drawing submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts between submittals and the desigQ drawings and/or specifications are discovered, either prior to or after submittals are processed, the design drawings and specifications shall govern. The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of constriction, coordination of his work with that of other trades and satisfactory performance his work. The Contractor shall check and verify all measurements and review submittals prior to being submitted, and sign or initial a statement included with the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application. Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form . 2. Shop drawings shall be submitted for the following items prior to installation: List the required submittals here Additional shop drawing requirements are described in some of the material specifications. 3 . Address for Submittals -The submittals shall be addressed to the Project Manager: 11/02104 (Project Manager) City of Fort Worth 1000 Throckmorton Fort Worth, TX 76102 ASC-50 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-57 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 When H.M.A.C. greater than 9 inches in depth is encountered , it shall be replaced with a combination of H.M.A.C. and 2:27 concrete base, as determ ined by the Engineer, to achieve the required thickness of pavement. DA-60 ASPHALT DRIVEWAY REPAIR ' At locations where H.M.A.C . driveways are encountered , such driveways shall be completely replaced for the full extent of utility cut with H.M.A.C . equal to or better than the existing driveway. DA-61 TOP SOIL Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction, Item 116, except as follows: All labor, equipment, tools and incidentals shall be included in the square yard bid price for the top soil. DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT This item shall include raising or lowering an existing meter box to the parkway grade specified No payment will be made for adjusting existing boxes which are within 0.001 feet of spec ified parkway grade . The unit price bid shall be full and sufficient payment for all labor, equipment and materials used in the adjustment of the meter box. DA-63 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased . Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities . To the extent that C4-4 .3 conflicts with this provision , this provision controls . No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. 11102104 ASC-51 PART DA -ADDITIONAL SPECIAL CONDITIONS In particular, the Contractor shall be aware that it is the City's intention that the quantities in Unit I be used on an "emergency" basis only. 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. A contract in the amount of $200,000 (see Options to Renew) shall be awarded with final payment 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. It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City bit will in not case exceed $200,000 (see Options to Renew) including all change orders . DA-64 OMIT DA-65 CRUSHED LIMESTONE (FLEX-BASE) 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 The City has the right to renew this contract for three (3) one year terms/expenditures of $200,000 under the same terms, conditions, and unit prices. The City shall give at least sixty (60) days notice prior to the expiration of one year from the date of execution of this contract or of an option period or a like notice at such time as there is less than $20,000 left unexpended . DA~67 NON-EXCLUSIVE CONTRACT This contract is non-exclusive. During the term of this contract or any renewal hereof, the City reserves the right to advertise and award another contract for like or similar work. If a second contract is awarded, the City further reserves the right to issue work orders under either contract as it deems in its best interest, without recourse. DA-68 CONCRETE VALLEY GUTTER This item shall include the repair/replacement of existing concrete valley gutters as directed by the Engineer. The proposed valley gutters will be constructed according to the detail included in these documents as well as conforming to Specification Item No. 314 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. The unit price bid for this item shall be full compensation for all materials (including applicable sub-base), labor, equipment and incidentals necessary to complete the work. DA-69 OMIT DA-70 OMIT 11/02104 -ASC-52 - PART DA -ADDITIONAL SPECIAL CONDITIONS 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 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 max imum of 20% rap may be used. No Rap may be used in type "D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the contractor is approved for placement of the asphalt. The contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities. The required Density for Type "B" and for Type "D" asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing. After a rolling pattern is established , densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B" and "D" asphalt. Densities on type "B" must be done before Type "D" asphalt is applied . Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied . Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness. ' 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 The relocation and reconnection of sprinkler system control valve and box 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. A minimum of twenty-four (24) hours advance notice shall be given when service interruption will be required . When the relocation is required, separate payment will be allowed for the relocation of sprinkler back-flow preventer or control valve and box. Payment for all work and material such as back-fill, fittings, five (5) feet of PVC Schedule 40 and all material labor, and equipment used by and for the licensed plumber shall be included in the price bid for the relocation of sprinkler back-flow preventer or control valve and box . All other costs will be included in other appropriate bid item(s). DA-74 RESILIENT-SEATED GATE VALVES Any resilient-seated gate valves supplied for this contract shall conform to Material Standard 11/02/04 ASC-53 PART DA -ADDITIONAL SPECIAL CONDITIONS E1-26, STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES, w it h the exception of size requirements in sections E-26 .1. All resilient-seated gate valves shall be mechanical joints and be approved on the City of Fort Worth Standard Product List. DA-75 EMERGENCY SITUATION, 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 with in 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 , not ifying 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 The following is an addendum to E1-17, Copper Water Service Lines and Copper Alloy Couplings : All fittings used for 1 W' and 2" water services lines shall be compression fittings of the type produced with an internal "gripper rJng 11 as manufactured by the Ford Meter Box Co., Inc., Mueller Company, or approved equal. Approved equal products shall submit shop drawings and manufacturer's catalog information for approval. Contractor shall make all cuts to the copper tubing with a copper tubing cutter tool specifically designed for this purpose in order to provide a clean, square cut. The use of hacksaws or any other type of cutter will not be allowed. Prior to installing the compression fittings, the copper tubing will be made round by the use of a "rounding tube " specifically made for that purpose . Payment for all work and materials associated with 1 % " and 2" copper services shall be included in the price of the appropriate bid item . DA-77 OMIT DA-78 OMIT DA-79 OMIT DA-80 OMIT DA-81 OMIT DA-82 OMIT DA-83 OMIT 11/02104 ASC-54 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-84 OMIT DA-85 OMIT DA-86 OMIT DA-87 OMIT DA-88 OMIT DA-89 OMIT DA-90 OMIT DA-91 OMIT DA-92 OMIT DA-93 OMIT DA-94 OMIT DA-95 OMIT DA-96 OMIT DA-97 OMIT DA-98 OMIT DA-99 OMIT DA-100 OMIT DA-101 OMIT DA-102 OMIT DA-103 OMIT DA-104 OMIT DA-105 OMIT DA-106 OMIT -11 /02104 ASC-55 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-107 OMIT DA-108 OMIT DA-109 OMIT DA-110 OMIT DA-111 OMIT DA-112 OMIT DA-113 OMIT DA-114 OMIT DA-115 OMIT DA-116 OMIT DA-117 OMIT DA-118 OMIT 11102/04 ASC-56 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 1. SCOPE OF WORK .................................................................................................................... SP-4 2. AWARD OF CONTRACT .......................................................................................................... SP-4 3. PRECONSTRUCTION CONFERENCE .................................................................................... SP-4 4. EXAMINATION OF SITE .......................................................................................................... SP-4 5. BID SUBM ITTAL ........................................................................................................................ SP-5 6. WATER FOR CONS T RUCTION ............................................................................................... SP-5 7. SANITARY FACILITIES FOR WORKERS ................................................................................ SP-5 8. PAYMENT .................................................................................................................................. SP-5 9. SUBSIDIARY WORK ................................................................................................................. SP -5 10 . LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ........................................................................................................................ SP-5 11 . WAGE RA TES ........................................................................................................................... SP-5 12 . EXISTING UTILITIES ................................................................................................................ SP -5 13 . PARKWAY CONSTRUCTION ................................................................................................... SP-5 14 . MATERIAL STORAGE .............................................................................................................. SP-6 15 . PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS ........................................... : ................................................................. SP-6 16 . INCREASE OR DECREASE IN QUANTITIES .......................................................................... SP -6 17 . CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS ................................................ SP-6 18 . EQUAL EMPLOYMENT PROVISIONS ..................................................................................... SP-6 19. MINORITY AND WOMENS BUSINESS ENTERPRISE {M/WBE) COMPLIANCE ........................................................................................................... SP-7 20 . FINAL CLEAN UP ...................................................................................................................... SP-8 21 . CONTRACTOR 'S COMPLIANCE WITH WORKER 'S COMPENSATION LAW ............................................................................................................. SP-8 22 . SUBSTITUTIONS ...................................................................................................................... SP-11 23 . MECHANICS AND MATERIALSMEN 'S LIEN ........................................................................... SP-11 24 . WORK ORDER DELAY ............................................................................................................ SP-11 25 . WORKING DAYS ...................................................................................................................... SP-11 26 . RIGHT TO ABANDON .............................................................................................................. SP-11 27 . CONSTRUCTION SPECIFICATIONS ...................................................................................... SP-11 28 . MAINTENANCE STATEMENT ................................................................................................. SP -11 29 . DELAYS ...................................................................................................................... SP -11 30 . DETOURS AND BARRICADES ............................................................................................... SP-12 31 . DISPOSAL OF SPOIUFILL MATERIAL ................................................................................... SP-12 32 . QUALITY CONTROL TESTING ............................................................................................... SP-12 33 . PROPERTY ACCESS .............................................................................................................. SP -1 3 34 . SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ...................................... SP-13 35 . WATER DEPARTMENT PRE -QUALIFICATIONS ................................................................... SP -1 3 36 . RIGHT TO AUDIT ..................................................................................................................... SP -13 37 . CONSTRUCTION STAKES ...................................................................................................... SP-14 38 . LOCATION OF NEW WALKS AND DRIVEWAYS ................................................................... SP -14 39 . EARLY WARNING SYSTEM FOR CONSTRUCTION .............................................................. SP-14 40. AIR POLLUTION WATCH DAYS ............................................. , ................................................ SP-15 05 /27/05 SP-1 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents CONSTRUCTION ITEMS : 41. PAY ITEM -UNCLASSIFIED STREET EXCAVATION ............................................................. SP-15. 42 . PAY ITEM -7" REINFORCED CONCRETE PAVEMENT ........................................................ SP -16 43. PAY ITEM -SILICONE JOINT SEALING FOR CONCRETE PAVEMENT ............................... SP-16 44 . PAY ITEM -7" CONCRETE CURB ............................................................................................ SP-20 45 . PAY ITEM -RETAINING WALL ................................................................................................. SP-20 46 . PAY ITEM -REPLACE EXIST. CURB AND GUTTER .............................................................. SP-20 47 . PAY ITEM -HMAC TRANSITION .............................................................................................. SP-20 48 . PAY ITEM -6" PIPE SUBDRAIN ............................................................................................... SP-20 49 . PAY ITEM -TRENCH SAFETY ................................................................................................. SP-20 50 . PAY ITEM-6" THICK LIME STABILIZED SUBGRADE & CEMENT FOR SUBGRADE STABILIZATION ................................................................................................... SP -21 51. PAY ITEM -6" HMAC PAVEMENT (THICKNESS TOLERANCES AND HMAC TESTING PROCEDURES) ................................................................................................. SP -21 52 . PAY ITEM -CONCRETE FLAT WORK (CURB, CURB & GUTTER, SIDEWALKS, LEADWALKS, WHEELCHAIR RAMPS AND DRIVEWAYS) ................................. SP-22 53 . PAY ITEM-REMOVE EXISTING CONCRETE SIDEWALK, DRIVEWAYS , STEPS , LEADWALKS AND WHEELCHAIR RAMPS .......................................................... SP-22 54 . PAY ITEM -REMOVE EXISTING CURB AND GUTTER .......................................................... SP-22 55. PAY ITEM -REMOVE EXISTING CURB INLET ....................................................................... SP-22 56 . PAY ITEM -6 " THICK REINFORCED CONCRETE DRIVEWAY ............................................. SP-23 57 . PAY ITEM -REMOVE AND CONSTRUCT CONCRETE STEPS ............................................. SP-23 58 . PAY ITEM-4' STANDARD CONCRETE SIDEWALK, LEADWALKAND WHEELCHAIR RAMP ............................................................................................ SP-23 59 . PAY ITEM -REMOVE AND REPLACE FENCE ........................................................................ SP-23 60. PAY ITEM -STANDARD 7" CURB AND 18 " GUTTER ............................................................. SP-24 61 . PAY ITEM -REMOVE AND RECONSTRUCT MAILBOXES/ MISCELLANEOUS ................... SP-24 62 . PAY ITEM -BORROW ............................................................................................................... SP -24 63 . PAY ITEM -CEMENT STABILIZATION .................................................................................... SP-24 64 . PAY ITEM -CEMENT ............................................................................................................... SP-24 65 . PAY ITEM -NEW7" CONCRETE VALLEY GUTTER ............................................................... SP-24 66. PAY ITEM -STORM DRAIN INLETS ........................................................................................ SP-25 67. PAY ITEM -TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN .............................................................................................. SP-25 68 . PAY ITEM-STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS EQUAL TO OR GREATER THAN 1 ACRE) .......................................................... SP-25 69 . PRE BID ITEM -PROJECT DESIGNATION SIGN ..................................... : ............................. SP-27 70 . PRE BID ITEM -UTILITY ADJUSTMENT ................................................................................. SP-27 71 . PRE BID ITEM -TOP SOIL ....................................................................................................... SP-28 72 . PRE BID ITEM -ADJUST WATER VALVE BOX ...................................................................... SP-28 73 . PRE BID ITEM -MANHOLE ADJUSTMENT ............................................................................ SP -28 74 . PRE BID ITEM -ADJUST WATER METER BOX ..................................................................... SP -28 75 . NON -PAY ITEM -CLEARING AND GRUBB ING ...................................................................... SP-28 76 . NON-PAY ITEM -SPRINKLING FOR DUST CONTROL ......................................................... SP-28 77 . NON -PAY ITEM -PROTECTION OF TREES , PLANTS AND SOIL.. ....................................... SP -28 78 . NON-PAY ITEM -CONCRETE COLORED SURFACE ........................................................... SP-29 05/27/05 SP -2 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 79 . NON-PAY ITEM -PROJECT CLEAN-UP ................................................................................. SP-29 80 . NON-PAY ITEM -PROJECT SCHEDULE ................................................................................ SP-29 81 . NON-PAY ITEM -NOTIFICATION OF RESIDENTS ................................................................ SP-29 82. NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION ........ SP-29 83 . NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING ............................... SP-30 84 . NON-PAY ITEM -WASHED ROCK .......................................................................................... SP-30 85 . NON-PAY ITEM -SAWCUT OF EXISTING CONCRETE. ........................................................ SP-30 86 . NON-PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ................................................................................. SP-30 87. NON-PAY ITEM -TIE-IN INTO STORM DRAIN STRUCTURE ................................................ SP-31 88 . NON-PAY ITEM-SPRINKLER HEAD ADJUSTMENT ............................................................. SP -31 89. NON-PAY ITEM-FEE FOR STREET USE PERMITS AND RE-INSPECTIONS .................... SP-31 90 . NON PAY ITEM -TEMPORARY EROSION , SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) .......................... SP-31 91 . NON PAY ITEM -TRAFFIC CONTROL ................................................................................... SP-32 05/27/05 SP-3 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR: 2004 CAPITAL IMPROVEMENT PROGRAM, CONTRACT 35 BLACKMORE AVENUE (PREVOST ST. TO HERVIE ST.) KILPATRICK AVENUE (ELDRIDGE ST. TO DEAD END) KILPATRICK AVENUE (HERVIE ST. TO BOURINE ST.) UNIT I: Water Project No. P253-531200-70717-002983 UNIT I: Sewer Project No. P258-531200-60717-002983 UNIT II : T/PW Project No. C200-513200-20740-002983 DOE NO. 5146 Water/Sewer Project No. X-19058 T/PW File No. K-1958 1 . SCOPE OF WORK: The work covered by these plans and specifications consist of the following : Reconstruction of 7" reinforced concrete pavement, and water and sanitary sewer improvements for Blackmore Avenue {Prevost Street to Hervie Street}, Kilpatrick Avenue (Eldridge Street to East Dead End) and Kilpatrick Avenue (Hervie Street to Bourine Street) and all other miscellaneous items of construction to be performed as outlined in the plans and specifications which are necessary to satisfactorily complete the work . 2 . AWARD OF CONTRACT: Submission of Bids: Unit I and Unit II constitute a package. If the Contractor submits a bid on both Unit I and Unit II and has the lowest responsive proposal price, the Contractor will be the apparent successful bidder for this project. The Contractor can bid either the HMAC alternate and/or the Concrete alternate. The additive alternate must be included in any bid . Bidders are hereby informed that the Director of the Department of Engineering reserves the right to evaluate and recommend to the City Council the best bid that is considered to be in the best interest of the City. 3 . PRECONSTRUCTION CONFERENCE : The successful Contractor, Engineer , and City -City shall meet at the call of the City for a preconstruction conference before any of its work begins on this project. At this time , details of sequencing of the work, contact individuals for each party , request for survey , and pay requests will be covered . Prior to the meeting , the Contractor shall prepare schedules showing the sequencing and progress of their work and its effect on others . A final composite schedule will be prepared during this conference to allow an orderly sequence of project construction . As used herein , the term "Engineer" shall mean the design engineer who prepared and sealed the plans , specifications and contract documents for this project. 4 . EXAMINATION OF SITE : It shall be the responsibility of the prospective b idder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions that may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed . Proper consideration should be given to these details duri ng preparation of the Proposal and all unusual conditions that may give rise to later contingencies should be brought to the attention of the City prior to the submission of the Proposal. During the construction of this project, it is required that all parkways be excavated and shaped including bar ditches at the same time the roadway is excavated . Excess excavation will be disposed of at locations approved by the Engineer. 05/27/05 SP-4 During construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes . 5 . BID SUBMITIAL: Bidders shall not separate, detach or remove any portion , segment or sheets from the contract documents at any time . Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids as appropriate and as determined by the Director of the Department of Engineering . 6 . WATER FOR CONSTRUCTION : Water for construction will be furnished by the Contractor at his own expense . 7 . SANITARY FACILITIES FOR WORKERS : The Contractor shall provide all necessary conveniences for the use of workers at the project site . Specific attention is directed to this equipment. 8 . PAYMENT : The Contractor shall receive full payment from the City for all the work based on un it prices bid on the proposal and specified in the plans and specifications and approved by the Engineer per actual field measurement. 9 . SUBSIDIARY WORK: Any and all work specifically governed by documentary requirement for the proj ects , such as conditions imposed by the Plans, the General Contract Documents or these special Contract Documents, in which no specific item for bid has been provided for in the Proposal , shall be considered as a subsidiary item or work , the cost of which shall be included in the price bid in the Proposal for each bid item , including but not limited to surface restoration cleanup and relocation of ma ilboxes . All objectionable matter requ i red to be removed from w ithin the right-of-way and not particularly described under these specifications shall be covered by Item No. 102 "Clearing and Grubbing " and shall be subsidiary to the other items of the contract. 10 . LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC : The Contracto r's particular attention is d irected to the requirements of Item 7 , '"Legal Relations and Respons ibilities to the Public" of the "Standard Specifications for Street and Storm Dra in Construction ." 11 . WAGE RA TES : The labor classifications and minimum wage rates set forth herein have been predetermined by the City Council of the City of Fort Worth , Texas , in accordance with statutory requirements , as be ing the prevailing classifications and rates that shall govern on all work performed by the Contractor or any subcontractor on the site of the project covered by these Contract Documents . In no event shall less than the following rates be paid . (Attached at the end of th is section .) 12 . EXISTING UTILITIES : The locations and dimens ions shown on the plans re lat ive to existing utilities are based on the best information available. It shall be the Contractor's responsibility to verify location of adjacent and/or conflicting utilities sufficiently i n advance of construction in order that he may negotiate such local adjustments as are necessary in the construction process in order to provide adequate clearance. The Contractor shall take all necessary precautions in order to protect all services encountered. Any damage to utilities and any losses to the utility City due to disrupt ion of service resulting from the Contractor's operations shall be at the Contractor's expense. 13. PARKWAY CONSTRUCTION: During the construction of this project, it will be required that all parkways be excavated and shaped at the same time the roadway is excavated . Excess excavat ion will be d isposed of at locations approved by the Director of the Department of Engineering . 05/27/05 SP-5 14. MATERIAL STORAGE : Material shall not be stored on private property unless the Contractor has obtained permiss ion from the property City. 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS : The Contractor shall take adequate measures to protect all existing structures , improvements and utilities , which may be encountered . The utility lines and condu its shown on the plans are for information only and are not guaranteed by the City or the Eng i neer to be accurate as to extent , location and depth , they are shown on the p lans as the best information available at the time of design, from the Owners of the util ities involved and from evidences found on the ground. 16. INCREASE OR DECREASE IN QUANTITIES : The quantities shown in the Proposal are approx imate . It is the Contractor's so le responsibility to verify all the minor pay item quantities prior to submitting a bid . No add itional compensation shall be paid to Contractor for errors in the quantities. Final payment will be based upon field measurements . The City reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contracto r shall perform the work as altered , increased or decreased at the unit prices as establ ished in the contract documents. No allowance will be made for any changes in anticipated profits or shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents . Variations in quantities of storm drain pipes in depth categories sha ll be interpreted herein as applying to the overa ll quantities of storm drain pipe in each pipe size but not to the various depth categories . 17. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS : Contractor Covenants and ag rees to indemnify City's Eng ineer and Arch itect, and their personnel at the project site for Contractor's sole negligence . In add it ion , Contractor covenants and agrees to indemnify , hold harmless and defend , at its own expense , the City , its officers , servants and employees , from and against any and all claims or suits for property loss , property damage , personal injury , including death , a ris ing out of, or alleged to arise out of, the work and services to be performed hereunder by Contracto r, its office rs , agents , employees , subcont ractors , licensees or invitees , whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of City, its officers, servants, or employees . Contractor likew ise covenants an d agrees to indemnify and hold harm less the City from and aga inst any and all injuries to City 's officers , servants and employees and any damage , loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract , whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of City, its officers, servants or employees. In the event City receives a written claim for damages against the Contractor or its subcon tract ors prior to final payment, final payment shall not be made until Contractor either (a) submits to Ci ty sa ti sfactory evidence that the claim has been settled and/or a release from the cla imant involved , o r (b) provides City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrie r. The Director may, if deemed appropriate , refuse to accept bids on other City of Fort Worth publ ic work from a Contractor against whom a claim for damages is outstand i ng as a result of work performed under a C ity Contract. 18. EQUAL EMPLOYMENT PROVISIONS : Contractor shall comply w ith City Ord i nance Number 7278 as amended by City Ordinance Number 7400 (Fort Worth City Code Sections 13-A-21 through 12-A-29) proh ibiting discrimination in employments practices . 05/27/05 SP-6 The Contractor shall post the required notice to that effect on the project site , and at his request, will be provided by assistance by the City of Fort Worth 's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor . Appropriate notices may be acquired from the Equal Employment Officer. 19. MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE: In accordance with City of Fort Worth O rdinance No. 15530, the City has goals for the participation of minority business enterprises and women business enterprises in City contracts. The Ordinance is incorporated i n these specifications by reference . A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the ordinance shall be a material breach of contract. M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM, as applicable, must be submitted within fine (5) city business days after bid opening . Failure to comply shall render the bid non-responsive. Upon request , Contractor agrees to provide the City complete and accurate information regard ing actual work performed by a Minority or Women Business Ente rprise (M/WBE) on the contract and payment thereof. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of acts (other than a negligent misrepresentation) and /or the commission fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federa l, state, or local laws or ordinances relating to false statement. Further, any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time not less than three years. The City will consider the Contractor's performance regarding its M/WBE program in the evaluation of b ids . Failure to comply with the City 's M/WBE Ord inance, or to demonstrate "good faith effort", shall result in a b id being rendered non-responsive to specifications . Contractor shall provide copies of subcontracts or co-s igned letters of intent with approved M/WBE subcontractors prior to issuance of the Notice to Proceed . Contractor shall also provide monthly reports on utilization of the subcontractors to the City 's M/WBE office. The Contractor may count first and second tier subcontractors and/or suppliers toward meeting the goals. The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint ventu re equal to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed . All M/WBE Contractors used in meeting the goals must be certified prior to the award of the Contract. The M/WBE Contractor(s) must be certified by either the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TxDOT), Highway Division and must be located in the nine (9) county marketplace or currently doing business in the marketplace at time of bid . The Contractor shall contact all such M/WBE subcontractors or suppliers prior to listi ng them on the M/WBE util ization or good faith effort forms as applicable. Failure to contact the listed M/WBE subcontractor or supplier prior to bid opening may resu lt in the rejection of bid as non -responsive . Whenever a change order affects the work of an M/WBE subcontractor or supplier, the M/WBE shall be given an opportunity to perform the work. Whenever a change order exceeds 10% of the orig inal contract , the M/WBE coord inator shall determine the goals applicable to the work to be performed under the change order During the term of the contract the contract shall : 1 . 05/27/05 Make no unjustified changes or deletions in its M/WBE participation commitments submitted w ith or subsequent to the bid , and , SP-7 2 . If substantial subcontracting and/or substantial supplier opportunities arise during the term of the contract which the Contractor had represented he would perform with his forces , the Contractor shall notify the City before subcontracts or purchase orders are let, and shall be required to comply with modifications to goals as determined by the City, and , 3. Submit a REQUEST FOR APPROVAL OF CHANGE FORM, if the Contractor desires to change or delete any of the M/WBE subcontractors or suppliers. Justification for change may be granted for the following : a . Failure of Subcontractor to provide evidence of coverage by Worker's Compensation Insurance. b. Failure of Subcontractor to provide required general liability of other insurance . c . Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his M/WBE Participation plan . d. Default by the M/WBE subcontractor or supplier in the performance of the subcontractor. Within ten (10) days after final payment from the City, the Contractor shall provide the M/WBE Office with documentation to reflect final participation of each subcontractor and supplier used on the project, inclusive of M/WBEs . 20. FINAL CLEAN-UP : Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been completed . No more than seven days shall elapse after completion of construction before the roadway and ROW. is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City or its representative . This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. 21 . CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A . Workers Compensation Insurance Coverage a . DEFINITIONS: b. Certification of coverage ("Certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission , or a coverage agreement (TWCC-81 , TWCC-82, TWCC-83, OR TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project , for the duration of the project. Duration of the project-includes the time from the beg inning 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. 05/27/05 Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes , without limitation, independent Contractors, subcontractors , leasing companies , motor carriers, City-operators , employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing , haul i ng , 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 . SP-8 The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 .011 (44) or all employees of the Contractor providing services on the project, for the duration of the project. c . The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period , file a new certificate of coverage with the governmental entity showing that coverage has been extended . e . The Contractor shall obtain from each person providing services on a project , and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage , if the coverage period shown on the current certificate of coverage ends during the duration of the project. f. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. g . The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the Contractor knew or should have known , or any change that materially affects the provision of coverage of any person providing services on the project. h . The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage . i. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to : (1) (2) (3) 05/27/05 provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements , which meets the statutory requirements of Texas Labor Code, Section 401 .011 (44) for all of its employees providing services on the project, for the duration of the project; 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 ; 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 ; SP-9 j. k . 8 . 05/27/05 (4) obtain form each other person with whom it contracts, and provide to the Contractor: (a) a certificate of coverage , prior to the other person beginning work on the project ; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (c) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. ( d) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known , of any change that materially affects the provision of coverage of any person providing services on the project; and (e) contractually require each person with whom it contracts , to perform as required by paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom they are providing services . By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project , that the coverage will be based on proper reporting of classification codes and payroll amounts , and that all coverage agreements will be filed with appropriate insurance carrier or, in the case of a self- insured , with the commission's Division of Self-Insurance Regulation . Providing false or misleading information may subject the Contractor to administrative , criminal , civil penalties or other civil actions. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten day after receipt of notice of breach from the governmental entity . The Contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage . This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Commission rules . This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type , and sha ll be in both English and Spanish and any other language common to the Worker population. The text for the notices shall be the following text , without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by worker's compensation insurance . This includes persons providing , hauling , or delivering equ ipment or materials , or providing labor or transportation or other service related to the project, regardless of the identify of their employer or status as an employee . SP-10 Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". 22. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material that has been specified . Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City . If a product of any other name is proposed substitutes is procured by the Contractor. Where the term "or equal", or "approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of providing that the proposed substitution is, in fact, equal , and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions . The provisions of the sub-section as related to "substitutions" shall be applicable to all sections of these specifications. 23. MECHANICS AND MATERIALMEN'S LIEN : The Contractor shall be required to execute a release of mechanics and materialmen's liens upon receipt of payment. 24. WORK ORDER DELAY : All utilities and right-of-way are expected to be clear and easements and/or permits obtained on this project within sixty (60) days of advertisement of this project. The work order for subject project will not be issued until all utilities, right-of-ways , easements and/or permits are cleared or obtained . The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 25 . WORKING DAYS : The Contractor agrees to complete the Contract within the allotted number of working days. 26 . RIGHT TO ABANDON : The City reserves the right to abandon, without obligation to the Contractor, any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City . 27 . CONSTRUCTION SPECIFICATIONS : This contract and project are governed by the two following published specifications , except as modified by these Special Provisions : STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the Office of the Department of Engineering, 1000 Throckmorton Street, 2nd Floor, Municipal Building , Fort Worth , Texas 76102 . The specifications applicable to each pay item are indicated in the call-out for the pay item by the Engineer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. 28 . MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. 29 . DELAYS : The Contractor shall receive no compensation for delays or hindrances to the work , except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such 05/27/05 SP-11 extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Director of the Department of Engineering and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval ; and the action thereon by the Council shall be final and binding . If delay is caused by specific orders given by the Engineers to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work , then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 30. DETOURS AND BARRICADES : The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area . Contractor shall protect construction as required by Engineer by providing barricades . Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs ," Item 524 and/or as shown on the plans . Construction signing and barricades shall conform with "1980 Texas Manual on Uniform Traffic Control Devices , Vol. No . 1." 31 . DISPOSAL OF SPOIUFILL MATERIAL: Prior to the disposing of any spoi l/fill material, the Contractor shall advise the Director of the Department of Engineering acting as the City of Fort Worth 's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Adm inistrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No . 10056). All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies . No fill permit is required if disposal sites are not in a flood plain . Approval of the Contractor'"s d isposal 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 Pla i n fill Permit authorizing fill within the flood plain . Any expenses associated with obtaining the fill permit, including any necessary engineering studies , shall be at the Contractor's expense . In the event that the Contractor disposes of spoil/fill materials at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Eng ineering , Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance w ith the Ordinance of the City and this section. 32 . QUALITY CONTROL TESTING : (a) The Contractor shall furn ish , 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) Qual ity control testing of on site material on this project will be performed by the City at its own expense . Any retesting required as a result of failure of the material to meet project 05/27/05 SP-12 specifications will be at the expense of the Contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the Contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. (d) Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing . The Contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested . (e) The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 33. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 34. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES : The following procedures will be followed regarding the subject item on this contract: (a) A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels , drilling rigs, pile drivers, hoisting equipment or similar apparatus . The warning sign shall read as follows: "WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm , except back hoes or dippers and insulator links on the lift hood connections . (c) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (TU Electric Service Company) which will erect temporary mechanical barriers, de-energize the line or raise or lower the line . The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to TU Electric Service Company and shall record action taken in each case . (d) The Contractor is required to make arrangements with the TU Electric Service Company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense . (e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (c). 35 . WATER DEPARTMENT PRE-QUALIFICATIONS : Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre -qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications which general specifications shall govern performance of all such work. 36 . RIGHT TO AUDIT: (a) Contractor agrees that the City shall , until the expiration of three (3) years after final payment under this contract have access to and the right to examine and photocopy any directly 05/27/05 SP-13 pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section . The City shall give Contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, under the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor involving transactions to the subcontract and further, that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c ) hereof. City shall give subcontractor reasonable advance notice of intended audits . (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 37 . CONSTRUCTION STAKES: The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary methods of markings as may be found consistent with professional practice to establish line and grade for roadway and utility construction and centerlines and benchmarks for bridgework . These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage, etc.), one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter and/or paving . It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished . If, in the opinion of the Engineer, a sufficient number of stakes or markings provided by the City have been lost , destroyed , or disturbed, that the proper prosecution and control of the work contracted for in the Contract Documents cannot take place, then the Contractor shall replace such stakes or markings as required. An individual registered by the Texas Board of Professional Land Surveying as a Registered Professional Land Surveyor shall replace these stakes , at the Contactor's expense. No claims for delay due to a lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. 38 . LOCATION OF NEW WALKS AND DRIVEWAYS ; The Contractor will make every effort to protect existing trees within the parkway, with the approval of the engineer the Contractor may re-locate proposed new driveways and walks around existing trees to minimize damage to trees . 39. EARLY WARNING SYSTEM FOR CONSTRUCTION : Time is of the essence in the completion of this contract. In order to insure that the Contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored . On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the Contractor is less than the percentage of time allowed by 20% or more ( example : 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: 1. 05/27/05 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 SP-14 sufficient equipment, materials and labor to ensure completion of the work within the contract time . In the event the Contractor receives such a letter, the Contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time . 2. The Project Manager and the Directors of the Department of Engineering, Water Department, and Department of Transportation and Public Works will be made aware of the situation . If necessary, the City Manager's Office and the appropriate city council members may also be informed . 3 . Any notice that may , in the City's sole discretion, be required to be provided to interested individuals will distributed by the Engineering Department's Public Information Officer. 4 . Upon receipt of the Contractor's response, the appropriate City departments and directors will be notified . The Engineering Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals . 5. If the Contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract , the bonding company will be notified appropriately. 40. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically , the OZONE SEASON , within the Metroplex area , runs from May 1, through OCTOBER 31, with 6:00 a .m . -10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION . The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10 :00 a .m . whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting ", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions , or alternative fuels such as CNG . If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m . -6:00 p .m., on a designated Air Pollution Watch Day , that day will be considered as a weather day and added onto the allowable weather days of a given month . CONSTRUCTION 41 . PAY ITEM -UNCLASSIFIED STREET EXCAVATION: See Standard Specifications Item No. 106, "Unclassified Street Excavation " for specifications governing this item . Removal of existing penetration or asphalt pavement shall be included in this item . Operations necessary to windrow existing gravel base in order to lower or ra ise subgrade shall be considered as subsidiary to this item and no additional compensation shall be given as such . 05/27/05 SP-15 During the construction of this project, it is required that all parkways be excavated and shaped at the same time the roadway is excavated . Excess excavation will be disposed of at locations approved by the engineer. The intention of the City is to pay only the plan quantity without measurement. Should either contracting party be able to show an error in the quantities exceeding 10 percent, then actual quantities will be paid for at the unit prices bid. The party requesting the payment of actual rather than plan quantities is responsible for bearing any survey and/or measurement costs necessary to verify the actual quantities . 42 . PAY ITEM -7" REINFORCED CONCRETE PAVEMENT: (a) All applicable provisions of standard Specifications Item 314 "Concrete Pavement," shall apply . The Contractor shall use a six (6) sack concrete mix for all hand placement in the intersections. The unit price bid per square yard shall be full payment for all labor, material, equipment and incidentals necessary to complete the work. (b) Once an evaluation of the pavement is made to determine whether the crack is due to distress or minor shrinkage, the following policy will apply : (1) When the crack is minor and due to shrinkage (cosmetic), then no further treatment will be needed . · (2) If the crack is due to distress (structural), the failed pavement must be removed and replaced a minimum of 5 feet. In no case should the remaining portion of the panel be less than 5 feet wide after repairing the failed panel. (3) Any crack within 12 inches of any joint must be removed and replaced a minimum of 5 feet to prevent future spalling of the pavement. (c) All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the Construction Engineer. Screeds will not be allowed except if approved by the Construction Engineer. 43 . PAY ITEM -SILICONE JOINT SEALING FOR CONCRETE PAVEMENT: 1. SCOPE CITY OF FORT WORTH , TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING (Revision 1, October 18, 1989) (Revision 2 , May 12 , 1994) This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314 .2. (11) "Joint Sealing Materials" of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH, and Item 2.210 "Joint Sealing " of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH TEXAS COUNCIL OF GOVERNMENTS . 2. MA TE RIALS 2.1 The silicone joint sealant shall meet Federal Specification TI-S-001543A for Class A sealant except as mod ified by the test requirements of this specification . Before the installation of the joint sealant , the Contractor shall furnish the Engineer certification by an independent testing laboratory that the silicone joint 05/27/05 SP-16 sealant meet these requirements . 2 .2 The manufacturer of the silicone joint sealant shall have a minimum two-year demonstrated , documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems . Verifiable documentation shall be submitted to the Engineer. Acetic acid cure sealants shall not be accepted . The silicone sealant shall be cold appl ied . 2 .3 Self-Leveling Silicone Joint Sealant The joint sealant shall be Dow Corn ing 890-SL self-leveling silicone joint sealant as manufactured by Dow Corning Corporation, Midland, Ml 48686-0994, or an approved equal. Self-Leveling Silicone Joint Sealant Test Method Test Requirement AS SUPPLIED **** MIL-S-8802 ASTM D 1475 **** **** **** AS CURED -AFTER ASTM D 412 , Die C ASTM D 3583 (Sect. 14 Mod .) ASTM C 719 ASTM D 3583 (Sect. 14 Mod .) ASTM D 3583 (Sect. 14 Mod .) Non Volatile Content, % min . Extrus ion Rate , grams/minute Specific Gravity Skin-Over T ime , minutes max. Cure T ime , days · Full Adhesion , days Mod. Elongat ion , % min . Modulus @ 150% Elongation , psi max. Movement, 10 cycles @ +100/-50% Adhesion to Concrete , % Elongation min . Adhes ion to Asphalt , % Elongation min . 96 to 99 275 to 550 1.206 to 1.340 60 14 to 21 14 to 21 1400 9 No Failure 600 600 2.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tigh t sea l. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them . Reference is made to the "Construction Detail" sheet for the various joint details with their respective dimensions . 3 . TIME OF APPLICATION 05/27/05 On newly constructed Portland Cement Concrete pavement, the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the "Construction Deta il" s heet or as di rected by the Eng ineer within 12 hours of SP-17 the pavement placement. (Note that for the "dummy" joints, the initial 1/4 inch width "green" saw-cut and the "reservoir" saw cut are identical and should be part of the same saw cutting operation . Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints .) The pavement shall be allowed to cure for a minimum of seven (7) days. Then the saw cuts for the joint sealant reservoir shall be made, the joint cleaned, and the joint sealant installed. During the application of the joint sealant, the weather shall not be inclement and the temperature shall be 40F (4C) and rising . 4. EQUIPMENT 4 .1 All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the Engineer prior to the beginning of the work . The minimum requirements for construction equipment shall be as follows : 4 .2 Concrete Saw: The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. 4 .3 High Pressure Water Pump: The high pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw-cut joint. 4.4 Air Compressors : The delivered compressed air shall have a pressure in excess of 90 psi and 120 dm. There shall be suitable reaps for the removal of all free water and oil from the compressed air. The blow-tube shall fir into the saw-cut joint. 4 .5 Extrusion Pump : The output shall be capable of supplying a sufficient volume of sealant to the joint. 4 .6 Injection Tool : This mechanical device shall apply the sealant uniformly into the joint. 4.7 Sandblaster: The design shall be for commercial use with air compressors as specified in Paragraph 5.4. 4 .8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and free of contamination . They shall be compatible with the join depth and width requirements . 5 . CONSTRUCTION METHODS 5.1 General: The joint reservoir saw cutting , cleaning, bond breaker installation, and joint sealant placement shall be performed in a continuous sequence of operations 5.2 Sawing Joints : The joints shall be saw-cut to the width and depth as shown on the "Construction Detail " sheet. The faces of the joints shall be uniform in width and depth along the full length of the joint. 5 .3 Cleaning Joints : Immediately after sawing , the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high pressure water. The water flushing shall be done in one-direction to prevent joint contamination . 05/27/05 SP-18 When the Contractor elects to saw the joint by the dry method, flushing the joint with high pressure water may be deleted . The dust resulting from the sawing shall be removed from the joint by using compressed air . (Paragraph Rev . 1, October 18 , 1989) After complete drying, the joints shall be sandblasted . The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate, one directional passes. Upon the termination of the sandblasting , the joints shall be blown-out using compressed air. The blow tube shall fit into the joints. The blown joint shall be checked for residual dust or other contamination . If any dust or contamination is found, the sandblasting and blowing shall be repeated until the joint is cleaned . Solvents will not be permitted to remove stains and contamination. Immediately upon cleaning, the bond breaker and sealant shall be placed in the joint. Open, cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape: The bond breaker rod and tae shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions . 5.4 Joint Sealant: Upon placement of the bond breaker rod and tape , the joint sealant shall be applied using the mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less than 40F (4C). Joints shall not be sealed unless they are clean and dry . Unsatisfactorily sealed joints shall be refilled . Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints . The pavement surface shall present a clean final condition . Traffic shall not be allowed on the fresh sealant until it becomes tack-free . Approval of Joints: A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints . He shall demonstrate to the Contractor and the Engineer the acceptable method for sealant installation . The manufacturer's representative shall approve the clean, dry joints before the sealing operation commences . 6 . WARRANTY The Contractor shall provide the Engineer a manufacturer's written guarantee on all joint sealing materials . The manufacturer shall agree to provide any replacement material free of charge to the City. Also , the Contractor shall provide the Engineer a written warranty on all sealed joints. The Contractor shall agree to replace any failed joints at no cost to the City . Both warranties shall be for two years after final acceptance of the completed work by the Engineer. 7. BASIS OF PAYMENT 05/27/05 Joint sealant (including all labor, materials and incidentals required for installing sealant) is SP-19 subsidiary to all pavement construction including but not limited to roadway , driveway and sidewalk construction . No separate pay for joint sealant. 44 . PAY ITEM -7" CONCRETE CURB : The Contractor may, at his option, construct either integral or superimposed curb . Standard Specification Item 502 shall apply except as follows : Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab . If the Contractor fails to backfill behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb shall be reduced by 25% until the backfill operation is complete . 45 . PAY ITEM -RETAINING WALL: Th is item will consist of placing retaining walls in locations and at heights determined by the eng ineer in the field . All applicable section of City of Fort Worth Standard Specification item 518 shall apply except as follows : Retaining wall shall be constructed per City of Fort Worth Construction Standard Drawing No . S-M13 "Retaining Wall With Sidewalk" where applicable . All existing brick and/or stone retaining walls not significantly impacted by proposed grade changes will be protected . Replacement of retaining walls not impacted by proposed grade changes will be at the expense of the Contractor. 46 . PAY ITEM -REPLACE EXIST. CURB AND GUTTER: This item is included for the purpose and removing and replacing existing curb and gutter in transi t ion areas as determined by the Engineer in the field. The proposed curb and gutter will be of the same dimensions as the existing curb and gutter to be removed. Quantities for this pay item are approximate and are given only to establish a unit price for the work The price bid per linear foot for "REPLACE EXIST. CURB AND GUTTER" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work . 47 . PAY ITEM -HMAC TRANSITION : This item will consist of the furnishing and placing at varying thicknesses an HMAC surface in trans ition areas where indicated on the plans , as specified in these specifications and at other locations as may be directed by the Engineer. This item shall be governed by all applicable provisions of Standard Specifications Item 312 . The price bid per ton HMAC Transition as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work . 48 . PAY ITEM --6" PIPE SUBDRAIN : No specific location for this item is designated on the plans . Subdrain shall be installed only if field conditions indicate ground water at subgrade level after excavation and if deemed necessary by the Engineer. 49 . PAY ITEM -TRENCH SAFETY: Description : This item will consist of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench. The Cont ractor shall develop , design and implement the trench excavation safety protection system . The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing "a safe place to work " for the workman . 05/27/05 SP-20 The trench excavation safety protection system shall be used for all trench excavations deeper than five (5) feet. The Excavating and Trenching Operation Manual of the Occupational Safety and Health Administration, U.S . Department of Labor, shall be the minimum governing requirement of this item and is hereby made a part of this specification . The Contractor shall, in addition, comply with all other applicable Federal, State and local rules, regulations and ordinances . Measurement and Payment: All methods used for trench excavation safety protection shall be measured by the linear foot of trench and paid at the unit price in the Proposal, which shall be total compensation for furnishing design, materials, tools, labor, equipment and incidentals necessary, including removal of the system . Trench depth for payment purposes for Trench Safety Systems is the vertical depth as measured from the top of the existing ground to the bottom of the pipe. 50 . PAY ITEM -6" THICK LIME STABILIZED SUBGRADE & CEMENT FOR SUBGRADE STABILIZATION: See Standard Specifications Item No. 210, "Lime Treatment (Material Manipulation)" and Specification Item No. 212, "Hydrated Lime and Lime Slurry" for specifications governing th is item. Quantities for this pay item are approximate and are given only to establish a unit price for the work. The price bid per square yard for "8" THICK LIME STABILIZED SUBGRADE" as shown in the Proposal will be full payment for all labor, equipment, tools and incidentals necessary to complete the work. The price bid per ton for "LIME FOR SUBGRADE STABILIZATION" as shown in the Proposal will be full payment for materials necessary to complete the work. 51 . PAY ITEM -6 " H.M .A .C. PAVEMENT {Thickness Tolerances and HMAC Testing Procedures): The base course shall be a 6" deep Type "B" course placed in one lift . The surface course shall be a 2 " deep Type "D" course placed in one lift . All provisions of Standard Specification No. 312 .7 'Construction Tolerance' shall apply except as modified herein: 1) After completion of each asphalt paving course , core tests will be made to determine compliance with the contract specifications . The hot-mix asphaltic concrete pavement will be core drilled by the City of Fort Worth . The thickness of the asphaltic surface will be determined by measurement cores taken at locations determined by the Engineer. The thickness of individual cores will be determined by averaging at least three (3) measurements. If the core measurements indicate a deficiency , the length of the area of such deficient thickness shall be determined by additional cores taken along the length of the pavement in each direction until cores are obtained which are at least of specified thickness . The width of such area shall not be less than ~ of the roadway width . 2) When the thickness of the base course (as determined from core samples) is more than 15% deficient of the plan thickness , the Contractor shall remove and replace the deficient area at his own expense . If the thickness is less than 15% deficient, the Contractor shall make up the difference in the base thickness with surface course material. 3) The surface course must be the plan thickness. This does not include surface course material used to make up deficiencies in the base course as described in item 2). 4) The overall thickness of asphaltic concrete pavement must be a minimum of the plan thickness . Deficient areas (as determined in item 1) found to be less than the plan thickness will be removed and replaced at the Contractor's expense. 5) No additional payment over the contract price will be made for any hot-mix asphaltic concrete course of a thickness exceeding that required by the plans and specifications. 05/27/05 SP-21 6) HMAC Testing Procedure: The Contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference. This design shall not be more than two (2) years old . Upon submittal of the design mix a Marshal (Proctor) will be calculated, if one has not been previously calculated, for the use during density testing . For type "B " asphalt a maximum of 20% rap may be used. No Rap may be used in type "D " Upon approval of an asphalt mix design and the 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 establ ished , densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B " and "D" asphalt. Densities on type "B" must be done before Type "D" asphalt is applied . Cores to determine thickness of Type "B " asphalt must be taken before Type "D " asphalt is appl ied . Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness. 52 . PAY ITEM -CONCRETE FLAT WORK (CURB. CURB & GUTIER, SIDEWALKS. LEADWALKS. WHEELCHAIR RAMPS AND DRIVEWAYS): Concrete flatwork is defined as curb, curb and gutter, sidewalks , leadwalks, wheelchair ramps and driveways as shown in the plans. This provision governs the sequence of work related to concrete flatwork and shall be considered a supplement to the specifications governing each specific item . Required backfilling and finished grad ing adjacent to flatwork shall be completed in order for the flatwork to be accepted and measured as completed . No payment will be made for flatwork until the pay item has been completed , wh ich includes backfilling and finished grading. 53 . PAY ITEM -REMOVE EXISTING CONCRETE SIDEWALK. DRIVEWAYS . STEPS. LEADWALKS AND WHEELCHAIR RAMPS: This item includes removal of existing concrete sidewalks , driveways , steps , leadwalks and wheelchair ramps at location shown on the plans or as. designed by the Engineer. See Item No. 104 "Removing Old Concrete", for Specifications governing this item . 54 . PAY ITEM-REMOVE EXISTING CURB AND GUTIER: Where shown on the plans or where designated by the Engineer, existing curb and or gutter and existing laid down curb shall be removed and disposed of in a manner satisfactory to the Engineer. Measurement will be by the linear foot for curb and gutter, laydown curb removed, and for all labor, tools , and incidentals necessary to complete the job . 55 . PAY ITEM -REMOVE EXISTING CURB INLET: This item shall include all labor, materials, and equipment necessary to remove and dispose of the existing inlet and removal and connection of the existing RCCP lead pipe inlet as shown on the Plans and as directed by the Engineer. 05/27/05 SP-22 56 . PAY ITEM-6" THICK REINFORCED CONCRETE DRIVEWAY: See Standard Specification Item No . 504, "Concrete Sidewalks and Driveways" for specifications govern ing this item as well as details S-S5 and S-S5A. The price bid per square foot for "6 " THICK REINFORCED CONCRETE DRIVEWAY" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work . 57 . PAY ITEM -REMOVE AND CONSTRUCT CONCRETE STEPS : See Standard Specification Item No. 516 , "Concrete Steps" for specifications governing this item as well as details SM-3 . The price bid per each for "REMOVE CONCRETE STEPS" and "CONSTRUCT CONCRETE STEPS " as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the removal and construction of each set of concrete steps . 58 . PAY ITEM -4' STANDARD CONCRETE SIDEWALK, LEADWALK AND WHEELCHAIR RAMP: All applicable provisions of standard Specifications Item 104 "Removing Old Concrete" and Item 504 "Concrete Sidewalk Driveways " shall apply except as herein modified . The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed details , or as directed by the Engineer. The Contractor shall not remove any regulatory sign , instruction sign , street name and sign or other sign which has been erected by the City. The Contractor shall contact Signs and Marking Division , TPW (Phone 871-7738). All concrete flared surfaces shall be colored with LITHOCHROME color hardener as manufactured by L.M. Scofield Company or equal. The color hardener shall be bri ck red color and dry-shake type , and shall be used in accordance with manufacturer's instructions. "Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specification . The sample , upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item . The method of app li cation shall be by screen, sifter , sieve or other means in order to provide for a uniform color distribution ." 59 . PAY ITEM -REMOVE AND REPLACE FENCE : This item shall include the removal and reconstruction of the existing fence at the locations shown on the plans or where deemed necessary by the Engineer. The Contractor shall exercise caution in removing and salvaging the materials to they may be used in reconstructing the fence . Their constructed fence shall be equal in every way , or superior, to the fence removed . The Contractor shall be responsible for keeping livestock within the fenced areas during construction operat ion and while removing and relocating the fence , and for any damage or injury sustained by persons , livestock or property on account of any act of om i ssion , neglect or misconduct of his agents , employees, or subcontractors . The un it price per linear foot shown on the Proposal shall be full compensation for all materials , labor, equipments , tools and incidentals necessary to complete the work . 05/27/05 SP-23 60 . PAY ITEM -STANDARD 7" CURB AND 18" GUTIER: All provisions of Standard Specification No. 502 'Concrete Curb and Gutter' shall apply except as modified herein : Subsidiary to the unit price bid per linear foot shall be the following : a. A minimum of 5" or greater as required depth of stabilized subgrade properly compacted under the proposed curb and gutter as shown in the construction details. b . If the Contractor fails to backfill either in from of the gutter or behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb and gutter shall be reduced by 25% until the backfill operation is complete. Standard Specifications Item No. 502, shall apply except as herein modified . Concrete shall have minimum compressive strength of three thousand (3,000) pounds per square inch in twenty-eight (28) days. The quantity of mixing water shall not exceed severi (7) gallons per sack (94 lbs.) of Portland Cement. The slump of the concrete shall not exceed three (3) inches . A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required . 61 . PAY ITEM -REMOVE AND RECONSTRUCT MAILBOXES/ MISCELLANEOUS : This item includes the removal and reconstruction of existing mailboxes, brick walls , flowerbed trim and miscellaneous items within the right of way which may be damaged or removed during construction . When possible, the Contractor shall salvage existing materials for reuse in the replacement or repair of damaged ,or removed items. Items wh ich are to be repaired or reconstructed should look architecturally the same in material and appearance and should be reconstructed or repaired in a better or new condition . All applicable provisions of City of Fort Worth Construction Standards shall apply . 62 . PAY ITEM -BORROW: The non-expansive earth fill should consist of soil materials with a liquid limit of 35 or less , a plasticity index between 8 and 20, a minimum of 35 percent passing the No . 200 sieve , a min imum of 85 percent pass ing the No . 4 sieve , and which are free of organics or other deleterious materials . When compacted to the recommended moisture and density, the material should have a maximum free swell value of 0.5 percent and a maximum hydraulic conductiv ity (permeability) of 1 E-05 cm/sec , as determined by laboratory testing of remolded specimens of the actual materials proposed for the non- expansive earth fill . 63. PAY ITEM -CEMENT STABILZATION : All appl icable provisions of Item 214 , 'Portland Cement Treatment' shall apply. 64. PAY ITEM -CEMENT: All applicable provisions of Item 214, 'Portland Cement Treatment' shall apply . 65. PAY ITEM-NEW 7" CONCRETE VALLEY GUTIER: This item shall include the construction of concrete valley gutters at various locations to be determ ined in field. Removal of existing , asphalt pavement , concrete base , curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item . Furn ishing and placing of 2:27 05/27/05 SP-24 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsid iary to this Pay Item . See standard specification Item No . 314", Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No. 106 , "Unclassified Street Excavation" Item No . 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included . Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley gutter at a time, and the other half shall be open to traffic . Work shall be completed on each half within seven (7) calendar days. 66 . PAY ITEM -STORM DRAIN INLETS : An alternative method of construction for these items will be "Pre-Cast" manholes and inlets. If the Contractor desires to use this method, he must submit details for the construction to the Transportation and Public Works Department fore review and approval if said details are acceptable. The Pre-Cast construction must be equal or superior to the strength requirements for this item as set out in Item 444, "Manholes and Inlets" and said construction shall be in compliance with all other requirements of Item 444 where applicable . 67. PAY ITEM-TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN : Work under this item includes all the proposed excavation and backfill in the project area and the necessary fill area . Payment will be made for the quantity of earth excavated/backfilled. The placing of fill shall be subsidiary to the trench excavation/backfill price . Excess material which is obtained from excavating the trench shall be used for fill placement subject to the provisions of Item 114 of the City of Fort Worth Standard Specifications. All excavated material which is unacceptable as fill material shall become the property of the Contractor to be hauled off the site and disposed of properly . Unacceptable material shall be, but not lim it ed to : rocks , concrete, asphalt , debris , etc . The cost for removal and disposal of unacceptable material shall be subsidiary to the unit prices. 68 . PAY ITEM -STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS EQUAL TO OR GREATER THAN 1 ACRE): PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Act ivity) or five or more acres of total land (Large Construction Activity). The Contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www .tnrcc .state .tx.us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activit ies (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%. 05/27/05 SP -25 NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater t han 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 comm itment that the Contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site . The NOi shall be submitted to the TCEQ at least 48 hours prior to the Contractor moving on site and shall include the required $100 application fee . The NOi shall be mailed to : Texas Commission on Environmental Quality Storm Water & General Permits Team ; MC-228 P.O. Box 13087 Austin , TX 78711-3087 A copy of the NOi shall be sent to : City of Fort Worth Department of Environmenta l 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 perm it. The NOT should be mailed to: Texas Commission on En v ironmental Quality Storm Water & General Permits Team ; MC-228 P.O. Box 13087 Austin , TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techn iques to be employed to reduce the release of sediment and pollution from the construction site. Five of the project SWPPPs are availab le 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 commencemen t of construct ion 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 eng ineer 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 preparat ion of the SWPPP . Modifications may be requ ired 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 rev iew and approval. A Notice of Termination (NOT) form sha ll be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the respons ibility 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 fo rm is not required . However, a TCEQ 05/27/05 SP-26 Site Notice form must be completed and posted at the site . A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include , but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales , sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances , seeding , sodding, mulching , soil retention blankets , or other structural or non-structural storm water pollution controls . The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual.· Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. FOR DISTURBED AREAS LESS THAN 1 ACRE, SPECIAL PROVISION 23 -40 SHALL BE APPLICABLE. 69 . PRE BID ITEM -PROJECT DESIGNATION SIGN: The Contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the Contractor to maintain the signs in a presentable condition at all times on each project under construction . Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of :Y." fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the Engineer and in place at the project site upon commencement of construction . The work , which includes the painting of the signs , installing and removing the signs , furnishing the materials, supports and connections to the support and maintenance shall be to the satisfaction of the Engineer. The unit price bid per each will be full payment for materials including all labor, equipment , tools and incidentals necessary to complete the work. 70. PRE BID ITEM -UTILITY ADJUSTMENT : This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal ; however, this does not guarantee any payment for utility adjustments , neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the "Contractor" responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence , where such lines would not have required adjustment or repair otherwise , the lines shall be repaired and adjusted by the Contractor at the Contractor's expense . The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments . 05/27/05 SP-27 71. PRE BID ITEM -TOP SOIL: The proposed quantities shown are calculated to provide topsoil 4 to 6 inches in depth (compacted) over the parkway area and do not include deeper than design depth behind the curb . The pay item is intended to pay for topsoil that must be imported where suitable material is either not available on the job or cannot reasonably be stored on-site. Payment will be made on the basis of loose truck volume (full truck with sideboards up) tickets and material must meet City of Fort Worth standards for topsoil. Only the volume imported will be paid for and may be substantially less than the proposal quantities listed . 72. PRE BID ITEM -ADJUST WATER VALVE BOX: Contractor will be responsible for adjusting water valve boxes to match new pavement grade. The water valves themselves will be adjusted by City of Fort Worth Water Department forces . The unit price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 73. PRE BID ITEM -MANHOLE ADJUSTMENT: This item shall include adjusting the tops of existing and/or proposed manholes to match proposed grade as shown on the plans or as directed by the Engineer. Standard Specification Item No. 450 shall apply except as follows: Included as part of this pay item shall be the application of a cold-applied preformed flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole sections as per current City Water Department Special Conditions . 74. PRE BID ITEM -ADJUST WATER METER BOX: This item shall include raising or lowering an existing meter box to the parkway grade specified . No payment will be made for existi ng boxes , which are within 0 .1' of specified parkway grade. The unit price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work . 75. NON-PAY ITEM -CLEARING AND GRUBBING: All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102 , "Clearing and Grubbing ." However, no direct payment will be made for this item and it shall be considered incidental to this contract. 76 . NON-PAY ITEM -SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200 , "Sprinkling for Dust Control" shall apply . However, no direct payment will be made for this item and it shall be considered incidental to this contract. 77 . NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards , shrubs, trees , etc. shall be preseNed or restored after completion of the work to a condition equal or better than existed prior to start of work . By ordinance , the Contractor must obtain a permit from the City Forester before any work (trimming, removal or root pruning) can be done on trees or shrubs growing on public property including st reet rights-of-way and designated alleys. This permit can be obtained by calling the Forestry Office at 871- 5738 . All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. 05/27/05 SP -28 To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended . 78 . NON-PAY ITEM -CONCRETE COLORED SURFACE: Concrete wheelchair ramp surfaces, excluding the side slopes and curb, shall be colored with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M. Scofield Company or equal, shall be used in accordance with manufacturer's instructions . Contractor shall provide a sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specifications. The sample, upon approval of the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this Non-Pay Item. No direct payment will be made for this item and it shall be considered incidental to this contract. The method of application shall be by screen, sifter, sieve, or other means in order to provide for a uniform color distribution . 79. NON-PAY ITEM -PROJECT CLEAN-UP : The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items . Clean up work shall be done as directed by the Engineer as the work progresses or as needed . If, in the opinion of the Engineer it is necessary, clean up shall be done on a daily basis . Clean up work shall include, but not be limited to : • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been constructed . No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. 80. NON-PAY ITEM -PROJECT SCHEDULE : Contractor shall be responsible for producing a project schedule at the pre-construction conference . This schedule shall detail all phases of construction, including project clean up, and allow the Contractor to complete the work in the allotted time . Contractor will not move on to the jobsite nor w ill work begin until said schedule has been received and approval secured from the Construction Engineer. However, contract time will start even if the project schedule has not been turned in. Project schedule will be updated and resubmitted at the end of every estimating period . All costs involved with producing and ma intaining the project schedule shall be considered subsidiary to this contract. 81 . NON-PAY ITEM -NOTIFICATION OF RESIDENTS : In order to cut down on the number of complaints from residents due to the dust generated when saw- cutting joints in concrete pavement, the Contractor shall notify residents, in writing , at least 48 hours in advance of saw-cutting joints during the construction of paving projects . All costs involved with providing such written notice shall be considered subsidiary to this contract. 82 . NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION : Prior to beginning construction on any block in the project, the Contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction . The notice shall be prepared as follows: 05/27/05 SP-29 The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area . The flyer shall be prepared on the Contractor's letterhead and shall include the following information : Name of Project, DOE No., Scope of Project (i.e . type of construction activity), actual construction duration within the block, the name of the Contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction notification' flyer is attached . The Contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed . The Contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block . An electronic version of the sample flyer can be obtained from the construction office at 871-8306. All work involved with the pre-construction notification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. 83 . NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING: After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The Contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule , including construction start date, and answer any construction related questions . Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre- construction conference but in no case will construction be allowed to begin until this meeting is held. 84. NON-PAY ITEM -WASHED ROCK: All washed rock used for embedment or backfill or as otherwise directed by the Engineer shall washed, crushed stone and shall meet the following gradation and abrasion : (Actual washing not required if gradation is met) Sieve Size 1" 1/2" 3/8 " #4 #8 % Retained 0-10 40-75 55-90 90-100 95-100 Los Angeles Abrasion Test: 50% Maximum wear per A.S.T.M. Designation C-131 . 85. NON-PAY ITEM -SAWCUT OF EXISTING CONCRETE: When existing concrete or H .M.A .C. is cut , such cuts shall be made with a concrete saw. The Contractor may break out curb and gutter to the nearest joint if he chooses . All sawing shall be subsidiary to the unit cost of the respective item . 86. NON PAY ITEM-LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES : The Contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the recycling process commences for a particular street. The Contractor shall attempt to include the construction engineer (if he is available) in the observation and marking activity . In any event a street shall be completely marked a minimum to two (2) working days before recycling beg iris on any street. Marking the curbs with paint is a recommended procedure. It shall be the Contractor's responsibility to notify the utility companies that he has commenced work on the project. As the recycling is completed (within the same day) the Contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street t he 05/27/05 SP-30 Contractor shall notify the utilities of this completion and indicate that start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons : Company Southwestern Bell Telephone Texas Utilities Lone Star Telephone Number (817) 338-6275 (817) 336-9411 ext. 2121 (817) 336-8381 ext . 372 Contact Person "Hot Line" Mr. Roy Kruger Mr. Jim Bennett Of course , under the terms of this contract, the Contractor shall complete adjustment of the storm drain and Water Department facilities , one traffic lane at a time within five (5) working days after completing the laying of proposed H.M.A.C . overlay adjacent to said facilities . Any deviation from the above procedure and allotted working days may result in the shut down of the recycling operation by the Construction Engineer. The Contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the Contractor shall be figured subsidiary to this contract. 87 . NON PAY ITEM -TIE IN INTO STORM DRAIN STRUCTURE: The cost for making lateral tie-ins to the storm drain structure shall be subsidiary to the bid price for the respective lines . 88 . NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT: The adjustment and/or relocation of sprinkler heads encountered shall be paid for under utility adjustment in the proposal section . No other compensation will be provided . 89 . NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS: A fee for street use permits is in effect. In addition , a separate fee for re-inspections for parkway construction , such as driveways, sidewalks , etc ., will be required . The fees are as follows : The street permit fee is $50 .00 per permit with payment due at the time of permit application . A re-inspection fee of $25 .00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to the City performing re-inspection . Payment by the Contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additiona l compensation shall be made. 90 . NON PAY ITEM -TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE): A. DESCRIPTION : Th is item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measure unless otherwise directed by the engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dames, berms, sediment basins , fiber mats, jute netting, temporary seeding , straw mulch , asphalt mulch , plastic liners , rubble liners , baled-hay retards, dikes, slope drains and other devices. B . CONSTRUCTION REQUIRMENTS : The Engineer has the authority to define erodible earth and the authority to limit the surface are of erodible-earth material exposed by preparing right-of-way , clearing and grubbing , the surface area of erodible-earth material exposed by excavation , borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams , other water course , lakes , ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, d ikes , dams, 05/27/05 SP-31 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. 1. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams . 2 . Frequent fordings of live streams will not be permitted ; therefore , temporary bridges or other structures shall be used wherever an appreciable number of stream crossing are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams . 3 . When work areas or material sources are located in or adjacent to live streams , such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream . 4. All waterways shall be cleared as soon as practicable of false work , piling , debris or other obstructions placed dt..lring construction operations that are not part of the finished work. 5. The Contractor shall take sufficient precautions to prevent pollution of streams , lakes and reservoirs .with fuels , oils , bitumens , calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish . C . SUBMITIAL: Prior to the start of the app li cable construction, the Contractor shall submit for approval his schedules for accomplishment of soil-erosion-control work and his plan to keep the area of erodible-earth material to a minimum . He shall also submit for acceptance his proposed method of so il-erosion control on construction and haul roads and material sources and his plan for disposal of waste materials. No work shall be started until the soil-erosion control schedules and methods of operations have been reviewed and approved by the Engineer. D . MEASUREMENT AND PAYMENT: All work , materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work . 91 . NON PAY ITEM -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 Un iform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways ," cod ifi ed as Article 6701d Vernon 's Civil Statutes , pertinent sections being Section Nos . 27 , 29 , 30 and 31 . A traffic control plan shall be submitted for review to Mr. Charles R. Burkett , City Traffic Engineer at (817) 392-8712 , at the pre-construction conference . Although work will not begin until the traffic 05/27/05 SP-32 control plan has been reviewed, the Contractor's time will begin in accordance with the time frame established in the Notice to the Contractor. The Contractor will not remove any regulatory sign, instructional sign , street name sign or other sign, which has been erected by the City . If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 871-7738) to remove the sign. In the case of regulatory signs , the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign . If the temporary sign is not installed correctly or if it does not meet the requ ired 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 pe.riods" 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." 05/27/05 SP-33 (To be printed on Contractor's Lette rhead) Date: ----- DOENo: PROJECT NAME: Water/Sanitary Sewer and Paving/Storm Drain Improvements for: MAPSCO LOCATION: __ LIMITS OF CONST.: -------------Estimated Duration of Construction on your Street : _ days THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL< REPLACE WATER AND/OR SEWER LINES -RECONSTRUCT THE STREET> ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HA VE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT <TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. 05/27/05 SP-34 Classifications Classifications Hrly Rts Air Tool Operator $10.06 Scraper Operator $11.42 Asphalt Raker $11.01 Servicer $12 .32 Asphalt Shoveler $8 .80 Slip Form Machine Operator $12.33 Asphalt Distributor Operator $13.99 Spreader Box Operator $10.92 Asphalt Paving Machine Operator $12.78 Tractor operator, Crawler Type $12 .60 Batching Plant Weigher $14.15 Tractor operator, Pneumatic $12 .91 Broom or Sweeper Operator $9.88 Traveling Mi xer Operator $12.03 Bulldozer operator $13.22 Truck Driver-Single A xle (Light) $10.91 Carpenter (Rough) $12.80 Truck Driver-Single A xle (Heavy) $11.47 Concrete Finisher-Paving $12.85 Truck Drive r-Tandem Axle Semi-Trailer $1 1 .75 Concrete Finisher -Structures $13.27 Truck Driver-Lowboy/Float $14.93 Concrete Paving Curbing Mach. Oper. $12.00 Truck Driver-Transit Mix $12.08 Concrete Paving Finishing Mach. Oper. $13.63 Wagon Drill, Boring Machine, Post Hole Driller $14.00 Concrete Paving Joint Sealer Oper. $12 .50 Welder $13.57 Concrete Paving Saw Oper. $13.56 Work Zone Barricade Servicer $10.09 Concrete Paving Spreader Oper. $14.50 Concrete Rubber $10.61 Crane , Clamshell , B ackhoe, D errick, Dragline , Shovel $14.12 Electrician $1 8 .12 Flagger $8.43 Form Builder-Structures $11.63 Form Setter-Paving & Curbs $11.83 Foundation Drill Operator, Crawler Mounted $13.67 Foundation Drill Operator, Truck Mounted $16.30 Front End Loader $12.62 Laborer-Common $9.18 Laborer-Utility $10 .65 Mechanic $16.97 Milling Machine Operator, Fine Grade $11 .83 Mixer Operator $11 .58 Motor Grader Operato r (Fin e Grade) $1 5 .20 Motor Grader Operator, Rough Oiler $14 .50 Painter, Structures $13.1 7 Pavement Marking Machine Oper. $10.04 Pipe Layer $11 .04 Roller, Steel Wheel Plant-Mix Pavements $11 .28 Roller, Steel Wheel Other Fla twheel or Tamping $10.92 Roller, Pn eumatic, Self-Propelled Scraper $11 .0 7 Reinforcing Steel Setter (Paving) $14 .86 Reinforcing Steel Setter (S tructure) $16 .29 2.25 " 2.25 " ' 0 I N I { ,. I I I I· I I r-PMS 167 (CO PP E~) \ ·, I . . \ I I ·-~,;, 1;,z..;.:, ... ,.,; '"tS31 -,-., .; ...... ,I ,-P~I.S 2B8 (B LUE) I I . 8'-0" -,,r.---}l!. , •... .l I ,. k,-PM$ 2 B8 (BLUE) I \· I ·1 3" t-,--~----.......-------t-1----t---r------,---;-------------. 3 " . \ 3 '-0 " 3·:· I 4'-3" I . I I I \ I \ Your Water • l1 \, . I Funds In Acti·on I . PROJECT NAME .. PROJECT NO . 00,.00000-00/00-00000-00 . I . I $000,000.00 · Questions on this ·prbjec t l call 871 -8306 (W eekdays 7:30a.m.-4:30p.m.) · Ques ti ons Ion this project' a ft er hours, call 871-7870 After hours vlat er and sewer emergen.cies, call 871-8300 . , I . \. ;J'.-----~-~-Informa t ion a\:> ut Fort \worth Wakte woter Pro gram, c oll 332-5180 1.5 "_ I I 2-~ CO\>JS1RI \('.,lnN I I I . I . \_ HITE I I I I I I I L-WH ITE . 1· .Fo~:~~m I I I I I I .\ I LL PIYIS 2BEi (BLUE) CITY o1·. FORT WORTH, TE XA S PROJECT SIGN 'o I ;..... • 0 I N . l() -q! 3.75" 3 .7 5" ' 0 I "st DA TE: 09-2004 111,n ",..," ! ·} • t I I -~, --, I I I -, ., . ________ _. -~ Ou/k:/ /;r Tc:,n,o_, '.&k-r Supply. /?. Srxrv/c a ~/v. ,...0/plZ j:::~ CtTY WATER DEPARTMENT FORT WORTH, TEX A. .S TYPICAL !WAIN BY-PASS LAYOUT FIGURE/ £,i-/s/-/.,/e/.:r Vaui1 Sc< Drz/cv/ /'~r Tcn?p. Scrv/cc Conncz.c//on. .. f.os.r'. Cb RcY. Q ·/l:·90 I . . ! I I I I I I I ! l I I I i I ! ..I: I I ! : \ ,. ; I \, . • i. l ~ t ) ~ l I l ;.~· ~ ! / ,j'-- i I ., ! ' f: ~: {.; r l l I . <r1 r • l; I , r' , I ~-. > .,. .J. .--... Conf'-rdc!'or sha// . .brz. rcq_u/rcd .To . cover l'r7 c.lc/" vdu(t w1i'/J prol~c/iv.~ 9udrd . r i , -,·Ga/vP,,Oe )'.~{ f ;: ··: if t}~11:.r }itr]{f ;H ,('/st Pf./H::Jr, .S<2rv/c:c /a House. -or 8(d9. · !°"·" -~ _J .. .;:.~-.r-·,"\\; /~l .. •4• .. _ I , . Y.rn'er sh.177/ ,6 re: riuno.vad :6y Iii~ conlrac lor. . -·1: I ; ~, I I -, i ! i r~ • -':.JI --\l· 1 ' -.,:C D tj .t] I ,• i . . C9nn,t"c//on j_/'.ro~ by-p·d;ss tq. priva llr s~rvic~ sha// bfZ m_aa~ hy Contr./c!'or. f..{'ls1. C'o,o,ocr Scrv1c.,; L in6. CITY WATEF DEPARTMENT FOOT WOF-TH. TEXAS TEMP. SCRV/CE CONNECTION DETAIL FIGURE c i '. I j I r 1 - f l f '( -l I I I I • ·i-x/s/' I r-7vrn9 - i 4 l I i I i l I J. I 'l J: . -.. I r : ' -r-- (-~ . _ StcXJchrd. Fi~/~;,;d ~ ,6 _ "/5""" hbol}n9 fell. J(i-J-Vid<!'. - -' . I .. .. ' CITY WATER DEPARTMENT FORT WORTH, TEXAS INTERSECT/ON DE TA!-L FIGURE 3 . - CROSSING . \ ! ; l i I ) !'' . rl J : l j ::.:- !' . I . ) . i. . . -2:, . ! J.·. - I . i I I aa:1-(i -=====================-=-------------=--R~c:_:_>':__-9:_-.:._.::IZ:__-9_:_:0::,:____:-:=====:=:'' , ..,._-.:.,~~ @ · /;' ",\ 1' ----- I \ I ,, ' ,, \\ ,' ,'I/ ......... ~.:: -:.."" 0 ' I rl I MATERIAL LIST 3 I 4 1 1 o r 1 11 as a pp 1 i c ab 1_ e @:.. Standard Corporation Stop @ -Standard Curb Stop& 90° Elbow •. ©-Meter Box and Meter to be installed by Other @-Ser v ice Line ®-Blue Vinyl · Tape, 3'1 wide, 611 abo ve ground ® -Area to be backfi 11 ed wit h sand SERVICE DE ·TAIL FIGLJR&_? 1.1 ,-, \J _ .... __ ;_, ·--·J .. _, ... ...: .. · ···-. -~_i -' ......,...J ., ·-~ --~-J ,·-_~_J ---~---) . --'--"-'· --.-· ··-i· . ----··-··,J ' __ ; ... '' ' .. , ... J I . P/L \ I • STD. w ATER AND . SE w ER SERVICE LOCATIO NS " (FIGURE 2 A) -----r---::=-:-,----l --·, P /L l I I ·- / \ I .-:T .. HOUS E P /L 1~ I I I I 1· I.·. I P/L L I· I I I HOUS'E ~ ~ I "\ l. ;' I ;' I \ : / ,. I I I I . I HOUS E 1· : \ I / . ~ L /2 ~ / I I I I C.O , I -----... -l t____f------~~------t,-,C.Q_. ___ ~,-. _____ C~--·---,. ____ _ s . 6 /~;p-i~ S S STR EET -i,-....... ---·'"\. -.. · ... -:--. ...... ~ ; \..,. ~ .. __ ,:'··-..., .. -1 '••, ---··,·. ,• ~-.. · r w w . .. ~ r V) 1. PROPERTY LINE~ 4" CONCRETE COLLAR #J BARS ••CITY OF FORT WORTH STANDARD CLEANOUT CAP (PVC OR CAST IRON) _L -rn-+.>,,--"-r~..,.....,...,-,-,-.....,.., G ~:'1=:ni==rn==rrr-~r-rr-r-r--.-,. CONCRETE COLLAR (PLAN ·VIEW) CONCRETE ANCHOR 1' MIN. DOUBLE BAND STAINLESS STEEL COUPLING ,.,...,-..;-..,,---BACKFILL CLEANOUT STACK WITH 6" NATIVE TOPS~L COMPACTED TO 95% STANDARD PROCTOR DEN~TY 4" STACK (IRON OR PVC) TWO WAY CLEANOUT TE E SOR -35 OR ·soR-26 SERVIC E SLOPE -VARIES. 27. MIN . ' SWEEP TEE - CLEANOUT NOTES 1. THE SWEEP TEE AND PIPE FITTINGS INSTALLED SHALL BE SDR-35 OR SDR -26 PVC MATER IAL. 2. CONNECTIONS TO THE EXISTING SERVICE SHALL BE MADE USING RUBBER SLEEVE COUPLINGS WITH STAINLESS STEEL DOUBLE BAND REPAIR SLEEVES. THE SLEEVES SHALL BE TIGHTENED TO THE TORQUE RECOMMENDED BY THE MANUFACTURER. 3. SLOPE OF THE SANITARY SEWER SERVICE SHALL BE A MINIMUM OF 2 PERCENT. 4. IN HIGH TRAFFIC AREAS (STREETS, DRIVEWAYS, SIDEWALKS & WALKWAYS ), SERVICE CLEANOUT STACK AND CAP SHALL BE CAST IRON. 5. IN NON-TRAFFIC AREAS, SERVICE CLEANOUT STACK AND CAP SHALL BE PVC MATERIAL. 5 . PIPE AND FITTINGS SHALL BE SDR-35 OR SDR -25 PVC WHEN NOT IN HIG~I TRAFFIC AREAS. FERNCO FLEXIBLE COUPLING REQUIRED IF EXISTING SERVICE IS PR ESENT, OTHERWISE PLUG. MIN. SEWER MAIN 7. CONCRETE USED AROUND CLEANOUT ASSEMBLY SHALL BE 5 SACK. 3,000 PSI MIX. PAID FOR AS CLEANOUT PRODUCT INFORMATION • • Fram S tonley Rober ts & Assoc., In form a lion Subject To Change. DESCR IPTION YillfilLI PART NO. Cost Iron Lateral Cleanout W/ SS Bolts ond Coupling Plos tic Sewer Lateral Cleonou t W/ 55 Bolts and Coupling T 7.5" L 18 lbs· A TL-424 2. 25 lbs ATL-1524 PVC CLEANOUT PRO:E~TY LINE_\_ DRIVEWAY SIDEWALK CURB / \ ¥ DR IVEWAY APPROACH ~ CURB STREET STREET PVC CLEANOUT BOOT CAST IRON CLEANOUT BOOT CITY OF FORT WORTH , TEXAS DATE : 09-2004 TWO WAY SERVICE CLEANOUT SAN-011 Roadway Base If Valve Operating ~ut i·s ·Jre Than 3' Bel ow Pave- :nt s ·urf ace -Provide Extension Stem To I I Below P?vement Surface. ..!ta i I Pertains to All ;ate Va Ive Sizes li" Thru 12" Main · ,u--, I I _L ---l_ -~ •• -_c,. I I I u r f a c e Ma t e r i a 1 McKinley Iron and ·steel . Co., No . YB5 three piece va lve box or equal . 1---.--~~-Gate Valv e TYPICAL GATE VALVE AND BOX, EXTENSION STEM DETAIL ( FIGURE 3 E l-tOMa t e ri a l E 2 -IO Con s t r u ct i on I [_ I-J-78 l -( 6 11 Lead from H.3 in s . 1211 a-mil Lei rger to Gate Valve ::·l:Exi sting or Proposed Curb .... 6ncrete --~ Blocking Main--- . .. • J.. . J . . ;: ~-:: .· :-,·, . ; .... -~ _..r..~. :_ Existing or Propo5ed Cur~~-----~-, Pav emen t o r Oth e r Surface~-~-- Tr cnc h-----, ) 2 1 -611 Bottom Ffos t ( Concrste 81 ock i n g Fi r e Hydrant · L---~Exercise care to avoid Plugging Dr a in Ho!E.. With Concret e Fi re Hyc ra,t to b e Set P lu mb Par K\.·:ay E~te ns i o n Barrel an Stem fo r Ex tra f f Dep th if Ne c esso . 1 ·Anchoring COup- Fir e Hydrant LE:ad Mini mum 7 C.F. Grav Proport i ona 11 y Around Base - 1 in g for ·c o nn ec-. tion off of Con-:- crete Pipe 12'_' Di ame t e r and Lar3e r * Bury De pth: ( 1) 3 1 -611 for Cast Iron Pipe (2) ·5 1 -0" for A-C Pipe Ref. Figur e 6 i-1-:'.78 STA .NDARD FIRE H?-DRANT :;""; . .· FIGURE 5 Blocki:i ,; -~~ ....... _Concr e te Rest ]211 X ]2 11 X 611 DETAIL E1-12 Mat E2-12 Co nst j ( . ., Class 11 1'!11 (2.50 0#) #li Steel B-ar \./rap pipe with IS~ roofing felt · Conc -rete B Keep concret e c l ea r of pipe joints a nd bolts _ Form as necessary -·· (,-- ,,_ L ,- I _ L I L' ( ' [, BENDS goo 45° 22 1 /2-0 11 l /4 ° *Vol. Req'd. C.F. 39.99 21 .64 11 . 03 5.54 A Ft. 2.50 1. 42 1.0 0 . 75 6 B Ft. 4 .0 3.88 3.36 2 .75 ~-C Ft. 4 .0 3.88 · ·3 .36 2 .75 . *Vol. Req 'd. C.F. 71. 09 38 .47 -19. 61 9.85 C ·r-A Ft. 2 .83 1.67 1.5 1.0 ...__,. . 8 B Ft. 5 .0 4.8 3 .66 3 .2 it! C Ft. 5.0 4.8 3.66 3.2 •r- C} *Vol. Req'd. C. F. 111 . 07 60. 11 30.65 15.40 r-A Ft. 3.25 1.92 l. 75 1.5 it! C 10 B Ft. 5.9 5.6 4.25 3.25 ·r- E C Ft. 5. 9 · 5.6 4.25 3.25 . 0 :z:: *Vol. Req 'd. C.F. 159.94 86 .56 44. 13 22 .17 OJ A Ft. 4. 17 2 .42 1.42 l. 25 0. •r-12 0.. B Ft. 6.2 6.0 5.54 4 .2 C Ft~. 6·. 2 6.0 5.54 4.2 *Volum e ca lculat ed on the bas is of concrete reacting thrust on the respective bends und er a n inte rnal pressure of 1 50 psig at the rat e cif 150 ·1 b. wt. per c u. ft. of concrete. . EXAMPLE A VERTICAL TIE-DOWN FIGU R·E BLOCK I I DETAIL 1-1-7 8 El-20 Materi a l E2-20 Construction J .. · _) 1-1-78 Grout ove r exposed .stee l straps Keep ·concrete · clear of pipe joints a nd bo l ts NOTE: Quantit i es wi I I be spec i f i ed on p l a ns o r d ir ected by Engi- nee r. Bar Steel Straps In variable quant i ty depending o n thrust. ...---form as Necessary ( 2500# conc r ete ( EXAMPLE B VERTICAL TIE-DOWN BLOCK bars both ways 61 1 c/c FI G UR E I 2 E I -20 Ma ter i a l E2-20 Construction ;·( ( ( ( I I - I I - I i. 'l I l . \_ l. 1- i ( l l-l-78 Keep Concrete Cl ear of Pipe Joints and Bolts - u , . . , .. . • - w #4 St ee l Bar Straps in va riabl e quantity depend i ng on thrust. . b .--=--P r ov id e Forming as Nee es s a ry 2500# Conc r ete #4 Ba r s Bot~ Ways 611 c/c NOTE: Qu a ntiti e s will be spec i f i ed on detai 1 plans or directed by ~he Engineer EXAMPLE C VERTICAL TIE-DOWN BLOCK FIGURE 13 E 1-20 '·laterial E 2-20 Construction r i I L L existing surfiKe ~ckfil I as specifie-d CD t (D 611 min. di~nsion. 611 max. for p~y purposes when bid per cubic yard. 611 min~ dime nsion. Max. for pay purpos es s hall be 6 11 o n main 24 11 a nd s mall e r., 9 11 o n mains 30 11 and l a rg er~ wh e n bid per cubi~ yard. Q) 41·1· min. dime n s ion: 411 max.· for pay purpo se s when bid per cub ic yard. @ Class 11 E11 1 500# concret,e. Concr e te encasement s h a ] l s t op 1 1 e ith e r s ide _ of joint, arid whe n · •nc•sing concrete pressure pipe. full iengths of p lpc sha 11 · be enc• ~cd, Jo I n~s-. exc 1 udcd .· CONCRETE ENC·ASEMENT DETAIL FIGURE 20 E 1-7 Mat e ri a l E 2-7 Construction I /. l (._ ·--·· I t I_< [· r: I 1 · CD I I I Existing SurfA-Ce r-- ei_ __ -----(i)----= Proposed Water K.ain Variablo tronch width. Pipti longth shal I be moasured as standard trench width, (Ref. E 2-2.16), plus four foct . (4'). M-o joints will be allowed within thi s dime nsi o n. A mini mum bea ring _of 21.i" s hall be r e quir e d o n eac h .s i de of ·the tr e nch. Sewer I fnes less than twelve inches (12 11 ) in diameter shat I be replaced with Cl ass 150 cast iron pipe or supported 11nd encasod by Ii reinforced concrete beam per Fi~ure 2Ii. Sewer. service lines s h a ll be replaced with extra s trength cast ir on soil pipe. Th joining of cut iron pipe to clay or concrete pip-e shall be rMde with ~000# concrete co ll a rs per Figur e l 12 , o r with app r oved .a d a ptors. Th e e ntir e area excavated to accomp li s h th e repl aceme nt s h al l be completely ba ckfilled with c rush ed li mes ton e and th o r o ughly compacted to 90% Proctor Modifi e d De nsity. ' (0 Th e minimum c l ea r a n ce of sewe r to wate r lin es s hall be s i x inch es (6 11 ). ,--c . -/-/-18 SANITARY SEWER P_IPE REPLACEMENT DETAIL FIGURE 23 E l -7 Mat e r i a I s E 2-2 Con st ru ct i o n I I J· l t I I I I I , I 3/4" Lsackf ill~ ~ ·.-···:-: ·:: .. . . .. ·.· : . . . . . . . C )( n:J ::r: ::c -- 0 0 N Ir\ 2 11 Gate Va lve 2 11 Sho rt Nipple 2 11 Tee i--~~After Sterilization Remove Pip in~ _and (nstal I Plug 2 11 Coup) ing to be p I u g.ge d w/2 11 C. I. Plug after sa mpling (_;·· ~ ~; :·\:-':_: ~:--<·-~ i .. :: :·::·_,; ·---:·.: · .. ~ .. ~.: -.' 1 NOTE: Chlorinati o n bl owoff and sample point for deadend wa t er piping. Contractor is to furnish a ll labor a nd 4 11 a n_d ~a rger Wat e r Lin e ·: .. -. -. -.. .-• ~ •, ... : • • I •. •• • • • : • • • • • 'r . -· - <I -• : •• _. • • .' • ' - ·, ' Embedment \ '\__sa c kf i 11 ~ £mb e dment mater i a l s . Mater i a l w ill be r em ov e d a nd .Plug a ft er Samp Ii ng reta j n e d by the Con- 111 """'"-, STANDARD DETAIL tractor af ter satis- facto ry .samp l e s hav e -been obta in ed. Conc r e te B l ock in g', p e r Fig. 9 . l. END PLUG CHLORIN -ATION BLOWOFF AND SAMPLING POINT ( FIGURE 27 1-1-78 E 2-24 Construction Spec. 1-1-78 \,/h e n a fir e h y dr a nt i s J oca t e d a t e nd o f Hains 611 a nd 8 11 i n d i ame t e r ; wye may be om itt e d Co ntr a ct o r w i I l ma ke a reasonabl e e ffort to pr e v e nt b ack -f l ow of pur ge d wa t e r (S ee E2-24) Row · EXTEND PIPE RISER GROUND LEVEL CAP ·AFTER DITCH BEEN D E\./ATERED '-.I• - l. fnst a l 1 HJ \,/y e a t t e rminal e nd o f ma in 2 . Cl os ur e o n A-C pipe will r e quir e 11 Ri ng -Ti g ht'' t o plain e n d ada pt e r in a dditi o n to HJ Wye 3 . B_l ock \./y e s tr e i g ht . run e nd plu g Li. Aft e r c l ea nin g with 11 P ol ly-P\g" in s t a l I b r a nch e n d p lug·. DETAIL NON -LOOPED ·sYSTEM CLEANING WYE FOR 12 11 -AND FIGURE UNDER 29 El -7 E2 -7 Ma t e r i a l Co n s tr uc t i o n ( ' MATERIAL LIST '-..._,_ ... ® @ 311 . Standard 4 Corporali9n S!op(w/Tap $_addle when required) :3" Standard 4 Curb Stop 8 90°E ib ow. 3 '' . © 4 Type K Copper $ervice Line @ Eclipse TM No . 88 Sampling Stati on with 12 11 deplh of bury . @ . ff (s) 2'x 2 1 Conwete Pad, Class'~: C~nc r ete (2500#) w /#4 Rebar@ 12 c-c Each way ;3 Min. Clear Cover ,_ ~~~~1 _ 30 11 M/n. , -~ ,J= ~.··· • ,· ':\:,___V\-\Z;I\--J_ •c.'.._ •,• .... • ... • .P \ I ' .. c:::-----r--.-=-.. ---" , . a •p •• •A>' ,' '' '~ ., ., p ' • • .. • 0 • ;,,, : 0 • • "' ••. 0 3 . Place Sampling Station with door facing street. ® 4. Inst all Sam pli ng Station on' Short Side' of street. WATER s -~\~PLING DETA .IL r1 ,.. .. , 1nr--, ,,., '~ 5 . When placing station ne xt to fire hydrant DO NOT top fire hydrant lea d 8. 'maintain distance of 4' for proper o.peration of fire hydronL 13 . In I ieu of lopp ing main connect to existing large valve copper risers when. possible. ~P11 ~A/\Y IQOn uo!~JnJ~suoJ ry[-Z3 l e ! J c1 :i e1-1 ry [ -l 3 ~a:.,d _/0 J:,/i,u,c:~ V/JAr' .9~>-N?/{ :f. :J -:,_j _,Pc'../.:J ·.:, VO;J r??.".,w {V.Mop.5 /S~.7DJo) 370~//YJ/h' c?cY~t:7/Yt:/LS £ 0 / .7d"/.7.9 ..I"'~ BL-·., .<'.,,, _ """ ,,, : -.) I .J]J,IOS JD,/ ·c:~ j -~.JP -/Z 0 J d°.o i>. .J'l)M;/),> JO/ "£'_I? -p .:: --rl ... ,•. :, .·.: ,,. _:::..: .·::.-: '• '•· ····:'. I __I_ l /·/:=.·.··\:; :·:.-: --~ .. ::.: (/>e;:J~Jcr' I • J0?.>4"..,,_,J.VCT.) .J.;,/'H JJS ,,( ,./ e .?.' V6' s .,( '? _p .;, .);, e;? .H,,/ JO_,:J:Jd"'J,JVCV ,?~3J,,J.9 .Aq ,P>,P_>,.rO..Jc:T JP/-/ f : ,/2>.:::r' - 0 ,/e?.../OU/ f/.,J,.1/ff ,1.00../0 -:,,,>e,;d /i'H•,7S -9[;' ..Y_ ¥, . . \ ...r.:J //70./0 --------' V.,HO y' .> ,P,? .P 1' .. /;II ,b ;>e/ ,> .,ov& '7 en.67J o/0 '2-00/.,.r d..7..LS-/Y/YcY..?d ~---p/-2-3 -·Y".d>-- ';,enb-z, o/O s-vo_1?.:n,., '2>.)0f/VD'U.' p~:>.J~.l;;JJ..,/ ,.is~~..,,d 8L.i1>-J "IYL'S 'Y JO :,~:,..J.>vo.J -:'Y.r."/ ,u,vff ~-'/c'A~/2' U-:.J.../ f'.F/~,;/ .,,+,r".)z,'?-~/ Zl_,J-4".Jd 7,;,~/? d~ cv,;,.c;,y-J' ;ov 7-Jtr) 'J0,1~./;il./(7,.7 ,Z-it:7../_,l.>' A,;r VL?",1C'.,J/.e,i~.J JC;;' /Ji'l,/!MOJif ,;.9" 0_,1 ~·_,,,,. J~,'.::::Y ~/?dV!) / I / -. ----..... \ . I I / \ "" ---/ -· \ \ \. '\. "-'--- "!r Prona',d by ,r-1·-r >:'/.;rc-zr c?m:r ,r,;,-,/~~.ry 6'V,.t'<Zr C"a.-7rr.,7cCo.r t'L7 ;;, 6.Ct'C a',z,r, 9n-1c;zd .Jy r'hc Po6/1 C' 1//or.i-.:r Co/1St!ru~('«;r.n ~n.91:ru.,;.r. ,------#.7.;rAo{~-/.r.;e.,-ne c?,u/ i?~ -d,;,, cov<Zr; IZ.<?uoT{ c'o Uc,,k'X,1 Icy /ron h/o.r ,fr, /Vo.A 24AH,J,U,-i"A .r7,"c-.,f s~r.f or p,"t:-.1-.Ao/czs-, Rcr: c 2 -/~ ,C-/(lVRE /0~- S TAA/.04RP A1xlA//./CJLE 1-1-78 El-14 Material EZ _-14 Construction .:·\· "-------------------~-_:.._ ____________________________ _ [ r . r 1 I . r { L + r r j >- i (_ ) I '~ I : 1-1 -78 I J I I " ' ., / t I I MANHOLE FRAME AND 24 11 D I A. COVER , EQUAL TO McK I NL EY IRON WORKS NO .A24AM : (R EF. E-2 -1 4). TOP OF CONCRE T E CONE SECTION 15" BEL OW I \ \ \ " ' ' ..... / ... ..- / \ \ \ I I I / F I N I SH R IM ELEVATI ON :~ (REF . F !GS . 10 3 & 104 ) • /6 b CLASS F(4000#} CONC NOTE : l.'PRECAST 4 1 D I A. CONE WITH STANDARD 300# MANHO L E CO VER AND RI NG .I N L I E_U OF 2411 x 40 1 1 SHAL L OW MANHO L E(REF . F I G 106). 2. MANHOLE TO BE USED WHERE SEWER L I NES ARE LESS THAN 6 1 DEEP. SHALLOW . MANHOLE PRECAST CONE FIGURE 105 E l -14 MATER I AL EZ-14 CONSTRUCT I ON Where M.H. 1 s are In street in sta ll two o r more cour ses of b rick or con cr ete g r ade rings ( -.. ··0e~n cas tin g and top o ·f brick · } , o_r concrete_ s Jab . Whe r e M.H.1 s a r e bui lt in s treets to be paved, M.H. rim to be set to proposed pav in g grade Use standard McK inl ey , 1 N~. A24 A M. or Equal M.H. Frarni ~-,--~..-;c-==-:-:-=~,,.,.T"'---~...l.---'C,-,.-=--r.::_---''--~~-~..a..od Cove r Use Ca st Ir o n Pipe to Fir st Joint Behind · Limit of Excavation Cone. f ··. ) / Limit of Excavation 11 1 - 1_!!_.: -1.!!_l - /Ill :::: !fl( Thru st Block to Extend 6!' In All Dir ections from Outside Diameter ...c .u Q. ID 0 ID ...0 ro L ro -> of Pipe ---------' .µ ID E ro 0 11) ...0 ro L ro > 0 I "' Grouted ~---lnst a l l M.H. St , Sarne . as in Sta n M. H. Push-on P lu g ----..-Jl"--,;..L-l-------In s ta I l Nuts G) 4 1 -0 11 Required ~ov i de Stub Ex t e nsion At ~Q? I of P. E. in M. H. c:::J ] 11/] I Aw~y f r om M.H. Wal I o n M.J. Fit t in g C OR 1 'I Bo lt s · --....c...... Co ncr ete -Se e Standa rd 4 1 Di a M. H. Deta il Figure 103 1-1-----1..L---,,..-f------V er t i ca I . to 3/ L Po in t of P i pe Use 4000# Concret e TYP ICAL SE CT I ON (D 4 1 d i a . for sew, p ·i pe up to 2 I 11 d i a . 5 1 d i a .• f1 sewe r pipe 21 11 39 11 d i a . STANDA -RD FOUR FOOT DROP , / ACCESS MANHOLE ( ___ FIGURE 107 E I ...: I 4 Ma t e r i a I l-1-78 E 2 -14 Construct i on ( -? ~~ ( . I ·, I _. L I / Minimum Depth After Compact i on~-----~ I • l/1 QJ '- :J -0 QJ u 21 CL ·c;:· • ' , I TYP I CAL SE CT! ON '. 6 11 Hin .. - . (TYP.) . o· . ,, " cc I mens, on .X Sew e r P i p e -1 2 " C ru·shed Li me stone to Extend from 6 11 Belov; Pipe to Sp r_ingl ine (Ex cavate for Be l ls) Cost of Granular Emb e dment a nd Crushed Limes tone Bedding In c lu ded in Pr i ce Bid Per Foot of Sewer Pipe STANDARD EMBEDMENT FIGURE 1-09 E 1 -2 Mate r i a I E2-2 Con s tru ct lon r I. I 1. l : · Existing surface Backfill as specified .,..,./ ® Q) CD t (D 611 min. dime nsi on. 6." max . fo r pay purp oses ,..,h e n bid per cubic ya rd. @ 611 min. di mens i o n. Ma x . for pa y purpo s es s n a l J be 611 Oi1 mains 2i.i 1 1 a nd sma ll e r, 91 1 o n main s 3 0" a nd l a rg e r, when bid per c ubic yard. ~ li 11 min. dime n s i o n.-L..i 11 max . fo r pay pu rp oses when bid per cub i c y a rd. ® Cl ass 11 E11 15 0 0# co ncr ete. CONCRETE ENCASEMENT DETAIL FIGURE 113 E 1-7 Mater·ial E 2-7 Co n s truction '>' /· \- _) · \ -'··. r <lJ . <lJ · f- <lJ ...0 ro . L (1J > <lJ c · _I ~ L _Q QJ iU . 3: -- QJ· L (f) It) > . C <lJ (1J N (f) ·- (f) 0' ~l 0.. L .0 C ru . ::::: C ru (f) NOTE: 1 ti" or 3 /4 .· ~: 1) L :::· (1) ·,_ > _J ·1 :.. ~ . <lJ .,- il: 0. e:,J ;;:: Road1.;a I I 611 I~ 1:r '-1..:i" I . . . I l .. '~ ~}' : ~ . I .. I r .. ;1 l I ;· l ·/ \ / · .. ·: \ ./ \· / :\ ·/· . \ / \: l . . . . \ .. =,; M.in .. ~atertight ·(lug If C. I. Min. Grade 1% TYPICAL SECTION ·· St a ndard Cur ."Gutter S e cti n Ser.v i ce Line Note: Einbedment and backf i 11 as. r eq uit ecf for adjacent sewe r ma in sha·] J be inc I ud e d : in . the pr ic e · bid per sey service c o mpl e te in p)aQ Tees Wi.ll Be Use d On All Se rvic e Lin es Co nstruct e d At Same Time As · Public Sewe r.· Sewer servi6~ line location · . .. to be · marked with rsd vinyl · taps dt l east 3" wide and . 10 mil thick attached · to . the end ' of the· servfce and . ext~nding through the b ~ck- fi'll :at· ths point of' house s e.rvi ce corinecti on. behind the prriposed 6urb. · SERVICE LINE FIGURE DETA.ILS · 115 E l-9 Mate rial E2~9 Construction f 1 .1 \ ( EXISTING $URFACE ~~-BACKFILL AS .SPECIFIED ·, I I • .. ,. . l • • •• I , . . • • I . . . I l \. \ \ \ 'r~ \ \ I \ '. l \ I I I G) G> 6'' MIN.DlMENSION. 6" MAX.FOR PAY PURPOSE S WHEN . BID PER CUBIC YARD. 6-" MIN.DIMENSION.MAX.FOR PAY PURPOSES SHALL BE 6 11 OH MAIHS .2~~ AND SM ALLER,9" OH MAINS 30" AND LARGER, WHEH BIO PER CUBIC YARD. G) CLASS IE 1 I 500i'i COHCRETE , · CONCRETE ,CRADLE DETAIL i.·· ( __ . ~-----F-1 G_u_R_E __ , 16 ___ __;_,__E 1--20-Ma-ter-ia-l ~ ( 1-1-78 E2-20 Construction l .·' STREET DIRT Q.. >- I- 0 (IJ 8-14 REBARS TYP. ~~-----4------i USE 3 0"00 t-CLASS ;,{ A CONCRETE. CONC. COLLAR HEIGHT PVHT. .PVHT. ...._ 2:27 ... ... .... C.J.SE J CASE 2 CASE 1 COLLAR SHALL EXTEND TO TOP OF 2: 27 CONCRETE ( REBAR REO.} CASE 2 COLLAR SHALL EXTEND 3" B ELO}{ BOTTOH OF LOJ.r'EST GRADE RING (REBAR RED.} 4.o· ---- SECTION. A i FIGURE .121 CONCRETE MANHOLE DETAIL / \ 0 0 3/4" CHAHFER TYP. 6. HIN . HINIMUK HE IGHT VARIES . COLLAR Ei -20.2 1 HATERIA L E2 ~2 0, 2 1 CON S TRU CTION 5/.18/90 3 /0 5 /93 \ \ \ ( I : \. \ l (- 11 I \ . 1.UNIMUJ..I 6" INITIAL--.-,...1...J..-'a~c;...::;..:..>:..._:_J BACKFlLL COVER MINIMUM 6"---;..;=~,.:...,..,.,~ EMBEDMENT TYPE ·c· BACKFILL SE£ SPEC. E1-2.+ G.C.D. SAND MA TERI AL llBEDMENT & INITIAL BACKFlLL S£E SPEC. E1-2.3 G.C.D. WATER: SIZES UP TO AND INCLUDiNG 12" MINIIJUM INITIAL BACl<FlLL CO\t£R: -~~:.._.;.....~ TYPE "C" BACKFlLL SE£. SPEC. El-2.+ G.C.O. WA1ER -6° SE\lr£R -12" STORM DRAIN -12· --"""---CRUSHED STONE OR SAND MINIM UM 6 "---..-='-~~--'---' EMBEDMENT MA 1ERIAL INITIN.. BACKFlLL S££ SPEC. E1-2A-{b) OR E1-2.3 G.C.D. CRUSHED STONE Sf£ SPEC. El -2.3 G.C.D. WATER: SIZES 16" AND LARGER SE WER: ALL SIZES STORM DRAIN: ALL SIZES ( < I- L r----'--------"---~---'----------------~-----------1 ( SAND GRAD A 110N •L£SS THAN 10X PASSING 1200 SIEVE • P.I. = 10 OR L£SS CRUSHED STONE GRADA llON S1E\1:: SIZE · ,; RETAINED . 1· 0-10 1;2· 40-75 3/8" 55-90 f{ 90-:100 f8 95-100 MATERIAL SPECIFICATIONS lHE EMBEDMENT AND BACKFILL DETAILS PR0\10EO ON 1H1S SHEET SHALL REPLACE APPROPRIA 1E PROV1S10NS Of 801H 1HE El-2.+{b) AND El-2.3 OF THE G.C,D. AtfD STD. SPEC. 11EM +o2 OF 1HE TPW STANDARD SPEOFlCATIONS FOR STREET & STORM DRAIN CONSTRUCTION. Ai..L OTHER PROV1SIONS Of THESE ITEMS SHALL APPLY. - < 0: Li. ........ .,..- c if C 0::: f-z C C WATER, SEWER & STORM DRAIN i EMBEDMENT AND BACKFILL DETAILS LL ~--------------------1 C CITY OF FORT WORTH-CONSTRUCTION STANDARD. er. FlGURE A DATE: 2-19-02 I .._ ...... '"I j . -·1 -· j ·-' ... .,J 3/ 4? LETTERING (RECESSED FLUSH) 11 1/B" ! [2B3mmrj r~ COVER SECTIO N 12 7/8" [327mm~ -. 11 3/8" 1 ? /B " r [289m~rl *1Bmm] \.,... c\7/a ·~ 12· f:il,:'~==2:.:llmm jrnm] 1s 3/a "_ \ 18 3/8 "[391m mr [ 467mm BOX SECTIO N 5/8" [16mm \'k- 1 6 3 / 4··.,-----1 [ 425mm 21" [533m m 24" [610mm BOX SECTION ____ .J · 1 1 ;2· [R3Bmm] ,_, ...... ...i FORT WOR TH LOGO IS OPTIO~IAL Rey l~ed 3/21 /2003 CITY OF FORT WOR TH WATER DEP ARTM ENT 1000 THROCKMORTON ST FOR T WORTH, TX 76102 81 7-871-8240 FAX: 817_;871-8195 . CLASS 'A' .STANDARD PLASTIC METER BOX WITH CAST IRON LID FOR 3/4" & 1" METERS SC ALE AS SHOWN EX ISTI NG CURB & GUTIER NOTES: TRENCH REPAIR LI MITS EXISTING . HMAC PAVEMENT EXISTING HMAC PAVEMENT EXISTING BASE _/ (I F ANY) BACKFI LL MATERIAL (SEE NOT E #3) TRENCH REPAIR W/PERMANENT HMAC PAVEMENT AND NON-REINFORCED CONCRETE BASE TYPICAL SEC TION 1. PL.ACE A MIN . OF 2" HMAC SURFACE COURSE (TYPE "D" MIX) TO MATCH EXISTING HMAC PAVEMENT GRADE AS SHOWN. 2. PLACE A MI.N. OF 8" 2: 27 CONCRETE AS SHOWN . EXISTING CURB & GUTTER 3. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STR EETS AND IS OPTIONAL IN OTHER AREAS. IF FLOWABLE FILL JS REQUIRED ,. A SEPERATE PAY ITEM WlLL BE PRO'v1DED FOR SUCH . FOR STORM DRAIN INST ALLA llON, BACKFILL SHALL MEET SPECI FIED ITEM 402 OF THE STANDARD SPEC IF ICAllONS FOR STREET AND STORM DRAIN CONSTRUCTION , CITY OF FORT WORTH. FOR WATER OR SANI TARY SEWER IN STALLATlON,BAC KFILL SHALL BE PER FIGURE A. 4. ALL CONSTRUCTION MUST BE IN ACCORDANCE WlTH THE CI TY OF FORT WORTH STANDARD SPECJFICA TIONS FOR STREET AND STORM DRAIN CON STRUCTION . ..... --.... CITY OF FORT WORTH. TEXAS PERMANENT ASPHALT PAVEMENT REPAIR WITH . -;N-REINFORCED CONCR IE TE BASE REV. 05 /2006 DATE : 09/2005 200l '1A ~---- ,,,---..... ,_. ' EXI~ nf'lG CURS \GUTIER EXIST SASE EXISTING HMAC PAVEMENT N0.3 BARS ON 24" CENTERS BOTH WAYS WITH MIN. 2 BARS LONGITUDINAL IN DITCH ,rtcNi::H Rr ·-·~ MIN. 2" HOT MIX ASPHALT I EXISTING HMAC PAVEMENT CLASS "A" REINFORCED CONCRETE BASE BACKFILL MATERIAL (SEE NOTE #7) EXISTING CURB & GUTTER EXIST CONC. BASE REINFORCED CONCRETE BASE NOTES TYPICAL SECTION 1. REINFORCED CONCRETE PAVEMENT SHALL BE REPLACED TO ORIGINAL THICKNESS OR TO A MINIMUM THICKNESS OF 5" \VHICHEVER JS GREATER. 2. IF STEEL EXISTS IN CONCRETE PAVEMENT TO BE CUT, THE STEEL SHALL BE CUT AND SALVAGE AS POSSIBLE. A MINIMU .M LAP SPLICE DISTANCE OF 12" SHALL BE PROVIDED. 3 . REINFORCED CONCRETE PAVEMENT 'NILL BE REPLACED OVER TRENCH, AS SHOWN, IN THE EVENT NON-REINFORCED CONCRETE PAVEMENT IS REMOVED. 4. ALL EXISTING ASPHALT COURSE SHALL BE REPLACED TO TI-iE ORIGINAL DEPTH. MINIMUM PAVEMENT ON ALL ASPHALT STREETS SHALL BE 2" OF FINE GRADED SURFACE COURSE. 5. BEDDING OF PIPE TO MATCH ADJACENT SECTIONS . 6. 2: 27 CONCRETE MAY BE DELETED IF HALF THE SPEC IFIED THICKNESS OF 2: 27 IS ADDED TO THE CL ASS "A" CONCRETE. 7. FLOWABLE FILI_ MA Y BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS. IF FLOWABLE FILL IS REQUIRED, A SEPERA TE PAY ITEM 'NILL BE PROVIDED FOR SUCH. FOR STORM DRAIN INST ALLA TlON, BACKFILL SHALL MEET SPECIFIED ITEM 402 OF THE STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION, CITY OF FORT WORTH. FOR WATER OR SANITARY SEWER INSTALLATION, BACKFILL SHALL BE PER FIGURE A. 8. ALL CONSTRUCTION MUST BE IN ACCORDANCE 'NITH THE CITY OF FORT WORTH STANDARD SPECIFICA TlONS FOR STREET AND STORM DRAIN CONSTRUCTION. REV. 05 /2006 CITY OF FORT WORTH, TEXAS PERMANENT ASPHALT PAVEMENT REPAIR WITH REINFORCED CONCRETE BASE DATE: 09/2005 2000-18 TRENCH REPAIR LIMITS EXISTING HMAC PAVEMENT EXISTING HMAC PAVEMENT EXISTING CURB &: GUTIER NOTES: TRENCH REPAIR W/TEMPORARY HMAC PAVEMENT TYPICAL SECTION BACKFILL MATERIAL (SEE NOTE #3) · .. ·. ,• EXISTING CURB & GUTIER 1. PL ACE A MIN . OF 2" HMAC SURFACE SOURSE (TYPE "D" MI X) TO MATCH EXISTING HMAC PA VEMENT GRADE AS SHOWN. 2. PLACE COMPACTED FLEX BASE MATERIAL AS SHOWN . 3 . FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS, AND IS OPTIONAL IN OTHER AREAS. IF FLOWABLE FILL IS REQUIRED, A SEPERATE PAY ITEM WILL BE PROVIDED FOR SUCH. FOR STORM DRAIN INSTALLATION, BACKFILL SHALL MEET SPECIFIED ITEM 402 OF TH E STANDARD SPECIFICATIONS FOR STREET AND STORM ·DRA IN CONSTRUCTION, CITY OF FORT WORTH . FOR WATER OR SANITARY SEWER INSTALLATION.BACKFILL SHALL BE PER FIGURE A. 4. ALL CONSTRUCT ION MUS T BE IN ACCORDANCE WlTH THE CITY OF FORT WORTH STANDARD SPEC IFICATIONS FOR ST1REET AND STORM DRAIN CONSTIRUCTION. REV. 05/2006 ,,,-----. fOfi,T~Tij CITY OF FORT WORTH , TEXAS TEMP .' ARY ASPHALT PAVEME NT REP AIR DA TE: 09/2005 200(., .. ,c -~-________ .---.. ______ ~ 5' MIN. EXISTI NG BASE (IF ANY) NOTES: PIPE \ CLA SS "A" REINFORCED L.v.,CRETE PAVEMENT REPLACEM~NT TO THE NEAREST JOINT OR CURB. . . EXISTING CONCRETE JOINT TRENCH REPAIR W/REINFORCED CONCRETE PAVEMENT . TYPICAL SECTION EXISTING CONCR E PAVEMENT EXISTING CURB 1. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS . OPTIONAL IN OTHER AREAS . . IF FLOWABLE FILL IS REQUIRED, A . SEPERATE PAY ITEM WILL BE PROVlDED FOR SUCH. FOR STORM DRAIN INSTALLATION, BACKFILL SHALL MEET SPECIFIED ITEM 402 OF THE STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION, CITY OF FORT WORTH. FOR WATER OR SANITARY SEWER 3. PLACE 6" OF 2: 27 CONCRETE AS SHOWN. 1" OF REINFORCED CONCRETE MAY BE SUBTlnlTED FOR EVERY 2" OF 2: 27 CONCRETE. INSTALLATION,BACKFILL SHALL BE PER FIGURE A. . . 2. REINFORCED CONCRETE PAV EMENT SHALL BE REPLACED TO ORI GINA L DEPTH, OR TO A MINIMUM DEPTH OF 5~ Wl-llCHEVER IS GRE ATER . 4. REINFORCEMENT OF CONCRETE MUST MEET CITY STANDARD OR MATCH EXISTING, WHICHEVER IS GREATER. 5 . ALL CONSTRUCTION MUST BE IN ACCORD ANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION. CITY OF FORT WORTH, TEXAS TRENCH REPAIR W/REINFORCED CONCRETE PAVEMENT RE V. 05 /2006 DA TE: 09 /2004 2000-2 CURB & GUTIER 5' MIN . I I I I 5' ,M IN . I I I 5' MIN. _______________________ _L ________ 25' NOTES 1. THE FOUR SIDES OF THE CUT SHALL BE NEATLY SAWED WITHOUT ROUGH EDGES . 2. ANY REMAINING PAV EMENT BETWEEN SPOT REPAIRS MUST BE A MINIMUM OF 5' IN ALL DIRECTIONS. ASPHALT 5 ' MIN . LE CURB & GUTIER ASPHALT PAV EMENT SPOT REPAIR TYPICAL 28' WID E PAVEMENT CITY OF FORT WORTH, TE XAS ASPHALT PAVEMENT SPOT REPAIR 28' DATE: 09/2004 PVR-003 •. ,. "'fll !.\,.,.,; ,. N,; r ___ ., --, .. --.. --·----·-.. ~ __ _.,._ ---, --· -----·~· •• 1,,,1 •• .! ... :J-.... ,. .............. ----~·--4.~-~--1----.... ~ ...,.;.......,_ . .J-~r ... ...._____ .;__·;~ ~"_J-~, ... -..... .J-. ~··-... -· }-· .)_ )..._ :\--, ~ --,----~ .... .,..._... •• __ . u:.......l ... ..;J >Q. ..... .u~1~ NOTES" -··--~-· '--'------------~. . -~ ~-......__ . . -·-· ... -... ·1 .THE FOUR SIDES OF THE CUT SHALL BE .N~TLY SAWED. WITHOUT ROUGH EDGES 2. ANY REMAINING PAVEMENT BETWEEN SROT R/:PAIRS MUST BE A M.INIMUM . . OF 5' IN ANY DIRECTION. Long Servlce.s Short S srv Ices For area < 5 11 go lo curb · 8' square a((, L . QJ QJ +-·c 0 ·-· ;i:- L QJ Ill +-C O•- ;l: - A spho l.t Coner ate Roplace lo odge of panel where the dislonco between cut ond edge of pone! is < 5'~ Long Short Services for orao < 5'; go to curb & squore off. 0 Emarc;Jency repair, L Ill Ill +-C 0 ·-~.,., L . QJ +-C $- A.spho I t Concrete Replooe entire panel from canter I I ne to curb. PA V EMENT > 10 YEARS PA VEMENT < 10 YEARS I • . -r'·-~ -,wtt~ .. RECOMMENDED BY,:,/.......---1-~:.::...!....;...i....:._~ f'RAAK CRUMB, AT E: z {rcr( a ( Fop__TWoR_TH APPROVED BY1 .. -'--"----'-,.l--i--..:.. ATE: Z /4 0\ AS SIST ANT DIRECTOR, WATER DEPT . ~ . Rev . ==:;,, .4);. r.;:== WATER. DEP AR.TMEN.T CITY OF FORT WORTH, .TEX AS DALE f!SSELER', DIRECTOR WATER Df;:PT-: COLD MIX\ r- 1 \ I \ I \ l I I I I I I EXISTING M.H. OR VALVE AT GRADE STEEL PLATE /COLD MIX TRENC H I TYPE "A" MUST HAVE PRiOR APPRO VAL OF CITY I I STEEL PLATE TRENCH TYPE "A" PLAT ING TYPE "B" PLATING STANDARD DETAIL FOR TRENCHING NOTES: 1. PRO VIDE ADEQUATE OVERLAP OF PLATE ON ASPHALT TO ASSURE NO SLIPPAGE OF PLATE, AND NO COLLAPSING OF TRENCH. 2. IF TRENCH LENGTH IS LESS THAN 5'-0" AND STEEL PLATES WILL BE IN PLACE LESS THAN 48 HOURS, STEEL PLATES MAY BE PLACED DIRECTLY ON EXISTING ASPHALT WITHOUT TRANSITIONS EXTENDING 3' -0" BEYOND EDGE OF STEEL PLATES. CITY OF FORT WORTH, TEXAS STANDARD DETAIL FOR TRENCHING MILL 1" FOR STE EL PLATE PACK JOINT WITH COLD MIX DA TE: 09 /2004 PVR-001 NOT ES 1. EXISTIN G CONCR ETE SHAL L BE SAW CUT FULL DEPT H. 2. DRILL AND GROUT N0 .5 x 24" TIE BARS AT 24" C-C PE NATRATE MIN. 6" INTO EXISTING PAVEMENT. 3. SPLICE NO. 3 BARS TO THE N0.5 TIE BAR WITH A MIN IMUM 12" OVERLAP. 4. AT EXPANS ION JOINT US E REDWOOD EXPANS ION JOINT FILLER AND N0.6 x 24" SMOOTH DOWEL AT 24" C-C. 5'M IN. --1--- CURB 3 BARS @ 2 4 " O.C .B.W. . EXIST. CONC .-PAV EMENH .. \ ,x,sr. sTH'L 8 · '-----~_=1~11=1~1 =1 =r,-11-r=I = 6 =r·; ,...,,11:~=-=:--_1 - 8 :-.. :~::·::::::::::::::::::l::~~~·l::l:1 ~I _,:_ .. _1_-1 1 . -11--1-11 ___ 1_1 _1--11-I -IT_]_~: 5' MIN. II Ill Ill Ill II -lll -l l l-lll -lll -l ll -111 -111 -III -III -I =1 11==111 ==11 1==111 = 1-111 -111 -11 1-111 -111 -111 -111-1 11-111- TYPICAL PAR TI AL PAN EL REPLACEMENT IN RE IN FOR CED CONCRETE PAVEMENT SAWED OR CON STRUCTED JOINT JOINT PAVEMENT THICKNESS T -5" T -6" T -7" T -8" CITY OF FORT WO RTH, TE XAS TYPICAL PARTIAL P AN EL REPLACEMENT IN REINFORCED CONCRE TE PAVEMENT DEPTH JOINT DEPTH 1-1/4" 1-1 /2 " 1-3/4" 2" DA TE: 09 /2004 P VR-006 MANHOLE FRAME & COVER SHOWN, (NEENAH R-1688 OR EQUAL 280 LBS .) FOR INLET, COVER MAY BE 20" (NEENAH R-1 737 OR EQUAL, 185 LBS.) PLAN OF FRAME 25-3/4" 1/8"~1·1--_____ 2_4"--------11 ~3/4" SECTION C-C LH1=:1/4" . ! -1 IH/8" 3/4"Tj~11 I -j-1/2" 15-1/2"1 6-1/2" 24" SEC TION B-B 1/4" CORR UGATION CI TY OF F OR T WORTH, TEXAS STANDARD CAST IRON FRAME & COVER DATE: 09/2004 SD-015 MAX. SLOPE 1: 1 MAX. SLOPE 1: 1 ~ a:::w Wz Q.. -0 _J a::: Q.. >-1- 1' a::: w Wz Q.. -0 _J a::: Q.. 1' E~STING GROUND LINE 10' PARKWAY 4' 5' u... 0 (D w a::: u :J <( u u... EXISTING GROUND LINE 1/4" PER FT. (USUAL) \_ FUTURE WALK LOCATION (IF CONSTRUCTED BY PROPERTY OWNER). 4' IN-CUT 10' PARKWAY 5' 1/4" PER FT. (USUAL) FUTURE WALK LOCATION (IF CONSTRUCTED BY PROPERTY OWNER). IN-FILL CITY OF FORT WORTH, TE X AS 1 O' PARKWAY SECTIONS u... 0 (D w a::: u :J <( u u... TOP OF CURB TOP OF CURB PROPOSED GROUND LINE DATE: 09/2004 STR-024 >--I- a:: w Wz 0...- o_J a:: Q_ ~1w ~~ 3' 15' PARKWAY 4' 8' EXISTING GROUND LINE LL Om w a:: u =:i <( u LL ~-:-<~-";.....,<~-~.--_-;:-;:.:""": .. ..,....>~--. -:;,t.::-__ :~7:;_:-:-:-r~_: ~""=';·_.~. ---=============:::..._ ____ 7T~::?\ __ c~u---,Rs :1.-~(~~-~~:~: .? ~/\~ 1/4" PER FT. (USUAL) TOP OF PROPOSED GROUND LINE MAX. SLOPE 1: 1 FUTURE WALK LOCATION (IF CONSTRUCTED BY PROPERTY OWNER). IN-CUT 0 _J ~l~-----------~15:_' _!:P'!._A~R~K!'!_W~AY.'.__ _____ ~------1 s· LL Om w a:: u =:i <(u LL 3' 4' MA XZ 1/4" PER FT. (USUAL) TOP OF SLOPE 1: 1 ,:._.,,...,.,......,...-~.,.-.-:;-c::,-:-~~--------1 -----==G~ CURB <-,:;-{ .... :·~;-<.::'-->·· {.:~·::: :::~··_; '\}-~:-, FUTURE WALK LOCATION (IF CONSTRUCTED BY PROPERTY OWNER). IN-FILL CITY OF FORT WORTH, TEXAS 15' PARKWAY SECTIONS 4~-~_?.: :.~~ ·~: :-::~~ :!'.··Jo_.l':.·1,_ .:_._.·_ '. PROPOSED GROUND LINE (LEVEL WITH TOP OF CURB) DATE: 09/2004 STR-025 1 '-6" (MIN .) GROUND LINE lL. Om wn::: u:::, <( u ~~====~=--....._LlL. _IQ£' OF CURB ., . • 4 . . .A .· I "'~ .· I- CURB & GUTIER (REF.) .. Q.. SUITABLE MATERIAL TAMPED IN LIFTS NO T EXC EED ING 12" LOOSE. • 4". . ., w 0 ~ IW u i:6 z <( w I-a::: I-w w ,,..... <( U) z ~ ~ .._, 0 <D I . ~ DIM. B (TRENCH WIDTH) SEE TABLE 1 SECTION VIEW TABLE 1 .; A •• A 4. •• . .., •. .d . -. .,_ WASHED ROCK PER ITEM 402 SEE NOTE 1. •• • 4 .. LIMIT S OF EXCAVATION NOTES: 1. PIPE SHALL BE 6"¢ PERFORATED CORRUGATED POLYETHYLENE TUBIN G PER ASTM F-405, UNLE SS OTHERWISE SPECIFIED . DIM. A 2.5' TO 6' 6' TO 10' 10' TO 15' OVER 15' DIM. 1'-7" 2'-1'' 2'-7" 3'-1" CITY OF FORT WORTH, TEXAS SUBDRAIN B DATE: 09/2004 STR-027 COLLAR CONFIGURATION .., COLLAR CONFIGURATION FOR PAVED AREA---~---IN UNPAVED AREA (8) #4 BARS, PLACED AS SHOWN. USE CLASS "A" (3000 LB) CONCRETE . 4' -0" (MANHOLE) r2'-Q" (WATER VALVE) PLAN VIEW TYP. l ~ w w::'i _J <( O> I zo::: <( w L~ ..___,. 3: : ..___,. 0 I : -0 ""'"" I N CASE #1 CASE #2 GRADE 3" MIN. 3/4" CHAMFER TYP . t COLLAR THICKNESS VARIES, 8" MIN . t CASE #1 "PVMT. · · : ~ .. . 2:27 COLLAR SHALL EXTEND TO BOTIOM OF 2:27 CONCRETE (REBAR REQUIRED). CASE #2 COLLAR SHALL EXTEND 3" BELOW BOTIOM OF LOWEST GRADE RING (REBAR REQUIRED). . SECTION "A-A" (MANHOLE COLLAR S HOWN) (NOT TO SCALE) CITY OF FORT WORTH, TEXAS MANHOLE AND WATER VALVE CONCRETE COLLAR RAM NE CK , TYP . DATE: 09/2004 S TR-028 I I 4 '-0" 1'-0 " I 14" r 6 " WIDE CURB (STD . 4 " SI DEWALK) L EAD-TRE A D WALK FLAGGIN G~ r I ::,,::: _J I <( 3: 0 0 I I <( I ~ w _J I ~ FLA GG IN G ~ l V ~#3 BAR S 6 " WIDE J 1/2 " EXP AN SION JO IN T_/ I @ 1'-3" 4'-o" (STD . 4 " SIDEWALK) .... '" . . . · .. NOTES: I I 1'-0 " LE AD-1 WALK 1 CURB PLAN VIEW 1/2" RADI US (TYP .) SEC TI ON VIE W 1. N UMBER OF RISERS VAR IES TO MEET CO NDI TION S ON GROU N D. SLOPE TREAD 1 /8" PER FT. CIT Y OF FOR T WORTH, TE XAS CONC RETE STEPS I_..,...--ENTRAN CE _/ WAL K #3 BAR S @ 1'-3 " FA CE OF RISER S 1/2" EXPAN SION J O SA ND CU SHION INT 4" D A TE : 0 9/200 4 S TR -04 4 £ t '.;,- B f l ~ ~ £, ~ ", ~ 1 ~ S"-·I rB" 2 ' CLEAR TYP. 2 ' SCH. 40 PVC VEEEP HOLES AT STDE\JALK SLOPE AT 1/4' PER FOO T 3 AT t OCB\J l0'-0 ' DC NOTEcCOMPAC T SUBGRADE TD 95;,: STD. PROCTOR . PAY PER CUBIC YARD. l' MIN. TD 4' MAX. CONSTRUCTIO N J OINT <DPT> RETAINING WALL WITH SIDEWALK NOT TO SCALE 3/ 4 ' CHAMFER 2 ' CL EAR ,CTYP.l -----' n@ 12 · ~4 e 1s· r BACKFILL \JITH SAND / BEHIND VALL s·-o· MAX. RETAINING 6 " ;; 2 CUBIC FEE T PEA GRAVEL AT EACH VEEP HOLE CONST. JOINT n3 @ 12 ' s · 8 " i------1-- CONCRETE SHALL BE 4 ,ODO PSI MINIMUM COMPRESSIVE STRENGTH 1·-0· l'-9 " SPECIAL RETAINING WALL DETAIL NO T TD SCALE WALL DETAILS CITY OF FORT WORTH DEPARTMENT OF ENGINEERING 2004 CAPITAL IMPROVEMENTS PROJEC T STREET RECONSTRUCTION · WATIER AND SANITARY SEV.£R REPLACE MEN T BLACKMORE AVENUE (PREVOST ST. TD HERVIE Sf.) KILPATRICK A VENUE (ELDRIDGE ST. TD DEAD END ) KILPATRICK A VENUE (HERVIE ST. TO BOURINE ST.) BROWN &GAY YEAR 3, CONTRAC T 35 -PRO.£CT NO. 00292 CIVIL ENGINEERS f 108 WEST 8TH STREET , SUITE 200 FORT WO RTH, TEXAS 76102 (8 17) 887 -6 130 j ENGINEERS. INC. l~f j BGE Job No.: DOE No.: Date : Exhibit: g&..,l ;;L.__~~~~~~~~~~~~~~~~~~~~~~~....1....__.;:C....::O;_F0;_1'---.,___~5;_1'-4'-6~_.__0;_1;_-....::2:....;.0....::0.;...7....__....;:..BG~E'--0~01~ - SECTION 6 -CONTRACTS, BONDS AND INSURANCE 6.1 Certificate of Insurance 6.2 Contractor Compliance with Workers' Compensation Law 6.3 Conflict of Interest Questionnaire 6.4 Performance Bond 6.5 Payment Bond 6.6 Maintenance Bond 6.7 City of Fort Worth Contract .... r CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date~ NAME OF PROJECT: Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Portions of Blackmore Avenue and Kilpatrick Avenue (Project No. 00292) PROJECT NUMBER: P253-707170029283/P258-6071 700 29283/C200-207400029283 IS TO CERTIFY THAT: McClendon Construction Company, Inc. is, at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described, for the type of insurance and accordance with provisions of the standard policies used by this Company, and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy Effective Expires Limits of Liabilitv Worker's Compensation Comprehensive General Bodily Injury : Liability Insurance (Public Ea. Occurrence : $ Liability) Property Damage: Ea. Occurrence: $ Blasting Ea. Occurrence: $ Collapse of Building or structures adjacent to Ea. Occurrence: $ --- excavations Damage to Underground Utilities Ea. Occurrence: $ Builder's Risk Comprehensive Bodily Injury : Automobile Liability Ea. Person: $ Ea. Occurrence : $ Property Damage: Ea. Occurrence: $ Bodily Injury: Contractual Liability Ea . Occurrence: $ Property Damage : Ea. Occurrence: $ Other Locations covered:----------------------------------- Description of operations covered :----------------------------- The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five (5 ) days after the insured has received written notice of such change/or cancellation . Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be assured, the above policies contain such special requirements , either in the body thereof or by appropriate endorsement thereto attached . The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy . Agency Insurance Company : ___________ _ .,_F""'ort'-"--'W.,_o""rt'"""h,.,____,_A"'g"'e:..:.nt,_ ____________ By __________________ _ Address ------------------Title ________________ _ CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406 .96 (2000), as amended , Contractor certifies that it provides workers ' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Engineering No .5146 and City of Fort Worth Project No . P253- 707170029283/P258-607170029283/C200-207 400029283. STATE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR McCle Name : DAN McCLENDON, PRESIDENT ---------- T itle :----------- Date : _/_2_/_;_c,_/_{)_r __ _ Before me , the undersigned authority , on this day personally appeared Ton MC C1erd an , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of McClendon Construction Company, Inc. for the purposes and consideration therein expressed and in the capacity therein stated . Given Under My Hand and Seal of Office this ~ day of ilCek'.J.< OW. 20 07 . ~J N~ hlicinandforeState of Texas CONFLICT OF INTEREST QUESTIONNAIRE For vendor o r other person doing business with local gove rnmental entity This questionnaire is being filed in accordance with chapter 176 of the Lo ca l Government Code by a person doing business with the governmenta l enti ty. By law this questionnaire must be fil ed with the record s administrator of the local government not later than the 7th busines s day after the date the person becomes aware of facts that require the stateme nt to be filed. See Section 176.006, Loca l Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code . An offense under this section is a Class C misdemeanor. l.!J Name of person doing business with local governmental entity. DAN MtCLENOON, PRESIMNT Mi:CLENDON CONST. CO. fNt. D Check this box if you are filing an update to a previously filed questionnaire. FORM CIQ OFFICE USE ONLY Date Rec eived (The law requires that you file an upd ated comp leted questionna ire with th e appropriate filing authority not later than September 1 of the year for which an activity d escribed in Section 176.006( a), Local Government Code , is pending and not later than the 7th business day after the date the originally filed questionn a ire becomes incomplete or inaccurate .) ~ Describ e each affiliation or business relationsh ip with a n employee or contractor of the local governmental entity who makes recommendations to a local government officer of the local governmental entity with respect to expenditure of money. l!1 Describe each affiliation or business relationship with a person who is a local government officer and who appoints or employs a local government officer of the locar governmental entity that is the subject of this questionnaire. Amended 01/13/2006 CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity FORM CIQ Page 2 ~ Name of loc a l governm ent officer with whom filer has affiliation or business relationship. (Complete this sectio n only if the answer to A , B, or C is YES .) Thi s sectio n, it em 5 inclu di ng subparts A , B , C & D . mu st be comp leted for each officer with whom th e filer has affi liation or business relatio nsh ip. Attach add ition al pages to this Form CIQ as necessary. A. Is the lo cal government officer named in this section receiving or like ly to receive taxable in come from the fi ler of the questionnaire? O ves TZJ No B . Is the filer of the questionnaire rec eivin g or likely to receive taxab le income from or at th e direct ion of the local government officer named in th is secti on AND the taxab le in come is not from the local governmental entity? D ves .lSZI No C . Is the fil er of this questi onn aire affi li ated wit h a corpo ration or other bus in ess entity tha t the local government officer serves as an officer or director, or ho lds an owners hip of 10 percent or more? O ves D. Describ e each affiliation or business relationship. ~ Describe any other affiliation o r busines s re lationship th at might cause a conflic t of in te rest. Signature of person doing business wit h the governmental entity Date Amended 01 113/2006 PERFORMANCE BOND Bond No. 8213-47-71 THE ST ATE OF TEXAS § KNOW ALL MEN BY THESE PRESENTS: COUNTY OFT ARRANT § That we (1) McClendon Construction Company, Inc. as Principal herein , and (2) Vigilant Insurance Company, a corpora ti on orga ni ze d und er th e laws of th e State of (3) New York and who is authorized to issue sure ty bond s in the State of Texas, Surety herein , are held an d firmly bound unt o the City of Fort Worth , a muni c ip al corporation located in Tarrant and D ent on Co unti es, Texas , Obligee herein , in th e sum of: One Million Two Hundred Seventy-one Thousand Six Hundred Thirty-one and 55/100 ............................. . ($1,271,631.55) Do llars for the payme nt of which sum we bind ourse lves , our heirs , exec utors, administrators , successors and assigns , jointly and severa ll y , firmly by these presents . WHEREAS , Principal has e ntered into a ce rtain contract wi th the Obligee date d th e 27th of November, 2007 a copy of which is hereto attached and made a p art hereof fo r all purp oses , for the construction of: Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Portions of Blackmore Avenue and Kilpatrick Avenue (Project No. 00292) NOW THEREFORE , th e co nditi on of thi s obli gation is such, if th e said Principal sha ll faithfully perform th e work in accordance with the pl ans, specifications and contract docu ments and sha ll fully indemnify and hold harml ess the Obligee from all cos ts and damages whi ch Obligee may suffer by reason of Principal 's default , and reimburse and repay Obligee for all o utl ay and ex pense that Obligee may incur in making good such default , th en this obli gat ion sha ll be vo id ; otherwise , to remain in full force and effect. PROVIDED , HOWEVER , th at thi s bond is exec ute d pursu ant to Chapter 22 53 of th e Texas Gove rnm ent Co de, as amended , and a ll liabilities on thi s bond shall be determined in accordan ce with the prov is ions of such s tatu e, to th e same ex tent as if it we re co pi ed at length herein . IN WITNESS W HEREOF , th e dul y authorize d representati ves of the Prin c ip al an d the Sure ty have exec ute d thi s in s trument. SIGNED and SEALED this 27th day of N ovember, 2007. (SEAL) Address ATTEST: (Surety) Sec retary (SEAL) W itn ess to Surety E liz abeth ra y P.O. Box 8720, Fort Worth, Te xas 76124 (Address) - T itl e: Dan McClendon, President PO Box 999 Burleson, TX 76097 NOTE : D ate of Bond mu st not be prior to date of Co ntrac t (I ) Co rr ec t name of Co ntrac tor (2) Co rrec t name of Surety (3) State of incorporation of Surety Te lep hone numb er of s urety mu st be sta ted . In additi o n, an origin al co py of P owe r of Atto rney sha ll be attac hed to Bon d by th e Atto rn ey-in- Fac t. T he da te of bond sha ll no t be pri o r to date of Co n trac t. -- IMPORTANT NOTICE To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P.O. Box 149104 Austin, Texas 78714-9104 Fax# (512) 475-1771 PREMIUM OR CLAIM DISPUTES The address of the surety company making this bond to which any notice of claim should be sent may be obtained by calling the Texas Department of Insurance at the above number. Should you have a dispute concerning your premium or about a claim, you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND This notice is for information only and does not become a part or condition of the attached document. This notice is given to comply with Section 2253.048, Texas Government Code and Section 53 .202, Texas Property Code effective September 1, 2001. THE ST A TE OF TEXAS COUNTY OF TARRANT PAYMENT BOND Bond No. 8213-47-71 § § § KNOW ALL MEN BY THESE PRESENTS: That we, (1) McClendon Construction Company, Inc. as Principa l herei n , and (2) Vigilant Insurance ~C~o=m~p~a=n~y ____ , a corporation organized and existin g under the laws of the State of (3) New York as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties , Texas, Obligee herein, in the amount of One Million Two Hundred Seventy-one Thousand Six Hundred Thirty-one and 55/100 ................................... Dollars ($1,271,631.55) for the payment whereof, the said Principal and Surety bind themselves and their heirs, execu to r s, administrators , successors and assigns , jointly and severally, firmly by these presents: WHEREAS , the Principal has entered into a certain written contract with the Ob li gee dated the 27th day of November, 2007 , which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Portions of Blackmore Avenue and Kilpatrick Avenue (Project No. 00292) NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253 , Texas Government Code, as amended) supplying labor and materials in the prosecution of the work under the contract, then this obligation sha ll be void; other wise , to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code , as amended, and all liabilities on this bond sha ll be determined in accordance with the provisions of said statue , to the same extent as if it were copied at length herein. IN WITNESS WHEREOF , the duly authorized representatives of the Principal and Surety have executed this instrument. SIGNED AND SEALED this 27th day of November , 2007. (SEAL) ATTEST: Secretary (SEAL) NOTE : ( 1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety onstruction Com an Inc. Name: Dan McClendon Title: President Address: PO Box 999 Burleson, TX 76097 Address: 2001 Bryan Street, Suite 3400 Dallas, Texas 75201 Telephone Number: 214-754-0777 Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in -F act. The date of the bond sha ll not be prior to date of Contract. ----..... MAINTENANCE BOND Bond No. 8213-47-71 THE STATE OF TEXAS § COUNTY OF TARRANT § That McClendon Construction Company, Inc. ("Contractor"), as principal, and Vigilant Insurance Company , a corporation organized under the laws of the State of New York , ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas , ("City") in Tarrant County, Texas, the sum of One Million Two Hundred Seventy-one Thousand Six Hundred Thirty- one and 55/100 ................................................................................................ Dollars ($1,271,631.55) 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 27th of November, 2007 copy of which is hereto attached and made a part hereof, for the performance of the fo llowing described public improvements: Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Portions of Blackmore Avenue and Kilpatrick Avenue (Project No. 00292) the same being referred to herein and in said contract as the Work and being designated as project number(s) P253-707170029283/P258-607170029283/C200-207400029283 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 m good repair and condition for said term of Two (2) Years ; and , WHEREAS, said Contractor binds it self 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 rece1vmg notice of the need therefore to repair or reconstruct said Work as herein provided . NOW THEREFORE, if said Contractor sha ll keep and perform its said agreement to maintain, repa1r or reconstruct sa id Work in accordance with all the terms and conditions of said Contract, these presents sha ll be null an d void , and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect , and the City sha ll 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 th e full amount hereof is exhausted . IN WITNESS WHEREOF , this instrument is executed m 1 counterparts , each one of which sha ll be deemed an original, this 27th day of November, A.D . 2007. ATTE ST: (Slt JM~AA Secretary-\ ATTEST: (SEAL) Secretary / an Inc. Title: President 2001 Bryan Street, Suite 3400 Dallas, Texas 75201 Addre ss ......... Chubb Surety POWER OF ATTORNEY Federal Insurance Company Vigilant Insurance Company Pacific Indemnity Company Attn: Surety Department 15 Mountain View Road Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Kyle W. Sweeney, Charles D. Sweeney, Bobby E. Mayo and Michael A. Sweeney of Fort Worth, Texas------------------------ each as their true and lawful Attorney-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 30th day of April, 2003 STATE OF NEW JERSEY} ss. County of Somerset On this 30th day of April, 2003 , before me, a Notary Public of New Jersey, personally came Kenneth C . Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,,that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By-Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that he is acquainted with Frank E. Robertson, and knows him to be Vice President of said Companies; and that the signature of Frank E. Robertson , subscribed to said Power of Attorney is in the genuine handwriting of Frank E. Robertson, and was thereto subscribed by authority of said By-Laws and in deponenfs presence . JANA KRUMPFER Notary Public, State of New Jersey A . No.2297116 ~ /C-t. / Commission Expires February 25, 20~0~8----7-.-:'----L-"--=---'---=--=-·~-N-o""~'-ry=P~u-b-lic CERTIFICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: "All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing AssistaQt Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." I, Kenneth C . Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that (i) the foregoing extract of the By-Laws of the Companies is true and correct, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U. S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Rico and the U. S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and (iii) the foregoing Power of Attorney is true, correct and in full force and effel<jtii Given under my hand and seals of said Companies at Warren, NJ this 2 day of November, 2007 ' . Kenneth C. wendel,AssistntSecretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903-3485 Fax (908) 903-3656 e-mail: surety@chubb.com Form 15-10-0225 (Ed. 4-99) CON~NT THE STATE OF TEXAS COUNTY OF TARRANT CITY OF FORT WORTH, TEXAS CONTRACT KNOW ALL BY THESE PRESENTS This agreement made and ente red into this the 27th day of November A.D ., 2007, by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11 th day of December, A.O. 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a re s olution duly passed at a regular meeting of the City Council of said city , and the City of Fort Worth being hereinafter termed Owner, McClendon Construction Company, Inc., HEREINAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follows : 1. That for and in consideration o f the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Portions of Blackmore Avenue and Kilpatrick Avenue (Project No. 00292) 2. That the work herein contemplated shall consist of furnishin g as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth , which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein . 3 . The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4 . The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same read y for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Counci I of the City of Fort Worth within a period of 150 working days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated , plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him , the sum of $420 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and term s of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and /or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City 's engineer and architect, and their personnel at the project site for Contractor's sole negligence . In addition , Contractor covenants and agrees to indemnify, hold harmless and defend , at its own expense, the Owner, its officers, servants and employees , from and against any and all claims or suits for property lo ss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers , agents, employees, subcontractors , licensees or invitees, whether or not any such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers , servants and employees and any damage , loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of thi s Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees .. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment s hall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved , or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor again st whom a claim for damages is outstanding as a result of work performed under a City Contract. 7 . The Contractor agrees, on the execution of this Contract, and before beginning work, to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Article 5160 of the Revised Civil Statutes of Texas, as amended , in the form included in the Contract Documents, and such bonds shall be for 100 percent of the total contract price, and said s urety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth . 8. Said City agrees and binds itself to pay, and the said Contractor agrees to receive , for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a , shall be One Million Two Hundred Seventy-one Thousand Six Hundred Thirty-one and 55/100 ......................................... Dollars, ($1,271,631.55). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. It is mutually agreed and understoo d that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in ~ counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in ~ counterparts with its corporate seal attached . Done in Fort Worth , Texas, this the 27th day of November, A.D., 2007. RECOMMENDED: BY:~ DIRECTOR, DEPARTMENT OF ENGINEERING APPROV~ ,. TRANSPORTATION/PUBLIC WORKS DIRECTOR McClendon Construction Company, Inc. PO Box 999 Burleson, TX 76097 CONTRACTOR CITY OF FORT WORTH CITY MANAGER Marc A. Ott, Assistant City Manager ATTEST: CITY SECRET ARY BY: ~(W):Z2(2----.(S EAL) Contrac ' DAN McCLENDON. PRESIDENT TITLE P.O. BOX 996 BURLESON, TX 76097 ADDRESS November 1960 Revised May 1986 Revised September 1992 Date APPROVED AS TO FORM AND LEGALITY: SECTION 7 -PERMITS NO PERMITS REQUIRED ...__, TROE#l TROE#2 TROE#3 TROE#4 TROE#5 TROE#6 TROE#7 TROE#8 TROE#9 TROE #10 - TROE #11 . TROE #12 - TROE #13 - TROE #14 - TROE #15 - TROE #16 - TROE #17 - TROE #18 - TROE #19 - SECTION 8 -EASEMENTS TEMPORARY RIGHTS OF ENTRY 1-19* 3813 Eldridge Street 4820 Kilpatrick A venue 4808 Kilpatrick A venue 4740 Kilpatrick Avenue OMITTED 4 721 Kilpatrick A venue OMITTED 4705 Kilpatrick Avenue 4701 Kilpatrick Avenue 5424 Kilpatrick Avenue 5420 Kilpatrick Avenue 5416 Kilpatrick A venue 4824 Kilpatrick A venue 5439 Kilpatrick Avenue 5436 Kilpatrick Avenue 4 700 Kilpatrick A venue 4616 Kilpatrick A venue 4621 Kilpatrick A venue 4 73 7 Kilpatrick A venue *Note: Temporary Rights of Entry Documents will be provided prior to construction. The location of each of the Temporary Rights of Entry is shown on the Construction Plans. ..... GEOTECHNICAL ENGINEERING STUDY PAVEMENT DESIGN-CONTRACT 35 BLACKMORE AVENUE AND KILPATRICK AVENUE FORT WORTH, TEXAS Presented To : Brown & Gay Engineers, Inc. August2006 PROJECT NO. 829-06-01 CMJ ENGINEERING, INC. August9,2006 Report No . 829-06-01 Brown & Gay Engineers, Inc. 108 West 8th Street, Suite 200 Fort Worth, Texas 76102 Attn : Mr. Carl J . Krogness, P .E. Dear Mr. Krogness : GEOTECHNICAL ENGINEERING STUDY PAVEMENT DESIGN -CONTRACT 35 BLACKMORE AVENUE AND KILPATRICK AVENUE FORT WORTH, TEXAS 7 636 Pebble Dtive Fort WortJ,, Texas 7 6 l I 8 Subm itted here are the results of a geotechnical engineering study for the referenced project. This study was performed in general accordance with CMJ Proposal 06-1444 dated April 10, 2006 . The geotechnical services were authorized on June 28, 2006 by Mr. A. Lee Head, 111 , P.E., Vice President of Brown & Gay Engineers, Inc. Engineering analyses and recommendations are contained in the text section of the report . Results of our field and laboratory services are included in the appendix of the report. We would appreciate the opportunity to be considered for provid ing the materials enginee ring and geotechnical observation services during the construction phase of this project. We appreciate the opportunity to be of service to Brown & Gay Engineers, Inc. Please co n't act us if you have any questions or if we may be of further service at this time . Respectfully submitted, CMJ ENGI.NE E!UN , C. _ ........... ,,,, --...-€. OF Tt-\\ ---"\~!--·····-.«:-1""~ \ ,, . . ' "* .• .. * I , . . Q S:.(f·}·~. ,. 0.·· * •;.'& •• ,.: · .. , -----i<-i-, • .-: • .-; •• -;-; •••••••••••••• -•••• : ••• ~ ~ JAMES P. SAPPINGTON, IV,_ Ja:L P. Sappington, IV, P .E. Projkct Engineer Texas No . 97402 ' ............................. , , ~':. :n-,,, · t ........ 97 402 :it" • -'Q•. •• k;.;' t,x-f·~~CE:NS~?.··~, ·;r. , &s ...•... c:"fi.:' ·7 ,,,(ONAL ;:---oc , ......... Garrett E. Williams , P.E. President Texas No . 52525 copies submitted : (3) Mr. Carl J . Krogness , P.E.; Brown & Gay Engineers, Inc. Phone (8 17) 284 -9400 Fax. (8 17 ) 58 9 -9993 Metro (81 7 } 589-9992 .r / TABLE OF CONTENTS Page 1 . 0 I NTROD UCTI ON --------------------------------------------------------------------------------------------1 2.0 FIELD EXPLORATION AND LABORATORY TESTING --------------------------------------------2 3. 0 SU BS U RF ACE CONDITIONS -----------------------------------------------------------------------------4 4 . 0 PA VE M ENTS ------------------------------------------------------------------------------------------5 5. 0 EARTHWORK -------------------------------------------------------------------------------11 6. 0 CONSTRUCTION OBSERVATIONS ---------------------------------------------------------------------14 7 .0 REPORT CLOS URE----------------------------------------------------------------------------15 APPENDIX A Plate Plan of Borings -----------------------------------------------------------------------------------------A.1 Un ified Soil Class ification System -------------------------------------------------------------------------------A.2 Key to Classification and Symbols --------------------------------------------------------------------A.3 Logs of Borings -----------------------------------------------------------------------------A.4 -A.7 Triaxial Shear Test Reports ---------~------------------------------------------------------------------A.8 -A.10 Free Swell Test Results -------------------------------------------------------------------------------------A.11 Lime Series Test Results----------------------------------------------------------------------------------A. 12 Soluble Sulfates Test Results---------------------------------------------------------------------------------A.13 APPENDIX B Pl ate Pavement Th ickness Design -------------------------------------------------------------------------------8.1 -B . 2 Report No. 829-06-01 C MJ ENGI NEERING, I NC 1.0 INTRODUCTION 1.1 General This report presents the results of a geotechnical engineering study for total pavement reconstruction of specified portions of Blackmore Avenue (Hervie Street to Prevost Stree t ) and Kilpatrick Avenue (Bourine Street to Hervie Street and Eldridge St. to eastern dead end) in Fort Worth , Texas. Specific refurbishment lengths range from 550 to 1,350 linear feet w ith an approximate combined total project length of 2,450 linear feet. The project, as currently planned, consists of complete replacement of existing pavements with a Portland cement concrete section. This report conforms to the City of Fort Worth Pavement Design Standards Manual , 2005 Edition . Plate A.1, Plan of Borings, depicts the approximate location of exploration borings. 1.2 Purpose and Scope The purpose of this geotechnical engineering study has been to determine the general subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered, develop recommendations for 'the type or types of pavement subgrade preparation and modification, provide pavement design guidelines, and provide earthwork recommendations . To accomplish its intended purposes, the study has been conducted in the following phases : (1) drilling sample borings to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and (3) performing engineering analyses , using the field and laboratory data to develop geotechnical recommendations for the proposed construction . The design is currently in progress and the locations and/or elevations of the structure could change. Once the final design is near completion (80-percent to 90-percent stage), it is recommended that CMJ Engineering , Inc. be retained to review those portions of the cons t ruction documents pertaining to the geotechnical recommendations , as a means to determine t hat our recommendations have been interpreted as intended. 1.3 Report Format The text of the report is contained in Sections 1 through 7. All plates and large tab les are contained in Appendix A. The alpha-numeric plate and table numbers ident ify the appendix in Report "lo. 829-06-01 C MJ E NGI NEERI N G , I NC. which they appear. Small tables of less than one page in length may appear in the body of the text and are numbered according to the section in which they occur. Units used in the report are based on the English system and may include tons per square foot (tsf), kips (1 kip= 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds per cubic foot (pcf), and pounds per square inch (psi). 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration Subsurface materials at the project site were explored by four (4) vertical soil borings. Borings B-1 through B-4 were drilled to depths of 10 feet below existing grades. The borings were drilled with truck mounted drilling equipment using continuous flight augers at the approximate locations shown on the Plan of Borings, Plate A.1 . The boring logs are included on Plates A.4 through A. 7 and keys to classifications and symbols used on the logs are provided on Plates A.2 and A.3. Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin-walled (Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the dri lling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the relatively undisturbed sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at respective sample depths on the logs . When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. To evaluate the relative density and consistency of the harder formations, a modified version of the Texas Cone Penetration test was performed at selected locations. Texas Department of Transportation {TxDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This Report No . 829-06-01 CMJ ENGINEERING, INC. 2 results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at respective test depths, as blows per 6 inches on the log. In hard materials (rock or rock-like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total of 100 blows . The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs . Ground-water observations during and after completion of the borings are shown on the upper right of the boring log. Upon completion of the borings, the bore holes were backfilled with hydrated bentonite chips and properly plugged at the surface with asphalt. 2.2 Laboratory Testing Laboratory soil tests were performed on selected representative samples recovered from the borings . In addition to the classification tests (liquid limits, plastic limits, and percent passing the No. 200 sieve), moisture content, unconfined compressive strength, and unit weight tests were performed. Results of the laboratory classification tests, moisture content, unconfined compressive strength, and unit weight tests conducted for this project are included on the boring logs. Three triaxial shear tests were performed on specimens from selected samples to evaluate shear strength properties of the subgrade soils. The triaxial shear tests included unconsolidated- undrained (UU) tests . These tests were performed for CMJ Engineering, Inc. by ML Testing, LLC. The results of the triaxial tests are presented on Plates A.8 through A.10 . Two swell tests were performed on specimens from selected samples of the clays . Th es e tests were performed to help in evaluating the swell potential of soils in the area of the proposed pavements . The results of the swell tests are presented on Plate A.11. An Eades and Grim Lime Series test was performed on a selected sample to identify the appropriate concentration of lime to add to soils for stabilization purposes . The results of the lime series test are presented on Plate A.12 . Three soluble sulfate tests were conducted on selected soil samples recovered from the borings. The sulfate testing was conducted to help identify sulfate-induced heaving potential of the soils. Report No. 829-06-01 CMJ ENG INEER ING, INC. 3 Sulfate-induced heaving can cause detrimental volumetric changes to a lime stabilized subgrade. The result of the sulfate tests are presented on Plate A .13 . The above laboratory tests were performed in general accordance with applicable ASTM procedures, or generally accepted practice. 3.0 SUBSURFACE CONDITIONS 3.1 Site Geology The Dallas Sheet of the Geologic Atlas of Texas indicates the project sites are located in the Duck Creek Formation and portions of the Kiamichi Formation of the Lower Cretaceous Age . The Duck Creek Formation consists of limestone with some shaly portions. This formation typically weathers to form shallow deposits of active clay at the surface. These clays often contain significant quantities of limestone fragments . The Kiamichi Formation is approximately 25 feet thick and is composed of weak, extremely active clays. Outcrops of the Kiamichi normally form narrow bands on hillsides. Heavy water seepage can occur along the contact zone between the Duck Creek and Kiamichi Formation during periods of heavy rainfall. The project sites are predominately influenced by the Duck Creek Formation . 3.2 Soil Conditions Specific types and depths of subsurface strata encountered at the boring locations are shown on the boring logs in Appendix A . The generalized subsurface stratigraphy encountered in the borings are discussed below. Note that depths on the borings refer to the depth from the existing grade or ground surface present at the time of the investigation, and the boundaries between the various soil types are approximate . Pavement is present at all the borings locations, consisting of various thicknesses of asphalt, sand , and gravel base material. Asphalt is present at the surface at all boring locations and is 1 to 1.5 inches in thickness . Base material fills ranged from approximately 1 to 2 feet in thickness and is present beneath the asphalt surfacing in all borings. Fill materials are present beneath the pavement in Boring B-2, consisting of dark brown, gray, and reddish brown clay and sandy clay with gravel. The fill extends to a depth of 1 foot. Natural soils consist of light brown , brown, light gray, gray, light reddish brown, and reddish brown silty clays Report No. 829-06-01 CMJ ENG INEERING, INC. 4 and shaly clays, often containing calcareous nodules and deposits. The various clays encountered in the borings had tested Liquid Limits (LL) ranging from 21 to 68 and Plasticity Indices (Pl) ranging from 12 to 43 and are classified as CL and CH by the uses. The various clayey soils were generally stiff to hard (soil basis) in consistency with pocket penetrometer readings of 1. 75 to over 4 .5 tsf. The clays had tested dry unit weight values ranging from 96 to 125 pcf and tested unconfined compressive strength varied from 2,910 to 5,780 psf. Tan limestone is present at depths of 1 and 4 feet in Borings B-3 and B-4, respectively. The tan limestone contains weathered limestone seams and clay seams and is moderately hard to very hard (rock basis), with Texas Cone Penetration test values of 0.5 inch to 3 inches per 100 blows. 3.3 Ground-Water Observations The borings were drilled using continuous flight augers in order to observe ground-water seepage during drilling. Ground-water seepage was not encountered during drilling and all borings were dry at completion of drilling operations. While it is not possible to accurately predict the magnitude of subsurface water fluctuation that might occur based upon these short-term observations, it should be recognized that ground-water conditions will vary with fluctuations in rainfall. Fluctuations of the ground-water level can occur due to seasonal variations in the amount of rainfall; site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the time the borings were performed. Ground-water can trap atop limestone or occur in joints in the clays or via more permeable strata. As previously stated, heavy water seepage can occur along the contact zone between the Duck Creek and Kiamichi Formation during periods of heavy rainfall. 4.0PAVEMENTS 4.1 General Considerations Anticipated subgrade materials generally consist of variable materials. Excavation could expose limestone or low to moderately active silty clays and sandy clays . Those materials with a Plasticity Index (Pl) less than 20, should perform satisfactorily as a pavement subgrade if they are properly compacted as described below. The lower plasticity materials can often be difficult to compact, particularly when they are wet. It may be desirable to blend them with more clayey soils during grading in pavement areas. Report No. 829-06-01 CMJ ENGINEERING, IN C. 5 ,,._ The higher plasticity clays, those w ith a Pl of 20 or greater, are subject to loss in support value with the moisture increases which occur beneath pavement sections . They react with hydrated lime, which serves to improve and maintain their support value . Treatment of these soils with hydrated lime will improve their subgrade characteristics to support area paving . A visual observation of the pavement subgrade should be considered following rough grading to determine specific materials which are present that would benefit from the addition of lime . Cuts can expose the limestone. This condition is anticipated in the vicinity of Boring B-3 . These limestones provide excellent support in an undisturbed condition; however, they are difficult to cut to finished grade and some fill may be required. Pulverization and compaction equipment often break down the limestone to a material that also benefits from stabilization, although large rock fragments hamper conventional mixing procedures . Depending on the required grades, it may be advisable to undercut such areas and place a material suitable for stabilization or to place a lime stabilized clay. This can best be evaluated by an on-s ite inspection after grading is completed . The success of the pavement subgrade is subgrade soil strength and control of water. Adequate subgrade performance can be achieved by stabilizing existing so ils used to construct the pavement subgrade. Modification of the variable subgrade soils can be accomplished with the addition of hydrated lime. Estimates of expansive movement potential are variable and are on the order of 1 an d up to 4 inches . Movements in excess of this estimate can occur if poor drainage , excessive water collection, leaking pipelines , etc . occur. Any such excessive water conditions should be rectified as soon as possible . In order to minimize rainwater infiltration through the pavement surface, and thereby minimizing future upward movement of the pavement slabs, all cracks and joi nts in the pavement should be sealed on a routine basis after construction . 4.2 Sulfate-Induced Heaving Soluble sulfate testing was conducted to check for sulfate-induced heaving potential. Sulfate- induced heaving is caused when hydrated lime is added to a soil with high sulfate concentration . The lime reacts with the sulfates to cause potentially large volumetric changes in the soil. Soluble sulfate levels in soils on the o rder of 2,000 parts-per-million (ppm) or less are usually of low concern and warrant only observation of the subgrade during the stabilization process . The Report No. 829-06-01 C MJ E NG INEER ING, I NC. 6 soluble sulfate levels of the tested samples ranged from 105 to 117 ppm . Since the samples tested were below 2,000 ppm, a single-lime process is recommended . The single-lime treatment is described in Section 4 .3. In addition , it is recommended that during the curing period of the lime treatment, the subgrade be supplied with ample moisture to allow proper hydration of the lime, and it should be checked for any volumetric changes that may indicate a sulfate-induced heaving condition . 4.3 Pavement Subgrade Preparation Lime treatment is recommended for all subgrade areas with plastic to highly plastic clays, typically with a Pl of 20 or greater. Prior to lime addition , the subgrade should be proofrolled with heavy pneumatic equipment. Any soft or pumping areas should be undercut to a firm subgrade and properly backfilled as described in the Earthwork section. The stabilized subgrade should be scarified to a minimum depth of 6 inches and uniformly compacted to a minimum of 95 P,ercent of ASTM D 698, near minus 2 to plus 4 percentage points of the optimum moisture content determined by that test. It should then be protected and maintained in a moist condition until the pavement is placed . The presence of limestone fragments , gravel, and calcareous nodules in the surficial soils can complicate mixing of the soil and lime. It is recommended a minimum of 6 percent hydrated lime be used to stabilize the clay subgrade soils . The amount of hydrated lime required to stabi lize the subgrade should be on the order of 30 pounds per square yard for a 6-inch depth . The hydrated lime should be thoroughly mixed and blended with the upper 6 inches of the clay subgrade (TxDOT Item 260). The hydrated lime should meet the requirements of Item 260 (Type A) in the Texas Department of Transportation (TxDOT) Standard Specifications for Construction of Highways, Streets and Bridges , 2004 Edition. As an alternative to lime stabilization, consideration can be given to substituting a suitable flexible base on an equal basis. This option is particularly advisable in pavement areas with a sh a llow limestone subgrade. It is recommended that subgrade modification extend to at least one foot beyond pavement edges to aid in reducing pavement movements and cracking along the curb line due to seasonal moisture variations after construction . Each construction area should be shaped to allow dra inage of surface water during earthwork operat ions, and surface water should be pumped immedi at ely from Report No. 829-06-01 CMJ ENG INEER IN G, I NC. 7 / each construction area after each rain and a firm subgrade cond ition mainta ined. Water should not be allowed to pond in order to prevent percolation and subgrade softening , and lime should be added to the subgrade after removal of all surface vegetatio n and debris . Sand should be specifically prohibited beneath pavement areas, since these more porous soils can allow water inflow, resulting in heave and strength loss of subgrade so il s (lime stabilized soil will be all owed for fine grading). After fine grad ing each area in preparation for paving , the subgrade surface should be lightly moistened, as needed , and recompacted to obtain a tight non-yielding subgrade . Surface drainage is critical to the performance of this pavement. Water should be allowed to ex it the pavement surface qu ickly . This can be accomplished by maintaining at least 1 percent slope of the finished grades and discharging the water into dra inage structures . All pavement construction should be performed in accordance with the procedures provided in Section 4 .5. 4.4 Pavement Sections At the time of this investigation, site paving plans or vehicle traffic stud ies were not available . Pavement analyses were perfo~ed using methods outl ined in the AASHTO Guide for Des ign of Pavement Structures , 1993 Edition, published by the American Association of State Highway and Transportation Officials . The design equations were solved using AASHTO Pavement Analysis Software. In the AASHTO method , traffic loads are expressed in Equivalent 18 -kip Single Axle Loads (ESAL) over the design life of the pavement structure . Based on the results of the field and laboratory investigation and on soil plasticity properties, the following design parameters were used in our thickness design calculations (soil paramete rs w ere conservatively established for th e soils that are expected to exhibit lower b earing strengths): Subgrade So ils ........................................................ Clay Design Life .............................................................. 25 years Initial Serviceability .................................................. 4.5 Terminal Serviceability ............................................ 2.0 Reliability ................................................................. 80 % Overall Deviation ..................................................... 0.35 Load Transfer Coefficient ........................................ 2.9 Dra inage Coeffici ent. ............................................... 0 .70 Design California Bearing Ratio (subgrade) ............. 4.4 Des ign California Bearing Rat io (lime stabilized) ..... 15 Loss of Support ....................................................... 1.0 Modulus of Subgrade Reac ti on ............................... 90 ps i/in Concrete Modulus of Elast icty ................................. 3,604 ,997 psi Concrete Modulus of Rupture .................................. 630 ps i Report No. 829-06-01 C MJ ENGCNEERCNG, I NC. 8 The following rigid pavement sections are provided for Residential -Rural (low volume) street and Residential -Urban (high volume) street classifications. The design ESALS were provided in the City of Fort Worth Pavement Design Standards Manual, 2005 Edition . The following pavement section is suitable for the previously mentioned assumptions . Any deviation from these assumptions should be brought to our attention immediately in order to assess their impact on our recommendations. Concrete pavement sections are susceptible to edge distress as edge support deteriorates over time. Therefore, care must be taken to provide and maintain proper edge support. In conjunction with a stabilized subgrade or flexible base course underlying the concrete, it is recommended that the stabilized subgrade or flexible base extend a minimum of 12 inches beyond the surface course on each side of the street. Maintenance should be provided when edge support deteriorates. Rigid Pavement Section Street Growth Design Thickness Material Classification Factor ESAL (in.) 7.0 PCC Residential -Rural Lime Stabilized (low-volume) No Growth 625 ,000 6 Subgrade 7 .5 PCC Residential -Urban Lime Stabilized (high-volume) No Growth 875,000 6 Subgrade According to the City of Fort Worth Pavement Design Standards Manual, 2005 Edition, the allowable drainage coefficient for slabs placed directly on a lime stabilized clay subgrade without a permeable base layer must be no greater than 0.7. This coefficient may be increased to 1.15 for pavements placed over permeable base with a minimum thickness of 5 inches and tied into an edge drain system . According to this design standard, the presented pavement thicknesses may be decreased by 1 inch for Residential -Rural (low-volume) streets or by 1.5 inches for Residential - Urban (high-volume) streets with permeable base drainage systems installed in accordance with _ the referenced design standards manual. Proper surface drainage in the shoulders is also critical to long term performance of the pavement. Water allowed to pond adjacent to the pavement will result in loss of edge and subgrade support and an increase in post construction heave of the pavement. Report No. 829-06-01 CMJ ENGINEERING, INC 9 4.5 Pavement Material Requirements Material and process specifications developed by the Texas Department of Transportation (TxDOT) have been utilized . These specifications are outlined in the TxDOT Standard Specifications for Construction of Highways. Streets and Bridges , 2004 Edition. Specific construction recommendations for rigid pavements are given below . Reinforced Portland Cement Concrete : Reinforced Portland cement concrete pavement should consist of Portland cement concrete having a 28-day compressive strength of at least 4,000 psi. The mix should be designed in accordance with the ACI Code 318 using 3 to 6 percent air entrainment. The pavement should be adequately reinforced with temperature steel and all construction joints or expansion/contraction joints should be provided with load transfer dowels. The spacing of the joints will depend primarily on the type of steel used in the pavement. We recommend using No. 3 steel rebar spaced at 18 inches on center in both the longitudinal and transverse direction . Control joints formed by sawing are recommended every 12 to 15 feet in both the longitudinal and transverse direction. The cutting of the joints should be performed as soon as the concrete has "set-up" enough 'to allow for sawing operations . Lime Stabilized Subgrade: Lime treatment for base course (road mix) -Item 260, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways , Streets, and Bridges , 2004 Edition . Flexible Base : Crushed Stone Flexible Base -Item 247, Type A, Grades 1 or 2, Texas Department of Transportation Standard Specifications for Construction of Maintenance of Highways , Streets , and Bridges , 2004 Ed ition. 4.6 General Pavement Considerations The design of the pavement drainage and grading shou ld consid e r the potential for differential ground movement due to future soil swelling of up to 4 in ches . In order to m inimize rainwater infiltration through the pavement surface, and thereby minimiz ing future upward movement of the pavement slabs, all cracks and joints in the pavement should be sealed on a routine basis after construction. Report No. 829 -06-01 CMJ E N G IN EE RIN G, I NC. 10 5.0 EARTHWORK 5.1 Site Preparation and Material Requirements The site should be stripped of pavements, vegetation , roots, old construction debris, and other organic material. It is estimated that the depth of stripping will be on the order of 4 inches and up to 12 inches in existing pavement areas . The actual stripping depth should be based on field observations with particular attention given to uneven topography and excessively wet soils . The stripped areas should be observed to determine if additional excavation is required to remove weak or otherwise objectionable materials that would adversely affect the fill placement or other construction activities . The subgrade should be firm and able to support the construction equipment without displacement. Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be proof rolled to detect soft spots, which if exist, should be reworked to provide a firm and otherwise suitable subgrade . Proof rolling should be performed using a heavy pneumatic tired roller , loaded dump truck, or similar piece of equipment. The proof rolling operations should be observed by the project geotechnical engineer or his/her representative. Prior to fill placement, the subgrade should be scarified to a minimum depth of 6 inches, its moisture content adjusted, and recompacted to the moisture and density recommended for fill. In areas of perched water or pumping subgrade, it may be necessary to install sub-pavement drains or edge drains. This decision should be made during construction to verify the need for such drains. The on-s ite soi ls are suitable for use in site grading. Imported fill material should be clean soil with a Liquid Limit less than 50 and no rock greater than 4 inches in maximum dimension . The fill materials should be free of vegetation and debris. 5.2 Placement and Compaction Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The · uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand-operated power compactors or small self-propelled compactors . The fill material should be uniform with respect to material type and moisture content. Clods and chunks of material should be broken down and the fill material mixed by disking , blading, or plowing , as necessary, so that a material of uniform moisture and density is obtained for each lift. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through eac h layer. Report No. 829-06-01 CMJ ENG INEE RIN G, INC 11 The fill material should be compacted to a minimum of 95 percent of the maximum dry density determined by the Standard Proctor test, ASTM D 698. In conjunction with the compacting operation, the fill material should be brought to the proper moisture content. The moisture content for general earth fill should range from 2 percentage points below optimum to 5 percentage points above optimum (-2 to +5). These ranges of moisture contents are given as maximum recommended ranges . For some soils and under some conditions, the contractor may have to maintain a more narrow range of moisture content (within the recommended range) in order to consistently achieve the recommended density. If fill is to be placed on existing slopes that are steeper than five horizontal to one vertical, then the fill materials should be benched into the existing slopes in such a manner as to provide a good contact between the two materials and allow relatively horizontal lift placement. Field density tests should be taken as each lift of fill material is placed . As a guide, one field density test per lift for each 5,000 square feet of compacted area is recommended. For small areas or critical areas the frequency of testing may need to be increased to one test per 2,500 square feet. A minimum of 2 tests per lift should be required. The earthwork operations should be observed and tested on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer. Each lift should be compacted, tested, and approved before another lift is added. The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained. The actual quality of the fill, as compacted, should be the responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations . Any pavement structure (concrete, base course material or stabilized subgrade) should extend a minimum of 12 inches beyond the edge of the excavation trench. This additional width of pavement structure greatly reduces the potential for reflective cracking upwards into the pavement. In addition, proper backfilling of the soils will result in no undue settlement of backfill material and resulting differential movement between the natural soils and backfill trench . If a high class bedding material or backfill material is desired, a lean concrete will limit water intrusion into the trench and will not require compaction after placement. Report No. 829-06-01 CMJ ENGINE ER ING, INC. 12 5.3 Excavation The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction. Existing structures, pipelines or other facilities, which are constructed prior to or during the currently proposed construction and which require excavation, should be protected from loss of end bearing or lateral support. Temporary construction slopes and/or permanent embankment slopes should be protected from surface runoff water. Site grading should be designed to allow drainage at planned areas where erosion protection is provided, instead of allowing surface water to flow down unprotected slopes. Trench safety recommendations are beyond the scope of this report. The contractor must comply with all applicable safety regulations concerning trench safety and excavations including, but not limited to, OSHA regulations. 5.4 Trench Backfill Trench backfill for pipelines or other utilities should be properly placed and compacted. Overly dense or dry backfill can swell and create a mound along the completed trench line. Loose or wet backfill can settle and form a depression along the completed trench line. Distress to overlying structures, pavements, etc. is likely if heaving or settlement occurs . On-site earth fill material is recommended for trench backfill. Care should be taken not to use loose granular material, to prevent the backfilled trench from becoming a trench drain and piping surface or subsurface water beneath structures, pipelines, or pavements. If a higher class bedding material is required for the pipelines , a lean concrete bedding will limit water intrusion into the trench and will not require compaction after placement. The density and moisture content should be as recommended for fill in this report . A minimum of one field density test should be taken per lift for each 150 linear feet of trench, with a minimum of 2 tests per lift. 5.5 Soil Corrosion Potential Specific testing for soil corrosion potential was not included in the scope of this study. However, based upon past experience on other projects in the vicinity, the soils at this site may be corrosive . Standard construction practices for protecting metal pipe and similar facilities in contact with these soils should be used . Report No. 829-06-01 CMJ ENGINEERING, INC. 13 5.6 Utilities Seasonal water seeps can occur where the tan limestones are approached or exposed by cuts. Subsoil drains may be required in some areas to intercept this seepage . Based on the exploration borings, excavations through the onsite soils can be accomplished using conventional earth digging equipment. Tan limestone in thin seams and major intact units were encountered near existing ground surface in selected locations . This limestone is generally hard to very hard and may require heavy duty specialized equipment for excavation. In addition, overexcavation should be anticipated within the limestone with clay seams. Overexcavation may result from large blocks or chunks breaking along either weathered or clay seams beyond the planned excavation . Unusual problems with caving soils or collapsing materials were not noted at the boring locations . In addition, perched water may occur in more permeable zones within the limestones, particularly after periods of extended rainfall. Care should be taken that utility cuts are not left open for extended periods, and that the cuts are properly backfilled . Backfilling should be accomplished with properly compacted on-site soils, rather than granular materials . Trench excavations should be sloped or braced in the interest of safety. Attention is drawn to OSHA Safety and Health Standards (29 CFR 1926/1910), Subpart P , regarding trench excavations greater than 5 feet in depth . 5. 7 Erosion and Sediment Control All disturbed areas shou ld be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with permanent erosion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control should be followed. 6.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions . In the analysis , the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings. Report No. 829 -06-01 CMJ ENGINEERIN G, INC. 14 However, quite often during construction anomalies in the subsurface conditions are revealed. Therefore, it is recommended that CMJ Engineering, Inc. be retained to observe earthwork and foundation installation and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. Un til these construction phase services are performed by the project geotechnical engineer, the recommendations contained in this report on such items as final foundation bearing elevations , proper soil moisture condition, and other such subsurface related recommendations should be considered as preliminary. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owne'r's design engineers and the geotechnical engineer. 7 .0 REPORT CLOSURE The borings for this study were selected by CMJ Engineering, Inc. The locations and elevations of the borings should be considered accurate only to the degree implied by the methods used in their determination . The boring logs shown in this report conta in information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials . The logs also contain our field representat ive 's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken . Therefore, these boring logs contain both factual and interpretive information . Laboratory soil classifica ti on tests were also performed on samples from selected depths in the borings. The results of these tests, along w ith visual-manual procedures were used to generally classify each stratum . Therefore , it ·· should be understood that the classification data on the logs of borings represent visual estimates of classifications for those portions of each stratum on which the full range of laboratory soil classification tests were not performed . It is not implied that these logs are represe ntative of subsurface conditions at other loc atio ns and times . Report No. 829-06 -01 CMJ E NGIN EERI N G, I NC 15 With regard to ground-water conditions , this report presents data on ground-water levels as they were observed during the course of the field work . In particular, water level readings have been made in the borings at the times and under conditions stated in the text of the report and on the boring logs . It should be noted that fluctuations in the level of the ground-water table can occur with passage of time due to variations in rainfall, temperature and other factors. Also , this report does not include quantitative information on rates of flow of ground water into excavations , on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations . Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits . Such unexpected conditions frequently require that additional expend itures be made by the owner to attain a properly designed and constructed project. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If, during construction, different subsurface conditions from those encountered in our borings are observed , or appear to be present in excava tions, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site , if conditions have changed due either to natural causes or to construction operations at or adjacent to the site , or if structure locations , structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, cons idering the changed conditions and/or time lapse . Further, it is urged that CMJ Engineering, Inc . be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report . In addition, we are available to observe construction, particularly the compaction of structural fill , or backfill and the construction of foundations as recommended in the report, and such other fi eld obs ervations as might be necessary. Report No. 829-06-01 CMJ EN G INEE RI NG, INC. 16 The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, ground water or air, on or below or around the site. This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs , diagrams, etc. should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the su bsurface conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities of the contractor. This report has been prepared for the exclusive use of Brown & Gay Engineers, Inc. for specific application to design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied , is made or intended . * * * * Report No. 829-06-01 CMJ ENGINEERING, INC 17 -0 l:::,. r-. )::. --I n, \l I FLETCHER ---,=-'-"-=-'-t---+----!l,-= \ BONNELL ) Lak e Co m o P o r k " '\ I \ ) BONNELL ~ \ 8-1 K JLPA RICK ~ \ ( -t----t------..L.- N ---T~~,-~9~~-~---,L--~ H UMBERT en 0 C: GOODMAN LIBBEY B-2 BLACKMORE r-r-rn HUMBERT FARNSWORTH HELMICK L[G[NO: ~ B o r ing Locotio n PLAN OF BORINGS PAVEMENT DESIGN -CONTRACT 35 BLACKMORE AVENUE AND KILPATRICK AVENUE FORT WORTH, TEXAS j --- / / / / / / / I I 400 800 f eet I App ro x,mate Sc ale CMJENGINEERING, INC. CMJ PROJECT No . 829-06-0/ Major Divisions Grp. Typical Names Laboratory Classification Criteria Sym . a:; en Well-graded gravels, gravel-!!? 0 60 (030)2 e> <fl Q) GW sand mixtures, little or no ro .!!! ~ .§ !!J. c.= ·--greater than 4: Cc = --·-·· between 1 and 3 fines ·o 0 10 010 X 0 60 .!Q Cll O (/) C: Ol C: "O o...o.!!! .Q ai a; 0 Q) U) U) _g Poorly graded gravels, gravel C 0 N ·~ • -E ID ~ ·en Q) 2 ~~ ~ -:i::: GP sand mixtures , little or no C) Not meeting all gradation requirements for GW .!::! -Q) 02, d, <fl <fl Q) > fines !!? . c5 ro Q) -<fl Q) 0... C, ::I Q) '-·-ro > > (lJ (/) 0 0 "O Q) ~gv <t> c u . :i Cl "in 0-ci ai' s: C, .!: Liquid and Plastic limits 0 Oz Q) ::I Silty gravels, gravel-sand-silt .t! 0 .!:: Liquid and plastic limits 0 C: 0 GM : : 5-below "A" line or P .I. N -..:: E mixtures ai <J) -C plotting in hatched zone ci (lJ Cll .c co en C: ~ : : Q) greater than 4 ..c: ..c: . ,._ z ;!:! (1) <1> ::I Q) between 4 and 7 are C: -~ :0 .§ u .; <fl (lJ Q) C: £ U) -~ ..._ Q) 0 <fl borderline cases <fl (lJ <ii u 0 No Cll Liquid and Plastic limits =..C: ~ Clayey gravels, gravel-sand-0 <n N u requring use of dual o-> Q) Cll .._ GC C: 0 above "A" line with P .I. (I) .._ 0 ,._ a. clay mixtures :~ symbols "O Q) e. 0 a. "iij z (I) e> ~ ,_ C : 't: greater than 7 .!: .!!! 0) Cll : Q) ~ -~ E£ : "E O>-~ 0 ... 1 dl en ,._ Q) (030)2 ' (lJ Well-graded sands, gravelly --Oso (I)·-ro <fl Q) SW -1ij ~ Q) -g .§ sands, little or no fines (I) E c .= ·-· greater than 6: Cc=-··-···--between 1 and 3 ro -E ~ (I) o ,o 010 X 060 0 (lJ <fl o E Cll 0 ,._ C !Q (/) C: Olo (I) C: ,._ u:;:; £ § Ql Cll 0 C: u -·~ N 2 <!) Poorly graded sands; ro £ ...; C 0 u ·-OE SP gravelly sands , little or no u~ C: (I) Not meeting all gradation requirements for SW -(lJ (/) ;2, C: (/) Q) ~ ro J:: ~ (lJ Q) fines <fl.§ ~ (1) ..c: <fl Q) (I) Q) a.....; C: "O <fl·--.... c..N c: C: ,._ (/) 0 0 (lJ ro gi v -<fl Q) l!) ..... ~ £ 0 (/) u . <t> c Q) C) C: C: ,_ Liquid and Plastic limits Q) -0 Silty sands, sand-silt O>.l!! Cll Cll ~ .._ oz Q) ::I SM (lJ C ..C: ..C: below "A" line or P .I. less 0 C: 0 C~w--N Liquid and plastic limits .s !!::: C: <+= E mixtures QJ._3<1>QJ..-(lJ <1l ~ ~g ~ 0 .9 than 4 plotting between 4 and 7 ..c: £ ..c: ro~ ' ~ Q) fil ~c.E....J~<n C: ~ -C: are borderline cases (lJ (I) ~ '+= 0 (/) £ ID ci ro Liquid and Plastic limits requiring use of dual "O ·-.!: .!: "O ~ C: u Clayey sands, sand-clay (lJ ~ SC §-g ~ above "A" line with P .1. symbols 0 (/) a. mixtures e. Q) Q) <J) a. -0. (/) greater than 7 ~ QJ a, ro ooo Inorganic silts and very fine 0 ML sands , rock flour, silty or l!) clayey fine sands, or clayey C silts with slight plasticity en ro >, ..c: nO / ID ro -Inorganic clays of low to > u ::i Q) u Q) medium plasticity, gravelly "in c:-CL ro -~ clays, sandy clays, silty clays , / 0 ~ :§ !i(' 0 / N and lean clays ci en :g CH z ::I / O" C: 2, Organic silts and organic silty 4: (lJ OL V £ clays of low plasticity >< I/ <fl .._ Q) = <!) "O 0-C <fl ro -o E c3o ~ <fl Inorganic silts, micaceous or ·u .. ~ 0 .:, --<fl diatomaceous fine sandy or "' (lJ ·-l!) MH (ll OHar d MH 9>~ a: C: silty soils, elastic silts ·~ Cll Q) ,_ (/) ..c: r c.l!! »-V u:: (lJ Cll ,_ E -(1) CL tJ -0 <1l Inorganic clays of high / u Q) CH C: ,._ -Cll Ol plasticity , fat clays 1:: ro / ..c: ti) ;t:: C: = E :~~~~w ML a lldOL (lJ (/) = £ "O o V ·3 Q) O" Organic clays of medium to .._ 2-OH 0 10 20 30 40 50 60 70 80 90 100 0 high plasti c ity . organic silts e. Liquid Limit >,-2 Peat and other highly organic -C: <fl Plasticity Chart ..c: Cll :=: Pt f E1 5l so ils 0 UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A .2 SOIL OR ROCK TYPES --=-GRAVEL •••• • • SAND •••• SILT CLAYEY LEAN CLAY SILTY HIGHLY PLASTIC CLAY LIMESTONE SHALE CONGLOMERATE Sh el by Tube Auger Sp lit Spoon TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More th an 50 % Pas si ng No . 200 Si eve) Descriptive Item Penetrometer Reading, (tsf) Soft 0 .0 to 1.0 Firm 1.0 to 1.5 Stiff 1.5to3 .0 Very Stiff 3 .0 to 4 .5 Hard 4.5+ Coarse Grained Soils (More than 50 % Retained on No 200 Sieve) Penetration Resistance Descriptive Item (blows/foot) Oto4 4 to 10 10 to 30 30 to 50 Over 50 Soil Structure Very Loose Loose Me_dium Dense Dense Very Dense Relative Density 0 to 20% 20 to 40% 40 to 70% 70 to 90% 90 to 100% Contains appreciable deposits of calcium carbonate ; generally nodular Having inclined planes of weakness that are slick and glossy in appearance Composed of thin layers of vary ing color or texture Containing cracks, sometimes filled with fine sand or silt Rock Core Cone No Pen Re covery Calcareous Slickensided Laminated Fissured lnterbedded Composed of alternate layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plast ic Soft Moderately Hard Hard Very Hard Can be remolded in hand ; corresponds in cons istency up to very stiff in soils Can be scratched with fingerna il Can be scratched easily with knife ; cannot be scra tched with fingernail Difficult to scratch with knife Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated mate rial; Quartz , calcite , dolomite, siderite, Degree of Weathering Unweathered Slightly Weathered Weathered Extremely Weathered and iron oxide are common cementi ng materials . and iron oxide are common cementing materials . Rock in its natural state before being expo sed to atmospheric agents Noted predominantly by color change with no disintegrated zones Complete color change w ith zones of sl ightly decomposed rock Complete color change w ith consistency, texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3 ..., a. {!) 0 m N "' {!) z ~ 0 a, u. 0 {!) 0 ...J Project No . I Boring No. Project Pavement Design -Contract 35 829-06-01 8-1 Blackmore and Kilpatrick -Fort Worth, Texas Location Water Observations See Plate A.1 Ory during drilling; dry at completion Completion I Completion Depth 10.0' Date 7 -5_06 Surface Elevation Type N/A 8-53, w/ 6" CFA ii 0 Ill 0 Ill 0 ..c .0 a. ~ en N a. E E o .S 0 >,. (0 Stratum Description -"O ~~ Ill (/) (/) -<11 0 ~ ~ u.. Cl) C: ~ 0 0 -;;; Cl'.'. u: 0 --Iii ~~-() ?; C . "'> \ w a .2 Q) ~ rd .~ CT E Cl'.'. Cl'.'. a) 0..1-0.. U) .::::i ::J -ASPHALT 1.5 inches thick / '----GRAVEL, w/ brown clayey sand (fill) --'- II SILTY CLAY, light brown , w/ calcareous nodules 4 .25 42 ~ -and deposits, very stiff to hard 4 .5+ -w/ light gray and light reddish brown, 3' to 7' 1 .75 81 '-5--stiff, 4' to 5' 3 .0 '--3.25 w~ SHAL Y CLAY, gray, brown, and reddish brown, w/ 2 .25 83 68 '--~ sand and sandstone seams , very stiff to hard 4 .5+ '-~ 4 .5 >-1~ w ~------------------------ LOG OF BORING NO. 8-1 CMJ ENGIN EERI NG IN C - cU:: ~ ~u'. -o .Q ci- 0 ~ ~fQ ;;-Q) -ucf!. ·o :,C ~:j ..:: (1) (/) 0~ C: ~ "O ~~ :.:: >< -Q) o a.c II) Q) <I)--~cn o E :, --C: ro E (0 "O Oo C: .0 C: 0 0 0:::::J 0::E '.2 0 :J-1 :JOO.. 4 16 26 17 16 110 19 17 13 25 43 22 96 21 112 5780 21 PLATE A.4 -, a. (!) ~ 9 m N "' (!) z ~ 0 a, u. 0 C, 0 .... Project No . I Boring No . Project Pavement Design -Cont rac t 3 5 829-06 -0 1 B-2 Blac km o re a nd Kilpatrick -Fo rt Worth, Texas Location Water Observations See Plate A.1 Dry d uring d rilling; dry at completion Completion I Completion Depth 10.0' Date 7 -6-06 Surface Elevation Type NIA 8 -53, w/ 6" C FA ii 0 "' 0 Q) 0 £. .0 a. ~ en N a. E E o.f: 0 >, <11 Stratum Descri ption . "O ~~ Q) en U) -OJ 0 "$. ~ ~~. ~ 0 C 0 0 3: C li, "iii~-~-~ (.) \ UJ 0 .2 Q) ~ gJ _~ CT E er: cr: CD 0. I-a. en ::; ::i fum +,\.ASPHALT 1.5 inches thick 1 3 .5 ~ I -~GRAVEL w/ brown clavev sand Ifill) 4 .5+ --CLAY AND SANDY CLAY, dark brown, gray, and 3 .25 96 46 --reddish brown w/ aravel verv stiff (fill} SIL TY CLAY, light brown and gray, w/ calcareous 3 .5 --nodules and deposits, stiff to very stiff 3.5 '--5-2 .75 "-~0 SHAL Y CLAY, brown, gray, and light reddish 3 .0 88 50 ~ brown, w/ calcareous nodules and deposits, very 3.5 ~ -stiff to hard 4.5 ~ 4 .5+ '--1~ W,,0, w ~------------------------ . LOG OF BORING NO. 8-2 CMJ ENGINEERING INC. - Cu: ~ ~ii u .Q er 0 ~~~ 2:-Q) -u"* ·u =i"E i".'::i .; (l) U) OS2 C ~"O ~;!;;! +J X -Q) o a.c u,- "' Q) -c ~ rn o E :, "'E OJ "O Oo C .0 coo ii ::i ii.!:: 2(.) :::>-..1 ::, (.) a. 21 18 108 17 29 18 105 17 115 2910 19 17 17 33 19 19 19 20 PLAT E A.5 -, Q. (!) ~ "' i;,J (!) z a'. 0 ID u. 0 (!) g Project No . I Boring No . Proj ect Pavement Design -Contract 35 829-06-01 8-3 Blackmore and Kilpatrick -Fort Worth, Texas Location Water Observati ons See Plate A.1 Dry during drilling; dry at completion Completion I Completion Depth 10.0' Date 7-6-06 Surface Elevation Type N/A 8-53, w/ 6" CFA U: 0 II) 0 dl 0 .s::-.tl Q. ~ ci, N C. E E o .S 0 >, 111 Stratum Description . -0 z (1) Cl) C/) -ro CJ>*-0 'if. ~ ~~ . 'if. 0 C 0 S: C U., ·-ai u. (.) ~-~ s~ w 0 .2 Q) ~ CT E 0:: 0:: Ill 0.1-0.U) ::i:J --'-ASPHALT 1 inch th ick / 21 NP - -~ -\ ~RAVEL, w/ ta n , brown , and reddish brown sand r -(fill) LIMESTONE, tan , w/ weathered limestone seams 100/3" .... -+ .... and clay seams, very hard ----r -moderately hard , 1' to 3' 100/0.5" ,-5 -=?= t--_,-1-100/1 " --r -~ 00/0.75' >-1~---------------------------:.r - LOG OF BORING NO. 8-3 CMJ ENGINEERING INC. - C: u:: 'if. ~ii -o .Q & ~~~ ?;, Cl) -u'*' :5 C ?:-:i ..:: Cl> U) ·u 0~ C ~ -0 ~.~ ~x -Q) 0 C. C VI -II) Q) -C ~ U) u E:::, ro E "'-0 oo C .tl coo a: ::; C:::E ~(.) :::>...1 :::> (.) a. NP NP 7 10 11 9 10 I PLATE A.6 -, a. ('.) 9 l;l "' ~ ('.) z ii: 0 m u. 0 ('.) 0 _, Project No . I Boring No . Project Pavement Design -Contract 35 829-06-01 8-4 Blackmore and Kilpatrick -Fort Worth, Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion I Completion Depth 10.0' Date 7-6-0 6 Surface Elevation Type N/A 8-53, w/ 6" CFA it 0 1/) 0 II> 0 .c .a C. ~ ci N a. E E a .!: 0 >, ., Stratum Description . -0 ~~ G) U) 0 U) -<U ~ ~ u.. G) ';f!. 0 0 ui 0:: u.: C: 0 -<ll ~;<::: u s: C: . <I)> w a .2 G) ~ ~-~ CT E 0:: 0:: ID 0.. f--0.. U) :J :J 7// ,ASPHALT 1 inch thick / 4 .5+ - =! II ,CLAYEY SAND reddish brown w/ mavel (fill) r -SIL TY CLAY. light gray, tan , and light reddish brown , w/ weathered limestone fragments , very stiff 4 .5+ -4 .25 34 21 to hard ~ LIMESTONE. tan , w/ weathered limestone seams 100/0.5" >-5-~ and clay seams, hard to very hard t-- 100/1" ~ _f--LT-rr-00/1 .25' -1v rr1 -------------------------- ' LOG OF BORING NO . 8-4 CMJ ENGINEERING INC. - C: u: ~ ~ii: -c,.Q & 0 ~~~ .?:' II> -~;:j 0~ ~-<;:: II> <I) ·o ::, C: 0~ 5 C.-g ~~-:;:; X -<U en -en <V --C: ~ en o E::, ., E ., -0 oo C: .a C: 0 0 a: :J a: .!= ~u ::> ..J ::> (.) 0.. 11 125 2920 10 123 12 9 8 7 7 11 PLATE A.7 2.25 RESULT S C, t s f 0.51 .Ji. deg 1 1 . 3 .... TAN p 0 .2 0 (/) +J 1 . 50 (/) (/) <1) \... +J U1 \... 0 0.75 <1> .c (/J 0 0 0.75 2 .40 2 .00 ..... (11 1 .6 0 +-' (11 (11 <lJ 1 . 20 \... +-' U) L 0 .80 0 ..... 0 > <l) 0 .40 0 0 0 5 10 15 Axial S t rain. % TYPE OF TES T : Unconsolidated undrai n ed SAMP LE TY PE: Undisturbed DESCR IPTION: Cale . clay. tan LL= PL= PI= SPECIFIC GRAVITY= 2.65 REMARKS: FIG. NO . 1. 50 2.25 3 .00 Norma l Stress, t s f SAMPLE NO . WA TER CONTEN T , % -;j_ DRY DENSITY . pc f H SA TURATION, % ~ VOID RATIO ~ DIAM ETER , i n HEIG HT , in WATER CON TENT, % l:ij DRY DENSITY, pct w SATURATION, % I-VOID RA TIO ~ DIAME T ER , in HEIGHT, in Time to failure, min BACK PRESSURE, tsf CELL PRESSURE, tsf FAILURE STRESS, tsf PORE PRESSURE, tsf 20 ULTIMATE STRESS. tsf POR E PRESSURE, tsf 01 FAILURE, tsf 03 FAILURE, tsf CLIENT: CMJ 3 .75 2 16.5 16.5 110 . 1 11 0 . 1 86.7 86.7 0.503 0 .503 2.80 2.80 3 .85 3.85 18.5 18 .5 110. 1 110. 1 97 .5 97 .5 0.503 0.503 2.80 2.80 3.85 3 .85 3 .96 3 .96 4 .32 4 68 1 .38 1 .68 1 . 38 1 .68 1 . 74 2 .. 40 0.36 0.72 PROJECT: Paveme n t Re Construction SA MPLE LOCATION: 8-1 @ 3.0'-4 .0' 4.50 3 16.5 1 1 0 . 1 86.7 0.503 2 .8 0 3.85 1 8 .5 1 1 0. 1 97 .5 0 .503 2 .80 3 .85 3 .96 5 .40 1 .93 1 .93 3.37 1 .44 PROJ. NO .: 829-06-01 DATE : 7/28/06 TRIAXIAL SHEAR TEST REPORT PLATE A .8 4.50 RESULTS C, tsf 1 . 01 4> • deg 22 .7 '+- (/) +' 3.00 (/1 (/1 Q) L +' (/) L 0 1. 50 Q) .c (/) 0 0 1. 50 6 .00 5.00 '+- C/1 4 .00 +' (/1 (/1 Q) 3.00 L +' U1 L 2.00 0 ... 0 > Q) 1 .00 0 0 0 5 10 15 Axial Strain, % TYPE OF TEST : Unconsolidated undrained 3.00 4.50 6.00 Ne rma I Stress. tsf SAMPLE NO. WATER CONTENT, % ...J ORY DENSITY, pcf <( H SATURATION, % I-VOID RATIO H z DIAMETER, in H HEIGHT, in WATER CONTENT, 7. I-DRY DENSITY, p cf (/) w SATURATION, % I-VOID RATIO I-DIAMETER. in <( HEIGHT, 1n Time to failure. min BACK PRESSURE, tsf CELL PRESSURE, tsf FAILURE STRESS , tsf PORE PRESSURE. tsf 20 ULTIMATE STRESS, tsf PORE PRESSURE, tsf 01 FAILURE , ts f 0.3 FAILURE, tsf 7.50 9.00 2 3 17.7 17 .7 17 .7 107 .5 107 .5 107.5 87 . 1 87 . 1 87. 1 0.539 0.539 0.539 2 .80 2 .80 2.80 4.00 4 .00 4 .00 19 .8 19 .8 19 .8 107 .5 10 7 .5 107 .5 97 . .3 97 .3 97.3 0 .539 0.539 0.539 2.80 2.80 2 .80 4.00 4.00 4.00 3.96 3 .96 3 .96 4 .32 4 . 68 5 .40 3.41 4 .04 4 .80 3 .4 1 4 .04 4 .80 3.77 4 .76 6 .24 0.36 0.72 1 .44 SAMPLE TYPE: Undisturbed CLIENT: CMJ DESCRIPTION: Cale . clay, tan LL= PL= SPECIFIC GRAVITY= 2.65 REMARKS : FIG . NO. PI= PROJECT : Pavemen t Re Construction SAMPLE LOCATION : 8-2@ 1 .0'-2.0' PROJ . NO .: 829-06-01 DAT E : 7/28/06 TRIAXIAL S HEAR TES T REPORT PLATE A.9 4.50 .._ (/) +J 3 .00 (/1 (/1 (I) I.. +J U) I.. 0 1 .50 (I) .c Ul 0 9 .00 7 .50 .._ (/) 6 .00 +-' (/) (/) <U 4 .50 I... +-' Ul I.. 0 +-' a > (I) 0 3 .00 1 . 50 0 RESULTS C, tsf 1. 00 4> • deg 26.4 0 1 .50 , .. <···'.··-'.·· · .. 0 5 10 15 Ax ial Stra i n , % TYPE OF TEST : Un c onsol idoted u ndrained SAMPLE TYPE : Undisturbed DESCRIPTION : Co l e . c lo y , t on LL = PL= PI= S PECIFIC GRAVITY= 2.65 REM ARK S: FIG . NO . 3 .00 4 .50 6.00 Normal Stress. tsf SAM P LE NO. WATE R CONTENT, % ..J DRY DE NSITY. pcf <( H SATURATION, % I-VOID RATIO H z DIAMETER, in H HEIGHT, in WATER CONTENT, 7. I-DRY DEN S ITY , pcf UJ w SATURATION , % I-VOID RATIO f-DIAMETER. ,n <( HEIGHT, 1n Time to foi lure, m i n BACK PRESSURE, t sf CELL PRESSURE , tsf FAILURE STRES S , t sf P ORE PRESSURE . tsf 2 0 ULTIMAT E STRESS , tsf PORE PRESSURE, tsf 0'1 FAILURE, tsf 0"3 FAILURE, tsf CLIENT : CMJ 7 .50 2 10 .1 10 . 1 122 .8 122 .8 77 .0 77 .0 0.347 0.347 2 .80 2 .80 3 .55 3 .55 12 .7 12 .7 122 .8 122 .8 97 .0 97 .0 0 .347 0.34 7 2 .80 2 .80 3 .55 3.55 3 .9 6 3 .96 4 .32 4 .68 3 .7 1 4 .57 3.71 4 .57 4 .07 5 .29 0 .36 0 .7 2 PROJECT : Pavement Re Con st ru c ti o n SAMPLE LO CA TION : 8-4@ 2.0 '-3.0' 9 .0 0 3 10 . 1 1 22 .8 7 7 .0 0 .3 47 2 .80 3 .5 5 12 .7 1 22 .8 97 .0 0 .3 4 7 2.80 3.55 3 .96 5 .40 5 .47 5 .4 7 6 .9 1 1 .44 PROJ . NO .: 8 2 9 -06 -01 DATE : 7 /28/J6 TR IAX I A L S HEAR TE S T REP ORT PLATE A.10 FREE SWELL TEST RESULTS Project: Pavement Design -Contract 35 Blackmore and Kilpatrick -Fort Worth, Texas Project No.: 829-06-01 ~-~----:-~~-.... ~ .. -,...·=-· ~. ~\ r-:;. , ·:1. f :i::i·-;: 1r ~ ... ~·~r:;·p~-.. '"::.-· .. ·· :· 1.,;·~ ·--·1 ::---,...:.: .. ~-.,.~ -... • •• ::~l1;~-;_---: ~----.. <; • • -~ H~:-·. : .··· .. ; f·t,J',\111 ·j' :-. . ·,~·,·:·''!:;\nu, ·1 ·U,s;.,·f" ·1 1·f)J;;qft lJ~"' .. 'J,,1,!•'f·l._4!,1,, ',.,,.t:fj\ : ,1-.... l; · ' , ~ ~ •,:-,-: •1(':jlf:'.~~~·.f: ,,...._1 -:-·; l • ! .. ,_; :,~~ ...... ,~ .. ,·... ··c:~.-;"··. · · --~-.... ' :1 -1· '_'··· . ,.:,·[.f. .. fi,t ··.::\"(~:~~·,t' .. :f'.:Ji~lJ.(7, I :t-1,·.1 J;··i:'Ji(.tl):f~;'-.. ·:\?!::'..tic··:~.,_ ,, '. :,,./~ll·-ii! : •.•. ,, .• ... . ., ,_ f'· I :Ji , ·Jl.!~(7"-;-';-;'-.. ,-• _.,-.... -,. ·r,-· -=~"'ITT"----------. -. . . ..... ;;" '~ ; :,1 ){,~ lt:-.,1.~.,:>-~./f,' ~{~5'~ ~~·1~ ! : ~i_, 'i;•rtl ~~:·'~. 1:,'r~., I -\"f.i < \& ,:1~/l't.f.°1¥.dl . ,, . , .. k .. :c.,~0 ,1,i,~---~--.'1',.,1.,J . .i:..l,o,fl,jL,._... ! ; ·, .. · :;:; ::! i1 .. l!ffi1' ~-c •• ,, • t ·fh)· · .l .. ,_1;c, .. ..:'.!'l,-,-".,;.."-'.r.1:'.•.'..r:,I 8-1 7-8 Shaly Clay 68 25 43 22 .3 28 .9 1 .8 8-2 2-3 Silty Clay 46 17 29 17 .6 21 .7 0 .3 Free swell tests performed at approximate overburden pressure CMJ ENGINEERING, INC. PLATE A.11 LIME SERIES TEST RESULTS Project: Pavement Design -Contract 35 Blackmore and Kilpatrick -Fort Worth , Texas Project No .: 829-06-01 Boring No.: B-1 Depth: 2' to 3' Material : Silty Clay Percent Lime pH 0 7 .62 2 12.42 4 12.49 6 12 .52 8 12 .53 10 12 .54 CMJ ENGINEE RING, INC. PLATE A.12 SOLUBLE SULFATE TEST RESULTS Project: Pavement Design -Contract 35 Blackmore and Kilpatrick -Fort Worth , Texas Project No .: 829-06-01 Boring No.: 8-1 Material : Clayey Sand Method TX DOT 145-E Boring No.: 8-2 Material : Silty Clay Method TX DOT 145-E Boring No.: 8-4 Material : dayey Sand Method TX DOT 145-E Notes : 1.) 1 mg/kg= 1 part per million 2.) Reporting Limits= 100 mg/kg CMJ ENGINEERING, INC. Depth : 1' to 2' Result 113 mg/kg Depth : 1' to 2' Result 105 mg/kg Depth : 1" to 1' Result 117 mg/kg PLATE A.13 WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: The C ity of Fort Worth Company : CMJ Engineering , Inc. Contractor: Brown & Gay Eng ineers , Inc. Project Description: Pavement Design -Contract 35 Location: Blackmore and Kilpatrick -Fort Worth , Texas Rigid Pavement Design/Evaluation PCC Thickness Design ESALs Reliability Overall Deviation Modulus of Rupture Modulus of Elasticity 7 .07 625,000 80 .00 0 .35 630 3,604 ,997 inches percent psi psi Load Transfer, J Mod. Subgrade Reaction, k Drainage Coefficient, Cd Initial Serviceability Terminal Serviceability Modulus of Subgrade Reaction {k-value} Determination Resilient Modulus of the Subgrade 5 ,352 .5 Resilient Modulus of the Subbase Subbase Thickness Depth to Rigid Foundation Loss of Support Value (0, 1,2,3) 22 ,500.0 6 .00 0 .00 1 0 psi psi inches feet Modulus of Subgrade Reaction 90 .30 psi/in Monday, August 7, 2006 3:43 :09PM Eng inee r: JPS 2 .90 90 psi/in 0 .70 4.50 2 .00 PLATE 8.1 WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency : The City of Fort Wo rt h Company: CMJ Eng ineering , Inc . Contractor: Brown & Gay Engineers , Inc. Project Description : Pavement Design -Contract 35 Location : Blackmore and Kilpatrick -Fort Worth, Texas Rigid Pavement Design/Evaluation PCC Thickness Design ESALs Reliability Overall Deviation Modulus of Rupture Modulus of Elasticity 7.48 875 ,000 80 .00 0 .35 630 3,604 ,997 inches percent psi psi Load Transfer, J Mod. Subgrade Reaction, k Drainage Coefficient, Cd Initial Serviceability Terminal Serviceability Modulus of Subgrade Reaction Ck-value) Determination Resilient Modulus of the Subgrade 5 ,352 .5 Resilient Modulus of the Subbase Subbase Thickness Depth to Rigid Foundation Loss of Support Value (0 , 1,2,3) 22 ,500 .0 6 .00 0 .00 1.0 psi psi inches feet Modulus of Subgrade Reaction 90 .30 psi/in Monday, August 7, 2006 3:42 :57PM Engineer : JPS 2 .90 90 psi/in 0.70 4 .50 2 .00 PLATE 8.2 Storm \i\T ater Pollution Prevention Plan 2004 Capital Improvement Program Paving , Drainage and Water Improvements For Blackmore Avenue (Prevost St. to Hervie St.) Kilpatrick Avenue (Eldridge St. to Dead End) and Kilpatrick Avenue (Hervie St. to Bourine St.) .. ~.:.µ"t"-·-~QJa.::iu,-::.:n. ... '!"....::...;1~"-·~-1--.-,,..r. City Project No. 00292 Contract No. 35 Owner/ Operator City of Fort Worth 1000 Throckmorton Street Fort Worth, Texas 76102 Prepared by: CONSU L T /.·. ~fj jJ~-~---· "-L . . \_ CONSULT ,-:~· .. Srn rm Water Pollution Prevention Repon 2004 CAPlTAL IMPR OVEMENT PROJECT Black mo re A venue (Prevos1 Si. -Herv it ~t._l Kilpatri ck Ave. (E ldri dge St. -Dtad End) Kilpatri ck Ave . (1-l e rvi e St. -Bo uri ne St. l Year 3. Commer 3:'i -City Proiec1 No. 0(1292 ~~:;·:~:-~~:·-·~:._ .. __ 1.0 2.0 TABLE OF CONTENTS PAGE NO. SITE DESCRIPTION ........................................................................................................... 3 1.1 Site name and Location .......................................................................................... 3 1 .2 Owner's Information ................................................................................................ 3 1 .3 Operator's Information ............................................................................................ 3 1.4 Contractor's Information .......................................................................................... 3 1.5 1.6 1.7 1.8 1.9 1 .10 1.11 1.12 1 .4 .1 General Contractor ..................................................................................... 3 1.4.2 . Subcontractors ............................................................................................ 4 Small Construction Activity ..................................................................................... 5 Project Description/Nature of Construction Activity ................................................ 5 Sequence of Construction Activities and Estimate of Disturbed Area ................... 6 Estimate of Runoff Coefficients .............................................................................. 6 Soils Report ............................................................................................................. 6 Erosion and Sediment Control Plans ...................................................................... 6 Construction and Waste Materials to be Stored On-Site ....................................... 7 Receiving Waters ...... .' ............................................................................................. 8 MEASURES AND CONTROLS ....................................................................... : .................. 8 2.1 Performance Standards .......................................................................................... 8 2 .2 Erosion and Sediment Controls .............................................................................. 8 2.2 .1 Erosion Control ........................................................................................... 8 2 .2 .2 Sediment Loss Prevention ........................................................................ 10 2.2 .3 Waste Management. ................................................................................. 10 2 .2.4 Management Practices ............................................................................. 11 2.3 Storm Water Management Controls ..................................................................... 11 2.4 Other Controls ....................................................................................................... 11 2.4 .1 Solid Waste Disposal ................................................................................ 11 2.4 .2 Hazardous Waste ..................................................................................... 12 2.4 .3 Dust Control/Off-Site Vehicle Tracking ..................................................... 12 2.4.4 Concrete Truck Washout. ......................................................................... 12 2.4 .5 Sanitary/Septic .......................................................................................... 12 2.4 .6 Water Source ............................................................................................ 13 2.4.7 Equipment Fueling and Storage Areas ..................................................... 13 2.4 .8 Hazardous Material Storage ..................................................................... 13 3.0 APPROVED STATE OR LOCAL PLANS ........................................................................ 13 4.0 INSPECTION AND MAINTENANCE ................................................................................ 13 4 .1 Inspection Schedule/Reporting ............................................................................. 14 4 .2 Construction Entrance .......................................................................................... 14 4 .3 Material Storage Inspection .................................................................................. 14 4.4 Soil Stab ilization Inspections ................................................................................ 15 4.5 Erosion and Sedime nt Control Inspections .......................................................... 15 ----a ···--.. , -·-5,~a.::.:.~~·~.:v;.-;, .. ~ .. ;~~= · ·1-~·-··.!·.'.-',1 , ... ,.;.,, ·:;:.;-· CLIENT SATISFACTION IS OUR BUSINESS G:\SURVEY\Job\051090\SW3P\SW3P Report.doc • 1 . St o rm V..'mer Pollurion Preventior. Re port 2004 C APiTAL [MPR OVETv1ENT PROJEC T B lackrnore A venue (Prevosr St. -H e rvie Stl Ki l par r ick Ave. (E ldrid ge St . -Dead E nd) Ki lpatrick Ave. (H ervie Sr . -Bourin e St.) Year 3 . Contract 3.5 -City Proj e ct No. 00292 L _ A\)_ . ' COUSULTJ.4! ··.; lf!IIJ1J:~.-- 4 .6 Modifications/Revisions to SWPPP ...................................................................... 15 5.0 NON-STORM WATER DISCHARGES ............................................................................. 16 6.0 PROCEDURAL REQUIREMENTS .................................................................................. 16 Appendix A: Reports and Fonns ........................... Construction Site Notice ........................... Inspection Report APPENDICES ........................... Non-Storm Water Inspection Report ........................... Record of Temporary/Permanent Ceasing of Construction , Soil Stabilization and Major Grading Activities ........................... Record of Revisions ........................... Operator Compliance Certification ........................... Contractor/Subcontractor Certification Appendix B: ..... Storm Water Pollution Prevention Plans and Details G:\SURVEY\.Job\051090\SW3P\SW3P Report doc . 2. Srorm Water Pollution Preve nt ion Report ~004 CAPlT AL ll\·1PROV EMENT PROJECT Blackmore A venu e (Prevost St. -Hervie St.l Ki lp arrick Ave. (E ldridge St. -De.:id End) Kilpatrick Ave. (He l'\1 ie St. -Bourine Sr.) Year 3. Co nt ra ct 3) -Ci ty Prnjec1 No . 00 ~91 SITE DESCRIPTION 1.1 Site Name and Location This project is part of the City of Fort Worth Capital Improvement Program and consists of three individual sites located in the western portion of Fort Worth, Texas. Included with each of the three project sites is pavement removal and grading . The three sites total approximately 3 .6 acres of disturbed street right-of-way. Included with the project is the replacement of water, sewer, concrete curbs and driveways and drainage improvements. Alf proposed improvements are located within existing street right-of-way. The aggregate of construction activities will not disturb more than five acres as shown on the erosion control plan in Appendix B-Storm Water Pollution Prevention Plans and Details . The project is located in Fort Worth, Texas showing the project site is found in Appendix B-Storm Water Pollution Prevention Plans and Details. 1.2 Owner's lnfonnation Name: Address : Representative : Title: Telephone: Facsimile: City of Fort Worth 1 000 Throckmorton Street Fort Worth, Texas 76102 Gopal Sahu, P .E . Project Manager (817) 392-7949 (817) 392-7854 1.3 Operator's Information Name: Address: Representative: Title : Telephone: Facsimile : City of Fort Worth 1000 Throckmorton Street Fort Worth , Texas 76102 Gopaf Sahu , P .E. Project Manager (817) 392-7949 (817) 392-7854 1.4 Contractor's Information 1.4.1 General Contractor Name: Address : Representative: Title: Telephone: Facsim ile: CLIENT SA T/SFACT/ON IS OUR BUSINESS G:\SURVEYVob\051090\SW3P\SW3P Report.doc -3 - S1orm Wa1er Po llu t ion Prevention Report 2004 C APITAL rtvfPROV EtvfENT PROJECT Blackmore A w:nu e (Prevosi St. -H e rvi e SL) Kilpa1rid~ Ave. (Eldridge St. -Dead End) l~ i lpatrid Ave. (Hen1ie S1. -Bourine St. l Year 3 . Conrra cl 35 -Ciry Project N o . 00291 1.4.2 Subcontractors The following subcontractor(s) performing tasks on-site associated with construction of the project understand their role in preventing storm water pollution, and are approved for working at the Project site. New subcontractors should be familiarized with this SWPPP document before beginning their respective jobs. Name : Address : Representative: Title: Telephone: Facsimile: Name: Address: Representative: Title: Telephone: Facsimile : Name: Address : Representative: Title: Telephone: Facsimile: Name: Address: Representative: Title: Telephone: Facsimile: Name: Address: Representative: Title: Telephone: Facsimile: CLIENT SATISFACTION IS OUR BUSINESS G:\SURVEY\Job\051090\SW3P\SW3P Report.doc -4- S torm Warer Pollutio n Prevention Report 2004 CA PIT AL Jlvf PROVEMEN T PROJEC T Bl ac f..m ore Avenu e (Prt'VOS 1 S 1. -H ervi e S t.) Ki lparrick Ave . (E ldridg e St. -Dead E nd J K i lp atr ic f.. Ave. (l·krvie S t. -Bou r ine S t.) Yea r 3. Co ntract 35 -Cit~· Proj ect No . 00 292 1.5 Small Construction Activity .,I, A .. ..,r-jf\._.. C ONSUL1 J.,··. . .. &;;~:~~~:·~·· ... Operators of small construction activity as described in Part 11.0 .2 of the TCEQ TPDES General Permit are NOT required to submit a Notice of Inten t (NOi ). A copy of the TCEQ Construction Site Notice will be required to be posted at the construction site in a location where it is readily available for viewing prior to commencing construction activities , and maintain the notice in that location until completion of the construction activity. For the purposes of this permit, an operator is defined as the person or persons associated with a large . or small construction activity that meets either of the following requirements : • The person or persons have operational control over construction plans and specifications to the extent necessary to meet the requ irements and conditions of this general permit. • The person or persons have day-to-day operational control of those activities at a construction site which are necessary to ensure compliance with a storm water pollution prevention plan for the site or other pennit conditions (e .g . they are authorized to direct workers at a site to carry out activities required by the Storm Water Pollution Prevention Plan or comply with other permit conditions). A copy of the construction site notice. for posting at the cons t ruction site is included in Appendix A- Reports and Forms: Construction Site Notice for the Texas Commission on Environmental Quality (TCEQ) Storm Water Program. 1.6 Project Description/Nature of Construction Activity Th is project cons ists of street reconstruction and water replacements to serve the City of Fort Worth . Paving improvements consists of replacing approximately 500 linear feet of concrete curb and gutter with new concrete curb and gutter, new paving section of either HMAC or concrete paving 36' wi de for Blackmore Avenue (Prevost Street to Hervie Street); approxi mately1 ,520 linear fe et of concrete cu rb and gutter, new paving section of eithe r HMAC or concrete paving 28 ' wide for Kilpatrick Ave n ue (Eldridge Street to Dead End); and app roximately 500 linear feet of concrete curb and gutter, new paving section of either HMAC or concrete pav ing 36' wide for Kilpatrick Ave nue (Hervie Street to Bou rine Street}. All construction activities are located wi thin e xisting stre et r ight-of-way. The wate r improvements consist of replacing approximately 520 L F. of exi sting 6 " water pipe with new 8" PVC wat er pipe in Blackmore Avenue (Prevost Street to Hervie Stree t); appro xi mately 1,676 L.F. of existing 6" water pipe with new 8" PVC water pipe in Ki lpatrick Avenue (Eldridge Street to Dead End); and app roxi mately 500 linear feet of existing 8" wa ter p ipe with new 8" PVC water p ipe in Kilpa trick Avenue (Hervie Street to Bou rine Street). All construction activities are lo c ated w ith in exi sting street right-of-way. The sanitary sewer improvements consists of replacing appro ximately 1,350 linear f eet of ex isti n g 6 " sewer p ipe with new 8" sewer pipe located within e xisting street rig ht-of-way for Kilpatri c k A ve nue (Eldridge Street to Dead End) . 5 . G:\SURVE YVob\0510 90 \SWJP\SW J P Report.doc Storn 1 \~~a rer Poi:urion Prevention Report 2004 CAPITAL !MPROVEMENT PROJECT Blackmore Avenue <P revos1 St. -f-krv ie SL I K.iipmrick Ave. (El d ri dg e St. -Dead End) Ki lpa rr ick Ave . (Hcrvi e St. -Bou rine St. l Year 3 .. Comract 3 5 -C ity Proj ect No. 0029J Drainage improvements consist of replacing two (2) fifteen foo t (15 ') curb inlets located at the end of Kilpatrick Avenue (Eldridge Street to Dead End) to the new street grade . Existing storm drain pipe will remain in place . Construction activity for this project is expected to begin approximately January 2007 and end approximately June 2007 . 1. 7 Sequence of Construction Activities and Estimate of Disturbed Area The anticipated sequences of construction activities , which will disturb significant amounts of soil are provided below: Construction Activity Acrea!le Blackmore Avenue (Prevost St. -Hervie St.): 0.93AC. Water, Street Excavation and Pavinq Improvements Kilpatrick Avenue (Eldridge St. -Dead End): 1.75 AC Sewer, Water, Street Excavation and Paving Improvements Kilpatrick Avenue (Hervie St. -Bourine St.): 0 .92AC. Water, Street Excavation and Paving Improvements ' Total Estimated Disturbed Area 3.GAC 1.8 Estimate of Runoff Coefficients The runoff coefficient is an estimate of the fraction of total rainfall that will appear as r unoff and is based on land usage. The project site consists of a "C" value of 0.5 for residential areas. (Source: Drainage Master Plan for the City of Fort Worth , Stonn Draina ge Criteria and Design Manual 1967, Table 11-1 Runoff Coeffi ci ent "C". 1.9 Soil Report The soil type and correspond ing erosion factor "K" of the Universal Soil Loss Equation are shown in the table below: Soil Type "K" Factor Aledo-Bolar Urban Land 0.32 Aledo Urban Land 0.32 Sunev Urban Land 0.28 (Sou rc e : S oil S urvey of Tarrant Co un ty. U.S. Dep artm ent of Agnculture So ,t Cons erva tion Se rvice, J une 1981 ) 1.10 Erosion and Sediment Control Plans The fo ll ow ing maps are located in Appendix B-Storm Water Pollution Prevention Plans and Details: Erosion and Sediment Control Pl an NCTCOG Detail Sh eets G:\SURVEYVob \051090\SW3P\SW3P Report.doc -6 - Srorm Warer Poll ut io n Pr event ion Repo rt 2 00 4 CA PI T AL JMPROVEMENT PRO J EC T Bl ackm ore Av enue (Prevo s1 S1. -Hervie S!.l K ilpa tr ic k .A ve . (E ld ri dge S1. -Dea d Encl) K ilpa tri ck Ave. (He rvi e St. -Bou rine St.) Yea r 3. Co nn-ac t 35 -Ciry Proj ec t No. 00292 1.11 Construction and Waste Materials to be Stored On-Site CONSU t.'T1 I • llfliPJ~~··:.:·.······· The following construction materials may be staged or stored on-site at various points during development of the site : • Structural fill • Construction fill storage and staging areas • Road base • Cement construction blocks • Cinder construction blocks • Grouting sand • Metal sheathing • Plywood / structural sheathing • Plastic sheathing • Structural steel • Power delivery and transmission poles (wood and metal) • Wooden cement forms • Plastic drainage pipe • Ductile iron water main pipe and appurtenances • PVC water main pipe and appurtenances • Concrete drainage pipe • Concrete culverts • Precast concrete manholes • Groundcover bricks , rock , and stones • Rock rip rap • Underground electrical power condu its • Electric wire and cable • Electric connectors , terminal boxes, controllers and appurtenances • Electric transformers • Facility plumbing materials • Construction planking (wood and metal) • Hazardous material storage • Paint lockers • Material storage sheds The following waste materials may be stored temporarily on-site prior to appropriate dispos al : • Broken waste cement cons t ruction blocks • Broken waste cinder construction bocks • Excess lengths of steel studs • Excess / scrap wood • Excess le ngths of metal sheathing • Excess str uc tural steel • Exce ss / w aste plastic drainage pipe • Ductile iron water main pipe and appurtenances -7 - G:\S URVEY\Job \051090\SW3P\SW3P Report.d_;c S1o~·ii-i \\:~ucr PoJh.a fr.:r, Preven ti o n Re pon 2 00<: CA P IT AL IMT'f'.O\!EMEN T P RO JEC T Bla ckm,)rt Ave nue (P revos1 S1. -Hervie SU K ilpatrick Ave. (E ld rid ge SL -De :id End ) Kil pmri c k Ave . (Hervi e Si. -Bo ur ine Si.) '\'ear 3. C o mmer 35 -City P roj ec1 No . 00::!92 e Excess waste pvc water main pipe • Broken waste precast concrete • Packaging material • Litter 1.12 Receiving Waters CONSULI::., - lfifii:- Runoff is discharged into an un-named drainage tributary of the Clear Fork Trinity River, the receiving waters for this project. 2.0 MEASURES AND CONTROLS 2.1 Perfonnance Standards In keeping in compliance with Part IV.0.2.a of the EPA's General Construction Permit the following short and long term goals and criteria need to be applied . It is EPA's intent that erosion and sediment controls should be designed to retain sediment on-site to the extent practicable. The TCEQ will at a minimum retain the same erosion and control standards required by the EPA. All control measures must be properly selected, installed, and maintained in accordance with the manufacturer's specifications and good engineering practices. If periodic inspections or other information indicates a control has been used inappropriately, or incorrectly, the permittee must replace or modify the control for site situations. If sediment escapes the construction site, off-site accumulations of sediment must be removed at a frequency sufficient to minimize off-site impacts (e.g., fugitive sediment in street could be washed into storm sewers by the next rain and/or pose a safety hazard to users of public streets). 2.2 Erosion and Sediment Controls Erosion and sediment control practices can be divided into four broad categories: (1) erosion control, (2) sediment loss prevention, (3) waste management, and (4) management practices. Each of these categories has temporary and permanent control measures to be considered. Soil stabilization and structural practices should be selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Management practices are cons.ruction management techniques that, if properly utilized, can minimize the need for physical controls and possibly reduce costs . 2.2.1 Erosion Control The following BMP's protect the soil to limit erosion and are primarily used in perimeter areas around construction sites to either limit flows across the site or limit the erosion in areas disturbed but not active . Details of the following BMP's are included in Appendix CLIENT SATISFACTION IS OUR BUSINESS G:\SURVEYVob\051090\SW3P\SW3P Report.doc • 8. Storm W ater Po ll ut io n Prt'vcn1 io n R epo ri 20 04 CAPlTAL l MPROVEtvlENT PROJECT B lad:.mo re Ave nue (Prevost St. -1-l ervie St.) K ilpanick Ave. (E ldr id ge S1. -D end End I Ki lpatrick Aw .. (Hervie S1 . -B0uri11e St.) Year 3. Conrract .35 -C ity Project No. 00292 B -Storm Water Pollution Prevention Plans and Details. • Vegeta tion • Permanent seeding /sodd ing • Preservation of trees Vegetation is used as a temporary or permanent stabi li zation technique for areas disturbed by construction but not protected by pavement, building or other structu res . If seeding is used , seed shall be per North Ce ntral Texas Council of Governments Specifications, unless otherwise noted . Seeding shall consist of preparing ground , providing and planting seed or as mixture of seed of the kind specified along and across such areas as designated on the plans and in accordance with these specification s . Temporary Seeding Temporary seeding is used to stabil ize stockpiles and barren areas which are inactive for long periods of time. The types of seeding recommended by the North Central Te xas Council of Governments are included in Appendix B -Storm Water Pollution Prevention Plans and Details. Common Name Planting Season Pounds Per Acre Cane , Redtop Auqust 15 through September 30 30 Millet, German April 1 through May 15 40 Oats August 15 through September 30 3 bu Panicum , Texas March 15 throuqh Mav 15 25 Prosornillet May 1 throuqh May 15 40 Hve , Eiben Auqust 15 through September 30 1.5 bu Rveqrass , Annual August 15 through September 30 30 Sprangletop , Green February 1 throuqh May 15 3.4 Sudan grass April 1 throuqh May 15 40 Permanent Seeding Permanent seeding provides good protection for the soil along with some filtering for overland runoff . Vegetation can be a good method of permanent storm w at e r manag ement as well as visual ameni ty to the site . Permanent vegetation will include native grasses , shrubs , and trees . Common Name Planting Season Pounds Per Acre Hulled Bermuda Grass March through September 8 Rve Grass Septe m be r throu gh Febr uary 35 Unhull ed Be rmu d a G ras s Se ptemb er th ro ugh February 12 Rye Grass Se pte mber throuqh February 30 .. (Sou rce: Standard Spec1f1calions for Conslruchon, Item 120; City of Fort Worth, Texa s Pubhc Works Deparlment) - 9 - G:\SURVEYVob\05 1090\SWJP\SWJP Report.doc S1om·, \:\!;1::::r P o ll m io n P rev e11t i~111 Repon :2 (1(>-l (.,\i>'.TA.L IMP ROV EM ENT PROJECT B la d.more A ve nue (Prevos1 St. -He rvie SL) K ii patri=::k A vc . (El d r idge Si. --Dea d E nc l Ki lpat ri::i; Ave. (l-krv ie St. -B o urin e St.J Y ear 3. Conrr:ict 35 -C ity Proj ect No. 00:?92 The TPDES General Permit requires stabilization measures to be initiated as soon as practicable in portions of the site where construction activities have temporarily or permanently ceased, and except as provided below, must be initiated no more than fourteen (14) days after the construction activity in that portion of the site has temporarily or permanently ceased . • Where the in itiation of stabilization measures by the 14th day after construction activity temporarily or permanently ceased is precluded by snow cover or frozen ground conditions , stabilization measures must be initiated as soon as pract icable. • Where construction activity on a portion of the site is temporarily ceased , and earth disturbing activities will be resumed within twenty-one (2 1) days , temporary stabilization measures do not have to be ini tia ted on that portion of site . • In arid areas (areas with an average rainfall of O to 10 inches), semiarid areas (areas with an average annual rainfall of 10 to 20 i nches), and areas experiencing droughts where the initiation of stabilization measures by the 141h day after construction activity has temporarily or permanently ceased is preclu ded by seasonable arid ·conditions , stabilization measures must be initiate as soon as practicable . Permanent vegetation will include native grasses, shrubs , and trees . 2.2.2 Sediment Loss Prevention Erosion and sed iment controls should be selected, d esigned and constructed according to the standards in the BMP Manual and construction drawings. Listed below are the structural controls to be used at the Project site and a copy of construction detai ls for these controls are provided in Appendix 8-Storm Water Pollution Prevention Plans. • Silt Fence • Straw Bale Dike • Inlet Protection • St abilized Construction Entrance 2.2.3 Waste Management The following BM P's apply to the majority of construct ion projects due to t heir general topic of reducing was te from construction activities . They form the basi s of general housekeep ing procedures which should be followed du ring con struction : • Solid Waste Management • Hazardou s Waste Management • Concrete Waste Management ---------lllil _ ... '\M ... IOl""'1·:;;;tt~~~:-:'~~'.i,'i~'x.?·'.1->;'..._,.,.-:-... :.·, CLIENT SATISFA CTION rs OUR BUSIN ES S -10 - G:\SURVE Y\Job \051090\SW3P\SW3P Repott.doc Stor m Wate r Po llur io n Prev.:nrion Repon :WCl<l CAPITA L llvfP ROVEMENT PROJECT Blac kmore .A. w nue (Prevost St. -Herv ie St. l Ki lp atr ick Ave. (E ldri dge S1. -Dead E nd i Kilpatr ick Ave. (He rvie St. -Bourine St.) Yea r 3 . Co111rac1 3:; -C iry Project No. 0(!29:2 2.2.4 Management Practices The following are some management considerations that should be employed in conjunction with the erosion and sediment controls described above : • Sequence construction so that no area remains exposed for unnecessarily long periods of time. • Anticipate the site conditions that will exist as the construction progresses toward the final product. • Have the materials on-hand to complete the work w ithout delay. • Apply temporary stabilization immediately after grading . • Stage the construction, if possible, so that one area can be stabilized before another is disturbed . • Install erosion and sediment controls immediately. • Consider the time of year ; be prepared for sudden thunderstorms . • Use straw mulch for grass seed , especially during poor germination periods. Physically mark off limits of disturbance on the site with tape, signs or ot her methods, so th13t workers can see areas to be protected. • Carry out a regular maintenance schedule for erosion and sediment control practices. • Designate one ind ividual responsible for implementing the erosion and sediment • control plan. Make sure that all workers understand the provisions of the eros ion and sediment control plan. Establish reporting procedures for probl e ms ident ified by workers. 2.3 Storm Water Management Controls During the const ruction activities, storm water will be managed through the erosion and sediment controls discussed in this SWPPP. Permanent storm water management controls are presented in the construction drawings. 2.4 Other Controls 2.4.1 Solid Waste Disposal No solid material , including building materials , is permitted to be discharged to surface wa ters or buried on-site . All solid waste materials, including disposable materials incidental to the construction activity, must be collected in containers or closed dumpsters . The collection containers must be emptied periodically and the collected material hauled to a landfill permitted by th e State and/or appropriate local municipality to accept the waste for d isposal. A foreman or supervisor should be des ignated in writing to oversee , enforce and instruct construction workers on proper solid waste procedures . CLIENT S ATISFA CTI ON IS OUR BUSINESS G:\SURVEY\Job\0510901SW3P\SW3P Report.doc -11 - Sro rm Wa1er P,:;ii\;r ion Prevenrion Re po 11 200.q CA P JT A L Jl,f PROV EM EN T PRO J ECT Biackrnore A w nue (P revost St. -l-k rv ie St.) K ilpa1rick Ave . (E ldr idge St. -Dead E nd ) Kil pai ;ick A v e. (l-k rvi e S1. -Bo ur in e St.) Yea r 3 . Co,mact 3:--City P ro_j e c1 No . 00~92 2.4.2 Hazardous Waste Whenever possible, minimize the use of hazardous materials and generation of hazardous wastes. All hazardous waste materials will be disposed in the manner specified by federal , state, local regulations or by the manufacturer. Use contaminant berms in fueling and maintenance areas and where potential for spills is high . A foreman or supervisor should be designated in writing to oversee, enforce and instruct construction workers on proper hazardous waste procedures . The operator should indicate the location of any hazardous waste storage areas on the storm water pollution prevention plan . 2.4.3 Dust Control/Off-Site Vehicle Tracking During construction, water trucks should be used, as needed, by each contractor or subcontractor to reduce dust. After construction, the site should be stabilized to reduce dust. Construction traffic should enter and exit the site at a Construction Entrance with a rock pad or equivalent device. The purpose of the rock pad is to minimize the amount of soil and mud that is tracked onto existing streets . If sediment escapes the construction site, offsite accumulations of sediment must be removed at a frequency sufficient to minimize offsite impacts. 2.4.4 Concrete Truck Washout During concrete construction , concrete washout areas should be designated and clearly marked . An acceptab le washout location will have the following characteristics : • Washout water cannot leave location • Storm water runoff will not wash away concrete washout • Washout will not impact future land uses • Permission to washout has been granted by the property owner • The location is readily accessible to concrete trucks 2.4.5 Sanitary/Septic Contractors and subcontractors must comply with all state and local sanitary sewer, portable toilet or septic system regulations . Each contractor or subcontractor shall provide sanitary facilities at the site throughout construction activities. The sanitary facilities should be uti lized by all construction personnel and be serviced regularly . All expenses associated with providing sanitary facilities are the responsibility of the contractors and subcontractors. The operator of said facilities should indicate the location of any sanitary facilities on the erosion and se d iment control site. CLIENT SA T/SFACT/ON IS OUR BUSINESS G:\SURVEYVob \051090\SW3P\SW3P Report.doc -12 - Sto rm \\iarer Po l lution Preveminn Report :2004 CAPITA L Hv1P RC>VEMENT PROJECT Bla c kmo re Ave nue (P revost St. -Herv ie St.) }:itparri ck Ave. (E ldri dge S1. -Dead E nd ; K i lp atri ck Ave . (Herv ie St. -Bour ine St.) Vear 3. Comracl 35 -City Pro.iec1 No . 00:!92 2.4.6 Water Source £ A .. ,. ~'~-C ON S U L 1·,.~-· · ~=,·---- ;;·,···· .. >. •.• -•....• .. ·•· . 15;'·•~. ,,:.. . ... • ·-~:-.·.l'.•1 ........ . Water used to establish and maintain grass, to control dust, and for other construction purposes must originate from a public water supply or private well approved by t he State or local health department. 2.4.7 Equipment Fueling and Storage Areas During construction the contractor and subcontractors should employ the following practices: Equipment fueling, maintenance and cleaning should only be done in protected areas (i.e ., bermed area). Leaking equipment and maintenance fluids will be collected and not allowed to discharge onto soil where they may be washed away during a rain event. The use of detergents is prohibited. Equipment wash down (except for wheel washes) should take place within an area surrounded by a berm . The use of detergents is prohibited. 2.4.8 Hazardous Material Storage Chemicals, paints , solvents, fertilizers and other toxic or hazardous materials should be stored in their original containers (if original container is not resealable, store the products in clearly labeled , waterproof containers). Except during application , the conta i ners should be kept in trucks or in bermed areas within covered storage facilrties. Runoff containing such materials shall be collected , removed from the si te and disposed of in accordance with the federal, state and local regulat ions . As may be required by federal, state or local regulations , the Contractor should have a Hazardous Materials Management Plan and/or Hazardous Materials Sp il l and Preventi on Program in place. A foreman or supervisor should be designated in wr iting to oversee, enforce and instruct construction workers on proper hazardous materials storage and handling procedures . The operator following on-site location of the sto rage areas should indicate the location of any hazardous material storage areas on the storm water pollution prevention plan. 3.0 APPROVED STATE OR LOCAL PLANS The following local regulations and/or guidelines should be followed during the construction activities : • North Central Texas Council of Governments Best Management Practice and Erosion Control Manual for Construction Sites C UENT SA TIS FA CTION IS O U R BUSINES S G:\SURVEY\Job\051090\SW3P\SW3P Report.doc • 13 • s ~.o:·::; \\ ·~ne:· Po 1!u t l on Prevt·11t i01: Rf':non 1(1,q c,:,PJTAL Irv1PROV E!-,1ENT Pf·!.GECT Bia :::k rnore A ven ue< Prevosi St. --H er\'i t S:.l K i l;)au ·id: Ave. (Eldrid ge St. -De~d E nc!! K i i;xmick A.ve . (He r v ie St. -Bour ine S t.) Year 3 .. Conr ract .35 -Ci ty Projec1 N cJ. (1((!0 2 4.0 INSPECTION AND MAINTENANCE A, ~A\ CO N SUL1'1,1 · _IJIIfZ The following items are to be integrated into the inspecti on and maintenance program : 4.1 Inspection Schedule/Reporting All impacted areas, as well as all erosion and sediment control devices, will be inspected every fourteen (14) calendar days and within 24 hours after a rainfall of 0.5 inches or greater. EPA also recommends that walk-throughs be conducted prior to anticipated storm events . Where sites have been finally or temporarily stabilized , runoff is unlikely due to winter conditions (e.g ., site is covered with snow, ice, or frozen ground exists), or during seasonal arid periods in arid regions (areas with an average annual rainfall of Oto 10 inches) and semi-arid regions (areas with an average annual rainfall of 10 to 20 inches) such inspections shall be conducted at least once every month . Inspections shall be conducted, and a written report prepared , by a designated and q ualified person familiar with the TCEQ TPDES Storm Water General Permit, this SWPPP, and the Project. The contractors and subcontractors will conduct the inspections and annotate the findings . Inspection reports are not required for walk-through in anticipation of storm events . Inspection reports shall be completed including scope of the inspection, name(s) and qualifications of personnel making the inspection, the date of the inspection , observations relating to the implementation of the SWPPP, and any actions taken as a resu lt of incidents of non compliance noted during the inspection. The inspection report should state whether the site was in compliance and identify any incidents of noncompliance. The report sh all be signed in accordance with the signatory requirements in Part VI. Standard Permit Conditions section of the Construction General Permit and filed in this SWPPP. The contractor will submit the inspection reports to the authorized signatory for the City of Fort Worth Department of Engineering. Samples of the various reports that should be maintained are listed below and are included in Appendix A-Reports and Forms. Inspection reports shall be kept in thi s SWPPP for at least three years from the date the site achieves stabilizati on . • Inspection Report • Contractor/Subcontractor Certification • Record of Temporary/Permanent ceasing of construction, Soil Stabilization and Major Grading Activities • Operator Compliance Certification • Record of Revisions • Non-Storm Water Inspection Report 4.2 Construction Entrance Locations where vehicles exit the site shall be inspected for evidence of off-site sediment tracking . Each contractor and subcontractor shall be respons ible for maintaining the Construction Entrance and other controls as described in this SWPPP. ----------=~~~"'f."~~1~.J;.;,;~~.:2'.;"':'CO·.'·.:-; CLIENT SA TI S FACTION IS O UR BUS INESS -14- G:\SUR VEY\Job\0510901SW3P\SW3P Report.doc Swrm \\la te r Po ll urion Preven t ion Repon 2004 CAPJTA L IM PROVEMENT PROJECT Blackmore A venu e {Prevost S1. -1-l e rvit' St. l Kilparrick Ave. (E ld ri clgt' Si. -Dead End) Kilpatrick Ave . (Hervie S1. -B011rine S1.J Year 3. Co nrr act 35 -City Projecr Nll. O(J:292 4.3 Material Storage Inspections Inspectors must evaluate areas used for storage of materials that are exposed to precipitation. The purpose is to ensure that materials are protected and/or impounded so that pollutants cannot discharge from storage areas. Off site material storage areas used solely by the subject project are considered to be part of the project by the EPA and must be included in the eros ion control plans and the site inspection reports . 4.4 Soil Stabilization Inspections Seeded areas will be inspected to confirm that a healthy stand of vegetation is maintained. The site has achieved final stabilization once all areas are covered with pavement, or have a stand of vegetation with at feast 70% of the background vegetation density. The density of 70% or greater must be maintained to be considered as stabilized. The operator or their representative will water, fertilize and reseed disturbed areas as needed to achieve this goal. 4.5 Erosion and Sediment Control Inspections Alf controls should be inspected at feast once every fourteen (14) calendar days (every day for sandbag berms) and following any storm event of 0 .5 inches or greater. It is also recommended that walk-throughs be conducted prior to storm events. The following is a list of inspection/maintenance practices that will be used for specific controls: • Mulching: Inspect for thin or bare spots caused by natural decomposition or weather-related events . Mulch in high traffic area should be replaced on a reguf ar basis to maintain uniform protection . • Silt Fence : Removal of built up sediment will occu r when the sediment reaches one third the height of the fence. • Vegetation : Pro tect newly seeded areas from excessive runoff and traffic until vegetation is established . Establish a watering and fertilizing schedule. • Good Housekeepin g: Litter, construction debris, and construction chemicals exposed to storm water shall be prevented from becoming a pollutant source for storm water discharges through screening of outfalls and daily pickup of litter. In the event that sediment escapes the const ruction site, off-site accumulations of sediment must be removed at a frequency sufficient to minimize adverse impacts . An example of this may be the situation where sediment has washed into t he street and could be carried into the storm sewers by the next rainfall and/or pose a safety hazard to users of public streets. 4.6 Modifications/Revisions to SWPPP Based on inspection results , any necess ary modification to this SWPPP shall be implemented within seven (7) calendar days of the inspection. A modification is necessary if a control measure or operational procedure does not provide adequate pollutant control. All revisions shall be recorded on the Record of Revisions (included in Appendix A-Reports and Forms: Record of Revisions) with in seven calendar days of the inspection . CLIENT SA TIS FACTION IS OUR BUSINESS G:\SURVEY\Job\051090\SW3P\SW3P Report.doc • 15 - Swr m \\'me:· '\;l iu1ion Prevenlion Re pon :?00.C: CJ .!'TTAL. llvlPROVEME NT PRon:::cT B l11ck111o rt A vtnue ( Prev osr St. -Hervie St.) 1':ilpatrick AH'.. (E ld r id~e St. -D-~ad End) K ilpatrick Ave. (Herv ie St. -Bourine Si.) '{ear 3. Conrrac r 35 -C iry Proj ec t No. 00292 It is the responsibility of the o perator to maintain effective pollutant discharge controls. Physical site conditions or contractor/subcontractor p ractices could make it necessary to install more controls than were originally planned . For example, local ized concentrations of surface runoff or unusually steep areas could require additional silt barrier, or other structural controls. Assessing the need for, and installing additional controls will be a continuing contractor/subcontractor responsibility until final stabilization is achieved. Contractors and subcontractors implementing this SW PPP must remain alert to the need to periodically refine and update this SWPPP in order to accomplish the intended goals . 5.0 NON-STORM WATER DISCHARGES The following non-storm water discharges are allowed as documented in this SWPPP: Discharges from fire fighting activities • Vehicle wash water if detergents are not used • Oust control runoff in accordance with permit conditions • Fire hydrant flush ings • Potable water sources including water line flushings • Uncontaminated ground water resulting from dewatering activities • Routine external building wash down which does not use detergents • Pavement wash waters where spills or leaks of toxic or hazardous materials have not occurred (unless all spilled material has been removed) and where detergents are not used • Air cond itioning condensate • Spring water • Uncontaminated ground water Foundation or footer drain water where flows are not contaminated with process materials such as solvents. A copy of the Non-Storm Water Discharge Inspection Report is available in Appendix A-Reports and Forms: Non-Storm Water Discharge Inspections Report. 6.0 PROCEDURAL REQUIREMENTS During construction, the contractors and subcontractors must comply w ith the following requ irements of the TCEQ TPDES Storm Water General Permit: • This SWPPP must be operator compliance certified for the Project. A copy of the certifi cation form is located in Appendix A~Reports and Forms: Operator Compliance Certification and Contractor/Subcontractor Compliance Certification .. • A notice describing the construction activity and SWPPP must be consp icuously posted near the main entrance of the site . A copy of the notice is loca ted in Appendix A-Reporls and Forms: Construction Site Notice. If displaying the noti ce near the main entrance is infeasible, the notice can be posted in a local public building such as the town hall or public library. The permit notice must include the project's permit number, the name and phone number of a local contact, a brief project description , and the location of the SWPPP if not kept -16- G:\SURVEYVob \051 090\SW3P\SW3P Report.d oc St o rm WatcT Po li urion Prevention Re pon }004 CA PlTAL 11''1PROVEMENT PROJECT B la c k more Aveirue (Prevosr S1. -H ervie St.) J..:.il p mr ick A ve. (Eld rid ge S i. -Deuel [nd) Ki lpat r ick Ave . (H erv i e St. -Bouri ne S t.) Year 3. Co mracl 35 -C i1 y Project No. 00292 ,&,_ ~- CONS UL i :~,.··· · ;! ,.-Cac· •.. ---·\ · ... i.:~--~--;·.: .. on-site. The TCEQ encourages that the general public have access to the SWPPP at reasonable hours. • The operator is required to keep a signed copy of this SWPPP and supporting documents . In maintaining plans, all record-and supporting documents should be compiled together in an orderly fashion . Federal regulations require permittee(s) to keep the SWPPP and all reports and documents for at least three years after the project is complete . This provision ensures that all records are available in the event the documents need to be reviewed . • The City of Fort Worth Department of Engineering, and/or their designated representatives will conduct inspections of t he project as described previously to assure compliance with this SWPPP . Based on inspection results , this SWPPP and BM P's may require modification by the contractors and/or subcontractors , to assure the quality of storm water or the identified non- storm water discharges, is leaving the site in compliance with the TPDES Storm Water General Permit. Refer to the TCEQ TPDES Storm Water General Permit for specific inspection requirements . All modificalions must be implemented within seven calendar days after the inspection, if practical. • Modifications specific to construction projects must be approved by the City of Fort Worth Department of Engineering prior to implementation by the contractor and/or subcontractor as requ ired under the TCEQ TPDES Storm Water General Permit. This SWPPP may be amended at any time if it is found to inadequately address conditions of the TCEQ TPDES Storm Water General Permit or any amendments to the perm it. • This SWPPP must be updated within seven calendar days from the date of inspection each time there is significant modifications to construction activities, contractors/ subcontractors , or pollutant control practices. The Record of Revision is located in Appendix A-Reports and Forms: Record of Revisions. • Discharge of hazardous substances or oil into storm water is subject to reporting requirements . In the event of a spill of a hazardous substance, the operator is required to notify the National Response Center (1-800-424-8802) to properly report the spill . In addition, the operator sh all submit a written description of the release (includ ing the type and amount of material released, the date of the release , the circumstances of the release, and the steps to be taken to prevent future spills) to the EPA regional office in Dallas. The SWPPP must be revised within 14 calendar days after the release to reflect the release , stating the information above along with modifications to minimize the possibility of future occurrences . Each contractor and subcontractor is responsible for complying with these reporting requirements. The SWPPP is not submitted to the EPA unless the Director specifically requests a copy for review. However, when the Director requests the SWPPP, the permittee(s) should submit it in a timely man ner. In addition , when requested, permittee(s) should also submit the SWPPP to state or local sediment and erosion or storm water management agencies, or to a munici pal operator, where the site discharges through EPA NPDES storm water perm itted municipal separate storm sewer syste m. _______ ... lfli<lf1"1,.-,1 ~~.::~tf-i~?..:t~1:::::.-~·····'·:·:· ., ... CLIENT S ATISFA C TI ON IS OUR BUSINESS -17 - G:\SURVE Y\Job\0510901SW3P\SW3P Report.c!oc Appendix A Reports and Forms ~~ ~~~ -----------.:: "lii.::l!lilii ---...... -~ -· CONSTRUCTION SITE NOTICE FOR THE Texas Commission on Environmental Qu a lity (TCEQ) S torm Water Program TPDES GENERAL PERMIT TXR150000 T he fo ll owing in fo rmati o n is posted in com plian ce with Part II.D.2. of t he TCEQ General Permit N umber TXR.150 000 fo r discharges of storm water runo ff from construction sites. Additional information r egardin g the '.fCEQ s torm water permit program may be fo und on the internet at: www.tnrcc.state.tx.us/permitting/waterperm/wwperm/tpdestorm Contact Name and Phone Number: \ ' Project Description : 2004 Capital Improvement Project; Blackmore Street (Prevost St. to Hervie St.) (Physical address or description of the site 's Kilpatrick Avenue (Eldridge St. to Dead End) Kilpatrick Avenue (Hervie St. to Bourine St.) location , estimated start date and projected end City Project No. 00292 date, or date th at disturbed soi ls will be Estimated Start Date: stabilized) Estimated End Date: Location of Storm Water Pollution Prevention Plan : For Construction Sites Authorized Under Part 11.D .2. (Obtaining Authorization to Discharge) the following certification must be com p leted : I (T yped or Prin ted N ame Person C omple ti ~g}"hi s_Certi fi cation) certify under penalty of law that I have r ead and under stand the eligibi li ty req uirements for claiming an authori z at ion under Part II.D.2. of TPDES General Permit TXR.150000 and agree to comply with the terms of this permit. A storm water pollution prevention p lan h as been deve loped and impl emen ted according to permit requirements . A copy of th is s igne d notice is supplied to the o perator of the MS 4 if di sc harges enter an MS4 system. I am aware there are significant penalties for providing false in formation or for conducting un a uthorized discharge s, including the pos sibility of fine and imprisonment for kn owing vi o lati on s . S ignature and Title Date Srnrm Water P o ll11ti on P revemion Repo11 '.2004 CAPTT AL JMPR.OVElv!ENT PROJECT B lac km o re Ave nu e (Prevost St. -Her vie St.) K il parri ck Av e . (E ld r idge St. -Dead E nd) K il pat r ic k Ave. (H erv ie St. -Bouri ne St.) Year 3. Co nn ·act 35 -C ity Project No. 00292 dMii@§HM;; a INS PECTION REPORT Sto rm Wate r Pollution P revention Plan For Storm Water Discharges As sociated with Construction Activity PROJECT DESCRIPTION: 2004 Capital Improvement Project, Contract 35, Proj. No. 00292 Inspector: Date: -------------- Inspector's Qualifications : Location of Inspection : Site Conditions: BIWEEKLEY RAIN EVENT OTHER NOTE: Inspections must be conducted at leas t once every fourteen (14) calendar days and within twenty four (24) hours of the end of a storm event of 0 .5 inches or greater. Measures & Controls In Conformances with Design Effective Pollutant Control Standards Practice Construction Entrance YES/ NO/ NA Y ES / NO Silt Fence YES/ NO/ NA YES/NO Soil Stabilization Y ES/ NO / NA YES/ NO Straw Bales YES/ NO/ NA YES/ NO So lid Waste Disposal YES/ NO / NA YES/ NO Equipment Fueling/Storage YES/ NO/ NA YES/ NO Measures & Controls In Conformances with Design Effective Polluta nt Control Standards Practice Measures & Controls In Conformances with Design Effective Pollutant Control Standards Practice Hazardous Waste YES/ NO / NA YES/NO Sanitary / Septic YES/ NO/ NA YES/NO Offsite Storage Erosion Contro ls YES/ NO / NA YES / NO Hazardous Materials Storage YES/ NO/ NA YES / NO --------l:IIMlll!IB1C-9i~~~,a~~'l:Z.}~:.:.-:::~· .::~,:-···:. ·: ·· CLIENT SA T/SFACTION IS OUR BUSINESS -20 - G:\S URVE 'No b\05 1090\SW3P\SW 3P Report.doc -, Sto r m \,Varer Po llutio n P revent ion Report 2004 CAPITAL lMPROVEJVfENT PROJECT Blackmore Ave nue (Prevo si St. -H er v ie St. l Kilpan-ick Ave. (E ldrid ge St. -Dead E nd) K il patri ck Ave. (H e rvie St. -Bourine St.) Yea r 3 , Co ntract 35-City Proj ect No. 00292 Violation s Noted: (Explain each "NO " circle d ab ove ) Recommended Remedial Actions: Ce rti ficatio n Stateme nt: "I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gathered and evaluated the informati o n submitted. Based on my inquiry of the person or persons who manage the system , or those persons directly responsible for gathering the information , the information submitted is , to the best of my knowl e dge and belief, true , accurate , and complete. I am aware that there are significant penalties for submitting false inform ation , including the possibility of fine and imprisonment for knowing violations." Sign atur e: Pri nted Name : CLIENT SA TI SFACTI ON IS OUR BUSINESS G:\SURVEYVob\051090\SW3P\SW3P R eport.doc Telephon e: -2 1 - Li .. ' ' . .. . CONSULT:.t,::.•• __ Storm \Varer Polimion Prevent ion Repon 2004 CAPITAL IMPROVEMENT PROJ ECT B iackmore Avenue (Prevost St. -Herv ie St.) K il pan-ick Ave. (Eldr idge St. -D ead E nd) Ki lpatri ck Ave. (He rv ie St. -Bourine St.) Year 3, Co nrract 35 -C ity Proje c t No. 00292 &lf-''~---.-~.:. WttH NON-STORM WATER IN SPECTIO N R E PORT Storm Wa t e r Pollu t ion Prevention P la n For Storm Water Discharges Associated with Construction Activity PROJECT DESCRIPTION: 2004 Capital Improvement Project, Contract 35, Proj. No. 00292 Location of Inspection: Site Conditions : BIWEEKLEY RAIN EVENT OTHER Non-Storm Water Discharge Type Located on Project Site Discharges from fire fighting activities YES /NO Vehicle wash water if no detergents are used YES/ NO Dust control runoff in accordance with General Construction Permit conditions YES/ NO Fire hydrant flushings YES/ NO Potable watersources including water line flushings YES/ NO Uncontaminated groundwater resulting from dewatering activities YES/ NO Irrigation drainage YES/ NO Routine external building wash down which does not us e deterqents YES/ NO Pavement wash waters where spills or leak of to x ic or hazardous materials have YES/ NO not occurred and where deterqents we re not us ed Air conditioning condensate YES/ NO Spring water YES/ NO Uncontaminated groundwater YES/ NO Foundation or footer drain water where flows are not co ntaminated with pro ces s YES/ NO materials such as solvents The con struction area associated with the grading and typical utility t re nching have bee n in spect ed and evaluated for non-storm water discharges as indica te d a bove . Signature : Print ed Nam e : D at e: -------------- _. • ~m~~~;°®'~:~~--~.:;--:.;.:.-::.~::,...r.<:~··',::.:-;--. CLIENT S ATISFACTI O N IS OUR BUSINESS G:\SURVE Y\Job \05 1090\SW3P\S W3P Report.d oc -22 - -. Storm \Vater Po llu t ion ?revenrion Report ?.004 C APITAL TM?ROVEJvrENT PROJECT B la.ckmo re Avenu e (Prevost St. -Hervie St) K ilp a tri ck Ave. (E ldridge St. -Dead End) Ki lpatrick Ave . (Herv ie St. -Bouri ne St) Year 3 , C on tract 35 -Cii)' Project No. 00292 RECORD of TEMPORARY/PERMANEN T CEASING of CONSTRUCTION, SOIL STABILIZATION and MAJOR GRADING ACTIVITIES Storm Water Pollution Prevention Plan For Storm Water Discharges Associated with Construction Activity PROJECT DESCRIPTION: 2004 Capital Improvement Project, Contract 35, Proj. No. 00292 Project Activity Date Activities Temporary or Date Activities Date & Type Date of Major Area Ceased Permanent . CLIENT SA TJ SFAC TJON IS OUR BUSINESS G:\SURVEYVob\051090\SW3P\SW3P Report. doc Resumed Of Soil Grading Stabilization Activity Implemented -23 - Swrm Water Pollution Prevemion Report 2004 CAPITAL TMPROVEJvfENT PROJECT Blackm ore Avenu e (Prevosi-St. -Hervi e St.) K ilpatr ick Ave . (E ld r idge St. -Dead End) Kilpatrick Ave. (Herv ie St. -Bourin e St.) Year 3, Co ntract 35-City Proj ect No . 00292 RECORD of REVISIONS Storm Water Pollution Prevention Plan For Storm Water Discharges Associated with Construction Activity PROJECT DESCRIPTION: 2004 Capital Improvement Project, Contract 35, Proj. No. 00292 Date Sections Modified Description of Modifications -----------!!!llc~~~si;e-~~..t".l.i::iW:~~-~.:.··-··.~: CLIENT SATISFACTION IS OUR BUSINESS G:\SUR,VEYVob\051090\SW3P\SW3P Report.doc Approval Signature -24 - .. Srorn, \/,'ate1· Po llu ti on Prevention Report 200.i C."'.PITAL IMPROVElvfENT PROJECT Blackmore Ave nu e (P revost S1. -1-lervie St) Ki lpatri ck Ave . (E ldr id ge St. -Dead End) K i lpatr ick Ave. (H erv ie St -Bourine Sr.) Year 3. Con tract 35 -C ity Project No. 00292 OPERA TOR COMPLIANCE CERTIFICATION Storm Water Pollution Prevention Plan For Storm Water Discharges Associated with Construction Activity PROJECT DESCRIPTION: 2004 Capital Improvement Project, Contract 35, Proj. No. 00292 Name of Operator: Name of Facility: Address: Telephone: Facsimile: Certification Statement: "I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gathered and evaluated the information submitted . Based upon my inquiry of the person or persons who manage the system , or those persons directly responsible for gathering the information, the information submitted is , to the best of my knowledge and belief, true, accurate and complete. I am aware that there are significant penalties for submitting false information , including the possibility of fine and imprisonment for knowing violations ." This certification is hereby signed in reference to Storm Water Discharges Associated with Construction Activity at the above referenced project. By : Sign ature Nam e Titl e Dat e ---------!lllMi!ll!f•-;ti;;MW"~»."..lf'..S.'mi"E:ql'P,~if.j::1',:.C~h!f....::..r: .. --,::..:.;: CLIE NT S A T/S FA C T/ON IS O UR BUSINESS -25- G:\SURVEYVob \051090\SW3 P\SW3P Report.doc ... Storm Water Po llution Prevention Reporr 2004 CAPiT AL llvfPROVHvfEN T PROJECT Blackmore Ave nue (Prevost St. -Hervie S r.) K i lpanick Ave. (Eldridge St -D ead End) K il patrick Av e . (H e rvie St -Bourine St.) Year 3. Contract 35 -C ity Project No. 00292 CONTRACTOR/SU BCONTRACTOR C ERTIFIC ATION Storm Water Pollutio n Prevention Plan For Storm Water Discharges Associated with Construction Activity PROJECT DESCRIPTION: 2004 Capital Improvement Project, Contract 35, Proj. No. 00292 Name of Contractor/Subcontractor: Name of Facility: Address: Telephone : Certification Statement: Facsimile: "I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gathered and evaluated the information submitted. Based upon my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information , the information submitted is , to the best of my knowledge and belief, true, accurate and complete. I am aware that there are significant penalties for submitting false information , including the possibility of fine and imprisonment for knowing violations ." This certification is hereby signed in reference to Storm Water Discharges Associated with Construction Activity at the above referenced project. CLIENT S ATISFACTION IS OUR BUSINESS G:\SURVEYVob\05109D\SW3P\SW3P Report.doc By: Signature Name Titl e Date -26- Appendix B Storm Water Pollution Prevention Plans and Details ; i ; I it;; sr~r:.·~,1 11'1 ... ~~"''"' ·~· 1 ~O" t I ~ ' 'J .... , t CHAMBERLAIN A.C!:L INCTONi HiS .A.DD .• BLOCK 9" u·: ,y ~c· --~ sc.-.~~ 1· .. ;i.c,· ! I Fi:-Nt:rn,: o.P.KS ' "'" "" "" NI/'.'!? ; ... i !;WH·H~C C".lRh,:n re· ;;i:•.·)~l'.t, -.1,1!; h~~"'' s,. o.. 1'".~ .,; I~~: ~r~ o; ... ~0;?._M;~: ~~:: ', 1:!/1 11~ 1.~t ,:i. r:~r=.~cr.:.i;f. :;~:P.~ . 1~L(Vl.lt:>1,1 • U\tl~l -----------, ';;ol"f," 1tC,. :!el< . ~ TH! t()l·l l"RA;'.:7:)F !'..nAL~ ! ~!J;:.E l:~it~~!i l~l~··~~~:~?i~~ct ,;.4~t c:~·/~~;;:(.r oc;ll~~S! i :~g~~i;/·\1;,.['~~1'~~\:>o,,.isieL:'.: j :;· 2 :,• i.1£ .::rH1(.: c.; ,o· .w~:1 ;' c.rr F•ct Tl"it CI.Jflli , 01" i.101 :. f , =-c,i\ AW!" OAM.t,Gi r,o,.,~ I c:.;,,.,..;,o., .. u\-.,1! (Ni!1~,c CON$Ti.:.:,:T1(w 1-------------------1 WATER I.IAP NO . 20)G-J8C S~Y.£R MAP NO. 20.3.J-.JBO ! tiQ.If.; THE CONTRACTOO SHALL I I PP.OT[C ! At..L PRlVAT( I PRO?(RH AIIID IS R(SPONSlat.( FOR AN'I' 0Al.4AG( DOtJ( DURING CQt,.jS TRUCltON i '2m --~ ROW AIIROW CH(CX OA1o1 (APPJ!Oll t j -S1ll1lJtC£ iYi! C,"I\Afo.lC•U..., ~ ""U'""'"" • l•U KAN H:WDI.IWC .. ,._ ShC:•UMC [J151M.IK).l0 '"OH-or-w ... r -rn11,,.ss- -11"i>1A.S5- r-, ~_Jl.-:)M( v[e£~~9~j Ii:. CJ 0 c::::::a NOT!:TH( CONT NACTOll St1AL!. CONTACT lH( rOLlOIY.NC Al l.£,\ST 411 Hl>.IAS PRIOR TO [llCAVAllHC ~ THIS ARCA: fMl 'M'.>Rlk Y1'1CR O[P.-JltMENT 1111 -117 1-112911 TKU C~ 4.: CLCC1111C1-&00-l•"-lll7l 5 W. SEU TClEl"HON~ C0MPANT1-!I00-)9S-0H0 CHM,tER CO,OolUNIC"-l 10N S I -1100-)'' -IIJ 11 fl)fH WOIIIN l!CN T ANO SIGNAl 1111 -1171 -8100 OIG 1(551-1100-0IC-ltSS R(V.NO. OCSCRIPTION CITY OF FORT WORTH DEPARTMENT OF ENGINEERING 200• CAPITAL IUPROV(~ENT S PROJECT BLACKMORE AVENUE (PREVOST ST. TO HERVIE ST .) KILPATRICK AVENUE (ELDRIDGE ST . TO OEAO END) KILPATRICK AVENUE (HERVIE ST. TO BOURINE ST.) YEAR J, CONTRACT J5 -PROJECT NO. 002 92 3.Jl·JSc, c,clGHTS sou:~ i -. I '\I '" ~{r-;~:--r r!/ h h I I ------------; ;g:r~:ifm:~, I ,;1~\~~~t I •IU tlftlt.(.~ •~t •at1 ~flU.l ,o.V[ SUN$ET HEIGH TS SOUT!n ADDITION, BLOCK, 8 I suNsE T HEIGHTS 1wi:~ .A.o •. o~T~~~:... BLl'cK .2, .... , ... -,,. I .~1s1t " • 1111 . 1 .. c,01.s ...._ll ""',,,',~,•,<,•,,V,"",,',.. ~ _.,, ........ ~..... ~---I fo'~l W'?:i~~~~: m11 rORT .... o,mtii mo? :~~ ~mMf: :.·~1 ;u_f ~~~"f: f,vi, '\_ t:, I ""we•" I '"' ,,,. " '"' """"" I -""'" "' ~-~ ,. ! i .• ~ !; ~I "! ~ ~ ~ '"ll"I "11.~•lltO< AV( UH •It I ! I ~NCHl~h, .KS I 1~ • 2~· N '. ON TH;: 5. w. COilN!:R o~ aORIOCi~ Sl . NIU rt.OC'"'ER ,._.,.;::, OU Tri!: ~ \ c:on, NO . 86150 I ~ ) WES1 CUA~ Of ELDfmGi'. STP.[rl" 1W T~[ C~f.lHf! or ,. IC'"f': M..C, 1' ! OH THC tACi'. OF Tri~ CURS ,. :ITl" ~ow.• 111115,0 5CT ,, 11"4( JOP o; l TH! CUP.fl H ' rrn SOIJTH o, T~ SOUTH CUrl:B or Fl(TCHCF: AVE. __________ , 11 • [Ltv ... 11011. 6!.l.lO~ I I t:,!Q,R:THE C:lrHRA~lOR SHll..L PROlECT ,ALL PRI VJ..T[ PROPSP.TY ANO IS R~:i?CINSlf:l'_E roP. NlY O'*-'AG~ 00~1~ DURINC COriS.TP.U.::noN. I WATER MAP ND . 20)0-384 SE WER MAP NO. 2DJO-JM I I <::!.Qll.t l H( CO NTR ACTOR SHALL I PROT EC T ALL PRIVATE PROPERTY AND lS RESPONS!BLE f"OR ANY 0"1,!ACE DONE DURING CONSTRUCTION , [)1151 ,INt.lt°a't.O. u< ,_.,IWl,::t•CII "" -6"01A.Wl- -ll"OIA.SS - ll~t~~.O.ID,O fU.£PHQN( 0151.C:"5 v .... Vt i/8"" IRfl cu, -c==i UlSl,fj Al(lt W.W (::::::) [tlSTIHC C"" I.Mt --c:.o.s -- tlOTE,TH!: CONTRACTOR SHAJ.l CONT,*,CT TH[ FOLlOWINC AT L[AST 48 l'tOllRS PRIOR TO [XCAV ATINC ~ THIS ,o.R[,*," fORT WOR TH WAl [II OfPAA Tlol(Nl 8 17•!171 •8296 TkU CAS ~ tl.£ClRIC1 •SDO•J44 •8J77 5.W, B(LL TELEPHONE COt.lP~Y\.1100-Ji~·OHO CHARTER C0Wo!UMCATIO NS1·MO•J44·l1J77 f Of:11 WORlH LIGHT .t.NO SIGN.Al.. 817•871•1100 OIO T£5S1·!00 ·0IG ·TtSS REV. MO . D(SCRIP1DN CHI(;, BY 88/88/1!18 DATE I 1: L 111 I i, \ : \ I: ,, ! ~ 1' / 0 :JJ. I J ~ ~"" F 1'71 J_ ~ g ~-==-------, ~ ---------_-_..,_.,L =ilF.,.~-:_:-::_:==-:=-=-_::=:J-ri-=-==-=-::...:==,..:t-=-c-=r:t==-r+.===-t=-===i=:::,...7~1.. ~ l\c~~w-<~,;;::.=:..=..::J.:+=~=--==--==::...:,,:-=i"'t"i=-=-=--=== C: ~ AflftOW 1------------------l ---,,,,.._ , .. o,,. we r <i ~ ;!;,','of~ CITY OF FORT WORTH -~ ~-·r7 f ~AM.~,-,--,--l----+----'1 _· :z::; ,__-___ '_"_'_"_cr __ ~ __ D_E_P_A_R_T_M_E_N_T __ O_F __ E_N_G_I_N_E_E_R_IN_G_-< ., 2004 CAPtT AL IMPROVEMENTS PROJECT --t -BLACKMORE AVENUE <PREVOST ST. TO HERVI[ ST .I <( "" o 'u,A. "'' IKII PA u"·I/ i"av , "' "' P.l'I' t;i 00 -z-:..cHecK oAM 1••t100 ~ 15•00 _ _L ----_; -r_,1____1·-----~--r1--,=z --~ -8 S5 i.U I .... ')., \.A ).. u CHECK 0,1,M I -. _L -I KIL PATR IC K AVENUE !ELORtOGE ST. TO DE.AO EN D> __'t =-::--:=-==:-=--::-:=:=-±.1"'1c:::~~_L.c;=:-:::-.. =:=-=l,.J:c/=;:,4µ~=:-=--=-:='11!::=-::-:=:'f:;---s~\Jh I ~ ,,_,.,,_ ___ _, _ -,,.' ~ ~ KILPATRICK AVENUE CH ERV IE ST. TO BOURINE ST.> Tl.fif ~ r -~ Y[AA 3, CONTRACT 35 • PROJECT NO. 00292 'w \ ...l..coNSTRUC ~ ~ ~ Q p ' I EN TRANCE • I , KILPATRICK AVENUE • \ ~ \ ,-~ J ELDR ID GE ST. TO DEAD END \ ' :, !~ ~ \ ST0~~EttJf1~Np~t~~T IO N I \ """ "'"" "'"'/if'ilt "',;i,;:,. ·:..'='' .1,~ : l ;~ \ \ :~ ~'..~=~ ""'"11 :!:"; ": ~:.·::"" 1~IL__ ___ _.__'~r_L~_J_.~~_,_~~-~_: __ ... _._~_ 1 ·_~~=~~~~~S~E~T-'H~E~IG.:___H_T~;_ .. ~;~~~A~~;~·H_~,_A~D~D~l~T~IO~N~,-=B~L~O~C~K_,;_ .. _ 1 _~_":"'_''_' ____ ·~~~~,·-:~~_'.t _,'._\:._~\\...!._,~1_ 5_u_N_s_E_r __ _:B~L~O~C~K:...._4_.'..__ ____ _,_~l=r=t=;=~:==~=p=::g=:=~g=~=g=:5=g·=·==:'.__l:::...:~::~"~1~:;:_,~·~,-:_~-~,:,~~~;;;~;~~-'~~o~c:::~:~~~'~:~~~:: 0 _·~--~~1~~~·=··=2:_J .c = I -:'.._i3 I f---1 I u ~~ 1-\L 1 I ~ -Q - ~ ~ 0 "" el I I ~ , .. ISW3P\SWJP.l(fp,W1"'·1.0~ 10117(2006 8:Jl:51 AM .. ~;;., ~u=~ WA ,O:.•oi1-'ffr:'.'1,~ ~H~ 1:-Ji•!t,C.r, ,.vt :JR :,~~;~"t~:l· •IX "t{,:"'!r:;: ~Y{ SUMS EI HE:1G;..;,i~ SOUTH ADJl!tJt-J, ~L ·:<Y: r'ti?11'"i-c!f!~:.~~~7 I ~w;J~t =~rrltf: ~tit{:-,•"ft ~:~r~, ...::;,,L • u,• 1(111Hl rolf~~ ... ~,)O~ij\U <If~ Q.~~llr.;t AVI un c l,,,..,'J..lf.!-,~A ~I rCil\1 w~,~ ,,. 791:11 1 nv f.~;f:C'· ,..,t ' ,o· -· l N g~;~.,tt '!:.~~~ Oi" ~lO"'IOG:'. ST . /•UC fLClCH!:11 AV!:. ON TN!: I W!'.il CUR! Of (l~OGE !;t,t!fT h' 1H( CC!rtT!.P. o; '°' lO' r; IM..i;l T orr THC r.o.c~ or t Ht CUR~ " C1T" 1eJ • u1sa sn ""' '";: t OF-or Tti[ CVR9 2~·•;:~r SOUTH~· TH<: SCi \J TH ctJfle or FLi:TCl-'!"R .... vi:. ELr:v .... nON. &!i.3 .IOi I wl , r ~~. !Hnl "OIH7 • .. I , ~ J , l I . ;' .. ~.;:-;:,.="' !,1 '1 s. \ I \ : I s I ~THE CONTRAClOR SH~l I , PR Oll:Cl M..L PP.IYAT ( j PP.O PCP.TI' ANO 1s n~sP0NS1B:..E I I I h~:1Nf~o~fr~~r0 ~~ 1------------------1 1 EG END __\ lt_ g ~?:, ! I C • ))10006l.. j !; '"' ..... , u --. I L L __ -<"( -;f' I" 11 ' ) P R:OPf!ii·· DIA. WL t r r\ f?" I CH l!ttK DAI.I.___ r l.Q <t. :;; ooS ~ ; H.·oo ! I ·--, ,,I.co l J &o-oo I • I " 21 -:;; -1------< --r -U-' RIUK7M:IWC"' -~ T -.---4-----I---+-~i ---rt-,.. ~ --+-T _:-+--'------'<; ---------~ --:re· ss I t! ~ , L... Jj_ -=-_ ...i... i? ~ _ L , _ 1 -:!i-e~ ss _,. . ;.::: V. c.u "m ~ ~ ...J -...J ml WI.E T PRO TCCTOR I - U -"" -.,: 2 I r::-.!ffl. i~ ~ 1 l ~ 81 J ts ' ---,r I I I I f;e; -/r-~~ • ~ ~ !ls-1 I I r1.ow ARROW ---"--u r l I j ~ ~ Cl-!CCKO~ !Al'f>ROX.•I I 2 I I e I --s11.trci.,c[ v ;J!r!i:k~::., I tW :l~~ f:'iJ, ;J,f1l:~~~tfo1, /O»l{IVIISAll0t.U•ILIAU.l f M,N ~1~"~ rt~, ~Hl "OrffJ!CK AYC ,7J7W1"'l°'"Y( UH J[U'Al~IC /f AV( .I 4115 kiVAUIC\ AVE sour~' ~DDITION, / BLOCK ~, • coHl ..... ovc.c .. f"J.'t ~~i~: m~l •ll2~,";.lJCIC•Y£ I . I \ o I • 0 L __ ~~ .,' r I I SUNSET HEIGH,TS ,tJ~lJJl~Wio, OlOl llllfi"~~-Y{ ) l L ~J 11 1 s.wf~0~~~k,..1 tom i ,"'J.i, ~'i:i~~= tt~, WATER WAP NO. 20lO•lB4 SEWER M.-'P NO. 2030-384 ~ULEN TOWERS 1 ADOITION, I BLOCK 1 l AIUIN(IQJIHIII I .. ~ lhl'~" "' " I ... 'Or/1:n ... squT H ,;.:;~l-~~1:-BLl' K, •• : •. ', "~'"'" "-' • I \ Ii~; J!L \ ~'t 0 ;r,,m,_, 1''*f0l1~;tlmu 1 u ·~~rw s1 I I I Y' r· ~ 1r., .,,,.._,.~.., '-" ' I ~---- 0bo ~ __l w '--1--,--+-~ I 22-00 I I I 23 ,0 '','\.. --n--..L-.:.C;--Tr--'-< --r--i -+~ ---r ----~ • · ,,,. I ~-1~cHEc, OAM 2•ioo_~-: / f-I _L_2_5·~ "!· rwi.---r-CHECK DPM:_r---V-.1 •• 7 ;::; , ' 1 _J 'L , .. " I l.. li.J!.12,AJ.gLCs ---"lJ.fAAJle-..__ L ,. " ~ .J .I-. -~ -\.~----e·~-"'"'t.-....t:' r u- D '-------' I ~ It: I ,.___,___., I • < l I l f=.l::II--==------~-"1 1 -'."--• ..- 1 , -- 1 ------~-~-1.,,..i ,:I •• ii;;;~ rw'l1~ ~1'-n1r;,~-:;;-;:;;-;;;;;;-;:;;-:;;;;;"u1~,~ __ -~'7-.. 2 I ~ ~ I ' I ~ -• \ -" INLE T 1 •i l,.J 1~~ / e \ PROTCCT,Q 1 ~ i~ i : I ctC.IE.=Tt-£ CONTRACT OR 511.ALL I PROTECT M..L PRIVATC PROP CRT r At-0 IS RCSPONSIBL( F OR ~'r DAMAGE DON( OURINC CONSTRUCllON. I . I .,u·.t:·.i:~:<!,. f ORI --~l H la)IKII •Ill Plll'All!ltlt A~[ LOT i _\SWJPISWJP.l(rlpJlncli.·2.0gri 10/17/2006 8.Jl.06 AM SUNSET HEIGHTS ~ \ I rnNtRni pnlNt •7 J ~/11 .. IR ""'41'." CAP I I ~OUT ~'";~~~I~~. BLiCK 4 N • 6 946~94.40 I ;. ~v2 ~~t9~L:.4 :~: ~~~=~R::tt I ' J 1 :,wW2,::•' 1 , I ,~•-<0 -• ~ -I ~·1')/'."!i,, JOU • ..-.,. ~ fflli:1 rou l'l'OUII I 1'1U ,.,,noiJ,t:~t;r, s,.u, l l •fo't\UI ST~ I m\i~~n SI I \\ .... 1--------------------;tuLEN TO WER !SUNSET HE IG HTS SOUTH ADD ITION, I ADDITION, BLOCK 5 BLOCK 1 .... 0.-o .. UNDl.lfeltllUILID ~ Tll..El'!U>t< lffll .WY,o.~l 8', UtST.LICl1 T,01.C g t>!Sl ,WATULOC: -5"'01A.WL-f'•Ol>o!,l~ N(l)JCU ~ D"T,""llOI !l -6''01A.SS-U l!l .il'(WU l"OI.I 0 -i,·v1A.5S -=~ ...... w. "''" U'!ST.WAlO _. (::::::~ ...OT[,JH( COHTIUCTOR 5ttA.l CONTAC l lti[ FOllOWINC Al l.(j,ST 4b HOUR S P"IOR TO [llCAYATINC 1H l HtS f.AtAJ rORr WORT H WATtR O[PAltlMOiT 817 -ll7H5296 llCU CAS 4 [L[CTRIC1•800·.3H •8]71 S.W. BC LL rtLEPHDHE COW,N-4Y1·800·)U·O~.O cw.Rl[R COMMUftCATIOfriSl·l!IDO·l44 ·8.377 FORT WORT\1 llCM T ""'° SICHM.. 817 ·87 1-IJ'CD OIC T[SS1·800·DIO·H5S R(V .NO. 0£SCRf>TIOH Ct«..8 Y QA,1[ CITY OF FORT WORTH DEPARTMENT OF ENGINEERING 2004 CAPITAL IMPROVEMENTS PROJECT BL ACKMORE AVENUE (PREVOST ST . TO HER VIE ST.) KILPATRICK AVENUE (EL DR IDGE ST, TO DEAD ENOl KILPATRIC K AVENUE (HERVIE ST. TO BOURINE ST .l YE AR J, CONTRACT JS • PROJECT NO . 00292 KILPATRICK AV ENUE ELDR ID GE ST. TO DEAD END STORM WATER POLLUT IO N PREVENTION PLAN STA. 17·00 TO 25•25 CENOl "'~~·~i'.o~:,~·:~•~, ,-' -,..-, _..;c:c:..__~oc'-1~~"--~R'-,.'=o=o•'-'l s ..... 1 3 CIHIC ... CI 81 • ., . 15 · i.l ' ~ IS I • l I I CHAMB(RLJ. ARL INCION I lHE1C11fS 2N0i" BLOCK 7B i•O• •11.,~fll<"; •"o'( ~OfS I, . J w > " w > 0:: w I -6!" I '-------------- (.~ ,, .. ::-T ------- ' I .. "'tOr"t"'ii':"i"o ~·t. 1 I CHAlolBERL.-JL ARLINGTON! .. 1~1GH1 S 2N~. BLOCK 76 SC~( I"• :l0" l ! I'<> 1,, .'i,,,.>-<,.:"' I · ICO:V. HO. II!~.!. ~ ISt.'1.J TN t:U"S OF COOOH.r.11 AV£ .J rr W(ST Of TH!: w£S' ::URB Oi ,Hi(AV!i; SIN Tri:. ClNl[k Cf J. ~I •1.:T rf : ,;,ff fAC~ OF CYR& NIQt,, h£ 300TttWtS1 CORMCf: C>i" C,:)00,.0 .. : l,M(I ,E.RVlt Si. ou '!H !: i l ~L[VATICJH • 621'6?. : ~ IH( COI-ITP.o\C i O?. Sr'IAI.L l I I PRCitCT All "RIV,('[ I P"uPSk'!Y N,O " "'P""''"" I 'I raR IJ~Y 0.IUiAAC.f OOt~E Duk1~,C c0Ns1Ruc11oi... '""i _______ L_E_G_F_ 1 __ ~ 0 _______ -< I t,r.,.w~1t11 ..,1,1 ~w~ r,,.":Jtt.· lkf j WATER MAP NO . 2024·)84 S(W[R t.lAP NO. 2024-384 !j,Q.1.£..'THE CONTRAC TOR SHALL PROTECT ALL PRIIIAT( PROPERTY AND IS R(SPONSIBLE F"OR ANY ON,M,C[ DO NE OURINC CONSTRUCTION ~ FLO'lr .lrAAOW CH(C)(. 0 ""4 IN'PROX. ~ I --S.\. T rENCE WAT[R Mf,,f> MO. 20~4·)84 S[W[R Ml>P NO . 20~~·)84 ) ..i:w -~,u IOl:m GY} c~ j i : :: :: : ! ~1/ "'' c=:=:J IWl 0----0 -5'1)11,WI,.- .::::::::::. HOT(·lli( co,mt...CTOR SHA.LL COHl...CT TH£ fOlLOWIHC "' L[A51 ,e ~RS PRIOR TO [l!CAVAn,c 1H 11-fS ARtA: FORT WORTH Wd(R O(PARIM(NT IU7 ·111•&?98 au CA5 I [l(C1111CHi00·.)U-IIJ17 S.W. lltll 1[l0"H0NC COUPAHY H!OO·J !l:'1•04-40 CMM!T(R C()M.l,ll,JJ,IICAfON51•800•)44·IJ7l ro1n WOAIM LICHT AN() ~~ IS l7·!11 H l1JO OIC TCSS1-800 ·0IC· TtSS R[V.NO. CHk .B, 0A1E CIT Y OF FORT WORTH DEPARTMENT OF ENGINEERING 2004 CAPITAL IMPRO VEMENTS PROJECT BLACKMOR[ AV[NUt IPREVOST ST. TO HERVIE Sl .1 KIL.PATRICK AVCNUE <ELDRIDGE ST . TO OE...O END) KILPA1R1CI< AVENUE IHERll!E ST. 10 BOURINE ST .l YE.AR J, CON TRACT J5 • PROJECT NO. 00292 KILPATRICK AVENUE HERVIE ST. TO BOUR INE ST. STORM WATER POLLUT ION PREVENTION PLAN STA. O·J0.00 TO S•J0.28 f-~c'':.ca·:cc:·;;c,'cc'-,'--=--E::"'::'-. --=°'::c'.::~:::.C2R'-,.=-='':::"c_' -IS"U l 4 Chl,~•d 1, ' Jab""·' CCf"Ol-~0 or ~ - •• ··-'1:. ,. •• : •• ; •• :. C, December 200 3 4 BEST MANAGEMENT PRACTICES 4. 1 Overview In order to address the requirements of pollution reduction at construction sites , a variety of techniques should be employed to reduce soil erosion, reduce site sediment loss , and manage construction- generated waste and construction related toxic materials. This section provides design criteria for a variety of techniques to address these issues. These Best Management Practices (BMPs) consist of both temporary and permanent methods to reduce pollution from a construction site . The majority of BMPs address soil loss from the site . For construction sites , soil loss in the form of erosion and sediment due to storm events and wind constitute the majority of pollution generated from construction sites. BMPs that address erosion and sediment control are typically more site specific than waste and toxics management. Erosion and sediment control BMPs are dependent on site slopes, drainage patterns and drainage quantities along with other site-specific conditions . Materials and waste management consists primarily of "good housekeeping" practices which are dependent on the type of construction and the quantity and type of building materials. 4.2 BMP Selection Guide In preparing the SWPPP , the designer can first use the BMP selection guide on the following pages to determine BMPs applicable to the site. The fact sheets following the selection guide detail the design requirements , maintenance requirements , limitati ons, and purpose of each of the techniques. These provide the tools for the designer to select the appropriate BMPs and properly locate them on the site , effectively reducing erosion and sediment loss. The Efficiency Ratings listed for the BMPs are the assumed efficiencies in reducing erosion or trapping sediment for the BMP , assuming the BMPs are designed. installed. and maintained in accordance with the Fact Sheets and based on accommodating the flow and volumes from the design storm. The ratings are useful in comparing the effectiveness of the BMPs. Th e Efficiency Rating is also used in calculating the Site Rating . which is used by some local governments to ensure ad e quate SWPPP Design. Appendix E has additional details concerning the BMP Efficiency Ratings and the m ethodology for calculating the Site Rating . iSWM Design Manual for Construction 4-1 t i &-+950 1w»;.;ms;1s•-;.m s i Mifi-AI Wiil · F -X ·-¥2 i #.P = December 2003 4 .2.1 Erosion Prevention These BMPs protect ihe soil to reduce erosion . They are primarily used in perimeter areas arou n d construction sites to ei ther limit flows across the site or limit th e erosion in areas disturbed but not active . BMP BMP Name Primary Purpose Efficiency ID Rating {Fe) E-1 Interceptor Swa le Route flows around areas of disturbance 1.0 I E-2 Diversion Dike Route flows around areas of distu r bance 1.0 E-3 Pipe Slope Drain Route overland flow on a slope into a pipe Var ies to protect the slope E-4 Vegetation Provide natural soil protection through 0.90 seeding, hydromulch or phasing E-5 Mulching Protect disturbed soil with a layer of hay , 0.9 0 straw, or other material E-6 Erosion Control Protect disturbed soil or slopes with 0.90 Blankets geotextile and biodegradable fabrics E-7 Channel Protec tion Protects the soil through the use of grass-Varies lining, turf reinforcement mats , or riprap E-8 Dust Control Techniques to limit wind erosion and air-Varies borne soil particles from leaving site 4.2.2 Sediment Loss Prevention Construction activities normally result in disturbance on the site due to grading operations, clearing and othe r operations . Erosion will occur in these disturbed areas and BMPs must be used to co ntain the sed im ent from these disturbed areas. The following tech niqu es redu ce soil loss from th e site by retaining the soil through sedimentation or filtration of th e runoff. BMP BMP Name Primary Purpose Efficiency ID Rating {Fe) S-1 Si lt Fence Slow and filter runoff to retain sedim ent 0.75 S-2 Orga nic Filter Berm Slow and filter runoff to retain sedime nt 0.7 5 S-3 Tri ang ul ar Sed iment Si milar to silt fence but more portable, 0.7 5 Fi lter Dike reu sable and sturdy with high flows Intercept sediment at curb and field S-4 Inlet Protection inl ets. Should be used in conjunction Varies with other onsite techni qu es Stone Outl et Intercept and filter small concentrated S-5 flows such as small creeks and defined 0.85 Se diment Trap wa terways The Efficiency Ratings listed for the BMPs are the assumed efficienci es in reducing erosion or trapping sed im ent for the BMP, assuming th e BMPs are designed and installed in acco rdance with the Fact Shee ts and based on acco mmodating th e flow and vo lumes from the design sto rm . 4-2 iSWM Design Manual for Constru ctio n December 2003 BMP BMP Name Primary Purpose Efficiency ID Rating (Fe) S-6 Sediment Basin Large pond with controlled outflow 0.90 which allows sediment to settle out of runoff S-7 Check Dam Provide minor detention and retention 0.5 0 of sediment for small swales and concentrated flows S-8 Temporary Sediment Provide sedimentation for sediment 0 .70 Tank laden runoff from trenches and depressed areas S-9 Stabilized Reduce offsite sediment tracking from NIA Construction trucks and construction equipment Entrance S-10 Wheel Wash Reduce offsite sediment tracking from NIA trucks and construction equipment 4.2.3 Materials and Waste Management These techniques will be applied on th~ majority of construct ion projects due to their general topic of reducing waste from construction activities . They form the basis of general housekeeping procedures that should be followed during construction . BMP BMP Name Primary Purpose Efficiency ID Rating (Fe) M-1 Debris and Trash Techniques for management of paper, Very Management packaging, general building materials , Effective etc. M-2 Chemical Techniques for management of paints , Very Management chemicals, fertilizer, oil and grease , etc. Effective M-3 Concrete Waste Techniques for disposal of concrete Very Management washout, demolished concrete , etc. Effective M-4 Concrete Sawcutting Techniques for disposal of concrete Effective Waste Management cuttings from concrete sawing M-5 Sandblasting Waste Techniques for disposal of sandblasting Effective Management waste and containment of wastes during operations M-6 Lime Stabilization Con trol lime runoff from areas being Effective Management stabilized with hydrated or quicklime M-7 Sanitary Facilities Techniques for control of sani tary waste Effective The Efficiency Ratings listed for the BMPs are the assumed efficiencies in reducing erosion or trapping sed iment for the BMP , assuming the BMPs are designed and installed in accordance with th e Fa ct Sheets and based o n accommodating the flow and volumes from th e design storm. iSWM Design Manual for Construction 4-3 Vegetation - DESCRI PTION F=iow ,,, December 2003 Vegetation , as a Best Management Practice, is the sowing or sodding of annual grasses , small grains, or legumes to provide interim and permanent vegetative stabilization for disturbed areas . PRIMARY USE Vegetation is used as a temporary or permanent stabilization technique for areas disturbed by construction . As a temporary control, vegetation is used to stabilize stockpiles and barren areas that are inactive for long periods of time . As a permanent control , grasses an d other vegetation provide good protection from erosion along with some filtering for overland runoff. Subjected to acceptable runoff velocities, vegetation can provide a positive method of permanent storm water management as well as a visual amenity to the site. Other BMPs may be required to assist during the establishment of vegetation . These other techniques include erosion control matting , swales , and dikes to direct flow around newly seeded areas and proper grading to limit run off velocities during construction. APPLICATION S Vegetation effectively reduces erosion in swales, stockpiles , berms , mild to medium slopes, and along roadways . Vegetative strips can provide some prot ec tion when used as a perimeter control for utility and site develo pm ent constru ction . In m an y cases, the initial cost of temporary seeding may be high compared to tarps or covers for stockpiles or other barren areas subj ect to erosion. This initial cost should be weighed with the amount of time the area is to r emai n ina ctive , since maintenan ce cost for vegetated areas is much less than mo st stru ctural controls. DESIGN CRITERIA Surface Preparation O Interim or final grading must be completed prior to se eding or sodd ing . O Install all nec essa ry erosio n stru ctures such as dikes , swales, diversions , etc . prior to see ding or soddi ng . O When estab li shing vegetation fro m seed , groove or furrow slo pes steeper than 3:1 on th e co ntour lin e befo re seed ing . iSWM Design Manual for Construction ===·m App lic ati ons · · ' ·I Perim eter Control I I Slope Protection I I Sedime nt Trappin g ! ! Channel Pro tection I I Temporary Stabi liza tion Permanent Stabilizatio n Wa ste Managemen t Hou sekeepi ng Practices Targeted Co nstituents • Sediment i;i Nutrients Toxic Materials 0 Oil & Grease 0 Floatable Materia ls 0 Other Construction Wastes I mp lementation Requirements i;i Capital Costs i;i Maintenance 0 Training • S uitabil ity for Slo pes >5% Legend • Signifi ca nt Imp act i;i Medium Impa ct 0 Low Impa ct 7 Unknown or Quest ionabl e Impa ct F e =0 .90 E-4 tr . No rth Central Texas C o un ci l of Governme n ts 4-17 - - December 200 3 Mulching DESCRIPTION Mulching is the application of a layer of chopped straw, hay, chipped site vegetation , or other material, which is spread uniformly over barren areas to reduce the effects of erosion from rainfall. Types of mulch include organic materials (e .g. compost mixtures), straw, wood chips, bark , or other fibers. Another form of mulch , which has been commercialized, uses straw or other material with organic and inorganic binding systems which are typically sprayed over the control area . Some of these products may be very effective on steeper slopes where there is no vehicular or foot traffic to disrupt the application until vegetation is established. Mulch should not contain chipped manufactured boards or chemically treated wood such as particleboard , railroad ties or similar treated wood . Hay should not be used as a replacement for straw unless it can be determined that it is weed and seed free. PRIMARY USE Mulch is used to temporarily and/or permanently stabilize bare or freshly seeded areas . It protects the soil from erosion and moisture loss by lessening the effects of wind , water , and sunlight. It also decreases the velocity of sheet flow , thereby reducing the volume of sediment-laden water flow leaving the mulched area. APPLICATIONS Mulch may be used on most construction-related disturbed area for surface protection including: 0 Freshly seeded or planted areas, 0 A reas at risk due to the time period being unsuitable for growing vegetation, 0 A reas that are not conducive to seeding or planting. D Steep slopes (e.g . >3 H:1V), provided the mulch is anchored to the soil by use of a co mbination of tackifiers and netting , or crimping. DESIGN CRITERIA Mulch may be used by itse lf or in combination with netting or other anc hors t o promote soil stabilization . 0 Choice of mulch depends largely on slope, climate , and soil type in addition to availability of materials. 0 Mulch should be applied in an even and uniform manner where conce ntrated water flow is negligible . 0 The application of straw mulch should be approximately 2 tons dry straw per acre spread uniformly across the area. Other forms of mulch , su ch as wood chips or chopped site vegetation, should be placed in th icknesses of two-inches or greater over the area . iSWM Design Manual for Constru cti on Applications Perime te r Contro l Slope Prot ect ion Sediment Tra pping Channel Protection Temporary Stabilization Permanent Stabiliz at ion Waste Management Housekeeping Practices Targeted Constituents • Sediment 0 Nutrients Toxic Materials 0 Oil & Grease 0 Floatable Materials 0 Other Construction Wastes Implementation Requirements Q Capital Costs Q Maintenan ce 0 Training 0 Suitability for Slopes >5% Legend • Significant Impact 0 Medium Impact 0 Low Impact ? Unknown or Questionable Impact Fe=0.90 E-5 e North Central T exas Council of Gove rnments 4-21 De cember 200 3 Mulching O Straw mulch should be anch or ed by app ii cation of a fibe r mu lc h binder, by th e application of a synthetic liquid mu lch binder, by us in g a tractor-drawn crimper to punc h into th e so il, or by placing a netting above th e mui ch stapled to the ground, as required . O Mulch hydraulically applied with tackifiers and binding agents is co mm ercial ly available as a bonded fiber matrix (BFM) which may be particularly effect iv e on slopes steeper t han 2.5: 1. O Wood chips are suitable for areas that will no t require mowing frequently and are heavy en ough that th ey do not require anchoring . T hey do , howeve r, deplete nitrogen from the soil , which is a necessary nutrient for all plants . To alleviate this condition, wood chips must be treated with 12 pounds of ammonium nitrate per ton of mulch used. 0 Bark chips are popular for ornamental applications, as they do not requir e anchoring, do not decompose very rapidly, and serve as an ex cellent insulation material. When using bark chips, it is not necessary to treat for nitrogen deficiency or to fertilize . 0 Compost and wood mulch mixtures should be a blend of 50 % untreated wood mulch with 50% compost measured by volume . Wood mulch should be less than or equal to 5 in . in length with 95% passing a 2- in. screen and less than 30% passing a 1-in . screen . The compost shall meet the Phys ical Requirements specified in Table 1 of Tx DOT Special Spe cification 1058 , Compost, which can be found in Appendix F . O Prior to the placem ent of any mulch , the area to be protected must be graded in accordance with plans . 0 Fertilization and soil treatment should then be done prior to placement of mulch with the exceptions of when seed is to be appl ie d by means of hydro-seed or when seed is distributed following straw mulch spreading during winter months . 0 Organic mulches may be distributed by hand or my mechanical means , but to be effective a complete covering is required . ' O Re fer to the table on th e following page for additional guidance. LIMITATIONS Mulches are subject to remova l by wind or water und er severe climatic conditions . Mulch es lowe r the soil temperature , which may res ult in long er see d germination periods. Mulch should not be applied within th e ord inary hi gh-wate r mark of surface waters, as it ca n be a potential floatation material. MAINTENANCE REQUIREMENTS Mulch ed areas sh o uld be inspected regularly (at least as often as requ ire d by the TP DE S Co nstru ct ion General Permit, Appendix A) for thin or bare spots caused b y natura l d eco mpos it ion or w ea ther related ev ents . Mulch in hig h traffic areas should be replaced on a reg ul ar basis to maintain uniform protection . Excess mulch shou ld be bro ugh t to the site and stockpi led for use during the maintena nc e period to dress probl em spo ts. SPECIFICATION Specifications for co nst ru ctio n of this item may be found in th e Sta ndard Speci fic at ions for Public Work s Construction -North Ce ntral Tex as Counc il of Governments , Sectio n 20 1.17 Mul ching . 4-22 iSWM Design Manual for Constru ctio n December 2003 Mul ching M u lc h Standards and Gu idel ines Mul c h Qu a li ty A p pl icat io n Remark s Ma ter ial Sta ndards Rates Cost-effective when applied with Air-dried, free from adequate thickness . Hay can be used Straw undesirable seed 2"-3" thick, Approx if weed and seed free. In windy areas and from coarse 2 tons per acre. and on steep slopes, straw must be material. held in place by crimping, using a tackifier, or coverinq with nettin(:J . Should include Cost-effective manner of disposing of gradation from fine vegetative debris from site. Do not to coarse to 2" minimum place in areas subject to flooding. Chipped Site promote thickness over Decomposition of chipped vegetation Vegetation inte r locking area; approx. 10 competes with nutrients important to properties. tons per acre. subsequent grass establishment. Maximum size 6 Mulch must be free of waste materials inches in length . such as plastic baq, metal debris, etc. Special caution is advised regarding Compost shall the source and composition of wood Wood Mulch 2" minimum mulches. Dete rmine whether the and meet the Physical thickness over preparation include weed seed control. Compost Requirements area; approx . 10 Wood mulches are an excellent soil (Table 1) of Mixture Appendix F. tons per acre . amendment, ultimately improving the organic content of the soil. Approx 25-30 lbs Apply with a hydromu lcher . Fibers No growth inhibiting per 1000 sf or should be kept to less than 31. inch to Hydromulch factors. 1500-2000 lbs per prevent clogging equipment. Best used in conjunction with seed at time of acre. application . Follow the Bonded fiber matrix may be particularly Hydraulically manufacturer's effective on slopes steeper than 2 .5 : 1. Bonded applied mu lch with recommendations. ... Fiber Matrix tackifiers and (typically 3000 lbs binding agents . per acre or greater). iSWM Design Ma nua l for Construction 4-23 December 2003 DESCRIPTION An erosion control blanket (ECB) is a temporary degradable erosion prevention product placed over disturbed areas to limit the effects of erosion due to rainfall ·impact and runoff across barren so il. Erosion control blankets are manufactured by a wide variety of vendors addressing a wide variety of conditions such as slope and functional longevity . Blankets are typically constructed of natural materials su c h as coir (c oconut husk) fibers , excelsior (wood) or straw covered on both sides by degradable synthetic netting . PRIMARY USE Erosion control blankets are designed to hold seed and soil in place until vegetation is established on disturbed areas . They can be used on any disturbed areas, but are particularly effective for slopes and embankments . When used in combination with sediment trapping BMPs such as silt fence or wattles , blankets may be used as a perimeter control with or with out vegetation . DESIGN CRITERIA O The type and class of eros ion control mat must be specified as appropriate for th e slope of the area to be protected and the anticipated length of se rvi ce. O ECBs s hould m eet the a ppli cab le "Minimum Performance Sta ndards for TxDOT" as published by T x DOT in its "Erosion Con trol Report" and/or be listed on the most cu rr e nt annual "Ap prov ed Products List for TxDOT" app licable to TxDOT It em 169 So il Re tention Blanket and its Specia l Provisions . 0 Prior to th e insta ll ation of any eros ion contro l matting , all rocks , dirt clods, stumps , roots, tra s h and any other obs tru ction s that would prevent the mat fro m lying in direct contact with the soil sha ll be removed. Anchor trenching shall b e lo ca ted a long th e entire perimeter of the installati on area, exce pt for small areas with less th an 2% slope. O In stallation and an cho rin g shall confo rm to the reco mm endations s hown within the manufacturer's published literature for the approved erosio n con trol blanket. Particular attent io n mu st be paid to joints and overlapping material. 0 Afte r appropriate in stalla ti on, the blankets should be checked for uniform co ntact with the soil; sec uri ty of th e lap joints, and flu shness of the stap les with the ground. iSWM Design Manual for Con struction Applications l I Perimeter Co ntrol Slope Prot ection I Sediment Trapping J Channel Protect ion Temp orary Stabilizatio n I I Permanent Stabilization J Waste Management Hou sekeep ing Practices Targeted Constituents 0 0 0 0 0 • 0 0 0 • 0 0 ? Sediment Nutrients To x ic Materials Oil & Grease Floatable Materials Other Construction Wastes Implementation Requirements Capital Costs Maintenance Training S uitability for S lopes >5% Legend Significant Impact M ed ium Impa ct Low Impact Unknown or Questio nable Impact Fe=0 .90 E-6 North Central Texas Council of Governme nts 4-25 December 2003 Eros ion Control Blankets LIMITATIO NS Care must be exe rcised in specifying the prop er Erosion Control Blanket product for the intended application . For application requiring a permanent erosion control product , or for stabilizing s lopes greater than 2H: 1 V or linin g open conveyance channels, Turf Reinforcement Mats shou ld be utilized . MAINTENANCE REQUIREMENTS Erosio n Contro l Blankets should be inspected regularly (at least as often as required by the TPDES Construction Gene ral Permit, Appendix A) for bare spots caused by weather related events. Missing or loosened blankets must be replaced or re-anchored. Also check for excess sediment deposited from runoff. Remove sediment and/or replace bla nket as necessary . In add it ion , determine the source of excess sediment and implement appropriate BMPs to contro l the erosion. SPECIFICATIONS Specifications for construction of this item may be found in the Standard Specifications for Publ ic Works Co nstruction -North Central Texas Council of Governments , Section 201 .16 Erosion Control Blankets . 4-26 iSWM Design Manual for Construction December 2003 Erosion Control B!ankets Anchor Slot Detail Bury The Up-channel End Of The Blanket In A 6" Deep Trench Note: I / I ; i .. I ,1, \ // \/' \ \ \ Anchoring of the Erosion Control Bl a nkets Shall Be Done In Accordance With the Manufacturer's Recommendations. iSWM Design Manual for Construction Erosion Control Blanket Protecting Exposed Surface Or Slope 4-27 December 2003 Dust Control DESCRIPTION Dust control includes those measures necessary t o pr event win d tran sport of dust from disturb ed soil surfa ces onto road way s , draina ge way s , and surfa ce waters. PRIMARY USE Dust control is appli ed in areas (includin g ro adways ) subject to surface and air movement to dust where on-s ite and off-si te impacts to roadways , drainage ways, or surfa c e waters are likely . DESIGN CRITERIA 0 Vegetate or mulch areas that will not receiv e vehicle traffic . In areas where planting , mulching, or paving is impractical , apply grave l or landscaping roc k. O Limit dust generation by clearing only those areas where immediate activity will take p lace, leaving the remaining ar ea(s) in the original condition , if stable . Maintain the original cover as long as practicable. O Construct natural or artificial windbre aks or windscreens. These may be designed as enclosures for small dust sou rc es . O Sprinkle the site with water until dampened suffici ently to prevent dust and repeat as needed. Do no t apply water in quantities to cause runoff. 0 Irrigation water can be used for dust control. Irrigation systems shoul d be installed as a first step on sites where dust control is a concern. SPECIFICATIONS No specification for construction of this item is currently available in th e Standard Specifications fo r Public Works Con stru ction -North Centra l T ex as Council of Governments . iSWM Design Manual for Construction Applications Pe rimeter Co nt rol Slope Protect ion Sedime nt Trapp ing Cha nnel Protec ti on Tempora ry Stab il izat ion Permane nt Stabi li zation Waste Management Housekeep ing P ra c ti ces Targeted Constituents • 0 0 0 0 0 0 • 0 • ~ 0 ? Sediment N utri entsfT ox ic Material s Oil & Grease Floatabl e Materials Other Construction Wastes Implementation Requirements Capi tal C osts Mainte nan ce Training Suitab ility for S lope s >5 % Legend Sig ni fic ant Impact Medium Im pact Low Im pact Un k nown or Q ues tiona bl e Im pact E-8 N o rth Ce ntral T exas Council of G overnm e nts 4-31 I December 2003 Silt Fence _ -----,.-Dra inage area ,,. / Disturbed .:e;;~ limits "' Area s~#'" '<,o~ ---.:__ Stabilized Area DESCRIPTION .·"?#,,·. e'--,ib,, c..'<:'-0 -"--:, _,rs. -Silt Fen~ "' / / ""' A silt fence consists of geotextile fabric supported by wire mesh netting or other backing stretched between either wooden or metal posts with the lower edge of the fabric securely embedded six-inches in the soil. The fence is typically located downstream of disturbed areas to intercept runoff in the form of sheet flow. A silt fence provides both filtration and t ime for sediment settling by reducing the velocity of the runoff. PRIMARY USE Silt fence is normally used as perimeter control located downstream of disturbed areas. It is only feasible for non-concentrated, sheet flow conditions. If it becomes necessary to place a silt fence where concentrated flows may be experienced (e .g. where two silt fences. join at an angle, or across minor channels or gullies), it will be necessary to reinforce the silt fence at that area by a rock berm or sand bag berm, or other structural measures that will support the silt fence. APPLICATIONS Silt fence is an economical means to treat overland, non-concentrated flows for all types of projects . Silt fences are used as perimeter control devices for both site developers and lin ear (roadway) type projects. They are most effective with coarse to silty soil types. Due to the potential of clogging and limited effectiveness, silt fences should be used with caution in areas that have predominantly clay soil types . In this latter instance a soils engineer or soil scientist should confirm the suitability of silt fence for that application DESIGN CRITERIA D Fences are to be constructed along a line of co nstant elevation (along a conto ur line) where possible . D Maximum drainage area shall be 0.25 acre per 100 lin ear feet of sil t fence. D Maximum flow to any 20 foot section of silt fence shall be 1 CFS . D Maximum distance of flow to silt fence sha ll be 200 fe et or less. If the slope exceeds 10 percent the flow distan ce shall be less than 50 feet. D Maximum slope adjacent to the fence shall be 2: 1. D If 50% or less soil, by weight , passes the U.S . Standard sieve No . 200 ; select the apparent opening size (A.O.S.) to retain 85% of the soil. D If 85% or more of so il by we ight , passes the U.S . Standard sieve No. 200, silt fences shall not be used unless the soil mass is evaluated and deemed suitable by a soil scientist or geotechnical engineer concerning the erodibl ity of the so il ma ss, dispersive characteristics , and the potential grain-size characteristics of the material that is likely to be eroded. iSWM Design Manual for Construction Applications Perimeter Control Slope Protection Sediment Trapp ing Cha nnel Protection Temporary Stabilization Permanent Stabilization Waste Management Housekeeping Practices Targeted Constituents • Sediment o Nutrients Toxic Materials o Oil & Grease o Floatable Materials o Other Construction Wastes Implementation Requirements o Capital Costs • Maintenance o Training o Suitabil ity for Slopes > 5% Legend • Sign ificant Impact O Medium Impact O Low Impact ? Unknown or Question able lmoa ct Fe=0.75 S-1 N orth Central Texas Council of Governments 4-33 December 200 3 Sift Fence 0 Stone overflow structures or other outlet control devices shall be installed at all low points along the fence or spaced at approximately 300 feet if there is no apparent low point. D Filter stone for overflow structure shall be 1-1 /2" washed stone containing no fines. Angular shaped stone is preferable to rounded shapes. D Silt fence fabric must meet the following minimum criteria : o Tensile Strength, ASTM D4632 Test Method for Grab Breaking Load and Elongation of Geotextiles, 90-lbs. o Puncture Rating , ASTM D4833 Test Method for Index Puncture Resistance of Geotextiles, Geomembranes, and Related Products, 60-lbs. o Mullen Burst Rating, ASTM D3786 Standard Test Method for Hydraulic Bursting Strength of Textile Fabrics-Diaphragm Bursting Strength Tester Method, 280-psi. o Apparent Opening Size, ASTM D4751 Test Method for Determining Apparent Opening Size of a Geotextile, U.S. Sieve No. 70 (max) to No. 100 (min) o Ultraviolet Resistance, ASTM D4355. Minimum 70 percent. D Fence posts shall be galvanized steel and may be T-section or L-section, 1.3 pounds per linear foot minimum , and 4 feet in length minimum . Wood Posts may be used depending on anticipated length of service and provided they are 4 feet in length minimum and have a nominal cross section of 2 inches by 4 inches for pine or 2 inches by 2 inches for hardwoods. D Silt fence shall be supported by galvanized steel wire fence fabric as follows: o 4" x 4" mesh size , W1 .4 /1.4, minimum 14-gauge wire fence fabric ; o Hog wire , 12 gauge wire , small openings installed at bottom of silt fence; o Standard 2" x 2" chain link fence fabric; or o Other welded or woven steel fabrics consisting of equal or smaller spacing as that listed herein and appropriate gauge wire to provide support. D A 6-inch wide trench is to be cut 6 inches deep at the toe of the fence to allow the fabric to be laid below the surface and backfilled with compacted earth or gravel to prevent bypass of runoff under the fence . Fabric shall overlap at abutting ends a minimum of 3 feet and shall be joined such that no leakage or bypass occurs. D Sufficient room for the operation of sediment removal equipment shall be provided between the silt fence and other obstructions in order to properly maintain the fence. D The ends of the fence shall be turned upstream to prevent bypass of storm water. LIMIT A TIO NS Minor ponding will like ly occur at the upstream side of the silt fence, which could result in minor localized flooding. Silt fences are not intended for use as check dams in swales or low areas subject to concentrated flow . Silt fences shall not be used where soil conditions prevent a minimum toe-in depth of 6 inches or installation of support posts to a depth of 12 inches . Silt fence can interfere with construction operations; therefore p lanning of access routes onto the site is critical. Silt fence can fail structurally under heavy storm flows , creating maintenance problems and reducing the effectiveness of the system. MAINTENANCE REQUIREMENTS Silt fence should be inspected regularly (at least as .often as required by the TPDES Construction General Permit, Appendix A) for buildup of excess sediment, undercutting, sags, and other failures . Sediment should be removed when it reaches approximately one-half the height of the fence . In addition , determine the source of excess sediment and implement appropriate BMPs to control the erosion . If the fabric becomes damaged or clogged, it should be repaired or replaced as necessary. SPECIFICATION Specifications for construction of this item may be found in the Standard Specifications for Public Works Construction -North Centra l Texas Council of Governments, Section 201.5 Silt Fence. 4-34 iSWM Design Manual for Construction December 2003 Silt Fence & Stone Overflow Structure Silt Fe nce (min . He ight 24" Above Exist. Ground) Compacted Earth Or Rock B ackfill Stone iSWM Design Manual for Constru ction Trench 6"Min. Silt Fence Stone Overflow Structure 4' Length (min .) Fence Post Max. 6' Spacing, Min . Embedment = 1' Wire Mesh Backing Fab ri c Toe-in Silt Fence 6" Min. Top Of Stone, Each Side Of Silt Fence 4-35 4-46 Si lt Fence Fabric W ith Wi re Mesh Perspective View Stake Elevation Of Stake And Fabric Orientation Drop In let With Grate Perspective View Decembei 2003 Inlet Protection .. Filter Barrier 2"x2 " Wood Stake Or Steel T-post Fabric Anchored In 6"x6" Trench Back- Filled With Compacted Earth 2"x2" Wood Stake I. Standard Installation Detail A 2"x4" Wood Frame Specific application: Perspective View This me thod of inlet protection is applicable where the inlet drains a relati vely flat a rea (slope no greater than 5 % ) where th e inlet sheet or over-land flows (not to exceed 1 c.F .S.) are typical. T he method shall not apply tci inlets receiving concentrated flow s such as in streets or highway medians . ISWM Design Manual for Construction 3/4" Filter Stone Wi re Screen (1/2"x 1/2") Placed Over Vertical Face 2x4 Wood Stud \Back Of Sidewal~ Wire Screen (1 /2"x1/2") Back Of Curb 3/4 " Filte r St one ISWM Design Manual for Construction December 200 3 Inlet Protection -Curb Curb Inlet Ca1ch Basin Cross Section Catch Basin Curb Inl et Concrete Block Plan View 2x4 Wood Stud Concrete Block 4-47 December 2 0 03 Ston e O utl et Sediment Trap : . 'I):!:,¢~)'-<.-~ · · · FilterStone ~ -...-~--"'--"--F-lo-.w-D-ur-ing_S_to_rm_E_v_en-t .~~~.·~~-. 5' M 1 1 ax . . Storag e Volume -4~~.r...,--<!)~ \",..,.;.., Y:--{ Y> • ,J-'F~Jc?':>JJ:t:'Wfsi-'· 0-Q-iT, ' . · · . · fiW,;_X(r;,,-"(,":.ir'·· • ~{.~ ,...;_, Y ~l.,J ,,,~h.AO-J,.J..r . --• ~;., ,,-,,)_j~-; ~~ - Rip-Rap DESCRIPTION A stone outlet sediment trap is a small ponding area formed by placing a stone embankment with an integral stone fi lter outlet across a drainage swale for the purpose of detai n i ng sediment-laden runoff generated by construction activities. The sediment trap d etains runoff long enough to allow most of the suspended sediment to settle while still allowing for diffused flow of runoff. PRIMARY USE A sediment trap is used in situations where flows are concentrated in a drainage swale or channel. The sediment trap reduces velocities and allows for settling of sediment while allowing the area beh ind th e trap to de-water. This is normally used for long term (18 months or less) app lications in which a sediment basin is no t fea sible du e to site or construction method restrictions. APPLICATIONS Temporary stone outl et sediment trap s are installed at locations where concentrated flows req uire a protected outlet to contain sediment or spread flow prior to discharge . DESIGN CRITERIA o The maximum drainage area con tributi ng to the trap shall be 1 O acres. For larger drainage areas a sediment basin should be used . o The minimum storage volume sha ll be 1800 cub ic feet per acre of disturbed land draining to the device. o The surface area of the design storage area shall be 1 % of th e area draining to the device. o Th e maximum embankment height s h all be 6 feet as measured from the toe of the slope on the downstream side o Min imum width of the embankment at the t op shall be 2 feet. o Embankment slope shall be 1.5 :1 or flatter. o The embankment shall have a depressed area to serve as th e outlet with a minimum width of 4 feet. o A six inch minimum thi ckness l ayer of 31. to 2 in c h (1-1/, inch nominal) well graded filter stone shall be placed on th e face of th e embankment. o The embankment shall be comprised of well graded stone with a size range of 6 to 12 inches in diameter. The stone may be enclosed in wire mesh or gabion basket a nd anchored to th e channel bottom to prevent washing away. o The outlet s hall be des ign ed to have a minimum freeboard of 6" at design flow . iSWM Design Manual for Constructi on App lications i ! t Perimeter Control I Slope Protection I I Se dim ent Trapping I I Chan nel Protection Temporary Stab il ization Permanent Stab ilization Wast e Management Hou sekeep ing Practices Targeted Constituents • Sediment 0 Nutrients Toxic Materials 0 Oil & Grease 0 F loatab le Materials 0 Othe r Constru ction Wastes Implementation Requirements 0 Capital Costs 0 Maintenance 0 Training • Sui tabil ity for Slopes >5% Legend • Sig nificant Impa ct 0 Medium Impact 0 Low Impact ? Unknown or Questionab le Impact Fe=0.85 S-5 -- N o rth Centra l Texas Council of Governme n ts 4-51 December 2003 T7DC!"'t ? :;;::z;q:;::r ,, ..... iii e Stone Outlet Sediment Trap o The embankment s ha ll be place on geo text ile fabric meeting the following minimum criteria : o Tensile Strength , ASTM D4632 Tes t Method for Grab Breaking Load and Elongation of Geotextiles, 250-lbs o Puncture Rating, ASTM D4833 Test Method for Index Puncture Resistance of Geotextiles , Geomembranes, and Re la ted Products , BS-lbs. o Mullen Burst Rating, ASTM 03786 Standard Test Method for Hydrau lic Burs ti ng Strength of Textile Fabrics-Diaphragm Bursting Strength Tester Method, 420-psi. o Apparent Opening Size , ASTM 04751 Test Method for Determining Apparent Open ing Size of a Geotextile, U.S. Sieve No . 20 (max). o The geotextile fabric, covered with a layer of stone , shall extend past the base of the embankment on the downstream side a minimum of 2 feet. LIMITATIONS Limited applications due to cost of construction, availability of materials , and the amount of land required. Can cause minor upstream flooding , possibly impacting construction operations . MAINTENANCE REQUIREMENTS The stone outlet structure should be inspected regularly (at least as often as required by the TPDES Construction General Permit , Appendi x A) to check for clogging of the void spaces between stones . If the aggregate appears to be silted in such that efficiency is diminished , the stone should be replaced . ' Deposited sediment shall be removed when the depth of sediment is equal to one-third of the height of the embankment as measured from the original toe of slope to the crest of the outlet , or has reached . a depth of one foot , whichever is less . The removed sediment shall be stockpiled or redistributed in areas that are protected from erosion . SPECIFICATION Specifications for construction of this item . may be found in the Standard Specifications for Public Works Construction -North Central Te xa s Council of Governments, Section 201.12 Stone Outlet Sediment Trap . 4-52 iSWM Design Manual for Construction December 2003 , Stabilized Construction Entrance I JI JJr.· 'ti OJ k/ I DESCRIPTION --~---Depm-----+- -1-- 1 l Width Filter F~ri c A stabilized construction entrance consists of a pad consisting of crushed stone , recycled concrete or other rock like material on top of geotextile filter cloth to facilitate the removal of sediment and other debris from construction equ ipment prior to exiting the construction site . This directly addresses the problem of silt and mud deposition in roadways used for construction site access . For added effe ct iveness , a wash rack area can be incorporated into the design to further reduce sediment tracking (See Wheel Wash, Fact Sheet S- 10). PRIMARY USE Stabilized construction entrances are used primarily for sites in which significant truck traffic occurs on a daily basis . It reduces the need to remove sediment from streets. If used properly, it also directs the majority of traffic to a single location , reducing the number and quantity of disturbed areas on the site and providing protection for other structural controls through traffic control. APPLICATIONS Stabilized construction entrances are a required part of the erosion control plan for all site developments larger than one acre and a recommended practice for all construction sites. If possible , controlled entrances should be incorporated into small lot construction due to the larg e percentage of disturb ed area on the site and the high potential for offsite tracking of silt and mud . DESIGN CRITERIA 0 Stabilized construction e ntrances are to be constructed such that drainage across the en tran ce is directed to a controlled, stabilized outlet on site with provisions for storage, proper filtration , and removal of wash water. 0 The en trance must be sloped away from th e paved surface so that storm water is not allowed to leave th e site onto roadways . 0 Minimum width of entrance shall be 15 feet. 0 Sto ne shall be placed in a layer of at least 12-inches thickness. The stone shall be a minimum of 3 to 5 inch coarse aggregate. 0 Prevent shortcutting of the full length of the cons tru ction entrance by installing barriers as necessary. iSWM Design Manual for Construction Applications Perim et er Control Slope Protection Sed iment Trapping Channel Protection Temporary Stabilization Permanent Stabilization Waste Management Housekeeping Practices Targeted Constituents Q Se diment 0 Nutrients Toxic Materials 0 Oil & Grease 0 Floatable Materials 0 Other Construction Wastes Implementation Requirements • Capital Costs Q Maintenance 0 Training 0 Suitability for Slopes >5% Legend • Sig nificant Impa ct Q Medium Impact 0 Low Im pact 7 Unknown or Questionable Impact Fe= N/A S-9 -North Central Te xas Council of Governments 4-65 December 2003 Stabilized Construction Entrance 1] 0 The geotextile fabric must meet the following minimum criteria: o Tensile Strength, ASTM D4632 Test Method for Grab Breaking Load and Elongation of Geotextiles, 300-lbs. o Puncture Strength , ASTM D4833 Test Method for Index Puncture Resistance of Geotextiles , Geomembranes , and Related Prodeucts, 120-lbs. o Mullen Burst Rating , ASTM D3786 Standard Test Method for Hydraulic Bursting Strength of Textile Fabrics-Diaph ragm Bursting Strength Tester Method , 600-psi. o Apparent Opening Size , ASTM D4751 Test Method for Determining Apparent Opening Size of a Geotextile, U.S. Sieve No. 40 (max). 0 When necessary, vehicles must be cleaned to remove sediment prior to entrance onto paved roads , streets , or parking lots. When washing is required, it shall be done on a constructed wheel wash facility that drains into an approved sediment trap or sediment basin or other sedimentation/filtration device . 0 Minimum dimensions for the entrance shall be as follows: Avg. Min. Width Min. Depth Tract Area Tract Depth of Entrance of Entrance < 1 Acre 100 feet 15 feet 20 feet < 5 Acres 200 feet 20 feet 50 feet > 5 Acres > 200 fe;:et 25 feet 75-100 feet LIMITATIONS Selection of the construction entrance location is critical. To be effective, it must be used exclusively. Stabilized entrances are rather expensive considering that it must be installed in combination with one or more other sediment control techniques , but it may be cost effective compared to labor-intensive street cleaning . MAINTENANCE REQUIREMENTS Construction entrances sho uld be inspected regularly (a t least as often as requi red by the TPDES Construction General Permit, Appendix A). When sediment has substantially clogged the void area between the rocks, the aggregate mat must be washed down or replaced . Periodic re-grading and top dressing with additional stone must be done to keep the efficiency of the entrance from diminishing. If th e stabi lized construction en tran ce is not effectively removing sediment from wheels then a wheel wash should be considered . SPECIFICATION Specifications for construction of this item may be found in the Standa rd Specifications for Pub lic Works Construction -North Central Texas Council of Governments , Sect ion 201 .10 Stablilized Construction Entrance. 4-66 iSWM Design Manual for Constru ctio n December 2003 StabiHzed Construction Entrance 1-------------Lenth As Shown On Pl ans Entrance Must Be Sloped So That Stonn Water Is Not Allowed To Leave The Site And Enter Roadways. iSWM Design Manual for Construction Profile View Plan Vi ew --,--.,---- I I I I -a l Q) Ill I 0 i;;i-c'! a..!::, !UJ 4-67 Dece mbe r 2003 Wheel Wash DESCRIPTION i'l .g :, en "C " > "' CL Ir-Swale \ !) / r Wa sh Ra ck or ~ Aspha lt Paving 1f-~"":~::.;,,,~J+-n""'10"""·,'~-r""rr:....,r'"'"· ,,....,)::--=7 ,--.· -'"'~;,...,;...,,_-zr'"". _,,..; ~;..,~,~~,u_ ·8: ... -;i ;;stabilized Construction ~ "'>-J 1 'b.. Entrance _ ; . ,.... ,~ . ', ;i: ,:..q-,:,.;. ,J::J..: • µ;;,.,. ' p Jj,.zYy , ""-' , '"·-·' .:-)~. . n-, .. '7 I Flow To Sediment Trapping Device I Such As Sediment Basin or Stone Outlet Sediment Trap The wheel wash is used in conjunction with a stabilized construction entrance to provide an area where truck wheels and undercarriages can be cleaned prior to traversing the stabilized construction entrance and entering the public road system . A wheel wash may consist of an impervious area or a grate over a swale . Wash water from hand held pressu re washers or fixed nozzles is collected and drained to a sediment-trapp ing device such as a stone outlet sediment trap or sediment basin to provide for removal of sediment prior to discharge . PRIMARY USE Wheel washes should be used on large jobs where there is significant truck traffic , on those sites where site conditions cause the stabil iz ed construction entrance to be overloaded w ith sediment and become ineffective , and in thos e instances where contaminated solids might be present on site. They provide added prote ctio n and redu ce the need to remove sed im ent from streets. APPLICATIONS Wheel washes should be consid ered an ancillary co mponent to the stabilized cons truction entra nce. DESIGN CRITERIA o The location should be within the stabilized constr uction en trance so that the vehi cle do es not pick up additional sed im ent load by traversing disturbed areas. o The size of the wheel wash facility should be sufficient so that all wash water and sediment is co ll ected and drained to a sed im ent tra pp ing device such as a sedi m ent bas in or ston e outlet sedime nt tra p . o Suggested designs: o 4-inch th ick asphalt pavement on an 8-inch base of cru shed rock graded so that wash water drains t o a swale; or o grate suitab l y des ign ed to support construction vehicles instal led over a swa le. o The facility should be des igned so that it ca n be cleaned between uses. LIMITATIONS Sed im ent trapping BMPs used in conjunct ion with wheel wash faciliti es must be carefu ll y designed for the anticipated amo unt of wash water to be treated. iSWM Des ign Manual for Construction Appiications I Perimeter Control Slop e Protection j Sedime nt Trapping I Channel Protection Temporary Stabilization Permanent Stabil izat ion Waste Management Housekeeping Practices Targeted Constituents Q Sediment 0 Nutrients T o x ic Materials 0 Oil & Grease 0 Floatable Materials 0 Other Construction Wastes Implementation Requirements Q Capital Costs Q Maintenance Q Train ing 0 Suitability for Slopes > 5% Legend • Signifi ca nt Imp ac t Q Medium Imp act 0 Low Impact ? Unknown or Ques tion a ble Impa ct Fe= N/A S-10 -No rth Central Texas Council of Governments 4-69 December 2003 Wheel Wash MAINTENANCE REQUIREMENTS Wheel wash facilities should be inspected regularly (at least as often as required by the TPDES Construction General Permit, Appendi x A). The surface of the wheel wash should be cleaned betwe en vehicles as necessary. Sediment that has accumulated in the wash water sedimentation BMP (sediment trap, sed iment basin , etc.) must be removed when it reaches a depth of appro ximately 1/3 the design depth of the device or 12 ", whichever is Jess. The removed sediment shall be stockpiled or redistributed in areas that are protected from erosion . SPECIFICATION No specification for construction of this item is currently available in the Standard Specifications for Public Works Construction -North Central Texas Council of Governments. 4-70 iSWM Design Manual for Constru ction December 2003 Debris and Trash Management DESCRIPTION Large volumes of debris and trash are often generated at construction sites including: packaging, pallets, wood waste, concrete waste , soil, electrical wiring, cuttings , and a variety of other materials . There are several techniques and procedures to minimize the potential of storm water contamination from solid waste through appropriate storage and disposal practices . Recycling of construction debris also reduces the volume of material to be disposed of and associated costs . PRIM ARY U SE Debris and trash management should be a part of all construct ion practices . By limiting the trash and debris on site, storm water quality is improved along with reduced clean up requirements at the completion of the project. APPLICAT IO NS Solid waste management for construction sites is based on proper storage and d isposa l practices by construction workers and supervisors. Key e le m en t s of the program are education and modification of improper disposal habits . Cooperat io n and vigilance is required on the part of supe rv isors a_nd workers to e nsure that the recommendations and procedures are followed. Following are lists describing the ta rgeted materials and .recommended procedures : 0 Construction (and Demolition) Debris Dimensional lumber Miscellaneous wood (pallets, plywood, etc) Copper (pipe and electrical wiring) Miscellaneous metal (studs , pipe , conduit, sheathing , nails , etc) Insulation Concrete , brick , and mortar Shingles Roofing materials Gypsum board 0 Trash Pape r and cardboard (packaging, containers , wrappers) Plastic (packaging, bottles, containers ) Styrofoam (cups , packing, and fo rms) Food and beverage contain e rs Food waste Storage Pro ce dures 0 Wherever possible , minimize production of debris and trash . 0 Designate a foreman or supervis or to oversee and e nforce proper debris and trash pro c edures . 0 Instruct construction workers in prop er de bris and trash storage and handling procedures . 0 Segregate potentially hazard ous w as t e from non-h azardous construction site debris. 0 Segregate recycl abl e co nst ru cti on de bris from oth e r non-recyclable materials . iSWM Design Manual for Construction Applications Perim eter Control Sl ope Protect ion Sediment Trapping Channel Protection Temp orary Stabili zation Permanent Stabilization Wa ste Management I j Housekeeping Practices j Targ eted Co nstitue nts 0 • 0 • • 0 0 0 0 • 0 0 ? Sediment Nutrients Toxic Materials Oil & Grease Floatable Materials Other Constru ction Wastes Im plem entation Re qu ire m ents Capital Costs Maintenance Training Suitability for Slopes >5 % Le g end Significant Impact Medium Impact Low Impact Unknown or Questionable Impact M-1 North Central Texas Council of Governments 4-71 i I December 2003 Debris and Trash Management D Keep debris and trash under cover in either a closed dumpster or othe r enclosed trash container that limits co ntact with rain and runoff and prevents ligh t materials from blowing ou t. 0 Store waste material s away from drainage ditches, swales and catch basins . 0 Do not allow trash containers to overflow. 0 Do not allow waste materials to accumulate on the ground. 0 Prohibit littering by workers and visitors. 0 Police site daily for litter and debris. 0 Enforce solid waste handling and storage procedures. Disposal Procedures 0 If feasible , recycle construction and demolition debris such as wood , metal , and concrete . D General construction debris may be hauled to a licensed construction debri s landfill (typ ica lly Jess expensive than a sanitary landfill). 0 Use waste and recycling haulers/facilities approved by the local jurisdiction. Education 0 Educate all workers on solid waste storage and disposal procedures. 0 Instruct workers in identification of solid waste and hazardous waste . 0 Have regular meetings to discu ss and reinforce disposal procedures (incorporate in regular safe ty seminars). 0 Clearly mark on all debris and trash containers which materials are acceptable . Quality Control 0 F_oreman and/or construction supervisor shall monitor on-site solid waste storage and disposal procedures. 0 Discipline workers who repeatedly violate procedures. Requirem ents 0 Job-site waste handling and disposal education and awareness program . 0 Compliance by workers . 0 Sufficient and appropriate wa ste storage containers. 0 Timely removal of stored solid waste materials. 0 Training wo rk ers and monitoring compliance. LIMITATIONS Only addresses non-hazardous so lid waste . One part of a comprehensive construction site management program. 4-72 iSWM Design Manual for Constru ction December 2003 Chemical Management DES CRIP TI ON · Chemi ca l management addresses the problem of storm water polluted with chemical pollutants thro ugh spills or other fo rms of contact. The objective of the chem ica l management is to m inimize the potential of storm water contamination from co nstruction chemicals through appropriate recognition, handl ing , storage , and disposal practices . It is not th e inte nt of chemical management to supersede or replace normal site assessment and rem ediation procedures. Sign ificant spills and/or contamination warrant immediate response by trained professionals. Suspected job-site cont am in atio n should be immediately reported to regulatory auth orities and protective actions taken . Significant spills should be reported to the National Response Center (NRC) at (800) 424-8802 . PRIMA RY US E These management practices alo ng with applicab le OSHA and EPA guidel ines should be incorporated at all construction sites that use or generate hazardous wastes . Many chemicals such as fuel , oil, grease , fertil izer, and pesticide are present at most const ruction sites . INSTA LL AT ION , APPLICATION AND DISPOSAL C RITERIA The chemical management techniques prese nted here are based on proper recognitio n , handli ng, and disposal practices by cons tru ct io n worke rs and supervisors . Key elements are educatio n , proper disposal practices , as well as provisions for safe storage an d disposa l. Following are lists describing the targeted materials and recommended procedures : 0 Targeted Chem ical Ma te rials Pa in ts So lve nts Sta ins Wood preservatives Cutt ing oils Greases Roofing tar Pesti ci des, herbicides , & fertil ize r Fuels & lube oils A nti fr eeze Storage Procedures O Wherever possible , minimize us e of hazardous materials. D Minimize generation of hazardou s waste s on the job-site . D Segregate potentially hazardo u s waste from non-hazardous co n struction sit e debris . D Designate a forema n or supervisor to oversee hazardous materials handling procedures . D Keep chemi ca ls in appropriate contai ners (closed drums or similar) and under cover. 0 Sto re c hem ica ls away from drainage ditches , swa les and ca tch bas ins. 0 Use co ntainment berms in fu e ling and maintenance areas and where the potential for spills is high. iSWM Design Manua l for Constru ction .. Applications Peri meter Contra ! Slope Protection Sedi ment Tr app ing Cha nn el Protect ion Temporary Stabiliza ti on Permanent Stabilizat ion Was te Man ageme nt J J Housekeeping Practices J Targeted Co nstituents 0 • • 0 • 0 0 0 0 • 0 0 ? Sediment Nutrients Toxic Materials O il & Grease Floatable Materials Other Construction Wastes Imp leme ntation Requ ireme nts Capital Costs Maintenance Training Suitabi li ty for Slopes >5% Legen d Significant Impact Medium Impact Low Impact Unknown or Questio n able Impact M-2 North Centra l T exas Counci l of Governm e nts I ~I 4-73 December 2003 Chemical Management Wa s te Handling 0 Ensure that adequate hazardou s waste storage volume is availabl e. 0 Ensure that hazardou s waste colle ction containers are conveni ently lo cated . 0 Do not allow potentially hazardous waste materials to accumulate. 0 Enforce hazardous waste handling and disposal procedures . 0 Clearly mark on all hazardous waste containers which mate rials are acceptable for th e container. Dispos al Procedures 0 Ensure that adequate cleanup and containment materials are availabl e onsite . 0 Regularly schedule hazardous waste removal to minimize on-site storage. 0 Use only licensed hazardous waste haulers . Educatio n 0 Instruct workers on safety procedures for construction site chemical storage . 0 Instruct workers in identification of chemical pollutants . 0 Ensure that workers are trained in procedures for spill prevention and response . 0 Educate workers of potential dangers to humans and the environment from chemical pollutants . 0 Educate all workers on chemical storage and disposal procedures . O Have regular meetings to discuss and reinforce identification , handling , and disposal procedures (incorporate in regular safety seminars). 0 Establish a continuing education program to indoctrinate new employees . Quality Assurance 0 Foreman and/or construction supervisor shall monitor on-site chemical storage and disposal procedures . 0 Educate and if necessary , discipline workers who violate procedures. 0 Ensure that the hazardous waste disposal contractor is reputable and licensed . Requirements 0 Job-site chemical and hazardous waste handling and disposal education and awareness program. 0 Commitment by management to impl emen t chemical storage and hazardous waste management practices. 0 Compliance by workers. 0 Sufficient and appropriate chemi cal and hazardous waste storag e cont ainers . 0 Timely removal of stored hazardous waste materials. Co s t 0 Possible modest cost impact for additional chemi cal storage contain ers. D Small cost impact for training and monitoring . 0 Potential cost impact for hazardous wast e coll ection and disp os al by licensed hauler -actual cost depends on type of material and volume . LIMITATIONS This practice is not intended to address site-a ssessm ents and pre-e xisting contamination . Major contamination , large spills and othe r seriou s hazardous waste in c id ents require immed iate respon se from specialists . Demolition activities and potential pre-e xisting materials , such as lead and asbestos , are not addres sed by this program . Site-specifi c information on plan s is necessary. Contaminated soils are not addressed . 4-74 iSWM Design Manual for Construction Decem be r 2003 Concrete VI aste r~anagement DESCRIPTION Concrete waste at construction sites comes in two forms: 1) excess fresh concrete mix including t ruck and equipment washing , and ~ concrete dust and concrete debris resulting from demolition. Both forms have the potential to impact water quality through storm water runoff contact with the waste. PRIMARY USE Concrete waste is present at most construction sites. This BMP should be utilized at sites in which concrete waste is present. APPLICATIONS A number of water quality parameters can be affected by introduction of concrete -especially fresh concrete. Concrete affects the pH of runoff, causing significant chemical changes in water bodies and harming aquatic life. Suspended solids in the form of both cement and aggregate dust are also generated from both fresh and demolished concrete waste. Unacceptable Waste Concrete Disposal Practices 0 Dumping in vacant areas on the job-site. 0 Illicit dumping off-jobsite. 0 Dumping into ditches or drainage facilities . Recommended Disposal Practices 0 Avoid unacceptable disposal practices listed above . 0 Develop pre-determined, safe concrete disposal areas . 0 Provide a washout area with a minimum of 8:; ubic feet of containment area volume for every (t ubic yards of concrete poured. 0 Never dump waste concrete illicitly or without property owner's knowledge and consent. 0 Overflow of washdown water shall be discharged in an area protected by one or more sediment removal BMPs and shall be done in a manner that does not result in a violation of groundwater or surface water quality standards. Education 0 Drivers and equipment operators should be instructed on proper disposal and equipment washing practices (see above). 0 S upervisors must be made aware of the potential environmental consequences of improperly handled concrete waste. Enforcem ent 0 The co nstru ctio n site manager or foreman must ensure that employees and pre-mix compan ies follow proper procedures for concrete disposal and equipment washing. 0 lit ployees violating disposal or equipment clean ing directives must be re- educated or disciplined if necessary. Dem olition Practices 0 Monitor weather and w ind direction to ensure concrete dust is not entering drainage structu res and surface waters. 0 Where appropriate, construct sediment traps or other types of sediment detention devices downstream of demolition activities. iSWM Design Manual for Construction App licatio ns Perimeter Control Slope Protection Se diment Trapping Channel Protection Temporary Stabil ization Permanent Stabil izat ion Waste Management j j Housekeeping Practice s j Targeted Constituents 0 Sediment 0 Nutrients Toxic Materials 0 Oil & Grease 0 Floatable Materials • Other Construction Wastes Implementation Requirements 0 Capital Costs 0 Maintenance 0 Training 0 Suitability for Slopes > 5% Legend • S ignificant Impact o Medium Impact o Low Impact ? Unknown or Questionable Impact M-3 North Central Texas Council of Governments 4-75 Decembei 200 3 Concrete Waste Management Requirements D Use pre-determined disposal sites for waste concrete. D Prohibit dumping waste concrete anywhere but pre-determined areas . D Assign pre-determined truck and equipment washing areas . D ffuc ate drivers and operators on proper d is posal and equipment cl eaning procedures. Costs 0 Minimal cost impact for training and monitoring . D Concrete disposal cost depends on ava ilability and distance to suitable dispo sal areas D Additional costs involved in equipment was hing could be significant. LIMITATIONS Concrete waste management is one part of a comprehensi ve construction site waste managemer.:it program . 4-76 iSWM Design Manual for Construction Decemb er 2003 Concrete Sawcutting Waste Management DESCRIPTION Sawcutting of concrete pavement is a routine practice, necessary to control shrinkage crack ing immediately following placement of plastic concrete. It is also used to remove curb sections and pavement sections for pavement repairs, utility trenches, and driveways. Sawcutting for joints involves sawing a narrow, shallow groove in the concrete , while sawcutting for removals is usuall y done full depth through the slab. Water is us ed to control saw blade temperature and to flush the detritus from the sawed groove. The resulting slurry of process water and fine particles and high pH must be properly managed . A number of water quality parameters can be affected by introduction of concrete fines. Concrete affects the pH of runoff, causing significant chemical changes in water bodies and harming aquatic life . Suspended solids in the form of saw fines are also generated from sawcutting operations. DESIGN CRITERIA Slurry Collectio n 0 During saw cutting operations , the slurry and cuttings shall be continuously vacuumed to control the flow of water, from the operations site. 0 The slurry and cuttings shall not be allowed to drain to the storm drain system , swale, stream or other water body . 0 The slurry and cuttings shall not be allowed to remai n on the pavement to dry out. Slurry Disposal 0 Develop pre-determined, safe slurry disposal areas. O Collected slurry and cuttings shall be discharged in an area protected by one or more sediment removal BMPs and shall be done in a manner that does not result in a violation of groundwater or surface water quality standards . 0 Never dump waste illicitly or wi thout property owner's knowledge and consent. 0 Slurry may be disposed of in facilities designated for washdown of concrete trucks (see M-3 , Concrete Waste Management). MAINTENANCE Project personnel should in spect the operatio n s to assure that operators are diligent in controlling the water produced by the saw cutting activities . Following operations the pavement should be inspected to ensure that waste removal has been adequately performed. iSWM Design Manual for Construction Applications Perimeter Control Slope Protection Sediment Trapping Channel Protection Temporary Stabil izat ion Permanent Stabilization Waste Management j j Housekeeping Practices j Targeted Constituents o Sediment o Nutrients Toxic Materials O O il & Grease o Floatable Materials • Other Construction Wastes Implementation Requirements o Capital Costs r;i Maintenance r;i Training O Suitabil ity for Slopes > 5% Legend o Significant Impact r;i Medium Impact o Low Im pact ? Unknown or Questionable Impact M-4 North Central Texas Council of Governments 4-77 December 2003 ; Lime Stabilization Management " l Collect moot DESCRIPTION Lime stabilization is used extensively in the North Central Texas region to stabilize pavement subbases for roadways , parking lots , and other paved surfaces, and as a subgrade amendment for building pad sites . Hydrated lime is applied to the soil and mixed through disking and other techniques, then allowed to cure. This practice will reduce the potential for runoff to carry lime offsite, where it may impact aquatic life by changing th e pH balance of streams, ponds, and other water bodies . PRIMARY USE This BMP should be implemented when lime is required for soil stabilization. APPLICATIONS Lime stabilization can be used under a variety of conditions. The engineer should determine the applicability of lime stabilization based on site conditions such as available open space , quantity of area to be stabilized, proximity of nea rby water courses and other BMPs employed at the site. The use of diversion dikes and interceptor swales (see appropriate fact sheets) to divert runoff away f rom areas to be stabilized can be used in conjunction with these techniques to reduce the impact of the lim e. DESIGN CRITERIA D The contractor shall limit lime operations to that which can be thoroughly mi xed and compacted by the end of each workday . D No traffic other than water trucks and mi xing equipment shall be allowed to pass over the spread lime until after completion of mixing. D Areas adjacent and downstream of stabilized areas shall be roughened to intercept lime from runoff and reduce runoff velocity . D Geotextile fabrics such as those used for silt fence should not be used to address lime since the grain size of lime is significantly smaller than the apparent opening size of the fabric . D For areas for which phasing of lime operations is impractical, use of a curing seal such as Liquid Asphalt, Grade MC-250 or MC -8 00 applied at a rate of 0.15 gallons per sq. yd. of surface can be us ed to protect th e base . 0 Use of sediment basins with a sign ificant (>36 hour) drawdown time is encouraged for large ar eas to be stabilized (see S-6 , Sediment Bas in ). 0 Provide containment around lime storage , loading , and dispensing areas . LIMITATIONS Lime stabilization can be part of an ove rall plan to redu ce pollutants from an active constr uction site. In the case of pollution due to lime , pr evention of contami nation . is the only effective method to address thi s pollutant. Proper application a nd mixing along with avoiding app li ca tion s when there is a significant probability of rai n will reduce li me run off. iSWM De.sign Manual for Construction Appiications Perimeter Contro l Slope Protection Sed imen t Trapping Channel Prote cti on Temporary Sta bilization Permanent Stabil iz ation Waste Management j Hou sekeep ing Practices j Targeted Constituents 0 Sediment 0 Nutrients Toxic Materials 0 Oil & Grease 0 Floatable Materials 0 Other Construction Wastes Implementation Requirements 0 Capital Costs 0 Maintenance 0 Training 0 Suitability for Slopes >5% Legend • Sign ifica nt Impact o M ed ium Im pact o Low Impact ? Unknown or Questionable Impact M-6 North Central Texa s Council of Gove rnm e nts 4-81 December 2003 l;l s R F e;Ee ~ · aruta ry · aci Htn es DESCRIPTION Facilities for collection and disposa l of sa nitary waste must be provided and properly managed to minim ize the potential contamination of surface water with sepiic wastes. Location of portable facilities away from storm drain systems and surface waters or containment is necessary in case of spills. PROCEDURES o Sanitary facilities must be provided on the site in close pro ximity to areas where people are working. o Portable toilets must be provided if no permanent facilities are available. o Locate portable toilets a minimum of 20 feet away from storm drain inlets, conveyance channels , or surface waters o If unable to meet 20-foot distance requirement, provide containment for portable toilets. o Portable toilets should be regularly serviced . iSWM Design Manual for Con5tl1Jction Applications Per imeter Control Slope Protection Se.diment Trapping Channel Protection Temporary Stabil ization Permanent Stabil ization Waste Management I I Housek eeping Practices I Targeted Constituents o Sediment • Nutrients Toxic Materials O Oil & Grease o Floatable Materials • Other Construction Wastes Implementation Requirements 0 Capital Costs ~ Maintenance ~ Training 0 Suitability for Slopes > • ~ 0 ? 5% Legend Significant Impact Medium Impact Low Impact Unknown or Questionable Impact M-7 North Central Texas Council of Governments 4-83 Appendix C TPDES General Permit No. TXR150000 TEXAS COMMISSION ON ENVIRONMENT AL QUALITY P.O. BOX 13087 Austin, TX 78711-3087 GENERAL PERMIT TO DISCHARGE WASTE under provisions of · Section 402 of the Clean Water Act and Chapter 26 of the Texas Water Code Construction sites locate4 in the state of Texas may discharge to surface water in the state · ' TPDES General Pennit NO. TXR.150000 This is a new general _permit issued pursuant to Section ·. 26.040 of the Texas Water Code and Section 402 of the Clean Water Act. only ~ccording to effluent limitations, nionitoririg ~equirements and oth~ condition·s set forth i-0: this pc~ . as well as the rules of the Texas Commission on Environmental QualJty (TCEQ), the laws of the State of · Texas; and _other orders of the TCEQ. The issuance of this generai permit does not grant to the perrnittee the right to use private or public property for conveyance of storm water and certain.non-storm water discharges along the discharge route. This includes property belonging to but not limite_d to any individual, partnership, corporation or other entity . Neither does this permit authorize any invasion of personal rights nor any violation of federal, state, or local laws or regulations. It is the responsibility of the permittee to acquire property rights as may be necessary to use the discharge route. This permit and the authorization contained herein shall expire. at midnight five years after the date ~f issuance. ISSUEP AND EFFECTIVE DATE: MAR . TCEQ General Pe rmit Number TX:Rl50 0(,G Re lating To Discharges From Construction Activities Tabie of Contents Part L Definition s Page 3 Part [I. Permit Applicability and Coverage .................................. Page 7 Part m. Storm Water Pollut io n Prevention Plans ............................. Page l 8 Part IV . Numeric Effluent Limitations ..................................... Page 28 Part V . Retention of Records ............................................ Page 29 Part VL Standard Permit Conditions . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Page 29 Part VU. Fees ......................................................... Page 30 Appendix A. Periods of Low Potential by County . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Page 3 1 Attachment l Construction Site Notice for Part [l.D. l Waivers ................... Page 32 Attachment 2 Construction Site Notice for Part {l.D.2 . Authorizations Attachment 3 Discharge Monitoring Report for Concrete Batch Pl ants Page 2 Page 33 Page 34 TPDES General Permit TXRl 50000 Part I. Definitions Best Management Practices -(BMPs) Schedules of activities, prohibitions of practices, maintenance procedures, structural controls, local ordinances, and other management practices to prevent or reduce the discharge of pollutants . BMPs also include treatment requirements, operating procedures, and practices to control construction site runoff, spills or leaks, waste disposal, or drainage from raw material storage areas . Commencement of Construction -The exposure of soils resulting from activities such as clearing, grading, and excavating. Common Plan of Development -A construction activity that is completed in separate stages, separate phases, or in combination with other construction activities. A common plan of development is identified by the documentation for the construction project that identifies the scope of the project, and may include plats, blueprints, marketing plans, contracts, building permits, a public notice or hearing, zoning requests, or other similar documentation and activities. Facility or Activity -Any TPDES "point source" or any other facility or activity (including land or appurtenances thereto) that is subject to regulation under the TPDES program. Final Stabilization -A construction site status where either of the following conditions are met: (a) All soil disturbing activities at the site have been completed and a unifonn (e.g, evenly distributed, without large bare areas) perennial vegetative cover with a density of 70% of the native background vegetative cover for the area has been established on all unpaved areas and areas not covered by permanent structures, or equivalent permanent stabilization measures (such as the use of riprap, gabions, or goetextiles) have been employed. (b) For individual lots in a residential construction site by either: (1) the homebuilder completing final stabilization as specified in condition (a) above; or (2) the homebuilder establishing temporary stabilization for an individual lot prior to the time of transfer of the ownership of the home to the buyer and after infonning the homeowner of the need for, and benefits of, final stab ii ization. (c) For construction activities on land used for agricultural purposes (e.g. pipelines across crop or range land), final stabilization may be accomplished by returning the disturbed land to its preconstruction agricultural use. Areas disturbed that were not previously used for agricultural activities, such as buffer strips immediately adjacent to a surface water and areas which are not being returned to their preconstruction agricultural use must meet the final stabilization conditions of condition (a) above . Page 3 :PDES Gen era l Permit TXRl5G-OOO Large Construction Activity -Construction activities includin g clearing, grading, and excavating that res u lt in land disturbance of equal to or greater than five (5) a cres of land. Large const ru ctio n activity also includes the disturbance of less than five (5) acres of total land area that is pan of a larger common plan of d e velopment or sale if the larger common plan will ultimately disturb equal to or greater than five (5) acres of land. Large construction activity does not include routine maintenance that is performed to maintain the original line and grade, hydraulic capacity, and original purpose of a ditch, channel, or other similar storm water conveyance . Large construction activity does not include the routine grading of existing dirt roads, asphalt overlays of existing roads, the routine clearing of existing right-of-ways, and similar maintenance activities . Municipal Separate Storm Sew~r System (MS4) -A separate storm sewer system owned or operated by a state, city, tow r., county, district, association, or other public body (created by or pursuant to state law) havingjurisdiction over the disposal of sewage, industrial wastes, storm waier, or other wastes, including special districts under state law such as a sewer district, flood contro l or drainage district, or similar entity, or an Indian tribe or an authorized fndian tribal organization. Notice of Intent (NOi) -A written submission to the executive director from an applicant requesting coverage under a general permit. Notice of Termination (NOT) -A written submission to the executive director from a pe rmittee authorized under a general permit requesting termination of coverage. Operator -The person or persons associated with a large or small construction activity that meets either of the following two criteria: (a) the person or persons have operational control over construction plan s and specifications to the extent necessary to meet the requirements and conditions of this general permit; or (b) the person or persons have day-to-day operational control of those activities at a construction s ite which are necessary to ensure compliance with a storm water pollution prevention plan for the site or other permit conditions (e.g. the y are authorized to direct workers at a site to carry out activities required by the Storm Water Pollution Prevention Plan or comply with other permit conditions). Permittee -An operator authorized under this general permit. The authorization may be gained through submiss ion of a notice of intent, by waiver, or by meeting the requirements for automatic coverage to disch arge s torm water runoff and certain non -storm water discharges . Point Source-Any discernible, confined, and discrete conveyance, including but not limited to, any pipe, ditch, channel , tunnel, conduit, well, discrete fissure, container, rolling stock concentrated animal feeding operation, landfill leachate collection system, vessel or other floating craft from which pollutants are, or may be , discharged. This term does not include return flows from irrigated agriculture or agricultural stonn water runoff. Page 4 TPD ES G e neral Pe rmit TXRI 50000 Pollutant -(from the Texas Water Code, Chapter 26) Dredged spoil, solid waste, incinerator residue, sewage, garbage, sewage sludge, filter backwash, munitions , chemical wastes, biological materials , radioactive materials, heat, wrecked or discarded equipment, rock , sand, cellar dirt, and industrial, municipal, and agricultural wasted ischarged into any surface water in the state. The term "pollutant" does not include tail water or runoff water from irrigation or rainwater runoff from cultivated or uncultivated rangeland, pastureland , and farmland. Pollution -(from the Texas Water Code, Chapter 26) The alteration of the physical, thermal, chemical, or biological quality of, or the contamination of, any surface water in the state that renders the water harmful, detrimental, or injurious to humans, animal life, vegetation, or property or to public health, safety, or welfare, or impairs the usefulness or the public enjoyment of the water for any lawful or reasonable purpose. Runoff Coefficient -The fraction of total rainfall that will appear at the conveyance as runoff. Separate Storm Sewer System -A conveyance or system of conveyances (including roads with drainage systems, streets, catch basins, curbs, gutters, ditches, man-made channels, or storm drains), designed or used for collecting or conveying storm water; that is not a combined sewer, and that is not part of a publicly owned treatment works (POTW). Small Construction Activity -Construction activities including clearing, grading, and excavating that result in land disturbance of equal to or greater than one (1) acre and le ss than five ( 5) acres of land. Small construction activity also includes the disturbance ofless than one (l) acre of total land area that is part of a larger common plan of development or sale if the larger common plan will ultimately disturb equal to or greater than one (I) and less than five (5) acres of land. Small construction activity does not include routine maintenance that is performed to maintain the original line and grade, hydraulic capacity, and original purpose of a ditch, channel, or other similar storm water conveyance . Small construction activity does not include the routine grading of existing dirt roads, asphalt overlays of existing roads, the rotttine clearing of existing right-of-ways, and similar maintenance activities. Storm Water -Storm water runoff, snow melt runoff, and surface runoff and drainage. Storm Water Associated with Construction Activity -Storm water runoff from a construction activity where soil disturbing activities (including clearing, grading, excavating) result in the disturbance of one (1) or more acres of total land area, or are part of a larger common plan of development or sale that will re s ult in disturbance of one (l) or more acres of total land area. Structural Control (or Practice)-A pollution prevention practice that requires the construction of a device, or the use of a device, to capture or prevent pollution in storm water runoff. Structural control s and practices may include but are not limited to: silt fences, earthen dikes, drainage swales, sediment traps, check dams , subsurface drains, storm drain inlet protection, rock outlet protection, reinforced soil retaining systems, gabions, and temporary or permanent sediment basins. Surface Water in the State -Lakes , bays, ponds, impounding reservoirs, springs, rivers, streams, creeks, estuaries, wetlands, marshes , inl ets , canals, the Gulf of Mexico in s id e the territorial limits Pa ge 5 TPD ES Generai Pe:·m it TX Rl 500 0 0 o f the state (from the m ean high water mark (MHWM) out I 0.36 miles into the G ul f), a nd all o:her bodies of surface water, natural or artificial, inland or coas tal, fresh or sa lt, navigable or nonnavigable, and in c luding the beds and banks of all water-courses and bodies of surface w ater, that are wholly or partia lly inside or bordering the state or subject to the jurisdiction of the s tate; except that waters in treatment systems which are authorized by state or federal law, regulation , or permit, and which are created for the purpose of waste treatment are not considere d to be water in the state. Temporary Stabilization -A condition where exposed soils or disturbed areas are provided a protective cover, which may include temporary seeding, geotextiles, mulches, and other techniques to reduce or eliminate erosion until either final stabilization can be achieved or until further construction activities take place. Waters of the United States -(from title 40, part I 22, section 2 of the Code of Federal Regulations) Waters of the United States or waters of the U.S. means: (a) all waters which are currently used, were used in the past, or may be s usceptible to use in interstate or foreign commerce, including all waters which are subject to the ebb and flow of the tide; (b) all interstate waters, including interstate wetlands; (c) all other waters -.such as intrastate lakes, rivers, streams (including intermittent streams), mudflats, sandflats, wetlands, sloughs, prairie potholes, wet meadows , playa lakes, or natural ponds that the use, degradation, or destruction of which would affect or could affect interstate or foreign commerce including any such waters: ( l) which are or could be used by interstate or foreign travelers for recreational or other purposes; (2) from which fish or shellfish are or could be taken and so ld in interstate or foreign commerce; or (3) which are used or could be used for industrial purpo ses by indu stries in interstate commerce; (d) all impoundments of waters otherwise defined as waters of the United States under this definition; (e) tributaries of waters identified in paragraphs (a) through (d) of this defini t ion ; (t) the territorial sea; and (g) wetlands adjacent to waters (other than waters that are themselves wetlands) identified in paragraphs (a) through (f) of this definition. Page 6 TPDES General Pennit TXR150000 Waste treatment systems , including treatment ponds or lagoons designed to meet the requirements of CWA ( other than cooling ponds as defined in 40 CFR § 423.l l (m) which also meet the criteria of this definition) are not waters of the United States. This exclusion applies only to manmade bodies of water which neither were originally created in waters of the United States (such as disposal area in wetlands) nor resulted from the impoundment of waters of the United States. Waters of the United States do not include prior converted cropland. Notwithstanding the determination of an area's status as prior converted cropland by any other federal agency, for the purposes of the Clean Water Act, the final authority regarding Clean Water Act jurisdiction remains with EPA. Part II. Permit Applicability and Coverage Section A. 1. Discharges Eligible for Authorization Storm Water Associated with Construction Activity Discharges of storm water runoff from small and large construction activities may be authorized under this general permit. 2. Discharges of Storm Water Associated with Construction Support Activities Discharges of storm ·water runoff from construction support activities, including concrete batch plants, asphalt batch plants, equipment staging areas, material storage yards, material borrow areas, and excavated material disposal areas may be authorized under this general permit provided: (a) the activity is located within a I-mile distance from the boundary of the permitted construction site and directly supports the construction activity; (b) the sto1111 water pollution prevention plan is developed according to the provisions of this general permit and includes appropriate controls and measures to reduce erosion and discharge of pollutants in storm water runoff from the supporting industrial activity site; and (c) the industrial activity either does not operate beyond the completion date of the construction activity or obtains separate TPDES authorization for discharges . 3. Non-storm Water Discharges The following non-storm water discharges from sites authorized under this general permit are also eligible for authorization under this general permit: (a) discharges from fire fighting activities; Page 7 TPDES General Permit TX P~l 50000 (b) fire hydrant fiushings; (c) vehicle, externai building, and pavement wash water where detergents and soaps are not used and where spills or ieaks of toxic or hazardous materials have not occurred (unless spilled materials have been removed; and if local state, o~ federal regulations are applicable, the materials are removed according to those regulations), and where the purpose is to remove mud, dirt, an dust; ( d) water used to control dust; (e) potable water sources including waterline flushings; (f) air conditioning condensate; (g) uncontaminated ground water or spring water, including foundation or footing drains where flows are not contaminated with industrial materials such as solvents. 4. Other Permitted Discharges Section B. l. Any discharge authorized under a separate NPDES, TPDES, or TCEQ permit may be combined with,discharges authorized by this permit. Limitations on Permit Coverage Post Construction Discharges. Discharges that occur after construction activities have been completed, and after the construction site and any supporting activity site have undergone final stabilization, are not eligible for coverage under this general permit. Discharges originating from the sites are not authorized under this general permit following the submission of the notice of termination (NOT) for the construction activity. 2. Prohibition of Non-Storm Water Discharges Except as provided in Part II. A.2., A3 ., and A4., all discharges authorized by this general permit must be composed entirely of storm water a sso ciated with construction activity. 3. Compliance With Water Quality Standards Discharges to surface water in the state that would cause or contribute to a violation of water quality standards or that would fail to protect and maintain existing designated uses are not eligible for coverage under this general permit. The executive director may require an application for an individual permit or alternative Page 8 TPDES General Permit TXRl50000 general permit (see Part II .G.3) to authorize discharges to surface water in the state from any activity that is determ ined to cause a violation of water quality standards or is found to cause, or contribute to, the loss of a designated use . The executive director may also require an application for an individual permit considering factors described in Part II. G.2. 4. Discharges to Water Quality-Impaired Receiving Waters. New sources or new discharges of the constituents of concern to impaired waters are not authorized by this permit unless otherwise allowable under 30 TAC Chapter 305 and applicable state law. Impaired waters are those that do not meet applicable water quality standards and are listed on the EPA approved Clean Water Act Section 303( d) list. Constituents of concern are those for which the water body is listed as impaired . Discharges of the constituents of concern to impaired water bodies for which there is a total maximwn daily load (TMDL) implementation plan are not eligible for this permit unless they are consistent with the approved TMDL and the implementation plan. Permittees must incorporate the limitations, conditions, and requirements applicable to their discharges, including monitoring frequency and reporting required by TCEQ rules, into their storm water pollution prevention plan in order to be eligible for coverage under this general permit. 5. Discharges to the Edwards Aquifer Recharge Zone Discharges cannot be authorized by this general permit whe re prohibited by 30 Texas Administrative Code (TAC) Chapter 213 (relating to Edwards Aquifer). (a) For new discharges located within the Edwards Aquifer Recharge Zone, or within that area upstream from the recharge zone and defined as the Contributing Zone, operators must meet all applicable requirements of, and operate according to, 30 TAC Chapter 213 (Edwards Aquifer Rule) m addition to the provisions and requirements of this general permit. (b) For existing discharges, the requirements of the agency-approved Water Pollution Abatement Plan under the Edwards Aquifer Rules are in addition to the requirements of this general permit. BMPs and maintenance schedules for structural stonn water controls, for example, may be required as a provi s ion of the rule . All applicable requirements of the Edwards Aquifer Rule for reductions of suspended solids in storm water runoff are in addition to the requirements in this general permit for this pollutant. For discharges from large construction activities located on the Edwards Aquifer contributing zone, applicants must also submit a copy of the NOI to the appropriate TCEQ regional office." Page 9 (:a untie s: Comal, Bexar, fv[edina, Uvald e, and Kinney Williamson, Travis, and Hays TPDE S Genera ! Pe rmit TX R ! 5COOO Contact: TCEQ Water Pro gram Manager San Antonio Regional Office 14250 Jud son Rd . San Antonio, Tex.as (210) 490-3096 TCEQ Water Program Manager Austin Regional Office ! 92 l Cedar Bend Dr., Ste. l 50 Austin, Texas (512) 339-2929 . 6. Discharges to Specific Watersheds and Water Quality Areas Discharges otherwise eligible for coverage cannot be authorized by this general permit where prohibited by 30 TAC Chapter 3 I l (relating to Watershed Protection) for water quality areas and watersheds. 7. Protection of Streams and Watersheds by Other Governmental Entities This general permit does not limit the authority or ability of federal, other state, or local governmental entities from placing additional or more stringent requirements on construction activities or discharges from construction activities. For example, this permit does not limit the authority of a home-rule municipality provided by Section 401.002 of the Texas Local Government Code. 8. Indian Country Lands Storm water runoff from construction activities occurring on Indian Country lands are not under the authority of the TCEQ and are not eligible for coverage under this general pennit. If discharges of storm water require authorization under federal National Pollutant Discharge Elimination System (NPDES) regulations, authority for these discharges must be obtained from the U .S. Environmental Protection Agency (EPA). 9. Oil and Gas Production Storm water runoff from construction activities associated with the explorati on, development, or production of oil or gas or geothermal resources, including transportation of crude oil or natural gas by pipeline, are not under the authority of the TCEQ and are not eligible for coverage under this general permit. If discharges Page 10 TPD ES General Pennit TXRl 50000 of storm water r equire authorizat ion under federal NPDES regulations , authority for these discharge s must be o btained from the EPA . 10. Storm Water Discharges from Agricultural Activities Section C. l. Stonn water discharges from agricultural activities that are not point source discharges of storm water are not subject to TPDES permit requirements. These activities may include clearing and cultivating ground for crops, construction of fences to contain livestock, construction of stock ponds, and other similar agricultural activities. Deadlines for Obtaining Authorization to Discharge Large Construction Activities (a) New Construction -Discharges from sites where the commencement of construction occurs on or after the issuance date of this general permit must be authorized, either under this general permit or a separate TPDES permit, prior to the commencement of those construction activities. (b) Ongoing Construction -Operators oflarge construction activities continuing to operate after the issuance date of this permit, and authorized under NPD ES general perrnitTXRl 00000 (issued July 6, 1998, FR 36490), must submit an NOI to obtain authorization under this general permit within 90 days of the issuance date of this general permit. During this interim period, as a requirement of this TPDES permit, the operator must continue to meet the conditions and requirements of the federal NPDES permit. If the construction activity is completed prior to this 90-day deadline, and the site would otherwise qualify for termination of coverage under that federal NPDES permit, the operator must notify the executive director of the TCEQ in writing within 30 days of that condition. 2. Small Construction Activities (a) New Construction -Discharges from sites where the commencement of construction occurs on or after the issuance date of this general permit must be authorized, either under this general permit or a separate TPDES permit, prior to the commencement of those construction activities. (b) Ongoing Construction -Discharges from ongoing small construction activities that commenced prior to March 10 , 2003, and that would not meet the conditions to qualify for termination of this permit as described in Part ILE. of this general permit, must be authorized , either under this general permit or a separate TPDES permit, prior to March l 0, 2003. Page 11 Sectio n D. [, T PDES General Permit ':XR l50000 Obtaining Authorization to Discharge Small construct ion activities are determin e d to occur during periods oflow potential for erosion, and operators of these sites may be automatically authorized under th is general permit and not required to develop a s tor m water pollution prevention plan or submit a notice of intent (NOI), provid e d: (a) the construction activity occurs in a county listed in Appendix A; (b) the construction activity is initiated and completed, including either final or temporary stabilization ofall disturbed areas, within the time frame identified in Appendix A for the location of the construction site; (c) all temporary stabilization is adequately maintained to effectively reduce or prohibit erosion, final stabilization activities have been initiated and a condition, of final stabilization is completed no later than 30 days following the end date of the time frame identified in Appendix A for the location of the construction site; ( d) the permittee signs a completed construction site notice (Attachment I of this general permit), including the certification statement; (e) a signed copy of the construction site notice is posted at the construction s ite in a location where it is readily available for viewing by the general public, local, state, and federal authorities prior to commencing construction activities, and maintained in that location until completion of the construction activity; (f) a copy of the signed and certified construction site notice is provided to the operator of any municipal separate storm sewer system receiving the discharge at least two days prior to commencement of construction activities; and (g) a ny supporting concrete batch plant or asphalt batch plant is separately authorized for di scharges of storm water runoff or other non-storm water discharges under an individual TPDES permit, another TPDES general permit or under an individual TCEQ permit where storm water and no n- s torm water is disposed of by evaporation or irrigation (discharges are adjacent to water in the state). 2. Operators of small construction activities not described in Part II.D. l. above may be automatically authorized under this general permit, and operators of these sites are not required to submit an NOI provided they : (a) develop a SWP3 according to the provi s ions of this general permit, th at covers either the entire site or all portio ns of the site for which the ap plicant Page 12 T PD E S General Permit TXRI 50000 is the operator, and implement that plan prior to commencing construction activities ; (b) sign a completed construction site notice ( Attachment 2 of this general permit); (c) post a signed copy of the construction site notice at the construction site in a location where it is readily available for viewing by the general public, local, state, and federal authorities, prior to commencing construction activities, and maintain the notice in that location until completion of the construction activity; and (d) provide a copy of the signed and certified construction site notice to the operator of any municipal separate stonn sewer system receiving the discharge at least two days prior to commencement of construction activities. 3. Operators of all other construction activities that qualify for coverage under this general pennit must: (a) develop a SWP3 according to the provisions of this general permit, that covers either the entire site or all portions of the site for which the applicant is the operator, and implement that plan prior to commencing construction activities; ' (b) submit a Notice of Intent (N01), using a form provided by the executive director, at least 2 days prior to commencing construction activities; or (c) if the operator changes, or an additional operator is added after the initial NOI is submitted, the new operator must submit an NOi at least two (2) days before assuming operational control ; ( d) post a copy of the NOI at the construction site in a location where it is readily available for viewing prior to commencing construction activities, and maintain the notice in that location until completion of the construction activity; (e) provide a copy of the signed NOi to the operator ofany municipal separate storm sewer system receiving the discharge, at least two (2) days prior to commencing construction activities; and (f) implement the S WP3 prior to beginning construction activities. Page 13 T PDES Ge i~eral Permit TXR ! 50000 4 . Effr:::.~ive Da te of Coverage (a) Operators of construction activities desc ribed in e ith er Part fl. D. l. or 0.2 . are authorized immediatel y following compliance with the co ndition s of Part [[. D. l. or D.2. that are applicable to the construction activity. (b) Operators of all other construction activities eligible for coverage under this general permit, unless otherwise notified by the executive director, are provisionally authorized two (2) days from the date that a completed NO! is postmarked for delivery to the TCEQ. If electronic submission of the NOi is provided , and unless otherwise notified by the executive director, operators are provisionally authorized 24 hours following confirmation ofreceipt of the NOI by the TCEQ. Authorization is non-provisional when the executive director finds the NO[ is administratively complete and an authorization number is issued for the activity. (c) Operators are not prohibited from submitting late NO[s or posting late notices to obtain authorization under this general permit. The TCEQ reserves the right to take appropriate enforcement actions for any unpermitted activities that may have occurred between the time construction commenced and authorization is obtained. 5. Notice of Change (NOC) Letter If the operator becomes aware that it failed to submit any relevant facts, or submitted incorrect information in an NO[, the correct infonnation must be provided to the executive director in a NOC letter within 14 days after discovery. If relevant information provided in the NOi changes, a NOC letter must be submitted within 14 days of the change. A copy of the NOC must be provided to the operator of any MS4 receiving the d is charge. 6. Signatory Requireme nt for NOi Forms, Noti ce of Termination (NOT) Forms, NOC Letters, and Construction Site Notices NO[ forms, NOT forms, NOC letters, and Construction Site Notices must be signed according to 30 TAC§ 305.44 (relating to Application for Permit). 7 . Contents of the NOI The NOI form shall require, at a minimum, the following information: (a) the name, address, and telephone number of the operator filing the NOT for permit coverage; (b) the name (or o ther identifier), address, county, and latitude/longitude of th e construction project or site; Page 14 Section E. TPDES General Permit TXRI50000 (c) number of a.:res that will be disturbed (estimated to the largest whole number); (d) whether the project or site is located on Indian Country lands; (e) confirmation that a S'NP3 has been developed and that the SWP3 will be compliant with any applicable local sediment and erosion control plans; and (f) name of the receiving water(s). Application to Terminate Coverage Each operator that has submitted an NOI for authorization under this general permit must apply to terminate that authorization following the conditions described in this section of the general permit. Authorization must be terminated by submitting a Notice of Termination (NOT) on a form supplied by the executive director. Authorization to discharge under this permit terminates at midnight on the day the NOT is postmarked for delivery to the TCEQ. If electronic submission of the NOT is provided, authorization to discharge under this permit tenninates immediately following confirmation ofreceipt of the NOT by the TCEQ. Compliance with the conditions and requirements of this permit is required until an NOT is submitted. l. Notice of Termination Required The NOT must be submitted to TCEQ, and a copy of the NOT provided to the operator of any MS4 receiving the discharge, within thirty (30) days, after: (a) final stabilization has been achieved on all portions of the site that is the responsibility of the permittee: or (b) another permitted operator has assumed control over all areas of the site that have not been finally stabilized; and ( c) all si It fences and other temporary erosion controls have either been removed, scheduled for removal as defined in the SWP3, or transferred to a new operator if the new operator has sought permit coverage. Erosion controls that are designed to remain in place for an indefinite period, such as mulches and fiber mats, are not required to be removed or scheduled for removal. 2. Minimum Contents of the NOT The NOT form shall require, at a minimum, the following information: (a) if authorization was granted following submission of a NOi, the permittees site-specific TPDES general permit number for the construction site; Page 15 Section F. T PD ES Gen e ra [ P~rm it T X R1 5000 0 (b) an indi cation of whether til e c.on struction ac riv ity is completed or if the pe rmittee is s impl y no lon ge, an o perator at the site; (c ) the name, address and telephone number of the permittee submitting the NOT; ( d) the name (or other identifier), address, county, and latitude/l ongitude of the construction project or site; and ( e) a signed certification that either all storm water disch arg es requ 1rmg authorization under this general permit will no longer occur, or that the applicant to terminate coverage is no longer the operator of the facility or construction site, and that all temporary structural erosion controls have either been removed, will be removed on a schedule defined in the SWP3 , or transferred to a new operator if the new operator has applied for permit coverage. Erosion controls that are designed to remain in place for an indefinite period, such as mulches and fiber mats, are not required to be removed or scheduled for removal. Waivers from Coverage The executive director may waive the otherwise applicable requirements of this general permit for storm water discharges from small construction activities under the terms and conditions described in this section. I . Waiver Applicability and Coverage Operators of small con s truction activities may apply for and rec e ive a waiver fr om the requirements to obtain authorization und er this general permit where : (a) the calculated rainfall erosivity R factor for the entire peri od of the construction project is les s than five (5); (b) the operator submits a signed waiver certification form, s upplied by the executive director, certifying that the construction activity will comm e nce and be completed within a period when the value of the calculated rainfall erosivity R factor is less than five (5); and (c) the waiver certification form is submitt ed to the TCEQ at least two (2) days before construction activity begins. 2. Effective Date of Waiver Operators of small construction activities are provisionally waived from the otherwise applicable requirements of this general permit two (2) days from the date that a completed waiver certification form is postmarked for delivery to TCEQ. Pa ge 16 TPD ES General Penni t TXRI 50000 3. Activities Extending Beyond the Waiver Period Section G. 1. If a construction activity e1.1ends beyond the approved waiver period due to circumstances b ey ond the control of the operator, the operator must either: (a) recalcul ate the rainfall erosivity factor R factor using the original start date and a new projected ending date, and if the R factor is still under five (5), submit a new waiver certification form at least two (2) days before the end of the original waiver period ; or (b) obtain authorization under this general permit according to the requirements delineated in either Part Il.D.2. or Part 11.D .3 . at least two (2) days before the end of the approved waiver period. Alternative TPDES Permit Coverage Individual Permit Alternative Any discharge eligible for coverage under this general permit may alternatively be authorized under an individual TPDES permit according to 30 TAC Chapter 305 (relating to Consolidated Permits). Applications for individual permit coverage should be submitted at least three hundred and thirty (330) days prior to commencement of construction activities to ensure timely issuance. 2. Individual Permit Required The executive director may suspend an authorization or NOI in accordance with the procedures set forth in 30 TAC Chapter 205, including the requirement that the executive director provide written notice to the permittee. The executive director may require an operator of a construction site, otherwise eligible for authorization under thi s general pennit, to apply for an individual TPDES pennit because of: (a) the conditions of an approved Tl\,IDL or TMDL implementation plan; (b) the activity is determined to cause a violation of water quality standards or is found to cause, or contribute to , the loss of a designated use of surface water in the stat e : and (c) any other considerations defined in 30 TAC Chapter 205 would include the provision at 30 TAC ~ 205.4(c)(3)(D), which allows TCEQ to deny authorization under the general permit and require an individual permit if a discharger "has been determined by the executive director to have been out of compliance with any rule, order, or permit of the commission, including non-payment of fees assessed by the executive director." Page 17 3. Section H . TPDS3 Ge neral Permit TXR l5 0000 Any discharge eiigibie for authorization under thi s general permit may alternatively be authorized under a sepa~ate, applicable general permit according to 30 T AC C hapter 205 (re lating to G en eral Permits for Waste Discharges). Permit Expiration This general permit shall be issued for a term not to exceed five (5) years. Following public notice and comment, as provided by 30 TAC§ 205.3 (relating to Public Notice, Public Meetings, and Public Comment), the commission may amend, revoke, cancel, or renew this general permit. If the TCEQ publishes a notice of its intent to renew or amend this general permit before the expiration date, the permit will remain in effect for existing, authorized, discharges until the commission takes final action on the permit. Upon issuance of a renewed or amended permit, permittees may be required to submit an NOi within 90 days following the effective date of the renewed or amended permit, unless that permit provides for an alternative method for obtaining authorization. In the event that the general permit is not renewed, discharges that are authorized under the general permit must obtain either a TPDES individual permit or coverage under an alternative general permit. Part III. Storm Water Pollution Prevention Plans (SWP3) Storm water pollution prevention plans must be prepared for storm water discharges that will reach Waters of the United States, including discharges to MS4 systems and privately owned separate storm sewer systems that drain to Waters of the United States, to identify and address potential sources of pollution that are reasonably expected to affect the quality of discharges from the construction site, including off-site material storage areas, overburden and stockpiles of dirt, borrow areas, equipment staging areas, vehicle repair areas, fueling areas, etc., used solely by the permitted project. The SWP3 must describe and ensure the implementation of practices that will be used to reduce the pollutants in storm water discharges associated with construction activity at the construction site and assure compliance with the terms and conditions of this permit. Individual operators at a site may develop separate SWP3s that cover only their portion of the project provided reference is made to the other operators at the site. Where there is more than one SWP3 for a site, permittees must coordinate to ensure that BMPs and controls are consistent, and do not negate or impair the effectiveness of each other. Regardless of whether a single comprehensive SWP3 is developed, or separate SWP3s are developed for each operator, it is the responsibility of each operator to ensure that compliance with the terms and conditions of this general permit is met in the areas of the construction site where that operator has operational control over construction plans and specifications or day -to-day operational control. Section A. Shared SWP3 Development For more effective coordination ofBMPs and opportunities for cost sharing, a cooperative effort by the different operators at a site is encouraged . Operators must independently submit an NO! and obtain authorization, but may work together to prepare and implement a single comprehensive SWP3 for the entire construction site. Page 18 l. 2. Section B. l. TPD ES General Permit TXR150000 The SWP3 must clearly list the name and, for large construction activities, the general permit authorization numbers, for each operator that participates in the shared SWP3 . Until the TCEQ responds to receipt of the NOI with a general permit authorization number, the SWP3 must specify the date that the NOI was submitted to TCEQ by each operator. Each participant in the shared plan must also sign the SWP3 . The SWP3 must clearly indicate which operator is responsible for satisfying each shared requirement of the SWP3. If the responsibility for satisfying a requirement is not described in the plan, then each permittee is entirely responsible for meeting the requirement within the boundaries of the construction site where they perform construction activities. The SWP3 must clearly describe responsibilities for meeting each requirement in shared or common areas . Responsibilities of Operators Operators with Control Over Construction Plans and Specifications All operators with operational control over construction plans and specifications to the extent necessary to meet the requirements and conditions of this general permit must: (a) ensure the project specifications allow or provide that adequate BMPs may be developed to meet the requirements of Part III of this general permit; (b) ensure that the SWP3 indicates the areas of the project where they have operational control over project specifications (including the ability to make modifications in specifications); (c) ensure all other operators affected by modifications in project specifications are notified in a timely manner such that those operators may modify best management practices as are necessary to remain compliant with the conditions of this general permit; and (d) ensure that the SWP3 for portions of the project where they are operators indicates the name and TPDES permit numbers for permittees with the day- to-day operational control over those activities necessary to ensure compliance with the SWP3 and other permit conditions. In the case that responsible parties have not been identified, the permittee with operational control over project specifications must be considered to be the responsible party until such time as the authority is transferred to another party and the plan is updated . Page 19 TPDES Genera! Pen11it T)(R 15 00()0 2. Operm:.irs with Day-to-Day Operational Control Section C. 1. Section D. l. 2. Operators with day-to-day operational control of those activities at a project that are necessary to ensure compliance with a SWP3 and other permit conditions mu st: (a) e nsure that the S WP3 for portions of the project where they are operators meets the requirements of this general permit; (b) ensure that the SWP3 identifies the parties responsible for implementati on of best management practices described in the plan; (c) ensure that the SWP3 indicates areas of the project where they have operational control over day-to-day activities; (d) ensure that the SWP3 indicates, for areas where they have operational control over day-to-day activities, the name and TPDES permit number of the parties with operational control over project specifications (including the ability to make modifications in specifications). Deadlines for SWP3 Preparation and Compliance The S WP3 must be: (a) completed prior to obtaining authorization under this general permit; (b) implemented prior to commencing construction activities that result in soil disturbance; ( c) updated as necessary to reflect the changing conditions of new operators, new areas of responsibility, and changes in best management practices; and (d) prepared so that it provides for compliance with the terms and conditions of this general permit. Plan Review and Making Plans Available The SWP3 must be retained on-site at the construction site or, if the site is inactive or does not have an on-site location to store the plan, a notice must be posted describing the location of the SWP3. The SWP3 must be made readily available at the time of an on-site inspection to: the executive director; a federal, state, or local agency approving sediment and erosion plans, grading plans, or storm water management plans; local government officials; and the operator of a municipal separate storm sewer receiving discharges from the site. Operators of a large construction activity obtaining authorization to discharge through submission of a NOI must post a notice near the main entrance of the Page 20 3. Section E. TPDES Gen e ral Pennit TXR150000 construction site. If the construction project is a linear construction project (e.g . pipeline, highway, etc .), th e notice must be place d in a publicly access ible location near where constructi on is actively underway. Notice for these linear sites may be relocated, as necessary, along the length of the project. The notice must be readily available for viewing by the general public, local, state, and federal authorities, and contain the following information: (a) the TPDES general permit number for the project (or a copy of the NOI that was submitted to the TCEQ if a permi t number has not yet been assigned); (b) the name and telephone number of a representative for the operator; ( c) a brief description of the project; and (d) the location of the SWP3. This permit does not provide the general public with any right to trespass on a construction site for any reason, including inspection of a site; nor does this permit require that permittees allow members of the general public access to a construction site. Keeping Plans Current The permittee must revise or update the storm water pollution .prevention plan whenever: 1. 2. Section F. there is a change in design, construction, operation, or maintenance that has a significant effect on the discharge of pollutants and that has not been previously addressed in the SWP3; or results of inspections or investigations by site operators, operators of a municipal separate storm sewer system receiving the discharge, authorized TCEQ personnel, or a federal, state or local agency approving sediment and erosion plans indicate the SWP3 is proving ineffective in eliminating or significantly minimizing pollutants in discharges authorized under this general permit. Contents of SWP3 The SWP3 must include, at a minimum, the information described in this section. l. A site description , or project description must be developed to include: (a) a description of the nature of the construction activity, potential pollutants and sources; (b) a description of the intended schedule or sequence of major activities that will disturb soils for major portions of the site; Page 21 TPD::'.S Geneml Permit TXR l SJODO ( c) the total number 0f acres of the entire property and the total numbe r of acres where co nstruc ti on activities will occur, in c lu ding off-site mate rial storage areas, overburden and stockpiles of dirt, and borrow areas; (d) data describing the soil or the quality of any dischar ge from the site; (e) a map showing the genera[ location of the s ite (e.g. a portion of a city or county map); (f) a detailed site map (or maps) indicating the followin g: (i) drainage patterns and approximate slopes anticipated after major grading activities; (ii) areas where soil disturbance will occur; (iii) locations of all major structural controls either pl anned or in place; (iv) locations where stabilization practices are expected to be used; (v) locations of off-site material, waste, borrow, fill , or equipment storage areas; (vi) surface waters (including wetlands) either adjacent or in close proximity; and (vii) locations where storm water discharges from the site directly to a surface water body . (g) the location and description of asphalt plants and concrete plants providing support to the construction site and authorized under this general pennit; (h) the name of receiving waters at or near the site that will be disturbed or that will receive discharges from disturbed areas of the project; and (i) a copy of this TPDES general permit. 2. The SWP3 must describe the best management practices that will be used to minimize pollution in runoff. The description must identify the general timing or sequence for implementation . At a minimum, the description mu st include the following components: (a) Erosion and Sediment Controls (i) Erosion and sediment controls must be designed to retain sediment on-site to the extent practicable with consideration for local Page 22 TPDES Gener al Penn it TXR 150000 topography, soil type, and rainfall. Control s must also be designed and utilized to redu ce the offs ite transport of suspended sediments and other pollutants if it is ne cessary to pump or channel standing water fr om the s ite. (ii) Control meas ures must be properly selected, installed, and maintained according to the manufacturer 's or designer's spec ific a tion s. If periodi c inspections or other information indicates a control has been used incorrectly, or that the control is performing inadequately, the operator must replace or modify the control as soon as practicable after discovery that the control has been used incorrectly, is performing inadequately, or is damaged . (iii) Sediment must be removed from sediment traps and sedimentation ponds no later than the time that design capacity has been reduced by 50%. (iv) If sediment escapes the site, accumulations must be removed at a frequency to minimize further negative effects, and whenever feasible, prior to the nex t rain event. (v) Controls must be developed to limit, to the extent practicable, offsite transpbrt of litter, construction debris, and construction materials. (b) Stabilization Practices The SWP3 must include a description of interim and permanent stabilization practices fo r the s ite, including a schedule of when the practices will be implemented . Site plans should ensure that existing vegetation is preserved where it is po ssib le . (i) Stabilization practices may include but are not limited to: e stablishment of tempo rary ve getation, establishment of permanent ve getation, mulching, g e otextiles, sod stabilization, vegetative buffer strips, protection of exis ting trees and vegetation, and other similar measures. (i i) Th e following records must be maintained and either attached to or re ferenced in the SWP3, and made readily av a ilable upon request to the parties in Part III.D. l of this general permit: (a) the date s when m ajor grading activities occur; (b) th e date s when c onstruction activities temporarily or permanently c ease o n a porti o n of the site; and Page 23 TP DES Gen era l Permit TX R\500 00 (c) th e date s when stabilization measLir es are initiated. (iii) Stabilization measures must be initiated as soon as practicable in portions of the site where construction activities have temporarily or permanently ceased, and except as provided in (a) through (c) below, must be initiated no more than fourt e en (14) days after the construction activity in that portion of th e site has tempo rarily or permanently ceased. (a) Where the initiation of stabilization measures by the I 4th day after construction activity temporarily or permanently ceased is precluded by snow cover or fr ozen ground conditions, stabilization measures must be initiated as soon as practicable. (b) Where construction act1v1ty on a portion of the site is temporarily ceased, and earth disturbing activities will be resumed within twenty-one (2 l) days, temporary stabilization measures do not have to be initiated on that portion of site. (c) In arid areas (areas with an average rainfall ofO to l O inche s), semiarid areas (areas with an average annual rainfall of IO to 20 inc hes), and areas experiencing droughts where the initiation of stabilization measures by the 14th day after construction activity has temporarily or permanently ceased is precluded by seasonably arid conditions, stabili zation measures must be initiated as soon as practicable. 3. Structural Contra 1 Practices The SWP3 must include a description of any structural c o ntrol practices used to divert flows away from exposed soils, to limit the contact of runoff with disturbed areas, or to lessen the off-site transport of eroded soi Is. ( a) Sediment basins are required, where feasible for common draina ge loc ations that serve an area with ten (10) or more acres disturbed at one time, a temporary (or permanent) sediment basin that provides sto rage for a calculated volume of runoff from a 2-year, 24-hour storm from each disturbed acre drained, or equivalent control measures, s hall be provided where attainable until finaJ stabilization of the site. Where rainfall data is not available or a calculation cannot be performed, a tempo ra ry ( or pe rmanent) sediment basin providing 3,600 cubic feet of storage per acre drained is required where attainable until final stabilization of the s ite. When calculating the volume ofrunoff from a 2-year, 24-hour storm event, it is not required to include the flows from offsite areas and flow from ons ite areas that are e ither undisturbed or have already undergone fin a l stabili zati on , if Page 24 TPDES Genera! Permit TXRI 50000 these flows are diverted around both the disturbed areas of the site and the sediment basin. In determining whether installing a sediment basin is feasible, the permittee may consider factors such as site soils, slope, available area on site, public safety, precipitation patterns, site geometry, site vegetation, infiltration capacity, geotechnical factors, depth to groundwater and other similar considerations. Where sediment basins are not feasib le, equivalent control measures, which may include a series of smaller sediment basins, must be used . At a minimum, silt fences, vegetative buffer strips, or equivalent sediment controls are required for all down slope boundaries (and for those side slope boundaries deemed appropriate as dictated by individual site conditions) of the construction area. (b) Sediment traps and sediment basins may also be used to control solids in stonn water runoff for drainage locations serving less than ten ( 10) acres. At a minimum, silt fences, vegetative buffer strips, or equivalent sediment controls are required for all down slope boundaries (and for those side slope boundaries deemed appropriate as dictated by individual site conditions) of the construction. Alternatively, a sediment basin that provides storage for a calculated volume of runoff from a 2 -year, 24-hour storm from each disturbed acre drained, or equivalent control measures, may be provided or where rainfall data is not available or a calculation cannot be performed, a temporary (or permanent) sediment basin providing 3,600 cubic feet of . storage per acre drained may be provided. 4. Permanent Sto~m Water Controls A description of any measures that will be installed during the construction process to control pollutants in storm water discharges that will occur after construction operations have been completed must be included in the SWP3. Permittees are only responsible for the installation and maintenance of storm water management measures prior to final stabilization of the site or prior to submission of an NOT. 5. Other Controls (a) Off-site vehicle tracking of sediments and the generation of dust must be minimized. (b) The SWP3 must include a description of construction and waste materials expected to be stored on-site and a description of controls to reduce pollutants from these materials . (c) The SWP3 must include a description of pollutant sources from areas other than construction (including storm water discharges from dedicated asphalt plants and dedicated concrete plants), and a description of controls and measures that will be implemented at those sites to minimize pollutant discharges . Page 25 -:-?DES Gen era l Per mit TX R : SJ ::JO O ( d) Veloc it y d iss.iD a ti on devices shall be placed at discharge loc ati o ns and ,:t ong the ie ngth of an y o utfall channel to provide a n o n-erosiv e f1o w veloci ty fro m the srructure to a water course so that the natural physic al and biolog ical characterist ics and function s are mainta ined and protected. 6. Approved State and Local Plans (a) Permittees must ens ure the SWP3 is consistent with requirements s pecified in applicable sediment and erosion site plans or site permits, or st o rm water management site plans or site permits approved by federal, s tate, or local officials . (b) SWP3s must be updated as neces sary to remain consistent with any cha n ges applicable to protecting surface water resources in sediment eros ion si te plan s or site permits, or storm water management site plans or site permits approved by state or local official for which the pe rmittee receives written notice. 7. Maintenance All erosion and sediment control measures and other protective measures identified in the SWP3 must be maintained in effective operating condition. If through inspections the Rermittee determines that BMPs are not operating effectively, maintenance must be performed before the next anticipated storm event or as necessary to maintain the continued effectiveness of storm water controls . If maintenance prior to the next anticipated storm event is impracticable, maintenance must be scheduled and accomplished as soon as practica ble. Erosion and sediment controls that have been intentionally di s abled, run -over, remov e d , or oth e rwise rendered ineffective must be replaced or corrected immediately upon di scovery. 8. Inspections of Controls In the event of flooding or other uncontrollable s itua tion s which prohibit access to the in s pec tion sites, in s pections must be conducted a s soon a s a ccess is pra ctica ble (a) Personnel provided by the perrnittee and familiar with the SWP3 must inspect disturbed areas of the construction site that have not been finally stabilized, areas used for storage of materials that are exposed to precipitation, and structural controls for evidence of, or the potential fo r, pollutants entering the drainage system. Sediment and erosion c o ntro l measures identified in the SWP3 mus t be inspected to ens ure that they are operating correctly. Locations where vehicles enter or exit the site mus t be inspected for evidenc e of off-site sediment tracking. Inspections mu s t be conducted at least once every fourteen (14) calendar days and within tw e nty four (24) hours of the end of a storm event of0.5 inches or greater. Page 26 TPDES General Permit TXR 150000 Where sites have been finally or temporarily stabilized, where runoff is unlikely due to winter conditions (e.g. site is covered with snow, ice, or frozen ground exists), or during seasonal arid periods in arid areas (areas with an average annual rainfall of Oto 10 inches) and semi-arid areas (areas with an average annual rainfall of IO to 20 inches), inspections must be conducted at least once every month . As an alternative to the above-described inspection schedule of once every fourteen (14) calendar days and within twenty four (24) hours of a storm event of 0.5 inches or greater, the S WP3 may be developed to require that these inspections will occur at least once every seven (7) calendar days. If this alternative schedule is developed, the inspection must occur on a specifically defined day, regardless of whether or not there has been a rainfal I event since the previous inspection. (b) Utility line installation, pipeline construction, and other examples of long, narrow, linear construction activities may provide inspection personnel with limited access to the areas described in Part 111.F.8.(a) above. Inspection of these areas could require that vehicles compromise temporarily or even permanently stabilized areas, cause additional disturbance of soils, and increase the potential for erosion. In these circumstances, controls must be inspected at least once every fourteen (14) calendar days and within twenty four (24) hours of the end of a storm event of 0.5 inches, but representative inspections may be performed. For representative inspections, personnel must inspect controls along the construction site for 0 .25 mile above and below each access point where a roadway, undisturbed right-of-way, or other similar feature intersects the construction site and allows access to the areas described in Part III.F.8.(a) above. The conditions of the controls along each inspected 0.25 mile segment may be considered as representative of the condition of controls along that reach extending from the end of the 0.25 mile segment to eithe r the end of the next 0 .25 mile inspected segment, or to the end of t he project, whichever occurs first. As an alternative to the above-described inspection schedule of once every fourteen (14) calendar days and within twenty four (24) hours of a storm event of 0.5 inches or greater, the SWP3 may be developed to require that these inspection s will occur at least once every seven (7) calendar days. If · this altern ative schedule is developed, the inspection must occur on a specifically defined day, regardless of whether ornot there has been a rainfall event since the previous inspection . (c) The SWP3 must be modified based on the results of inspections, as necessary, to better control pollutants in runoff Revisions to the S WP3 must be completed within seven (7) calendar days following the inspection. If existing BMPs are modified or if additional BMPs are necessary, an implementation schedule must be described in the SWP3 and wherever Page 2 7 TPDC:S Ge neral Permit TXR 15000 0 possibl e those c hange s implemented before :he next storm event. [f implem emat ion bef)re the next anticipated sto rm even t is impracticable, these changes must be implemented as soon as practicable. ( d ) A report summarizing the scope of the in s pecti on, names and qualifications of personnel making the inspection, the dates of the in spection, and major observations relating to the implementation o f the SWP3 must be made and retain ed as part of the SWP3. M aj or observat ions should include: The locations of discharges of sediment or other pollutants from the si te; locations of BMPs that need to be maintained; locations of BMPs that failed to operate as designed or proved inadequate for a particular location; and locations where additional BMPs are needed . Actions taken as a result of inspections must be described within, and retained as a part of, the SWP3. Reports must identify any incidents of non- compliance. Where a report does not identify any incidents of non- compliance, the report must contain a certification that the facility or site is in compliance with the SWP3 and this permit. The report must be signed by the person and in the manner required by 30 TAC§ 305 .128 (relating to Signatories to Reports) 9. The SWP3 must identify and ensure the implementation of appropriate pollution prevention measures for all eligible non-storm water components of the discharge. Part IV. Numeric Effluent Limitations Section A. Limitations All discharges of stonn water runoff from concrete batch plants that qualify for coverage, and that are authorized to discharge storm water under the provisions of this general permit must be monitored at the following monitor ing frequency and comply with the following numeric effluent limitations: Section B. Parameter Total Suspended Solids Oil and Grease pH * If discharge occurs. Reporting Requirements Limitations Daily Maximum 65 mg/I 15 mg/1 between 6 and 9 standard units Monitoring Frequency 1/Y ear* 1/Year* 1/Year* Results of monitoring for detennining compliance with numeric effluent limitations must be recorded on a discharge monitoring report (DMR). The DMR must either be an original EPA No. 3320-1 form (Attachment 3 of this general pennit), a duplicate of the form, or as otherwise provided by the executive director. Monitoring must be conducted prior to December 3 l5 1 for each annua l Page 2 8 TPDES General Pennit TXRl 50000 monitoring period. A copy of the DMR must either be retained at the facility or shall be made readily available for review by authorized TCEQ personnel upon request, by March 31" following the end of each annual monitoring period. If the results indicate the violation of one or more of these numeric limitations, the permittee must also submit the DMR to the TCEQ's lnfonnation Resources Center (MC 212) by March 31 •1 of each annual monitoring period. Part V. Retention of Records The pennittee must retain the following records for a minimum period of three (3) years from the date that a NOT is submitted as required by Part 11.D. For activities that are not required to submit an NOT, records shall be retained for a minimum period of three (3) years from the date that either: final stabilization has been achieved on all portions of the site that is the responsibility of the permittee; or another pennitted operator has assumed control according to over all areas of the site that have not been finally stabilized. Records include: 1. A copy of the SWP3 plan. 2. All reports and actions required by this permit, including a copy of the construction site notice. 3. All data used to complete the NOI, if an NOi is required for coverage under this general pennit. Part VI. Standard Permit Conditions l. The pennittee has a duty to comply with all permit conditions. Failure to comply with any permit condition is a violation of the pemiit and statutes under which it was issued, and is grounds for enforcement action, for terminating coverage under this general permit, or for requiring a discharger to apply for and obtain an individual TPDES permit. 2. Authorization under this general permit may be suspended or revoked for cause. Filing a notice of planned changes or anticipated non-compliance by the permittee does not stay any permit condition. The permittee must furnish to the executive director, upon request and within a reasonable time, any information necessary for the executive director to detennine whether cause exists for revoking, suspending, or terminating authorization under this permit. Additionally, the permittee must provide to the executive director, upon request, copies of all records that the permittee is required to maintain as a condition of this general permit. 3. It is not a defens e for a discharger in an enforcement action that it would have been necessary to halt or reduce the permitted activity to maintain compliance with the permit conditions. 4. Inspection and entry shall be allowed under Texas Water Code Chapters 26-28, Health and Safety Code§§ 361.032-361.033 and 361.037, and 40 Code of Federal Regulations (CFR) §122.4 l(i). The statement in Texas Water Code§ 26.014 that commission entry ofa facility shall occur according to an establishment's rules and regulations concerning safety, internal security, and fire protection is not grounds for denial or restriction of entry to any part of the Page 29 TPDES General Permit :'XRI50000 facility or si te, but mere]~_, describes the commission 's iuty to obs erve appropriat:c; rule s and regulations during an ins pection. 5 . The discharger is subject to administrative, civil, and criminal penalties, as applicable, under Texas Water Code§§ 26. L36, 26.212, and 26.213 for violations including but no t limited to the following: a. negligently or bowingly violating CWA, §§ 301, 302, 306, 307, 308, 318, or 405, or any condition or limitation implementing any sections in a permit issued under CW A,§ 402 , or any requirement imposed in a pretreatment program approved under CWA, §§ 402(a)(3) or 402(b)(8); b. knowingly making any false statement, representation, or certification in any record or other document submitted or required to be maintained under a permit, including monitoring reports or reports of compliance or noncompliance. 6. All reports and other information requested by the executive director must be signed by the person and in the manner required by 30 TAC§ 305 .128 (relating to Signatories to Reports). 7. Authorization under this general permit does not convey property or water rights of any sort and does not grant any exclusive privilege. Part VII. Fees Section A. Application Fees An application fee of $100 must be submitted with each NOI for coverage of a large construction activity. A fee is not required for submission of an NOT or NOC letter. Section B. Water Quality Fees Large cons truction activities authorized under this general permit must pay an annual Water Quality Fee of$100 under T exas Water Code 26.0291 and according to TAC Chapter 205 (relating to General Permits for Waste Discharges). Page 30 Start Date -End Date Dec. 15 -Feb. 14 Archer Baylor Brown Callahan Childress Coke Coleman Concho Cottle Dimmit Eastland Edwards Fisher Foard Hardeman Haskell Irion Jones Kerr Kimble King Kinney Knox Mason Maverick McCulloch Menard Nolan Real Runnels Sch leicher Shackelford Stephens Stonewall Sutton Taylor Throckmorton Tom Green Uvalde Wichita Wilbarger Young Zavala Appendix A . Peri ods o(Low Erosion Poten t ial by Cou nty Start Date -End Dat e Nov . 15 -Apr. 30 Andrews Armstrong Borden Brewster Briscoe Carson Castro Crane Crosby Dawson Deaf Smith Ector Floyd Gaines Garza Glasscock Hale Hansford Hartley Howard HutchinsoQ Lubbock Lynn Martin Midland Mitchell Moore Oldham Pecos Potter Randall Reagan Scurry Sherman Sterling Swisher Terrell Terry Upton Start Date -End Date Feb. 1 -Mar . 30 Halt Page 31 Start Date -End Date Nov. 15 -,Tan. 14 or Feb. 1 -Mar. 3 0 Crockett Dickens Kent Motley Val Verde Start Date -End Date Nov. 1 -Apr. 14 or Nov. 15 -A pr. 30 Dallam Hockley Lamb Parmer Ward Start Date -E nd Date Nov. 1 -A pr. 3 0 or Nov. 15 -May. 1 4 Bai ley Cochran Jeff Davis Loving Presidio Reeves Winkler Yoakum Start Date -End Date Nov . 1 -May. 14 Culberson Hudspeth Start Date -End Date Jan . 1-Jul. 14 or May. 15 -Ju l. 31 or J u n. l -Aug. 14 or Jun. 15 -Sept. 14 or Jul. 1 -Oct. 14 or Jul. 15 -Oct. 31 or A ug. 1 -Ap r. 30 or Aug. 15 -May. 14 or Sept. 1 -May. 30 or Oct. 1 -Jun. 14 or Nov. 1 -Jun. 30 or Nov. 15 -Jul. 14 El Paso Start Date -End Date Jan. 1 -Mar. 30 or Dec. 1 -Feb. 28 Collingsworth Wheeler Donley Gray Hemphill Lipscomb Ochiltree Roberts --~a,:p" 1;,,., ---- G!C ----- T PDES General Permi : --::;:R 150000 CONSTRUCTION SITE NOTICE FOR THE Texas Commission on Environmental Quality (TCEQ) Storm Water Program TPDES GENERAL PERMIT TXR150000 The following information is posted in compliance with Part 11.D. l. of the TCEQ General Permit Number TXR 150000 for discharges of storm water runoff from construction sites. Additional information regarding the TCEQ storm water permit program may be found on the internet at: / "tf / t / / d www.tnrcc.state.tx.us·oermt mg wa erperm wwoerm to, estorm Contact Name and Phone Number: Project Description : Physical address or description of the site's ocation, estimated start date and projected end r:late, or date that disturbed soils will be $tabilized) For Construction Sites Authorized Under Part 11.D.1. the following certification must be completed: I (Typed or Printed Name Person Compl eting Th is Certification) certify under penalty of law that I have read and understand the eligibility requirements for claiming an authorization by waiver under Part II.D. l. of TPDES General Permit TXR 150000 and agree to comply with the terms of this permit. Construction activities at this site shall occur within a time period listed in Appendix A of the TPDES general permit for this county, that period beginning on and ending on . I understand that if construction activities continue past this period, all storm water runoff must be authorized under a separate provision of this general permit. A copy of this signed notice is supplied to the operator of the MS4 if discharges enter an MS4 system. I am aware there are significant penalties for providing false information or for conducting unauthorized discharges, including the possibility of fine and imprisonment for knowing violations. Signature and Title Date Page 32 Attaclunent 2 TPDES General Pennit TXRl 50000 -------------._ ~ -iii CONSTRUCTION SITE NOTICE FOR TIIE Texas Commission on Environmental Quality (TCEQ) Storm Water Program TPDES GENERAL PERMIT TXR150000 The following information is posted in compliance with Part 11.D.2. of the TCEQ General Permit Number TXRl 50000 for discharges of storm water runoff from construction sites. Additional information regarding the TCEQ storm water permit program may be found on the internet at: sf ·tf / I n/ d www.tnrcc.state.tx.u 1perm1 mg. waterperm wwoen tp estorm Contact Name and Phone Number: ' Project Description : (Physical address or description of the site's ocation, estimated start date and projected end date , or date that disturbed soils will be stabil ized) Location of Storm Water Pollution Prevention Plan : For Construction Sites Authorized Under Part 11.D.2. {Obtaining Authorization to Discharge) the fo llowing certification must be completed: I (Typed or Printed Name Person Completing This Certification) certify under penalty of law that I have read and understand the eligibility requirements for claiming an authorization under Part ILD .2. of TPDES General Permit TXRI50000 and agree to comply with the tenns of this pennit. A storm water pollution prevention plan has been developed and implemented according to permit requirements. A copy of this s igned notice is supplied to the operator of the MS4 if discharges enter an MS4 system. I am aware there are significant penalties for providing false information or for conducting unauthorized discharges, including the possibility of fine and imprisorunent for knowing violations. Signature and Title Date Page 33 Attachment 3 TPDES Oenen1l Pe rll\il. TXR l 5UIJIJO CONCRETE BATCH FACILITIES STW/ TXR15 ____ _/ CO NOTE: Enter your permit number in the PERMITIEE NAME/A DDRESS c1nc1ude Facilily Nam1/Loca1ion 11 Different) NAME NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) D ISCHARGE MONITORING REPORT (DMR) underlined space in the upper rig tit lla11 d :2-1~ (17-19~ corner of this page. Example: S~ffXR'l5 Q!J123 / co PERM IN MBER I I DISCHARGE UMBER I Mail to: TCEQ (MC 2 12) P.O . Box 13087 ADDRESS FAC ILITY LOCATION PARAME TER (32-37) MONITORING PERIOD YEAR MO DAY YEAR MO DAY 1-----0-1 --+-o-,--i 1-----+-1-2-__,3_1_ D (20 -21) (22-23) (24-25) (26 -27 ) (28-29) (30-31) (3 Card Onl y) QUANTITY OR LOADI NG (4 Ca rd Only) QUALITY OR CONCENTRATION (46-53) ( 54-61) (38-4 5) (46 -5 3) (5 4-61) AVERA GE MAX IMU M UNITS MINIMUM AVERAGE MAXIMUM Austin, T X 78 711-3087 UN ITS NO . EX (62-63) FR EOUErlCY OF ANALYS IS (6-1-68) SAMPLE l YPE (o9-70J f--------4"------------------------1-------+--------1--------1-------t------+----<t------·-·--·--·-··· Total Suspended S o lids SA MPL E MEASUREMENT Oil & Grease SAMPLE pH MEASUREMENT SAMPLE MEASUREMENT SAMPLE MEASUREMENT -~:r.::·)}~l{;,'..~1t1:::~.~i~\·. \!~lPi rt~}r. ; . ..-:,.,~:. i.-··: :'65 Daily Max · -s:ci·; e'.o t , Reinge mg/I mg/I S .U. ·,i:;it .:;:\;' .t<~-- 1/Year Grab >/:.~;,o;.·j:,1 · ••• i.,: ~,. ~(,i:~;r:·.~!~:'· •·.:,·_.· . ,-, 1Ne ar : '.: : G r<1b ' ~. ,.•,' NAME/TITLE PRINCIPAL EXECUTIVE TELEPHONE DATE 1--_____ 0_F_F_IC_E_R _____ ~,, CERTIFY UNDER PE-.LTY OF"'"' THAT THIS OOCUMENT ANO AL< AITAC ... 1ENT! WERE PR EPARE D UNDER MY OIRECTlON OR SUPERVISION IN ACCOROANCC WITH A SYSTEM OES IGNE.O TO ASSURE THAT QUAUFIEO PE:RSONJ,jE.l PROPERLY GATHER AND EVALUATE l'ME INFORMATION SU8M1TTEO . SASEO OH MY I NOUIR'I' OF THE PEAS OK OR PERSONS WHO t.\A.N.AGE THE SYSTEIA. OR THOSE P[RSONS DIRiCTL. Y FlESPON~IGLE TYPED OR PRINTED ~~·,g:,~t:~ ~,,';;":,'/Ji'r'r~,7,'~~g'J~~J:."o" ti~~iTii~ 1~;.1° J.;:~,m~f 1---S,-I_G_NA_T.,.....U'"'R""E,_O,,...,.F-P~R ... I_N_C_l'"'P_A_L--i ~~~~~~fa~~~~~~~;;;~~r:;:1~ii~~~~'n,'t:J~~1~~~l~Tb~~·.1NcLvoiNG EXECUTIVE OFFICER OR AUTHOR IZED AGENT COMMENTS AND EXPLANATION OF ANY VIOLATIONS (Reference all attachments here) EPA Form 332 0-1 (3-99) Fo1m Approved 0MB No . 2040-004 (REP LACES EPA FORM T-4 0 WHI C H MAY N O T BE USED) Page 34 AREA I CODE NUMBER PAGE YEAR MO llAY OF SECTION 10 -ADDENDA