Loading...
HomeMy WebLinkAboutContract 34890CIiYSECRETARY%/ D.O.E. PIED CITE ECRETAR CONTRACT NO, C 1 TRA CONSTRU CLIENT DE SPECFICATIONS AND CONTRACT DOCUMENTS 004 CAPITAL EAPROVEME NT PROGRAM YEAR 2 - GROUP 1 TH AVENUE, HURLEY AVENUE, V. ARLINGTON AVENUE PROJECT NUMBERS: TIPW - C200-541200-020940(1015283 WATER - 53-54129M609170015283 SEVER - P258-541200-0709170015283 DOE NO. 4700 JUNE 2006 NUKE MONCRIEF MAYOR 1_ _ CH RLES R. BO WELL CITY MA AGER A. DOU L S RARE iAER, P.E. - DIRECTOR DEPARTMENT OF ENGTNEERING PREPARED BY: DEPARTMENT OF ENGINEERING 0RIGf NAL Print M&C COUNCIL ACTION: Approved on 1/30/2007 - Ordinance No. 17388-01-2007 DATE: 1/30/2007 REFERENCE NO.: C-21952 LOG NAME: 306THAVE00152 CODE: C TYPE: NON -CONSENT PUBLIC NO FEARING: SUBJECT: Authorize Execution of Contract with Gilco Contracting, Inc., for Pavement Reconstruction and Water and Sanitary Sewer Replacement on Portions of 6th Avenue, Hurley Avenue, West Arlington Avenue (Project No. 00152) and Adopt Appropriation Ordinance awsaffowrm RECOMMENDATION: It is recommended that the City Council: 1. Authorize the City Manager to transfer $1,600,828.03 from the Water and Sewer Operating Fund to the Water Capital Projects Fund in the amount of $1,371,925.00 and Sewer Capital Projects Fund in the amount of $228,903.03; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of $1,371,925.00 and the Sewer Capital Projects Fund in the amount of $228,903.03 from available funds; and 3. Authorize the City Manager to execute a contract with Gilco Contracting, Inc., in the amount of $2,818,934.00 for pavement reconstruction and water and sanitary sewer replacement on portions of 6th Avenue (West Magnolia Avenue to West Arlington Avenue), Hurley Avenue (West Myrtle Street to West Arlington Avenue) and West Arlington Avenue (College Avenue to South Henderson Street and South Henderson Street to 5th Avenue). DISCUSSION: The 2004 Capital Improvement Program (CIP) includes funds for pavement reconstruction. Street improvements include pavement reconstruction, construction of standard concrete curb and gutter, driveway approaches and sidewalks as indicated on the plans. The Water Department has determined that water and sanitary sewer lines should be replaced prior to street reconstruction. This project was advertised on June 29, 2006 and July 6, 2006. The following bids were received on August 3, 2006: Bidders. Option 1 Option 2 Option 3 Option 4 (Asphalt) ± (Asphalt) + (Concrete) + (Concrete) + Ductile Iron Pipe _Concrete Pipe _Ductile Iron Pipe Conc_r_ete Pipe Gilco Contracting, Inc. No Bid No Bid $2,818,934.00 No Bid Stabile & Winn, Inc. No Bid No Bid $2,828,318.60 No Bid Jackson Construction, Inc. No Bid No Bid $2,948,463.00 No Bid JBL Contracting, Inc. No Bid No Bid $2,997,093.78 No Bid Conatser Construction TX, LP No Bid No Bid $3,092,500.00 No Bid McClendon Construction Co., Inc. No Bid No Bid $3,096,320.30 No Bid Ed A. Wilson, Inc. No Bid No Bid $3,214,414.00 $3,293,974.00 Oscar Renda Contracting, Inc. $3,920,762.00 $4,003,930.00 $3,817,622.00 $3,900,790.00 TIME OF COMPLETION: 290 Working Days Specified The bid documents included four construction options as follows: o Option 1 consists of a 6-inch hot mix asphalt concrete (HMAC) on 8-inch lime stabilized subgrade, construction of standard concrete curb and gutter, driveway approaches and sidewalk where shown on the plans. Additionally, this option consists of ductile iron water pipe. ® Option 2 consists of a 6-inch hot mix asphalt concrete (HMAC) on 8-inch lime stabilized subgrade, construction of standard concrete curb and gutter, driveway approaches and sidewalk where shown on the plans. Additionally, this option consists of concrete cylinder water pipe. e Option 3 consists of a 6-inch concrete pavement on 6-inch lime stabilized subgrade, construction of standard concrete curb and gutter, driveway approaches and sidewalk where shown on the plans. Additionally, this option consists of ductile iron water pipe. . Option 4 consists of a 6-inch concrete pavement on 6-inch lime stabilized subgrade, construction of standard concrete curb and gutter, driveway approaches and sidewalk where shown on the plans. Additionally, this option consists of concrete cylinder water pipe. Staff is recommending award of Option 3. Gilco Contracting, Inc., is in compliance with the City's MAIVBE Ordinance by committing to 22 percent M/WBE participation. The City's goal on this project is 22 percent. Funding in the amount of $215,255.03 is included for associated water and sewer construction survey, project management, pre -construction, material testing, inspection and project close out (water $168,800.00 and sewer $46,455.03). The contingency funds to cover change orders total $43,730.00; (water) $35,042.00 and (sewer) $8,688.00. Funding in the amount of $127,318.61 is required for associated paving and drainage construction survey, project management, pre -construction, material testing, inspection and project close out. The contingency fund for possible change orders for paving and drainage improvements is $44,313.00. The project is located in COUNCIL DISTRICT 9, MAPSCO 76M, 76R, and 76Q. FISCAL IN ORlifATION/CERTIFICATION: The Finance Director certifies that upon approval and completion of recommendation 1, and the adoption of the attached appropriation ordinance, funds will be available in the current capital budgets, as appropriated, of the Water Capital Projects Fund, the Sewer Capital Projects Fund and the Street Improvements Fund. TO Fund/AccountlCenters FROM Fund/Account/Centers 1&2} $1, 371,925.00 1)PE45 538070....0609020 $1,371 925.00 P253.472045 6091700152ZZ 5._1)PE4_53807❑ 0709020 $228,903.03 1&2 P258 472045 7091700152ZZ 12.28,903.03 3)P253 541200.609170015283 �1_,168,083.00 2)P253 531350.._609170015230 $8,440.00 3)P258 54.1200 709170015283 $173, 660.00 2)P253 531350 609170015232 $27,430.00 3)C200 541200 209400015283 $1,477,091.00. 2)P253 531350 609170015233 $27.430.00 2)P253 531350 609170015251 16,880.00 2)P253 531350 609170015252 $16,880.00 2)P253 531350 609170015260 $844.00 2)P253 531350.609170015273 $844.00 2)P253 531350 609170015280 $8,440.00 2)P253 533010 609170015281 $844.00 2)P253 531350 6091700.15282 $844.00 2)P253 541200 609170015283 $1,203,1.25.00 2)P253 531350 609170015284 $8,440.00 2)P253 531350 609170015285 $50,640.00 2)P253 531350 6091700.15291 $844.0.0 2)P258 531350 709170015230 $2 322.75 2)P258. 531350 709170015232 $7,548.94 2)P258 531350 709170015233 $7,548.94 2)P258 531350 709170015251 $4,645.50 2)P258_531350.709170.015252 $4,645.50 2)P258 531350 709170015260 $232.28 2)P258 531350 709170015273 $232.28 2)P258531350 709170015280 $2,322_.75 2)P258 533010 709170015281 $232.28 2)P258.53135.0 709170015282 $232.28 2)P258 541200 709170015283 $182,448.00 2)P258 531350 709170015284 $2,322.75 2)P258 531350 709170015285 $13,936.50 2)P258 5.313.50 709170015291 $232.28 Submitted for City Manager's Office by: Marc Ott (8476) Originating Department Head: Douglas Rademaker (6157) Additional Information Contact: Craig Bridgewater (2482) CITY OF FORT wOR,' { DEPARTMENT OF ENGINEEI G FNGINEERING SERVICES DIVISION ADDENDUNI NO. i 2004 CAPITAL EAPROVEMENT PROGRAM WAR. 3-GROUP 13 A ENMI HURLEY AVENUE, W. ARMING T OIL AVENUE DOE NO. 4700 RELEASE DATE: duly 25, 2006 BID kWyUATE:1:30 PK Aupst 3, 2006 @W4YVd one w0914 F--er tbiO siddendom) INFORMA77ON TO SIDDERS; The Wfleadons and Contract Documents for the above mentioned projeO are revised And amended w follows: 1. in the propgsal, Unit H -- pilving nstrnetion — )Base Bid, revise the quantity Of the f011Owin9 paY 7WU= S. 5,100 C.Y. Unelassiiied Street Excavation; Far Cubic Yard: 141 ran i �_ Doiiats and�� 01,'l� Cants 2. In the ptopOML Uatit H — PuvWg Rccomtructnao — 88N Did, add tie following Pay items'. 3 I. IOU L.l~. Remove & Relocate Exist. CAainlink Fence & Gate; Per Linear Foot: And Cents 32. 280 S.Y. pewee Exist. Concrete Pavement; Per square yw* &Urp polls and f� - y- Cots EO/ZO 'd LER9 KLIB 'ON XH S30IA83S NOISE 30Q MiO RV I9:0I 3n' 9Q0e-SE--1fir 5 _ 33. 1,100 C.Y. Barrow; Per Cubic Yard: _Tul&vrl mw Dollars $ ?,O�W sz zoco-00 and &32 Ceti This addendum forms a part of the Contract Docwncnts referenced above and modifies the Original Cantract Documents and Flans, Aelmowledge receipt of thin Addendwn in the space provided below, in the Proposal, and acknowledge receipt on the outer envclope of year bid. Falture to =knowledge receipt of this addendum could subject the bidder to be reiected as being nan-respvnsiva. please acknowledge receipt of the Addendum in the bid propml and on the outside of the sealed ettvelope. RECEIPT ACKNOWLEDGED- U A.1 OUGLAS RADI MAKER, P.E. DIRECTO " ART14 "T ENGINEERING lay: an Beck. P.E. Manager, Vasign &rvtces ENO 'a LERN£LiB '0N XV3 ' S30IAA3S WISH 30Q MAO RV IS.01 RAI 902-R-Inf TABU OF CONTENTS 1. NOTICE TO BIDDERS 2_ SPECIAL INSTRUCTIONS TO BIDDERS - WATER DEPARTMENT 3. SPECIAL INSTRUCTIONS TO BIDDERS - TIPW DEPARTMENT 4. PROPOSAL VENDOR COMPLIANCE TO STATE LAW 5. MINORITY AND WOMEN BUSINESS ENTERPRISES SPECIFICATIONS 6. PART C - GENERAL CONDITIONS 7. SUPPLEMENTARY CONDITIONS TO PART C-GENERAL CONDITIONS 8. PART D - SPECIAL CONDITIONS 9. PART DA - ADDITIONAL SPECIAL CONDITIONS 10. PART E - MATERIAL SPECIFICATIONS (WATER DEPARTMENT) 11. STANDARD DETAILS (WATER DEPARTMENT) 2006 PREVAILING WAGES FOR CONSTRUCTION PROJECTS 12. SPECIAL PROVISIONS (TIPW DEPARTMENT) SEQUENCE OF STREET CONSTRUCTION 13. STANDARD DETAILS (TIPW DEPARTMENT) 2006 PREVAILING WAGES FOR CONSTRUCTION PROJECTS 14. CERTIFICATE OF INSURANCE COMPLIANCE WITH AND ENFORCEMENT OF PREVAILING WAGE LAWS CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW CONFLICT OF INTEREST DISCLOSURE REQUIREMENTS AND QUESTIONNAIRE PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND CITY CONTRACT 15. SOIL TEST REPORTS IFE NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals for the following: FOR: 2004 CAPITAL MIPROVEMENT PROGRAM YEAR 2 — GROUP 13 6"*H AVENUE, HURLEY AVENUE, W. ARLINGTON AVENUE DOE NO.4700 Project Numbers: T/PW — C200-541200-0209400015283 WATER -- P253-541200-0609170015283 SEWER — P258-541200-0709170015283 Bids should be addressed to Mr. Charles R. Boswell, City Manager of the City of Fort Worth, Texas and will be received at the Purchasing Office until 1:30 PM, Thursday_,_ July 27, 2006 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Plans, Specifications and Contract Documents for this project may be obtained at the Department of Engineering, Second Floor, Municipal Building, 1000 Throckmorton Street, Fort Worth, Texas. Sets of documents will be provided for purchase for a nonrefundable price of SIXTY DOLLARS ($60.00) per set. Bid security is required in accordance with the Special Instruction to Bidders. Submission of Bids: The proposal (Unit I and Unit 1I) 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 both Unit I and Unit 11. A bid proposal submittal that is received with only a single proposal unit complete will be rejected as being non -responsive. The contractor who submits the bid with the lowest price, will be the apparent successful bidder for the project. Bidders are hereby informed that the Director of the 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. Pre -qualification Requirements for Water Department Work: The water and/or sanitary sewer improvements most 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 Department)". Bidders shall, if applicable, identify on the last page of the proposal section, 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 City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of ninety (90) days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate is received by the City. The award of contract, if made, will be within ninety (90) days after this documentation is received, but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the .appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all Addenda may be rejected as being nonresponsive. Information regarding the status of Addenda may be obtained by contacting the Department of Engineering at (817) 392-7910. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders must complete the proposal section(s) and submit the complete specifications book or face rejection of the bid as non -responsive. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time- line stated below or the bidder may request a copy of said forms from the City Project,Manager named in this solicitation. In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has- goals for the participation of minority business enterprises and women business enterprises in City contract. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate. The documentation must be received no later than 5:00 PM, 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 nonresponsive. For additional information, contact Mr. Jim Deeter, P.E. at (817) 392-7803 or Mr. Craig Bridgewater at (817) 392-2482. CHARLES R. BOSWELL CITY MANAGER Advertising Dates: June 29, 2006 and July 6, 2006 MARTHA HENDRIX CITY SECRETARY A. Douglas Rademaker, P.E. Director, Department of Engineering LIZ Bryan Beck, P.E. Manager, Design Services -2. SPECIALINSTRUCTIONS TO BIDDERS WATER DEPARTMENT SPECIAL INSTRUCTIONS TO BIDDERS I ) PpE0 UALJFJC'A'LTDM RI?Q.UI 11'111ENTS: All coniraclors *rihmitting bids are required to be pre(pmlified by the Fort Worth Water Dizparlmcnt prior to submining bids. This prequalificatiLM process w111 establish a bid limit based on n Iechlklhi evaluatinTk and. Financial analysis oftho coutractur, It is the bidder's responsibility to submit Elie fallowing dncumeji Latlon., a current rinlsnuial gtatemsnt, art ncvnpteble experience record, an acceptable cquifsmeni scheduIv and Tiny od= documents the Department may deem necessary, to the Direclnr of The Water Deparanrnt 'it feast seven (7) calendar days prior to tho date of ttw oppriing ul`bids. a) The Frnancial stamineot required shall have been prepared by -an independent cortifed public o-iccuuntorni of an independent public accountant holding a valid permit !sued by an appropriate Strite licensingagency and shall have barn so prepxrcd as to reflect the ftnrmcial statriS to The submirling curnpany. This smicinent must be current and not more than one ( l) year vldl In the case giat a bidding +trite Fella within the timr a now statement -is being prepared, the pr6vinux strhlement shall be updated by pmprr varitication. b) Fur an experience record to be corisider l to bo gi�ceplable For a given project, it lnuyt. reflect the axpQrimnur of flit firm serking gmslifhcahtiun in ;wasrk of both the same nRiLITE: ,0«d technic9T level M that of the project for whicli bids are to be received. c) 'The Director uftihe Wafer Departmenl ahalI be the Ic,Jufte as to the acceptability for fin{uncial rlLmIifrcaiion to bid an any Fort Worth Water Vepartmcnt project, d.) Bids received in cxeess a rlh-e Wil llrnit'Phidl the 66"dered nun-reapu Live -and will be'rejected as sorb, e) The City, ih its soot! dhuretian, may reject any bid for faiitiFt to €Iemotmiratc expzrlcace andfnr experfise. #j Any proposals submitted by rr nov-pragiialifiod biddL!r shall he rcturnud unapi:ncd, and 1f inodverterrily opened, shall not be considered. g) The± City will attempt to notify prospective bidders whusr clualiflCRli¢T1S (fmancial or rxperienne) are not dumt[I to W appropriate to the nnritre Andlsrr mngnitude oFtliv. project Pn which Ihids are to be received, Fuilurc In notify shall not ben waiver of any necessary prc4IJn iiir:arrioih, 2. BID SECURITY: A caslhtcr's clxrck, or an acceplable biddiwr's bond, payable to the City of Fort Worth, in tan arnouut of nm lcs than five.(5%) percent of the Iurgesl poss;ble total of the laid submitted mutt necrimpany the bid, and is qubject to forfeiture in the event the suecos;lul bidder fails.to execute the CimtracI Dacuments within inn ( 1 Q) days slier the contract #has-been awarded To br an acceptfable surety on the bid bond, ilrc surety inust be authorized to del business in the stage of Texas, In addition, the surety must.(1) hold a eerfi icitte ol-authority Pram the Untied Slates seCretwy Of the treasury to grinlify as a surety on obligntit,Ds Permitted or required under federaT law: ar (�) lave obtabhed reinsu=ce for any Iiubllity in excess of $100,000 from a rcinsurer that is authorized and admitted -as a rarinsurar in the stute of Texas and is the hDider of a certiFrate r,f authorlty trout ilia Untied St3rtea svcrewly of Ilse treasury to qualify as a s=ty on obligations permitted & required under fedemI law, %ntistactory proof of a py such mimmraace shall bc provided to the City upon request. The City, in its stslc dikrttian, will determine Ilse adequaroy of IN- proo Fequired lrereihh_ 3_ BONDS., A porforma rice bond. a payment brad, atid.a maintenance bond each for one hi rrdred { 1 { 0%) percrrlt r}f the eontracl price will bay requimd, Fvferancc C 3-3.7. 4, WAGE RATES; Section 0-3.13 of the GLnLTul CoWitiuns is defeled and replaced w1th the folluw�ng: 06/04/0,1 (R) 'JU contmctor shall comply with all recpiiremevs ofChapter 2.758. Texas Government Code, including t]tie payment ornot less th4n tho rates determined by Iho C.ixy CauriciI ofilla t"_ity Of Foil Worth to be the prevailing wage rates in acaudance with Chapter 2258, Texas Govenurient Code, Such prevailing wage rnic's Rre inoiuded in these contract dacurrlcmts. (h) The contractor shall, For a pcxiod oft€sree (3) years foilawingthe data cfnceptance ofthc. work, nta€stain records that show (i) the name and occupakn of enth worker employed by the contractor in the conmuction ofthc work provided for in this comract, and (ii) the actual per diem wages paid to each worker. 'l'heg4 re,eD .is shall be open ni ai[ re&gonable lh rs for irtspvcti0n by the Cite, The provisions of D-1 Right to Audit pertaui to this Inspection_ (v) The cvntiiicfvr shall inulude In Its suhcontracts Hti&Or shall Otherwise require all afit$ subcontractors to cotnply uriih paragraphs (a) and (b) above, {d) With each partial pgtnent estbnnte or pnyrall period, whichever is Icss, an a€f}davit st-ating that the . eontrautor liar complied wiili the requirements ofChapter 775S, Texas 0avernment Cade, The connactofshgll post the prevalfingwngc rat ;1 in u+:onspictroIP� Placa.al file site nfthc proiect at all times- , S. AAMIG111TY. in the c' q, ornnmbiguity or lack ofclnarnnss in slating prices in the`PropDsal, the City r�trervas the right to adopi the mast jadvantageuu; coin.14"etion t€ttr of to the City ur to reject the Proposal, 6. DIDDER LICENSE: Bidder must be a licensed Cgntmtqr in the Slate of Texas,. 7_ NONRESIDENT DIDIDERS: Pnrsuanl to Artie le 601 g, Texas Revised Civil Statutes, the City of Fort W&th will not award Ili contract to a nanrt-sident bidder unless the ncnre,stdmN bid is Iowa than file lowest bid submitted by a respacWble Texas resident hidder by the same amount that n Texas resident bidder would be required io undarbid a nonresident bidder to obtain a CompMble contract in thr state hi wh€ch the norttr0ss`d00I`s pr[neipid place of Nmi.oess in located. "Nownideftt bidder" means a Kidd& whose principal place -of business is not in this iitatr, 641E excl1P€les a contractor whose ultunnterpnrent camrpgny-or majority owner hus its principal pince of business in Ellis .state. This W,vision noes not apply if thig eonfiiW iEiMves fedora] funds. "rho apprapriale blanki of the Proposal rrid9l be filled out by all nonresidE!nt bidders in order fir the.bid 1a r"CZl spe6fiunti0ns. The future of a nrrnresitlent conrrn❑tar to db 3o w 0 1 n utomadeally disqualify that bidder_ 8. PAYMENT: tf the bid arnuunt. ir, S 5.00.00 or less, the cont=[ amoUnt shall be paid within forty- fTvt! (45) caleador days aflar cornpletien and acerptance by the City. AGE- in n"ordance %with the policy {"Malley")ofthe ExcentivcBrandi ofihe t=cdorul Gover meet, CcmIractor cuvrntints ftil 110,4flkerit nor any of its officers, marnbar3, agents emplayces, program pnrticipanfs or ski bcwitmcPon. white amg} iged Ire pr.rforining, Ihis ntract, :rhnt€. In connection with the employrnenf. advanremcrnt or discharge ofnmpleyeesor hi conucerion with the taint, conditions or privilgcs of their empipymcnt, disc:rninate apinsf }person; huause of their 19c sxccpt On the 1)05EW 0 n homn ride oct:upationaI gtuiIificntion, r0littMMI plan ITT statutory rk!glJbVititn4. Contractor fimhsr covenants that neither it nor its officors. incinberN Mge.nls. i=ployc;cs, subcuntmotons, programs participants, or persons Acting on their behalf, slwa€I sfaecify, in soliaitatitins or 06/04/03 advertisomn nls for employees to work Qn this contract, a rnaximuin age limit f€lr suclr emplr}yrnenI unless the specified maximum ago IWnit is based upon a hona fide ocukipr tiorial qua Iifivalioil, retirement plan or slatolory requirements. Contractor warrants it wilt tally comply with the policy and will de}end. Indemnify and hi ld City harmless against any claurt�'Or'Alle91WOW asscrked by third parties Or subt;anrrsctor againot City arising out of C:urinvctor's ar (Uor irs subcontractors' alleged failure to comply with the Above referenced P91icy crrncoming-age discrimination in the per rorin Fmcs. o€dds.agreemofrt, 0. DISABIIUITY: In accordance xvith the provisions of the Am&icsns Willi Disabilitic�s Act of 1990 ("ADA"'). Contractor warmnts4hot it rind uny and all of Its siibventraet6rs will oat titiilawfOY discriniinole on the brig is off sftbility in the prnrision ufservices to the genarnI public; nor in the a"ilability, [enns andler conditimis ofcinp]oyment forapplicants for enip]oymoTit Willi, or employees of contrnclor or }ury cd its stilacontractom. Caat6ctar warrants it will filly comply witlk ADA's iarovisjoris -M4 any nlher app€ickible €ederai, suite and local laws concerning disabllity and wilI defied, indemnify and hold City harmJeys 2igaiusl any ciFiims oT-allegations asserted by third parties or xrrircantrnctorn against City origing Gui al` Contractor's andlor it's subcontractors' al[eged failure to compty with I h L- abave referenced taws concerning disability discriniinutinn In �e performance 0fihis affecirlull, 11, AMORUITV AND V4't1MERBU SINE 58 ENT RPRBES— Ill accord with City ot''FM Worth Ordinance No. 15530, the City at Fort Worth hits goals fcr the participalk)n of minu6ty birslnrss eu[erlarlw,4 and warren iiislnass-enimprkrs iri City cwirmcta. A enpy n f ffc: Ordinance can be oblauied from the 0Mce of the City -Sec;rezary. Tk bidder zhaII imbrait the M13 FNM E UTILIZATION FORM, SUBC0N'J'RACT0Rf3[JI'PL1EK LITILIZA TON FORM. FRIM-'' CONTRACTOR WAVER FORM anNar flit: GOOD FA1711 EFFORT FORM (`with Doemnenlation") andlnr the 3OENT VE+,1" URE F'DRM as appropriatt. The Docunrantolion mu%t: be received by the marka&g department no Nicr than 3!0D p.m., five (5) City business days nfttrrthe-�id opening elate. The biddershnll ubriiin a receipt fxom t.be appropriate employee of [lie rnatiaging department to whom dcI[very ww.rnade, Such tout ipt shall ho evidence that the doutimuotatioiL was received by the City. Foilure to comply ;hnl] render the bid non-responsivn_ Upon eeguesi, Cnnirartar ads to provide the Owner complete and ncur,�te informatiuu regarding actual ► ork performed by a Minority 13usiness Fxitetprl9e (MBF,) undlor wamcr n businf;m enterprise (WRF) on the contract and pk ymunt thereat+ Contractor iUrtlier agrees iu perndt any audit andJvr ex-aluination of any bcyoks, records or tles in iia pm-x,essiun that wiit substantiate the aotuol work perforied by an M13E antunr WBE. Tlie uiisreprCsantotion oC fiicts (other than a rregligent misrepresentation) andlr r cninmissior, of fraud by the Coarrictor wit[ be grounds for terminattoo of the contract onrVor initinting acl ion nndof-appfopriutc Lcdcrul. Mate or local IPLws or ordinances !relating to f&C Malt meni�s, F LUIlItt. ufry such rriifirepresantatiQn of facts (other than a Tiw)igertt ritisraclaiesentutjtsn) rintUor wcanrnission of fraud will regal[ In [lie Confrfactor treeing detcrmt au l to be irre5punsibic laird harred tiara participating In City work far n petied of time cWnot less than three (3) }'ears_ 1?. FINAL PAYMENT, AccE, PTANcF AND W ARRANT'Y: a, Thr: coamcinr wi11 receive rulI paymmt. (less ruminage) from the city 1'42f cinch pay period- b. P�y=nl er tlzc retainage will he Ind 11ded wwth jhe Iirial paymeni after acccptonce of rlic pro.1cct m, being comply#e_ c, The projtwi shall he deemed complete Find arxepird by the City as of Ihc date* the Fimal ininch ii h has been compJeted, as.evUcnced by a written ;nitement signed by rlry i;ori"dor and ilia .U.ity, d. The wan-auiry period--sba I I begin as of The dale thvt lhv ruial puar-b list has beery cornplOvd. Bolls Paid Affidavit and Consent of Surety shall be rrquired p iorta tinul pgmont himontino due and puyabie_ Jn thia event that the Dills Paid Affidavit and Ceroent of Sur* have bean delivered to the city :old tl}ere is a disputa regarding (i) final quanEitirs, or (ii) liquidated damages, city shall make a progm payment in the vrriounl that city deeir" due and g2�yable, g. In the event or it dispute regarding either final yuantilies or Iiquidated darnages, the parties shall :IttEmpt 14 reEOVVZ the dii'fb nr" xvithin 30 calendar days. G6104(03 -3" SPECIAL INSTRUCTIONS TO BIDDERS T PW DEPARTMENT PECLAL INSTRUCTIONS TO DERIDERS I, BM SC, CURITY= Cashiees check or an acceptable hiddaes bond payatile to the City of Fort Worth, in an urnow of riot less than 5 percent of the lamest possible total of the hid submimt d mast accompany the bid, and i, subject to forfeit in the evetat the su"&.ssful bidder Ihils to execute the conlrni:t documents within ten days nftcr the contract has been awarded. To he an acce-ptable stinky on thty hid band, the saurely inust be a uffiurizcd to day business hi the siatu Qf Texas. Tn addition, the surety must (1) hold a cedific:itc; of authority from the Unf led States sccretary of the treasxary to qualify as a surety on gbligalions p(mmitted or required under federal law, ar (2) have obtained reinsurance for any liability iT) exoess of 1{1{I,000 firoin a reinsurer dim is ksulhor and and admillud us a tehisurer in the state of Texas and is the holder of a certificate of auiliaarity fr€gym the Lhitied Stews sowretary of the ireasury to qualify as i surety on obligations purinilted or required uadcr federal law. Sulisfihi*3ry proof of any such re:insuraucc shall be provided to the City upon request. 'Pie City, in its sole discretion. ►viII delerniine the ade€luac:y or tlic- prcmf required ha,r6l, 2. PROPOSAL, After propoi;ah; have bo to op6ned and reed aloud. the proposals w1ll be I.rbulamd on the basis of the quoted prices, the gnaniilie* shown in the prop€ W, and the application of suds formulas or other methods, of bringing items to a common basis ass inay be ugtabli,;hed ita Like Contract Docuimnts. The total obtained by Inking Ilia sum of the produuts of unit prices quoted wid the esliniated quantities plus any lump swis items and sucks ()Iiter quoted amounts as may enter into Lhe Cost .of the completed prujout will be considered as the amount of thy; laid, tlrktil tine award of Ibe e,ontrucl k made by the Chvner, IIke tipJkk will be ass d to reFeat any or all prroposalL. and waive technicahfies, to re-akdvertise for new proposals, or to proceed with the work in any manner ors maylic oorasidaared For [lie bast interest of thr. Ovwtier. The quantities of work and mater4 is to be furnished as may be lasted in the proposal fcrrkns or other parts of 111e Contract Dacumen ts %YiII I con -sddered as aapproxirraate only and wilt he used for tha parpi).%- of compar kng bads on it uniform basis, Payment w i I I Lac inade to the Contractor for curly the, actual quantities of work performfd wr maIe rials fu nishud in 9yiel accordani;e with the Conttacl Doouments mid. [Tans. of work To bu perfarialecl and ma aerials to be lits'nisbed may be iricreaiiud or decreased as hercinafter provided, wilhow in any wary invalidating Lhe unit prices bid or "y other requirements J the Contract Docctmvnts. 3. ADDENDA- Bidders are responsihie for obtaining all addeuda to the Couiracl Documents prier to the hid receipt. lmfarmation regarding The afalus of addenda may be obtAued by contacting the Deparlmeni or Engineering oat (817) 871-7910, Bids ihilt da not acknowledge all appli"ble addenda will be rejected as von=responsive. d. AWARD OF OWMACT: Ilie contrnc1, ir;iwarded, will be awarr€led to the IOW&SI responsive bidder. The City re.,;e,ves the right to reject any or all bids and waive any or all irregularities. No bid may be. withdrawn unlit thv expiration of NINET3' (90) C 1ty 1)risiness days from (lie date that the MfWBE UTILIZATION FORM, PRTW COAT AC'1 OR WA1 ER FORM anchor the (300D FAI ni EFrFORT FORM ("DoeumentaIion ") is received by like City. 5. PAYME, NT PERFORMANCE AND MAJINTENANC-E BONDS: 'Me sllccessfill hiddur enwrhig into s �-,t1nlracl For tkt�,, work will k required to g�ye the City surety in a sum ccl"[11 to the amolint of the contract awarded. The suecestiful bidder shall be requirod to likrnish banding as applicable in a suns equal to the arneunt of tlic eontract a urdcd. Thrf form of the bond shut1 be as herein provided aiid the surely shall be acveptablc to- the Cif}.. All bands Furnished hereund(w shall meet the requireintnts of Chapter 2.253 .of the Texas Gavernmeni Code, as amwided. A. If the IwaI wWract price is $25,000 or less, p�jyinent to the cont r�tc[Qr shall be mado in one lump sure. Payment shall not be made for a period of 45 calendar days frnin the date the work has been complewd and ;Meeel}ted by thr City. if the contract amount is in cxcegs of $25,000. a Payment Bead shall be executed, in the amouni of the contract, �coli�ly for [lie proiection of a I I claimants supplying Iabor and mat rial hi the prosecution of the work. 1 r t.1te Contract atllouat is. in excess or $100,000, a Ptt'fort1 ance Solid shall be execiftd, in I lie amoiinl i6f the cantmel c;cmdiI ioned ari thu faithful perforrnanc4 of the wark in accordance Willi the plans, spwiiit;afions, and coniraei document s, Said bend small solely be for the pretection of the City of Fart Werth. A Two-year Matatcnnnee Bnnd is required for all prDjects to insure thB prompt, Full acid f.1iillful perfurmanc<- of the general guarnnt , as set forilt in Paragraph 7 of the Special Provisions. To bean acceptable murety ors ille pefformanee, payrnow and maintenance bonds, Ilse sorcty must be authorind to do business in the state of Texas aril meet all rogwfi-ernents of Texas Insurance: Code, section 7.19-1. in addition, the juroty Inw9t (1) hold a ccrtifi.cate of authority from the Untied States s=re'tary 4 the Ireaqury to qualify as a -zurety on uhligations permitted or mquired kinder feder,�I low; or (2) have, ob[ained reinsurance rear :any liability in oxcv; s of 100,000 from a roillsitrcr that is authorind an6 admitted us -a rein surer in tho state of Texas and i� the bolder ofn certincste of authority from the Untied staves seeretsry of the tm ury In qualify ws a µurety on obligalions pe*mitted or required under federal law, Satisfactory proof ofaiiy such reinsiimnet dha11 be provided to Ihu laity upon ri equeA. The City. in its sole discretion, will &tertniue the iidegaiicy c;ribc proof requ ircd herein. No sui5edes will be accepted by the City that are at the lime in del-hult yr delinquent on any bonds or which are inturostud in any litigation ngain%t the City. Should any stiroty or, the contract be determined unsatisfsctcjry M firkV time by the: City, notice will be given to the contractor to that effect and the coniraelc>r shall jmmecliatctly pr6vide a nrnw surety satisfactory to the City fir. LIOTTI[D TED DAMAGES. JChu (ontractor's-attention is called to Part I - Genertcl Provisions, Dom 8. Paragraph 8.6, Standard Specifications f StStreet and Storm Dryin Cortstructiou of the City of Fort Woeth, Texas, cr;nc:crning lignidatud damages for lase vompletion E,fprojcits exer-pt as. mod ified by these specifications. 7. FNjPL{l fVj[Ei �T AND NON-DIS'Flit! .0 ontractor shall iial : discrimiiuiI o againA any parson(s) heeause of sec, race, religion, catur or national origin and shall comply with the provisions of sections 13A- 1 through 13A-29 of the Code of the City of Fort Worth (1986), cs amended, prohibiting discris ination in employment practices. 8. WAGE RATES: All biddors will be required to comply with provision 509a of " ernons Annotated Civil' Statutes" of the Sate ref -Texas wills respect TO the pteymenl of pre%roiling wage ruts as establlslud by the City of Fort Worth, Texas, and set forili in Contmci Documents for IhiF, project. 9. F M ANCUL STATE A currenl eettiried financial statenawii may be required by the Director of the Depannient of'l-ran sprrrtation and Public Works For use by the City in delc=iaing the suore�sful bidder- 111is statement. if requimd, 1s to bo prepated by an independent Public Acctsuniant hulling u valid permit issued by an appropriate State I.. mitring Agency. 10. INSURANC.'�'.: Within test clays of receipt of notice of award of aorstraci, ilso C antractor inusi provide, along with executed contract documents and appropriate bonds, proof of h=rance For Wov%f rs Compenoalioss (statutory). C'.omprehensivo General Liability (S 1,000.000 lair cwcurrcrtce, $2,000,000 aggregaic), and Automobile, lnsuraM:e (S 1.,000.000 each accident on n combined single basis or S250.000 property damagcI$500,000 k)dily injury per person pet' occurrrnci�. A conimerciar hir acss policy Mall prpvido coverage on "arty Auto", defined as .autos owned, hired, and non-o md). Additional lirMgs of coverage Islay be requested, If .such s3 retliaeo k made after bid 01"ing, Contractor sliall k untitled to °o of the additional premiujn ccxsi_ For worker's additional compt:nsaiion equal to I1 compensation inmiraPice requirement.5, atie Special lnslructions to Bidders - Item 16. 11. ADDITIONAL INSURANCE RT UMMIENTS: A. 'the City, its officers, employL�; and servants mall he endursod a-s an addition aI insutrd on C*Papctoes insuramw policies exi.eptIlIg esxapiuyeslr; li2sl,ility insurance coverage under Cantraaor`s workers' compensation 1msuraar+;e policy. 11, Ccftificates of ittstsrance shall be delivcmd to the City :of fort Wrath. c:outract Adviiiiistrator in (lie rosfx:cl ve department as specil'tad in the bid .documents, 1000 Thrc (ATTI rrtt+iM Street, Fort- Wortlk, TX 76102. prior to cornrnenee-ment of work on the pontraicied project. C. Any failure on pare of the City to request required insurance documentation shall not constiftsle a waiver of the insurance requirements spetifred herein, D. Each insurance policy Mtall be endorsed to provide the Cii� a minimum thirty days notice Of caneell;rltion, 11S)rt-renewa4 and/or material change in pot icy termE; or ccPvdrege. A refs days notice shall be acceptable in the event of non-pytnerit of prcmiarn- E. 1nsiurers roust bp auihorizM to do business its the State of Teexss and have a current AM. Best rating of A: Vil or equivalent mc�Lqure of financial strength and snlveticy- E Deduct ible Limits, or se If-fnndLd raention limits, on ollelI policy must not exceed $10.000,00 per occurrence utMlems otlienvise approved by the City. G. Other than worker's compensation insurance, in lieu of tmclitional insurance, City may consider Ttltemalive coverage or risk treatrnelkt tncasureof through insurance pools or ritik reienIiott groups. The City must approve in writing any uIkffiative coverage_ 1-1. Workers' compensation insurance policy(s) covering u}rnployces employed on the: prctjucl shall W endorsed ;vith a waiver of subrctpl ion provOfng rights ofrccc erg in ravor ortha City, 1. City sha11 not be m+ pomible for tlru direel paymun1 of imurance pretniern casts for -writrecte's insurance. J. onlra' aar's insurs ncke policies shall each lie endorsed to pmvida that such insurrstac:c is primary prntecliun anti any sets -funded or commercial coverage maitTsained by City shall nvt be called upon to contribute to 'loF ; recovury. IC_ In the curse of the project, Cpntrac,tor shall repoM in a timely muntacr, to C'ity's crflicially designated c omrao administrator any known loss occurrence which could 9ivc rise to a liability claim or is suit or wlticls could rewksli In a prbperty kiss. L. Contractor's liability shall not be limited to the specified amotims Qfinsurame required herein. A Upon tlto request of Cily. Contmutor shall pmvido eomplet,e copies of all insurancs pi fl icier requimd by Ihe" contract dot ments, 12. NON-RES DENT HIDDlrRS: Pursuant w Texas Gavemntet11 Code, am 22K.t}l} . the City elf Fort Worth wiff not award thi6 contract to a non-resident bidder unless the Tiols- residenfs bid is lower than the Iowes t bid submitted by a responsible Texas resident bidder by the Lame amount that a Taxes resident bidder would be required to underbid a non-reAdent hidder to r�bttiin a winparable c-untract iti the stute in which the non-resident's-prinoipal place of biisirtess is lmc med. "Nort-reAdont bidder" means a bidder whose principal place of husiness is not in this !C ak-, but excludes � contractor where ulmimdte parent company of majority owner has its principal pierce of husines.s.in. this stag:. 'T;l xas residers[ bidder" means of bidder whose principal plrcce orbusiaess iox its this slate, rind includes a c[immctor whose trldmate pwenl company or maiurity owner has its principal that of basiness in this skate, 'T-his provision does tiul apply if the project is l`unded in 1H)Je or in part %Yimh federal funds. The: appropriate blanks of tfie Proposal must be 1`iiled a r a by all non-rcc dont bidders in Birder for its bid to meet specificalionrw. The failure of a non-resident ciomractoir it) do So will ztwomalically disq►tAify that bidder, 13. mjLN0RTJYJW0 BUSUI%ITSS EN'f'ERPRJS'Ez !n ocrordance with City of Fort Wool) Drdinauei-- No. 13550, The City of I-ort Worth has goods ror the pal'tl6palion o mirrc}rity busim." enterpriws and �wamE!n business enterprises In City pIjtracts. You rutty obtain it copy air the Ordinance lrott1 11,e Office of tree City Secretary. -I"lie MIWBE Utilization Fenn. Prime Contractor W-aiver Farm and the Gi xid Faith Effort Form, �Ls applicable, mini be subTnitkA no later than 5,00 p, m. five (5) City business days aflur the bid opening dale, cxolusivc of the bid opening date. The bidder shall sahmit the docurwritation at the rc=ption area of the Department of Engineaing ("Managing l3cpartment"), 2nd floor, City Hall, aitd Shall obtain a receipt. Faihjm to comply Aa]I resider your bid non-rtgponsive, iIpon contract executian belwectj the City aF Fort Worilr and the successfxil bidder, now known its Contractor, n pre-tanstr uion meeting will he whvdiptod at which lime the Contractor is required to subrnil r-ither Letters of Intent or executO agreements with the NVWRE firai(a) to be, tuiIized on this project. Sikh Letters 9f fntgnt or uxuci ted agreements shall include the following information: I , Natue of Contvm 2. Name of MIWBF# firm Lid iA d 3. Scope of Wark to bt� perromied by the M/ WBE firm 4. Monetary irymumil of work to be perforrned by the fvt/WBE f nn S. Signatures ofall p;iF1 ; notice to 1)roceed will not Joe issued until the signed letters) or executed agreemeat(s) have been received. Throughout Fire duraLion of tILN prpicct, ilie Conftctor comply wi[h IIle M/WBE Ordinance by complyi pig with the Following prate{lures: A /WB£ Participation Report Form mum Ice, -ubinitled monthly until lltc contract is wompleted. The first report will be due 3D days after cDjnm=cement of work. 'I'hc munth report MU have an original signairire to ensure accountability ror audit ptprposes. 1Zeports are to be submitted monthly to the MfWBr- Office, regwxlless of wlti�tller or not the "BE firrn IPmr been utilized. if there was no activity by an M2VMF in a part iFZuTar Month. p111r:c a"0" 01. "no pn�tit! ipaticn" in the spnees provided. and provide a bricf exp}unatian. 'Fite Contraet€ar shrill provide tic Iv1/"E Office proof of pgMent to the MIWBE subcontraetcrr-., tlttd suppliers only, The WVME Office will -aeccaPI Iltc folIDw ig as proof of paynient; -Copies cf suhmitted invoices with front aPid back copies of canceled ehe4k(s), OR 2. A notarlmd -letter explaining, in de(ail; a Subcontractor/supplier Scope of Work 1). Dkte when set -vices were received From subcontraetorlsuppller e, Am oun is paid to Ilie %ulwonir$etorJsuppIicr d. Original signaturas from hoth l}artie§ must bo included on this lc#ten 1 r the Contractor foresees a problem with subnjitting participation reports and/oT pruof of payment on a mom hly basis, the MMSE Office shouId be axgtified_ If the cantmoor w ish cv, [o.cluige ur delete a i i M/WBE sttNontractor or stkppIier, adhere to the following: 1. Immcadlawly .ubmit a Re uea for Approval or Chao a Form to the MIW-BE Office expiaiiiittg ilie request for Ilie Chart&e or deletion. 2. If (hv change affects the cL�mtnifteef lv11W13E parl ic i lint ion gust, slate clearly hin'w in' d why in dmunientation, a. All recltie:sts for changes nrtiv lie reviibWed and pre -approved by the NVWDE Mice_ I). If the Contractor makes change(s) prior to apprtWal, the change will be %tunsidemd when performing a post winpIitirace review on 1 his proieci. Upon the {'rxntraetor's s a+ce sful oolnpletion of this project, and wit -bin tent days after receipt of final payment from the City of Fort Worth, The Contractor will provide: the MJWHE C}fflige witli 1i Final PartIt) reflect the total participation from ALL subcontmetorslsuppliers utilized on the projW- All forms are available at the M)W13E Ofli=, 3rd flaar - City Hall. .For addkionsl information reg;%rdijig compliance; to the M1WBE Ordinance . call (817) 871-6104. Upon request, Contrscte?r agrees tQ providr to Owner Complete and inforninlion regard irig ,aetuaI work pe:rforined by a Minorit /Wot7xen Business Enterprise �M/W13Fj on the (:oa1r#c1 and payment lhOrefore. Conitactor further agrt= to pemlit xi audit and/or examina.itinn of any books, rucrrreds or Files in its possession thFt will substsanciare the actual work performed lay an MIWDE. The misrepre wntatkin of rkfs (other than a negligent misrepresetktation) and/or the wrimi45iiDn of fraud by the Contt'rOur will be grounds F�rr tcrrnination of the contract and(or inititeiing action under appropriate federal, state or local Iavvs or otxlimmices' relating io Fnise statements; further. ally suvh m0re;presenlation (Either than a neghgent mi,; epreseniafiu1i) wiWc r commission of fraud will re -stilt Ole the: Contmctur hr ijig determined Ju ire irre<spr=ilsle and baemd from partic ip iti ng in City work for a period of time of not Ics-, Ihati three years. 14. A BIGLF - lei case of tnnbivity or lack of ulearmess in stating pracess in the penp6sa1, the City reserves Ilie right to adopt the Most advantageous construction thmof or to reject Ihes prupu .sal. 15. PAYMENT FINAL PAYMENT iP1RDlJtECT AC-CEP`.TANCE AND WAY: 13ecause of the unique nttttire of this contract, suction 9.7 of the Swildard Spec lfiCal i<ms for Street and Storm Drain Construcrlon shall not apply .acid shall be shape{se ded by the rullttwiug: Whcft ever the improvctnown pre:scribcd by an individual Work Order have: Lwca t;ompleted, the Contractor shall notify the Enginer, The Engineer or other appropriiitc official of Ille Owner will, within a iLea.9onable time, perforin the in.9pection&. if such inspectioTi revelak that the improvemcials are in an ;acceptable coiidition and haw been cam plected bi accordance with ilie terms of ilia Contram Documents and all approved modlfieutlons thereof, Ille Engin"r will rcuummend ameptance of Ilic work under Ihtxt pal-ticula; Work Order and rec,u mtcnd payment therefore. F the Engineer tenets Iliat the work has nai been enmpleted as rNuired, the Contractor shall he odvis(-.(J in writing and will IN rumisl3cd with im i te m !zEd INt ol'aII U *",rt items that brave not been completud or whidi are not in art aci.eptabtl condition. When Ilse Contractor has uarrec:ted all xuch items, he shAtl again notify Ihn Engineer that the improvelna9ti#5 art, ready For inspection, and the Engineer shall proceed as outlined alkove. Whenever the improvements proscribed by the individuati Work Circler have been cornplowd and tall mquimments of the Contract Documews have been fulfrllod on the part of the Contractor as to thai Work Oii der, all vttirnate showing the vaiuc of the work will be prepared by the Engineer as soon as the necessary tneasurcrnt;n s, complitalics115, and elic}cks t%an be made_ 7-he ;1Mt)ul1t of Ilse c4tillinie will lac paid to ihcC Contractor after >acceptance by the Trafnslsortalieii and Public Works Direelor, provided [lie Corttrnctor has filmishcd 10 the Owner satisfactory cvidenc:e of paym(-M as follows: Prior to 50mission or the estimate liar payment, lice C:ontractnr shall c xx"Ilte an raFfidavit, as furnishced by the City, rtifying (hat all prsoiss, Firms, a3ssoCi$ti YtS, corporations, or other organizations I'trrnishing labor andlor materials under Ihaat Work Oi der have been paid ir+ fu11, that the wage scale estublialted by the City C oIlriciI is the City of'Fort Worth has been paid. and teat there are no claims pemd1ng for personal injury andlor property damages. The gcceptancc by ft: C:onrractar of the individual p yment as aforesaid.shal l operate as and shall release the: 0� vner from all 0ainis or liabilities under the Contract for anything dune or fiimiMwd or relating to the work under that Work Order or .any act or negleot of said City r'i-dating to or conrx�cted with the Contracl. The malting of the pa3ymcnt by the Owner skirl l not relieve the Contractor of any gualrai vees. kir a jthcr tvg4airemems of tlic Contmt Documents that spe6fzcally eontinue thereaflt,-r. For ptarpcses of this secl ion, the Work Order shall bt; deem ad c,omp tote and accepted by [lie City as of the date the punch list for lire particular Work Order ha-.-, l eon completed, as evidenced by n written statement signed by the contmaor and Zhu City. The wnrramty period shall begin ws of the date 1hal the fautl punch list For the particular Work Order hal, buca completed. 16. AIR P01,LUTION WATCH DAYS; The C:ontraeror Aiail be rectuirrd to observe the folio► hig gui:delinw relating to wQrlcing oil City ixinsiruction sites an days dea,ignmcd as "ArR POLL urioN WATCH DAYS". Typically, the OZONE SEASON " EA ON" within the a Metrraplux -are , lions from May I, through OCTOBER 31. with Gallo sa.m, - 10:00 a.m. heieig critical BECAUSE EMISSIONS ]~R.C?M THIS T7 E PERIOD HAVE ENOUGH TIME TO HA E IN T iE 1101' ATNIO PFLEU -MAT LEkDS TO E ARLY AFTERNOON OZONE fORMiV110N. . I -lie Texks Commission on Envirorarnental Quality (TC EQ), ira coordination wilh the National Wcaiber Servicc, N0 II issut; the Air PulIutioPi Watch by 3'00 p.rn. on the aftemoon prior to the WATCH day. On desigwiwd Air Pollutions Watch Day% the C onlracror sltsil bear the responsibility of h4ing aware that s«azh days have bean deslgnated Air Pollution Watch Days and as suet shall not begin work until 10,00 a.m, wlianever eaiistruction pfiaMng requires the use of motorized equipment for periodst in excess 01' 1 hour. However, the Contrsacter army begin wovk prior to 10.-0 } a xi. if use of rttotorized equipment is less than I boor, or if equipment is nta w and ccrtiIied by EPA ns "Low Emitting", or egiiipment burns Uttra Low w Sulfur Diesel (i.Ii. Jt7 , diesel eill rlfin ions. or aItcrtaative fuels suwh a& C:NG, If thes Contractor is unable to perronil can#inuoas Work for a period of at leas[ S0VVn hours between the lwtim of 7,00 a.m. - 5:00 p,m., an u designated Air Flollution Watch Darr, That day will be considercd as u weather defy wid added orsto the allowable weather days of a given molltll, 17. WORKERS COt4iPENSATION ILNSURANCE COVERAGE. Contractors compliance with '1 orkers Compensation shall he as follom;: A. Definitions- C'c0ilicate of cilve�-age- ("curl iriwate") - A copy of i'ordricate of insurance, A cerlificste ol= atiIhority I St! l(-x1t'1tt C issuer[ by 111e rorr,nIission, or a cff versge agreement (1`WCC- 81. T C-C-82, TWCC-83, or 'T CC-84), ghowing statutory wurkere comptrrrsation insurance coverage for the person's or entity employees providing services ern a project, for the duration of (be project, Dtirat.ion of the projtm - includes the time From the beginifing of [lie work on the Project until the contractor'slpemn's work on tisr project hags been completod and awr pted by the'governmental catity. ['er ont. providing services on tho protect ("sKkl+cantractor" in,406.06) - 'includes all pun ns or entiiics performing ull ol, part oFtlie servico,3 the contracwr has undertaken to perJ!oTn pii the project, rugardless of teethe€ Thal persbn hiss eittplWyees. This includes, without limitation, indepen.clent contractors, subcanlraaors, leasing romlianies, motor carrier:q, owner-opwaturs, eniployeet; of -any such entity, or egiployees of any artily which fternisims persons to provide services an the-prateet. "Services" include, without lirnittsion, providing, hauling, or delivering egLliprncrst Or matffials, or providing labor, transportation, or other service Mated to iri project_ "Services" tlocs not include activities unrelated to tho pro*t, areois m rood/beverage vendors, office supply deliveries, 41W delivery of partable toilets_ U. The [xWractur sliill provide uuW:rugo, based ort proper rupatrting of classificatian codas Lind payroll aniounts and Filing of any coverage agreements, which meets the statutory requ irernen ts ofTexas Labor Cede; Secii6n 4 01.01](44) Aw all employccs of tho wtsntractor providing services on the project, for the duration of the prqj"I- C. The Contractor roust provide a cj-,rtificate of coverage to the government -al entity prior to being+, awarder[ (lie i roiitra& D. if the coverage period sltown on the coam. dor's current certificate or coverage uiA, during the duration of I.he project, the c(rnlractor mum, prior to the and of The coverage period, file a new Certificate of coverage v+willi The gov-,rmnewal entaly showing that ci�rvernge Its begin extender[. E, The oblain tram each pt:rtion pmvi tiling WervlCCS UP) a projerm, lmd provide to the City: (1) a *attificaie of coverage, prior to that pemon beginning worse on the project, so the City jvi11 staves on F1c t;artiricate-s. of coverage showing coverage for all persons providing; services -on the prc,tect: all (I () no later than sevdrt flays af#er receipt by Lht; contractor, a ncew certificate of coverage showing cxmnnion of r:c varage, if thu coverage period -;hotivn on Ilxe current certificate of coverage ends during ilie duration Erf the project. The cons =tor shall rmtain all required certif"rcates of coverage for the dural ion of llie proj"i and i'ar vrtc year thereafEer. `f1Ie coat Actor shoI t notify the goverErt�sriIi&I entity tsi writing by (.cdilierl mail or personal deitvery, withiEt ten days after tlxe eorrtractQr krtiow or should havn known, of any c:hiingo that materially affects the provision of coverage of xny person providing service oTT the prvjea. H. '1'h,: cotrtr+xctor shali post on each project site a notice, in Ilre text, form Alid mariner prescribed Icy the Texas Workers' twpmpt:nsaticn Commission, informing. all per�ians pr6vidbig services nsti HPe project that Ihr,-y,are required to be euvcred, and staling how a pegun may ►orify coverage and report lacy of oovefage. .1. TIic contra.cwr Mull contraclually. require crsclt person with whom it contraets to provide servieeS an n frraject, to; (1) provide uoverage, based ost proper reporting on classification and payroll nrnouni� and filing of EEny coverage agreemeEsts, which meets the statutory requirements of Texas Labor Cude, Section 4 01.0 11(44) for All of its employees providing services on the prffloct, for the duration. of the project; (2) pl-ovide to the eon(r'actor, prior to that person beginning work on the projuci, a Ccilifieaie of cc)verage showing thhl coverage is being prcviducl for all empluyceq of the person providing:service- on the project. for the dundion of the project, (3) provide the -cmitramor, prior to the egad of the ocry mge period, a new CMifrcate of coverage slowing extension of coverage, if the coverage period shown on the curre-ni cea rflcate of coverage utids durifig-the duration of the project, (4) obtain from "uh othar person or entity' ith whom it contracfs, ntsd provide to [lie contractor, (a) a cci- ilicate of coverage. prior to the other person or crxtity beginning work on the projr,^ct; and (b) a new cerlific;jte of coverngc showing extension of coverage, prior to Ihu end of the covoi-age period, if the uoverEsge period slitrwn on Ibc current certiFleate of coverage oadq during Lie duration Of the prajes:t; (5) retain all required czrtific#tes of coverage on the for the duration of the protect and roy oiie year theresrfiter. (6) nofif the goverivnental entity in writing by certified mail or pens lial delivery, within ten days aver lice person knew or should have known, of any sbange that materially affects the- pl`oviwiorE of cover-a9c rat' any parson providing services orr the prqjeci; and (7) contmettially require each person with wham it contracts. [cI perform as required by pur.-Igraplxs (1) - j7), with the certificates of coverage to be provided to the persan for whom ilwy are providing services. J. By signing ik is watr-act os prtrvidiug or catuging to b, provided a cWilicate of coverage, the contractor is representing to the gavernmen[nl entity flial all employees of the contractor who will provide !;orvices on the protect will he covered by workers' compcii.4 titan coverage for the dinalian of the project, that rile coverage will Igo based on proper re.porting of ciln&-cifica[ion c%les =d payroll amounts, and that all coverage agreements will be filed with the appropriate insu ante carrier or, In the ease of a self- in.ittred, with the cominission's division of Self-lasuraiwe regulation. Providing false of misleading inform:atiort may subject [lie contractm- to administrative pent,l[ies. eriminnl perkties, pivil penalties or ntlicr civil actioril. K. The contra- tots lai ltirtw to Wmply will, any of tlrcac provisions is' a breach of contract by ilia contractor which entities tile City to declare the contract void if the cunlrtiiAor does not remedy the breach within ien days after receipt of nvtige. of bread, from the city. "Tl,.e contractor stall rasa it notice on each project site informing i ll persons providing services on the project that they are required to bo covered, and Stating how a per -on may vurify current coverage and report failure to pmyide coverage. This notice does not sralisJ-'y ollivr posting ruquiremenis imposed by the Texas Workern' Compensation Act or aiher Texas Workcr5' CompenRauon cummission rules. This jiotice piust be printed with a title in of lea 'at 30 poiin bald typo and text in ni 1"-;1 19 point normal type. and shall ice in both Engli:Ai and Spanish and any other latrguage con ilnan to the worker population. The text for the natives shall be the following text, without atlV additiowd words or Changes, P,F,QUTfLD V1 ORKERS' COM P FN SA'rif N COVERAG'E "Thu law rCqUirt!R that each person working on this site or providing services related IV this ctragrtietion project must lie co4,Orzd by orke ms' aompensniioi, insUTEWce. This inQludes persons providing, harilhig, or defivering equipment or materials, or providing labor or trsnsportstion or wher service relaivd to the pax ject, regardlc%s of the identity of their employer or status as au employee." „Call the 'fcxa; wo l.kers' Co rnpctssatioii Commission at (512) 440-3789 to receive inFormaiioll cmn the logarl rcquimement For coverage, to verify whether your emptvycr has provided the re<luired coverage, or to report an employer's fm,iItii-e to provide coverage." 18. AGE DIS iMfflA"I'ION' In accordance with tile policy ("Policy") of the Executive Branch of the federal government, contractor covenants [hilt neither it nor uny cpfficcrs, members, agents or emphlyees who erloge in titre perfUM,siice of this Coll wact shall, in conneitlon with such cmiploymunt. advancemeut or discharge of employees or in eonneaimi with the tents, conditions or privileges of Their employmeAt, discriminate agaimst any person because. of their age except an tlje basis 9fa hona fide ocerppationai gtrilifi.ctafion, retirome,ili plan or r;latujory requirement- Contrac(ur further covenavis that neither it nuT its officers, members, gcws or employees acting on their behalf, shall spacify in s0li6tationa'or advertLwintmts for employees io wark on those eantract a maximum age limit for such employment unless the sp ified maximum age limit is based upon a bona fide o apational qualiticalion, reijremeut plan or'Ututory Ierlrliru�lienl- C anvac:tor warrants that it will Cully comply with the Policy and will defend, indrillnify nrrd hold City harmle+.Li against any and all ul.,jillls or allegations Ijlcd by third parties agair}st City 5rising out of Contractor's alleg l failUre to �ornllly wills the Prslicy ill the performance of this couaract. 19. DYSC:RI INA'i'ION DUE TO DISABILITY, Ln acj:ol-dance with the previxions of the Arlericans with Di�ahilitiea AO of I99(1 („ADA"), Contractor warrants that iI will not unlawfully discrimitinle on life basis of disability in the provision of services to the gentral public, nor ill the availability, tems or condilions of employment for applicants, f'or employment with, or curivnt employees u , Contractor. Contractor warrants that it will fully upmply with the; ADA'& provisions and any other applicable federal, state, or local laws concerning disability and will defend, indemnify and hold City harmless against any and a -claims ar allegations filed by third parries against City arising out of Contractor's alleged failure to comply wish the ADA in Ilse performan" of Ihis contract. s4- PROPOSAL VENDOR COMPLUNCE TO STATE LAW PROPOSAL This proposal must not be removed from this book of Contract Documents. TO: Charles R. Boswell Fort Worth, Texas City Manager Fort Worth, Texas PROPOSAL FOR: The furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the reconstruction of water, sewer, drainage and paving within 6 h Avenue (from W. Arlington Ave. to W. Magnolia Ave.), Hurley Avenue (from W. Arlington Ave. to W. Myrtle St.), W. Arlington Avenue (from S. Henderson St. to 51h Ave.), W. Arlington Avenue (from College St. to S. Henderson St.) and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: 2004 CAPITAL IMPROVEMENT PROGRAM YEAR 2 — GROUP 13 6'h AVENUE, HURLEY AVENUE, W. ARLINGTON AVENUE DOE NO.4700 Project Numbers: T/PW — C200-541200-0209400015283 WATER --- P253-541200-0609170015283 SEWER — P258-541200-0709170015283 Pursuant to the foregoing 'Notice to Bidders', the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents, and the General Contract Documents and General Specifications for Water Department Projects, the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material except as specified to be furnished by the City, which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the City Engineering Department of the City of Fort Worth, Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: UNIT I - SECTION A: WATER REPLACEMENT PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE TOTAL AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) 1. 160 L.F. 6-Inch Water Pipe *; Per Linear Foot: Wal-li'i pwt Dollars and 00 Cents $ Zq - 010 $ 46 W . 00 2. 6,940 L.F. 8-Inch Water Pipe *; Per Linear Foot: -nf i fz 'r `f Dollars and 00 Cents $ 30, 00 $ Za 3. 160 L.F. 12-Inch Water Pipe *; Per Linear Foot: 1� ! r Y Dollars and "o Cents $ 0.00 $ 00 4. 13 EA_ 6-Inch Gate Valve w/ Cast Iron Box and Lid; Per Each: �ll� G t71a�� Fatzrf Dollars and Nf7 Cents $ 640•06 $ 3ZO 06 5. 23 EA. 8-Inch Gate Valve w/ Cast Iron Box and Lid; Per Each: a--L(atir av"Pt'cP N)WrLollars and Ago Cents $ b 00 00 $ ZA 4-70_490 6. 5 EA. 124nch Gate Valve w/ Cast Iron Box and Lid; Per Each: F(E.Mtl) f4o"P/eflbollars and 00 Cents $ 1 5700.00 $ 7-5 d�p�j = UNIT I - SECTION A: WATER REPLACEMENT PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) 7. 2 EA. 30-Inch Gate Valve & Vault; Per Each: TwmrY om •rZ_V&,e_ 0,0 Dollars and )JO Cents $ 3&&mn-0 $7Zj, &0 8. 1 EA. 6-Inch Blow -Off w/ 6-Inch Gate Valve & Sump Manhole; Per Each: T-R70 _r'i)=r y i111z" E40W12a1JDollars and ND Cents $ �` 3 W- 00 $ 5_3 LO-00 9. 1 EA. 2-Inch Air & Vacuum Release Valve w/ Vault; Per Each: (:"vary ai& a r 6Nw-, ewoollars and 00 Cents $ +600,00 $ +00-00 10. 7 TN. Cast Iron/ Ductile Iron Fittings; Per Ton: 1i.I )ice r `�� lu��� �ollars ZIE and 00 Cents $ 3700-CO. $ 'Z5 � q6V -d6 11. 12 EA. Standard Fite Hydrant (3'-6"Bury Depth); Per Each: lit ijiv-yeFa) tRVr)z6T2Dollars and No Cents $ 1100.00 $ Z Z & 0 � 00 12. 24 V.F. Fire Hydrant Bbl. Extension; Per Vertical Foot. 1_4510 Dollars and AJO Cents $ io, Ofj $ ` () 00 C r UNIT I - SECTION A: WATER REPLACEMENT PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) 13. 12 EA. Remove Existing Fire Hydrant; Per Each: p$up z,—� Dollars and Ij p Cents $ WO -00 $ Z q 00 - 0a 14. 5 EA. Remove & Salvage Existing Gate Valve; Per Each: d "a Oyiippzcw� 15lFi7Dollars and 4,10 Cents $ ) S0.00 $ 75-0 -'90 15. 2 EA. Remove & Salvage Existing 30" Gate Valve; Per Each: (7tUF- T1iOV5�AVC� Dollars and 00 Cents $ 1 000-60 $ ZyOO-00 16, 194 EA. 1-Inch Service Taps to main; Per Each: �gF-v &7urY i d+rZ cz� 157 HOPP2e-c> Dollars and L90 Cents $ 3 70- 0 b $ 60—_ 00 17. 3,300 L.F. Install I -Inch Copper Service From Main to Five (5) Feet Behind the Meter; Per Linear Foot: , 670 6 " Dollars and �� a Y Cents $— l f . 40 $ 37 ( 70� 019 4 UNIT I - SECTION A: WATER REPLACEMENT PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) 18. 38 EA. Relocate 3/4-Inch Service Meters and Meter Boxes; Per Each: ¢aFDollars and j"20 Cents $ 5.50-00 $j3t 3,00- M 19. 6 EA. Install Multiple Service Branches For I -Inch Copper Service; Per Each: r--outz- Huluya,o? Dollars and A) 0 Cents $ IW2. CV $ Oa 20. 194 EA. Furnish and Set Class 'A', 'B', ' and'C' Meter Boxes; Per Each: p,[9r,'- Dollars and Ju4 Cents $ 106).60 $ jq, +CQ.-00 21. 1 L.S. Furnish and Lay 2-Inch Pipe and Fittings for Temporary Service; Per Lump Sum: rlrr rj-Poue t+vp Dollars and UQ Cents $ 000 00 $ 000 00 22. 20 C.Y. Crushed Limestone for Misc. Placement; Per Cubic Yard: d Dollars and ¢Vp Cents $ j _ D $ zoo 00 5 UNIT I - SECTION A: WATER REPLACEYiENT PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM QUANTITY BID PRICES WRITTEN IN WORDS 'PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) 23. 30 C.Y. Class 'B' Concrete (2500#); Per Cubic Yard: 00I Dollars and vO Cents $ 110 $ 30- C2© 24. 20 C.Y. Class'E' Concrete (1500#); Per Cubic Yard: 6) 0� Dollars and �© Cents $ 1 .. 0 $ ZD .00 25. 2,390 L.F. Trench Safety System; Per Linear Foot: Dollars and 1LJQ Cents $ Z..®Q $ 7O.-CO 26. 145 S.Y. Prop. 6-Inch Concrete Pavement Over Exist. Base; Per Square Yard: 'uk.wor'r Dollars and 00 Cents $ 0 V $ fV � 27. 80 L.F. Permanent Concrete Pavement Repair, per Fig. 2000-2; Per Linear Foot: 15 tV, _ Dollars and 00 Cents $ s -0 $ 60 28. 580 L.F. Permanent Asphalt Pavement Repair, per Fig_ 2000-1A; Per Linear Foot: I gTY 1=-E UU_ Dollars and 00 Cents $ $� 300-00 31 r - UNIT I - SECTION A: WATER REPLACEMENT PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) 29. 10,215 L.F. Temporary Pavement Repair; Per Linear Foot: L&Z�7upQi Dollars and L90 Cents 30a 2,474 L.F. 30-Inch Class 150 Ductile Iron Pipe; Per Linear Foot: .rw ova- Gl {� Up{� ij 15ro2�Doll�s and _ A1C7 Cents $ 1+7--60 $ 1, 4 31 a 12 TN. 30-Inch DIP Water Fittings and Specials, Furnish, Install, Complete in Place; Per Ton: t x r i TwO i-4vPmzc-GDollars and 00 Cents $ GZ- ©CJ 00 $7—t A-0-D` 00 30b 2,474 L.F. 30-Inch C-303 Bar Wrapped Concrete Cylinder Pipe; Per Linear Foot: 00 (7 1 (2 Dollars and Cents $ 31b I L.S. 30-Inch Concrete Pressure Pipe Fittings and Specials, Furnish, Install, Complete in Place; Per Lump Sum: _ U0 6? Dollars and Cents $ 7 $ NO z 11) $, o91 TOTAL AMOUNT - DUCTILE IROTd PIPE BID (Bid Items 1-29, 30a & 31a) TOTAL AMOUNT W- CONCRETE PIPE BID (Bid Items 1-29, 30b & 31b) TRANSFER UNIT I - SECTION A: WATER REPLACEMENT TOTAL AMOUNT - DUCTILE IRON PIPE BID & TOTAL AMOUNT - CONCRETE PIPE BID TO SUMMARY OF BIDS ON PAGE 23 *Type of Pipe Used PVC DR-14: DIP Class S 1: e ADDITIVE OR DEDUCTIVE ITEMS In the event the additions to, or deductions from the work shown on the plans or described in the specifications are made, and that they are covered by the following fittings or special items, the Bidder agrees that the following unit prices shall be used in making additions to, or deductions from the contract amount. SIZE TYPE OF FITTING BID COST FOR FURNISHING AND INSTALLING EACH FITTING 30" Cleaning Wye 30" 0 to 22 Yz degree Bend 30" 45 degree Bend 30" 90 degree Bend ?JA 30" Additional Length of Pipe 30" Additional Closure Sections jPA Contractor shall fill in blanks for "Bid Cost for Furnishing and Installing Each Fitting" as a part of his bid. 9 UNIT I -= SECTION B: SEWER REPLACEMENT PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) 1. 1,730 L.F. 8-Inch Sanitary Sewer Pipe* (at all depths); Per Linear Foot: O xz, i- Y F-0cv fZDollars and K90 Cents $ 2. 5 EA. Standard 4-Foot Diameter Manhole (0 to 6 feet depth); Per Each: _t- 4& gl rep-W Wxlt74ZzG Dollars and 00 Cents $ JAV,00 $ ej 0 V© 00 3. 5 EA. Vacuum Test for Manhole; Per Each: d U &;- Dollars and 00 Cents $ d— Q —00 - $ 5_0dG 6V 4. 5 EA. Concrete Collar for Manhole, Per Fig. 121; Per Each: TTQ.90 000Vfza-P> Dollars and .00 Cents $ ZOO-00 $ 0 00- d 5. 5 EA, Watertight Manhole Inserts; Per Each: T= 1 r— r - r Dollars and Jed Cents $ 5_19 - r9 $ Z 50 c 00 6. 6 EA. Remove Existing Sewer Manhole; Per Each: 1= I r r-y °T6f►z 6 00JUpP'6-1> Dollars and 00 Cents $ 350-.6v $ eqo� 490 10 UNIT I - SECTION B: SEWER REPLACEMENT PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) 7. 49 EA. 4-Inch Sanitary Sewer Service Tap; Per Each: T-oi Pz7'r' ` tl jzr� c-: NV'Ppp a�r2 Dollars and f- Cents $ 330-O $1_ t ! 70- 00 $_ 660 L.F. 4-Inch Sanitary Sewer Service Line Replacement; Per Linear Foot: ! FF0 EFkPT"'� t—;- Dollars and N D Cents $ $ Z i, Zso P t90 9. 50 EA. 4-Inch Sanitary Sewer 2-Way Cleanout; Per Each: 6L2&- OV"P7z V E7(*iYDollars and ;j 0 Cents $ 18YOlev $ q 000- 0 10. 20 C.Y. Crushed Limestone for Misc_ Placement; Per Cubic Yard: 0 AL) 6- Dollars and (,V Cents $_ 0 $ Zb --00 11. 30 C.Y. Class'B' Concrete (2500#); Per Cubic Yard: 0 PG- Dollars and 00 Cents $ $ 0 -00 12. 20 C.Y. Class'E' Concrete (1500#); Per Cubic Yard: 4 I) c Dollars and 00 Cents $ $ W - lam' 11 UNIT I - SECTION B: SEWER REPLACEMENT PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) 13. 1,320 L.F. Trench Safety System; Per Linear Foot: 100 6� Dollars and ISO Cents $ l -0 0 $ 13 40- U0 14. 1 EA. Cut & Plug Existing (Mains All Sizes); Per Each: r-1 r-rY Il Lgpyw�ay Dollars and JKJ Cents $ 350 �00 $ 3,50- _ 15. 760 L.F. Permanent Concrete Pavement Repair, per Fig. 2000-2; Per Linear Foot: Ff16zT "F 1= iUC Dollars and "0 - -- Cents $ 15-- 00 $ -31 j 7-06G00 16. 225 L.F. Permanent Asphalt Pavement Repair, per Fig. 2000-1A; Per Linear Foot: n 1? -`r Dollars and NC? Cents $ 40 XIV $ RV00- 00 17. 1,730 L.F. Post Construction Television Inspection of Sanitary Sewer Lines; Per Linear Foot: 0 Dollars and 0 Cents $ $ 3 +1� (q- 00 TOTAL AMOUNT SEWER BID $ 1 7 ,3 _ '760 00 12 * Type of Pipe Used: PVC Pipe (SDR-35, Per E1-25, 6 - 15 inch) PVC Pipe (PS-46, Per E1-27, 6 - 15 inch) PVC Pipe (Composite Pipe, Per E1-29, 8 - 15 inch) PVC Pipe (Corrugated Pipe, Per E1-31, 6 - 15 inch) TRANSFER TOTAL OF UNIT I - SECTION B: SENVER REPLACEMENT TO SUMMARY OF BIDS ON PAGE 23 13 UNIT II -- PAVING RECONSTRUCTION — BASE BID ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) 1. 1 L.S. 2. 4 EA. 3. 1 L.S 4. 12,815 L.F. 5. 225 S.F. 6. 49,450 S.F. Utility Adjustment; Per Lump Sum: Thirty Thousand Dollars and No Cents $ 30,000.00 $ 30,000.00 Project Designation Signs; Per Each: Two Hundred -Fifty Dollars and No Cents $ 250.00 $ 1000.00 Storm Water Pollution Prevention Plan; Per Lump Sum: rC"@2&P-rY FI VK PrOMPKVollars and "90 Cents $- $ �(y. Remove Exist. Curb & Gutter; Per Linear Foot: Ft"© Dollars and 00 Cents $ Z.00 &0 Remove Exist. Cone. Valley Gutter; Per Square Foot: V 0 Dollars and "C ,V F� ry Cents $ 0. W $ % b Z. !;-0 Remove Exist. Conc. Sidewalk, Leadwalk, Steps, Wheelchair Ramps; Per Square Foot: 0 0 Dollars and kl cky 6 ry Cents $ �' -`�� $ 14 UNIT II — PAVING RECONSTRUCTION — BASE BID ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) 7. 18,450 S.F. Remove Exist. Concrete Driveway; Per Square Foot: 00 Dollars and owt-- o Cents $ ® -40 5106 8.#5''a" C.Y. Unclassified Street Excavation; Per Cubic Yard: $ c6, 60 ©© 'rW 1 F-T Y ram* Dollars and 41ryppi i ri VA Cents $ 7, Jf $ 1 a 4%.00 9. 10 EA. Remove Exist. 5-Foot Inlet; Per Each: Dollars and /Jo Cents $ 'ZOO -CO $ `7000- 0 10, 1 EA. Remove Exist. Storm Drain Manhole; Per Each: �'- U&V �(VPd 10Dollars and 00 Cents $ ' 00- $ 7650, 00 11. 3 EA. Remove Exist. 10-Foot Inlet; Per Each: V tati% t-fu u Dollars and U49 Cents $ 9.00-%C� $ Z700,00 12. 2 EA. Cut and Plug Exist. 15" S.D. Pipe; Per Each: k) f N f Dollars and NCI Cents $ RO - 00 $ (% 15 UNIT H -- PAVING RECONSTRUCTION - BASE BID ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) 13. 26 L.F. Remove Exist. 15" S.D. Pipe; Per Linear Foot: w�L U a Dollars and "d Cents $ 1Z.00 $ t Z r DC? 14. 40 L.F. Remove Exist. 18" S.D. Pipe; Per Linear Foot: 7 WFL_U a Dollars 15 1r 17 18. and XJ0 6 L.F. Remove Exist. 21" S.D. Pipe; Per Linear Foot: Cents $ 1 Z. 06 $ `E' 0 , 00 Dollars and ND Cents $ 1 3 L.F. Remove Exist. 24" S.D. Pipe; Per Linear Foot: r W 6(- V C- Dollars and )uO Cents $ iZ.�00 $ 36 -690 24 L.F. Prop. 18-Inch CL III R.C.P.; Per Linear Foot: F I F-7-V lw 169t Dollars and 00 Cents $ 54r00 $ t Zwf9d 61 L.F. Prop. 21-Inch CL III R.C.P.; Per Linear Foot: �9L f_Y`i 1f e-eff- Dollars and )U0 Cents $ 6 3 e 60 $ 3943 _(' 0 16 UNIT II -- PAVING RECONSTRUCTION — BASE BID ITEM APPROX.- DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) 19. 45 L.F. Prop. 24-Inch CL III R.C.P.; Per Linear Foot: 5 I x r Y W (w C Dollars and 00 Cents $ 20. 13 EA. Prop. Standard 10-Foot Inlet; Per Each:c;' f WeV'fY TWO 14Vz-.,VW-%ollars and 00 Cents $ 2 250-06 $ 2! c bC, 00 21. 2 EA. Prop. Standard 4-Foot Square Manhole; Per Each: le r-rfr TlvFxrP-rT FiV6- W)PP Dollars and 00 Cents $ 22. 65 C.Y. Prop. Trench Excavation & Backfill; Per Cubic Yard: Dollars and ,M Cents $ 2 . 00 $ 13 ©e 00 23. 49,450 S.F. Prop. Std. 4-Inch Cone. Sidewalk, Leadwalk, Steps, Wheelchair Ramps; Per Square Foot: ®� �L Dollars and Ft-oe�- Cents $ • ZS� $ Zt0r 24. 22,300 S.F. Prop, Standard 6-Inch Concrete Driveway; Per Square Foot: r— toc- Dollars and lwt—N-r l F-iue5' Cents $. 2✓� $ �l C�7� 17 UNIT II - PAVING RECONSTRUCTION - BASE BID ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) 25. 1,850 C.Y. Topsoil as Directed by Engineer; Per Cubic Yard: 91.GIVSWO Dollars and "0 Cents $ 11.00 $ 20,350.00 26. 51 EA. Adjust Water Valve Box; Per Each: i rep o J40,vPA &-J> Dollars and ma Cents $ 200.00 $ 10,200.00 27. 194 EA. Adjust Water Meter Box; Per Each: itfl r o- t Va Dollars and W Cents $ 35.00 $ 6,790.00 28. 207 EA. Paint Replacement of Existing Standard and Specialty Painted Curb Address Labels; Per Each: 'l H t tz.'rT Dollars and 00 Cents $ 30-00 $ 4 7-10-00 29. 1 EA. Remove and Reconstruct Mailboxes; Per Each: fr1F)-r _ ! � J c-o 0UkyP ze+_> -Dollars and Dp Cents $ 7:0-0 $ 75Vt60 30. 15 C.Y. Prop. 6-Inch Crushed Limestone for Driveway Transitions ; Per Cubic Yard: EQ P_ I 1 Dollars and 00 - Cents $ $0 CV $ d00.0 TOTAL AMOUNT OF BASE BID $ 7 +3 18 TRANSFER TOTAL OF UNIT H - PAVING RECONSTRUCTION - BASE BID TO SUMMARY OF BIDS ON PAGE 23 M UNIT H — PAVING RECONSTRUCTION — ALTERNATE `A' -- H.M.A.C. ITEM NO. APPROX. QUANTITY DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS UNIT PRICE TOTAL AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) f 1. 18,950 S.Y. Prop. 6-Inch H.M.A.C. Pavement; Per Square Yard: k9 C'10" Dollars and Cents $ $ 06 01 2. 22,790 S.Y. Prop. 8-Inch Lime Stabilized Subgrade @ 41 lbs./s_y.; Per Square Yard: kit] Iri' Dollars _ and Cents $ $ 00 & 1 #3 3. 470 TN. Prop. Lime; Per Ton: A1el f j Dollars and Cents $ Wo I 4. 12,815 L.F. Prop. Standard 7-Inch Curb & 18-Inch Gutter; Per Linear Foot: tc? Dollars and Cents $ a w 5. 8,100 S.F. Prop. Standard 7-Inch Concrete Valley Gutter; Per Square Foot: PO b-tp Dollars and Cents $ $00 6112 TOTAL AMOUNT OF ALTERNATE `A' BID $ KJQ —15 IV TRANSFER TOTAL OF UNIT II — PAVING RECONSTRUCTION — ALTERNATE 'A'- H.M.A.C. PAVING TO SUMMARY OF BIDS ON PAGE 23 20 UNIT II — PAVING RECONSTRUCTION — ALTERNATE `B' — CONCRETE ITEM NO. APPROX. QUANTITY DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS UNIT PRICE TOTAL. AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) 1. 21,520 S.Y. Prop. 6-Inch Concrete Pavement; Per Square Yard: 'l-lopw rp � V-15FJ Dollars and l - Pr— r T Cents $ � � • ✓�U $.._ "_ _ — aD.Df� ' 2. 22,790 S.Y. Prop. 6-Inch Lime Stabilized Subgrade @ 32 lbs./s.y.; Per Square Yard: VFW O Dollars and rwrl F`Wc Cents $ 3. 365 TN. Prop. Lime; Per Ton: I xic-i ` r Dollars and k) Cents $ 00 $ 3 Ze e 50- ©° 4. 25,690 L.F. Prop. Silicone Joint Sealant; Per Linear Foot: 0 k1 E Dollars 5. 12,550 LY 6. 265 L.F. and F I/F��V Cents $ 1 , 1 �? $ 4 94-3- -5'0 Prop. Standard 7-Inch Concrete Curb; Per Linear Foot: 19k) E Dollars and 9 6 u 0-A1 T Cents $ E s 70 00 E Prop. Standard 7-Inch Concrete Curb & 18" Gutter; Per Linear Foot: L 1 (4 11 G-0 Dollars and "0 Cents $ t 91, 00 $ �� 21 UNIT II - PAVING RECONSTRUCTION -- ALTERNATE `B' - CONCRETE ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) 7. 18 TN. Prop. 6-Inch HMAC Transition; Per Ton: _ p Twr. r,,'r-r Dollars and /JO Cents TOTAL AMOUNT OF ALTERNATE `B' BID $ 7 Aj 1 `7 3 6 - 0 0 TRANSFER TOTAL OF UNIT II - PAVING RECONSTRUCTION - ALTERNATE `B'- CONCRETE PAVING TO SUMMARY OF BIDS ON PAGE 23 22 SU1 INL RY OF BIDS UNIT I: WATER & SEWER REPLACEMENT Total Section A --- yyrWater y—/Ductile Iron Pipe (from page 8) Total Section A -- Water — Concrete Pipe (from page 8) $ 0D GF Total Section B — Sewer (from page 12) $ b0-O® UNIT II: PAVING RECONSTRUCTION Total — Paving Reconstruction — Base Bid (froze Pagel 8) Total — Paving Reconstruction — Alternate `A' — Asphalt Paving (from Page 20) $ ;Jo 91r> Total — Paving Reconstruction — Alternate `B' — Concrete Paving (from Page 22) $ '733, 736.0 *CONSTRUCTION OPTION 1— ASPHALT PAVING & DUCTILE IRON PIPE Unit I (Ductile Iron Pipe + Sewer) + Unit II (Base Bid + Alternate `A') $ 0 13 IV *CONSTRUCTION OPTION 2 -- ASPHALT PAVING & CONCRETE PIPE Unit I (Concrete Pipe + Sewer) + Unit II (Base Bid + Alternate `A') $— 00 E? l9 23 *CONSTRUCTION OPTION 3 — CONCRETE PAVING & DUCTILE IRON PIPE Unit I (Ductile Iron Pipe + Sewer) + Unit 11(Base Bid + Alternate `B') *CONSTRUCTION OPTION 4 — CONCRETE PAVING & CONCRETE PIPE Unit I (Concrete Pipe + Sewer) + Unit II (Base Bid + Alternate `B') $ 00 r 02 *THESE TOTALS ARE TO BE READ AT BID OPENING CONTRACTOR shall, if applicable, identify the pre -qualified sub -contractor who shall install water anal/or sanitary sewer facilities. Pre -qualified sub -contractor for water and/or sanitary sewer installation. 24 PROPOSAL (Cont.) Within ten (10) days after acceptance of this Proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 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. The undersigned bidder certified that he has been furnished at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract within Two Hundred e Ninety (390) Working Days after beginning construction as set forth in the written work order to be furnished by the Owner. (Complete A or B below, as applicable:) A. The principal place of business of our company is in the State of Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non resident bidders in the State of , our principal place of business, are not required to underbid resident bidders. '�_B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. 25 M I (we) acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration on preparation of the foregoing bid: Addendum No. 1 (Initials) Addendum No. 3 (Initials) Addendum No. 2 (Initials) Addendum No. 4 (Initials) (Seal) Date: 77- 7 - 0 4 Respectfully submitted, Title Address 4ZOa 14U&.Op 4r. .51 P'r Wa ir� Tr. 74101f Telephone: 6 ! 7 7.3.5r —16 D 0 26 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out -of -State contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out -of -State or nonresident bidders in order for your bid to meet specifications. The failure of out -of -State or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident vendors in (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Nonresident vendors in to underbid resident bidders. (give State), our principal place of business, are not required B. Our principal place of business or corporate offices are in the State of Texas. BIDDER: (5i t- ~O C~MA41t 0, J40G. 4Z40 54. 90&v-� Sr. #5713 1= r Wo R . U 10-1 City State Zip �1A By: 12 ft16 2aT (Please int) I Signature: - Title: rp— Or 5 1 P EAai� (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION ATTACHMENT1A 08-09-06 Pagel of FORT WORTH City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable black to describe prime Gilco Con-tracting, Inc. TvI/W/DBE NON-M/W/DBE PROJECT NAME: 2004 CAPITAL IMPROVEMENTS PROGRAM BM DATE YEAR 2 GROUP 13 ` AUGUST 3 2006 City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER .' 22 % 1 22.3% DOE: 4700 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the 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 &MBEs 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 I' tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL iM/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (Mt"E). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner -operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner -operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev. 5130103 ATTACHMENT 1A FORT WORTH 0 3— 0 9— 0 6 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 a SUSCONTRACTOPUSUPPLIER T (check One) T n Detail Detail Company dame i N C x rA Subcontracting Work Supplies Purchased Dollars Amount Address a �� T D W Telephone/Pax r 6 B R O B E E C T E A UNIVERSAL LIME 1750 BRENNAN AVE. 1 X X LIME 29,000.00 FT WORTH, TX 76106 817-378-9042 817-378-9452 SUPREME SAWING & SEALING 1 X X SAWING & $ 24,000.00 PO BOX 800596 SEALING BAL•CH SPRINGS, TX 75180 972-557-9858 972-2262418 M.E. BURN -- Jd BOX 783 1 X X INSTALLATION $562,000.00 BURLESON, TX 76097 OF 30" WATER 317-447-0292 & SANITARY 317-447-0207 SEWER BURNSCO CONST. INC.; 4200 S HULEN ST. 1 X INSTALLATION $800,000.00 SUITE 513 OF 8" WATER FT WORTH, TX 76109 & STORM 817�738-3200 DRAIN 817-738-3435 SOUTHERN STAR CONCRETE, INC. 1 X READY MIX $300,000.00 8500 FREEPORT PKWY CONCRETE SUITE 200 IRVING, TX 75063 972-621-0999 817-329-8473 RICOCHET FUEL 1 X DISTRIBUTORS, INC FUEL $'15,000.00 1201 ROYAL!', PKWY ` EULESS, TX 76040 817-268-5910 817-282-7497 Rev_ 5130/03 ATTACHMENT 1A FolffWORTIi 03-09--06 P03 :5 `' I Page 3of4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-hl("Es. Please list MIWBE firms fast, use additional sheets if necessary. Certification r - -- (check one) SUBCONTRACTOR/SUPPLIER T N T ; Detail Detail Company Name i C X I Subcontracting Work Supplies Purchased Dollar Amount Address a >� T D y Telephone/Fax r B B R O E E E C T E A _ CMC CONSTRUCTION J SERVICES 1 X REINFORCING $ 25,000.00 4100 IH 35E STEEL WAXAHACHIE, TX 75165 972-938-9500 972-938-9508 Rev. 5/30/03 ATTACHMENT 1A Page 4 of 4 Forth 08-09--06 Poi : 53 01 Total Dollar Amount of 1ViIWBE Subcontractors/Suppliers ! $ I �630,000.00 Total Dollar Amount of Non-11+ifIWBE Subcontractors/Suppliers 1 $ 1,125,000.00 TOTAL, DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS I $ 1,755,000.00 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval o ChangelAddition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irrgponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. President Title Gilco Contracting, Inc. Company Name 2A200 S. Hulen St., Ste. 513 Address Fort Worth, Tx 76109 City/state/Zip Dale Gilreath Printed Signature Contact Name/Title (if different) 817-735-1600 / 817-735-1635 Telephone and/or Fax drgllll@aol.com E-mail Address Date Rev. 5/30/03 -6- PART C - GENERAL CONDITIONS OE,I I k' ob- PART C - GENEPLAL C.ONDMONS TABLE OF CONTENTS NOVEIv BER 1, 1987 TABLE OF CQ��S C1-1 DEFINITIONS C1-1 (1) C1-1.1 Definition of Terms C1-1 (1) Cf1-1, Con"ct Documents CI-1 2) C1-1.3 Noticcto Bidders Cl-I (2) C I-1.4 Proposal C]-1 (2) C1-1,5 Bidder C1-1 ) C1-1.6 General Conditions cl-1 (2.) Cf1-1.7 Sprecial Conditions 1-1 (2) C1-1.8 SpecMications C1-1 (2) C I-1.9 Bonds l-1 (2) C1-1.10 Contract C1-1 (3) C1-1.1i Plans CI-1 (3) 1-1.12 city Cl-1 (3) C1-1.13 City Cc>unell Cl-1 (3) C1-1.14 Mayor C1-1 (3) C]-1.15 City manager C1-1 (3) Ct-l.16 City Attorney C1-1 (3) C 1-1.17 D irtwor of Public Works CI-1 (3) C I-1.18 Director, City Water Department CI-1 (3) C 1-1.19 Engineer C 1-1 () C1-1. 0 Contractor ]-1 (3) Cl-1.21 Sureties C1-1 (4) C1-1.22 `1'ie Work or Project C]-1 (4 C]-1. 3 Working Day CI-1 (4) C']-1.24 Calendar Days Cl-1 (4) CI-1.25 Legal Holidays C1-1 (4) C 1-1.2f . Abbreviations Cl-1 (4) CJ-1.27 Changq Order C1-1 (5) C1-1.28 Paved Streets and Alleys C1-1 (5) C-1-1.29 Unpaved Streets orAIleys C1-1 (6) C1-1.30 City Street C1-I (6) C1-1. 1 Roadway CIA (6) C1-1.32 Gravel Street CI-1 (6). C2-2 INTERPRETATION AND PR IIAPLATION CAI~ PROPOSAL C -22_ l Proposal Form C -2 (1) C2-2.2 Interpretation of Quantitie,-. C -2 (1) C2-2.3 Examination ofContraet Docurnvnts and S itc of Project C2-2 (2) C-2.4 Submitting of Proposal C-2 (2) C2-2.5 Rejection of Proposals C2-2 (3) C2-2.6 Did Security C2-2 (3) C2-2.7 Delivory of Proposal -2 (3) C7,18 Withdrawing Proposals C2-2 (3) C2-2:9 Telegraphic Modifications cal' Proposals CZ-2 '(3) C2-2.10 Public Opening of Proposal C - 4) C2- ,11 Lxegtdar proposals C2-2 (4) C2-2. i2 Disqualification of Bidders C2-2 (4) C3-3 AWARD AND EXECUTION OF DQCLJVMNTS: C3-3.1 Considerafion ofPrc)Posals 3-3 (1) C3-3.2 Minonty Business Enterprise,/Women Business C3-3 (1) Enterprise Compliance 3-3.3 .Equal Employment Provisions C3.3 (1) C3-3.4 Withdmwal of Proposals C3-3 (1) C3-3.5 Award of Contract C3-3 (2) C3-3.6 Return of Proposal Securities 3-3 (2.) 0-3.7 Bonds 0-3 (2) 0-3A Execution of Contract C3-3 (3) 0-19 Failure to Execute Contract C3-3 (3) C-3-3.10 B-egianing'Work C3-3 (4) C3-3.11 lnsurance C3--3 (4) 3-3. l2 Contractor's Obligations 0-3 (6) C3-3.13 WeekJy Payrolls C3-3 (6) 0-3.14 Contmtor's Contract Adtnitristration C3-3 (6) 3-3.15 Venue C3-3 (7) C4-4. SCOPE OF WORK C4-4. i TT# eat of Coat and Documents C44 (1) C4-4.2 Special Provisions C44 (1) 44.3 lnrreased or Decrea d Qraahtities C44 (1) C4-4.4 Mteration of Contract Documents C4-4 () C44.5 Extra Work C.44 (2) C4 ,6 Schedule of Operation C44 (3) C44.7 Progress Schedules for Water and Sewer Plant Facilities C44 (4) S-5 CONTROL OF WORK AND M-MERLUS C5-5.1 Authority-ofEngineerC5-5 (1) C:5-5.2 Conformity with Plans C5-5 (1) C5_5 3 Com-dtnation of Contrwt l oeumews 5-5 (1) CS-5.4 Cooperation of Contractor C5-5 () 5-5.5 Emergency and/or Rectification Work C,5-5 (2) C5-5,6 Field offlee C5-5 (3) C5-S.7 Construction Stakes C5-5 (3) (2) C5-5.8 Autharity and duties of City lnspeclor C5-5 (3) CS-5.9 hispectlon C5-5 (4) C5-5.10 Removal of Defective and Unautliori d Work C5-5 (4) OS-S.I l Substitute Materials or Equipment C;5-5 (4) C5-5.12 Samples and Tests of Materials 5-5.(5) O5-5.13 Storage of Materials 5-5 (5) C5-5.14 Existing Slruclums and Ulilitiei CS-5 (5) C -S.15 Interruption of Service C5-5 () CS-5.1 Mutual responsibility of Contractors C5-5 (7) C5-5.17 Cleat -alp C5-5 (7). C5-5.19 Finn] Inspection C5-5 (,8) C6-6 LEGAL RE, LATION AN D PUBLIC RES PO ISIBILITY C6-6,1 Laws to be Observed C6-6 (1) C'6-0.7 Permits and Licenses C6-6 (1) C6-.3 Patented Devices, Materials, and Processes C6-6.(I) 6-6A Samitary Provisions 5--6(1) C 6,5 Public Safety and Convenionce C;6-6 () C6-6.6 Privileges. f Contractor in Streets. Alleys, C6-6 (3) and Right-DF Warr C6-6.7 Railway Crossings C6-6 (3) C -6.8 Barricades, Warrdngs and Flagmen C6-6 (3) C6-6.9 Use of Exp)osiv", Drop Weight, Etc. C6-6 (4 C6-& 10 Work Within Easements C6-6 (5) C ..l 1 Indcpendent Contractor C6- (6) C6-6A2 -Contractor's Responsibility for Damage Cslainis C6-6 (6) C6-0,13 Contractor's Claim for Damages C6-6 (8) C6-6.14 Adjustmi mt or Relocation of Public: Utilities, Etc, C 6-6.(S) C6-6.15 Temporary Sewer and Drain Connections C6-6 (8) C6-6-16 Arrangement Fuid Charges for Water Fwnii ed by die City C6-6 (9) C -6.17 Qsc of s See [ion or Portion of the Work C -6 (9) C6-6.18 Contractor's Responsibility for the Work C6-6 (9) C -6.19 No Waiver of Legal Rights C6-G () 6-6,20 Personal Liability of Public Officials C6-6 (10) Cf- . 1 State Sales Tax 'C6-6 (10) C7-7 PROSECUTION AND PROURES C7-7.1 Subletting C7-7 (I) C 7-7.2 Assignment of Contract C7-7 (l ) C7-7,3 Prosecettionomw. Work C7-7 (1) C7-7.4 Limitation of Operations C7-7 (2) C7-7.5 Character of Worlatlen and Equipment 7-7 () C7-7.6 Work Sphedule C.`7-7 (3) C7-7.7 'rime ofCommencemeaE and Completion C7-7 (3) C7-7.8 Extension of Time Completion C7-7 (3) (3 ) 7-7.9 Delays -7 (4) 7-7.10 Time of Completion C7-7 (4) C7-7.11 Suspension by Court Order C7-7 (5) 7-7.12 Temporary SuFsper3sion C7-7 (5) 7-7.13 Termination of Contract daze to rational Emergency C7-7 (f ) C7-7.14 Suspension or Ahandonment of the Work C7-7 (6) and Annulment of the Contract: C7-7.15 Fulfillment of Contract 7-7 (8) C7-7,16 Termination for Convenience of the Own--r 7-7 (8) C 7-7.17 Safety Mcffi€�ds and Practices C7-7 (l 1) C:8-8 11r1EASUPLEMENT AND PAYMENT C8-8. ] Measurement Of Quamities C8-8 (l ) C8-8.2 Unit Prices C8-8 (1) C8-8.3 LUMP Sum 8-8 (1) C8-8.4 Scope of Payment 8-8 (1) C`.8-8.5 Partial Estimates and Rctahmge 8-8 (2) C8-8.6 WithholdingPayment C9- (3) S-8.7 Final Acceptance C8-8 (3) C8-8.8 Final Payment 8-8 (3) C8-8,9 Adequacy of Design C8-8 (4) C8-8.10 General Guaranty 8-8 (4) CB-8.11 Subsidiary Work C8-8 (4) CS-8.12 Miscellaneous Placement of Material 8-8 (4) CH-9.13 Record Documents C8-8 (4) (4) PART C- C3ER L C OND1TIDNS 14 DEFRI ITIONS SECTION Q-1 DEFINMONS CIA.] DEFfNMONS OF TERMS: Whenever in these Contract Documents the following terms or pronouns in place of them are used, the intent and meaning sball be understood and interpreted As follows: I -1.2 CONTRACT DOCUMENTS: The Contmc I Documents are in all of the written and 6awn documents, such as specifications, bonds, addenda, plans, etc., which govern the terms and performance of the contract. These are contained on the General Contract Documents and the Special Contract Documenis. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Rater Department Projects. and Include the IbIlo wing Items PART A - NOTICE TO BIDDERS (Sample) Whip PART B - PROPOSAL ($ample) While PART C - CENERA.L CONDITIONS (CITY) Canary Yellow (Developer) Brown PAIN D - SPECIAL CONDITIONS Careen PART F - SPl :CTFICATTON F I -White 0-Golden Food E2A-White PERMITS/FASEME TS Blue PART F - BOND (Sample) White PART G - CONTRACT (sample) White b. SPECIAL CONTRACT DOCUMENTS: The, {Special Contract Documents are prepared for each spec ifie project as a.supplement to ilia General O-ntract Documents and include the follovring items- P'11RT A - NOTICE TO BIDDERS (Adver i.sernent) same as above PART B - PROPOSAL (Bid) PARTC; - GENERAL CONDITTONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMU'VEA EMENTS PART F - BOND PART G - CONTRACT CT PART 1-1 -PLANS (Usually bound sepnarately) Cl-1_.3 NOTICE TO BIDDERS, All of the legal publications either actually published in public advertising mediums or furnished direct to intcrestecl parties periai.ning to the work contemplated under the Contract Documents ce mtitutes the notice to bidders. C 1-14 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Pmposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. C l -1 .5 BIDDER: Any person, persons, firm, partnersMp, company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract. Documents, constitutes a bidder. C1-1.6 GENERAL CONDITIONS: Tbe-General Conditions am the usual construction and contract requirements which govern the perforn7snce ofthe work so that it will lie carried on in accordance with the oustornary procedure, the local statutes, and re-quir ents of the City of Fort Worth's charter and promulgated ordinames. Whenever there may be a conflict between the General Conditions and the Special Conditions, the latter shall tale precedence. . 1-1.7 SPECIAL CDNDMON : Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. Cl -1.8 SPECIFiCATIDN : 'Ibe: Specifications is that seo#ivn or Mart cif the Contract Documents vwrhieb set forth in detail the requirements which rust be met by all materials, construction, workmanship.. equipment and services in order to render a completed an usefiil project. Whenever reference is made to standard specifications, regulations, regWremL-nts, stalutes, etc., such referred to documents shall become a part of the Contract Documents just as though they were crnbcAed therein. C1-1.9 BONDS: The hand or blinds are the written guarantee or security furnished by the Contractor for prompt and faithful performance of the contract and include, the following: a. Performance !load (see para ph C3-3.7) b. Payment Band (see paragraph C:3-3.7) C. Maintenance Mid see paragraph C3-3.7) d. proposal or Bi.d Security (see Special !m#ructions to Bidders, Part A and C-2.6) l-1 (2) C1-1.10 CONTRACT: The Contract is a formal signed agreement between the owner and the Contractor covering the mutual understanding of the two contracting parties about the project tQ be completed under the Contract Documents. C1-1.11 PLMS. The plans are the drawings or reproductions therefrom made by the .Owner's representative showing in detail [he location, dimension and position of the various elements of the project, including such proffies, typical cross -sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work heminafter authorimA by the Owner. The plans am usually bound separately from the other parts of the Contract Documents, but they are part of the Contract Dooarachls just as though they were bound therein. C I - 1. 12 CrrY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas .Slate Statutes, actin g by and through its governift body or its City Manager, each of which is required by charter to perform specific duties. Responsibility for Goal enforcement of the Contracts invoiving the City of Font Wordi is by Charter vested in the City Manager. The terms City and fawner are synonymous. 1-1.13 CITY COUNCIL: The duly elected and qualified governing booty of the City of Fort Worth, Texas. CI-1.14 MAYOR: T7ie officially Omted Mayor, or in his absence, the. Mayor Pro tem of the City of fort Worth, Texas. CI-1.15_ CITY NIANAGP.I The oil icially appointed and authodZed City Manager of the City cf Tort Worlh, Texas, or -his duly authorized representative. C 1-1 . 16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized mpresenntative. QI-1.17 DIRECTOR OF PUBLIC: WORKS: The officially appointed official of the City of Fart Worth, Texas, referred to in the charter as the City Engineer, or his duly authorized representative. Cl-I.18 D11LEC"I`Q& CITY WATER DEPARTMENT. The officially appointed Director of the City Water Delrar#mcnt of the City of Fort Worth, Texas, or his -duly autliorizecl representative, assistant, or agents. CI-1.19 ENGINEER: The Director of Public Works. the Director of the Fort Worth City Water Department, or their duly authorized assistants, agents, engineers, inspecturs, or superinicndests, acting within the scope of the partiutiIAr duties entnisted to theni. Cl -X. 20 CONTRACTOR: The person, persons, partnership, company., firm, association or corporation, entering into a contract wills the Owner for the execution ofwork, acting C1-1 (3) dii,ectly or through a duly authorized representative. A sins --contractor is a person, Rmt, corporation, supplying labor and materials or only labor, for the work at the site of the pro*t. CI-1,71 URETTES: The Co"rate bodies which are bound by such bonds as are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillmem of the Contract and for any+ and all requirernenu; as set forth in the Comma Documents and approved changes therein. CI-1.22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the famishing of all labor, materials, tools, equipment, and incidenmals necessary to produce a completed and serviceable project. C1-1.23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which weather ur other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 axiL and 6,00 p.m., with exceptions as permitted in paragraph C777.6 C1-1.24 CALENDAR DAYS: A calendar day is any day of the week or mazrth, no days being excepted. C'1-1.25: LEGAL HOLIDAYS: J gal holidays shall be observed as prescribed by the City Council of the City of Fort W6.rth for observance by City employecs as follows: l . New Year's day 2. M.L. King, Jr, Birthday 3, Mmorial Day 4. Independence bay 5, Labor Day Thanksgiving Day 7. Thanksgiving Friday S. Christmas Day 9. Such other days in lieu of holidays as the City CDIMCil may determine January 1 Third Monday in January La. -;I Monday in May July 4 First Monday in September Fourf Thursday in Novernba:r Forth Friday in November December 25- When one of the above named holidays or a special holiday is declared by the City Council, falls on a Saturday, tht, holiday shall be observed on the preceding Friday, or if it falls on Sunday-, it shall be observed on the following Monday, by those employees working on working day operations. Employees working calendar day operations will consider the calendar as the holiday. C14.26 AI3-BVIAT`lON : Whenever the abbreviations defined herein appear in the Contract Uvcumcnts, the intent and meaning shall be as follows: C1-1 (4) AASIHTO - American Association of State MGD - Million Gallons Highway Transportation Offiicials Per Day ASCII - American Society of Civil OFS - Cupric Foot per Engineers Second LAW - In Accordance With min. - Minimum ASTM - American Society of Testing Mono. - Monolithic Materials % - Percenturn AWWA - American Water Works R - Radius Associa6on l.D. - Inside Diaurtcter ASA - American Standards Association 0,D. - Outside Diameter HI Hyc mutic Insthwe Elev. - Elevation Aph. - Asphalt F - Fabrenheit Ave. - Avenue C Centigrade 131vd, - Boulevard In. - Inch CI - Cast Iron Ft. - Foot CL - Center Line St. Streit 6I - Galvanized iron CY - Cubic Yard Lin. - Linear or Lineal Yci. - Yard lb. Pound SY - Square yard MIH - Manhole L.F. - Linear Foot Max. - Maximum D.I. - Ductile Iran CI -I. 7 CHANCTE ORDER: A "Change Order•' is a written supplemenW agreement between the Owner and the Contractor covering Borneadded or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in trait quantities stated in the proposal are not the subject tnatter of -a Change Order unless the increase or decrease is more than 25% of [he amount of (he particular item or items in the original proposal, All "Change Orders" shall be prepared by the Oily from information as r#ccesswy famished by the Contraaor. Cl-1..28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a sheet or alley having one of the following typeq of wring surfaces applied over the natural unimproved sw-1 c: 1. Any type of asphaltic concrete with or without separate bwe material. 2. Any type of.asphalt surface treatment. not including an oiled surface, with or without separate base material. 3. Brick, with or without separate lase material. 4. Concrete. with or without separate hale material. 5. Any combination of the above. C1-1 (5) C1-1. 9 UNPAVED STREETS OR ALLEYS; An unpaved street, alley, madway of ether surface is any area excW those defined for "Paved Streets and AMeys." 1-1.30 CITY STREET: A city street is defmcd as that area between thie right -or -way lines as the street is dedicated. I-1,31 ROADWAY: The roadway is defined as the area between parallel Imes Iwo (2) back of the curb lines m four (t4) feet back of the -average edge of paGvenient where no curb exists. C 1-1,3 . GRAVEL STREET: A, gravel street is an t nimprovtd street to which has been added one or more applications of gravel or similar material other than the natural material fQund on the weet surface before any impeovemmt was made. 1-1 (6) SECTION C - GENERAL CONDITIONS -2 TERPR-T'A'l10N ARID PREPARMION OF PROPOSAL SECTION C2-2 INTERPRETATION O AND PREPARAMON OF PROPOSAL 2- .1 PROPOSAL FORM: The Owner will furnish bidders with Proposal form, which will conain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder's general understanding of the pry>ject to be completed, provide a srpac:e for htrnishing the amount of bid security, and state the basis for entering into a formal contract. "fhe Owner will furnish forms for the Bidder's "Experience Record,,' "Equipment Schedule," and "Financial Statement!," all of which moat be properly executed and filed with the Director of the City 'Water Department. one week prior to the hour for opening .of bids. The financial statement requires droll have been }prepared by nn independent -certified public accountant or au independent public accountant holding a valid pcnnit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial %tatus. This a atennent mast be currera[ and no more than one (1) year old. in the- case that bidding date falls within the tune a new statement is being orepamd, tho previous statement shall he updated by proper verification" Liquid as is in the amount of tent (10) percent of the estimated project cost will he required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of bath the same nature and m itude as that of the project for which bids are to be received, and such experience must have been completed not more than five .5) years prior to the date on W6 Bids are to be mQeived. The Director of the Water Department shall arc sole judge as to the acceptability of experienue for qualilic:aiion to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional Nuipment as may be required to complete the project.on which he submits a bits. C -2.? INT ERPRETAIJON OF QUANTMES: The quantities .of work and materials to be furnished as may be listed in the proposal forms or other parts. of the Contract Documents Will be considered as approximate only and will l?e user] for the, purpnse of cornparh bids on a uniform basis. Paynmcnt will be made to the Contractor for orily the actual quatakies of work purfarmed or materials Furnished int strict accordance with the O'ontract Documents astd Plants. "1`he € uaEntities of work to be, performed and materials to be furnished may tie increased or decreased as hereinafter prGAded. without in any way i nval idating the.unit prices bid or any other require menth of the Contract Documents. 2-2(1 ) -2.3 EXAMINATION NATION OF CONTRACT DOCUNENTS AND SITE OF PROJECT: Bidders are advised that the Contract Docume€rts on file with tl-r. Owner shall constitute all of the infonnation which the Owner will furnish. All additional information and data which the Owner wiR supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Dmuments jits t as though such addenda were actually+ .written into the original Oonvact Dcxuments. Bidders are rewired, prior to tiling of prod, to read and becorne familiar with the Contract Documents, to visit the site of the project acid ermine camfielly all ["at conditions, to inform themselves by their own independent rescarckt and investigations, tests, baring, and by such other means as may be necessary to gain a complete knowledge of the conditions which will be foncountered during construction of the project. They must judge for themselves the difficulties of the wank and all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to irnake an intelligent propel. No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates, investigation, reseamh. teats. explorations, and other data which are necessary for full and complete infarrnation upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima-theie evidence that the bidder has made the investiption, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in cur siruction anal as indicated in the Contract Documents will not be allowed. The logs of Soil llorings, if any, on the plans are for general information only and may not be correct. Neither the Owner nor the )engineer guarantee that the data shown is representative orcondiLions which actually exist. C2-2.4 SUBM11-UNG OF PROPOSAL.: The T3idder shall subrait his Proposal on the form famished by the (Omer. All blank spaces applicable to the project. contained in the form shall be correctly filled in and the'Ridder shall state the prices, written in ink in both wwrls and num , for which he proposes to do wort, contemplated or furnish the materials. required. All such prices shall be written legibly. In case of discrepancy between price wriltm in words and the puce written in numerals, the price most advantageous to the City shall gow. m. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. if a proposal is submitted by a f=, association, or partnership, the game and address of each m rnber of the firm, association, or partnership, or by person duly authorized. if a proposal is submitted by a company or corporation, the company or corporation game and business address must be given, and the proposal signed by an official or duly authorized agent. no corporate: seal mint be affixed, Power 2-() of Actomey authorizing agents or others to sign proposal must he properly ecrtified 2md must be in writing and submitted with the proposal. C2- .5 REJECTION OF PROPOSALS. Propusais may be rejected if they show any alteration of words or figures, additions not called for, conditional or uncalled for alternatc bids. erasures, or irregularities of any kind, or contain unbalanced value of any items. Proposal tendered or delivered after the official time designated for receipt of propa.�al shall be returned to the Bidder unopaned. C2-2.6 BID SECURITY: No proposal will be considered unless itis accompanied by a "Pwpasal Security" ofthe character and the amount indicated in the "Natice to Bidder„ and the "Proposal." The Bid Security is requirod by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contmw, the Bidder will within the required time execute a furmA contract and furnish the required performance and other bonds. Tire bid security of the three lowest bidders will be retained until the c:antract is awarded or other &i positioa is made thereof: The bid security of all other bidders may be retu med promptly after the =va.�s of bids. C2-2.7 DELIVERY OF PROPOSAL: No proposal +gill lie considered unless it is delivered, accompanied by its proper Bid Security. to Lhe City Manager or his represerrtative in the official place cf business as set forth ni The "Notice to Bidders." It is the Binder's sale responsibility to deliver ibe proposal at the prosper time to the proper place. The mere fact that a proposal was dispatched will not be considered. 'llte Bidder must have the proposal aotually delivered. FzGh proposal shall be in a scaled envelope plainly marker with the word "PROPOSAL," and the name -or description of the project as designated in the "Notice to Bidden,` The envelope shah be addressed to the City Manager, City Hrill, Fort Worth, Texas. C -2.8 WIT 4DRA I G PROPOSALS: Proposals actually filed with The City Manager cannot be withdrawn prior to the time 'set for openisrg proposals. A request for noel-consideratiori must be made in writing, addressed to the City Manager, and filed with him prior to the time sei fbr opening of proposals. Aflcr all proposals not requested foe non -consideration arr, opened and publicly read aloud, the proposals for which non - consideration requests have been properly filed rnaV, at the option of the Owner, be returned unopened. C2-2.9 TELE'ORAHIC MODIFICATIONS OF PROPOSALS: Any Bidder may modify his proposal by telegrapiuc commimication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the stdd proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic eammunica# on over the signature of the bidder was ;nailed prior to the -proposal opening time. if such confirmation is not received within fnrty-eight 4R) hours after the proposal opening time. no further consideration will be given to the proposal. C2-(3) C2-2.10 PUBLIC QPENI G OF PROPOSAL: Proposals which have been properly filed and for which no "Non-consideratiort Request" has been received will be publiely opened And read aloud by the City Manager or his authorized representative at the Lime and place indicated in the "Notice to Bidders." All proposals which have been opened and read will remain on file with the Owner until ibe contract has been awarded. Bidden or their authori7A representatives me invited to be pmwnt for the opening of bids, C2-2.11._ IRREGULAR PRQPPOSALS: Proposals shall be considered as "Irregular" if they show any omissions, alteration of ft , addition, or conditions not called for, unauthorized Aernate bids, or irregularitieN of any bind. However, the Owner reserves the right to waive any ail irregWaritics and to make the award of the contract to the best intent of the City. Tendering a propnsal after the closing 'h€ ur is an irregularity which c= not be waived. 2-2.12 DISQUALIFICATION OF .BIDDERS. Bidders may be disqualified and (heir proposals not mnsidered for any of, but not limited to, the following reasom: a) Reasons for believing that collusion exists among bidders. h) Reasonable. grounds for believing that any bidder is interested in more than one proposal for work conrtumplated. The bidder being interested in any litigation against the Owner or where the Owner may have a clairn agaimm or be engaged in litigation apinsI the bidder. dy The bidder teing in arrears on any existing contract or having defaulted on a previous contract. e) The bidder having performed a prior contract in an unsatisfactory manner. f} Look of oampeteiwy as rev ed by financial statement, experience statement, equipment schedule, and such inquiries as the Owner may see fit to make. g) Uncompleted work which, in the jud2ment of the Owner, will prevenI or hinder the prompt completion of additional work if awarded. h) The hidden not Filing with the Owner, one; week in advance of the hour Qf the opening of proposals the following: 1. Financial Sbftmeot showing the financial condition of the bidder as specified in Part "A°' - Special Instructions 2, A cu nt a periencc re r€i showing especially (lie projects of a name similar to the otte under consideration, which have been successfully completed by the Bidder. 3, An equipment schedule strewing the equipment the bidder has available for use on the project, T'he Bid Proposal of the bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be se( aside and not oprmed. PART C - GENERAL CONDITION C3-3 AWARD AND EXECUTION OF SECTION 3-3 A ARD. 1D E E ]_ITI OF_DOCU TS- C3-3. l CONSIDERATION OF PROPOSALS: After propoWs have been openej and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such Formulas or other methods bf bringing itwn to a common basis as may be established in the Contract Documents. The total obtained by taking the surd of the products of the unit prices quoted and the estimated quantities plus any lump %urn items and such offier quoted amnunt� as may enter into the cost of the completed project will be considered as the wnount of the bid. Until the ward of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re -advertise for new proposals, or to proceed with the work in any «tanner as may bq considered f'or the hest interest of the O nea'. C3-3.2 lvffNORITY BUSINESS E TEFtPRISEIW MEN-OVV NED BirKNESS ENTERPRISE COMPLLkNCE: ConLF-actor aVees to provide to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) anNor a onian-own d Business Enterprise (WBE) on the contract and the payment therefor. Contractor further agrees, Capon request by the Owner, to allow and audit andJor an exarnivation of anj books, records, or riles in the possession of the Contractor that will substantiate the actuaa work performed by an MWE or W13E. Any material mist-pre-wntation of any nature vd11 tie groun& for termination of the contract and for initiating any action wider appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentation may be - grounds for disqualification of Coaractor at Owner's discrerion for bidding on future Contracts with the -Owner fora period of time of not less than six (6) months. 123-3.3 EQUAL EMPLOYMENT PROVISION& 'Me Contractor shall comply with Current City Ordinances prohibiting discrhuination in employment practices. The Contractor shall ptrst the required notice to Chet effect on the project site, and at his request, will be provided assistance by the City of Fort Wortli's Equal Eniploymem 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. 3-3.4 W111fDRAWAL Or, PROPOSALS: After a proposal has been read by the Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on which the proposals were opened. .03-3 (1) C 3-3.5 AWARD OF CONTRACT: The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed Forty -fine (45) days after the date of opening proposak, and in no event. will an award be made 3rntil after investigations have been made as to the responsibility of the proposed aardee. The award of the contract, if award is made, will be to the lowest and best responsive bidder. The award of the contsnct shall not become effective until (lie owner has notified the Contractor in writing of such award. C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price touts have been determined for cDmpasison of bids, the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other pmpesal securities, usually those of the tivee lowest bidders, will be retained by the Owner until the required contract has been executed and band fumislxed or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary, C3-3.7 BONDS: With the execution and delivery of the Contract Docurnerits, the Contractor shall furnish to, and kilt with the owner in the: amoum hereon mqu md, the following bonds - PERFORMANCE BOND: A good and sufficient performance bond in the amount of not leas than l W percen t of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guavmteefg the full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all tither persons against damage by reason of negligence of the Contractor, or improper execution of the work or use of inferior materials. TWs performance bond shall guarantee the payment for all labor, materia ,, equipment, supplies, and serviecs a_ d in the. construction (if the work, and shall Femain in full force and -effect until provisions as above stipulated are accomplished and final payment is msde on the project by the City. b. MAINTENANCE BOND: A good and mfticient maintman" hand, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph C8-8.10. c. PA MENT BOND: A good and sufficient payment bond, in the arnorent of not less than 100 percent of the am mt of the contract, as evidenced by the, proposal tabulation or otherwise, guaranteeing the: prompt, full and Wthful payment of all claimams as dcfrncd in Article 0-3 (. 5160, Revised Civil Statutes of Texas, 1925, -as amended by House Bill 344, 'Acts 56't' Legislatnrc4 Regular Session, 1959, effective April 27, 1959, an&or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being canstructed under these Wcitieations, Payment Bond shall remain in farce until all payments as above stipulated are inade. d. OTT -TER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the C'ontTwtur. o sureties will be accepted by the Owner which ate at the time in default or delinquent on any bonds or wh&h are interested in soy litigation against the Owner. All bonds shall be made on the forms famished by the Owner and shall be exeimted by an approved swtay company cluing business in the City of Fort North, 'Texas, and which- is acceptable to the Owner. In order to bc acceptable, the name of the surety shall be included on the current U.S. Treasury Iist of sccept,,�bYe sureties, and the amount of bond written by any one accept le company shall not exceed the amount shown on the "Treasury list for that company, Each band shall be properly executed by both The Contraeter and Surety Company. Should any surety on the contract be €leterruined unsatisfactory at any lime by the Owner, notice wall be given the Contractor to that effiect and the Contractor shall immediately provide a new surety satisfactory to the Owner. No payment will br. made under the conti-act until the new Surety or sureties, as req*ed, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be clue or paid un.61 approval of the bonds by the D oer. Q-3.8 FAE'CLMON OF CON-M CT: Within tern (10) days after the Owner has appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute and file with the {owner, the Contract and such bands as may be uired in the Contract Documents. No Contract shall bo binding upon the Owner until it has been attested by the City Secretary. approved as to foam and legality try the City Attorney, and executed for the Owiicr by either the Mayor or City Manager. C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required contract w3tWn ten (10) days after the contract is awarded shall be considered by the owner as an abandonment of his proposal, and the owner may aunual the Award. By reason of the uncertainty of the market prices of material and labor, and it being .impracticable -and difricull to.accurately determinc the amount of darnAgc occurring to the owner by reason of said awardee's failure to execute said bonds and contract within lets (10) flays, the proposal security accompanying tire- proposal shall be the agreed ;,mount of damages which Ili Owner will. 3-3 (3) Suffer by reason of such failure on [he park of the Awardee and shall thereupon immediately by f"arreited to the Owner. The filing of a proposal will be considered as acceptance of this provision by the Bidder. C-3-3,10.$1:GMING WORK: :. The Contractor shall not commence woxh until authorized in writing to do so by die Owner. Should the Contractor fail to comnaeince work at the site of the pmimt within the, time stipulated in the written authorization usually termed "Kuril~ order" or "Proceed Outer", it is agreed that the Surety 'Company will. within ten (10) days. after the commencement date set forth in such written authorization-, conx3nence the physical cxecution of the contract. C3-3.11 INSURANCE The Contractor shall not commence .work under this contract until he has obtained all insurance rewired under the Contract Documents, and such insurance ha.5i bmn approved by the Owner. The pti= Contractor shall be t responsible for delivering to the Owner the sub -contractor's certificate of insurance for approval. The prime Contractor shall indicate on the certificate of insurance illcluded. in tlic docurnonts for execution wbether or nut his insurance covers sub-contmiors. It is the intention of the Owner drat the insurance coverage required herein shall iclude the coverage of all pub -comma tors. a. CONDENSATION INSURANCE CE: `Cie Contractor shall nmintain, during the life of this contract, Worker's Compensation Insurance on -all of his employees to be engaged in work on the project under this contract. and for all suit -contractors. in m%c any class of employ s engaged in hazardous work on the project under this contract is not protected under the Worker's Compensation Statute, the Contractor shall provide adequate emplayer's general liability insurance for the protection of such of his empio ees not so protected. K COMPREHENSIVE EHENSIVE GENERAL LLABrLFFY rNSURANCE: The Contractor Shall procure and shall maintain dLuing the life of this contract, Comp' live General Inability lnsurance (Public Liability and Property Damage Insurance) in the amount not lass than $500,000 covering each u"uueace on account of bodily injury, including death, and in an amount not less than S500,000 covering each occumnce tin account of property damage with 12,000,000 Lunbrelia policy coverage. �. DDTTIONAL Ll UTY: The t=ontmetor shall fuunish insunan" as a separate policies or by additional endorsement to one of the above -mentioned policies, and in the amount as set finrth for public liability and property daGrnage, the following insurance: l . Contingent Liability (covers General Contractor's Liability for acts of sub --contractors). C3-3 (4) . Blasting, Prior to any blasting being done. 3. Collapse of buildings or slractures adjacent it) excavation ff excavation are performed adiacent to same). 4. Darnage to undergmund utilities for $500,000. . Builder's risk. (where, above-yrotind structures are irnvalved . . Contractual Liability (covers. a indemnification requirements of Contract). d. AUTOMOBILE INSURANCE - BODILY INJURY AND PROPERTY DAMACE: The Contractor shall procure and maintain during the life of this Contract, Comprehernsiv?,: Automobile Liability Insavince in an amount not less than $2-50,000 for injuries including accidental death to any one person and subject to the same limit for each persons an amount not less than $500,DOD on account of one accident, and automobile property damage insurance in an aniount not less than $;00,000, e. QPE OF MUR NCE AND SPECIAL RAZAR-D. The insurance required under the above paragraphs shall provide adequate protection far the Contractor and Ifis sub -contractors, respectively, against damage claims which may arise from operations- under this contract, whether such operations l by the insured or by anyone directly or indirectly--Mployed by hire, and also against any of the following special hazards which may be encountered in the performance of the- Cofniracl. f. PROOF OF CARRIAOE OFINSURANCE: RANCE: The Contractor shall famish the owner with satisfactory }.roof of Coverage by insurance required in these Commet. Documents in the amounts and by carriers satisfactory to the Owner. (Sample attdched,) All insurance requirements Trade upon the Contractar shall apply to the sub-corntraclors, should the I' me Contractor's intsur.tmce not cover The sub -contractor's work operations. LOCAL AGENT FOR INSURANCE AND BONDING, The insurance and bonding companies mth whom the Contractor's insurance and C3-3 (5) performance, payment, maintenance and all such other bonds are written. shall be represented by an agent or agents having an office located with the city lirnits of the City of Fort Worth. Tarrant County, "texas. Each such agent shall be a duly qualified, one upon whose authority and power to act on behalf of The insurance and/or bonding company to negotiate and settle with the City of Fart Worth, or my outer claimant, and claims that the City of burl Worth or other claimant or any property owner who hots been damaged, may have against the Contractor, insurance, and/or bonding company. if the local insurance mepresenwive is not so emix} erred by the insurance or bonding companies. then such authority must be vested in a loccal agent or claims officer residing in the Metroplex, the Fort Worth - Dallas area. The name of the agent, or agents shall be set forth on al I such bonds and urtilicates of iwwa nce. 0-3.17 CONTRACTOR'S OBLIGATIONS: Under tine Contract, the Contractor shall pay fur all mteriats, labor and services when due, 3-3.13 WEEKLY PAYROLLS: A. ce€lifsed copy of each payroll crrveri.ng payment of wages to all persons engaged in work on the project at the site of the project shall be furnished to the Owner's representative within seven (7) days aver the close of each payroll period. A copy or evpies of the applicable minimum wage rates as set forth in the Contract bocmnents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of Lhe wage rates shall be the rxrnaibiiity of the Contractor. 0-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person, persons, partnmhip, company, firm, association, corporation or at[ner who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, wili (rave or shall establish a fully operational business office within the FortWorth-Aallas metropulitan area. Tlie Contractor shall charge, delegate. or assign this office (or he may dclepte his Project Superintendent) with full authority to transact all huriness actions required in the performance of the Contract. This local authority shall be made responsible to act ,for the ContraWur in all ,natters made responsible to act for the Contractor in all mattm pertaining to the work governed by Lire Contract whether it be administrative or other .wine and as such shall tw, empowered, thus delegated and directed, to settle all material, labor or other expenditure, all claims apinst work or any rather meter assucialed such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for the administration of the work under the Contract shall be maintained until all business transactions executed a!; part of ffie Contract are complete. Should the Contractor's principal base of operations be ather than in the Fort Worth - Dallas metmoolitan area, notification of Lhe Contractor's assignment of local authority shall be made in writing to the Enjoncer in advance of any work on the project, all C3-3 () appropriately signed and sealed, as applicable, by the Contractor's responsible offices with the understanding that this written assignment of authority to the local representative small bmorne part of the project Contract as though bound directly into the pri�jr:et doc=ents. The intent of theze requirements is that all matters associated with the ontsar-wes administration, whether it be oriented in furthering the work, or other, be govermed direct by lo" authority. This same requiremem is imposed on insurance and surety coverage. Should the oniractor's local representative fail to perform to the satisfaction of the Engineer, the Engineer, at his sole discretion, tray demand that such local representative be replaced and the. Engineer may, at his sole discretion, stop. al I want until a new local authority satisfactory to the Engineer is assigned. No credit of working time wit I be al lowed for periods in which work stoppages are. in effect for this reason. 3-3,15 VENUE. Venue of any action liereinunder shall be exclusively in Tarrant County, Texas. 3-3 (7) PART C - GENERAL CONDITIONS C4-4 SCOPE OF WORK SECTION C44 'SCOPE OF WORK C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or fisrrish, all in full romplianoc with the requirements and intent of the Contract Documents. it is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra or special work as may be con idcred by the Owner as necessary to complete the project in a saisfactory and acceptable manner. The Contmetor sb ll, unless otherwise specifically started in these Contract Documentr,, furnish all labor, tools, materials, machinery, equipment, special services, and incidenUs fiecessmy to the prosecution and completion of the project, Q4-4.2 SPECUL PROVISIONS: Should any work or conditions which are not thoroughly and sausfactority stipulated or covered by clenciA or Special Conditions of these Contract documents be anticipated, or should there be any additional proposed work which is not covered l y these Contract Documents, the `.`Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for say such work and furr}ished to the Bidder in the fora of Addenda. All such "Special provisions" shall be coinsiderad to be part of the Contract Documents just as though they were originally written therein.. C44 3 INCREASED OR DECREASED QUANTITIES, The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the hnprovements at any time when and as found to he necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than twenty -.five (5) percent of the contemplated quantity of such item or items. When such changes increase or decrease the origiTwl quantity of ally item or items of work to be clone or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other Fly be entitled to .a revised consideration upon that portion of the work. above or below the 25 percent of the original quantity stag in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work." No allowance will be made for any changes in anticipated profits not shall such changes he considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantifies of sanitary sewer pipes in depth categories, shah be interpreted herein as applying to ovemll quantities of sanitary .4e er pipe in each pipe size,. but not to (lie v€rious depth categories. C4--4 (1) CA-4.4 ALTF RATION CAP CONTRACT DQCUME, 1 : By Change order, the owner reserves the right to make such changes in the Contact Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfhaory manner, provided -such changes do not materially alter the origia-0 Contract Documents or change the general nature of the project as u whole. Such changes shall not be considemd. as waiving, or invalidating any condition or provision of the Contract Documents. C4- 4.5 EXTRA WORD: Additional work made necessary by charges and alumtions of the Contract I ocurnents or of quantities or for other reasons for which no prices am pmvided in the Contruct Mcuments, shall be defined as "Extra Work" and shall be perfonned by the Contractor in accordance: with these Contract Document; or appruved additions thereto: provided however, that before any extra work is begun a "Change order" stall be executed or vaitten order izued by tine Owner to do the work for payments .or credits as shall be detemined by one or more combination of the !following methods: a. Unit bid price previously approved. 1. An aVeed Iump stun. C. The actual reasonable cast Qf (1) labor, () rental of equipment iised on the extra work for the time so used at Associated General Contractors of America current equipment rental rates, (3) materials entering permanen#ly into the project, and (4) actual cast of insurance, bonas, and social security as deteririincd by the Owner, plus a fixed fee to be agreed upon but not to exceed 10 percent of the .actual cost of such extra work. 'The fixed fee is not to include any. additional profit to the Contractor for mica] of equipment uwner by hire and used for extra work. The fee shall be full and complete comrwmsation to cover the cost of superinteaderce, overhead, other profit, general and all other expense not included in (1), (2). (3), and (4) above. The Castrador shall keep accurate cost records on thr, Form and in the method suggested by the Owner and sha11 give the Owner ao=5. to all acc;orutts, hills, vouchers, and records relating to the Extra Work. No "Change Order" shall become effective until it has been approved and signed by cach of the Contracting parties. No clairn for Extra Work of any kind will be allowed crnless ordered in writing by the Owner. In ease any orders or instructions, either oral or written, app to fht� Corxtractor to involve Extra Work for which be should receive comppensal ion, he shall intake written request to the Engineer for written orders authorizing s=.b Exua Work, prior to beginning such work, C44 () Should a difference arise ass to what does or dose not constitute Extra Work, or as to the payment thereof, and the Engineer insists upon its performance. the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof as provided under method (Item ). Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five (5) days before the time for making the first estimate after such work is done and unless the claim is s►spported by satisfa(Aary vouchers and cued payrolls covering a[] labor and materials expended upon said Extra Work. The Contractor shall furnish the Owner such insta.11adon records of all deviations from the original Contact DmumenLs as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. `l'he compensation agreed upon for ."Extra W ark" whether or not initiated by a "Change Order" shall be a 110, complete and final payment for all costs Contmoor incurs as a result .or relating to the change or extra work., whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cask, or any tether effect on changed. or unchanged work as a result of the change or extra work. C4-4.6 SCHEDULE OF OPERATION: Beforc commencing any work under this contrast, the Contractor small submit to the Owner and receive the Owner's approval dwgc eut a "Schedule of Operations,,' showing by a straight line rnethcA the date of commencing and finishing each of the major elements of the Contract. There shall be also shown the estimated monthly cost of work for which estimates are to be expected. 'There shall be presented also a oatnposi€e graph showing the anticipated progres.,; of waslruction with the time being plaited horizonlally and percentage of completion plotted vertically. The progress charts shall be prepared on 8-1J " x 11" sheeN and at least five black or blue lute taints sball be furnished to tht:Owner. C44.7 PROGRESS SCHEDULES FOR WATER AND EV+ R PLANT FACILITIES: Within ten (10) days prier to submis!don of the first monthly progress payment, the Contractor shall prepare and submit to the owner for atppmr+al six copies of the schedule in which the Contractor proposes to carry on activities (including procurement of materials, plans, and equipment) and the contemplated datez for curnple&g the same. The schedule shall be in the form of a lime schedule Cdtica.l Pant Method (CPM) network diagram. As the work progesses, #iic Contractor shall enter on flue diagram the actual progress at the end of each partial payment period or at such intervals as directed by the Enghieer. The Contractor shall also revise the schedule to reflect any adjutstmenu; in contract tune approved by the Tatgineer. Three copies of the updated schedule shall be delivered at such intervals -as directed by the Engineer. As a minimum, the construdion schedule shall incorporate all work elements and activities iodicered in the proposal and in the technical specifications. C44 (3) Prior to the final drafting of the detailed construction schedule, the Contractor shall review the draft schedule. with the Engineer to. ensure the Contrac:toes Understanding of (lie cvntmact require=nM The following guidelines shad be adhered to to preparintg the construction schedule: a. Milestone date and Final project completion dates shall be developed to conform to the Dime constraints. sequencing rbquircmenis and completion time. b. The, construction progress shall be divided into activities with time durations of approximately fourteen flays ( 14) dogs and construction values not to exceed $511,000. Fabrication, delivery and submittal activities are exceptions to tlirs guideline, c. Durations shall be in calendar days and normal holidays and weather conditions over the duration .of the contract shall be accounted fo:• within the duration of each activity. d. One critical path shall be shown on the construction whed le. C. Float time is defined as the. amount of time between the earliesr start Gate and the latest start date of a drain of activities of the CPM construction .schedule. Float time is not for tine exclusive use ar benefit of either the Contractor or the Owner. f. Thirty days shalt be used for submittal review urdess otherwise specifier#. The construction schedule shall as a minimmu, be divided into general categories as indicated in the Proposal and Technical Specifications and each general tategorp shall be broken down into activities in enough detail to achieve activities of approximately fourteen (14) days duration_ For each general category, the construction schedule shall identify all trades or subcontracts whose work is represented by activities that follow the guidelines of this Section. l{or each of the fades or subcontracts, the wnsttuction schedule shall indicate the (bllo ing procurements, construction and preacceptance activities and rvents in their logical sequence for equipment and materials, 1. 'Preparation and transmittal of submittals . Submittal review periods. C �4) 3. drop fabrication and delivery. 4. Erection or installation. 5. 'Transmittal ofmanufacturer's operation and maintenance instructions. 6, Installed equipment and niaterials testing, 7. Owner's operator instruction (if applicable). & Final inspection. 9. Operational testing, If, in the opinion of the 0W=, work accomplished falls behind that scheduled, the Contractor shall.take :such action as necessary to improve his progress. In addition, the Owner may require the Contractor to submit a revised schedule demonstrating bis program and proposed plan to rrtake up lag in scheduled progress and to insure cornpletion of the work within the contract time. if the owner Buds the pmposed plea not acceptable, he may require the Cantractor to increase the work farce, the construction plant and equlpmont, the nurnber of work shifts or overtime operations without -additional cast to the Owner. Failure of the Contractor to comply with these requirements shall be considered grounds for ddrnT n ticn -by the Owner that the Contractor is failing to prosecute the work with diligence as -will insure its completion within the time specified, C4-4 (5) PART C - GENERAL CONDITIONS C5-5 CONTROL OF WORD AND MATERIALS SECTION CS-5 CONTROL OF WORK AND MATERIAL C5-5.1 AUTHORITY F ENG EER: The woFk shall be porforrned to the satisfaction of the Engineer any# in strict compliance with the {contract Documents. The Engineer shall decide all questions wlueh arise as to the quality and acceptability of the materials furnished, work performed, rate of progress of the work, overall sequence of the tnnstruc6on, interpretation of the Contract Documents, acceptable fulfillment of the Contract, compensation, mutual rights between Contractor and Owner under these Contract Documents. supervision of the work, resumption of operatic , and A other ques(ioris or disputes which may arise, Engineer will not be responsible for Contractor's means, methods, techniques, .sequence .or procedures of construction, or the safety precaution and prograrrks indolent thereto, and lie will nal be, responsible for Contractor's tailure to perform the work in acc ordancc with the contract doxcu rents. The Engineer shall determine the amount and quality of the work completed and materials tarnished, and his decisions and estlinates shall be final. Hia estimates in such event shaI I be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and rice effee#:ve such necessary decisions and orders as the Comactoar fail; to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision or the Engineer can any such matters, the Engineer must, within a reasonable time, Upon written request of the Contractor, render and deliver to bofh the owner and Contractor, a written decision on the matter in controversy. C5-5.2 CONFORMITY WITH p The finished project in all cox s shall conform with lures, grades, cross-nections, imish, and dimensions shown on the plows or any other requirements other wise described in the Contraci Documents. Any deviation fx-om the approved Oontraet Docurmt-nts rcgrtiri-.d by the Engineer during construction vw+iII in all cases be deiermine€1 by the Engineer and nuthorized by die Owner by Change Oiidcr. CS-5.3 COORDINATION OF CONTRACT DC)C.UME_ The Contract Documents are madc up (if several sections, whicb, taken together, are intended to describe and provide for a corn picte and useful project, and any requirements appearing in one (if the sections is as binding as though it occurrcd in all sections. In ease of discrepancies, figured dimension shall govern over scaled dimes -dons, plans shall govern over specifications, special conditions shall govern over general conditions and standard specification. and quantities shown on the plans serail govern over those shown in the proposal. The Contractor slta]l not take advantage of any apparent error or omission in the CS- .(I). Contract Documents, and the owner shall be permitted to make such corrections or interpretations as may to deemed necessary for fulfill-ment of the intent of the Contract I moments. [n the event the Contractor discovers an apparent error or disc pancy, hf. shall immediately call this condition to the attention of the Engineer. Ln the event of a conflict in drawings, specifications, or other portions of the Contract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. C 5-5.4 COOP RATL N OF CONTRACTOR: The Contractor will be furnished with than sets of Contract Documents and shall have available on the site of the project at all times, :one se€ of such Contract Documents. The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall operate with the Enginecr, his inspector, and other on"ap" in every possible way. The Contractor shall at all ti=s have competent personnel available to the project site for pToper performance of the work, The Contractor shall provide and maintain at all tunes at the site of Lhe project a competent, English-speaking superintendent aBd an assistant who are fully authorized to act as the Contractor's agent on the wnr k. Such superirjiendent and his assistant shall be capable of reading and understanding the Contract Documents Umd shall receive And fuli'ill instructionq fi-om the der, the Engineer, or his authorized representatives. Pursuant to this responsibility of the Ccrt,tr-aetor, the Contractor shall designate in writing to the project superintendent, to act as the Contractor's agent on the work. Such assistant project superintendent shall be a msident of Tarrant County, Texas, and shall be subject to call, as is the project superintendent, at any ti c of the day or night on any day of the week on which the Engineer determines that cimums nos require the presence on the project site of a representative of the Contractor to adequately provide for the safety or convenience of the traveling puhl.ic or the owners of property across which the prciect ctends or the safety of the property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to exarnirrc and inspect the workmansWp and materials entennj� into the work. f' - .5 EMER F.NCY ANTNOR RECTIFICATION 1 WORK. VA", in the upirt;on of the Owner or Engineer, a condi Lion of emergency exis#s related to any pant of the work, the Contractor, or the Contractor through his designated represea% ive, shalt respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. Such a response shall occur day or night, whether the project is scheduled on a calendar -day or a worYiag-day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any € hwrcpancies, omissions, or correction neces&iry to conform with the requirements of the project specifrcatiow or plans, the Engineer shall give the Contractor written notice that such work. or changes :ire to be performed, The written notice shall direct attention to the 5-5 (2) discrepant condition and request the Contractor to take remedial action to correct the condition. in the, event the Contractor does not take positive steps to fulfill dims written requM or does not shore gust cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costa for such remedial action, plus 2 %, from any ftmds due the Contractor on the pn)jrct. .5-5.6 RELD OFFICE: The Contractor shall provide, at no ex Era compensation, an adequate helot office For use of the Engineer, if specifically called for. The field office sliall be not less than 10 x 14 feet in floor area, sob-nantially camtraUed, well heated, sir conditioned, lighted, and weather proof, so that documents will not be damaged by She elernents. C5- .7 CONTRIJCTIQN STAKE: The City, through its Engineer, will furnish the Contractor with all lines, grades, arrd measurements necessary to the proper prosecution andcontrol of the weak contracted under these Contract Doctmrents, and lines, grades and measurements will be established by means of stakes or other custornary method of marking as may be found consistent with good practice. These stakes or markings shall be set sufficiently to advance of construt;tion operations to avoid relay. Such stakes or r=kings as may be e—stablished for Contractor's- use or guidance shall be preserved by the Contractor until lie is authorized by the Engineer to remove: them. Whenewur, in the opinion of lire Engineer, any stakes or markings have been carelessly or willfully destroyed, disturbLA, or WMoved by the Contractor or any of his employees, the full cost of replacing such stakes or marks plus 25% will be charged against the Contractor, and the first amount will be deducted from payment due the Contractor. C5-5.H AUMORITY AND QUITE S OF CFFY INSPECTOR: City lrrspectors will be authorized to inspect all work clone €md to be done and all materials famished. Such inspection may extend to all or any part of the work. and the preparation or manufacturing of the materials to be used or equipment to be installed. Ai City inspector may be stationed on the work to report to the Engineer as to the progress of the work and the mannt:r in which it is being performed, to report any uvidenoo that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Docurmenls, and to call the attention of the Contractor to any such failure or other Infringements. Such inspection or lack of inspection will not reliew+e the Contrador from parry obligation to perform die wort, in accordance with the requirements of the Contract Document% In cane of any dispute arising between the tyontrmtor and the City Inspector as to the ,materials or equipment furnished or the manner of perforating the work, the City Inspeear wi[I have the authority to reject materials or equipment, and/or to suspend work until the question at issue can be referred to and decided by the Engineer. The City Inspeolor will riot, however, be. aulhorii�ed to revoke, alter, enlarge, or rely any requiremcut of these Contract Documents, nor to approve car accept amy portion or section of the work, nor to issue any instructions corntrnry tot tie mqusremerit s of the C5-5 3} Contract D,acumeats. '17re City Inspector will in no case act as sapetintendent or f'omman or perform any other duties for the Contrwt6r, or interfere with the management or operAon of the work. He will not accept from the Contractor any compensation in any form for perforniistg any duties. The Contractor shall regard and obey the directions and instructions of the City Inspector or Engin"r when the same; axe COnSisti-ML With the obligaxlions of the Contract Documents of the Contract Documents- provided, however, should the. C'ontmctor object to any ordQrs or instructions or the City Inspector, the Contractor may within six days make written appeal to the Engineer for his decision on the matter in Coniversy. C;5-.5.9 INSPECTION: The Contractor shall furnish the Engineer with every reasuniable facility for ascerWning whether or not the work as performed is in accordance with the requirements or the Contract Documents. if the Engineer so requests, the Cotntmaor shall, at any time before acceptance of the work, remove or uncover sUeb pardon of dir, fished work as may be directed. Mier exarninatim the Contractor shall restore said porLions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should Work so exposed or examined prove to be unacceptable, the uncovering or removing and mpiaoing of all adjai:ent defective or dammed parts shall be at the Contractor's expense. No work shall be done or materials used without suitable supervision or inspection. CS-5.10 REMOV A.L. CIF EDF.FCTTVF AND. LINAMIFTORIZED WORK: All work, materials, or equipment which has been rejected slaa.11 be remedied or removed and replaced in an acceptable manner by the Contractor at this expense. Work done beyond the lines and grades give, or as sbewn on the plans, except as herein specially provided, or any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not bo paid for by the Owner. Work -,o done may be ordered removed at the Contractor's expense. Upon the failure On the part of the Contractor to comply with any order of the F'ngincer made under the pruvisions of #his paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cast thereof may br, deducted from any money due or to became due tot he C:oBftftctor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such work. C5-5.1 1 S UBSTITUTE MATERIALS OR EO UIP ENT: If the Specifications, law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if Contractor wishes to fmmixh or use a pruposed substitute, he shall, prior to the precomm-action conference, flake Written application to ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the function called for by the general design, be similar and of equal subscanoe to that specified and be lusted to the some use and C5-5 (4) capable of performing the same function as that specified ; and identifying all variations of the proposed substitute rrom that specified and indicating available maintenanc t! service. No substitute shall be Bordered or installed without 0minen approval of Engineer who will be the Judge of the equality and may require ContractcFr to furnish such .other .data about [lie proposed substitute as he considers pertinenl. No substitute shot[ be orriererl cr installed without such performance guwanwe and bonds as -Owner may require which shall be furnished at Contractor's expense. Clowractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employ by either of thew from and against the claims, damages. losses and expenses (including attorneys fees) arising out of (lie use ofsubstitwed materials or equipment. CS-5.12 SAMPLES AND TESTS OF MATERIAL& Where, in the opinion of [he Engineer, or as c:allcd for in the Contract Documents, tests of materials or equipment are necessary, such tests will he male at the expense of and paid for direct to The testing agency by the Owner unless other wipe specificAly provided. The failure of the Owner to make any Tents of materials shall in no way relieve the contractor of his mesponsibility of furnishing materials and equipment Fully conforming to the requirements of the Contract Documents. "Tests and sarnpling of materials, uan]ess otherwise specified, will be made in aocordance with the latest methods prescribed by. the American Socicty for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collep- Y g and forwarding samples and shall not, without specific written permission of the Engineer, use materials tetracntcd by the samples until tests have been made and lite materials approved for use. The Contractor wi11 furnish adequate samples withoul Cl Large to the Owner. In case of concmte, the aggregates, design rninimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is plact xd, and the Contfaclar shall be responsible for replacing any concrete which does not meet the requirements of the C omract Mcuments. 'Tests shall be made at least 9 days prior to the placing of concrete, using samples frorn the same aggregate, cement, and rmorim which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of new mnterials. C5-5.13 STORAGE OF MATERIALS: All materials which are to be ud in the c�austruction.contract shall be stored so as to insure the preservation of quality and titnem of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and riot on The gmund, and shall be placed under cover when directed. Stared materials shall be placed and located so :is to facilitate prompt insTuclion. Q5-5.14 EXI ITNO STRUCTURES AND UTIL ME .: The location and dimensions shown on the glans relative to the existing utilities are teased on the best information available. Omission from, the inclusion cif utility luowions on the Plans is not to be considered as nonexistence of, or a definite location of, existing underground utilities. The location of Inony -gas nimns, water mains, conduits, sewer Ihws. and service lines for C 5- (5) all utilities, etc,, is un novm to the Owner, and the Owner assumes no responsibility for failure to show any or all such structures and utilities on the plans or to show therm in their exact location. It is mutually agreed that such failure will not be considered sufficient. basis for claims for additional compensation for Extra work or for increasing the pay quantities in any manner vwrham ever, unless an obstructian encountered is such as to necessitate chznges in die lines and grades of considerable magnitude or requires the building of sp-ecial works, prevision of which is not made in these Contract Documents, in which case the provision in these Contract Documents for Extra work shall apply. It shall be the Contractor's responsibility to verify locations of the adjacent and/or conflicting utilities sufficiently in advance of conowtion its order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all existing utilities, structures: and service lines, Verification of existing utiliticz, structures, and service lines shall include notification of all utility companies at least fort} -eight (48) hours in advance of construction including exploratory excavation if necessary. All verification orutilities and their adiustrnent stealI be considered subsidiary work. CS-5.15 INTERRUPTION OF SERVICE: a. Nomtal Prosecution: In the normal prosecution of work where the interTuption of service is necessary, the Contractor, at least 24 hours- in advance, alto// be required to; iotiry the Water Department's €)ishibution Division as to location, time, and schedule ofser6ce interruption. 2. Notify each customer personally through responsible personnel a to the time and schedule of the interruption of their service, or 3. In the event that personal notification of a customer cannot be tnade, a prepared tag farm shall be attached to the custornerrs door knob. The tag shall be durable in cumposidm and in large bold letters shall say: 5=5 (6) Due to Utility Improvement in your neighborhood, your (water) (sewer) service will be interrupted on between (he houa of and This incon vefiieno6 will he as short as peasible. Thank You, Contractor Address Pratte b. EmeiSency_: In the event that an auiforeseen service interniption occurs, notice shall. be as above, but immediate. C5-5.16 MUTUAL RF-4PONSL13ILlTY OF CONTRACTORS: If, tbrougls act or neglect on the part of the Contractor, or any other Contractor or any sub-conuavtur shall suffer lass or damage of the work, the Contractor agrees to settle with such other Contractor or sub -contractor by agreement or arbitration. if such other Contractor or suh- cvntmetor shall asnert any claim against the owner on account of damage alleged to have been sustained, the owner will notify the Contractor, who. shall inderr 4y and save harmless -the owner against ;my quch claim. -5.17 CLEAN] -UP: 'lean -up of surplus and/or waste materials accuroulated on the job situ during the prosecution (if the work under these Contraot Documcnts shall be accomplished in keeping with a daily routing: established to the satisfaction of the Engineer. Twenty-four (4) hours after written notice is given the Contmctor that the clean-up on the job site is proceed ng in a ma rmer unsatisfactory to the Euigineer, if the Contractor fails to correct the unsatisfactory procedure, the City may tape such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice, and lire costs of such direct action, plus 25 % of such �:osts, shall be ded wed ftom the rmmies cite or to bccunie due to the C'onuactor. Upon the completion of the project as 5 wlAe as covered by these Contract Mccsments, and b6orc fiscal acceptance and Cunayl payment will be made, [lye Contractor shall clean and remove from the site of the project all surplus and discarded niaterials, temporary structures. and debris of every kind. He shall leave the site of all work in a neat and orderly condition equal to that which originally existed. Surplus. acid waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thorouglily clean all equipment and materials installed by hire and shall deliver over suds materials and equipment in a bright. clean, polislied and new appearbig condition. No extra eompensa6on will be made to the Contractor for any clean-up required on the project. 5-5 ('7) Q5-5.18 FINAL ]ENS PEM ION Whenever the work provided .for in and contemplated under the Contract Do"ments has been satisfactorily completed and firms clean-up performed, the Engineer wilI notify the proper officials of the Owner and request tbat a Final hispection he ma . Such inspection will be made within 10 days after such notification. After such f-mral inspection, if the work and materials and equipment. are found satisfactory, the Contractor will be, naffed in writing of the acceptance of t1ie same Wier the proper resolution has been passed by the City Council. No lime charge will be made against the Contractor between ..said date of notifeation of the. Engineer and the date of finale inspection of'the work. C5.k (9) PART C R GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC ESPONSIBILITY SQ]TION C: =G IXOAL RELATIONS AND PUBLIC RESPONSIBILITY C". d LAWS TO BE OBSERVED:The Contractor shall at all tirnes observe and comply with all federal and State Laws and City ordinances and regulations which in any way aff6M the conduct of the work or leis aperalions, and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may l�e enacted later by bodies having iurisdiction or authority for such enactment, No plea or misunderstanding or ignorance therwf will be commsiclered. The-. Contractor and his Sureties shall indernnify and save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising, Rom or ba, ed on the violation of any suer law, ordir>ance, regulation, or order, whe[her it be by himself or his employees. C6-6.2 P ERMTS AND LICENSES. The Contrac[cmr 01211. procure all pem7riiLs and Iicgwxz, pay all charges, costs and fees, and give all notices necessary and incident to the dime and lawful prosecution of the work. C6-6.3 PATEN -ITT) DEVICES. MATERIALS, AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreemem with the patentee or owner of such patent, letter, or copyrighted design. It is mutually armed and understood that wf hout exception the contract price shall include all royalties or cost arising from patents, trademarks, and copyrights in any way involved in the work. The Contractor and his sureties dial I indemr ify and save hwmIvs* the Owner from any and ail Oa ns for infringement by reason of the use of any such trade -marl- or copyright in connection with the work agreed to be perforTned under these Contract Documents, and skull indemnify the Owner for any cost* expense, or d mm Mse wMch it may be. obliged to pay. by reason of such infringement at any tune during time prosecution of the warp or after completion of the work, pwvided, however, that the Owner will assume the responsibility to defend miy and all suits brought for the infringement of any patent claimed to be infringed upon the &sign, type of construction or rrmatcrial or equiprnent specirled in the Contract Documents furni&hed die Contractor by the Owner, and to hold the Contractor harmless oil account of such suits. 6-6.4 SANITARY PROVISIONS: The C'ontwtor dial] establish and enforce tmrnung his c:mpla ees such regulativns in regard to cleanliness and disposal cat' garbage and waste as will tend to prevent the inception and spread of infectious or contagions diseases and Lo effiectively prevent the urealion of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by The C3mtractor. The necessary sanitary conveniences for use of laborers on the wovk, properly- secluded f rmt public obs m`vation, slmall he constructed and maintained by The Contractor and their use shall be strictly enforced by , r Mitj Yet. the Contractor. Ail such lhcilities skull be kept to a clean- and sanitary condition, free from objecti mable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. Cs6-6.5 PUBLIC SAFETY AND CONVFNIEb1 E: Materials or -Nuiprnent stored about the work shall be placed and used, and the work shall at all times be so conducted, as to cause no greater obstruction or inwnveniencc to the public that is considered to be absolutely necessary by the Engineer, The Contractor is required to maimain at a]I times all phases off work in such a manner as not to impair flee safety or convenience of the public, including, but not lim.itud to, safe and converdent ingress and egress io the property contiguoos tot he work area. The Contractor shall make adequate provisions to gender Treasonable ingress and egress for normal vehicular traffic, except during actual trenching or pipe installation operations, at all driveway umssuegs. Such provisions may iuelude bridging, placemerd or crushed stone or gravel or such other meam of providing, pr per ingress and egress for the property served .by the dri veway►- as the Engineer may approve as Appropriate. Such alher means may include the diversion of driveway traffic, with specific approval by the Engineer. If diversion of traffic is approved by the Engineer at any location, the Contractor may make- arrangernents satisfactory to the Engineer for the diversion of traffic, and shall, at his expense, provide all materials and perform all work neces.sW fQr the construction and maintenance of roadways and bridges for such diversion of traffic. Sidewaiks must not be obstructed except by special permission of the Engineer. The materials excavated and the construction materials such as pipe used iu construction of the work shall be placed so as not to endanger the work. or prevent free access to ail fire hydrants, fire alarm boxm police call boxes, water valves, gas valves, or manholes in the vicinity. The Owner reserves the right to remedy any pcgl t on the part of the Contractor as regards to public convenience and safety which may come to its attention, after twenty-four hours notice in writing to the Cuntmtor, save ib coes of emergency when it shall have the right to remedy any neglect without notice, and in either case, the cast of -such work ar materials. famished by the Owner or by the City shall .be deducted from the tnonie.4 due or to become due to the trontraotor. The Contractor, after approval of the Engineer, shall notify the Fire Department Headquarters, Traffic Engineer, and Police Department, when any sweet or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and when so directed by the F_nginuer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus. the Contractor shall prornptly notify the Fire DeparlrnenL Headquarters when all such obstructed streets, alleys, or hydt is are placed back in service. Where the Contractor is required to construct lesrEpoiary bridges or make other arrangements for crossing over ditches or streams, his responsibility for accidents in cormection with such crossings shall include the roadway approaches as well as the structures. of suck crossings, C6- ( ) 7'lie Contractor shall at all times conduct his; operation and use of construction machinery so as not to damage or destroy trees and scrubs located in close proximity to or on the site of the work. Wheiever any such damage may be done, the Contractor shall immediately satisfy all clainis of property owners, and no payment wilt be made. by the Owner in settlement of su eb claims. The Contractor shall file with the Engineer a written statemew showing all such claims adjusted. C 6-b._b PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND III -IT -OF -WAY: For the performance of the contract, the Contractor will be permitted to use and occupy such portions of the public streets anif alleys, or other public places or other rights -of -way as, provided for in the ordinance3 of the City, as shown in the Con Iract Dwtirnerits, or as way be spec if'icalty authorized in writing by the Engineer. A reasonable amount oftoo] s, mated als, and egrtipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. Excavated and waste materials shal I be piled or stoked in such a way as not to interfere with the use of -spaces that may be desigriatt:d to be left tree and unobstructed and so as not to inconvenience aecupants of adjacent property, if the street is occupied by railmad trades, the work shall be carried on in such manner as riot to interfere with the operation of trains., loading or unloading of cars, etc. Other contractors of the Owner may, for all purposes required by the eontrac� enter upon the work and premises used by the Contractor alid shall be provided all reasonable facilities and assistance For the curnplction of aedjoiniftg work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. C'; -6.7 RAMWAY CROSSINGS. Whcn the work encroaches upon any right-of-way of any railroad, the City will secure the necessary easement for the work. Where the t-ailroad tracks arc; to be crossed, the Contractor shall observe all the regulations and histructions of Ilic railroad company as to the methods of perfernxing the work and take all precautions for the safely of property and the public. Negotiations with the railway companies for the permits shall be done by and through the City. The Contractor shall give- the City Notice not less than five days prior to the time of his intentions to begin work on that portion of the project which is related to the railway properties. Vie Contractor will not be given extra compormition for such railway crossings unless speci 5"1 ly set foil h in the Contract Documents. C6-6,8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is carried on in or adjacent to Any street, alley, or public place, the Contractor shall at his own expense furnish, erect, and inaintain such bwticades, fences, lights, sand danger signals, shall provide such watchman. and shall take all such other precautionary measures I' rr the protection of persons or property and of the work as are necessary. Barricades and fences shall be painwd in a color that will be visible at right, From sunset to sunrise the Contractor shall furnish and maintain at leas# one easily visible burning light at each barrickadc, A sufficient nu nber of barricades shall he erected and maintained to keep pedestrians away from, and vehicles from being driven on or into, any work under C6-6(3 ) construction or heuig maintained. `l'he. Contractor shall furnish watchmen and Creep them at their respecl.ive assigmnents in sufficient numbers to protect the work and prevent accident Ur damage. All installations and procedures shall be consistent with provisions siet forth in the "1980 Texas Manual orj Uniform Traffic Control Devices for Streets and F1ighways" ins-ued under the authority of the "Mate of Texas U nifonn Act Regulating 'Traffic on H;ghways", codified as Article 6701d Veron's Civil Statues, pertinent section being Section Nos. 27, 29, 30 and 31. The Contractor will not remove any regulatory sign, instructional sign, strut name sign, or other sign which has beenn erected by the City, if it is detcnnine€l that a Riga must be removed to permit required construction, dw Contractor shall cantact the TransWrtation and Public Works Department, Signs and Markings Division (phone number 871-9075). to remove the sign. In case of regulatory signs, the Contractor must mplace the permanent sign with a temporary sign tnecting the requirernernts of the above referrkxl marxual and such temporary sign must hf. installed prior to the removal of the permanent sign. tf the temporary sign is not installed correctly or if it does not meet the required spifications, the permanent sign sball be left in place until the temporary sign requirements are met. When construction weak is completed to the extent that the permanent sign can be re- installed, the Contractor shall main contact the Signs and Markings Division to m-install the peirmanent sign and shall leave his temporary sign in place until such re -installation is completed. The Contractor will 1'm-, held responsible foe all damage to the work or the public due to failure of barricades, signs, fences, lights, or watchtnen to protect them. Whenever evidencc, is found of snich damage to the work the Engineer may order the damaged portion immediately removed and replaced by the Cantractur at the Contractor's awn expen.w. The Contractor's responsibility for the maiuermce of barricades, signs, fences and lights, and for providing watchmen shall not cease until the projmt shall have been completed and accepted by the Owner. No compensation, except as speoif ically provided in these Contract Documents, will be paid to the Contractor for the Work and materials involved in the constru(jEu g, providing, and maintaining of barricades, signs, fences, .ind lights or salaries of watchmen, for the subsequent removal and disposal of such barricades, signs, or for any other incidentals necessary for the proper prowction, safety, and convenience of the public during the contract period, as this work is considemd to be subsidiary to the several items for wbich unit or lump sum prices are rt €gwgted hiL the Proposal_ C6-6-9 USE OF EXPLOSIVES, DROP WRIGHT, ETC.: Should the Coniractu-r elect to use explosives, drop weight, etc,, in the prosecution of the work, the utmost cam shall be exercised at all times sQ as not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation, any company, individual, or utility, and the- Owner, not less than twenty-four hours in advance of the use of any C6-f (4) activity which might damage or endanger their or his property along or adjacent to the work. Where the use of explosives is to be pen-nitte:d on the project, as specified in the Special Conditions Docurnents, or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty- Ibm hours prior to commencing and shall furnish evidenm that he has insurance coverage to protect against any damages and/or injuries arising out of such use ofcxplosives. Q6-6.1 Q W ORK WITHN RA EA+IE NT: Where the work passes aver, ftou h, or into private property. the Owner will provide such right-of-way. or ease -meat privileges, as the City may deeni nmessariy for they prosecution of the work. Any additional rights,of<way or work area considered necessary by the Contractor shall be provided by biro at his expense. Such additional rights -of way or work area shall be acquired fbr the benefit of the City. The City shall be notified in writing as to the rights so acquired before work begins in the affected area. The Contractor shall not ernte}r 4pon }private property fot any purpose without having rn-eviOMly obtained permission from the owner of such property, The Contractor will not be allowed la stare equipment or material are p6vate property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy Aumished to the Engineer. Unless spmifically provided otherwise, the C:ontractnr shall clear all rights -of -way or easements of obstructions which must b-e mmoved to make possible proper prosecutions -of the work as a part of the project construction operations. The Contractor shall be responsible fc►r the preservation of and shall use even+ precaution to prevent damage to, all tress, shrubbery, plants, lawns, fens, culverts, curbing, and all othe-r types of %Lructures or improvements, to all water, seiner, and gas lines, to all conduits, overhead pole lines, tr appurlenances thereof, including the conslruetion of temporary fences and to all other public or private property adjacent to the work, The- Contractor shall notify the proper represenWives of tht! owners or occupants -of the public or private lands of interest in lands which might be affected by ibe want. Such notice shalll be made at least 48 hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation, compaay, individual, or other, either as owners or occupants, whose land or hterest in land might be affected by the work. The Contractor shali be responsible for alI darn age or inju to property of any character resulting from any art, omission, neglect, or misconduct in the manner or method car execution of the work, or at any time due to detective work, material, or equipment. When and where any dimc[ or indirect or injury is done to public or private property on account of any act, ornissten, neglect, or misconduct in the execution of the work, or in consequence of non -:execution thereof on the part or the Contractor, lie shall restore or have restored as his Lost and expense such property to a condition at leapt equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise C6-6(5) replacing and restoring as may be directod by aic Owner, or he shall retake good such damages or injury in a mates r acceptable to the owner of the property and the Engineer. All fences encountered and removed during cons truadon of this project :Aral/ be restored to tine original or a better than original condition upon completion of this project. When wire fencing, either wire mesli or barbed wire is to be crossed, the Contractor shall set cross brace posts on either side of the peni=eat easement before the fence is cut. Should additional fence oats he necessmy, the Contractor shall provide cross -braced posts at the point of t1w propose# cut in addition to the cross braced posts provided at the permanent msements, limits, before the fence is cut. Temporary fencing shalt be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost for fence removal., temporary closures and mplacement shall he subsidiary to the various items bid in the project proposal, Therefore, no separate payment shall be allowed frrr any service amciated with this work. In ca.se of EaRure on the part of the Contractor to restore such property or to make good such damage or €njury, th?. Owner may, upon 419 hour written notice under ordinary circurnsLances, and without notice when a nuisance or hazardous condition results, proceed to repair, rebuild, or otherwise restore such property as may be determined by the Owner to be necess y, and the cost thereby will be deducted from any monies due to or to become due to the Contmetor under this contract. C6.6.11 _I DEPENDENT CONTRACTOR. It is understood and agreed by the parties hereto that the Contractor shall perform all work and services hereunder &s an independent contractor, and not as an officer, agent, smant, or employee elf the Owner. Contractor shall have exclusive cool of and exclusive right to control the details of all work and services performed hereunder, and all persc w perfbnnimg the same, and shall he solely responsible for the acts and omissions of its officers, aEgeists, servants, employees, contractor, subcontractors, licensees and invitees. The-d"trine of respondent superior shal l not apply as between Owner and C°omractor, its officers, agents, employees, contractors and subcontractors, and nothing herein shall be construed as creating a path} Tsl ip or joint enterprise between Owner and Contractor. C6-6.12 CONTRACTOR'S RE PON IBMITY FOR DAMAGE CLAIMS. Contractor covenant and agrees to, wid sloes hereby indemnify, hold harrriless and defend Owner, its officers, agents, servants, and employees from and ag4irm any and all claims. -or suits for property damage or loss and/or personal h1jury, including death, to any and all persons, of whabsoever land or character, wbetber real or asserted, arising out of or in conuection with, directly or ind.iructly, the work and services to be perfornned hereunder by the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or iu apart, by a]leged neglsgencc on the part of officers, agents. employees, contractors, subLontr$cto licensees of invitees of the Owner, and said Contractor does hereby covenant and agree to assume all liability and responsibility of Owner, its officers, agents, servants, and employees for property damage or loss, arn&or personal injuries, including death, to any and all person of whatsoever kind or character, whcthcr renal or asserted, adsing out of or in connection with, directly or indirectly, the work and services to be perfbnued hereunder by the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in ap t, by alleged negligence of officers, agents, employees, contracto , itibcontractors, licensees or invitees of the Owner. Contractor likewise covLmants and agrees to, and foes hereby. indernnify and bold harmless Owner From and eeg hLq any and all injuries, loss or damages to property of the Owner during the pertOrmance of any of the terms and conditions of this Contract. whether arising out of or in connection with or resulting from, in whole or in apart, any and all alleged acts of omission of officers, agents, employees, contractors. subcontractors, Licensees, or invitees of the Owner. In the event a written claim for damages- against the contractor or its subcontractors remains unsettled at the- time all work on the prgJW has been completed to the satisfactiQnx of the Direr or of the Water Department, as evidenced by a final inspection, final payment to the Contractor shall not be recormi ended to the Director of the Water Department for a period of 30 days after the date of such final inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the clainnant involved. If the claims concerned remains unsettled as of the expixmion of the above 30-day period, the Contractor may be deemed to be entitled to a serni-final payment for work completed, suet, semi-fnnol payment to be in the amount equal to the total dollar amount then due less the dollar value of ariy written claims pending against the Contractor arising Out of perfbrn=ce of such work, and such semi-final pzyrncnt rnay then be rccommernded by the Director. The Director shall not recommend final payment to -a Contractor against whom such a claim for daniages is outstamling for aw period of six months following the date of the acceptance of the work performed unless the Corntractor subunits evidence in wailing satisfactory tot he Director that - h . The claim has been settled and a release has been obtained from lhj� cWrrnant involve or ?. Good faith efforts have been made to -settle such outstanding claims, and such good faith efforts have -,'aile& ff condition (i) above is met at any time within the six month period, the Director shall recomiuend That (lie Final payment to the Contractor be made. 1f coodition (2) above is met at any throe within the siw month period, the Director may recommend that final paymennt to the C antraelor be made. At (he expi-ration of the Six month period, the CC-6(7) Director may recommend that final payment be made if all other work has been performed and all other obligations ofthe Contractor have been Diet to the satisfaction of the Director. Ile Director my, if lie deems it appropriate, refuse to accept bids on other Water Department Contract work from a Contractor against whom a claim for damages is outstanding as a rresuh of work perf'orrned under a City Contract, h- .13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim compensation foe any a11e ed damage by reason arthe acts or omissicros of the Owner, he dWI within three days after the actual sustaining of such alleged damage, make a written statement to thrEngineer, selling out in detail the nature of the alleged damage; and on or before the 25'h day of the month succeLAing that iTi hich ant such damage is claimed to Dave been sustained, the Contractor shall file with the Engineer an itemized statement of the details and the amount of such alleged damage and, upon request, shall give the Engineer access to all books of account, rer-eipts, vouchers, bills of lading, and other books or papers containing any evidence as to the amount of such alleged damage. Unless such statements small be filed as hercinakbove required, the Contractor's claim for compensaiion shall he waived, and he shall not he entitled to payment on account of such darnagcs. C6-6.14 _DJ_U T_ L-NT OR RL:L0CAT[QN OF.PU13LIC UMMES, ETC.: In case it is necessary to change, move, or a]tcr in any manner tlwe property of a public utility or others, the said property shalt not be moved or inteflered with until orders thereupon have been issued by the Engineer. ne right is reserved to the owners of public utilities to enter the geographical limits of the Contract for Elie purpose of making such changes or repairs to the property that may be necessary by the performances of this Contract. C6-6i 15 T'E NPORARY SEWER AND DRAIN CHINE[: CONS; When existing sewer Iines have to be taken tip or removed, the Contractor shall, at his own expense and east, provide and maintain temporary pullets and connections for all private or public drains and sewers. The Contractor shall also take care of all st�w•age and drainage which kvill be received i om these drains and sewers, and for this pia -pose he shall provide and maintain, at his own cast and expense, adequate. punVing facilities and temporary oullets or divisions. The Contractor, at has own cost mid expense, shall construct such troughs. pipes, or other structures necessary, and be prepared at all limes to dispose of drainage and sewage received from these temporary co=ections until such times as the pm mmeflt concoctions are built and are in service, The exis] ing sewers and connections shall be kept in service and maintained under the Contraet, except when spccifiied or ordered to be abandomo d by the Fng'ncer, All +otter, sewage, and other waste shall I disposed of in a satisfactory manner so that no. nuisance is created and so that the work under construction will be adequately protected. C -6(8) C -6.16 ARRANGEMENT ARID CHARGES FDIC WATER F(JRNi HED BY 'TIE CITY: When the Contracwt desires to use pity water in corrneelion with any construction work, lie shall rnake complete and satisfactory arrangements with the Tort Worth City titer Department for so doing. City water furnished to the Contractor shall be delivered to the Contractor -ftnm a connection on an existing City swain. All piping required beyond the point of delivery shall be installed by the Contractor rat his own expense. The Contractor's responsibility in the use of all existing fire hydrant and/or valves is detailed in Scetion E2-1.2 LTSE OF FIRE HYDRANTS AND VALVFS in [hest General oniraot Docu ents. When meters are used to measure the water, the charges, irany, for water will be made at the regular established rates. When meters Ore- not used, the charges, if any, will be as prescribed by the City ordinance, or where no ordinances applies, payrnenI shall be made on estirnates and rates established by the Dime --tar of the Fort Worth Water Depar ment- C -6.17 USE OF A SECTIQN OR PORTION OF THE -WORK: Whenever, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written notice of the Engineer, and such usage shall not be held to be in any way an acceptauc,- of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents. All necessary repairs and rernovals of any section of the work so peat into use, due to defective materials or wo&manship, equipment, or deficient operations on the part of the Contractor, shal I be performed by the Contractor at his expense. 6-6.1SCONTRACTOR'S RESPOR1 IB ILITY FOR THE WORK: Until written .accWanee by the Owner as provided for in these Contmrl Documents, the work shall be under the charge and care of the Contractor, and he shall take every necessary preeaution to prevent injury or damage to the work or any part thereof by action. of the elements or Isom any cause whatsoever, whether arising from the execution or none ecution of the work. The Conti -actor shall rebuild, repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by tiny of the hereinabove oattses. C 6-6.19 NO WAIVER OF LRCt i,_f GHT : Inspection by the Engineer or any order by the -Owner• by payment of money or any Iaynient for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any prevision of the Contract Documents. Any waiver. of any breach or Conlract shall not be held to be a waiver of any other or suhseglterrt breach. The Owner reserves the right to correct any error that may be discovered in any estimate than may have been paid and to adjust the. same to trivet the requinaments of the Contract Docitments. 6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exercising any power of authority granted thercimder, there shall be no liability upon the authorized mTmsentative of the Owner, either personally or other wise as they are agents and representatives cif the City, C6- .21 STATE SALES TAX: On a contract awarded by the City of Fort Worth, and organization which qualifies for exemption pursuant the provisions of Article 20.04 (Fl) of the Texas Limited Sales, Exdae, and Use Tax Act, the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of 1his contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption, certificate to eumply with Statc Comptroll.er's puling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State omptroller's P-Ming ,011, and ftay other applicably: State omptroller's railings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. On a eantsacl Awarded by a developer for the construction -of a publicly -owner impravemerit in a street right-of-way or other easement which has been dedicated to the public and the City of Fart North, an organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, thr. Contractor can probably be exempted in the same mariner statcd above. Texas Lirnitcd Sales, Excise, and Use Tax Act pffmits and information can be obtained from: Comptroller of Public Accounts Sales Tax Division Capitol TX tol statim Austin, C6-i(10) PART C: - GENERAL CONDITIONS C7-7 PROSEruLTTION AND PROGRESS SECTION C 7-7 PI OSE UTT0Id AND PROGRESS: C7-7.1 SUBI ETTTNG: The Contractor shall Perform with his own organization, and with the assistance of workmen under his immed.iame superintendan , work of a value of not less than fifty (5(rlo) percent of the value embraced on the contract. If the Contractor sublets any part of the- work to be.: clone under these Contract Documents, he will not tinder any circumstances he relieved Qf the responsibility and obligation a.vutned under Ihm Contract Documents. All tractions of the Engineer will be. with the Contractor. Subcontractors will be considered only in the capacity of employees or worlinen of the Contractor and she I be subject tot he same requirements as to character and competency. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times, wh= the work is in operation, be represented either in person or by a superintendent or other designawd represeittatives. t=:7-7.2 A IGI+ME ]" OF CONTFAC.T: The Contractor shall not assign, transfer, sublet, or oIber ise dispo.w of the contract or his rights, title, or intereA in or to the sarne or any part thereof without the. previors consent cd' [N Owner expremsM by resolutioA of the City CouneiI and concurred in by the Suv-,ties. If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or otherwise dispose of the corp lr'act or his right, title, ur interest therein or any part thereof, to any person or persons, partnership, company, firm, or corporation, or does by bankruptcy, volurrtay or involuntary, or by assignment under the insolvency laws of any states, attempt to dispose of the contract may. at the option of the Owner be Tevoked and annulled, unless line Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies duce or to become due. under or by virtue of said contract shall be. retained by the Owner as Iiquidated damages For the reason that it would be impracticable and extremely Miff cult to fix the actual damages. C~7-7.3 PROSECUTION F '1'14E WORK: Prior to beginning any construction operations, the Contractor shall submit to the Engineer in fine or more ' t-op es, if requested by the Enginmr, a progress schedule preferably in chart or diagram form, or a brief outlining its detail and step by step the mariner of prosecuting- the work and ordering materials and equipment which he expects to follow in order to complete the prr�ject in the snheduled time, There shall be submitted a table of estimated amounts to be eamed by the Comartor during each monthly estimate period. The Contractor shalt commence the work to be performed under this contract witHri the tittle lirnil slated in these Contract Dmuments and shall conduct the work in a continuous manner and with sufficient equipment, materials, and labor as is necessary to insure its comple#ion within the time limit. C7-7(1) The sequence requested of all constrm ion opvraflorrs shall be at all times as specified in the Special Contract documents. Any Deviation kom such sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has mceived written approval from 'the Engineer. Such specification or approval by the Engin"t shall not relieve the Contractor from full responsibility of the complete performance of the Contract. The econtract time may be changed only as set Furth in Section C7-7.8 EKFEN ION OF TIME OF COMPLETION of this Agreement, and a progress schedule shall not constitute a change, in (lie contrail time. C7-7.4 LBAUA` ION OF OPERATIONS: The working opemtians shall at all tunes be conducted by the Contractor so as to create a minimum amount of inconvemieme to the public. At any time when, in the judgment of the Engineer, the C'ontractar has obstructed or closed or is carrying can operations in a portion of a street or public way g Later than is rietessary for proper execution of the work, the Engineer may require the Contractor to. finish the section on which operations arc in progress before the work is commenced can any acid 1tianal section or street. C7-7.5 CHARACTER OF WORKMEN AND EQU PMENT. Local ,labor shall be used by the Contractor whm it LL; available. The Contractor may bring from outside the City of Fort Worth his key men and his superintandent. All other vwor'kmon, including equipment aperators, may be irnported only afla the local supply is exhausted. The Contractor shall employ only snch superintendents, foremen, and woYkn3en who are careful. competent, and idly qualified to perform the duties and tasks assigned to them, and the Enginees may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the apinion of the Owner, shall r€riswnduct himself or to be icrund to be irrcompeterct, disrespectful, intemperate, dishonest, or otherwise objectionable or neglectful in the proper performance of leis or their duties, or xvho neglect or refuses to comply with or carry out Lhc direction of the owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have suffleient skill, ability, and experience to properly perform the work assigned to them and operate any equipment necessary to properly carry out the performnce of the assigned duties, The 'Contractor shall furnish and maintain on the work all such equipment as is conidered I be necessary for the prosecution of the work in an acceptable manner and al a satisfactory rate of progress. All equipmem, tools, and machinery usod for haudl-Ing materials and executing any pan of the work shall be subject to the approval of the Engineer and 5hall be maintained in a satisfactory, safe and efficient working condition. Equipment on any potion L)f t ie work &hail be such that no injury to the work. Workmen or adjacent property will result from its use. C7-7(2) C7-7.6 WQM SCHEDULE- Elapsed working days shall be wrnputed stating with the first day of the work completed as defined in C1-1.23 "WOR ING DAYS" or the date Apulated ire the "WORK ORDER" for begimting work, whichever comes first. Nothing in these Contrnt Documents shall be construed as pwhibiting lice Contractor from working oo Saturday, Sunda} or Legal Holidays. providing that the following requi meats are met, a. A request to work on a specific .9aturday, Sunday or Legal Holiday must be made to the Engineer no Jater that the preceding ,Thursday. b. Any work to be done on the project on such a specific Saturday, Sunday or Legal Holiday roust be, in the opirson of the Engineer, essential to the timely completion of the project. The E,ngincer's decision shall be final in rdpone to such a request for approval to work on a specific Saturday. Sunday or Legal Holiday, and no extra c:ornpen ation shall be a]lowed .to the Contboor for any worn perfrrrrnM on such a specific Saturday, Sunday or Legal Holiday. Calendar lays steal I he deli ncd in C 1-1. 24 and the Contmetor may work as he. so desires. C7-7, '1TME OF COMMENCEMENT AND COlylPLETION: The Contractor shall conimence the working operations within the time specified in the Contract Documents and see fiirdi in the Work Order, Failure to do so shall be cow;idered by the owner as abandomnent of the Contract by the Contractor and the Owner may proceed as he sees fit. 'The Contractor shall maintain a rate ai` piggies% such as will insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time established in suet documents and sash extension of time as may be properly authorised. 7-7. E TEN ION OF TIME COWLETION- -Me Contractor's request for an extennsion of time of completion shall be considered only when the request lbr such extension is submitted in writing to the agir:cer within seven days loom and after the time alleged cause of delay shall occurred. Should are extension of the time of completion be requested such ivgtiest wil I be forwarded to the City COUnial for approval. In adjusting the contract time for completion of work, consideration will be givers to unforeseeiY cfwsos beyfind the control of and withoul the- fault or negligence of 6,— Contractor, fire, flood, tornadoes, epidemics, quarantine restrictions, strikes, embargoes, or delays of sub-cuntractors due to such causes. C7-7(3) en the date of complction is based on a dalendar tray bid, a request for extension of time because of inclemfmt weather will root be considered. A request for oxtension of time due to inability to obtain supplies and materials will be considered only when a review of the Contractor's purchase: order dates and other pertinent data ag requested by the E'nginmr indicates that the Contractor has made a bonaiid,e attempt to secure delivery on schedule. 'Mis shall include efforts to obtain the supplies and materials f ern altemate sources in case the First source cannot make delivery. if satisfactory execution and completion of the coaract should require work and materials in greater amounts or quauti ties than those set forth in the approved Contract Documents, then the contract time mat be increawd by Change Order. C7-7,9 DELAY : The Contractor shall receive no compensation for delays or hindrances to the work, accept when direct and unavoidable exim cost to the Contractor is caused by the failure of the City to provide inforrcration or material, if any, which is to be furnished by the City. When such extra compensation is claimed, a written staktemem thereof shall be presented by the Contractor to the Engineer and if by the Engineer found correct, shall ire approved and referred by dbe Engineer to the City Council for final approval or disproval; and the action thereon by the City Council shall be final and binding. If delay is caused by specific orders given by the Engineer to stop work, or b the performance nce of exu'a work, or by the railu re of the City to provide material or necessary instructions for carrying on the work, then suer, delay will entitle the Contractor to -an equivalent extension of time, his .vplication for shall, however, be subject to the approval of the City Council: and no such extemion of time shall release the Contractor or the surety on his performance bond f om all his obligations hereunder which shall rcmai n in f ul l force until the discharge of the contract. C7-7.10 TTME OF CO PLE`iTON: The time of completion is an essential i lernewut of the Contract. Each bidder shall indicate .in the appropriafc place on they last page of the- proposal, the number of working days or calendar days that he will require+ to fully complete this contract or the time of completion will be specified by the City in the proposal section of the Contract Documents. The numlcr of days indicated shall be a realistic estimate of the time required to complete the work covere-d by the specific contract being bid upon. The amount of time so stated by the successful bidder or the City will became the time of completion specified in the Contract Documents. For each calendar day that any work shall remain uncompleted after the tirric specified in the Contract Documents, or incv-f Ned time panted by the Owner, or as automaticAy iticreas d by additional work or mated als ordered after the contract is signed, the: sum per day given in the follo ing schedule. unless otherwise specified in other parts of t1ie Contract Documents, will be deducted from the meanie due the C"ontraeor, nest as a petalty, but as liquidated damages suffdred by the Owner. 7-7(4) AMOUNT OF CWMACT AMOUNT OF LIQUIDATED DAMAGES PER DAY Less than S 5,000 inclusive $ 35.00 $ 5,001 to $ 15,000 inclusive 45.00 $ 15,001 to $ 25,{)0 inclusive 3.00 $ 25,001 to $ 50,000 inclusive $ 105.00 $ 50,001 to 100,000 inclusive $ 154.00 $ 100,001 S 500,000 inclusive $ 210.00 50(}.001 to 1,000.000 inclusive $ 315.00 $ 1,000,001 2,000.000 inclusive S 420M $ ,000,000 and over S 630.0.0 The parties hereto understand and agree that any hami to the City caused by the. Contractor's delay in completing the work hereunder in the time specified by the Contract Dmu:dents would be incapable or very difficult to calculate due to lack of accurate information, and that the "Amount of Liquidated Damages Per [day", as set out of we, is a reasonable forecast of just corn salon due Ili& City for harm caused by any delay. 7-7.I l SUSPENSION BY COURT ORDER: The vntrador shall st-`Pend operations on such part or parts of the work ordered by any count, and will not be enti#led to additional compeasation by virtue of such court order. Neither will he be liable to the City in the vent the work is suspended by a Court Order. Neither will the Owner be liable to the Cs'ontractor by virtue of any Court Order or action for which the Owner is not solely mespomihle. C7-7.12 TEMPORARY SUSPENSION. The Owner shall have the righl to suspend the: work operation wholly or in part fbr such periW or perlcxis of time as he may deem necessary due to unsaitable weather conditions or any other unsuitable conditions which in the opinion of the Owner or Engineer caww further prosectitiart of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of the weak cvvered by this contract, for any reason, the Owner will make no extra payment for stared -by time or construction equipment andfor construction crews. ff it should become necessary to suspend work ]or an indefinite period, the Contractor shall stare all materials in such maimer that they will not obstruct or impede the public unnecessarily nor became damaged in any way, and ' he shall toe every precaution to prevent damage or deterioration of the work perforni d; lie shalt provide writable drainage about the work, and erect temporary structures where necessary. Shouid the Contractor not be able to complete s poiliori of the project due to causes beyond the control of and without the fault or negligmce of the Contractor as set iorth irr Paragraph C7-7.8 E T 1 lOAi OF IIIETIME OF COMPLETION, and should it be C7-7(5) determined by mutual. consent of the Contractor and the Engineer that a solution to allow construction to proceed is not available within a reasnrzahie period of line, then the Contractor may be reimbursed for the cost of moving his equipment off` the job and re�g the necessary equipment to the job when it is deternxined by the Engineer that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor ofmrnring the equipment acid no profit will be allowed. No mimbui`mement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth. The Contractor &hall not suspend wank without written notice from the Engineer and sha11 proceed with the work operations promptly when notified by the Engineer to sex resume Operations, C7- .13 TERMINA-ITON OF CONTRACT DUE TO NAUONAL EMERGENCY. Whenever, becamw of National Emergency, so declared by the president of the united States or other lawful authority, it becomes impossihle for the Contractor to obtain all of the necessary labor, materWs, and equipment for the prosecution of the work with reaannable continuity for a period of two months, the Contractor shall within seven days notify the City in writing, giving a dcWled statement of the efforts which have been made and listing all necesswy items of labor, materials, and equipment not obtainable. if; after investigations, the owner finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Co€ uact,or, thin if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necesswy labor, materials, and equipment within thirty days, the Contractor my request the owner to terminate the contract and the owner may comply with the request, and the termination shall be conditioned and based upon a final settlement niuniAly acceptable to both the Owner and the Contractor and final payment shall .be made in accordance i t h the terms of the agreed settlement} which shall. include. But not be limited to the payment for all work executed but not anticipated profits can work which has not been performed. C7-7.14 SUSPENSION OR A13ANDONMLE-NT OF TIC WORK AND ANNITLMEIVTf OF THE CONTRACT- The work operations an all or any pnrti n or section of the work under Ccsmmi shall be suspended immediately on written order of the Engineer or the Contract may be declared carweled by the City Council for any good and sufficient cause. nit following, by way of example, but not of lfinitation, may be considered grounds for suspensiDn or cancellation. a, failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner. b. Substantial evidence that progress of the work -operation by tho Contractor is insufficient to complete the worm within the specified time. C7-7(6) C. Failure of the Contractor to provide artd maintain sufficient labor and equipment to properly ex=te the working operations. d. Substantial evidence that the Contractor has abandoned the work. e. Substantial evidence that the Contractor has become; insolvent or bankrupt, or otherwise Fnanclatly unable to carry an the work sa sfactorily. is Failure on the part of the Contractor to observe arty requirements of the Contract Docmenm or to comply with any orders given by the Engineer or Owner provided for in them-, Contract Doe urnents. g, Failute of the Contractor promptly to make good any defect in materials or workmanship, or any defects of any riuture the correction of which has been directed in writing by the Engineer or the Owner, h. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpett Wag fraud on the City in the construction of work under contract. i. A substantial indication that the Contractor has made an mmut prized assiginnent of the contract or any fi3nds doe there from for the benefit al' any creditor nr for any other purpose, j. if the Contractor shall for. any cause whatsoever not carry on the wocking opemtian in an acceptable manner. k. if the Contractor cornr[mences legal action against the Owner. Copy of the suspension order rrr action of` the City Council shall W served cute the Conlr,�tt vor's Sureties. When work is suspended for any cause or causes, or when the contract is canceled, the Contractor shall disconfinue; the work or such part thereof as the owner shrill designate, whereupon the Sureties may, at their option, assume the contract or that portion thereof which the Owner has 6rde:red the Contractor to discontinue, and may per-fonn the samr. nr may, with wtitton crosent of the owner, suiblet the work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all, within two weeks afler the writlern notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents. The Sureties, in such event shall assume the Contradot-'s place in all respects, and shall be pair] by they Owner tier all work performed by them in secordance with the terms of the Contract Documents. All monies remaining due the Conti -act 'or at the time of this default shall thereupon hecarne clue and payable to the Sureties as the work progresses, subject to all ofthe terms of the Contract Documctuts. C7-7(7) In case the Sureties do not, within the hereinabove specified time, exerciFe their right and option to amurne the contract responsibilities, or that partion thereof which the Owner has ordered the Contractor to discontinue, Then the Owner shall have the power to eornpleic, by contract or otherwise, as it may determine, the work herein described or such work thcreof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials, plams, tools, equipment, supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools, equipment, ulaterials, labor and property for the completion of the work, and to charge to the account of the Cyonlractor of said c€ ntr$ct expense for labor, materials, tools, equipment, and all expenses incidental thereto. The expense so charged shall be deducted by the owner From such monies. as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part Lhcreof. The Owner shall not be required to obtain the 10-west bid for the work completing the contract, but the expense to be deducted shall be the aural cost of the ovmer of such work in case such expenses shall exceed the arno nt which would have been payable under the Contract if the same had been completed by the Contraf.:t, Then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due. When any particular part of the work is ,being carried on by the Owner by contract of otherwise under the provisions of this section, the Contractor steal I continue the remainder of the work in conformity with the terms of the Contract Documents and in such a► manner as to not hinder or intcrfew wide the perfaTmance of the work by the Owner. C7-7.15 FULF LL 1NT OF CONTR CT: The Contract will be considered as haying been fulfilled, save as provided in any bond or bond; or by law, when all the work and all sections or parts of the project covered by the Contract Do:uments have been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner. C7-7, if TERMINATION FOR CON EA]IENCE OF THE QWNER: 11e performance of the work under this aorAract maybe ter-minatcd by the Owtncr in Whole, or €turn time to lime in part. in accordance with this section, whenever the Owner shall determine that such termination is in the best interest of the Owner. A. NOTICE OF TERI IINATION: Any Termination shall be- effected by mailing a notice of the ternriinatinn to the Contractor specifying the extent to which performance of work under the contract is ten ninated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed ans# established when the letter is placed in the United States Postal Service Mail by the Owner, Further, it shall be deemed conclusively presumed and est,ablisbed that such termination is made with just cause as therein stated; and na pmf in any C7-7(8) claim, demand or snit shall be required of the Owner regarding such discretionary action B. CONTRACTOR ACTION: After receipt of a notice of termination, and except as otherwise directed by the Engineer, the Contractor shall: I , Stop work under the contract on the bate and to the extent specified in the notice of termination; place no Rather orders or subcontracts for materials, services or facilities except as may be necesry for completion of such portion of the work under the contma as is not terminated; 3, terminate alI orders and subcontracts to the extent that they relate to the performance of the work terminated by notice of tennination; 4. transfer title to the Owner and deliver in the manner, at the times, and to the extent, if any, directed by the Engineer: a. the fabricated or onfabric: ted parts, work in progress, completed work, supplies and ot(icr material produced as a part of, or acquired in comcc:tion with the performance of, the work terminated by. the notice of the temination; and b, The completed, or partially completed pls, drawings, information and other property which. if the contract had been completed, would have been required to be furnished to the Owner. 5, complete performance of such work as shall -not have been terminated by the notice of wrrninaaanx and 6. 'Take such action as may lie nece ary, or as the Engineer may d' wt, for the protection and preservation of the property related to its contract which is in the possession of the Contmctor azid in which the owner Ims or may acquire Lhe rest. At a' time not later than 30 days after the terrniumion date specified in- the notice of termination, the Contractor may submit to the Engineer a list, certifiers as to qL antity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of C7-7(9.). which has In directed or authorized by Engineer, Not later than 15 days thereafter, the owner shall accept title to suoh items provided, that the list submitted shad be subject to vmif"ca ion by. lire Engineer upon removal of the items or, if the items are stored, within 45 days Pram the date of submission of the list, and any necessary adjustments to corm the list as submitted, shall be made prior to final settlement. C. TAIL L AT ON CLAIM. Within 60 days after the notice of termination, the Contractor shall submit his termination claim to the Engi ees in the form and with the r,: r iticaiiou prescribed by the Engineer. Uiiless. ane or mare cxtemions in writing are granted by the Owner upon rtcquest of the Contractor, made in writing within such 60-daGy period or authorized extension thereof, any and all such claims shall be conclusively deemed waived. D. AMOUNTS. Subject to the pmvisions of Item C7-7. I ( ), the Contractor nud the Owner may agree up,an the whole or any part of the amount or amounts to be laid to the Contractor by reason of the total or partial termination of the warm pursuant hereto; provided, tha such agreed amount or amounts sal never exceed the total contract prioe reduced by the amount of payments otherwise made and as fur3her reduced by the conLract price work not terminated. The contract shall be umended accordingly, and the ontraEclor small be paid the agreed amount. No amount shall be due for lost or anticipated profits> Nothing in C7-7.16(E) hemaRcr, prescribing the amount to be paid to the Contractor by reason of Lhe termination of work pursuant to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. E. FAILURE TO AGRM In the event of the failure of the Contractor and the Owner to agree as provided in U7-7.16(D) upon die whole amount to be paid to tht C,onu-as:tor by mason of the termination of the work pursuant to this section, the Owner shall determine, on the basis of iinfonnation available to it, the arnotht, if any, due to the ContraduT by reason of the termination and shall pay to the Contractor the amounts determined. No amount shall be due for lost or anticipated profits. F. DEDUMOf S: In arriving at the amount due the Contractor under this section there shall be dedus:ted, 1. all unliquidated advance or tither payments on .account theretofore made to the Contractor, applicable to the terminated portion of this.contmc:t, C;7-7(30) any claim which the Owner may have against the Contractor in connection with this contract; and 3. the agreed price for, or the p;oce3eds of tbie sale of, any m terials, supplies or other things kept by the Contractor or sold, pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. C. ADJUSTMEW- if the termination hereunder be partial, prior to the settlement cif the: wrxninated portion of this contract, the Contractor Mgy file with the Engineer a request in writing for an equitable adjustment of the price or prices specified in the contract relating. to the c'Dwinued porlion of the contract (the portion not terminated by police of termination), such equitable adjustment as may he agreed upon shall be made in such price or prices; noting contained hem,ia, -however, shall limit the right of t1v owner and the Contractor to agree upon the amount or .amounts to be paid lot he C-ontractor for the completion of the continued portion of the contract when said contract dues not contain an established co,nimet prig for such continued portion. H. NO LTMFrAT ON OF RIGHTS, Noting contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under 7-7.14 hereof entitled "SUSPENSION OR ABANDONMENT OF THE wom AND ANNui mr-NT OF CONTRAC'P' or any other right which the Owner n uy have for default or bleach of contract by contractor. C7-7.17 SAFETY METBODS AND PRAMI E : The Contractor shall be responsibley far Initiating, maintaining and supervising all saf-t precautions and prngtsms.irr connection 01h the work at all tines and shall assume all responsibilities ror their unforcement The Contractor shall comply with federal, stales. and local laws, ordinances, and regulations so as to protect person and property from injury, including death, or dzamage in connection with the work. C7-7(11) PA I` C - GFNERAL CONDITION C8-8 MEASUREMEINT AND PAYMENT SECTION CB-8 MEA SUREMENT AND, PAYMIENT C8-8.1 MEASUREMENT OF'QUANT]'TlE , The detemrrination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably camp leted under the terras of the Contract Dacurnetrts shall Iv-- made by the Engineer, based on measurements made by the Engirwer. These measurements will be rn according to the United States Standard Measurements used in commort practice, and will be the am al length, area, solid contents, numbers, and weights cif the materials and item installed. C8-8.2 LTMT PRICES: When in the Proposal a "Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, mac,lunery, equipment, appliances and appurtenances necessary for the construction of rind the completion in a manner acceptable to the Engium of all work to be done under theso Contract Documents. The "Unit Price" shall include -al] permanent and tcmporairy protection of overhead, surface, and underground structures, cleanup, finishing costs, overhead expense, bored, insurance, patent fees, royalties, risk due to the elements and other clauses. delays, profits, injuries, damages claims, taxes, and all other items not specifically mentioned that may be required to fully construe[ each item of the work complete in place and in a .wis factory condition for operation. 8-8.3 LUMP I M-. When in the Proposal a "Lump Surn" is set forth. the said "Lump Sum" shall represent the total cost for the Contractor to famish all labor, tools, rnaleriais, machinery, equipment, appurtenances, and all subsidiary work accessary for (he construction and completion of all the work to provide a cornplete and functional item as detailed ir# the Special Contract Documents and/or Flans. C -8.4 SCOPE OF PAYMENT: T: The Contractor shall receive and accept the compeirsation as herein provided, irw full payment for frnnishing all labor, tools, rnatcx"s. a d ii-xidemids. -fir perfonving all work contemplated and embraced under these Contract Document's, for all ]nss and darnagt arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arige or be encountered during the prosecution vwltrich may arise or be encountered during the prmvcution of the work at any time before its finai acceptance by the Owner, (except as provided in paragraph C5-5.I4) for all risb of whatever description connected with the pr?secutian of the work, for AI expenses incurred by or in consequence of the suspension or discontinuanec of such prosecution of the working operations as herein specified, or any and all infringements of patents, tt`adensarks, copyrights, or other legal reservations. C8-8(1) and for completing the work in an a eptable runner according to the terms of the Con tm l Dcc:urnenis. 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 oftlic acceptancc 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 rnaterial used or equipment or mac hinery flirnished in or about the cvnstniction orthe work under uontract gird its appurtenances, or any damage -due or atuibuted to such defects. which defects, inxperrections, or dammge shall lave been discovered on or before the final inspection and acceptance of the work or d uring the one year guaranty period after the I inal acceptance. The Owner small be the soli judge of such defects, imperfections, or damage, and the Con tractor shall liable to the Owner for failure to correct the same as pravided herein. C8-8.5 PARTIAL ESTIMATES AND RETAI A F: Between the ]'k and the 5'" day of each month, the Contractor shall submit to die Engh3eer a statement showing an estimate of thee- value of die work clone during the previous mmntb, or estimate period tinder the Contract Documents. Not law than the 10'� day of the month. the Engineer shall verify such estimate, and if it is found to be acceptable and the value of the work perforEned since the last partial payment was Tnadv. ex ctmds cane hundred dollars ($100.00) inn amount, 90% of sucks estimated sum will be paid to the Contractor if the total contract amount is less than $400,0O0M, or 5% of such estimated sum will be paid to the Contractor if the total contract amoma is $400,000.00 or greater, within twenty-five (25) days after the regular estimate period. '['he- City will have the option~ of preparing estimates on forms furnished by the City. The partial estimates may include acceptable n ariped shab le materials delivered to the work which are to be incorporated into the work as a permauent part Ihm f, but which at the time of the estimme have .not been installed (such payment will be ao ed on a basis of SS°ri of the net invoice value thcreof), The Contractor shall fiirrilsh the E.nginecr such information as he may request to aid him as a guidu in the verification or the preparation ofpartW estimates. It is understood that partial estirates from month to month will be approximate only, all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estiraw, and such estimate sbali not, in any respect, be taken as an adyni ssion of the -Owner of the amount of worst dour or of its quantity of sufficiency, or as an acceptance of the work done or the release of the Contractor -of any of his responsibilities under the Contract Doe nnents. The City reserves the right to withhold the payment of any monthly estimate if the Cuntrautor Uls to perform the work strictly in atxonlance with the specifications or provisions of this Contract. C8-9(2) C8-8.6 WITHHOLDING PAYmL-,N'r- Payment on any estimate or estimates may be held in abeyance i( the performance of the construction operations is not in accordance with the requirements .ofthe Cuntract Documents. C84.7 FINAL ACCEPTANCE Whrmewr the improvements provided for by the Contract Documents shall have been completed and all requirements of the Contract Documents shall have been fulfilled an the part of the ContTador, the Contractor dial] notify the En&eer in writing that the improvements are ready for final inspection. The Enginccr shali notify the appropriate officials of the Ovaier, will within a reasonable time make such final inspection, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the Final estimate and recommend final acceptance of the project and final payment thereof w outlines its paragraph 8-8.8 below, CH-8.8 FfN L..F `f I4 T: Whenever all the improvements provided for by the Contract Dccunjenui and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Ea&eer as soon as the neeessary measurements, computations, and cl ecks can be made. All prior estimates upon which payment has bey made are subject to riecessary corrections or revisions in the final payment. The amount of the final estimate, less previous paymenis and any ! ums that have been deducted or retained udder the provisions of the Contract Documents, will be paid to the Contractor within 60 days after the final acceptance by. Ihe- Owner on a proper resolution of the City Council, provided the Contractor has furnished to the owner satisfactory evidence of compliance as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an -affidavit as furnished by the City. certifying that; A� all persun& fiTms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in fA B. that the vw+nge scale established by the City Coloncil in the City of Fort Worth leas been paid, and C. that there -are no claims pending for pr mT l injury and/or property damages. The acceptance by the. -Contractor of the laA or ,hnai payment as aforesaid shall operate as and shall release the owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of said City relating to or connected with the Contract. 8-8(3) The making of the rural payment by the Owner Shall not relieve the Contractor of any guwautee6 or other requirements of Lire Contract 1D x-uments which specifically con#inue thereafter, _8-8. ADEQUACY OF DESIGN: It is understood that the Owner believes it has employed competent engineers arid -designers to prepare the Contract Documents and all modifications of the approved Contract Documents. It is. therefore, agreed that the Owner shall'be responsible for the adequacy ofils own design features, sufficiency of the Contract Documents, the safety of the str-rnowe. and the practicability of the �oMations: of the cotnoleted project, provided the Contractor has complied with the requirements of the s4id Contract Documents, all approved modifications thereof; and additions and alterations thereof approved in writing by the Owner. The burden of proof of such compliance shall bt! capon the Contractor to :show that he has complied with the Contract Documents, approved modifications thereof, and all alterations thereof. - .10 OENERAL GUARANTY- Neithes the foal certificate of payment nor any pro vision in the Contract Documents nor partial or entire occupancy or use of the prenxiises by the Owner shad constitute. an acceptance of the work not done in accordance with tha Contract Dommen#s or relieve the Contractor of liability in res'pgnt to arty express warranties or responsibility for faulty materials or woArnatiship. The Contractor shall remedy any defects or damages in the work and pay for any damage to the other work resulting ther&om which shall appear within a period of one, Ye" "m the date of fmal acceptance of the work ruiless a longer period is specified and shall furnish a good and sufficient rnaintenaznce 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 n utice of observed defects with reasonrablc promptness. C8-8.11 SUBSIDIARY E RK2 Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Dmunxents, in wbiah no specific item for laid has been provided for in the Proposal, shall be considered as a subsidiary ilem of work, the cost of which shall be itic luded in the price laid in the Proposal, far each bid item. Surface restoration, rock excavation and cJeanup are general items of work which Call 1n tlye category of subsidiary ivark. CS-8.12 MISCELLANEOUS PL CEM ENTOF MATERIAL: Material ruay be afiocawd under various bid hems in the 'Proposal to "tablish unit prices for miscellaneous placement of material. These materials small be used only when directed b the Engineer, depending on field conditions. Payment for miscellaneous placement of rniarterial will be made for only. that amount of rnawrial crsed, measured to the nearest one - tenth unit. Payment for miscellaneous placement of material shall lie in accordance with the General Contract Dc urnecrts regardless of the actual amount used for the Project. C-8- .13 RECORD DOC1111+iCI 'f The Contractor shall keep rrn record copy of all specifications, plans, addenda,modifications, shop dtu ings and samples at the C 8-8 (4) bite, in good order and annotated to show all changes made during the cons1rocticm process. These shall be delivered to the Engineer upon comp] elion of thu work. C8-8(5) -7- PART C -GENERA-L CONDITIONS SECTION Cl: SUPPI<&MENTARY CONDITIONS TO PART C - G ENEll AL CONDI['1['ION A, General Thee Supplementary Condition« tmend or supplement the General Cntiditiuns of the Contract and other provisions of the Contract Dutmments as indicated below. Provisions which are not so ame,6 dl or supplemented resin hi full force and affect. l3. C&-8.5 PARTIAL ESTIMATES AN RE Page (78-8 (2). should he deleted in its entirety ,d replaced with the folIowii1g: Partial pay estimtes shall be submitted by the C'otitraelor or prepared by die City on the Sth day and 20th day of each month that the work is in progress, The estimate shall be prnceecled by the City on the IOth day and 2 5th €iav respectively. EstiTnales will he paid within 2 5 days following the end of the estimate period. less the appropriate re3tuinage as set out below. Partial par 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 rnaterials-a -included within a pay estimate, payment s€xall be Based upon 85% oftlie net voice value Iher of, The Contractor will furniA She Engineer such info Tndion its may be re ssunab[y regtiested to aid in (lie verificut ion-nrthe preparation donee pay estimate. For contracts of less than $ 400,00 at the time ref execution, retainage shall be ten per cent JQraj. For wntrue is of $400.000 or atone at the time of execution. retaimge shall be five pert .(5" ff). Contractor shall pay subcontramis in accord wi91 the subcontract agreenient {vithin live (5) business clays after receipt by Contractor of the puy-meat by City. C.'cmir�ictoes (biIme to nmke the required payr cnis to subcontractors will authorize the City to withhold fiaurc paynwTas from the Contractor until compl.ince with This paragraph is- accomplished. 1t is understood that the partial prey e_-fimate�s will he approximate only, -and all partial pap estiniates tend# p:gment of same will be subject to correction in the estimate rendered following the .discovery of the mistake in aRy previous es(imale. Partin] payment by Owner for the amount of LvoTk dunE or of its cluW ty or sufficiency or acorptznce of the work dopier shail not release (lie ('onlractor of any of its re.vonsibilitia wider the Contract Mcuments, The City m. erves div right to withhold the payment of any partial estimate if tltc Contractor fails to perform the work in stricl accordance with the sper:[Rcations or other provisions orthis.enntract. C , part G - General Conditions: -Paragraph 3-3.1 l of the General Conditions is doleted and replaced -with D-3 of Part D - Special -Conditions: 1). C3-3.11 INSURA t` R Page C3-3 (0): Delete subparn lih ``g. LOCAL AGENT FOR MSURANCE AND BON'I:]l-NG" Revised Pg. 1 EJ C6-6.1 C'ON'fItACTOR'S RF .PONSIBLITY FOR DAMAGE CLAIMS: T'agc C --6 (8), is deleted in its entirety and replaced with the fallowing: Contractor covenants aid agrees to indeninify City's en&ce€ and arcbi€ca, and their persavn€ael at the project site for Contractur's sole negligence. In aMtian, CoWmctor -covenants and agrees to indemnify, hold harmless and defend, at its own expense, the ]wrier, its officers, servants and employees, frotrt raid agai.nsl any and all c1aiMS ter .guibs for property loss. property damage, personal injury, including death, arising out of, ar alleged to arise out of, the work and smices to be N. rformed hereunder by Contractor. its officers, agents, employees, subrantractnrs, licensees or invitees, whether or not an such injury, da#riKe or death is caused, in whole or in part, by the neielikence or afleged Lie fia3errce of Choner, its oflikers, sermnu, or employees Contractor Ukevise covenants and agrees In indc unify and hold harmless the Owner from and against any and all irjudes to Owner's o iicers, sczvants and employees and wiy damage, loss or destruction to prQprrty of the Owner arising frorn the perfonnancc of any of the teens and conditions crf this Contract, wkether or not any such WwT or da ntme is caused In ou#ofe. ur in part by the ireefi rice or rxtic ed rte lr ea a ol`O7wr er, its o veers, serrwn& or employees. IFa the evni Owner rL-ceives a Written claim fc>r damageg against the Cotluwtor or it.; wbcontractors prior to final payment, final payment spoil not be made until Contmelor either (a) submiis to Owner sat i s ffictory evidence that the claim has been settled and/or a release from the claiumt involved, or (h) provides Owner wilb a leffm from Contractor's liability insurance carrier that the claim has been referred to die insurance carrier. The Director may, if he deem-; i1 appropriate, refiBe to accept bids on other City of Fort Wei rth public work from a. Contractor against whom a claiin for damages is outstandimg as a result of work performed under a City Contract_ 1'. INCREASED OR DECREASED QUAT TMES_ Fart C - General C:`ondiiions, Section C4-4 SCOPE Off' WORK, Page C 4-4 (1), revise paragraph C4-4.3 INCR ASED OR DECREASED OUANTITIES to read as follow;` The Owner reserves ttic right to alter the quaraities of the work to be performed or to extend or shorten the i.mp"wizments at any timi' when tied as round to bL neuimswy, iincl the Ct nwac:tor shall perform the. work as altered, i nereased or decreased at the unit prices as cstabl Hied in the conirac:t documents, No aflowanue WilI he made for any Changes in Ica car anticipated. profiw nor sluill such changes be considered as waiving or invalidating a ray conditions or provisions o[`the Contract Docurntmts. Variations i:as quantif or sanitary sewer pipes in depth categories shall b} intcrpretcd ki-din as applying to the uver�dI quantities of sanitary sewer pipL its each pipe size but not to the varimis depth categories. Revised ft 2 OW30102 G, C3R3,11 INSURANCE. Page C3-3 (7), Adel subparagraph'%. ADf31" OVAL INSURANCE REO )IRE -MEATS" a. The City, its officers, emmployees and scrvants Aall be endorsed as an additional insured on Contractor's insurance policies excepting eiriployer's liability insurance crrvmge 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 &Partment as specified in th-c bid documents. 1000 Thrxx:kmorlon Street. Fort Worih,TX 76102, prior to commenement of wwk on the contracted project. e. Any failure on part of the City to request requi i insurance doc:ubentation shall not constitute a waiver of the insurance requirements specified herein. d. eh insurance policy shall. be eridorsed to prpvide (lie City a minimum thirty days notice of c 6neeltatiom non -renewal, timVer material change in policy terms or coverage. A ten days nonce shall Fie acccp able in the event of non-payment ofprc:miuni. c. irtsttrers thus-t be authorized to do business in the State of 'Texas and have u v=ent. A.M. Best rating of A: VIl or equivalent nicasure of financial strength and set-vency. 1: Deductible hinits, or self ftir:ded retention limits, on each policy must not exceed, $10,000.00 per ocmwrence unless othenvise approved by the City. g, Ot1ier than worker's comvensmlion iasurame. in lieu € f traditional insurance, City may consider alternative coverage or risk treatment measures through im;Umnce pools or risk retention groups. The {pity inusi approve in writing any sllerruatiYe coverage. h. WvAers' cote pi ma#ion insurance p[)licy(s) covering einployces cmployed on the project sha11 endorsed with a waiver of -subrogation providing rights orTecovery in favor of the City, i. City shall not -be resporisible ror the direct psyinent of insurance. preinium costs foT con(racu)es insurance. J. Cuntraetor's insurance policies shall each be 4nduustd to provide (hat such iustiralicc is primary protection and any self4andod or eomsnmuk-A covemagla maintained ITY City ship tl nOt he called Upon to contribute to los recovery. k, In the course of the project, I: ontractorshall report, in a tiniely manner. to Cif s ti tidally designated conirsel admin i Ytratur any known lass tve-Urrence which could give rise to a liabiIi I claim or Iawsuit or w hieh could result in a property loss. Revised Pg. 3 09/30/02 1. Cantraclor's liability shell not be limited to the specified amounts of insurance required herein. m. Upon the request of City, C.anb=lor shall provide cornplele copies of all insurance pvlicie,5 required by these contract documents. li. C8-8A SCOPE OF P Y[ 1'. Delete CS -BA, Scope of Paym(-,ut.at page C8-8�1) is deleted in its entirety and replaced with the following - The Contractor shall receive and accept the co pomatson -as herein provided, in feel[ payment for fximishing all labov, tools, materials, and incidentals for perfbrming all work conicrltplatred and errtbm ed under these Contract Documents, for all hiss and damge arising out of the nature of the work or tram the action of the elernenta, for troy uftfureseen defects car obst autions which may arise or be encour =d during the prosecution which may arise or be encountered during the prosecution of the work at any time before its Cnal acceptance by the Owner, (except as provided in paragraph C5-5.14) for a[l risks of whalever de cription cane-0ed witl3 the- prosecution of the work, for all expenses incurred by or in consequence of the suspe ion or discontininaurA., of such prosecutinn of the working operations as hemain specified, or any and all infri ii ge ments of patcats. trademarks, -copyrights, or other Segal reservations, and for cornpleting the work iti an aceeptablc manner according to the tarsus oF(be Contract Documents. The payfnenl of amy current or partial estimate prior to the finaI acceptance oftlic work by the {)wrier shall. in no way constitute an uclutowledpient of the acceptance of tht: work, materials. or equiprnffnt ricer in any way prejvdice or affect the obliga iomq of die Contractor to repair, correct, renew, or reptace 4t leis own and proper expense any defects or imperfections in the construction or in the strength or quality of the materiel used or equipixtent or machinery furnished in or about the constmction ofthe work under contract and its appurtenances, or arty damage due or attributed to such defects, which defects. i mp-rrfecti ong, (it damage shall have been discovered oh or htfom the final ingp�clicn n d. acceptance of die work or during the two (?) yea guaranty period after the final acceptance. The 0wnor sMi he the sole judge of such defects, i€ iperfecliont, or damage, and the Corltrs,ctor shall be liable to the Owner for failure to crrrrect the same w; provided herein. f. $. I Q GEN ERAL GUAKANTY. Delete C8-R.10, General Gvat-an ty al page C8-9(4) is clelowd in its ontirety and rppincod with the following. Neither the final certifii�ate of payment rrar Any provision in the Contract Documents. nor partial or entire occupancy or u of 111e pmrniges by the Owner shall cionsti lute an acceptance of work .uQt done in a"urdunoe wide tiro Contract DoGumeno, or relieve the C'untractor of Iiahi Iity in respect to -any express warrawies of responsibility.For faulty inateria Is or workm arrship. The Cont rhLAor sha11 remedy any de_ xis or damages in der- work and gay For any damage u3 rstlicr cork or proporty rabsulting therefrom which shall appear within W pertcrd of two (2) years front the date of tidal acceptance of the Nvork unless a longer period is specified and dial[ furnish a Scmd -and suffilcient mahitenance bond in the airno>inI of 101) purcent of ifie aniount of the contract Revised I'g, 4 tlgl3 01Q which shall assure -(he perfomiancr of the .general guaranty as outlined. The Owner will give notice or obi*rued dafbas vyith reasonable promptness. Any retbrence to any shorter period off" time of warranty contained cNewhere within} the specifications sboll be resolveti in favor of this spe ilication.% it being floe t=ity's intent that the Contractor guarantee its woi'k for a periQd 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 (if the existing paragraph 2. .i. Part C - Guicral Conditioras, Section C2-2 INTERPRETATION AND PUP RATION OF PRO l OSAL -Page C2- .(4) exchange paragraphs C2-2.7, 2-18 and C?-2.9 with the rolloinw. C'2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered urdess it is delivered, accompanied by its proper Bich Smudl , to the.Purc:hasing Manager or his representative at the official Iocation and stated time set forth in the "Notice to Bidders." Jt is the Bidder's sole respons ibi I i tyIQ deliver the propwaI at the proper time to the proper place. TJYe inert fact thai a propnsaI was dispatc,[ l will not bQ considered. The Bidders muss havFe Ilie prorm aI -actually delivered. Each proposal shall be 1n a sea Ied enVelope plainly marked with the word "PROPO AL," and the name or deSmiption Of the pmject as designated in the %atic:e to Bidders," T w envelope steal l he addressed to the PurphaGsing Manager, City of Fort Worth Purchasing Division, P.0, Box 17027, port Words, -Texas 70102. C2-2.8 WITHDRAWING PRO V SALS- Proposals actually fled with the Purchasing Manager canna withdrawn prier to the 11me- set for opening proposals. A reriu I for no n-consi deratioi i of proposal must be made ire writing. addressed to the City Matiager, and filed with h.im prior tip Elie tirae set for the opening of propos�ds. A lter all proposals im requested for iron-considcradon are opened and ouhiicly read aloud, the proposals for %vhjdi non -consideration requests have been properly filed may, a I the option of the Owner, he returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION Or PROPOSALS: Any bidder may modify his prnposa] by telegraphic communication W any time prior to tie nine set for opening proposals, provided such telegraphic communication is. received .by The Purchasing Manager prior to the said proposal opening time. and provided funkier, that the City Manager is sutkfied that a written -md duly authenticated confirination of such telegraphic communication ovrer the signature of the bidder was mailed prior to the proposal opening dune. If such confirmation is nut m e-eived within. forty-eight (48) hours after the proposa.l opening tinic:, no furl hu consideration will he given to the p mpmjal K C3-5.7 i O UDS {CITY LET PROJ1:CT ): Rc-fercme d'art C. OcncraI Con diIirins, dated Nov+ernber 1, 1957, (City lei protects) make I he fbHowing it-visiomn Revised Pg, 5 0900/02 1. Page C3-3(3); dw paragraph niter paragraph C 3-17d Other Bonds shoWd be: revised In read: In order for a surety to be acceptable to the City, the surety must (1) hold a cemificate 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 ffom a reins urer that is authuriaed and admitted as a rein suear in the state of Texas and is the holder of a certlfmate of authority from the Untied States secretary of the treasury to qualify as a surety can obllgations perm Itted or required under federal taw. 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( ) .Paragraph C3-3. 11 IN SURANCE delete subparagraph "a. CO PEN A11ON INSUTRANCF..". 3. Pg. C3- �6), Paragral�di C3-3.11 INSURANCE delete subparagraph " g. LOC'A1, AGENT FOR W LIRA NCE AND BO? DTNI G". L, RIGHT TY` TO AUDIT: fart C - General C ondilions, SMfloTI CS-8 IEASURE ENT AND PAYMENT. page CS-8 (5). add the folIawiiag: CS- .14 iUOHT TO AUDIT: (a) Contractor agrees that the City shall, until the cxpiration of three (3) }years after final payment under this contract, have access to and the right to examiTw and photocopy any directly per finent boo"-, c ocwnents, papers and records of the Contractor involving transactions relating to this contract. Contractor Gees drat ilie City shall have access during normal working hours to all necessary Conaactur facilities and shall be -provided adequate —end appropriate work space in order to conduct audits in compliance with Ihc� provisions of thi s section. The City shall give csmtrautor reasonable advwa ce notice of hat ded audits. (b) Contractor hmhcr agrees to inelude in at its subLxmtracts hereunder a provision to tht-, effect iliac the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have accem to zind the right. to oxamine and photocopy any directly pertinent books, doe aments, papers and records of such sphcantractor, involving Iransactions to the subcantract, and Further, that City shall have access during normal working hours to all subcontractor facihties. and shall be provided adequate and appropriate work .Tace. in order to conduct audits in compliance with the provisions of this article. City. shall give ,mbeointractor masonable advance notice of h tended audits. (c) C;untraetor and subcontractor agree to photocopy-sueb documents as may be requested by the City. The City agrees to reimburse the Contractor for the.cost orcopies as follows: Revist cd leg, 6 l}c1130102 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 Ih=after M. SITE, PREPARATION: The Contractor shall clear rights -of -way or casements of obstruction which must, he rinnoue€1 I make possible proper prosecution cyl the wolf as a part of tliis proiuQt con-ni-action opera#ions. The cow ractoes attention is directed to paragraph (16-6.10 work within easements, p�xge C(i-b��}► part - General Conditit�n., of the Water Department Uenemi Contract Document and General Specifications. Clearing and restaration shall be )nsidered as incidental to censiruction and all cuts incurred will be considered to be included in the Linea' Focht price of the pipe. N Reference Part C - General Conditions, Section C6.6.8BARRI A -.DE WARNINGS AND WATCHMEN 1. Wherever the word W419hmen appears in this paragkaph,.it sliall b� changed to the word flagrrsen, 2. In [lie first paragraph, Vines five (5) and six (6), change The phrase lace alI such cxther precautionary measures to take all reasonable neces.sary rncastires, 0. 3v [NORITY/WOME N BUSINESS E N'TE.1 1USL,; COMPLIANCE - Reference fart C (Gres ad Conditions), Section 0-3.2 Entitled "MINORFFY 131JlINESS ENTERPRISI:',IV4OME:1N-OWNED'RIJSINF S ENTERPRISE COMPLIANCE" shall he deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to 0wtier complete and accLu-we information regarding actual wort perfurmed by a Minority Busincss Enterprise (MBE) and/or a Woman ,Business Enterprise (WBE) an the, contract amd paymcat therefore. C antra(lcar further agrees to permiI kin audit moor examination of any books, records or tiles in its possessing thal will substantiate: tine ;actual work performed by an MBE and/or 1 BE. Thu misrepresentation of facts (other tl-ian a negligent nai presentation} and/or the commission cif fraud by the Contractor will he grounds for ter-Mitnation of the con. tracI a�idlur i rdtiatiag �ie1ion under appropriate federal, state or local Taws or ordinauces relating to false statements: further, any such misnpre��nlation (oth.er than negligent misrepresentation) and/or commission of fraud wiII result is the Contractor being deteimined to be irresponsible and barred froin parlicipatirigin City work for a period of time of not less than thee (3) years. .Revised Pg. 7 09/30/0 P. WAGE. R TFS. Srmion C3-3,13 of the General Conditions is delcied and replaced with the following. (a) The contractor shall comply with all requir+emmL of Mapter 2259, Texas Gavcm menl Code, including the payment of not less ti n the rates detennhi d by the Otyf Council of the City of Fort Worth to Inc the prevailing Avage rates ih accordance with C hapter 22 5 8, Texas Gov=ment Code. Such prevaiiang wage rues are ineIuded in thou contract documents. (h) The contractor shall, for a lie Hod of three (3) years follovAng the date of acceptance of the work, maintain records that Ow (i) the name and cK=pa ion of each worker mployed by the contractor in the ccntrmtion of tic -work provided for in this contact; and (ii) the actual per diem wages paid to each worker. Thm mcords shall he open at all reasonable hours for insp Lion by tho City, 'Me provisions of Section C-1, L, Right to. Audit (Rev. 9130l02) perlain to this hispection. (c) The contractor shall include in its subcontracts and/or shall otherwise rewire all of its subr.ontractors to comply with paragraphs (a) and (b) above. (d) With eac h partial payment estimate or pa rol I period, whichever is less, an affidavit statute that thy: contractor has complied wikh the requirements cFChapter 2258, Tcxas Government Code. Thti contractor shall post the prevailing wage rates in a conspicuous place at the: site of the project at all tirnes. Revised Pg. R 09 Q102 PART D- SPECIAL CONDITIONS + PART D - SPECIAL CONDITIONS D- 1 GENERAL .............. ............... ............ .. .... ........................................................... D- 2 COORDINATION MEETING..........................................................,.. - ..,....... ........ ,...4 D- 3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION ....................5 D- 4 COORDINATION WITH FORT WORTH WATER DEPARTMENT..... ... ....... D- 5 CROSSING OF EXISTING UTILITIES...............................................................................7 D- 8 .. . . . EXISTING UTILITIES AND IMPROVEMENTS.. ...........................................................7 D- 7 CONSTRUCTION TRAFFIC OVER PIPELINES........................................................ ........a D- 8 TRAFFIC CONTROL,,..-.'................................................................ . ...........................8 Lim 9 DETOURS ------------ 1- 1.................-.,.,..,.....,..-.,-----...... ........... ................ .......... ................... 9 D- 10 EXAMINATION OF SITE ....... ................ ...,...................... ........... ,......... ......... ............. ...9 D- 11 ZONING COMPLIANCE.................................................................................................� D- 12 WATER FOR CONSTRUCTION .................................................................................10 D- 13 WASTE MATERIAL..................................................................................................... 110 D- 14 PROJECT CLEANUP AND FI NAL AC CE PTA N E.................................. ----------_—•.-lo D- 15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK.................................'IQ D- 16 SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE UNE ............................10 D- 17 BID QUANTITIES ...................................... .......... ...,............... ........ .......... ................... 11 D- 18 CUTTING OF CONCRETE ..........................................................11 D- 19 PROJECT DES4GNATION SIGN.---•------•---__..............................................................11 D-20 C0NGRETE SIDEWALK AND DRIVEWAY R EPLAC EMENT......................................'12 D- 1 M ISCELLANE0US PLACEMENT OF NIATER4AL........................................................1 D- 2 CRUSHED LIMESTONE BAO FILL............................................................................12 D- 23 2:27 CONCRETE ......................................................................................................12 D- 24 TRENCH E CAVAT10N. BACKFILL, AND COMPACTION.........................................12 D- 28 TRENCH PAVEMENT (PERMANENT) REPAIR (E -19) FOR UTILITY CUTS ........... .14 D- 26 SITE SPECIFIC T R ENCI-I SAFETY SYSTEM (COVE R9 ALL PRO. EOTB).................15 D- 27 SANITARY SEWER MANHOLES................................................................................15 D- 28 SANITARY SEWER SERVICES ..................... ..........,15 0-29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING F CILITIES................20 D- 30 DETECTABLE WARNING TAPES...............................................................................2 D- 31 P}PE CLEANING ... . ...... ........... .... .... . ............................................................22 D- 32 DISPOSAL OF SPO4L)FILL MATERIAL .......................................................................22 D- 33 NMI=CHANICS AND MATERIALMEN'S LIEN..... .. . ...... ..........23 D- 34 SUBSTITUTIONS.-------- D- 35 PRE -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............. 3 D- 36 VACUUM TESTING OF SANITARY SEWER MANHOLES...... ......... 6.6........................26 D- 37 BYPASS PUMPING .......... ............ ............... ................................................................27 D- 38 POST -CO N ST RUCT I ON TELEVISION INSPECTION OF SANITARY S EWER ..........27 D- 39 SAMPLES AND QUALITY CONTROL TESTING.........................................................28 D- 40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL {FOES DISTURBED AREAS LESS THAN 1 ACRE}......................................................3� D- 41 1NORESS ARID EGRESS/O8STRU DTI ON OF ACC ES S TO DRIVES ......,..,.....,_.....-, 31 D- 42 PROTECTION OF TREES, PLANTS AND SOIL... 6 ............ ........... 6 ........ ........... 31 D-4.3 SITE RESTORATION ........................................................... •------, ..,_..-..,.,..,. .,,..,.- 1 D- 44 CITY OF FORT WORTH STANDARD PRODUCT LIST..... 31 D- 45 TOPSOIL. SODDING, SEEDING & HYDROMULCHING...............................6............. 32 D-46 CONFINED SPACE ENTRY PROGRAM ......... r . - - r . 9 - - 9 r r 9 r ------ 1-16---l—I ........ I .......... ­­37 D- 47 SUBSTANTIAL GOMPLETION INSPECTIONIF'INAL INSPECTION ............................37 D- 48 EXCAVATION NEAR TREES ,--- •------ ------- ..,....,...,........ ,.,..37 D- 49 CONCRETE ENCA EMENT OF SEWER PIPE ....................................... --,...6_......38 D- 80 CLAY DAM... 6 .............. I ...... 6 ............................... 6 ..................... ................................... 35 D-51 EXPLORATORY EXCAVATION (D-HOLE).-,.... ,........... ...............................1..--..,-38 7W7104 -1 PART D - SPECIAL CONDITIONS 0-52 1NSTALLATiON OF WATER FACILITIES... ........................................... ..................._..39 52.1 Polyvinyl Chloride (PVC.) Water Pipe........................................................................... 39 52.2 Blocking.... ........ .......... ...... ........ .................. .......... ­.'­ .................... 39 52.3 Type of Casing Pipe ...................... . ... ... ........ .......... ...........................................39 52,4 Tie-Ins-----------------------------•------_....................................................... .....40 52.5 Connection of ExistIng Mains ............................................................ ................. ..,.......40 52.6 Valve Cut-Ins............................................................... , ............... , ......40 52.7 Water Services ................... -- ... ...,.,.,.,F,......,.�.......,.,........4i 52.8 -Inch Temporary Service Line...................................................42 52-9 Purging and Sterilization of Water Lines... ..... __ .... __ ............. .......... ....... ..............4 2.10 Work Near Pressure Ptarie Boundaries .......................................................................44 52.11 Water Sarnple Station..................................................................................................44 52.12 Ductile Iron and Gray Iron Fittings...........................................-—.............. .,..,..........." U- 53 SPRINKLING FOR DUST CONTR.ROIL......................................................................._45 D- 54 DEWATERING............................................................................................................45 D� 55 TRENCH EXCAVATION ON DEEP TRENCHES.........................................................45 D- 56 TREE PRUNING ..........................................................................................................45 D- 57 TREE REMOVAL .........................................................................................................46 D- 58 TEST HOLES.... ..... ................................ .46 D- 59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TF-MPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION......................................................... ....... ...... ............ ......... _47 D- 60 TRAFFIC. BUTTONS....................................................................................................48 D- 61 SANITARY SEWED SERVICE CL NOUTS----------•-----------------------........... ,--•----------48 D- 62 TEMPOF ARY PAVEMENT REPAIR .... ................................... .�.� ...... .......46 D- 63 CONSTRUCTION STAKES ...... ..... ..................48 D- 64 EASEMENTS AND PERMITS.... ... ___ ...................................... ....... . ..... ................ 49 D- 65 PRE -CONSTRUCTION NEIGHBORHOOD ME>=TN................................................49 D- 66 WAGE RATES ............... -.......................... .......................•---•-----• -• D- 67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE....................................50 D- 8 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN1 ACRE) ...........................................................................................................................50 D-69 COORDINATION WITH THE CITYOS REPRESENTATIVE FOR OPERATIONS OF E I TtNO WATER SYSTEMS ----------------------•--..-.._...................................... ..................-..--------- 52 D-70 ADDITIONAL S U BMI TTALS FOR CONTRACT AW D.................................................53 U-71 EARLY WARNING SYSTEM FOR CONSTRUCTION..... ......... .......... ____53 0-72 AIR POLLUTION WATCH DAYS. ............. ......................... 54 0-73 FEE FOR STREET USE PERMITS AND ICE -IN CT1D 1S....:..r.........:....:...........::.......54 17 - PART D - SPECIAL CONDITIONS FOR. 2004 CAPITAL IMPROVE,14LE ') PROGRAM YEAR 2 - GROUP 1 6" AVENUE, HURLEY AVENUE, W. ARLINGTO11 AVENUE City efFort Worth, 'Texas DOE NO.4700 Project N lumbers: TIPW — i; O-541200-020 4 015 3 WATER - P 53-541200-060 170015283 SEWER — P258-541 C D-0709170015283 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 gerierally, but not necessarily, follow the guidelines listed below: 1. Plans _ Contract Documents 3, Special Conditlons The following Speclal Conditions snail be applicable to this project under the provIslons stated above. The Contractor shalI be responsible for defects in this project due to fault} materials and workmanship, or both, for a period of two (2) years from date of final acceptanc.0 of this project by the City of Fort forth and 111 be required to replace at his expense any part or all of this project which becomes defective clue to these causes. Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Speciffeatlons, with latest revisions, are made a part of the General Contract Documents for this project. The Plans, these Special Conlract Docufnents and the rules, regulations, requirements, Instructions, drawings or details referred to by manufachirers name, ar identification include therein as specifying, referring or implying prod�ict control, {performance, duality, or other shall be binding upon the contractor_ The specifications and drawings shall be considered cooperative; therefore, work or rnaterlal called for by one and not shown or mentioned in the other shall be accomplished or furnished In a faithful manner as through required by all, Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre - qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications, which general specifications shall govern performance of all such work. This contract and project, where applicable, may also be governed by the twe following published specifications, except as modified by these Special Provisions' 1. STANDARD SPECIFICA111ONS FOR TREE'E AND STORM DRAIN CONSTRUCTION - ITY OF FORT WORTH 2, STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH CENTRALTEXAS EXAS 10r27)a4 SC-3 PART D - SPECIAL CONDITIONS S Any conflict between these contract documents and the above 2 publications small be resolved In favor of these contract documents. A copy of either of these specificatlons may be purchas(ad at the office of the Transportation and Pubi1c Works Director, 1000 Throckrnorton Strect, 2rd Fie or. Municipal Building, Fort Worth, Texas 7102_ The specificatlons applicable to each pay iterrr are indicated by the call -out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at [he discretiwi of the Contraotor. General Provisions shall be those of the Farr Worth document rather than Division 1 of the North Centfal Texas document. Bidders shall not separate, detach or remove any portion, segment or shoets from the contract document at any time. Failure to bid or fuller execute contract without retaining contract documents intact may be grounds for designating bids as "non -responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPREfATIONAND PREPARATION OF PROPQSAL -1 A DELIVERY OF PROPOSAL; No proposal will be considered unless it is delivered, accomparkied by its prapet Bid Security, to the Purchasing Manager or his fepresentative 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 tact chat 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 ward "PROPOSAL", and the name or description of the project as designated in the "Notice to Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth. Texas 76102. B. VVITHDR\VVING PROPOSALS. Rroposats actually filed with the Purchasing Manager cannot be withdrawn prior to the time sel 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 pruposaals not requested for non - consideration are opened and publicly read aloud, the proposals for which non -consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C. TELEGRAPHIC MODIFICATION OF PROPO AL& Any bidder may modify his proposai by telegraphic communication at any -time prior tc the time set for opeRin9 proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening lime, and provided furlh.er, that the City Manager is Satisfied that a v�ritten and duly all(henGcated contirn)atlon 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-eighi (48) hours after the proposal opening time. no further consideration will be given to the proposal. 13-2 COORDINATION MEETING For coordination purposes, weekly meetings at the job site may be required to maintain the project an the desired schedule. The contractor snail be present at all meetings. 10127104 SC-4 PAIN D - SPECIAL CONDITIONS 0-3 C ONTRACTOR COMPLFANCE WITH WORKER'S COM MENSATION LAW A. Defiinitions; 1. Certification of coverage ("certificate"). A► copy of a certificate of insurance. a Certificate of authority to self -insure issued by the commission, or a coverage agreement (TW -81. T1 -82, TVV -83, or TVV -84'), showing statutory workere compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2_ Ouratlon of the project - includes the time from the beginning of the work on the project until the contra cto r'siperson's work on the project has beery completed and accepted by the governmental entity, . Persons providing services on the project ("subcontractor" in 408,096)- 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, Thie 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 IlMitation, providing, haikng, or delivering equipment or Maiterlals, 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, an6 delivery of portable toilets, B. The Contractor shall provide coverage, [awed 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, . The Contractor must provide a certificate of coverage tp the governmental entity prior to teeing awarded the coritract. 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 entl of tine coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 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 rxew certificate of coverage showing extension of coverage, if the coverage period shown op 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. 1"71494 SC-5 PART D - SPECIAL CONDITIONS , The nonlractor shall notify the governmental entity in writing by certified mail or personai 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 skull post on each project site a notice in the text, form and manner prescribed by the Texas Worker's Compensation Commission, inforniing ail persons providing services on the project that they are required to be covered, artd stating how a person may verify coverage 2 rnd report lack of coverage. I. The contractor shall contractually require each person with whom It contracts to provide services on a project, to. Provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets Eho statutory requirements of Texas Labor Code, Section 401.011(44) for all of its ornployees 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 pro► Ided for all employees of the person providing services on the project, for the duration of the project; 3. ProVride the Contractor, prior to the and of the coverage pt-_riott, a new certificate of coverage showing extension of coverage, if the coverage period shown on the GLIrrent certificate of coverage ends during the duration of the project; 4, Obtain from each other person with whom it contracts, and provide to the Contractor: a,) A certificate of coverage. prior to the other person beginning work on the project; and b.) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if time coverage period shown on the current certificate of coverage ends during the duration of the project. 5. Detain all requircd certificates of coverage on file for the duration of the project and for one year thereafter. 6� Notify the governmental entity in writing by certified mail or persona[ delivery, within tern (10) days after the person knew or shoul[i have known, of any change that materially affea-ts the provision of coverage of any person providing services on the project: and 7, Contmctually require each person~ with whore it contracts, to perform as required by paragraphs (1)-(7), with the certi#icates of coverage to be provided to the person for whom they are providing services, $_ 6y signing this contract or providing or causing to be provided a certificate of coverage, the contra3c or is representing to the governmental entity -that all employees of the conlraactor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage wilt be based on proper reporting of classification. codes end 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-InSUFance Regulation Providing false or ra027 s -6 PAIN D - SPECIAL CONDITIONS misleading information may subjecf the contractor to admin strative, crfmirlal. civil penalties or other civil actions, 9. The contractor's failure to comply with any of (hese provisions is a breach of contract by the contractor which entities the governmental entity to declare the contract void It the contractor does not remedy the breach within tarn days after receipt of notice of breach from the governmental entity. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify currant 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 rues_ This notice must he printed with a title in at least 30 point boil type and text In at least 19 point normal type, and shall be in moth English and 5panlsh and any other language common to (he 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 servicas related to this Qonstruction project mast be covered by workers' compensation insurance_ This Includes persons providing, hauling, or delivering equipment or materials. or providing labor or transportation or other service related to the project. regardless of the identity of their employer or stabs as an employee." Call the Texas Worker's Compensation Commission at (51 )440- 709 to receive information on the legal requirement tw overage. to verify whether your employer has provided the required coverage, or to report an employers failure to provide coverage", D- 4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. Thy: Contractor shall be required to coordinate with the Water Department to determine the best times for €Ieactivating and activating #hose I+rkes_ D- 5 CROSSING OF FXISTING UTILITIES Where a proposed water lime crosses over a sanitary sewer or sanitary sewer service lime andlar proposed sewer litre crosses over a water fine and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanilary sewer service line Shall be nlatfe watertight or be constructed of ductile iron pipe. The Engineer strap determine the requifed length of replacement_ The €naterial for sanitary sewer rnairrs and sanitary severer laterals shall be Class 51 Ductile Iron pipe with polyethylene wrapping. The material for sanitary sewer service lines shaii be extra strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or neoprene couplirkg A TM -425 with series 300 stainless steel compression straps. Backfill, fittings, tle-ins and all other associated appurtenances required are deemed subsidiary work, the cost of which Shall be included in the price bid in the Proposal for each bid item. D- 6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all Known surface and subsurface structures. However, the Owner assurnes rio responsibility for faikire to show any or all of these structures on the flans. or to snow theta in their exact Iocattorr. It is mutually agreed that such failure shah nol be f n irid SC-7 PAIN 0 - SPECIAL CONDITIONS considered sufGcIe-nt basis for claims for additional compensation for extra work or for increasing the pay qua}ntities in any manner whatsoever, The Contractor shall be responsible for verifying the locations of and protecting all existing utilities. service lutes, or other properly exposed by his construction operations_ Conlractor shell make all necessary provisions (as approved or authorized by the applicable utility company) for the support, protection or raiocation, and)or temporary relocation of all utility poles, gas lines, telephone cables, utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and str4,ctUMS both above and below ground during construction_ The Contractor Is liable for all damages done to such existing facilities as n result of his operations and any and all cost incurred for the protection andlor temporary relocation of such facilities are deemed subsidiary wofk< and the cost of same and shall be included in the cost bid per linear foot of po, installed. NO ADDITIONAL C;OMPE NSATION VVILL BE ALLOWED. Where existing utilities or service lines are out. broken or darnaged the Conkractor shall replace or repair the utilities or service lines with the same type of original material and construction, or better, unless otherwise shown or noted on the plans, at his own cost and expense_ The Contractor shall Immediately notify the Owner of the damaged utility or service lira_ He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. In case it is necessary to charge or move the property of any owner of a public utility, such property shall not be moved or interfered with urxtil ordered to do so by the Engineer_ The right is reserved to the owner of public utilities to enter upon the limits'of the project for the purpose of making such changes or repairs of their property that may be made necessary by PL-HQFmance of this contract, The utJldy lines and coriduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth, they are shown on the plans as the best information available al the time of design, from the owners Df the utilities involved and from evidences found on the ground. D- T CONSTRUCTION TRAFFIC OVER PIPELINE It is apparent that certain construction vehicles could exceed the load Dearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new line and the existing liries from these possibly excessive loads. The Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the site. Any damage. to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the City. In locations where it is not permissible to cross the existing or proposed pipes +,vilhout additional protection the Contractor may elect to provide additional protection of the pipes so that more frequent crossings of the pipes are allowed. It still is, however, the responsibility of the Contractor to repair any damage to the existing or proposed lines, If the damage results from any phase of his construction operation. D. 8 TRAFFIC CONTROL The contractor Will be regulred to obtain a "Street Use Permit" prior to slarling warx, As part of the "Street Use Permit" a traffic control plan is required, The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition 'Texas Manual on Uniform 7raffjc Control Devices for Streets and 10127104 SC-8 PART D - 8PECIAL CONDITIONS Highways" issued under the authority of the "Slate of Texas Uniform Act Regulating Traffic on Highways," codifted as Article 6701d Vemon's Civil Statules, pertinent sectlons being Section Nos, 27, 29, 30 and 31. A traffic control plan shall be subrriitted for roview to Mr, Charles R=Burkett, gity Traffic Err�ineer 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 DMsion, (Rhone Number 871-7.738) to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above -referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left In place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall agaln 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 lGcationslstreets during "peaky traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Controi Handbook for C onstructiork and Maintenance Work Areas," The cost of the traffic control is subsidiary work and the cost of same shall be included In the price bid for pipe complete in place as bid in the Proposal, and no other compensation will be allowed_ D- 9 DETOURS The contractor shall promcxrt- his work in such a manner as to create a minimum of interruption to traffic zind pedestrian ta4Jlilies and to the Row of ievIar and pedestrian traffie withijt Lhe pry?jest aria. D- 10 EXAMINATION OF SITE kt shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions. which may affect construction of this project_ Particular attention should be given to methods of providing ingress and egress to adjace'kt private and public properties. procedures for protecting existing improvements and disposktioit of all materials to be removed. Proper consIderatlon should be given to these details during the preparation of the Proposal and all unusual conditions, which may give, rise to late{ contingencies should be brought to the attention of the Owner prior to the submission of the Proposal, D-11 ZON ING COMPLIANCE During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes_ rafZ-Md Sly- PART D - SPECIAL CONDITION8 i 2; ;G4IO IX*I*1k,I-Ai L4 tL+12- The Contractor at his own expense will turnish water for construction. D-13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of In such a manner ass to present a neat appearance and to not obstruct proper drainage or to cause Injury to street improvements or to abutting property. D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE Tire 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, hid items. Cim rap worts Ui:ill be done as directed by the Engineer as the work progresses or as needt;d. If, in the opinion of the Engineer it is necessary, cleanup shall be done on a daily basis: Clean zip work sha11 include, but Trot he limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropzi ate, and orgawlz d rnarmer • Keeping trash of any kind off of residents' property If the Engin=r dne.q not feel that the jobsite has been kept in an ordedy cc,nd ion, on the nLxt estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be rcdoced by 5%. Final cleanup work shall be done for this project as soon as all construction has been completed_ No more than seven days shall eiapse after completion of construction before the roadway, right- of-way, or easement is cleaned up to the satisfaction of the Engineer, The Contractor shall rake a final cleanup of all pants of the warty before acceptance by the City of Fort WOO or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. The City of Fart Worth Department of Engineering shall give final acceptance of the completed project work. D- '15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK Prior to executing the Contracts it shall be the responsibility of the Contractor to furnish a schedule Outlining the anticipated time for each phase of construction with starting and completion dales, including sufficient time tieing allowed for cleanup, 'rhe Contractor shall not commence with water andfor san t,ary sewer installation until such time that the survey cut -sheets have been received from the City inspector, D- iG SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 1 _ A warning sign not less ihan 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, M77A-14SC-1 a. PART D - SPECIAL CONDITIONS derricks. power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus_ The warning sign stall read as follows: "WARNING - UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE I-INE ." 2, Equipment that may be operated within ten feet of high voltage lines shall have insulating cage -type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hook connections, 3_ When necessary to work within sit feet of high voltage electric lines, notification shall be given the power company (ONCORE) who will erect temporary mechanii:al barriers, de - energize the lures, or raise or lower ilia lines_ The work done by the power ccmpan y 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 ONCORE, and sh0 record action taken in each case. 4_ the Contractor is required to make arrangements with the ONQORE company for the temporary relocation or raising of high voltage lines at ilia Contractcr`s sole cost and expense, 5_ No person shall work within six feet of a high voltage line without protection having been taken as outtirred it) Paragraph (3)- D-17 BID QUANTITIES Bid quan#ities of thin various items in the proposal are for comparison only end may not reflect the aduai quantities_ There is no hmit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of r.init prices regardless of the rinal measured gUantities. To the extent that 14-4,3 conflicts with this provision, this provision controls. No clalm will be considered for lost or anticipated profits based upon differences in estimated quaritllies versus actual gUanfities_ D- 18 CUTYING OF CONCRETE When existing concrete is cut, such cuts shall be mpde with a concrete saw. All sowing shall be subsidiary to the unit cost of the respective item. D- 19 PROJECT DESIGNATION SIGN Project signs are required at all locations. It shall be in accordance with the attached Figure 30 (dated 9-18-96). The signs may he mounted on skids or posts, The Engineer shall approve the enact locations and methods of mounting_ In addition to the 4' x 8' project signs, project signs shall be attached to barricades used where manhole rehabilitation or replacement is being coitidua:t ti_ Sigma sLaspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades_ Barricade signs shall be in accordance with Figure 30, except that they shall be V-0" by 2'-6" In size The information box shall have the following Information: For Questions on this Project Call_ (817) 871-8306 MF 7,30 am to GSM p.m. or (817)871-8300 Nights and Weekends Wn 27/0j -1 I PAIN D - SPECIAL CONDITIONS Any and all cost for the roqulred materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D. 20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be piaced under existing sidewalks andfor driveways, such sidewalks andler driveways shall be completely replaced for the full existing width, between existing construction or expansion joints with 3000 psi concrete with reinforcling steel on a sand cushion in accordance with City of Fort Worth Transportationtpublic Works Department Standard SpecificatiDns for Construction, Item 504_ At locations where mains are required to be placed uncidr eklsting curb and gutter, such curb and gutter shall be replaced to mstch type and geOmofry of the removed curb and gutter shall be installed in accordance with City of Fort Worth Public Works Department Standard Specification for Construction, Clem 502_ Payment for cutting, backflil, concrete. forming materials and all other associated appurtenances required. shall be included in the square yard price of the bid item for concrete sidewalk or driveway repair. D- 21 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneous placernent of rrtiateriaL These materials skull be used only when directed by the Engineer, depending on Feld conditions. Pnyfrient for miscellaneous Placement of material will be made for only that amount of material used, measured to the nearest ane-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. D- 22 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 item 20&2 - Materials and Division 2 Item 208.3 - Materials Sources, Trench backfiill and compaction shall meet the requirements of E2-2 Excavaticn and Backflll, Construction Specifications, General Contract Documents. Payment for crushed limestone backfill In place shall be made at the unit price bid in the Proposal multiplied by the quantity of rnatena] used measured in a ccorda nce with E -2.16 Measurement of Backfill Materials, Construction Specifications, and General Contract Documents. D- 23 2.27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench repair for Litility Cuts Figures I through 5 aefer to using 2,27 Concrete as base repair_ Since this call - out includes the word "cOncrete", the consistent interpretation of the Transportation and Public Works Departmeni i; that this ratio specifies lvvo () sacks of cement per cubic yard of concrete. D- 24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION] Trench excavation and backfili under parking lots. driveways, gravel surfaced toads, within easements, and within existing or Mature R 0.W. shall be ire ardance with Sections E 1-2 BackfilI artist E -2 Ucavatian and BackfilI of the Gene raI Contract fr1.4104 -1 2 PART D - SPECIAL CONDITIONS Documents and Specifications except as specified herein. I. TIR E NC H E CAVATION: Irr accordance with Bectlon F-2-2 Excnvation and Backfil1, If the stated rnaximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to supper# the pipe with an Improved trench bottom. The expense of such remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights -of -way, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document, . TRENCH BSA KPI-L, Trenches which lie outside of existing or future pavement shall be backfilled move the top of the embedment material with Type " " backfill material. Excavated material used for Type "C" backffiil must be mechanically compacted unless the Contractor can famish the Engineer with satisfactory evidence that the R1. of the excavated material is less than 8. Such evidence shall be a test report from art independent testing laboratory and must include representative samples .of soils in all involved areas, with a map showing the location and depth of the various test hales. If excavated material is obviously granular In nature, containing little or no plastic material, the Engineer may waive the test report requirement_ See E1-2.3, Type "C" or "D" Backfi11, and F2-2.11 Trench BackfilI for additiolnaI requirements. t hen Type " " back -fill material is not suitable, at the direction of the Engineer, Type "B" back€l1i material shall be used. In general, all backiill material for trenches in existing paved streets shall be in accordance with Figure A. Sand material specifled in Figure A shall be obtained from are approved source and shall consist of durable particles free of thin a elongated pieces, turnpK of clay, soil. Ion or vegetable matter and shall meet [lie following gradation: ■ Less than 10% passing the #200 sieve P,L = 10 or less Add ton ally, the crushed limestone embedmerit gfadart!on spec ifled ire Secticn E1-8 Brushed Limestone for Embedment of the General Contract € ocuments and Specifications shall b� replaced with the following: Steve Size ill 1/ " 3+ 8X 04 -98 % Retained 0-1 0 40-75 55-90 90-100 95-100 All other provisions of this section shall remain the same, 3. TRENCH COMPACTION.' All trench backfiill shall be placed in lifts per E2-2.9 Backfill, Trenches which lie outside existing or future pavements sha11 be compacted to a rninimum of 90% Standard Proctor Density (A . S. T M, 0098) by mochaniCal devices specifically designed for compaction or a comb inaiion. of Methods subject to approval by the Engineer, Trenches which lie under existing or future pavement shalI be backfilied per Figure A with 95 ° Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted as described above must be within +-4% of its optimum moisture content. The top two () feet of sewer litre trenches and the top eight en (18) Imes of water Tina may be rolled in with heavy PAIN D - SPECIAL CONDITIONS equipment tares. provided it is placed in lifts appropriate to the material being used and the operation can be performed without damage to the installed pipe. The City, at its own expense, will perform trench compaction testa per A_S_T_M, standards on all trench backfill. Any retesting required as a result of failure to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City, These salt density tests shall be performed at two () fool vertical intervals beginning at a level two () feet above the lop of the Gnstalled pipe and continuing to the top of the completed backfiil at intervals along the trench not to exceed 300 linear feet, The Contractor vwiII be responsible far providing access and trench safety system to the level of trench backfiil to be tested. No extra Corn pe n s a tion will be allowed for exposing the backfiil layer to be tested or providing trench safety system for tests conducted by the C ity. 4, M EAS I.)REMENT AN D PAYMENT; All mate riai. With the exception of Type 13" back fil1, and labor costs of excavation and backfiil will be included in the price bid per linear foot of water and sewer pipe. Type "B" backfiil shall be paid for at a pre -bid unit price of $15.00 per cubic yard. D- 6 TRENCH PAVEMENT (PERMANENT) REPAIR (EZ.19) FOR UTILITY CUTS The unit price bid under the appropriate bid Item of the proposal shall cover all cost for providing pavement repair equal to or superior In composition, thickrrc-ss. etc., to existing pavement as detailed in the Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures 000-1 through 000-3. The results of the street cores that were conducted on the projecl streets, to determine I-iMA depths on existing streets, are provided in these specifications and contract documents_ All required paving cuts shall be matte with a concrete saw in a true and straight line on both sites of the trench, a minimurn of [we lye (12) inches outside the trench walls_ The trench shall be backfilled and the top nine (9) inches shall be filled with required materials as shown on paving detallr, compacted and level with the finished street surface, This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All residential driveways shall be accessible at night and over weekends. It has been determined by the Transportation and Public Works i]epartment that the strip of existing H AC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less In width. Therefore, all. the locations in the project where the trench wail is three (3) feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shalI then be made from a fninimum distance of twelve (1 ) lathes outside the trench wall nearest the center of the street to the gutter line. The pavement shall be replaced within a rnaxirrmurn of five (5) working days. -providing job placement conditions will permit repaving, if paging conditions are not suitable for repaving, in [lie opinion of the Owner. the repaving shall be done at the earliest passible date. A permit must be obtained from the Deparlment of Engineering Consiruction Services Section by the Contractor in conformance with Ordinance No. 3449 and/or Ordinance fro_ 702 to make utility cats in the street. The Department of Ergineering will inspect the paving repair after construction. This permit requirement may be waived if work is being done under a Performance Bond and inspected by the DeparlmL-nt of Engineering M, /04 -14 PART T D- SPECIAL, CONDITIONS D-26 S ITE S PE II FIC T RE NC H SAPE=TY SYSTEM (COVERS ALL PROJECTS) A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave -iris. The requirements of this item govern all trenches fair mains, manholes, vaults, service lines, and all other appurtenances. The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas The trench safety plan shall be specific for each water and/ter sanitary sewer III ne Included in the project, S. STANDARDS: The latest verMon of the U.S. Department of Labor, Occupational Safety and Heallh Administration Standards, 29 CFR Part 1926,Sub-Part P - Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS: 1, TRENCHES - A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where [lie width measured at the bottom is not greater than n f Steen (1 ) feet. . BENCHING SYSTEM - Benching means excavating the sides of a trench to form one or a series of horizcntai level or steps, usually with vertical or near -vertical surfaces between levels. 3. SLOPING SYSTEM - Sloping means excavating to form sides of a trench that are inclined away from the excavation. 4_ SHIELD SYSTEM - Shields used ire trenches are generally referred to as "trench bo esL cr "trench shields'. Shfeld rnear}s a structure that is able to withstand the forces imposed on it by a cave -In and protect workers within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses. Shields can be either pre -manufactured or job- bulIt in accordance with OS KA standards, 5_ SHORING SYSTEM - Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which Is designed to prevent cave -Ins. Shoring systems are generally comprised of cross -braces. vertical rails, (uprights), horizontal rails (wales) and/or sheeting. D. MEASUREMENT - Trench depth is the vertical measurement from the top of the existing ground to the bottom of ernbedrnent or bottorn of excavation. The quantity of trench safety systems shaII be based on-tha linear foot arnount of trench depth greater than five (5) feet. E. PAYMENT - Payment shall be full compensation for safety system design, labor, tools, materials, equipment and incidentals necessary far the installatich and removal of trench safety systems. D- 27 SANITARY SEWER MAN HOLES A. GENERAL: The installation, mplatcement, and/or rehabiNatlon of sanitary sewer manholes will be required as shown on the plans. and or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be In accordance with sections E1-14 Materials for Sanitary Sewer Manholes. 1WzWor -15 PART 0 - SPECIAL CONDITIONS Valve Vaults, Etc., and E -14 Vault and Manhole Construction of the General Contract [documents and Specifications, unless amended or superseded by requirements of this Special Conditloh, For new 5ewe{ line installations, the Contractor shall temporarily plug all lines at eves yr open manhole under construction in order to keep debris out of the dry sewer lines. The plugs shall not be removed until the applicable manhole complete with cote section has been constructed and the lid Installed to keep out debris as a result of additional consiruction. 1. CONCRETE COLLARS. Concrete collars will be required on all manholes specified as per Figure 121. 2 WATERTIGHT MANHOLE INSERTS: Watertight gasket manhole inserts shall be installed in all sanitary sewer manholes, lnserts shall be constructed in accordance with Fort Worth Water Department standard E100-4 and shall be fitted and instal Ied accord1rig to the manufacturer's recommendations. Stainless Steel manhole inserts -.hail be required for all pipe diameters 18" and greater. 3. LIFT HOLES: All lift holes shall be plugged with a pre -cast concrete plug, The lik hole shall be Sealed on the outside of the manhole w1th Ram-Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole with quack setting comment graUt. 4. FINAL RIM ELEVATION& Manhole runs in parkv+ays, lawns and other improved lands shall he at an elevation not more than one (1) nor less than one-half (112) Inch abovee the surrounding ground_ Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regarded near the manhole_ Manholes in open fields, unimproved land, or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade_ 5. MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes_ MF4nhoie frames and covers shall be McKinley. Type N, with indented top design, or equal. with pick slots_ Covets shall set flush with the rlm of the frame and skull have no larger than 118-inch gap between~ the frame and cover. Bearing surfaces shall be machine finished. Locking manhole lids and frames wl11 t o restricted to locations Wthlh the 100-year floodpiain and areas specifically designated on the plans_ Certain tees! € uctile Iron Manhole Lids and Frames are acceptable For use where locking lids are specified_ 6. SHALLOW CONE MANHOLES: Shallow manhole construction will be used when manhole depth is four (4) feat or less, All shallow cone manholes shall be built in accordance with Figure I05. All shallow cone ranholes shall have a cast iron lid and frame with pick slots_ NOTE. MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED. T MANHOLE STEPS- No manhole steps are to be installed on any sanitary sewer manhole. B. EXTERIOR SURFACE COATING- EXteFior surfaces of all manholes shall be coated with two mop coats al• coal tar epoxy, Koppers 'Bit umastic Super Service BIack" Tnemec "4 - 45D Heavy Tnernecol." or equal to. a minimum or 14 mils dry film thickness. ICV27 04 c-1 PAIN D , SPECIAL CONDITIONS 9, MANHOLE JOINT Eli -INN, All interior and/or exterior joints on concrete manhole sections constructed fvr the City of Fort Worth Water Department, excluding only the joints Us€ng a trapped type performed 0-rang rubber gasket shall require Bitumastic joint sealants as per Figure M, This sea€ani shall be pre -formed and trowel able- Bitumaistic as manufactured by Kent - Seal, foam-Nek, E-Z dick, or equat. The joint sealer shall be supplied in either extruded pipe form a sOtabie cross -sectional area or flat -tape and shall be sized as recommended by the marnufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or any other chemical action for either Its adhesive properties or cohesive strength, The Joint sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of the length of time it is exposed to the elements. The manufacturer shall fumish an affidav4 attesting to the successful use of the product as a pre -formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years_ 13, EXECUTION. INSTALLAT(ON OF JOINT SEAL -ANT. Each grade adjustment ring and manhole frame shall be sealed with the above -specified materials. All surfaces to be in contact with the joint sealant shall be lhoroi4ghly+ cleaned of dirt, sand, mutt, or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to Installing the joint seatant In accordance with the recommendations. The protective wrapper shall remain on the joint sealant until immediately prior to the }placement of the pipe In the trench. After removal of the protective wrapper, the joint sealant shall be kept clean. Install frames and cover over manhole opening wlth the bottom of the rings resting ort Situmastic joint sealer. Frames and grade rings shall rest on two {} rows (inside and outside) of Biturnastic joint sealer. 2. SEALING ANWOR ADJUSTING EXISTING MANHOLES. Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. Remove manhole frame from the manhole structure and observe the condition of the frame and grade rings. Any frame or grade ring that is not suitable for ease as determined by the Engineer shall be replaced. Grade rings that are constructed of brick, block materials other than pre -cast concrete rings, or where necessary and approved by the Engineer, shall be replaced with a pre -cast flattop section. Pre -cast concrete rings, or a pre -cast concrete flattop section will be the only adjustments allowed, In brick or blocks manholes, replace th6 upper portion of the manhole to a point 24 Inches below the frame. if the walls or cone section below this level are structurally unsound, notify the Engineer prior to replacement of the grade rings and manhole frame_ Existing brickwork, if damaged by the Contractor, skull be replaced at the Contractor's expense. Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. float exposed manhole surfaces with an approved banding agent followed by an appllcatian of quick setting hydraulic cement to provide a smooth working surface_ If the inside diameter of the manhole is too large to safely support now adjustment rings or frarnes, a flat top section shall be installed_ PART D - SPECIAL CONDITIONS Joint surfacers between the frames, adjustment rims, and cone section snail be free of dlrt, atones, debris and voids to ensurt, a watertight seal, Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable material in lieu of pre -formed gasket material. Peaition the butt joint of each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface eievation of the manhole frame. In paved areas or future paved areas, castings shall be Installed by usin a straight edge net less Ihan ten (10) feet long so that the top of the casting will coniiorm to the slope and finish elevation of the paved surface. The top of the casting shall be 118 Inch beiow the finished elevation. AlIowances far the compression of the joint mated at shalI be made to assure a proper final gracle elevation. 3, EXPOSED EXTERIOR SURFACES- All exposed exterior surfaces shall be coaled with two mop coats of coal tar epoxy, hopper "Bitumastic Super Service Black"; Tnemec'46- 450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness, 4- The extedot surface of all pre. -cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 112-inch thick coat of trowelable bitumastic joint sealant from -Inches below to 6-inchas above the joint- The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during beckfilling- MEASUREMENT AND PAYMENT- The price bid for new rnanhole installations shall include -all labor, equipment, and materials necessary for constrLeclion of the manhaTe including, but not limited to, joint sealing, lift hole sealing and exterior surface Qoating- Payment shall not include pavement replacement, which if required, shalt be paid separately. The price bid for reconstruction of existing manholes shall include all labor equipment and material's necessary for cnnstruclion of new manhole, including, but riot limited to, excavartion, backflll, disposal of materials, joint sealing, lift hole sealing and exterior surface coating. Payment shall not Include pavement replacement. which if required, shall be paid separately. The price bid for adjusting andfor sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting andfor sealing the manhole. including but not limited to, joint sealing, lift hole sealing, and exterior surface coating. Payment for concrete collars will be made per each. Payment for manhole inserts will be made per each. D� 28 SANITARY SEWER SERVICES Any reconnection, relocatton, re-routes, replacement, or new sanitary sewer service shall be required as shown on the plans, ancVor as described in these Special Contact Documents in addition to those located in the field and Identifiod by the Engineer as active severer taps. The service connections shall be constructed by the Contractor utilizing standard factory manufactured tees. City apprave*d factory manufactured saddle taps rney be used, but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case -by -case basis- The Contractor shall be responsible for coordinating the scheduling of lapping crews with bullding owners and the Engineer in order that the work be performed in are expeditious manner. A minimorn of 24 hours advance notice shall be given when taps will be required. Severed service connections shall be maintained as specilled in section G6-6 15, re7roa -18 PAIN D - SPECIAL CONDITIONS; D_ SEVVER SERVICE RECONNECTION: When sewer service reconnection is called for the Contractor shall vertically adjust the ex.lsting sewer service line as required for reconnection and furnish a new tap_ The fittings used for vertical adjustment shzill consist of a rnaxamum bend of 45 degrees_ The tap shall be tocated so as to line up with the servioe line and avoid any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer, Procedures listed below for Sewer Service. Replacement shalt be adhered to for the installation of any sewer service line including the Incidental four (4) feel of service line which Is Included in the price bid for Sanitary Serer Taps. Payment for works such as backfill, saddles, tees, fittings incidental four (4) feet of service line and all ocher associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps_ E. SEWER SERVICE REPLACEMENT: All Building sewer services encountered during construction shall be adjusted andlor replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service fine. tf the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line, all works shall be performed by a licensed plumber_ The Erigirreer shall determine the lerrgth of the. replacement. All sewer services shall be installed at a minimum of two ( ) percent slope or as approved by the Engineer. For situations involving sewer service re-routing, whether on public or private property, the City shall provide line and grade for the sewer service lines as shown on the project plans. Prior to installing the applicable sewer main or lateral and the necessary service. lines. the Contractor shall verify (by de -haling at the building clean -out) the elevations (shown on the plans) at the bulldirrg clean -out and compare the data with the elevation at the proposed ccnnec:tlon point on the sewer main, in order to ensure that the two (2) percent minimum slaps (or as specifier) by the Engineer) requirement Is satisfied. Elevations shall also be verified at all bend locations on the service re-route_ All applicable sewer mains. laterals and affected service lines that are installed without pre -construction de - holing at the affected residenws (to verify design elevations) shall be removed and replaced as necessary at the Contractor's expense in the event grad.e conflicts are brought to light after de -haling fs wndumted. All elevation inforrnalion obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that: the two () percent minimum slope is not satisfied, ff the Contractor determines that a different alignment for the reroute is more beneficial than shoran on the planks, the Contractor shall obtain and submit all relevant elevation information for th.e new alignment to the Inspector and shall be responsibte for ensuring that the two () percent minimum grade (or as approved by the Engineer) is satisfied_ Prior to backfllling. the Contractor shall doubke check the grade of the installed service Brie and submit signed documentation verifying that the line has been installed as designed to the Engineer. The Contractor, at its sole expense, shall be required to uncover any sewer service for which no grade verification has been submitted. Ali re- routes that are not installed as designed or fail to rneet the City code shall be reinstalled at the Contractor's expense_ The Contractor shalI ensure that the service line is.backfilled and compacted in accordance with the City Plumbing Code_ Connection to the existing sewer seNice line shall be made with appropriate adapter fittings, The fitting shall be s urethane or neoprene coupling A_ .T.M. C-425 with series 300 stainless steel compression straps. The Contractor shall remove the exiOng clean -out and plug the abandoned sewer service line_ The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-roules pr relocations located on private property. Furthermore, the contractor shall utilize the services of a liccnsed plumber for all service line work on priva[a property. Permit(s) must be obtained from (he City of Fort Worth Development Department for all service fine worts on private * -ft4 SC-19 PART D - SPECIAL CONDITIONS property and all work related to the service tine musk be approved by a City -of fort forth Plumbing Inspector, A copy of 1he plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the P1Umbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer fe-route. Payment for work and materials such as backfill, removal of existing clean -outs, plugging the abandoned sewer service line, double checking the grace of the installed zervice line, pipe fittings, surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear fool price bid for sanitary sewer service line replacement on private property or public right of way. Payment for all work and material involving the "tap' shall be included in the price laid for sanitary sewer service taps_ D- 29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as shown on the plans, and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer_ This work shall be done in accordance with Sectlork 1*2-1.5 Salvaging of Material and E2-2.7 Removing Pipe, of the General Contract Documents and Spedfications, unless amended or superseded by requirements of this Special ortditiQn_ A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and meter boat shall be removed and returned to [he Water Department warehouse by the Contfacter in accordance with Section E2-1.5 Salvaging of Materials. B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID. Existing water meter and concrete vault lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The concrete vault shall be demolished in place to a point not less than 18 irkches below finat grade The concrete ►►auit shall there be backfilled and compacted in accordance with bac%fill method as specified in Section E2- ,9 Backfill_ Backfill material shall be suitabie excavated material approved by the Engineer_ Surface restoration shall be compatible with exMir}g surrounding surface and grade. C1 ALA E OF EXISTING FIRE HYDRANTS- Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E241_5 Savaging of Materials- The void shall be bockfllled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill, Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and gradak D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance w1th Section E2-1.5 Salvaging of Materials_ The void area caused by the valve rernovai shall be backfilled and compacted In accordance with backfill method as specified in Sedion E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer Surface restoration shall be compatible with existing surrounding surface and grade. If the valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18" below final grade_ I 7164 S - 0 PART D # SPECIAL CONDITIONS E. ABANDONMENT OF EXIST(ING GATE VALVE: Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position and demolishing the valve box ire place to a point not less than 18 inches below final grade. Concrete shall then be used as backfill material to match existing grade. F. ABANDONMENT OF EXISTING VAULTS. Vaults to be demolished In place shall have top slab and lid removed and vault wads demollshed to a point not less than 18" below final grade. The void area caused shall then be backfifled and compacled in accordance with backfill method as specified in Section E2- ,9 BackfTll, Bachflli material shall be suilable excavated material approved by the Engineer. Surface restoration shall be compatible with the existing surrounding grade. O_ ABANDONMENT OF MANHOLES: Manholes to be abandoned in {dace shall have all pipes entering or a itIng the structure plugged with lean concrete_ Manhole top or cone section shal[ be removed to the top of the full barrel diameter section, or to point not less than 18 Inches below final grade_ The structure sha[I then be backfilIed and compacted in accordance with backfill method as specified In Section E2-2.9 Bar-kfill_ Backfill material may be either clean washed sand of clean, suitable excavated material approved by the Eangfneer. Surface restoration shall be compatible with surrounding service surface. Payment for work involved in backfill€ng, plugging of pipc(s) and all other appurtenances required, sha[I be include-d in the appropriate bid item - Abandon Existing Sewer Manhole. H. REMOVAL OF MANHOLES, Manholes to be removed shall have ali pipes entering or exiling the structure disconnected. The complete manhole, including top or cone section, all full barrel diameter section. and base section shall be removed. The excavation shall then be backfalled and compacted in accordance with backfill method as specified in Section E2- _9 Backfil[. backfill raterial may be with Type D Backfill or Type B Backfill, as approved by the Engineer. Surface restoration shall be compatible with surrounding surface. C UTTI NG AND PLU G G INN EXISTiNC MAINS-1 At various locations on this project, it may be required to cut, plug, and black existing water mains/services or sanitary sewer mainslservices In order to abandon these lines. Cutting and plugging existing maims and/or services shall be considered as incidental and all casts incurred will be considered to be included in the linear foot bid price of the pipe, unless separate trenching is required. J. REMOVAL OF EXISTING PIPE-. Where removal of the existing pipe is required, it shall be the Contractor's responsibility to properly dispose of all removed plpe. All removed valves, fire hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage Yard. C. PAYMENT. [payment for all work and material involved in salvaging, abandoning and/or removing existing facilities shall be includes! In the linear foot bid price of the pipe. except as follows: separate payment will be made for removal of all fire hydrants, gate valves, 16 inch and larger, and sanitary sewer manholes, regardless of location. Payment will be. made for salvaging, abandoning and/or removing all ether existing facilities when said facillty is not being replaced in the same french (i.e., when removal requires a separate trench). L. ABANDONMENT OF EXISTING SEWER LINES. Where plains call for abandonment of existing sewer mains after the construction of a new sewer main. the Contractor shalt be responsible for TV ir}spection of 100% of the existing sewer ma in- to be abandoned to make a 1" -21 PART D - SPECIAL CONDITIONS final determination that all existing service connections have been relocated to the new main_ Once this determination has been made, the existing main will be abandoned as indicate above in item I. D- 30 DETECTABLE WARNING TAPES Detectable underground utility warning [apes which can be located from the surface by a pipe deteelor shall be installed directly above non -Metallic water and sanitary sewer pipe. The detectable tape shall be "Detect Tape" manufactured by Allen Systerns, Inc_ or approved equal, and shall consist of a minimum thickness 0.35 mils solid alurninum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minirrrum o►+eralI thickness of the tape sha11 ba 5.5 rails, and the width shall not be less than two Inches with a minimum unit weight of % pounds!l inchl100'. The tape sha[I be color coded and imprinted with the message as follows. Type of Utility Color Code Legends Water Safety Blue Caulioni Buried Water Line Below sewer Safety Green Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a m1nirnum of 18 inches between the tape and the pipe_ Payment for work such as backfill, bedding, blocking, detectable tapes, and all olher associated appurtenances required shall be iriOuded in the unit price bid far the appraprlate bid itern(a). D- 31 PIPE CLEANING Joints shall be wiped and there inspected for proper installation by the inspectors_ Each fo[nl shall be swept daily and kept clean during Installation. A temporary nighl plug shall be installed an all exposed pipe ends during any period of work stoppage. D. 32 DISPOSAL OF SPOILIFILL MATERIAL Prior to the disposing of any spoilifill material, the Contractor shall advise the Director of Engineering Department, acting as the City of Fort orth's Flood Main Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such rnaterlal unt[I the proposed sites have been determined by the Administrator to meet the mquirerments of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No. 110056), All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a flocdplain without a permit. A ftoodplain permit can be issued upurr approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodp[ain. Approval of the Contractor's disposal sites shall be eviodenced by a letter signed by the Administrator staling that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fi[I within the flood plain. Any expenses associated with obtaining the fill permit, Including any necessary Engirteeriing studies, shall be at the Contractor's expense- In the event that the Contractor disposes of spoilfflll material at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering Department, Contractor shalt remove the spoilJfitl material at its expense and dispose of such materials in accordance with the OFclinances of the pity and this section. PART D - SPECIAL CONDITIONS D- 33 MECHANICS AND MATERIAI»MEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men's liens upon receipt of payment. D- 34 SUBSTITUTIONS The specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to matte a substitution for the material, which has been specified. Where the term "sir equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the narne so used Is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a s#arldard of quality acceptable to the City. If a prodvot of any other name is proposed for use, the Engineer's approval thereof mast be. obtained before the Contractor procures the proposed substitute. Where the term "or equal", er "or approved equal" is not used in the specifications, this does not necessarily exclude alternative Items or material Dr equipment which may accomplish the Intended purpose. However. the Contractor shall have the full responsibility of proving that the proposed substituti.on is, in fact, equal, arnd the Engineer, as the represeritalive of the City, shall be the sole judge of the acceptability of sub titutlons. The provisions of this sorb -section as related to "substitutions" shall be applicabte to all sections of these specifications_ D- 35 PRE -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A.GENERAL: Prior to the reconstrLction, ALL sections of existing sanitary sewer lines to be abandoned, removed (except where being replaced in the same location), or rehabilitated (pipe enlargement, cured -irk -place pipe, fold and form pipe, slip-11ne, etc.), shall be cleaned, and a television Inspectlon performed to identify any active sewer service lops, other sewer laterals and their location_ Work shall consist of furnishing all labor, material, and equipment necessary for the cleaning and Inspection of the sewer lines by means of closed circuit television_ Satisfactory precautions shall be taken to protect the sewer tines from damage that migIII be inflicted by the improper use of cleanipg equip€nertt. HIGH VELOUTY JET (HYDROCLEANIN ) EQUIPMENT: The high -velocity sewer line cleaning equipment shall be constructed for easy and safe operation. The equipment shall also have a selection of two or mare high -velocity nozzles_ The nozzles shall be capabte of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall also Include a high -velocity gun for w9shing and scouring manhole walls and floor. The gun shall be capable bf producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps. and hydraulically driven hose reel. Hydraulically Propelied Equipment shall be of a movable dam type and be constructed in sut h a way that a portion of the dam rnay► be collapsed at any time during the cleaning operatlon to protect against flooding of the sewer. The movable dam shall be equal in diameter around the outer periphery to erasure removal of grease. If sewer cleaning balls or other equipment, which cannot be collapsed, is used, special Precautions to prevent flooding of the sewers and public or private property shall be taken. The flow of sewage present in the sewer linea shall be LrtiliZed to provide necessary fluid for hydraulic cleaning devices whenever possible_ . CLEANING PROCEDURES- The designated sewer manholes shall be cleaned using high -velocity jet equipment. The equipment shall be capable of rernovino dirt, grease, PAIN D - SPECIAL CONDITIONS rocks, sand, and other materials and Dbstructions from the sewer lines and manholes. If cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set up on the otter manhole and cleaning again attempted_ If, again, successful cleaning cannot be performed or equipment fails to traverse the entire manhole section. It will be assurned that a major blockage exists, and the cleaning effort shall be abandoned. When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fife in the area served by the hydrant_ Before using arty water from the City Water Distribution System, the Contractor shall apply For and receive permission from the Water Department_ The Contractor shall be responsible for the watef maser and related charges for the setup, including the water usage bill. All expenses shall be considered Incidental to cleaning, 3. DE BR IS REMOVAL AND f)I S POSAL- All sludge, dirt, sand, rook, grease, arrd other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells, or damage purnping equipmerit, shall not be penrritted_ 4. All salids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from the site no less often than at the end of each workday and disposed of at no additional cost to the City, 5_ I,Jt OER NO CIRCUMSTANCE SHALL SEWAGE OFF SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES. 6. TELERVI S ION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighling for the camera shall be suklable to allow a clear Picture of the entire periphery of the pipe_ Tile camera shall be operative In 100% htimidity conditions. The camera, television monitor, and other components of Ifre video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. B_ EXECUTION: 1, TELEVISION INSPE TIOW. The camera shall be moved through the ling in either direction at a moderate rate, stopping when nevessary to permit proper documentation of any sewer service taps. In rto case will the television carnera be pulled at a speed greater than 30 feet per minute. Manual winches, powef winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. When manually operated W nches are used to pull the television camera through the line, tefephones or other suitable means of cornmuninations shall bi� set up between the two manholes of the section being inspected to ensure good communications between members of the crew, The importance of accurate distance rheas �rernefrts is eMphasized. All television inspection videotapes shall have a footage s:cunter Measurement for location of sewer r&2M4 SC- 4 PAIN D , SPECIAL CONDITIONS service taps shall be above ground by means of meter device_ Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll -a -tape, or other suitable device. and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost of retrieving the Television camera, cinder all circumstances, when it becomes Lodged during inspection. shall to Incidental to Television inspection. 2_ DOCUMENTATION: Television Inspection Logs: Printed Iodation records shall be kept by the Contractor and will clearly show the location In relation to an adjacent manhole of each sewer service taps observed during inspectlon. in addition, other paints of significance such as locations of unusual conditions, MtSr storm sewer connections, broken pipe. presence of scale and corrosion, and other discernible features will be recorded, and a copy of such records will be supplied to the City. 3, PHOTOGRAPHS: instant developing. 35 mm, or other standard -size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contradtor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the Iines that may be replayed_ Video tape rocurding playback shall be at the same speed lhiat It was recorded. The television tapes shall be furnished to the City for review immedlately upon completion of the television inspection and may be retained a ma imurn of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. The Engineer Ml return tapes to the Contractor upon completion of review. Tapes shall not be erased without the permission of the Engineer_ If the tapes are of such poor quality that the Engineer Is unable to evaluat6 the condition of the sewer ilne or to locate service connections, the Contractor shall be required to re -televise and provide a good tape of the Brie at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Englneer, no payment for televising this portion small be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS_ Upon completion of review of the tapes by the Engineer, the Contractor will be notified as to -which sections of the sanitary sewer are to be corrected. The Engineer will return tapes to the Contractor upon completion of review. All costs associated with this work shall be incidental to unit prices bid for Items under Television Inspection of the Proposal. C_ PAYMENT OF CLEANING AND PRIE-CONSTRUCTfON TELEVISION INSPECTION OF SANITARY SEWERS- The cost for Pro -Construction Cleaning and Television Inspection~ of sanitary sewers shall be per Ilnear foot of sewer actually televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily M2 - 5 PAIN D - SPECIAL CONDITIONS evaluated as to existing sowor conditions and for providing appropriate means for review of the tapes by the Englneer including collection and removal. transportation and disposal of sand and debris from the sewers to a legal durnp site. Television inspection shalt include necessary cleaning (hydraullo lei or mecha3nical cleaner) to provide video image required for line analysis. The primary purpose of cleaning is for television Inspootian and rehabliilalion: when a portion of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line Shall be incidental and no payment shall be made_ The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods Used far securing passage of the camera are to be at the option of the Contractor, and the costs must be included in the kid price for TV Inspections. The cost of retrieving the TV Camera, under all circumstances, when it becomes lodged during inspection, shall be iracldental to TV Inspection, The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D- 36 VACUUM TF S TfNG OF SANITAR EWER MANHOLE D. GENERAL. This item shall govern the vacuum testing of all newly constructed sanitary sewer - manholes. B. EXECUTION- i. TEST PROCEDURE: MaDholes shall be vacuum tested prier to any interior grouting with all connections in place. Lift holes shall be plugged, and all drop -connections and gas sealing connections shall be installed prior to testing. The sewer ilnes entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole. The plugs shall be installed in the lines beyond the drop -connections, gays sealing connedion s, etc. The test head shall be placed inSid.0 the frame at the top of the marihole and inflated in accordance with the manufacturer's recommendations. A vacuum of ten inches of mercury (10"Hg) shall be drawn and the vacuum pump wIll be turned ref. Mth the valve closed, the level of vacuum shall be rear) after the required test Urne. The required teat tune shall be detetmined tram the Table I below in accordance with A TM C1 44-93: Fable I MINIMUM TIME REQUIRED FOR VACUUU DROP OF'i" H 10" H - 9"W(SEC) Depth of MH 0 to 16' 18, 0' 224 ltafr. Toe 45-Inch Dias - Manhole 40 sec_ 4sec_ 50 sec_ 55 sec. -6 60-Inch Uia_ Manhole 2 sec. 59 ser. 5 spec. 7` sec. PART D - SPECIAL CONDITIONS 4' 59 sec. 78 sec, 6` 64 sec. 8S sec. 8' 69 sec, 91 sec. 3Y 74 sec. 98 sec. For Each 5 sec. 6 sec. Additional ' ACCEPTANCE- The manhole shall be considered acceptable, if the drop in the level of vacuum is less. than one -inch of mercury (V Hg) after the required test time. Any manhole, which fails to pass the initlal test, must be repaired by either pressure grouting thrrough the manhole wall or digging to expose the exterior wall of the manhole in order to locate the leak and seal it with an epoxy sealant. The manhole shall be retested as described above until it has successfully passed the test. Following completion of a successful test, the manhole shall be restored to Its normal condition, all temporary plugs shall be removed, all braces, equipment, and debris shall be removed and disposed of In a manner satisfactory to the Engineer, C. PAYMENT. Payment for vacuum tesling of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall Include all material, labor. equipment, and all incidentals, Including all bypass pumping, required to complete the test as specified herein. D- 37 BYPASS PUMPING The Contractor shall bypass the sewage around the sectlon or sections of sewer to be rohabilltated and/or replaced. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer_ The pump and bypass lines shall be of adequate capacity and size to handle the now without sewage backup occurring to facHitaes connected to the sewer. Provlsions shall be made at driveways and street crossings to permit safe vehioular travel without interrupting flew in the bypass system. Under no circumstances Will the Contractor be permitted to discharge sewage into the trenches. Payment shall be incidental to rehabilitation or replacement of the sewer line. D- 38 POST -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEVER A.GENERAL: After construction, ALL sections of sanitary sewer lines small have a television in; pectlon perforated by. an independent sub -Contractor hired by the prime Contractor_ Work shall consist of furnishing all labor, material, and equipment necessary for inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer limes fram damage that might be inflicted by the improper use of cleaning equipment. B. TELEVISION INSPECTION EQUIPMENT-. the television camera used for the inspection shall be one speoifically designed and -constructed for such Inspection_ Ughting for the camera shall be operative In 100% humMity conditions. The carnera. television monitor, and other components of the video system shall be capable of producing picture quality to the PART D - SPECIAL CONDITIONS satisfaction of the l rigineer, and if unsalisfactory, equipment 5hal€ be removed Arid no payment wi11 be made for an unsatisfactory inspection, C EXECUTION, TELEVISION INSPECTION: The camera shall be moved through the line in either &eat€on at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no rase will the television camera be pulled at a speed greater than 30 feet per minute, Manual winches, power winches. TV cable, and powered rewinds or other devices that do not obstruct the camera vie or interfere with proper documentation shall ba used to move the camera through the sower line_ No more than 2000 linear feel of pipe will be televised at one time for review by the Engineer, When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection video tapes shall have a footage counter. Measurernent for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter stall be checked by Use of a walking meter, roll -a -tape, or other suitable device, and the accuracy.shall be satisfactory to the Engineer, The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Coati -actor. 'The cost or retrieving the Television carnnra, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection_ Sanitary sevuer mains rust be laced with enough water to fill ail loin pints. The television inspection must be dons immediately following the lacing of the main with no water flow, if sewer is active, flow must be restricted to provide a clear image of sewer being inspected. 2. DOCUMENTATION. Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location In relation to an adjacent manhole of each sewer service tap observed during inspection. All television logs shai€ be referenced to 5tationing a shown on the plans. A copy of these television logs will be supplied to the City. . PHOTOGRAPHS: Instant developing, 35 rem, or other standard -size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the ontrac;tor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may to replayed. Video tape recording playback shall be at the same speed that if was recorded. The television tapes shall be fumished to (fie City for review immediately upon completion of the television inspection and may bes ie#ainecf a rnaximurn of 34 calendar days. Equipmeni ;hall be PART D - SPECIAL CONDITIONS provided to the City by the Contractor for review of the tapes. Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased i(hout the permission of the Engineer, It the tapes are of such poor guality than the EncOneer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re- teiovise and provide a good tape. of the Ilne .at nc additional cost to the City- It a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payinent for televising this portion shall be made. Also. rio payment shall be made for portions of tines not televised or portions where manholes cannot be negotiated with the television camera. D. PAYMENT OF POST. -CONSTRUCTION TELEVISION fN PEDTION OF SANITARY EVVER : The cost for post -construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and fvr providing appropriate means for review of the topes by the Engineer. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for Ilne analysis. The quanthy of TV inspection shall be measured as the WWI lengthy of n6w pipe Installed. All costs associated wilh this work shall be included In the appropriate bid item - Post -Construction Television Inspection. The item shall also iric[ude all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D- 39 SAMPLES AND QUALITY CONTROL TESTING A. The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic andlor 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 materlal 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 - 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 teat results to the City- C Quality control testing of ire -place material on this project will be performed by the city at its own expense. Any retesting required as a result of Failure of the material to meet project specifications will be at the expense of the contractor and will be killed at cormmerclat rates as determined by the City. The failure of the City to matte 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 t" ing. 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 ircIuded in thre unit price for the item being tested. I W71b-I SC-29 PART D - SPECIAL CONDITIONS E_ The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the jolt site. The ticket shall specify the name of tine pit supplying the fill material_ D- 40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN I ACRE) A. DESCRIPTION_ This Item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures skull at no time be used as a substitute for the peT-manent 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 operatl.ons. The to rnporary measures shall include dikes, clams, berms, sediment basins, fiber Mat$r jute ne;tong, 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 Icy prepafing right-of-way. clearing and grubbing, the surface area of erodible -earth material exposed by excavation, borrow and to dimct 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 berFns, dikes, dams. sediment basins, slope drains and use of temporary roulches. mall, 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 perrnafient 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 prcgress 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 scch limitations unrealistic, temporary soil -erosion -control measures shall be performed as directed by the Engineer, _ Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment enterfng 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 strearns. 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. Cure; shah be laken during the construction and removal of such barriers to rninirnize the rnuddying of a stream. 5. All waterways shall be cleared as soon as practicable of false work, piling, debris or ocher obstructions placed during construction operations that are not a part of the finished work.. 6. The Contractor shali take stafficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials. He shall conducl and scheduler his opefations so as to avoid or minimize siltation of streams, tastes and reservoirs and to avoid interference with movement of migratory fish_ PAIN D - SPECIAL CONDITIONS D. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contracl and no extra pay will be given for this wort. D- 41 1N RESS AND EGR ESSIOBSTRU CTION OF ACCESS TO DRIVES The Contractor shall provide Ingress and egress to the property being crossed by this construction and adjacent property when construction Is not in progress and at niglit, Drives. Shall be left accessible at night, on weekends, and during holldays.- The Contractor shall conduot 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 drNeway being removed andior rebulit. 0- 42 PROTECTION OF TREES, PLANTS AND SOIL. All property along and adjairent 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 be#ter than existed prior to starl of work, Any trees or other lardscape features scarred or damaged by the Con(raci;or'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 trfmmfng or pruning without the property owners' consent). Pruned limbs of V diameter or larger skull be thoroughly treated as soon as passible with a tree wound dressing. By ordinance, the Contractor must obtain a permit frorn the City Forester before any work (trimming, removal. or rout pruning) can be done on trees or shrubs growing on publIc property including street Rights -of -Ways and designated alleys. This permit can be obtained by calling the Forestry Office at 871-5738, All tree work shall be fn compliance with pruning standards for Class II Pruning as described by the Natfonaf Arborist Association. A copy of these standards can be provided by calling the above nurnber_ Any damage to public trees due to negligence by the Contractor shall be assessed using the Current formula for Shade Tree Evaluatbn as defined by the International Society of Arboriculture_ Payment for negligent damage to public trees shall be made to lire City of Fort Worth and may be wKhheld from funds due the Contractor by the City. To prevent the spread of the Oak Walt fungus, all wounds on Live Oak and lied Oak trees shall be Immediately sealed using a commercial pruning paint. Nc separate payment wl11 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 Engineaer will be grade restoration to plus minus one -tenth (0,1) of a foot, 0. 44 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products submitted In the bid docurnents must appear in the latest "City of Fort Worth Standard Product List, for the bid to be considered responsive. Products and processes listed in DART D - SPECIAL CONDITIONS the `City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum teChnacal requirernents- D- 45 TOPSOIL*, SOODING, SEEDING & HYDROMULCHING This itern shall be performed in akoovrdance with the City of Fort Worth Parks and Community Services Department Specifications for Topsoil, Sodding and Seeding- 1, TOPSOIL DESCRIPTION. This item will consist of furnishing and placing a minimum of six (6) Inches of topsoil, free from rock and foreign material, in all parkways and medians to the lines and grades as established by the Engineer, CNSTRUCTION METHODS' Topsoil will be secured from borrow sources as required to supplement material secured from street excavation- All excavated materials from streets whir,h is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a barrow source. Topsail material secured from street excavation shall be stockpiled at Ioca#locks approved by Ilia Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas sa as to provide a minimum sit (6) inches of compacted depth of topsoil parkways- DESCRIPTION: Sodding will consist of furnishing and planting Bermuda, ';Uffalo or St - Aug u stine grass In the areas between the curbs and walks, on terraces, in median strips, on embarkkrnent�s or out Slopes, or In such areas as designated on the Drawings and in accordance with the requirements of this Specification. Recommended Buffalo grass varieties for sanding are Prairie and 609 MATERIALS: Sod shall oonsisl of live and growing Bermuda, Buffalo or St. Augustine grass secured from sources where the soil is fertile. Soot to be placed during the dormant state of these grasses shall be alive and acceptable. Setmuda and Buffalo grass sod shall have a healthy, virile root system of dense, thickly matted roots throUghout a two (2) inch minimum thickness of native soil attached to the roots, St. Augustine grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots. The sod shall be free from obnoxious weeds or other grasses and shall nUt contain any matter deleterious to its growth or which might affect its subsisterkce Ot hardiness when transplanted. Sod to be placed between curb and walk and on terraces shall be the sane 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 [lie Engineer, the sod existing at the source shall be watered to the extent required prior to excavating. Sod material shall b-_ planted within three days after it is excavated, CONSTRUCTION METHODS; After the designated areas have been complood to the, linos, grades, and cross -sections shown on the Drawings and as provided for in other items of the contract, sodding of the type specified small he performed in accordance with the 1 W71oa C-3 PART D - SPECIAL CONDITIONS requirements hereinafter described. Sodding shall be either "spot" or "block", either Bermuda, Buffalo or St. Augustine grass. a. Spot Sodding Furrows parallel to the curb line or sidewalk IInes, twelve (1 ) inches on centers or to the dimensions shown an the Drawings, shall be opened on -areas to be sodded. In all farrows, sod approximately three () inches square shall be placed on twelve {12) inch centers at proper depth so that the top of the sod shalt not be more than one-haff (1l-2) inch below the finished grade. Holes of equivalent depth and spacing may be used Instead of furrows. The soil shall be firm around each block and then the entire sodded area shall be carefully rolled with a heavy, hand roller developing fifteen (15) to twenty-five (5) pounds per square inch compression. Hand tamping may Jae required on terraces. b_ Block Sodding. At locations on the Drawings or where directed, sac# 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 Mock Sodding shall be Filled with adMional sod and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass. Surfaces of block sod, which, in the opinion of the Engineer, may slide due to the height or slope of the surface or mature of the sail, shall,. upon direction of the Engineer, be pegged with wooden pegs driven through the sod blocks to the firm earth, sufficiently close to gold the block sod firmly fn pJa_ 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 operatloris were begun. Any excess dirt frorn planting operatlons shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. The sodded areas shall be thoroughly watered immediately after they are planted and small be subsequently watered at such times and in a manner and quantity directed by the Engineer until completion and finale acceptance of the project by the City of Fort Worth. 3. SEEDING DESCRIPTION; 'Seeding" will consist of preparing ground, providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and In accordance with these Specifications. MATERIALS, a, General. All seed used ,,rust carry a Texas Testing Seed label showing purity and germination, name, type of seAd, 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 he furnished for analysis and testing when directed by the E ngi nee r. PART D - SPECIAL CONDITIONS The specified seed shall equal or exceed the following percentages of Purity and germination: Common flame purity Germination Common Bermuda Grass 95% 90% Annual Rye Grass 95% 95% Tall Fescua 95% 90% Western Wheatgrass 95% 0 Buffalo Grass Varieties Top Gun 95% 90% Cody 95% 90% Table 120.2.(2)a. URBAN AREA WARM -SEASON SEEDING FATE {tbs.); Pure Live Seed (PL ) Mixture forC lay at Tight Soils Mixture for - -- Sandy Solis Dates (Eastern_ eeti2ns.) (Western Section (All Sections) Feb I Borrnudagrass 40 Buffalograss 80 Bermudegrass 60 10 Buffalograss 60 Bermudagrass 20 Buff aIograss 40 may I Total: 100 Total; 100 Total; 100 Table, 120.2.()b TEMPORARY COOL -SEASON SEEDING RATE; (lb.) Pore Live Seed (PL ) Elates (rill Sections) Aug 15 Tall Fescue 50 to Western Whea#grass 50 May 'I Annual Rye 50 Total; 100 CONSTRUCTION METHODS- After the designated areas have been completed to the lieges, grades, and cross -sections shown on the Drawings and as provided for in other iterns of this Contract, seeding of the type spadfied small be performed in accardance 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 sod or seed mixture in the quaritity specified shall be uniformly distributed over the areas shown on the Drawings and where directed. If the sinwing of seed is by hand, rather than by mechanical methoftr the seed shall be sown in two directions al right angles to each other. Seed and fertilizer shall be distributed at the sane time provided the specified unifafim rate of application far bath is obtained, "Finishing" as specified in Section D-45, Gonstrucflon Methods, is nol applicable since no seed bed preparation is required. � &z7104 -34 PART D - SPECIAL CONDITIONS DI SO ED SEEDIN : Soil over the area shown on the Ofawngs as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall he reduced to less than one (1) Incur 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, Caristruction Methods. The seed, or seed mixture, specified shall then to planted at the rate required and the application shall be msde Lrniformly. If the sawing of seed is by hand rather than by mechanical methods, seed shall be rak 4M or harrowed into the soil to a depth of approximately one -eight (118) irich, The planted area shall be rolled with a corrugated roller of the "Oultipacker" 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 snail be rernoved_ The area shall than be fln1shed to Fine and grade as specified under "Finishing" irl Section D- oh, Donst,-uction 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 suf6ciantfy 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. Ir the sowing of seed is by hand, rather than mechanical methods, the seed shall be sown in two directions at fight 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 shalk be rakers 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 flme compacting is completed and the asphalt Is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a rninirnurn of six () inches ire depth - The application of asphalt shall follow the lost watering as rapidly as possible_ Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included, then MS-2 shall be used. Applications of the asphalt shall be at a rate of three -tenths (0.3) gallons per square yard, It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth. RE -SEEDING OF AREAS PLANTED WITH {COOL SEASONS SPECIES: Areas where temporary cool season species have been planted may be replanted begknning February 1 with warm season species as listed in Table 1 0,2( )a. The re -seeding will be achieved in the following manner. The cool season species shall be mewed down to a freight of one (1) inch to insure that skit -seeding equipment will be able to cart through the turf and achieve adequate Sall pepetratlon. x Slit -seeding, is achieved through the use of an implement which cats a furrow (slit) in the sail and places the seed in the slit which Is their {pressed close with a cult packer wheal. 4. HYDROMULGH SEEDING: I nr77rO4 SC - a PAST D - SPECIAL CONDITIONS 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 AREA rk.•.11rIPI•I�Jsl,iif:T..4itIII PAW DESCRIPTIO ', "Fertilizer'° will consist of prav€ding and distributing fertilizer over such areas as are designated are the Drawings and in accordance Wikh 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 stall be used with an analysis of 16- 0-0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Asso0atfon 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 small equal or exceed that specified for each nutfieflt_ ONSTRUCTION METHODS: When an ilem 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 an the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for ail types of "Sodding" and four hundred (400) pounds per acre for all types of "Seeding" MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in place on the project site. Measurement will be made only on topsoils secured from borrow sources_ Acceptable Material for"Seeding" will be ipeasured by the linear toot, 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 measorcd 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 prig shall be fill compensation for excavating (except as noted below), loading, hauling. placing and furnishing all labor, equipment, tools, supplies, and incidentals necessary to completework- All labor, equipfrnent, tools and incidentals necessary to supply, transport, stockpile and place topsail or salvage topsoil as specified shall be Included in "Seeding" or "Sodding" bid items and will not he paid for directly. rcvx7104 -36 PART D - SPECIAL CONDITIONS "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 shalt be the total compensation for furnishing and placing ail sod; for all rolling and tamping; for all watering; for disposal of all surplus materials; and for all materials, labor, equipment, teals and incMentals necessafy to complete the work, all in accordance with the Drawings and those Specifications. The work performed and materials furnished and measured as provided Under "Measurement" shall be paid for at the unit price for "Seeding" or " oddirig" of tile type specified, as the case may be, which price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the work accepted as foltows; Ferkflizer material and application will not be measured or paid for dfrectly, 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 far all its employees and st+bcontractors at all times during construction All active sewer manholes, regafdless of depth. are defined by OSHA, as "permit required confined spaces". Contractors shall submit are acceptable "CONFINED SPACE ENTRY PROG=tAftill" 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 IN PECTIONIFINAL iNSPECTION 7. Prior to the final Inspection being conducted for the project, tree contractor shall contact the city inspector in writing when the en#ire project or a designated portion of the project is substantially complete. 8. The inspector alorng with appropriate City staff and the City's consultant shall make an Inspect -ion of the substantially completed work and prepare and subrrrit to the contractor a list of items needing to be completed of 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 Paymeni for substantial completion inspection as well as final inspection shall be subsidiary to the project price. Contractor shall still be required to address all other deficiencies, which are discovered at the time of foal inspection. 11. Finaf inspection shall be in conformance with general condition Item 'C5-5-16 Final Inspection" of PART C - GENERAL CONDITIONS. D- 48 EXCAVATION NEAR TREES The Contractor shall be responsfbfe for taking measures to minimize damage to tree limbs, free trunks, and tree roots at each work site_ All such measures shall be considered as incidental work included in the Contract Unit Price bid for applicable pipe or structure. installation except for short tuhnellnWtree angering. tor2r4 -7 PART D - SPECIAL CONDITIONS __ Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecling a "snow fence" along the drip lire or edge of the tree foot system between tree and the construction area. 3_ Contractor shalt inspect each work site in advance and arrange to have any free Ilmbs pruned that might be damaged by equipment operations, The Engineer shall be notified at least 24 hours prior to any free trimming work_ No trimming work will be permitted within private property without written permission of the Owner. 4, Nolhing shall be stared over the tree root systern within the drip line area of any tree, 5. Before excavation (off the roadway) within the drip line area of any tree, the earth small be sawcut for a minirnurn depth of 2 feet. E, At designated locations shown on the dra%Mngs, the "short tunnel" me(hod using Class 51 D 1. pipe shall be utilized, 7_ Gxcept in areas where clearing is allowed. all trees up to B" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense. B. Contractor shall employ a qualff7ed 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 teen 1 - 1 J2 limes the outside pipe diameter, Voids remaining after pipe installation shall be pressure grouted_ D- 49 CONCRETE ENCASEMENT Of SEWER PIPE Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of t;t= ete encasement as measured In placc- along the centerllne of the pipe for each pipe diameter indicated. The Contract Unit Price shall include all costs associated with installation and reinforcernent of (he concrete encasement_ D- 5D CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clay Darn Construction, figure in the Drawings in these Specifications, at locations Indicated on the Drawings or as directed by the ityr. Clay darns shall be keyed into uridisturbed soil to make an impervious barrier to reduce groundwater percolation through the pipeline french. Construction material shall consist of compacted bentonite clay or 227 concrete_ Payment for work such as forming. placing and finishing shall be subsidiary to the price bid for pipe installation_ D- 51 EXPLORATORY EXCAVATION (D-HOLE) The Contraclor` shall be responsible far verifying the locations of all existing utilities prior to construction, in accordance wlth item D46. At locations identified on the draWings. contractor shall canduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the existing underground utility when it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted Prltor to construction of the entire project only at locations denoted on the plans ar as directed by the engineer. ConVactor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the rat 71CF4 S -3 S PART D - SPECIAL CONDITIONS start of construction of the entire project. If the contractor determines an existing utility is In conflict with the proposed far-ility, die contractor shall contact the engineer immediately for appropriate design modifications. The conlractor sftall make tyre necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contrarcior shall he liable for any and ail damages incurred due to.the exploratory excavation (D-Hola). Payment shall riot be made for verification of existing utilities per item 17 , 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 ail incidentals necessary to complete the work, shall be the unit price bid. No payrraent shall he made for exploratory excavation(s) conducted after construction has begun_ D- 52 INSTALLATION OF WATER FACILITIES 62.1 Polyvinyl Chloride (PVC) Water Pipe PC) LYVIMYL Ch1cride Plastic Water Pipe and fittings cn this Project shall be in accordance with the material standard contained In the General Contract Documents. Payment for work such as backfill, bedding, Flocking, 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 b€ocklpg on this Project will necessarily be required as shown on the Flans and shall be installed in accordance with the General Contract Documents. NI 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 cons€dered to to included in the linear foot bid price of the pipe or the bld prfce of the valve. 52,3 Type of Casing Pipe 1. WATER: The casing pipe for opera cut and bored or tunneled section shall be AV WA - 00 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, EI-5 and E1-9 In Material Specifications of General Contract Documents and Specifications for Watet Department Projects. The steel casing pipe shall be supplied as follows, For the inside and outside of casing pipe, coal -tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AVVWA C-203. Torch -up afler field welds shall pmvide coating equal to those specified above. C_ Minimum thickness for casing pipe used shall be 0.375 inch. Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company or an approved equal shall be used on all non - concrete pipes when installed In casing. installation shall be as recommended by the Manufacturer. . EWER: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E -1b as per Fig. 110 of the General Contract Documents. IaV7lN S -3J PART D - SPECIAL. CONDITIONS 3, PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and Incidental work shall be included in the unit price bid per toot_ 6 .4 Tie -Ins The Contractor shall be responsible [or making tie-ins to the existing water mains, It shall be the responsibility of the Coritrector to verify the exact location and elevation of the wdstirEg line tie-ins. And any differences in locations and elevation of existing line tie-ins between the contract drawings and what may be encountered in the field shall he considered as incidentai to construction. The oast of making tie -iris to existing water or sanitary spwor me iris shall be included in the linear foot bid price of the pipe, 52.6 Connection of Existing Maras The Contractor shad 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 [ovations, elevation, configuration, and or angulation of existing lines tF0vveL%n the contract drawings and what may be encountered in thL- said work shall be considered as incidental' to construction. Where it is required to strut down existing mains in order to make proposed connections. such dower} tirne shall be coordInated with the Engineer, and all efforts shall be made to keep this dowry time to a minimum. In case of shutting down are existing T-nain, the Contractor shall notify the Manager, Construction Serviciqs, phone 871-71313, at least 48-hours prior to the required strut dowry time. The ontractor's attention is directed to Paragraph C5-5.15 1NTERRUPT[0N OF SERVICE, Page 5-5(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 wriling 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 replaceEnent is to be connected_ This may require closing valves in other lines and putting consurners out of service for that period of time necessary to cut In the new val've; the work must be expedkfed to the utmost and alt such cot -Ins must be coordinated with the engineer in charge of inspection. All consu hers 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 backfili. bedding, fittings, blocking and all other associated appurtenants required, shall be included in the price of the appropriate bid items. $2.7 later Services The relocation, replace:rned, or reconnection of water services will be required as shown on the plans, and/of as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All service's shall be constructed by the con Vactor utilizing approved factory manufaCured tap saddles (when required) and corporation stops. type K capper water tubing, curb stops with lock wings, meter boxes, and it required approved manufactured 1"r 4 SC- 0 PART D - SPECIAL CONDITIONS service bFanches. Alt materials used sha€1 be as specified In the Material Standards (E1- 17 & EI-1a) contained in the General Contract Documents. All water services to be replaced shall he instalie d at a minimurn depth of 36 inches below+ final grade. All existing 314-inch water service lines wh€ch are to be replaced small be replaced with 'I - inch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from the main Tine 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 lime with the service meter unless otherwise directed by the Engineer_ A minimum of 24 hogs advance notice shall be given when service Interruption will be required as specified in Section CS-5.151NTEFti U PTION OF SERVICE. All water service meters shall be removed, tagged. and coilected by the contractor for pickup by the Water Department for reconditioning or replacement_ After installation of the water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work can the outlet side of the service meter shall be performed by a licensed ptumber_ 1, WATER SERVICE REPLACEMENTS. Water service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street reconstruction. The contractor shall replace the existing service line with Type K copper from the main to the meter, curb stop with lock wingSr and corporation stop. Payment for al work and materials such as backfi11, fittings, type K copper tubing, curb stop with lock wings, service line adjusiment, and any relocation of up to 1 -inches From center llne existing meter location to center ilne proposed meter location shall be included in the Linear Foot price bid for Copper Service trine trorn Maim to five (5) feet behind Motor. Any vetJical adjustment of customer service line within the 5 foot area shall be subsidiary to the service installation. Payment for all work and materials such as tap saddle (if required). corporation stops. and fittings shall be included in the price bid for Service Taps to Main. WATER SERVICE RECONNECTION: Water service reconrrection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstructlon. The contractor shall adjust the existing water service line as regUired for reconnection and furnish a new top with corporation stop. The contractor will be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service lino used in excess of five (5) feat from Main to five {5) feet behind the Meter. 2. WATER SERVICE METER AND METER BOX RELOCATIONS. CATIONS. 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 Iocatiort to the center llne of the proposed meter location, separate payment will be allowed for the relocation of service meter and meter box. Centerline is defined by a lire extended from the service tap through the meter, 0 N y relocations made rru27/04 SC-41 PART T D - SPECIAL CONDITIONS perpendicular to this centerline will be paid for separately. relocations made along the centerline will be paid of in feet of copper service line. 1 han relocation of service meter and meter box is required, payrnen( for all work and mate T-Ials such as backrili, fittings, Five (5) feet of type K copper service and all materials, labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation. All other casts will be included In othet appropriate bid item(s). This stern will also be used to pay for all service meter and meter box relocations as required by the Engineer when the service line is not being replaced Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment at any time. Locations with multiple service branches will be paid for as arxe service meter and meter box relocation. 4, NEW ERVICE. When new services are required the contractor shall install tap saddle (when required), corporation stop. type K copper service line, curb stop with lock vAngs, and meter box. Reinfarred plastic meter boxes with cast iron lid shall be provided for all 2 inch water meters or smaller. The reinforced plastic water meter bones shall comply with section E1-18A— reinforced Plastic Water Meter Boxes. Payment For ail 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 shorn Main to Meter five (5) feel behind the meter. Payment for all work and materials such as tap saddle, corporation stops, and fittings shall be included in the price bid for Service Taps to Mains_ Payment for all work and materials such as furnish[nq and setting new meter box shall be included in the price laid for furnish and set meter box_ MULTIPLE SERVICE BRANCHES: When multiple service branches are required the: contractor shall furnish approved factory manufactured branches. Payment for multiple service branches will include furnishings and installing the multiple service branch only and ail other cost will be included In other appropriate bid item(s). . MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER- Any multiple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service ilne that is appiicable for the size of the existing service meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid item(s). 52.8 -Inch Temporary Service Line A_ The 2-inch temporary service main and 14-inch service lines shall be installed to provide temporary water service to all buildings that will necessarily be required to have severed waxer service during said work. The contractor shall be responsible for reordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and the Engineer in order that the work be performed in an expeditious manner. Severed water Service must be reconnecled within 2 hours of discontinuance of service. 327/04 SC4 PAIN D - SPECIAL CONDITIONS A 2-inch tapping saddle and -inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to the City water supply, The 24nch temporary service main and 314-inch service lines shall be installed In aconrdance to the attached figures 1, 2 and 3. 2„ temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to Installation. The cut -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 carreot location. The meter box shall be reset as necessary to be flush with the existing ground or as otherwise directed by the Engineer. The temporary service layout shall have a minimum available flow rate of 5 GPM al a dynamic pressure of 35 PSI per service top. 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 recluired'for more than one locakian the -Inch temporary service pipes, 14-inch service Ilnes and the 2-inch meter shall be moved to the next successive project location. PayrneMlor work such as fittings, 3/4-inch service lines, asphalt, barricades, all service connections, removal of temporary services and all other associated appuftenants required. shall be included in the appropriate hid item. B. in order to accurately measure the amount of water used during construction, the 'Contrarctar will Install afire hydrant meter for all temporary service lines_ Water used during construction for flushing new mains that cannot be metered from a hydrant will be estimated as aerurately as possible. At the pre-�xnstruc#Ion conference the contractor will advise the inspector of the number of meters that will be needed along with the locations where they will be used. The inspector will deliver the hydrant meters to the locations. After installation, the contractor ►arils 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 evaivate the condition -of the meters upon return and 1 repairs are needed the contractor will receive an invoice for those repairs. The issued meter is for this specific project and location only. Any water that the contractor may need for personal use will require a separate hydrant meter obtained by the Contractor, at its cast, from the Waiter Department_ 52.9 Purging and Sterilization of Water Lines Before being placed into service all newly constructed water lines shall be purged and sterilized In accordance with E2-24 of the General. Contract Documents and Specifications except as modified herein. The City will provide: all water for INITIAL cleaning and sterilization of water lines_ All materials for construction of the project, including appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated ilme (HTH) shall be furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantlties to provide a chlorine residual of fifty (0) PPM. The residual of free chlorine shall be mearsured after 24 hours and shall not be Iess.than 10 parts per million of free nhlerine, Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary sewer not be available, chlorinated water shall be "de-chtorinateW prlor to disposal, The I W..7' -4 PART D- SPECIAL CONDITIONS ilne may not be placed in service until two successive sets of samples, taken 24 hours apart, have met the established standards of purity. Purging and sterilization of the water lines shall be considered as incidental to the project and all costs incurred wlli be consfdered to be included in the linear font bid price of the pipe. 52.10 Work Near Pressure Platte 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 crass concoctions. 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 lame water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sarnpiing station will be f0rnlshed to the Contractor fre. o of charge', however, the Contractor will be required to pick up this item at the Field Operations Warehouse_ PAYMENT FOR FIGURiR 34 INSTALLATIONS: Payment for all work and materials necessary far the installation of the 314-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 tfte Installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Maim. Payment. for all work and materials necessary for the installation of the sampling station, conrete support block. curb stop, fittings, and an incidental 3-feet of type K copper service line which are required to provide a complete and functionai water sampling station shall be induded in the price bid for Water Sample Stations_ PAYMENT FOR FIGURE 33 INSTALLATIONS. Payment for all work and materials necessary for the installation tap saddle.'gate valve, and fittings shall be included in the price bid. for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings. and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations, 52.12 Ductile Iron and Cray Iron Fittings Reference Part E2 Construction Specificatiomi, Section E21-7 Installing Cast Iron Pipe, fittings, and Specials, sub section E �7,11 .Cast Iron Fittings; F-2-7.11 DUCTILE -IRON AND GRAY -IRON FITTINGS. All ductile -iron and gray -iron fittings shall be furnished with cernernt mortar luting as stated In Section E1-7. The price bid per tart of fittings shall be payment in fail for all fittings, joint accessed es. polyethyIene wrapping. horizontal concrete blocking, vertical tie -down concrete blocking, and concrete cradle necessary for construction as designed. iQ 7104 C-44 PART T D# SPECIAL CONDITIONS Alt ductile -iron and gray -iron fittings. valves and specials stall be wrapped with polyethylene wrapping conforming to Material Specification El-13 and Construction Specification E -1 . Wrapping shall precede hariziantat concrete blocking, vertical tie - down concrete blocking, and concrete cradle. Payment for the polyethylene wrapping, horizontal concrete blocking, vertical Me down concrete blocking, acid concrete cradle shall be included in bid items for vales and fittings and no ether payments will be allowed. D. 63 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard S pecificatiDnF Item 2 00, 49pdnkling far Dust Goritrol" shalt apply- However, na direct payment Mill be made for this item and it shall be considered to this contract. The Contractor sha1I be responsibie for determining the method of dowe tering operation for the wafer or sewage flows from the existing mains and ground water- The Contractor shall be responsible fof damage of any nature resulting from the deuvatering operations. The DISCHARGE from any dewatering operation skull be canducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. De a*ing shall be considered 23s Incidental to a construction, and all costs inctured will be considered to be included In the project price- D- 55 TRENCH EXCAVATION ON DEEP TRENCHES ontrackor to prevent any water flowing into open french during construction, Contractor shali not leave excavated trench open overnight. Contractor shall fill any trench the same day of excovatinn. No extra payment sha11 be a11owed far this spacial condition. D- 56 TREEPRUNING - REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees". B- ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2- Vermeer-1550RC Root Pruner - 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. B. Cornbination Fence- Commercially manufactured combination soil sC-parator fabric 0n wire mesh backing as shown on the Drawings. M?7 -1 -45 PART D 4 SPECIAL CONDITIONS D_ ROOT PRUNING 7. Survey and stake location of root pruning trertches as shown on drawings. 8. Using the approved specified equipment. make a cut a minimum of 36 inches deep in order to minimize damage to the urid istw-bed root zone. g. Backfill and compact the trench Immediately after trenching. 10. Blare a 3-foot wide by 4-inch deep cover of mulch aver the trench as required by the Engineer. I 1 _ VVIthin 24 hours, priarie flush with ground and backfklI any erased roots due to construction activity, Cover with wood chips of mulch in order to equalize soil [amperature and minimize water loss due to evaporation. 12, Limit any grading work within conservation areas to ?r-inch maximurn cut or fill, with no roots over 1E nch diameter being cut unless cut by hand or cut by specified methods, equipment and protection. E. MULCHING. Apply -inches to 4-inches of woad chips from, trimming or clearing operation on arras designated by the Engineer. F. Tree Pf-using skull 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 roof ball rerno►i2al, loading, hauling and durnping. Extra caution shall be taken €o not disrupt existing utilities bath overhead and buried. The Cantractor shall immediately repair or replace any damage to utilities and private property Including, but not limited 10, 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 ousts, shall be considered subsidiary to the projec€ contract price and no additional' payment will be allowed. D- 58 TEST MOLES The matter of subsurface exploration to ascertain the nature of the soils, Including the amount of rock. it any. through vvWch this pipeline installation is to be made is the responsibillty of any and all prospective bidders. and any bidder on this project shall submit his bid under this rnndition. Whether prospective bidders perform this subsurface explera lion jointly or independently, and whether they make such determination by the use of test hoiea or other means. shall be Ieft to the discretion of such pmgpective bidden. If test borings have been made and are provided for bidder's iriformation, at the locations shown are the Jogs of borings in the appendix of this specificati0n, it is expressly declared that neither the City nor trio Engireer guarantees the accuracy Far the intermation 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 C ontractor assumes all responsibility for interpretation of P rIV271oa SC-46 PART D - SPECIAL CONDITIONS these records and for making and maintalning the required excavation and of doing other work affected by the genlocgy of the s!te, The cost of all rock removal and other associated appurtenances, if required, shall be included in the linear foot bid price of the pipe_ D- 59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction on any block in the project, the contractor shall, an a block by black basis, prepare and dellver a notice or flyer of the pending construction to the front door of each residence or business that will he impacted by construction. The notice shad be prepared as fellows, 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 lire fulluMng information: Narne of Project, DOE No,, Scope of Project (i,e, type of construction activity), actual construction duration within 1ho block, the name of the contractor's foreman and his phone number, the narrm of the City's inspector and his phone number and the City's after-hours phone number_ A sample of the `pre -construction not IIicaticn' f1yef 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 cagy of the flyer shall be delivered to the City Inspector for his fevlow prior to being distributed. The contractor will not be allowed to begin construction an any block until the flyer is dellvered to all residents of the block. In the event it becomes necessary to temporarily shut down water Service to residents cr businesses during Construction, the contractor shalt prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as follows The notification or flyer shall be posted twenty-fmLfr (24) prior to the temporary interruption, The flyer strap be prepared on the contractor's letterhead and shall include the foltowing information: blame of Ilse project, DOE number, the date of the interruption of service. the period the interruption will take place, the name of the contractor's foreman and his phorte number and the name of the ity's inspector and his phone nun}ber. 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 prim- to being distributed. The contractor shall not be permitted to proceed with interruption of water service until the flyer has been delivered to all affected residents and bUSlnesses. Electronic verslons of the sample flyers can be obtained from the Construction office at (817) 871-83N. All work Involved witty the notification flyers shall be ccnsidere d subsidiary to the contract price and no additional mmpen!�ation shall be made, !()WIN SC-47 PART D - SPECIAL CONDITIONS D- 60 TRAFFIC BUTTONS The removal and replacement of traffic buttons is the responsibility of the contractor and shall be considered a subsidiary item. In the event that the contractor prefers for the Signals, Signs and Markings Division (Mf3) of the Transportation Publio Works Department to install the markings. the contractor shall contact SSIVID at (817) 871-8770 and shall reimburse S MD for all costs incurred, loath labor and material_ No additional compensation shall be made to the contractor for this reimbursamerrt. D- 61 SANITARY SEWER SERVICE CLEANOUTS Whenever a sanitary sewer service line is insialled or replaced, the Contractor shall install a two -wary service cleanoui as shown in the attached detail. Gleanouls are to be installed Qut of high traffic areas such as driveways, streets, sidewalks, etc_ whenever possible. When it is not poasiblo, the cleanout stack and p shall be cast iron. Payment for all work and materials necessary for the installation of the two-way ser+nary cleanout which are required to provide a complete and functional sanitary sewer cleanout shall be included in the price kid for Sanitary Sewer Service Cieanouts, V. 62 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary paverent repair immediately after trench backfili and compaction using a minimum of -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 asphall roller to provide smooth rideabiiity on the street as well as provide a smooth transition between the exisling pavement and than temporary repair_ Cost of saw cutting shall be subsidiary to the temporary pavement repair pay item. The contractor shall be responsible for paving contractor has mobilized_ The responsibility upon such mobillzation. maintaining the temporary pavement, D- 63 CONSTRUCTION STAKES rnaintaining the temporary pavement until the paving contractor shall assume maintenance No additional compensation shall be made for The Clity, 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 lino and grades for roadway and utility construction, and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever #practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of oxcavationlar stabilization stakes, and one set of stakes for curb and guHerlor paving_ It shall be the sole respo ns i bi lily of the Contractor to preserve, maintain, transfer, etr., all stakes famished until completion of the construction phase of the project for which they were furnished. If the City cr its agent determines that a suf#iciant number of stakes a 1 rarldn9s provided by the City, have been lost, ties#raped, or disturbed. I prevent the proper prosecutiorx and control of the work contracted for in the Contract Documents, it sha]I he the Contractor's responsibility, at the ontraotor's sole expense, to have such stakes replaced by an individual registered by the Texas F3oard of Professional Land Surveyor as a Registered I-ar1o4 C-48 PAIN D - SPECIAL CONDITIONS Land Surveyor- No claEims for delay due to lack of replacement of construction stales will be accepted, and time will continue to be charged in accordance with the Contract Documents. 10- 64 EASEMENTS AND PERMITS The performance of this contract requites certain temporary construction, right -of -entry agreements, and/or permits to perform work on private property. The City has attempted to obtain the temporary construction and/or right -of -entry agreements for propertles where construction activity Is necessary on City owned facilities. such as sever lines or manholes- For locations where the City was unable to obtain the easement or right -of -entry, it shall be theContractor's responsibility to obtain the agreement prlor to beginning work on subject property. This shall be subsldlary to the contract- The agreements, which the City has obtained, are available to the Contractor for review by contacting the plans desk at the Department of Engineering, Oty of Fort 1 orth- Atso. it shall be the responsibillty 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 shalt adhere to all tequire ments of Paragraph C6-6.10 of the General Contract Documents. The Contractor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these agreements, by the property owners. The easements and/or }private property shall be cleaned up after use and restores] to its original condition or better- In event addltionaf work room is required by the Contractor, it shall be the Contractor's responsibility to obtain Written permission from the property owners involved for the use of additional property required. No additional' payment will be allowed for this Item. The City has obtained the necessary documentation for railroad and/or highway permits required for construction of this protect. The Contractor shall he responsible for complying with all provisions of such permits, including obtaining the requisite insurance, and shall pair any end all costs associated with ar required by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroadlagency for ail flagmen during construction in railroadingency right-cf- way, For railroad permits, any and all costs associated with compliance with the permit(s) includ!n(; payment for flaigmen shall be subsidiary to the bid itern price for boring under the railroad. No additional payment will be allowed for this Item. D- 65 PRE -CONSTRUCTION NEIGHBORHOOD MEETING After the pre -construction conference has been held but before construction is aliawed 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 (he two weeks following the pre -construction conference but in no case will coristructlon be allowed to begin until this meeting Is hold. # -MYIILr3 = I iz-114-1 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 PART D - SPECIAL CONDMONS I&PNOa statutory requirements, as Ding the prevailing classifications and rates that shall govern op all work performed by the Contractor or any Subcontractor on the site of the project covered by these Contract Documents_ In no evert skull 1es than the following rates of wages be paid. (Attached) 13- 67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE A. It is the intent of the City of Fart Worth to comply with the requirements of the Asbestos National Emissions Standards for Hazardous lair Pollutants (NESHAP) found at 40 CFR kart 61, Subpart M. This specification will establish procedures to be used by all Excavators in the removal and disposal of asbestos cement pipe (A IR) 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. . A l? Is defused under NESHAP as a Calegary 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 ronders the ACP friable, it is regulated under the disposal requirements of 40 UR 1.150_ A NESHAP notification roust 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 fdESHAf , it can be disposed as a conventional construction waste. The Environmental Protection Ageney (EPA) defines friable as material, when dry, which may he 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 VVorth 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 A P shall be removed in such careful and pendent manner that it remains Intact and does not t�accme friable, The Fxcavator is responsible to employ these means. methods. techniques and sequences to ensure this result E, Compliance with all aspects of worker safety and health regulations including but not limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs. which are the respensiblGty of the Excavator (Copy of forms atlached) F. The removal and disposal of AP small be subsidiary to the cost of installing the new pipe unless otherwise stated or indicated on the project plans or contract documents. D-68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) PERMIT, As defined by Texas Commission on Environmental Quality (TOEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for alb construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity), The contractor is defined as an "operator' by state regulations and is required to obtain a permit. Information concerning the permit can be obtalned through the Internet at hitp;J/ ww_tnrcc_state_tx.us/permitting/water permlwuvperinlcornstruct_hunt_ Soil C-50 PART D - SPECIAL CONDITIONS stabilization and structural practices have been selected and designed in accordance Willi North Central Texas Dounpil of Governments Best Management Practices and Erosion Control Manual for Construction Activities (11311V1P Manual). This manual can be obtained through the intemet at www.dfwstormwater.com/runoff.htmi- Not all of the structural controls discussed In the 1 UIP 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 oasts. The methods of control shall result in minimum sediment retention of not less than 70%, NOTICE OF INTENT (NOij: If the project will result in a total land dlaturbance equal to or greater than 5 acres, the contractor shall sign at the pre -construction meeting a TCEQ Notice of Intent (N01) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commArnent that the contractor understands the requirements of the permit for storm water discharges from construo#ion activities and that measures wIll be taken to implement and maintain storm water pollution prevention at the site. The N01 shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include} the required $1 CIO application fee_ The NOI shall be mailed to; Texas Commission on Environmental Quality Storm Water & General Permits Tearn� M -228 P.O. Box 13087 Austin, TIC 76711-3087 copy of the NOI shall be sent to; City of Fort Worth Department of Environmental Management 5000 IdILK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATiON (OPTS; 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 o1 the permit, The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC- 22 8 P.O. Box 13087 Austin, TX 78711-3OB7 STORM WATER POLLUTI ON PREVENT ON PLAN (SWPPP)' A document consisting of an erosion control and toxlo waste management plan and a narrative defining ,site parameters and techniques to be employed to reduce the release of sediment and pullutlon from the construction site. Five of the project WPPP's ar'e available for viewing at the plans desk of the Department of Engineering, The selected Contractor shall be provGded with three codes of the SVVPPP after award of contract, along with unbounded copies of a€I Corms to be submitted to the Texas Commission on Environmental Quality. LARG E 00I4S U T QN ACTIVITY — DI STURSEo AREA E0UAL TO OR G RE TER THAN 5 ACRES: A Notice of Intent (I40I) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A &WPPP that meets all TCEQ IQ27 M -51 PAIN D - SPECIAL CONDITIONS requirements prepared by the ETiyineer shall be prepared and implemented at least 48 hours before the commencement of construction activities, The SWPPP shall be incorporated into in the contract docurnerrts. The contractor shall submit a schedule for implementation of the SVVPPP. Deviations from the plan must be submitted to the engineer for approval. The SVVPPP is not warranted to rneel all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP, Modific, #ions may he required to fully conform to the requirements of the Permit. The contractor must }seep a copy of the most current SWPPP at the construction site. Any alteta#tuns to the SVVPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approvaf A Notice of Termination (NO-D form shall be submitted within 30 days after 5nal stabilization has bean achieved on all portions of the site that is the responsibility of the permittee, of, when another permitted operator assumes control over A areas of the site that have not been finally stabilized_ fVJALL CON TRUCTI()N ACTIVITY=DI TUR6ED AREAS EQUAL TO 0R GRF-ATER TRAN ONE ACRE BUT LESS Tt €AN FIVE ACRES: Submission of a N i form is not required. Howevaf. a TCGQ Site Notice farm must be completed and pasted at the site. A ccpy of the completed Site {Notice must be sent to the City of I=ort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as describes) above, shall be implemented at least 48 hours before the commencement of construction activities. The SVVPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the con tracl documents. The control measures shall be instailed and maintained throughout the construction to assure effective and continuous water pollution GQntrol, The controls may includes, but not be limited to, silt fences, straw bale dikes, rack berms, diversion dikes, interceptor swales, sediment traps and banns, pipe slope drain, Wat protection, stabilized construction entrances. seeding, sodding, mulching, soil retention blankets, or offs r structural or non-structural storm water pollution controls. The method of control shalt result in a mi:nimurn sediment retention of 70% as defined by the NCTCOO "BMP Manual,' Devimations from the proposed control measures must be submitted to the engineer for appraval PAYiUIENT FOR SWPPP iMPLEMENTATION_ Payment shall be made per lump sum as shown on the proposal as full obrnpensatian for all items contained in the project SWPPP. FOR DISTURBED AREAS LESS THAN 1 ACRE, SPECIAL CONDITiON 0 - 40 SHALL BE APPLICABLE. D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any evert that will require corunectir}g to or the operation of art existing City water line system with the City's representative. The - Contractor may obtair4 a hydrant water meter from the Water Deparment for use during the life of named project_ In the event the Contractor requires that a water valve orr an existing lire 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 Conlractor shall not operate water line valves of existing water system. Failure to wmply wvi11 render the Contractor in violat! on of Texas Penal Code Title 7, Chapter 8.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. air 7/04 -5 PAID` D - SPECIAL CONDITIONS D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD The City reserves the a-ight to require any pre -qualified contractor who is the apparent low bidder(s) for as project to submit such additional Information as the City, in sale 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 evaluraaling and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid with]n the stipulated time frame. Based upon the ity's assessment of the sttmitted information, a recerr mBridation regarding the award of a contract will be made to the City Council. Failure to suibmit the additional Information if requested may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors VO11 be notified in writing of a recommendation to the City Council. D-71 EARLY WAMINO SYSTE:fM FOR CONSTRUCTION Time Is of the essence In the compie tion of this contract. In order to insure that the contractor is responsive whets not IfIed of unsatisfactory perforrnanCe anti/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 (exam 10% of the work completed in 30% of the stated contract time as may he amen dad by change order), thre following proactive measures will be takers' t. A letter will be mailed to the contractor by certified mail, teturn receipt requested demanding that, within 10 days from the date that the letter is recelved, it provide sufficient equipment, materials and I abor to ensure completion of the work within the contract time. In the event the contractor redelves such a letter, the contractor shall provide to the laity aan updated schedule showing how the project Will he completed within the contract time. 2. The Praject- Manager and the Directors of the Department of Engineering, Water Depadrnent, and Depa3rtment of Transport2ation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the aippropriate city council members may also be informed_ 3. Any notice that -may, in the 01ty'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 Engineerincg Department's Public Information Officer will, if necessary, then forward updated notices to the interested individua [s. 5. If the contractor fails to provide an acceptable schedule or fails to perf arm satisfactorily a second time prior to the completion of the contract, the bona`ling company will be notified appropriately. 14f2r a -5 PARS" D - SPECIAL CONDITIONS_ D-72 Alit POLLUTION WATCH LAYS The Contractor skull be required to observe #tie following guidelines relsting to working on City cons#ruction sites on days designated as'Al R POLLUTION VVATC H DAYS". Typically, the OZONE SEASON. within the Metroplex area, rums frorn May 1, through O TOBER 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 LEANS TO EARLY AFTER LOON OZONE FORMAT10N_ . The Texas Commission on Erwironmental Quality (T EO), In coordination with the National Weather Servif:e, will issue the Air Poll utjon Watch by 3 - 0 0 p.m. on the aftemeon prior to the WATCH day_ On designated Air Pollution Watch Days, the Contractor shall hear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shalt 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 ma begin work prior to 10,D0 a.M if use of motorized equipment is less than 1 hour, or if equipment is new arid certified by EPA as 'Law Emitting", or equipment burns URT-a Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as _ If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of TO a.m. - &00 p_rn., an a designated Air Pollution Watch Day, that day will be coraid eFed as a weather day and added onto the allowable weather days of a given month, R-73 FEE FOR STREET USE PERMITS AND RE -INSPECTIONS A fee for street use permits is in effect, to addition, a separate fee f6r re -Inspections for par%way construction, such as driveways. sidewalks, etc., will be rewired. TW! fees -are as follows; 1. The street permit fee is 50.00 per permit with payment flue at the time of permit application. 2. A re -inspection fee of 25.00 will be assessed when work for which airy inspection called for is incomplete. Payment is due prior to the City performing re- Ins pection _ Payment by the contractor for al street use permits and re -inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made_ f a+27ro4 -54 (To be pr tiled on Contractor's Lettenccad) Date: I}OE No; _ PRO.IECT NAME; Wate rlSa n itary Sever a i i d PavinWStoi m 1)rai11 1mprovemenIs for: MA-PSCO LOCATION: Lfa4 US OF CONST.; estimated Duration al'C000rijetiou on your Sireef days THIS IS TO INFORM VOU TIIAT UNDER A CONTRACT WITH TITS' CITY OF FORT WORTH, OUR COMPANY WILL < REPLACE WATE, R AND/OR SEWER LINE - RECONSTRUCT THE STRE, ET ON DR AROUND YOUR PRDPIIRTY. CONSTRUCTION WILL BEGIN APPROXENIATELY SEVEN DAY FROM ME DATE, OF THIS NOTICE. IF YOU HAVE QUESTIONS ,ABOUT ACCESS, SECURITY, SAFETY OR ANY OTfrER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT AT FF.LEP1'3ON . NO.> rI B Mr.. CITYINSPEcToR> All <TELEPHONE NO.> IT11R 4.30 PM OR ON VVE, EKE, ND , PLEASE CALL 7-1-770 PLEASE KEEP THIS FL .YE R HAND Y WHEN Y 0 U CALL. 10127104 PART D - SPECIAL CONDITIONS i ORT WORT DOE RO- XXXX Proms "ame: NOTICE TEMPORARY WATER SERVICE IMTERRUPTION DUE TO XITILFrY r14 pRoVFM NTS IN YOUR NEI HBORIIO0D, WA,TI& t SFRV-ECF_ WILL BE INTERRUPTED ON - BETWEEN THE HOU"' OF I AND DrYOl1 YIAVE QtMSTIONSAROUT THIS SHUT -OUT, PLEASE CAJL, YOUR MR.. AT (CONTRACTORSUPERINTENDENT) (TELEPHONE NUMBER) OR R. AT INSPECTOR) (TELEFRONE NUMBER) THIS INCONVENIENCE WILL RE AS SHoRrf AS POSS[El L E. THANK YOU. CONT7ACTOR W 27 PAIN DA -- ADDITIONAL SPECIAL CONDITIONS PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECrS WITH MULTIPLE UNITS (OMITTED) - 4 DA.2 PIPELINE REHAn LLITATION CURED -IN -PLACE PIPE (OM rMD) ........... ............. - ......... -- 4 DA-3 PIPE ENLARGEMENT SY STIEN. (OMITTED) ....................... 6--.- ............................................14 DA-4 FOLD AND FORM PIPE (OM=D). .. - - . .......... .................. .................... 4 DA-5 SLIPLYNING (OMITTED)... ...- - 11 - -1 1 11.1 1 ................................. ...... ...... .......... 4 DA-6 PIPE fNSTALLED BY OTHER THAN OPEN CUT (OMITTED) ............. ...... 4 DA-7 TYPE OF CASING PIPE(OMMED) ........ ................................................. _ ....... ....... ....................... 4 DA4 SERVICE LINE POINT PAIR / CLEANOUT REPAIR (OMTrlrED) ...... ................•...... ____ .... 4 DA-9 PROTE CTIVE NtANHOLE 00ATFNG FOR CORROSION PRO ITrTION (OMITTED) ............. 4 DA-10 MANHOLE REHABILITATION (OMITTED) .................................................................. -- -, - - --. 6 DA-11 SURFACE PREPARATION FOR MANROLE REILkBILITATION (OMITTED) ........................... 6 DA-12 INTFJUOR MANHOLE COATING - HICROSTLICATE MORTAR SYSTEM (OMITTED)......... 6 DA-13 RUTRIOR MANHOLE COATTNG - QUADEX SYSTEM (OUIT-f El>) ............................................ 6 DA-14 INTERIOR MANHOLE COATING - SPRAY WALL SYSTEM (OMFrVED) ....... i--- ....... -- ...... 6 DA-15 IN'MOOR MANHOLE COATING -RAVEN LINING SYSTEM ...................................................... 6 DA-16 FfITRIOR MANHOLE COATING. -PERMACAST SYSTTM W/ EPDXY LINER (OMMED).. 9 DAL-17 INTERIOR MANHOLE COATIN G-STRONG-S LPALSYSTEM (4)MTrMD) ...................................9 DA 48 RICED FIBERGLASS MLA DOLE LWER S (Omrmu) ..................................... ........ 9 DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION (OMITTED) ....................... 9 DA-20 PRESSURE GROIJ T ING .................. ...... --- ........ 9 DA-21 VACUUM TESnNG OF REHABILITATED MANHOLES (0M=Dj ................ ...... --- ...... --.9 DA�22 FLOERGLASS MANHOLES (ONIrMD) ........ 11 - 11 -- - - I - 11 -- - 11 11 -- -1- -- -. -, -- - - ­- , - - - -.1. - --.....,.,.L.... 9 DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES (OMTI`Mt D) .............. .10 DA-24 REPLACEMENT OF 'CONCRETE CURB AND CUTTER QUMUl"l ..................................... 10 DA-25 REPLACEMENT OF 6" CONCRETE, DRIVEWAYS (OMMED) .................................................. 10 DA-26 REPLACEMENT OF H.M.A.C. PAVEM JZNT AND BASE (OXITTRI)). - - - - - -.......................... 10 DA-27 GRADED CRUSIR ED YONES ((lMITTED) ........................................................... ....... — . . ............ - 10 DA-28 VVEDGE MILLING 2" TO 0' - DEPTH 50 WME (OMITTED)........... - - ......................................... 10 DA-29 RUTT JOINTS - MILLED (OMTMD) .................................... .............................. -1-1-1--....' ........... 10 DA-30 2" H.M.A.C. SURFACE COURSE (TYPE " D" MIX) (OMITTED) ........................ .......................... 10 DA31 REPLACEMENT OF 7 " CONCRETE VALLEY GUTTIRR (OXrffED) - - - -- -- . .......... - ........... 10 DA-32 NEW 71' CONCRETE VALLEY GUTTER(OMITMD) .......................................... ........ if) DA-33 NEW 4"STANDARD WHEELCHAIR RAMP tOM ITTED). ............................. 10 DA-34 8" PAV VI MENT PULVERIZATION (OMITTED).- .................... ....... ......................... ........ 10 DA,35 REEWORCED CONCRE TP. PA V EM-E NT OR BASE (UTILITY CUT) (OMITTED)-.-.----. 10 RAISED PAVEMENT MARKERS (OMrffE D) ................ -- ........... - ........... . . ....... 10 DA-37 POTENTULLY PETROLEUM CONTAMINATED MATERIAL Rk"LING ................. - ....... lo DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMMAT&D SOIL ........................ 14 DA-39 ROCK RJPRA13- GROUT - FILTER FABRIC (ONITTED). ............... --- ........... ....... . ........... 14 IDA-41) CONCRETE Rnq-(AP (OYUT-rED) ............ ................ ............. T4 DA-41 CONCRETE CYLINDER PIPE AND FITTINGS ................................................................................ 14 DA-42 CONCRETE PIPE FITTINGS AND SPECLkLS -------------------------------- - ......... ---- ............................. 15 DA-43 UNCLASSIFIED STREET EXCAVATION (OMITTED) ................. ....................... ------- - .... - is 'DA-" 6- PERFORATIM PIPE SUBDRAIN (OMITTED)............................................................................. 15 DA-45 REPLACEMENT OF 4" CONCRETE 5 IDEW A LKs (ommirM ................................................... 15 DA46 RE COXMENDED SEQUENCE OF CONSTRUCTION (014MTZD..-....,-.-- ................. ......... -15 -DA-47 PAVEMENT REPAIR IN PARKING ARFA (OMITT Wl)- -- - -- - L ... ........ .............. ............ 15 DA-48 EASEMENTS AND PERMITS (OMITTED) ............................................................... 15 DA-49 HIGHWAY REQUIFEMENTS (OAUrrED) ....... ..................... - .................. is DA-50 CONCRETE EIVCASEMEKT (OMTrTED) ........... ...... .......... ............ 15 DA-51 CONNECTION TO EXJ STING STRUCTURES ........ .............................................. 15 DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION (OMITMD). .. ......................... 15 DA-53 OPEN PME LINE MTALLATIONS (OMJLTTKD) .............. -- ......................................... - ........ _- 15 DA-54 WATERSAMPLE STRrION (OM ITTE 13) ........................ .................. ....... 16 11102A?o; ASC-1 PART DA - ADDITIONAL SPECIAL CONDITIONS 13A-55 CURB ON CONCMEIM PAVEMENT .......................................... . ...................... 16 DA�56 SHOP DRAWINGS ..................... ........ ......................... ............ .............. ................ ............................. 16 DA-97 COST BREMCDOWN (olvirrmD) ... I ......... ................ [6 DA-58 STA KDARD STRE FSTS PECIFICATIONS RM-kC OVERLAY (OMITTE 13) ---- ............. I f) DA-59 ILNLA.C. MORE TlLkN 9 INCHES DEEP (OMTMD) ..................................................................... lb DA-60 ASPHALT DRIVEWAY REPAIR (ONMFED) ................................. ............... ................................ 16 DA-61 TOP SOIL (OMITTED).. . .............................. .......................... ........................................................ --- 17 DA-62 WATER METER AND MCT%lk BOX RELOCALTION A" ADJUSTN"T 17 DA-63 DID QUANTITIES _--- ...... ---- ........... ........ I .......... ........ ................. ........... ................. -... 17 DA44 WORK IN EUGHWAY RIGHT OF WAY ............ . .. . ... . .............. --.. 17 DA-65 CRM E D LIMESTONE (FLEXBASH) - (OMITrED), ........ ---- ............ -- ... - ... .... ........ . 17 DA-66 OPTION TO RENEW (OWrTT%lD) ------------------------------------------------------------------------------------------------------- 17 DA-67 N014-EXC-LUSWE CONTRACT (OMTrrKD). ---- ............. -- ---------------------- - ------ - ------ — ----------------- 17 DA-68 CONCRETE VALLEY GUTTER (OMITTED) ..... -- ........................................ ...... ---- .......... ...... 17 DA-69 TRA"IC BUTTONS (0MrrI'RD) . ..... ................ ......-- . ......... DA-70 PAVEMKW STRIPING(OMTrtYD) ........................... ........... ........ -- ....... --... 17 PA-71 ff.MA.C- TMING PROCEDUR Mi (OMITTKD). ...... 17 DA-72 SPECIFICATION REFERENCES ................................ ............................................................ ............ 17 DA-73 "LOCATION OF SPRINKLM SYSTEM BACK-nDW PREVTMER"ATROL 'VALVE AND uox (omrrm)...-. ...... . ............. .... ......... .. .......... .......... 17 DA-74 RESMEENT-SEATFU GATE VALVES (OMrrM) ................................................. ........................ f7 DA-75 EMERGENCY SITUA110N, JOB MOVE -IN (0MITTKD)...................... 17 DA-76 I VV & 2" COPPER SERVICES ..................................... -'4t ...... --- ......................... ......... 17 DA-77 SCOPE OF WORK (VTIL. C UT) (OMITIMD). ........... -.- ................ IN DA-78 CONTRACTOR'S RESPONRUrLTY (UTUL CUT) (omnym) ..................................................... ta DA-79 MNTRACT TIME (UTUL CU-1) (OMITTED) ..... -- .......... ........... ............. I it DA-80 REQUIRED CREW PERSONNEL & KQUIPMI�,NFr (VITL. CM 18 DA-91 TLRE ALLOWED FOR UTILITY CUTS (UTIL C-M (OMITTED).,... 19 IDA-82 LIQUIDATED DAAIAG ES (UTIIz CVr) (GAM -m by ------ is DA-83 PAVING REPAIR. EDGES (UTH, CUT) (OMTIMM) .................. ............................... ................... -18 IDA-84 'fRRNCII RACKFIIL (UTEL CUT) (ONTrMD) -- - - - - - • ------------------------ ......................................... is IDA-85 CLEAN-V-P (UTIL, CUT) (QMlTTEV).-.--- .................... -- .................................. -- .................... is DA-86 PROPERTY ACCESS (UTM CUT) (OMff=) ........................ ......... ........ — is DA-87 SUBMISSION OF BIDS (UTIL CUT) (ONffTln) ....... .......................... ......................................... la DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL CU-n (OAUTTED) .......................................... -.. 18-. DA-89 CONCRETE RASE REPAIR FOR UNIT U & UNIT W (VJTU- CUT) (OMMED) ........ ........... - A DA-90 2" TO 9" ILM.A.0 FAVEMEM (UTFL. CUT) (OMITTED) ............................................................. I a DA41 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UM CU-f) (OMMKD), -- I H DA-92 mAvaEmricE aoND (uTn.,,. cm) (omn-mD) ............................................................................ 18 DA-113 BRICK PAVEMENT (U TIL. CUT) (OM-11TRD)..... . ....... ....... ........................ - ................. ........ - is DA-94 LJMT, S TARILMED SURGRADE (UTIL. CU-D (ON"TTED) ........................................ , ................. 19 DA-95 CENIRNT STABILTZM SURGRADE (UTIL. CUT) (OMTrrED) ..................................................... 19 DA-% REPAUR OF STORM DRAM STRUCTURES (UTIL. CUT) (Omrrm) ...................................... 19 DA-97 "QUICK -SET" CONCRETE (TTTIL CUT) (OMrrMD),....... ............ ........... .......... ........... 19 DA-" VTOX" ADJUSTN"T (UTM Cm ........ .......... ---. 19 DA-" STANDARD CONCRETE MDEWALK AND WnELCHAJR RAMPS (UTM CM (OMMED) 19 DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR j U-nL. CUT) (OAln-MD) ....... - -- - - . - - -.. . 19 DA-101 CONMTE CURD AND GVTTrER (ML. CkTn (ONWrFED)---- ........................................... 19 DA-102 PAYMENT (LTYIl- CUT) (0YEM7rED) ........................................ ........ - --------------------- ] 9 DA-103 DEROLES (MISC FJff.) (OAUTIMD)- ......................................................................................... - 19 DA-104 CONMUCTION LJMTATIONS (MSC. EXT.) (OMITTED)................................................... 19 DA-10 PRESSURE CLRANING AND TESTING (MISC- F-XT,) (ommim), - -', - .................... - 19 DA-106 RFD QVANTMES (MISC. EXT.) (ONFn-91)) ...... ........................................................................ 19 1 V020W ASC-2 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-107 LEFE OF CONTRACT (MSC. EXT.) (OMITTED). .......... . , . - h, '14d"" - 19 IDA-JOB PLOWAnLF. FILL (M[,%r— EXT.) (OMITTRID) .............. _.­.­­.._' ... d ........ I . ........ _­­­ ......... 19 DA-109 BRICK 'PAVE MEENT REPAIR (MISC. REPL.) (OWITED). ... . ........... __ .... ....... _ ...... _._ 19 13A-110 DETURNMATION AND INITIATION 01F WORK (MISC. REPLY.) (ON[ITTED) ..................... 19 DA-111 WORK ORDER COWLETION TUAE (WSC. REPL.) {OMITTED) ......................................... 19 DA-1 12 MOVE IN CHARGES (MM. REPL.) (OM.n-UD) ............................................. d ...................... _ 19 DA-113 PROJECT SIGNS (MISC. REPL.) (OWHWED) ........ ...... ......... .................... 19 DA-1 14 UQUIDATED DAMAGES (101SC. REPF,,) (owrum)..... ...................... 19 DA-115 TRENCH SAFXTY SYSTEM DESIGN (MISC. REPL.) (OMITMD) -1.1 ...... 19 DA-116 F1 E LID OFFICE (0 "ITTED) - -, - - . ......... .............. ............................................. ...... 19 DA-117 TRA M�C CONTROL PLAN (01MTTED). ........ ---------------•............ __ ..................... _ ..................... 19 DA-J 18 COORDJENATION OF WORK WITH CONTRACTOR FOR OTHER UNITS (OMITTED)__ 20 DA-119 RED ALTERNATIVES ........ _ ............ __ ........ ...... ____ ...... -d. 20 DA-174 SEQUENCE OF C0Ns-TRVCTl0N..__ ................................... ....................................................... 20 f 1102AX ASC-3 PART D - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OIr CONTRACT FOR PROJECTS WITH MULTIPLE UNITS (OMITTED]) DA-2 PIPELINE REHABILITATION CURED -IN -PLACE PIPE (OMITTED) DA-3 PIPE ENLARGEMENT SYSTEM (OMITTED) DA-A FOLD AND FORM PIPE (OMITTED) DA-S SLIPLINING (OMITTED) DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT (OMITTED) DA-7 TYPE OF CASING PIPE (OMITTED) D -8 SERVICE LINE POINT REPAIR f CLEANOUT REPAIR (OMITTED) DA4-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION A, GENERAL, 1. Scope- This section governs all worm. materials and testing required for the application of interior protective coating. Structures designated to received interior coating are listed on the construction drawings. The structures are to be coated, including interior wall, top and bench surfaces. Protective coating for corrosion protection shall meet the requirements of this Specification (and Items DA-14 and DA-15) and the Manuta ct urers rewmmend aft ns and specifications. . Description}: The Contractor shall be responsible for the furnishing of all labor, supervision, materials. equipment, and testing required for the completion of protective coating of structures in accordance with manufacturer's recommendations_ , Manufacturer's Recommendations: Mate via is and procedures utilized for the iinIng process shall be in strict accordance with manufacturers recorn mendations, 4_ Corrosion Protection. Corrosion protection may to required on all structures where high turbulence or high H2S content is expected. R, MATERIALS: Scope: This section govems the materials required for completion of protective coating of designated structures. Z. Protective Coating_ The protective coating shall he a proprietary two component. 10D percent solids, rigid polyurethane system designated as Spray Wall as manufactured by 8 prayroq. Inc. or a two-part epoxy resin system using 100 solids based epoxy binder with fibrous and flake fullers, is manufactured by Raven Lining systerns and designated as Raven 405. iro o¢ ASC,4 PAIN D - ADDITIONAL SPECIAL CONDITIONS 3- Specialty Cement (If required for leveling or filiing); The specialty cement -based coating material shall be either Quadex QM -Is as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4, Material Identification: The protective coating material sprayed onto the sufiace of the structure shall be a urethane or epoxy resin system formulated for the application to a sanitary sewer environmeni. The spray system shall exhibit the minimum physical properties as follows: Property Standard Long Term Value Tensile Strength ATM D-638 5,000 psi Flexural Stress ATM D-790 10,000 psi Flexural ModLIUS ATM D-794 550,000 psi 5- Mixing and Handling: Mixing and Handling of specialty cement material and protective coating rnateriat, which may to toxic antler certain conditions small be in accordance wlth the recommeRdatilons of the manufactorer and in such a manner as to minimize hazard to personnel. If is the responsibility of the Contractor to provide appropriate protective rneasures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equlpmeni shall be subject to the approval of the Engineer. Only personnel thoroughly iarnlllar with the handIiing of the coating material shalI perform the spray coating operations and coating Installations- C_ EXECUTION: General; Protective coating shall not be Installed until the structure is complete and in place. - Preliminary Repairs: a, All €bream r6bterials shall be removed from the interior of the structure using high prapgjjM yvater spray (3500 psi to 4000 psi at spray tip). b- All unsealed lifting hales, unsealed step holes, and voids larger than approximately one-half (112) inch in thlakfiess shnll be filhad with patching compound as recommended by the irate rlaI supplier for This application - c, After all repairs have bearx completed, remove all loose material. Protective Coating: a. The protective coating shall be applie'd to the structure from the bottom of the frame to the Bench, clown to the top of the trough. The tap of the structure shall also be coated, b. The protective coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. r roe -5 PART DA - ADDITIONAL SPECIAL CONDITIONS 1) The surface shall be thoroughly cleared of all foreign materials and matter, 2) Place covers over the Invert to prevent extraneous material from entering the sewers, ) If required for filling or leveling, apply specialty cernent product to provide a smooth surface for the coasting material_ 4) Spray the urethane or epoxy onto the structure walE and bench/trough to a minimum uniform thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. After the walls are crated, the wooden bench covers shall be removed_ 5) The final application shall have a minimum of three (3) hours cuM time or be set hard to the touch, before being subjected to active f €o. 6) No applications shall be made to frozen surfaces or if freezing Is expected to occur inside the structure within 24 hours after application, 4. Testing of Rehabllitated [Manholes: Testing of rehabilitated manholes for watertightness shall he performed by the Contractor after operations are complete in accordance with the Section D-36 - VACUUM TESTING OF ASVI(TARY SEWER MANHOLES. D, MEASUREMENT AND PAYMENT: Payment shall be based on the Contract Unit Price Bid per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit price shall be payment in full for performing the work and For furnishing all labor, supervision, materials, equipment and material testing required to complete the work. Pressure grouting, if necessary to stop active Infiltration prior to application of the protective coat€ngr shall be included in (lie above unit price. Grouting of the pipe seals, bench and trough. and lower potion of a particular strticture, kf required by the [engineer, shall be paid for separately, as specified in Section DA-10, MAN HOLE REHABILITATION. DAAG MANHOLE REHABILITATION (OMITTED) DA-1 1 SURFACE PRE=PARATION FOR MANHOIL E REHABILITATION {OMITTED} D -12 1NTER1OR MANHOLE COATING - M IC R GS IL[CA►TE MORTAR S YSTEM (OMITTED) DAl-13 INTERilOR MANHOLE COATING - QUADE X SYSTEM (0MITTED) DA44 INTERiOR MANHOLE COATING - SPRAY WALL SYSTEM (OMITTED) IAA-15 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM 1l ?Jo4 ASC- PART DA - ADDITIONAL SPECIAL CONDITIONS A. GENERAL Scope This section governs all work, materials and testing required for the application of interior manhole coating_ Manholes designated for interior coating are listed of the Manhole Reh2bilitation Schedule, listed in Section 1. Interior manhole coating shall meet the regUirements of this Section, or -of Section DA-1 2, DA-13, DA-14, DA-16 or DA-17. 2, Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing requited for the completion of interior coating of manholes in accordance with the Contract Documents. . Manufacturer's Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be ill accwrdance with rnanufacturees recornrnendatlons. 4. Manholes Manholes to be coated are of brink, block, or concrete oonstruclion_ All manholes shall have a minimum of one-half (112) specialty cement -based coating material (Quadex QM-1s or Refiner RASP) sprayed or trowelled on coat ng over the original interior surface. $. MATERIAL Scope This section governs the materials required for completion of loterlor coating of manholes, 2. Interior Coating Raven Ultra High -Build epoxy Coating, a two-part epoxy resin system using 1DO°ln solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systerns and designated as Raven 405. 3, Specially Cement The speQalty cement -based coating material shall be either Quadex QM -Is as manufactured by Quade , Inc, or I eliner MSP as manufactured by Standard Cement Materials. 4_ MatwrialIdentirication Contractors will completely identify the types of grout, mortar, sealant. anWor root control chemicals proposed and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical propartles, ease of f1102ro4 AS-7 PART D - ADDITIONAL SPECIAL CONDITIONS 5_ application, and expected performance. These grouting materials shall be compatible With Raven 405 interior coating, The contra for shali to responsible for getting approval from Maven Lining systems andJor the grout manufacturers for the use of these grouting materials. Mixing and Handling Fixing and handling of interior coating, which may be tonic under certain conditions skull 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 tlrnes and are not available to unsutharized personnel or animals_ All equipment small be subject to the approval of the Engineer. Coating shall be performed only by cartiFied applicators approved by the manufacturers. I . General Manhole costing shall not be performed until sealing of manhole from frame and grade adjustments, partial manhole replacement, manhole grouting or sewer replacement/repairs are complete. 2. Temperatures Normal interior coating operation shall be performed at tempera#tires of 44°F or greater_ No application shall be made when freezing is expected within 24 hours_ 5. tnterior Manhole Coating a. Manholes scheduled for interior coasting are shown on the Manhole Rehabilitation Schedule_ Thte interior coating shall be applied to the manhole from the bodom of the irtanhole frame to the benchgmugh, including the benchArough b. The interilor coating shall be installed ire accordance with the manufacturer's recommendations and the fallowing procedure, 1) The surface preparation shall comply with the requirements of Section [)A-11, SUR PAC E PRE PARAT10N FOR MAN F10LE RESTORATION. ) Apply a minimurn of one-half (112) inch specialty wanent-based product (Quadex OM -is or Reliner MSP) smooth surface for the urethane coating material. 3) The surface prior to application may be darnp but shall not have noticeable free +ester droplets seeping or running water. Material shall be spray applied per manufacturees recommendations with a minkmum thickness of 125 mils (0.125 inch). MOM -A�, PAIN DA - ADDITIONAL SPECIAL CONDITIONS 4) lifter the walls are coated. the wooden bench covers shall be removed and the beach sprayed to the same average and minimum thickness as required for the walls. ) The final application shah have a rninimum of three {3) hours cure time or be set hard to the touch, before being subjeoted to active flow. 6} No appllcations shall be made to frozen surfaces or if freezing is expected to occur in side the manhole within 24 hours after application. 4. Testing of Rehabilitated Manholes a. After the epoxy liner has set (hard to touch), all vlslble pinholes shall be repaired_ Repairs shall lee made by lightly aiding the surface and brushing the lining material over the area_ All blisters and evidence of uneven oover shall be repaired according to the manufacturer's recommendations_ Spot check of coating thickness may be Made by Owners Representative, and the contractor shall repair these areas as required, at no additional cost to the Owner, b. Testing of rehabilitated manholes for watertightness shall be performed by the Contmoor after operations are complete in accoi)dance with Section DA- 1 -- VACUUM TESTING OF REYHABILITATED MAN HOLES. D_ MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottpm of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor. supervision. materials, equipment all testing necessary to complete the work. Payment for grouting of pipe seals, beach ar�d trough and manhole walls shall be based on the Contract Unit Price for each manhole actually grouted_ DA-16 INTERIOR MANHOLECOATING: PERMAGAST SYSTEM f EPDXY LINER (OMITTED) DA-17 1NTERIOR MA N HOL E COATI N G �STRO NG -S E A L-S YSTE M (OMITTED) DAti-18 RIGID FIBERGLASS MANHOLE LINERS (OMITTED) DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION (OWTTED) DA-20 PRESSURE GROUTING (OMITTED) DA-21 VACUUM TESTING OF REHABILITATED MANHOLES (OMITTED) DA-22 FIBERGLASS MANHOLES {OMITTED) I 1102AN ASC-9 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES (OMITTED) DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER (OMITTED) DA-25 REPLACEMENT OF 6" C ONCRETE ORIVEWAY (0MMED) DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE (OMITTED) DA-27 GRADED CRUSHED STONES (OMITTED) DA-28 WEDGE MILLING Z" TO 0" DEPTH 5.8' WIDE (OMITTED) DA-29 BUTT JOINT — MILLED (OMITTED) DA-30 Z" H.M.A.D. SURFACE COURSE (TYPE "B" MIX) (OMITTED) DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER (OMITTED) DA-32 NEW 7" CONCRETE VALLEY GUTTER (OMITTED) DA-33 NEW 4'4 STANDARD WHEELCHAIR RAMP {OMITTED} IAA-34 $" PAVEMENT PULVERIZATION (OMITTED) DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) (OMITTED) DA-36 RAISED PAVEMENT MARKERS (OMITTED) DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING A, GENERAL: Where known by the design engineer, the locations of potentially petroleum contaminated material (soil) that may be encountered during excavation andfor construction actIvities wall be shown on the plans. For all locations when matedai is excavated and suspected of being contaminated with petroleum products. whether known or notL these special conditions are to be followed. The contractor is also to follow all applicable Federal- State and Local regulations when handling known or sus ct contaminated materials (soils). 1, WORK INCLUDED a_ Excavation, stockpiling acid testing of Potentially Petroleum Cc nta rni nated Material. b. Removal, testing, and disposal of petroleum contaminated groundwater, c. Obtaining and paying for required permits. d_ Hiring of qualifnd environmental professional cormiltant(a), Contractor will be required to submit the environmental consultant's experience and qualifications to f 1102104 ASC-10 PART DA - ADDITIONAL SPECIAL CONDITIONS the City prior to beginning work in areas of Potentially Petroleum Contaminated Material_ e. Hiring of qualified envimirim ental sampling professionalis that Will collect acid submit samples to the applicable City of Fork Worth testing laboratory_ The City of Fort orth's Department of Environmental Management for coordination of laboratory telling. 2_ REFERENCES a, Alt applicable OS14A regulatory requirements. b. All applicable Environmental Protection Agency (EPA) regulatory requirements. c_ AU applicable State of Texas regulatory requirements. d. Al applicable City of Fort Worth (C Ity) regulatory requirements. e, All applicable NIOSH standards, f. AllI applicable. TNRCC requirements. 3. SUBMITTALS a. The contractor shall prepare and submit to the iiy's Department of Environmental Management, Senior Specialist in Compliance, plans for haridlinj Poteritiaily Petfoteom Contaminated Material (PPCM) not less than 30 days prior to commencing excavation. b_ The Contractor shall take necessary precautions while performing this project. tlontfactor shall not commence PPCM work (1) Contractor's submittal for dealing with PPGM is reviewed by the CFty and () the plar}s (i.e., dra v4ng and desc6ption) for discharging any treated Ikquid into the storm sewer or sanitary sewer are reviewed by the City (3) and acceptable stockpile area Is identified by the Contractor. c. Contractor skull stibmit the name of his proposed qualified envkronmental professional corisuttant(s) and proposed PPCM Handling Plea to the City. The PPCM Handlkng 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 Mat may be required for PPCM handling or contaminated materials disposail. The above data must be compiled and arranged In a format that is acceptable to the Texas Natural Resource Conservation Commission (T R). d. Contractor shall submit actual lirriits of PPCM excavation, as prepared by his qualified environmental consultant(s) and testing lab. e. Contractor shall submit for review the proposed car6er pipe material to be used with the actual limits of PPCM excavation, including pipe gasket and carrier pipe coating or liner. B. PRODUCT - r +la2fr A-1 1 PART DA - ADDITIONAL SPECIAL CONDITION 1. PIPE GASKET MATERIAL. Materials used withirt the actual limits of PPCM exnvation, including pipe gaskets, shall be resistant to petroleum hydrocarbon detetioration. C. EXECUTION'. 1 _ POT E4NTIAILLY PETROLEUM CONTAMIMATED AREAS a, Areas suspected of having petroleum contaminated material (soils) are shown in on the engineering draings, 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 Werth and the Er�yineer should be notified Immediately+ and the work should proceed in accordariw with this section. 2. SCREENING POTENTIALLY PETROLEUM CONTAMINATED AREA 3. Care should be taken during all excavation and dewatering activities to identify areas potentially contaminated by petroleum. b. When a p'etroteurn 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 ion" ion detector (PID) or a flame ionization detector (FID). A reading of 20 ppm above arnNent conditivns or greater on PID or FID tested sail sample will be considered potentially petroleum contarnineted, 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 tefion gasket lined lid_ The City of Fort Worth Department of Environmental Management will be notified prior to all sample collection and submittal to the current testing laboratory identified by the City, The PID or FID tests should be performed in a confined location_ Sails producing a reading of less than 20 ppm above ambient will not be considered potentially petroleum cantarninated. The PID or FID shall be calibrated according to manufactures instfuctions_ d. Water encountered during excavation or devwatering steal[ be considered to be potentially contaminated if there is a visible sheers, 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 TNRC whenever contaminated water is encountered. a. The Contractor shall contact the City whenever cont6mindtfon from any source is suspected, 3. HANDLING POTENTIALLY PETROLEUM CONTAMINATED SOIL (PPCS) 11102104AS -1 PART DA - ADDITIONAL L PE IAA CONDITIONS 1 U02104 a. Contractor shall coordinate with the City to determine a suitable location for the st%kpiling of contaminated loll_ The following procedure shall be followed in preparing the chosen site, 9. Provide a diked enclosure large enough to hold all material and prevent runoff. . The diked area shall be lined with 0-30 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 piestic. During the day, the Contractor shall beep 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 Iaboratory services) lb. PPOS shall be handled, tested, observing all standard chain -of -custody prowdures and sampling preservation and analyses shall conform to published and recognized standards, c. The stockpiled PPCS shall be sampled and tested every 50 cubic yards for Total Petroleum Hydrocarbons (TPH) (T 1005) and Benzene, Toulene. Ethylbenzene and Xylene (BTEX) (EFTA 8020). All test results will be forwarded to the City of Fort Worth Department of Environmental Management. d, Contaminated soil identified by test results Wall be disposed of according to DA-36. Loading, Transportation, and Disposal of C ontarrninated Soll, e_ It is the intent of the City of Fort Worth that uncontaminated soils be ulilixed as baickfill material, if the soils also meet the Type C or B backfNll classifications, 4. HANDLING POTENTIALLY PETROLEUM CONTAMINATED WATER (PPG ) a. Water pumped from the excavation or from dewatering activities that has an ally sheen, a hydrocarbon odor, or is otherwise suspect, shall be considered potentially petroleum contaminated- b. PPOW shall be handled, tested, and discharged in accordance with the TNR 's appropriate state regulation. PPCVV shall be tested no later than 15 days prior to extraction. PPCW shall. If necessary, be treated in an appropriately sized oilfwater separator, air stripper or GAG canisters_ Contractor shall have his testing laboratory determine that the oNvater separator Veated discharge is within the limits established by the TNR 's regulations before being allowed to discharge (discharge to sarritaty sewer). Contractor shall be responsible for furnishing the effluent test reports to the Clty_ c_ Alternatively, the Contractor may dispose of contarnInatod water, after appropriate pretreatment, into the sanitary sewer collection system. It shall be the responsibility of the Contractor to obtain the necessary pennit(s) and to perform all testing required by the City of Fork Worth Pretreatment ServIces Division, C-1 3 PART DA - ADDITIONAL SPECIAL CONDITION d. All treated water shall be discharged into a Contractor supplied Prac Tank, soap€ed, and analyzed before discharge into the sewer system, e. The product that 19 recovered shall be disposed of in accordance with all applicable regulations. Any phase separate product recovered from the oill ater saparator 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 responslbte for proper manifesting of the material from the site to the waste disposal facility. Completed Manifests shah be returned to the City Department of Environmental Management within 90 days of shipment, 5. RANDLING VAPOR CONCENTRATIONS a. In order to mainlain safe working conditions, the vapor commntratioris should not exceed 20 percent of the Lower Explosive Limit (LEL�. During construction, measures shoUld be taker~ to maintain LEl` levels below 20 percent in all working areas, b. To monitor vapor levels and oxygen levels a combustible gays indicator ( I) with a LEU02 meter should continuously operate in the working area, The C I should be {properly calibrated and should have an alami that sounds if 20 percent LEL is reached. Monitoring data from the OCI should be recorded periodically to determiner 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, PP W and Vapor Concentrations, obtaining and laying for any permits required, hiring the services of a qualified }professional environmental ronwitant(s), envimnrnental issues, stockpiling and ali issues included and incidental to th€s section will be full compensation for all €abor, 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 W11 be made for handling of contarninated water, vapor concentrations, sampling. stockpiling, etc. DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL (OMITTED) DA-39 FLOCK RIPRAP - GROUT - FILTER FABRIC (OMITTED) DA-40 CONCRETE RIPRAP (OMITTED) DA-41 CONCRETE CYLINDER PIPE AND FITTINGS Concrete cylinder plpi� on this project shall be Class 150 A,W.W. _ -303 pretensioned concrete cylinder pipe or Class 150 A VVWA4 C-301 prestressed concrete cylinder pipe as specltied on the plans and manufactured in accordance with Material Standard E1-4 contained In the GeneraI Contract documents. Payment for work such as backfkll, bedding, blocking, excavahcn and all 4I/GZA4W A C-14 *a- ■+ i. � f ADDITIONAL SPECIAL CONDITIONS other associated appurtenances; required, shall be included in the Linear Foot price of the pipe and Itimp sum for the pipe fittings in the appropriate SIR ITEM( ). DA-42 CONCRETE PIPE FITTINGS AND SPECIIALS Biddersshall submit the fallowing for C-303 pre -tensioned concrete cylinder pipe to be installed on this project_ 1. A complete list of NJngs and specials upon which the lump sum is bid. 2, Provide a unit price indicating the cost for furnishing and instolling each of the various iterns of fittings and specials. The lump sum as bid In the Proposal shall be payment in fail for all fittings and specials necessary for the construction of the project as designed. Payment for the installation of the pipe fittings, sperlals, and randorn lengths shall be included. Should the Engineer approve any changes, to the fittings, specials or random pipe lengths listed as justifying the ainount bid in the Proposal, the price submitted with the Proposal shall be used to determine the increase or decrease in the value of the lump surn of the Proposal, and the Contractor shall be paid on the basis of this adjusted value under that bld item. DA-43 UNCLASSIFIED STREET EXCAVATION (OMITTED) DA-44 6 " PERFORATED PIPE SUBDRAIN (OMITTED) DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS (OMITTED) DA-46 RECOMMENDED SEQUENCE OF C014 TRUCTION (OMITTED DA-47 PAVEMENT REPAIR IN PARKING AREA (QIYIMED) IAA- 8 EASEMENTS AND PERMIT (OMITTED) DA49 HIGHWAY REQUIREMENTS (OMITTED) DA- 0 CONCRETE ENCASEMENT (OMITTED) DA -51 CONNECTION TO EXISTING STRUCTURES All connections between proposed and existing facilities. shall consist of a watertight seal. Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements of Section E1-20 and E2- 0 of the General Cantract Dvcuml,-nts. Prior to concrete plac merrt, a gasket, RAM- Nek or approved equal !3halI be installed around penetrating pipe. Payment for such work as connecting to existing facilities including all labor, toots, equipment, and material necessary to complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM- DA-52 TURBO JMJETER WITH VAULT AND BY PJASS INSTALLATION (0MITI'ED) DA-53 OPEN FIRE LINE INSTALLATIONS (OMITTED) 7 frc2f04 A -15 PART Del - ADDITIONAL SPECIAL CONDITIONS DA-54 WATER SAMPLE STATION (I MIMED) DA-55 CURB ON CONCRETE PAVEMENT (OMITTED) DA-56 SHOP DRAWINGS 1. Subrnit seven (7) copies of shop drawings, layouts, ma nufacturees data and material schedules as may be required by the Engi near for Iris review, Stit)mMal s may be checked by and stamped with the approval of the Contractor and Identified as the Engineer may require. Such review by the Engineer shaII Include checking for general conformance with the design concept of the project and general rnpliance with information given in the General Contract Documents. Indicated actions by the Engineer, which may result from his review, shall not constitute ooncurrenue 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 respon.5ibillty For errors or omissions in the submitted data. Processed shop dravaring submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate (hat the Contractor undemtands 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. It deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discrovered, 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 technigrres of constriction, coordination of his work with that of other trades and satisfactory performance his work, The Contractor shall cheer and verify all measurements and review submittals prior to being submitted, and sign or Initial a statement included vMh the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application. Any devWion 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. . Shop drawings shall be submitted for the toIlowing items prior to installation: List the fequired submittals here Additional shop drawing requirements are described In some of the material specifications 3, Address for Submittals - The submittaia shall be addressed to the Project Manager. City of Fort VVMh 1000 Throck marton Fort Worth, TX 76102 DA-57 COST BREAKDOWN (OMITTED) DA-68 STANDARD 7TRE5T SPECIFICATIONS H.M.A.D. OVERLAY (OMITTED) DA 9 H.M.A.C. MORF THAN 9 INCHES DEEP (OMITTED) DA-60 ASPHALT DRiVEWAY REPAIR (OMITTED) I WOZ'04 Ak -1 PART DA -- ADDITIONAL SPECIAL CONDITIONS DA-61 TOP SOIL (OMITTED) DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT (OMITTED) DA-63 BID QUANTITIES Big} 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 and prices regardless of the final measured quantities. To the extent that C 4-4-3 conflicts with this Provision, this provision controls. No ctaim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. IIA-64 WORK IN HIGHWAY RIGHT OF WAY (OMITTED) DA-65 CRUSHED LIMESTONE {FLEX -BASE} — {OMITTED} DAw66 OPTION TO RENEW (OMITTED) IAA-67 NON-EXCLUSIVE CONTRACT (OMITTED) DA�68 CONCRETE VALLEY GUTTER (OMITTED) DA-69 TRAFFIC BUTTONS (OMITTED) DA-70 PAVEMENT STRIPING JOMITTED) DA-71 H.M.A. . TESTING PROCEDURES (OMITTED) DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particular ATM, AWWA, ANSI or other specification, it shall be understood that the latest revision of such specification, prior to the date of these generat specifications or revisions thereof, shall aPplY- DA-73 RELOCATION OF SPRINKLER SYSTEM BACK -FLOW PREVENTERICONTROL VALVE AND BOX (OMITTED) DA-74 RESILIENT -SEATED GATE VALVES (OMITTED) DA46 EMERGENCY SITUATION, JOB MOVE -IN (OMITTED) DA-76 1 '!3" & 2 " COPPER SERVICES The following is an addendum to EI-17, Copper Water Service Lines and Copper Alloy Couplings- 111cr.4 A-17 PART DA - ADDITIONAL SPECIAL CONDITIONS All F+itJngs used for 1 ' ;,° and " water services lanes shall be compression fittings of the type produced with an Internal "gripper ring° as manufactured by the Ford Meter Box Co., Inc., Muelter Company, or approved equal. Approved equal products shall submit shop drawings and manufacturei-'s catalog Information for approval, ogtiacGtar shall mace all cuts to the copper tubing with a copper tubing cutter tool speciffcully designed for this purpose in order to provides a clean, square cut. The use of hacksaws or any other type of cutter wilI not be allowed. Prior to Installing the compressfori fittings. the copper tubing will be made round by the use of a "rounding tube' specifical#y ma de for that purpose. Payment fur all work and materials associated with t 'A " and 2' copper services shall be included in the price of the appropriate bid item. IAA-77 SCOPE OF WORD (UTIL. CUT) (OMITTED) DA-78 CONTRACTOR'S RESPONS1BIL-FY (UTIL., UT) (OMITTED) DA-79 CONTRACT TIME (UTIL. CUT) (OMITTED) DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL, CUT) (OMITTED) DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL, UT) (OMITTED) DA-82 LIQUIDATED DAMAGES (UTIL. CUT) (OMITTED) DA-83 PAVING REPAIR EDGES (UTIL, CUT) (OMITTED) DAy$4 TRENCH BACKFILL (UTIL. CUT) (OMITTED) DA46 CLEAN-UP (UTIL. CUT) (OMITTED) DA-86 PROPERTY ACCESS (UTIL. CUT) (OMITTED) 13A-87 SUBMISSION OF BIDS (UTIL. CUT) (OMITTED) DA-88 STANDARD BASE REPAIR FOR UNIT I (IIJTIL. CUT) (OMITTED) DA-89 C014CME BASE REPAIR FOR UNIT II & UNIT III (UTIL. CUT) (OMITTED) DA-90 2" TO 9" H.M.A.C. PAVeMENT (UTIL. CUT) (OMITTED) DA-91 ADJUST WATER HALVE BOXES, IiIMAN"OLES, AND VAULT'S (UTIL. GUT) (OMITTED) DA-92 MAINTENANCE BOND (UTIL, CUT) (OMITTED) DAt83 BRICK PAVEMENT (UTIL. CUT) (OMITTED) 111ozeN AS-18 PART DA - ADDITIONAL SPECIAL CONDITIONS.. DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) (OMITTED) DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) (OMITTED) DA-96 REPAIR OF STORM DRAIN% STRUCTURES (UTIL. CUT) (OMITTED) DAY97 "001CK-SET" CONCRETE (UTIL. CUT) (OMITTED) CIA-98 UTII-ITY ADJUSTMENT (UTIL. CUT) (0MlTrED) DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) (OMITTED) DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (OMITTED) DA-101 CONCRETE CURB AND GUTTER {UTIL. CUT} (OMITTED) DA-102 PAYMENT (UTIL. CUT) (OMITTED) IAA-103 DEHOLES (MISC. EXT.) (OMITTED) DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) (OMITTED) DA-105 PRESSURE CLEANING AND TESTING (MISC. ELT.) (OMITTED) DA-106 BID QUANTITIES (MISC. EXT.) (OMITTED) DA-107 urr= OF CONTRACT (DISC. EXT.) (OMITTED) DA-108 FLOWAELE FILL (MISC, EXT.) (OMITTED) DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.} (OMITTED) DA410 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) (OMITTED) DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) (OMITTED) DA-112 MOVE 1N CHARGES (MISC. REEL.) (DIMMED) DA-113 PROJECT SIGNS (MISC. REPL.) (OMITTED) DA-1 14 LIQUIDATED DAMAGES (MISC. REPL.) (OMITTED) IAA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) (OMITTED) DA-116 FIELD OFFICE JOMITTED) CAA-117 TRAFFIC CONTROL PLAN (OMITTED) i V622 04 AS-1 9 PART D -ADDITIONAL PE IAL CONDITIONS DA418 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS (OMITTED) DA-1I19 BID ALTERNATIVES The Proposal section of thls document is arranged to allow the Contractor to bid on ductile iron pipe and pre-tertsioned concrete cylinder pipe. The Contractor is required to submit a bid for both types of qipg. The City shall review bids and award the contract to the lowest bidder of the alternative that serves in the best Interest of the City. All cost for this shall be considered as subsidiary and no additional compensation will be allowed. OA-1 0 SEQUENCE OF CONSTRUCTION Contractor shall not begin any work in a Aven Lie untii the gas Iines and appurtenances have been replaced. It is anticipated that these replacements wrill be complete by February 1, 2007. However, the contractor shall sequence his work to insure that the 30-inch water Iino to be replaced in e Avenue is complete and operational by the first of May. All costs involved with sequencing the work or scheduling of crews will be considered subsidiary to the price bid per foot of the 30-inch water main and rite additional oompensation will be allowed. 1-1/02404 A - 0 WATER IMPROVEMENTS Projecf Oescriptlon : 2004 CAPITAL IMPROVEMENT PROGRAM Year 7 - Group 'f 3 61h Avo. (from W. Artinglon Ave: to-Mmgnolla Ave.) Hurluy Ave. Ifrorn W. Arlinglon Ave. lu A. Aire St.) W. Arlfnglou Ave. from 5th Ave. to College Avm.) No. DESCRIPTION QUANTITY PER LOCATION UNITS OTY. fth Hurley Arlin on 1 6-4nch Water Pie 90 55 15 LF 160 2 9-Inch Walor Pipe 3140 2550 1250 I-F W40 3 12-Inch water Pia 9D 70 0 LF 160 d 6-Inch Gate Vole wl Cast Iron Box & LId 7 b 1 EA 13 5 8-Inc} Gate Va" wl Cast Iran SuX & Lid 9 a 6 FA 23 6. 12-Ineh Gale Volve w/ Gasl Iron Box & Lid 3 2 0 FA 6 7 30-4nbh Gale Valvee & Vault 2 0 0 EA 2 B B•Inrh Blow60ff wf &4nch Gate Valve A Surnp Manhole 1 0 0 EA 1 9 2-Inch Air & Vacuum Release Vatwe wl V ult 1 0 0 EA i 10 Fumish & Sat Cla;s'A'. 'D', arTd'G' Meter Bursas 93 72 '29 EA 194 11 1• lnoh Service Tap to Malin .93 72 29 EA IS4 12 1-Inch Copper SerrIce line from Maln lo Meter 1600 1200 500 Lr 3Ji10. 13 1-Inch Mull l le ServIce Band+ D 1 5 EA 8 14 Relocate Existing 1001eF Box 14 10 $ EA 38 15 Ste ndard Fire H i anit3 De ih 6 5 1 E4 12 15 Remove & Salvo a Exlsfio2 Tare Hydrant 6 5 t EA 12 17 Fire H dronl BhI. Extenlion 12 10 2 VF 24 1@ Relmrnre & Sawa a E xiefl Iq Galt Vnive 0 0 5 EA 5 10 Rwnuwe 8. SaWa in Exisllrt 30" Gate Volve 2 4 0 EA 2 20 Construct 6" Reinforced Concrefa Pavement 0 I la 35 SY W 21 Permanent As ha It Pavement Ro air 250 260 50 LF. 680 22 Permanent ConoroW Paverroeni Repalr .D 5D 30 LF .94 23 Ternpwary Asphalt Pavement Re mf 4900 3550 1165 F 10215 24 Tryri th EWo!y for Exc�avalaun� } 5' Va th 2300 B 10 LF 2?90;. 25 Cast IronfDuctlle Ir6n Fittlrt s fi_b 0 a TON 7 '26 Provide 2' Temporary Vyalor Service E ntlro Pro of 1 0 0 LS 1 27 Cless'B' Concrete for MJsc. Placement 10 10 10 CY 30 2f3 Claas'E' Cranarate for Milo_ Placerneol 6.87 6.87 6.67 CY 2D 2g I Crashed Llmastnne !or Mlse. Pl®cemenl 8.E7 L 5.6T 5.107 CY. 20 W Duelf We from Pipe 30a 30-inch class 150 Ductile Iron Pipo 2474 0. 0 I.F 2.474 31a 30-Inch DIP Wafer Pipe Fltdngs and 50ecla%. Fumish, 'r2.0 0 0 TON 12 Inslall, owwlate in PIRIC 30"' Conemle Cylinder pipe Q-343 BRr Wrapped Concrel� C flnder Pi 2474 0 0 t F 2474 731410b3D-tnch 30<4nCh Concrele Pressure Pip, ritlinga and Specials, .I fl 1 0 I.S.t Fumish, Irrslall, Comptele in Place SEW R IMPROVEWE'NTS Project Oescrpt : AXW CAPITAL IMPROVEMENT PROGRAM Yvar2 - Gmup i3 i3lh Ave. { from W. Arlington Ava. to Magnolia Avo.) Hurley Ave. (kwn W. Arlinglon Ave_ to Myrtle SL) W. ArkWon Ave. (from 5th Ave. to College Ave. No. DESCRIPTION QUANTITY PER LOCATION UNITS QTY. 41th Hurley ArffngtGn I a, Inch Sanlistv Sewer Pi II S 940 7B0 Q LF 1730 2 4-Inch SanitaSewer ServiceUne 300 3$0 0 Lr 660 3 d-Inch SHnItig Sower Service Tap 28 21 0 EA 49 4 7WO. way 82tjI8 sewer Servim Cleenout 28 22 0 irA 50 5 Cul S Plug EABUM MA na AH Sheol 4 1 0 1=A 1 6 Standard 4` COametw Sardtary SeWur Manhole 3 2 0 EA 5 7 Conarele Collar (or SanItary Sewer Manhole 3 2 U EA 5 8 Wo#erlihl Insert fnr Sanilaa Saver Manhole 3 2 C EA a 9 Remove NatIng SBnilaTy Seftr Manhole 4 2 D EA S 10 IPermarrant Corso to Pavement R air 190 575 5 LF 760 11 Permanent Asphalt Pavement fie alr 0 225 0 LF 225 12 post -Construction 7V tns eotion of New 8-anitafy Sewer 940 790 0 LF 1730 43 Trench Safely Far Excavalvis > 6 10 th 530 7100 0 LF 1320 14 Vacuum Tesi New Sarrita ScrmF Manhole 3 2 0 EA 5 15 Clsss'EV Capaele for Misc_ Plaverrrerd 10 40 10 CY 30 713 LCIEssfi 'E' Concrete for Misc. Pleoermnl 557 6.67 6.57 CY 24 17 Crushed Llmestan -br sc. Placi�rner+# 8.67 6_67 6.87 CY 20 -10 PART E --- MATERIAL SPECIFICATIONS (WATER DEPARTMENT) SECTION E SPECI PI CATIONS.. JANUARY 1, 1978 WATER DEPARTMENT All materials, construction methods and -procedures used in this project shall conform :to Sections'El, E2, and E2A of the Fort Worth Water Department General 'Contract Documents and General Specifications, together with any additional material specification(s), construction(s) or later revision(s). (See revisions listed on this sheet). Sections El, E2 and-E2A.of the Fort Worth dater Department General Contract Documents .and General Specifications are hereby made a part of this contract document by reference for all purposes, the same as if copies verbatim herein, and such Sections are filed and kept in -the office of the City Secretary of the City of Fort Worth as an official record of the City of Fort Worth. INDEX El MATERIAL SPECIFICATIONS E2 C014STRUCTI ON SPECI FI CATIONS E2A GENERAL DESIGN DETAILS Revisions as of April 20, 1981, follow: E1--2.4 Backfill: (Correct minimum compaction requirement to 95% Procter density and correct P.I. values as follows:) C. Additional backfill requirements when approved for use in streets: 1. Type B Backfill - - (c) Maximum plastic index (PI) shall be 8 2. Ty e C.Backfill (a� Material meeting requirements and having a PI of B or less shall be considered as suitable for compact- ion by hetting. (b) Material meeting requirement and having a PI of 9 or more shall be considered for use only with mechanical compaction E2-2.11Trench Backfill: (Correct minimum compaction requirement wherever it appears in this section to 95% Procter density except for .paragraph a.l. where the "95% modified Procter density" shall remain unchanged). SECTION E'100 - NATERIAL SPECIFICATIONS MATERIAL STANDARD E100--,4 - JANUARY 1, 1978 (ADDED 5/13/90) 1 —4 WAT RTTAH MANN RT 1:I04�4.3 ,FN R : This standard covers the furnishing and installation of watertight gasketed manhole inserts in the Fort Worth sanitary sewer collection system. i I -4 2 MATPDTAIC AN - a: The manhole insert shall be of corrosion -proof high density Polyethelene that meets .or exceeds the requirements of ASTH. D1248, Category 5,'Type 111. b. The minimum thickness of the manhole insert shall be 1/8 C. The manhole insert shall have a gasket that provides positive seal in wet or dry conditions.' The gasket shall be made of closed cell neoprene rubber and meet the requirement of ASDI D1056, or equal,. d. The manhole insert shall have a strap for removing the insert. The strap shall be made of minimum- 1" wide woven PolyPropalene or nylon Webbing, with the ends treated to prevent unravelling. Stainless steel hardware shall be used to securely -attach strap.to the insert. e. The manhole insert shall have one or' more vent - holes or valves to release gasses and allow water inflow.at a rate no greater than 10 gallons per 24 hours. E —4 INSTALLATION: a. The manhole -frame shall be cleaned of all dirt and debris- before Placing the manhole .insert on the rim. bo The manhole insert shall be gully seated around the manhole frame rim to retard water' from seeping between the corner and th*' rnanhale fray rim. E100 (%) GENERAL CONSTRUCTION NOTES 1. Applicable design and details shall conform to "General Contract Documents and Specifications for Water Department Projects" (GCD) effective July 1, 1978, with the latest revisions. 2. All limizontal blocking, cradle blocking, and vertical tie -down blocking to be in .accordance with Fig.(s) 9, 10, and 11of the GCD. 3. Fire hydrants shall be located a minimum of Y-0" behind the face of curb per Fig. 5 GCD. 4. All gate valve installations for sizes up to 12" are to be per Fig. 3 GCD and sizes 16" and larger Fig. 4 GCD. 5. The proposed water and/or sewer mains at times will be laid close to other existing utilities and strictures both above and below the ground. The contractor shall make necessary provisions for the support and protection of all utility poles, fences, trees, shrubs, gas mains, telephone cables, TU cables, drainage pipes, utility services, and all other utilities and'structures both above -and below the ground during construction. It is the contrractoes resgons*biiity to notify all utility owners prior to any construction in the area and verify the .actual location of all buried utilities that mayor may not be shown on the plans. The contractor shall preserve and protect all underground and overhead facilities and be responsible for any damage he may cause to them. The Contractor shall contact the following @ least 48 hours prior to excavating at each location: Fort Worth Water Department Field Operations 871-8296 Fort Worth Transportation & Public Works Light and Signal Division 871-8.100 Lone Star Gas Company Metro (21-4) 263-3444 Texas Utility Service Company 336-2328 Southwestern Bell Telephone Company Enterprise 9800 Texas One Call F'ber Optics Location (MCI, AT&T, Sprint, etc.) 1-900-245-4545 Marcus Cable T.V. 737-4731 6. Contractor shall verify the elevation, configuration, and angulation of existing line prior to construction of tie-in materials. Such verification shall be considered as subsidiary cost of project and no additional compensation will be allowed. Elevation adjustments at connections may be made with bends, offsets, or joint deflections. All nonstandard bends shall be wade using the closest standard M.J. fittings with the required joint deflections.(deflections not to exceed manufacturer's deflection per joint) 7. Contractor shall keep at least one lace oftraffic open at all tunes during construction and access to all places of business and residence at all times.(reference C6-6.5 GCD) 8. No excavated materials, backfill materials, equipment, or supplies shall be stored within floodways or drainage easements.(reference C6-6.6 GCD) 9. Trenches which lay outside existing or future pavements shall be backfilled above the top of the embedment with Type "C" backfill material. When Type "C" backfill material is not suitable, at the direction of the Engineer, Type "B" material shall be used. All backfill material shall be compacted to a minimum of 90% proctor density by means of tamping only. Trenches which cross under existing or future pavement shall be backfilled per Fig. "A" with 96% proctor density by jetting, tamping, or a combination of such methods. 1 O.Rim elevations of theproposed sanitary sewer manholes in repaved streets are shown as final finished grades in these plans. They shall be constructed#o .16" .below final finished grade by utility contractor and adjusted by paving contractor in accordance with Fig. M of the special contract documents. Concrete collars shall he installed where indicated on the plans per Fig. 121 of the special contract documents. Manhole inserts shall be installed in all standard four foot and standard four foot drop access manholes per E-100-4 of the special contract documents. Standard four foot diameter manholes shall be in accordance with section E2A, Fig. 103 and Fig. 104 GCD, standard four foot drop access manholes per Fig. 107 GCD, and shallow manholes per Fig. 106 GCD. 11.The tog of the water lines shall be a minimum of T-6" below the top of the curb for 12" and smaller -mains except where otherwise shown on these plans. 12.AU water meters shall be placed or relocated 3'--O" behind the face of the proposed curb or as directed by the Engineer. 13.All existing water services shall be replaced with 1 " minimum copper tubing unless a larger size is indicated on the plans. Corporation stops shall be fully opened prior to trench backfill. Curb stops with lock wings shall be tested for full flow when the system is pressure tested. Extend 1 " water services to those lots where no water services have been extended to. Locate these services at normal locations or as directed by the Engineer. a -The normal location of water service- lines shall be Yeast or north of the center of the property frontage. b.For 40' or Iess lot frontage, all water services shall be placed 18" from the east or south property lime. 14.All sanitary sewer services encountered shall be replaced to the property ]me as directed by the Engineer. b SECTION E1-18A T-REINFORCED PLASTIC WATER METER BOXES E1.1$A:1 SCOPE:- This specification covers three types of water meter boxes, Type A and B; and Type G. E1.18A.1.1 Class A'Standard Meter Box: Intended for use with services utilizing 5/8" X 4', 3W and 1" meters. E1.18A.1.2 Class B Standard Meter Box: Intended for. use with services utilizing 1•-1/2" and 2" meters. El A 8A.1.3 Class C Standard Meter Box: Intended for use with services utilizing tvi o 5/8" X 3/" or %" meters. E1.18A.2 CONSTRUCTION:- Reinforced plastic water meter boxes and iron cover lids under this specification will include three specific sizes of a rectangular shape. Those three sizes will be referred to us: CLASS.'A',- °I 1 " x 18 " Box; 12" high CI.ASS 'B', .15.25" x 27" Box, 12" high CLASS `C`, 18" x 16' Box, 12' high E-1.18A.3. REINFORCED PLASTIC METER BOX SPECIFICATION The- meter box shall be constructed of Linear Medium Density Polyethylene (LMDPE) as defined in ASTM D-883-95A-and have a minimum wall thickness of .500". The exterior shall be black to provide UV protection. Boxes shall be able to. withstand a minimum 15,000 pounds vertical load and shall withstand a minimum 400 pounds sidewall load. The meter box exterior shall be free from seams or parting lines and all edges and comers are to be smooth and free from sharp edges "so the unit cari be handled safely without gloves. El. 18A.4. IRON METER BOX LID SPECIFICATION The meter box lids are to be made of cast iron according to ASTM A48-84, Class 30B or ductile iron according to' ASTM A 536. The lids shall withstand a minimum vertical toad of 15,000' pounds.- Castings are coated with a• bituminous emulsified asphalt unless otherwise specified, ground smooth, and cfeahed with shot blasting, to get a uniform quality free from strength defects and distortions - Dime ' nsions shall -be -within industry standards of plus or minus (4-/-) one• -sixteenth of aninch per foot. All castings will bear the Manufacturer's 18 (name or logo) and Country of Origin. Casting weights -may vary plus or minus (+/-) five percent from drawing weight per industry standards. _ -11- STANDARD DETAILS (WATER DEPARTMENT) 2006 PREVAILING WAGES FOR CONSTRUCTION PROJECTS I ' City of Fart Worth Highway (Heavy) onstrldr-flan Prevailing Wage bates For 2006 _ I j II Classifications Hourly Rates 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 Mixer Operator $12.03 Bulldozer operator $13.22 Truck Driver- Single Axle (Light) $10.91 Carpenter (Rough) $12.80 Truck Driver- Single Axle(Heavy) $11.47 Concrete Finisher- Paving $12.85 Truck Driver- Tandem Axle Semi -Trailer $11.75 Concrete Finisher -Structures $13.27 Truck Driver- Lowboy/Float $14.93 Concrete Paving Curbing Mach. O er. $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 O er. $12.50 Welder $13.57 Concrete Pavin Saw O er. $13.56 Work Zone Barricade Servicer $10.09 Concrete Paving Spreader O er. $14.50 Concrete Rubber $10.61 Crane, Clamshell, Backhoe, Derrick, Dra line, Shovel $14.12 Electrician $18.12 Fla er $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 O erator, Fine Grade $11.83 Mixer Operator $11.58 Motor Grader Operator Fine Grade $15.20 Motor Grader Operator, Rough Oiler $14.50 Painter, Structures $13.17 Pavement Marking Machine O er. $10.04 Pipe Layer $11.04 Roller, Steel Wheel Plant- Mix Pavements $11.28 Roller, Steel Wheel Other Flatwheel or Tam in $10.92 Roller, Pneumatic, Self -Propelled Scraper $11.07 Reinforcing Steel Setter(Paving) $14.86 Reinforcinq Steel Setter (Structure) $16.29 Classifications it Conditioning Mechanic it Conditioning Mechanic Hel Acoustic Ceiling Installer Acoustic Ceiling Installer Help Brickla erlStone Mason ricklaverlStone Mason Helpe nter Helper ate Finisher ate Finisher Helper ate Form Builder ate Form Builder He Il Taper - II Taper Helper lectrician Helper lectronic Technician lectronic Technician Hel lazier Helper nsulator (Pipe) nsulator Helper Laborer Common aborer Skilled Helper Building Assembler Buildinq Assembler inter Hel ipefitter Helper lasterer lasterer Helper einforcino Steel Setter Helper Metal Worker Metal Worker City of Fort Worth Building & Construction Trades Prevailin g Wa go. Rates For 2006.. . Hourly Bates Classifications $17.55 Sheetrock Hanger 1r $10.74 Sheetrock Hanger Helper $14,26 Sprinkler System Installer $10.53 Sprinkler System Installer H $19.29 Steel Worker Structural $13.07 Steel Worker Structural Hell $15.76 Welder $11.69 Welder Helper $14.29 $10.09 $12.16 $8.81 $13.25 $8.00 $19.79 $12.95 $20.06 $12.27 $15.17 $15.94 $11.00 $14.35 $10.32 $15.05 $10.12 $9.21 $11.59 $15.94 $11.12 $14.29 $9.33 $12.86 $8.66 $18.22 $12.90 $16.16 $9.98 $13.00 $15.33 $10.24 $15.73 $10.53 Hourly Ra $13.37 $9.48 $17.86 $13.33 $16.20 $11.71 $15.88 $11.25 Heavy Equipment O erators Hourly Dates Crane, Clamshell, Backhoe, Derrick, Dra line, Shovel $16.07 Forklift Operator $12.62 Foundation Drill Operator $17.55 Front End Loader Operator $13.27 Truck Driver $12.66 Uz ��� -w n- ~" w o p Q o Q�fvz o = '. -- n z�� 0 00 ��� �° �X� 0 o� Qmo Elf LL- �Oo Q W J E U �OD H180M iSOA cE 0 CN 0 z � — - r-- .0 E a E= E E o E E "� E m N co w �r Ln Un L 7 O co N E Ln `- �r d = E x � �,� o 0 � O � r� m cn � J r� hio hi 1.1 E m hi E h E = E w C° oa N LO ry _ z o IE E= E ❑o' 3 �E E �E�E °o� o i 1�� a L-A m I E Un ri F E� N L po E r- Ln �E �00 rn u E 0 �n J �� �E �00 u u Ll rE C r7 � f � u z E L _v w E E N � co of N w co N c4 ca i � u � LJ E r7 � 0 U c~n �0 z W F _ W Q U N r z 43 0 F- = I N Qf � m0 x\ I m � v) r .ry �wo U W 11 �E M c 4 _J 0 E F-- E LOU 00 V) r(N X u 0 �E � z O U LU bi D a �� u 0 0 0 J Q �z 0 0 �0 0� a =�E �co 0 U 0 E Ir co m CO � W r '� NJ- 0 3 �OC) MINIMUM 6" INITIAL BACKFILL COVER MINIMUM EMBEDMEP YPE "C" BACKFILL ;EE SPEC. E1-2.4 �.C.D. AND MATERIAL EMBEDMENT INITIAL BACKFILL EE SPEC. E1-2.3 G.C.D. WATER: SIZES UP TO AND INCLUDING 12" I, MINIMUM 6" INITIAL BACKFILL COVER: WATER -- 6"_ SEWER — 12" STORM DRAIN — 12" fl II"lire _ TYPE "C" BACKFILL ;.X..' SEE SPEC. E1-2.4 G.C.D. 11--CRUSHED STONE OR SAND MATERIAL INITIAL BACKFILL SEE SPEC. E1-2.4(b) OR MINIMUM 6" = I �- E1 —2.3 G.C.D. EMBEDMENT = CRUSHED STONE =1 Il�I ICI 1 I-1 ICI I- SEE SPEC. E1 —2.3 G.C.D. WATER: SIZES 16" AND LARGER SEWER: ALL SIZES STORM DRAIN: ALL SIZES SAND GRADATION -LESS THAN 10% PASSING #200 SIEVE • P.I. = 10 OR LESS CRUSHED STONE GRADATION SIEVE SIZE %RETAINED 1" 0-10 Y„ 4075 %" 55-90 #4 90-100 #8 95-100 4/04 MATERIAL SPECIFICATIONS THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON THIS SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF BOTH THE E1-2.4(b) AND E1 —2.3 OF THE G.C.D. AND STD_ SPEC. ITEM 402 OF THE TPW STANDARD SPECIFICATIONS FOR STREET & STORM DRAIN CONSTRUCTION. ALL OTHER PROVISIONS OF THESE ITEMS SHALL APPLY. WATER, SEWER, & STORM DRAIN EMBEDMENT AND BACKFILL DETAILS WTR-033 L,)N;nhmm 2rofvs .ApOwmedhitkunasme joint SmAnt OWZm4Pcad -we"O& AVA,-,e 4"fe e,opv,-, av-wt e® weee,;71el 4n, el.vj,4, A, irowv o.) evwew 4fOr-4WAOWA74P f^-R,Oavjl/ 0,400rq) . . . . . . . . . . 6 -MrAl "iff -AY EI-14 Material E2-14 Construction (via 8—#4 REBARS TYP. USE 3000# CLASS A CONCRETE. 3" TYP. CONC. COLLAR HEIGHT VARIES PVMT. PVMT. �-27 I i CASE I CASE 2 CASE T COLLAR SHALL EXTEND ' TOP OF 2:27 CONCRETE (REBAR REQ'D.) STR EETJ DIRT F-4 0' l v v - _ cv D O I I 3/4" CHAMFER TYP. CASE 2 COLLAR SHALL EXTEND 3" BELOW BOTTOM OF LOWEST GRADE RING (REBAR REQ`D.) F4- Fl CONCRETE V ¢ , GROUND RADE+RINGS I l..ill-ll f.—�. ... fi" MIN, RAM NECK 3" MIN. ° CONIC. COLLAR a HEIGHT VARIES Q 4 SECTION A CURE 121 MANHOLE COLLAR DETAIL El -20. 21 MATERIAL E2-20. 21 CONSTRUCTION 5/1B/90 3/05/93 DRAWN BY: JCU 2-08-2000 w U > w > - .W In 0- aw TFT wz ka m MT FU U LO(nnw c �5 Ui 1) Wa cr p0O p zWinW w of Lj-o j NZ wM l,_M Hm ?wF W� t�Q w aWOH JU cn w Z (n cnNe a C) 2p �D J am@ rL.� LLJ"�Q mV JOZ �� acne c�z cao �p W < � ¢z zrn Q W Z- a W !¢- W Y V F Z W Z W m1�j zinc¢aro W ¢ J a b'NLd ¢ W 7� Q X 0 Q J I- w-c �w2�J Z_ U UF, UU ZU pJ O HTU inQ3O�O[wY � �cn<< �F¢� F4¢ cwn= H c°iaa ow�mWW - F W �� r�u0� �vr U F w N¢ wr 0 AWN 41@J_j O00 TAU@ ZOQ 4�U lJ@ 0 N J w -1 (� J :z O.FL ¢ I Z J U_MD p Q J W 7 J O [ n l i U w z W~w Z Q MD�iL Z p¢ T 7Q'¢ Z U W Q ZV cOn QviQovJipm v)c zcoo -0a> aDF- Q¢M J U - LU Q Ld Li w V_ W -III---- I �y m I III- 4° �r I I_ p oa N tj � n0 of _ 0 Qp > ¢� a I I J v) a_ z �Ia Vl o0QD O F n a I I- zLLIz a. w 0 o- Z J w0a Z a cwi 3;:�U o Q _jOF ¢Q a of r Li J ¢ 1- Z aU(ke O Vlt'j @j y>V) U Q LLI z M 1waO ddU w 93 co Z0) �t 1-U _Z � Z Q ~ z O ifl F¢- U V]U U r - O Z Lj w 1 - O w � r� z U a Z< r w � a J Q of O W Z Cam) Q @ U Q a Wof CY o w w U 0 N Xwtf) d _ +. Lj _�Zzw •' N $ O-wcn aU OJ,� �• W Z J Orr z4KaWW a- CUB` of z� w O � wUr��_"o tn z � O wN 4 � U O � I W Q � ¢ > I o ZF-CE r �O Lj 1 U)¢ > W w UU C) Y � J Li z E O 0] C) U � � fE rx F w a 0 N cy N Z U ti E d J J 7s; _ V a v Z cn O c Q Z, - co o C4 ni N b O � L� N 1 7 0 in O w Ua @ Da zi oa -0 UU O 4' ° �U V7 _ Ej of o O -r0 ma 1n CO i0 N co E N `' a En uj a\ o\ PO D J 00 W = N � UI - CL o 7 I J ro m DO DO N (n - W il.. 0. 0 U n a L I�t 0 C1! A —.� Lo N CD U) Q 1, 1ch Co - O � +� co 00 0o x � 00 W z 0') W-1 cv C9 ® co (n OD r-# Cd 0 / � CD[f2 �`� U � J CD 0 ( � - m � 0 ® d W ® ® 1.4 of V C, O a Y 1 ®00 INOr-I ® © co ®:WRI � C L O ` --.. v Cd 0 g a) LLJ +W-- • °� m C: wa — ® 0 ® C O U C u - z .0 z 0 c� N ofu7u- 0 Cl I N .. W - 1 - SPECIAL PROVISIONS SPECULL PROVISIONS FOR STREET AND STORM DRAIN ]IMPROVEMENTS Table of Conteniv 1, SCOPE OF WORK .......... ........ __ ...... .................................... .............. * ................... .sp-3 2. AWAR-D OF CONTRACT. . ... ........ .................................................. ...... 3. PRECONSTRUCTION CONFERFNCE.......................................................................................... ­­­ ....... zp-3 4, EXAM] NATION OF SITE:.,. ...... ....... ................................................................. SPA 3, B I D SU 13M I TTAL - _. . - ........ _.__ ....... ____ ...... ................................. 6, WATER FOR CONSTRUCTION- ............... .................... ___ - ------------ - ....................................................... SP-4 7. SANITARY FACILITIES FOR WORKERS.. .. - - __ - ., __ . .................................................................................. SP-4 a- PAYMENT ----------- - ..................................................... ............................................................................ _--sP4 9, SUBSIDIARY WORK .................................................................................. ........................................ ___...Sp-4 10. LEGAL RBLATI ON S AND RES PONSIBI LITLES TOTHE PC. ALIC ....................... I .... I-- ....... I-, .............. .S.P'4 11. WAGE RATES,..... ... ...... ........................................................................................_S)14 12, EXI STJ M, UTFLITFES .................... .......................... ...... .......................................... 3P4 13. PA RKWAY CONSTRUCTION . ............................................ - ........................................................................ sp-5 11. MKI'E [UAL STORAG L - � .......... ........................................................................................ -SP-5 1 5. PROTECTION OF FX MT1 N Ci lJTJ L ITIES AND TMPRO V E MENTS ,, ....... ................................. SP-5 16, TNCRE ASE OR DECCREA S E IN QUA N TTTI ES ........................................................... sp-5 17 . CONTRACTORS kEs Po Nsi BiL rry FoR DAMAGE CLATNIS ........................................ ................ __ .... .sp-5 18. EQUAL ENOLOY MENT PROV IS IONS ............. ___ ............................ ........ ....................... sp-6 19. MrNORTFY AND WOME NS BUSTNUS FN TERPRJ SE (Mf WRE) CGM MIA Nc E___ - 11 .... 11.1.1 ............. sp-6 20. �TNAL CLEAN UP ................................ ....... ... __ ......... ....................................................................... 2 1, CONTRA(70R'S COMPLIA NkC.-'E WITH WORKER'S COMPE N SATION LAIN .................................. 21SUBSTFRMONS................................................................ ......... ............................................ SP-10 73. MECHANICS AND MATERJALSMEN'S LIHN.._.___ ........ ................................................................. - . S10- 11) 24. WORK ORDERDELAY ..................................... ....... ................................................................................... Sp -la 25_W0RXJN(; DAYS - ... ____ ........... - ......................................... .......... _11..... ... mvr ............ sp-io 26. RIGHT TO ABANDON ............................................... .......... _._ ....... ........ _.__ .................... __. SP-10 27. CONSTRUCTION SPEC I FICATIONS ........... - ................ ........... - ..................... . sr' -IQ 2 8. MATNTENA NCE s,rA'rE- MEN - __ - __ - -, .r .................................................................................... - 5p-1 I 29J)F_LAV8____ ....... ....... ......................................................... ............. . ........................................ sp- 1) 10. DE'rQU RS AND RAJRRI CADES ........... ........................ ...... ..................................... sp-1 1 3 I.DZS?0SA L OF SPOITAILL MATFRLAL . ............................................................... s13-1 i 32.QUA-LITY CONTROL TESTING ............. ............................................................................ _ sp- 12 33 . PROPERTY ACCESS-, _,, . ............................................................................................................................ sp_[2 34. SAFETY RESTRICTEONS - WORK NEAR I I IGH V 01;fAiGE LINES ....................................................... SP- 12 35- WATE R DEPARTMENT PRE-QUAL.)FICATIONS ......................................................................... . ........... SIP- 13 36, PJGHT TO AUDIT -------- ------------------ .............................................................. ........ sp- 1.3 3 7- CONSTR UCTJ ON STAKES ....................................... .......................... ........ ......................... . .................... SP-13 3 & LOCATION OF NFW WALKS ANTS DRIVE WA YS . - - - - ____ . ..................................................... sp-14 3 9, EA RLY WA RN MG S YSTEM FOR CON STRUCT) ON- ................................................................. Sp- j 4 4 0, AIR POLLUTION WATCH DAYS__ - ...... __ .............................................................................. 8 P_ 14 QQNSTJTFQ_N FITMS;q 41, P A Y ITEM - UNCLASSIFIED s'rRFrr.r_XCA V ATION ........................... ............. ....... - ­­_ - " ­ sp. 15 42. PAY ITEM - 6REM FORC ED CON CR ETE PAVE{ F.NT ........ ........... .............. ___ SP- 15 41, PAY ITEM - Sl LICONIE JOFW SEA LINU ............... ............... ____ .................................................... .sp_15 44. PAY ITEM -7" C4DNC RETE C URB ........... __ ...... ................................................. sp- 19 45. PA V ITEM - RETA IN IN G W A LL ((1M ITTED) ........... I ................... I-- ....... ........ ­­ ........................ Sr- 19 46PAY ITF.M - PROPOSED 7" CURB & 18" GUTTER (6" H-M.A.C, TRANSMON AREA) ................ SP-19 47. PAY ITEM -6" H.M.A.C. TRANSIT101+......... ____ ........... ............................................... sp- 19 48. PAY ITEM -6' 'S UJ3SULL -DR-AIN (ONUTTED) ............................ .................. sp- 19 49. PAY ITFhd -fir`, s tjBsom bRA.TN CLEAN OUT WITM RISER AND CAPsp- 19 1271D4 Sp-1 50, 51. 52. 53. 54- 55. 56- 57. 58. 59. 60. 61.1 62� $3. 64- 65. 66, 67. 69, 69 70, 71, 72. 73, 74, 75, 76, 77. 79, 79, so, al., 92. 83. 8C 95, $6. 87. as. 89, 90. 91. 92. 93. 94, 95, PAY ITEM -TRENCH SAFETY .......................................... .............................. ............ .......... SP-20 PAY ITEM - V& 8" TRICK LLME STARILtZED SLI11611ADE AND CEMENT FOR SUBGRADE STABWZATlQN.._..... . ................................................................................................ _ SP-20 PAY ITEM -6- HMAC PAVEMENT (TFUCKNESS TOLLRANCES AND HMAC THFrrNG PROCEDURES) ........ ...... ........................... ...... ................................... SP-20 PAY Ffl3N4 -00NCR_E_M- FLAT WORK (CURB, CURB & GUTTER, SIDEWALKS, LEADWALM, WHEEMiAJIR RAMPS ANT) TAUVEWAYS).............. ........ SP-21 PAY REMOVE EXISTING CONCUTE 8 lGEWALK. DRIVEWAYS. STEPS. LEADWALKS AND WHEELCHA I R RAMPS ...... ................ ........... -.1 ........ ............ ...... __ ...... PAY ITEM - REMOVE EXISTING CURB AND GUTIT-R................................................................... SP-21 PAY I TFM -ROVE 1__-XI STI NG CIMB TNI.FT ................................................................................ SP-21 PAY rrEM - 6" REDqF ORCED CONCRETE DRIVEWAY .. - - - - __ - � ........... ....... _ ................... sp-21 PAY ITLM - PROPOSED CONCRETE STEPS (ONErMD) .......... .............. SP-22 PAY ITFM - 17STANDARD CONCRETP SIDEWALK, LEADWALK AND WHEELCHAIR RAMP.......... ...... . _ ....... SP-22 PAY iTEM -F-FLOCATE WOOD M4 FENCE (omnimD) .......................................... I .......... ­....­­ SP-22 PAY ITEM -STANDARD 7" CURB AND I r'G Ul-rEk ...................................................................... sp-n PA Y ri-Em - R.Emov L, ANo mcoNnR ucT NiAlLBOMSMISCELLANEOUS __ ...... SP-23 PAY ITEM -BORROW (ONUTTED) ........................... ......................... _._ ...... _ ...... .......... . ............ SP-23 PAY IT' ed -CEMENT STABILIZED SU13GRADE (OMITTED) ....................................................... SP-23 PAY ITEM -CEMENT START117ATION (OM.YrrED) ...... ....................... ..................... ............ _ SP-23 PA V ITEM - N E W 7" CONCRETE VALLL Y 0 Lil"I'ER_ ............ ....... ....................... . ............... SP-23 PAY ITEM -S'r0kMDkAfN INLErs.. ...... __ ......................... _­.­.­.. . ................................. 4.1 ...... SP-23 PAY ITEM TR F. NCH EXCAVATTON AND BACKFILL FOR STORM DRAM.................................................. ....... ...................... SP-24 PAY ITEM STORM WATER POLLUnON P R-2 V ENTION (FOR D(STURBUO AREAS FQU A L TO OR GREATER THAN I ACRE) ......... ___ ...... ................. .......... SP-24 PAY ITEM - CRUSHED LIMESTONE FOP, DR] V E WAY TRANSIT] ON S ........ RP-25 PAY HEM - PANT RXPLACEMENTOF RMnNG STANDARD AND SPECIALTY PATNTED CUKI3 ADDRESS LADLES ................ . ...................................................................... ...... SP-25 PITY FlVM - CERAMIC TILE STREET NAMES (OMTrMD). SP-26 PRE 13 ID ITE M - 13ROJECT DES IGN-AlION SIGN ................... SP-26 PRE 13 1 D ITEM - UTILITY ADJ U STMIHNT__ - ... ­ --------------- r ........ 11 ............................................ _ ...... SP-26 PRE 131.D ITEM - TOP SO] L - - - - - - _ ............................................................................................. SP-27 PRE UrD ITEM - ADJUST WATER VALVE BOX .......... ................ ____ .................................. SP-27 PRE BED ITEM - MANHOLE ADJU SIWM- NT - __ - _ ........ _ ................................................................. SP-27 PRE BID ITEM - ADJUST WATRIt METER BOX.,..,...,...,.,.........,. ---- ....................... .............. SP-27 N ON -PA Y ITT M - CLFARING AND G Ilt J BBING_ ............................. _-_ ........... _ --- .................... SP-27 NON -PAY ITEM - SPRIWKLrNG FOR DUST CONTROL.. .... ___ ......... ___ ......... _ . . .................... SP-27 NON -PAY I rrHM _ PROTEcrioN OF TILERS, PLANTS AND SOILS.............. ................................ SP-28 NON -PAY ITEM - CONCkM COLORED SURFACE ......... .................................................. ........ SP-28 NIDN-PAY FMM PROJECT CLEAN-UP .................... ................. ...... ........ ­­­­ ................. sp-28 'NON -PAY ITEM P ROM CT SC RMULE- __ __ � .............................................................................. SP-28 NON -PAY ITEM - NOTIFICATION OF RESTDENTS ......................................................................... . SP-29 NON -PA Y ITEM - P 13131, 1C NOTIFICATION PRIOR T. D B M NNING CONSTRUCTION .............. Sig-29 NON -PAY ITEM PRE -CONSTRUCTION NEIGHBORHOOD MLIS-MG_______ ........................ SP-29 NON -PAY ITEM WASHED .............................................................................. SP-29 NON -PAY ITENI - SAWCUT OF MSUNG CONCRETE .................................................... ............ SPL-30 ?40N-PA Y ITEM - LOCATION AND EXPOSURE OF MAN HOLES AND WATER VALVES ................. . . ............ $T-3(y NON -PAY ITEM -TIE-IN INTO STORM DRAIN STRUCTURE ....................................................... SP-30 NON -PAY ITEM - 8 P R-INKLER UAD ADJ USTMENT ..................................................... .......... __ SP-10 N ON -PA Y t'rp-m - P-L F_ FOR STREET US F4 PER KITS AMD m- msmurjoN s, .......... _ .......... . sp-30 N DN P A Y ITEM - TEMPORARY EROS TON, SE.DIMLEN T AND WATER PoLLu-ri oN coN i 'RoL (pop, DimMBED AREAS LESS Tri [AN I ACRE) ... SP-3a .-NOMPAY ITEM - TRAFFIC CONTROL .......................... I.....- .... ­­ ........................... . ...... _ .......... _ SP--12 1 D12PO4 SP-2 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS POR-. 20D4 CAPITAL IMPROVEMENT PROGRAM YEAR 2 T GROUP 13 GTw AVE NUE. 11URLEY AVENUE, W. ARLINGTON AVENUE UNtT #I: PAVING IMPROVEMENTS TiPW PROJECT NUMBER: C200-541200-02094000152B3 R.O.E. NO. 4700 1. SCOPE OF WORK. The work covered by these pions and specificallons consist of the follavring: Reconstruction of 6"' Avenue (from W. A.rl.Ington. Ave. to, W._MagnolIa Ave. , Hurley Avenue 1from W. Arlinuton Ave. to W. Myrtle St.St.1. VV. Arlington Avenue (from S..Henderson St. to din Ave.). W. IArlInaton Avenue (from College St. to S. Handorson St. I anti all other miscellaneous Sterns of construction) to be performed as outlined In the plans and specificalions l�ia are necessary to satisfactorily complete the work. The pavement improvemenIs will consist of Altercate 'A': 6-00 H_M.A.C. pavement over 8-inch limo stab] IIzed base or Attemale 'B'. 6-iriQh concrete pavement aver a -inch lime stabilized bas-a. This contract shall be constructed in three sections. Section I wwjil be W. Arlington Ave. tCrorn Su' Ave. to College Ave, Section II will be Hurley Ave, from W. Arlington Afro. to W. Myrtle St. Section 111 will be 6u' Ave. from W. Arlington Ave. to W. MagnON Ave. The paving and drainage Improvements for each section wi11 not proceed until the wetor and sariltaay sewer raplacernents have been completed in each of thesa seatiorts. In order to aid the Contractor In prt%paring h I s bld, an esUmated schedule for the watai', sanitary sewer, paving and drainage repfacerne ntslimprovements For eac11 section, 11as been included at the end of the special provlslons section. A breakdown of the paving bid Hems has also Kean included. The schedule and quantity breakdown; are for information a I purposes only. Now ever, the Contractor should understand that adverse vrreather and Unforeseen circumMan sas can affect those estimated slates and shall not hold the City of Fort Worth responsible for any delays in Issuing the work orders for this contract. 2, AWARD C F CON'( RACT' Submission of Bids:"Unit 1 and Unit 11 con5tit+ite a package. If the Contractor subu is a bid on both Urrit f and Unil II and hris the lovweat responsive proposal price, the Contractor will be Ilie apparent successful bidder for this project, The Contr8ctor can bid either the HMAC alternate andlor the Concrete alternate_ The additive etternate MLISt he Included In any btd. Bidders are hereby informed that the Oirecfor of the Department of Engineering IeserVes the right to evaluele and recommend to the City Counoii the best bid that Is considered to be in the beet interest of the City 3. PRECONSTRUCTION CONFrzRL NCE: The sLrccessfuI Contracts, Engincer, and City - City shall rneet at Ilse call car the Clty for a preconstructlon conference before any of its worts begins un thIs prefect_ Al Chris time, del aiIs of sequencing of the work, ccntar:t Indlviduats for each party, request for surrey, and pay requests Vvill be covered. PfNDT to the meeting, the Contractor shall prepare schedules showing the sequencing and progress of their work and its effect on others. A (inral composite schedule will be prepared during this conference to allow an orderly sequence of project 10I27104 SP-3 construction. As used herein, the term "Engineee' shall mean the design engineer who prepared and sealed the plans. specifications and contract documents for this project- Q. F AMINATION OE Sill=: It shall be the responsibility of the prospective blddef to visit Oia project slte -arid make such examinations and explorations as may be nec&ss.ary bo determ Ina all canditns that may affect construction of this project. Particular attention should be given to methuds of providing Ingress and egress to adjacent primate and public properties, pmwdures for pfotecVng existing improvements and disp Rion of all materials to to removed Proper consideration should be given to thaw detalks during preparation of the Proposal and all unusual conditions that may give rise to later contingencles should be brought to the attention of the City prior to the submission of the Proposal Curing the cc rists notion of this pfolect, it is required that all parkways be excavated and shaped including bar stitches at the same time the moadway is excavated. Excess excavatlon vWll be disposed of at locations app ved by the Engineer. During combudlon of this project, the Contractor shall comply with present zoning rerlulfements of the City of Fgrt Worth In the use of vacant property for storage purposes_ 5 BID SUBMITTAL Bidders shall na1 separate, detach or remove any portion, segment or $heats from tha contract docLrments at any time_ Failure to Uld ar My execute contract without retaining contract documents Intact may be grounds for designating olds as "nati-responsive" and rejecting bids as appropriate and as determined by the 17irectot of th e- Department of Engineering. 6 VVA'TER FOFt. `.0 RlfCTIDhJ: Vtifaterivr construction will be furnished by the Contras#or of his awn expense. 7 SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary oonveniences for the use of workers at the project-sRe. Specific attention is directed to this equipment S. PAYMEN"T; The Contractor shaII receiva Full payrnenl fTOM the Qty for all the work based an unII prices bill on the proposal and specified in the plans and specifiicationa and approved by the Engineer per actual fiald rneasufament 9. SUB t bRX V1fQRK: Any and all work spedfically governed by documentary requirement for tha projects, such as rondIklons Imposed by the Plans, the General Contract Documents or these special Contract Docuirtenls, in whir;h no specific item for bld has been provided far In tl�e Proposal, shall be consldemd es a subsidiary Item or work, the cast of which shall be Included in the price bid In tha PrGpasat for each hid item, inuluding but not limited to outface restoration elaanlip and relorafian of mailboxes. All objectionable matter requited to be removed from within the right -of way and not particularly descfibed urkder Iheaa speOficallans shall txe covered by Item Na. 102 "Clearing and OrUU341 and shall be subsidiary to thE! othet Items of the contract, 1Q. LEGAL RELATIDNS AND RE PONS11311.ITIESTo THE PUI3QG: The Contractor's paHr-Ular attenlxon is directed to the requirements of Item 7, "Legal Relatlions and RespDnslbififies to the Pub]Id' of the "Staridard S pecif= lions Far StreBI and Stnrrrr Crain Don5"ctian'. 11. VV.A E_RAT_E = The labor ulassifications and minimum wage rates sat forth herein have been predetermined by the City Coancll of the City or Fort Worth, Texas, in aoaordanre with'stalutory requirements, as being the prevailing classlficatiDns and rates that shall govern *rx e11 work performed by the Contractor or any subcontractor on the site of the project vend by lhese Contract Documents. In no e►renl shall less than the following rates be p6ld. (Attached at the end of this section,) 12_ � lSTl C UTILME -. The tnc.atians and dimensions shown on the plans relative to exlsfing utilities are based on the hest information available. It slab be tha Contractor's responsibliity to verify locatimon of adjacent andfor conflicting utilities sufrc3en4 In advance of construcllan In order that he may negaliate such local adjostments as are necessary in the conWLIC110n process in order to provide 8degrrate clearance The Contractor shalt take ell necessary preczutions to Order to protect all servles encountered Any damage to utilities and any losses to the utility GIty due to disrupilon of service resulting from the Contractor's operations shall be at tha Contractor's expense. 13- PARK A _ CONBTRLIqTk_ON: Daring the construction of Ihis prefect, it wilt be required that all parkways b® excavated and shaped at the same time the roadway is excavated. Excess excavation wkll he disposed of at lc�caHopi s approved by the Director of the Departmant of Engineering, 14_ MATE R[AL.STORAGE: Material shall nol be stored on prlvale property on less the Contraclor. has ohtained permission from the prupedy City 15. PROTIECTION OF EX ISTINO UTILITIES AND IMPROVEMENTS: The Contractor shall tale adequate measureF5 to prated all exlsting struGl4rreS. improvements and ullUles, whIch tray he encourftered. The utility lines and conduits shown on the plans are far information anty. and are not guaranteed by the City or the Engineer to be accurate as to extent, local Ion and depot, they are shown an the plane as the best Information available al the time of desigrr, from the Owners of the utIIltirs Involved and from evidences found an the gfr-wnd. 16. INCREASE OR DECREASE IN QUANTITIES; The quanillles shown In the Proposal are approxirnr ile It is the ContracWs sole responsibility to verify all the minor pay item quantities prior to subrnitting a bid. Na additional compensatlon shall be paid to Contractor for errors In the quantities. Final payment will taco based upon field measurements, 'fhe City reserves the right to alter tine quanIiti05 of the work to be performed or to exbt nd or shorten the Improvemenis at any tirrre when and as found to be necessary, and the Contractor shall perform the work as altered, Increased or decreased al tl Fo unit pricers as established irr the can Iract documents, No aIIowan te will be made for any changes in anticipaled profits or shall such changes be considered as waiving or InvaWall ng any ccrid itlans or provislons.ar the Contract Documents. Variations in gLantiltiles a storm drain papas in depth dategories shall be inlerpreted herein as applying to the o�era II quantities of storm drain pipe in aech pipe size but not to the various depth categories, 17. 'COMACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants and agrees to lndeninify CIty`s Engineer and Architect, and their personnel at the project site for Contractors sole negligence, In addition, Contractor covenants and agrees to Indemnify, hold harmless and defend, al Its awn experrsa, the City, its off icars, servants anal errrptayees, from and against any anti all claims or suits rot property loss, property damage, personal injury, including death, arising out of, or alleged to anae out of. the work and services to be performed hereunder by Corrlractor, itr,officers, agents. ernptayees, subcrntraators, Ilcerrsees or invitees, whether, or not any Such injury, damage or death is caused, In whole or In part, by the rreglrgenue or alleged negligence of Cray, its officers, servants, or employees, ConIranor iikevwise covenants and agrees to Indemnify and hold harmiass the. City frarn and against any and att injuries to ity's pfficers, servants and employees and any damage, loss nr duslrucliorr to property of the City arising from the pedorrnance of arty of the terms arid conditions of this Contract, whether or not any such Injury or derrrage Is caused In whole or in part by the negligence or alleged negligence of City, its officers, s ervanfs or employees. 10127l04 SP-5 In the evert i Ity receives a writ[en claim for damages against the Contra r or its Subcon[ractors prior to final payment. final payment shall not be made until Contractor either (a) Submits to City Satisfactory evidence that the claim has beefk settled andlor a release frorn the claifnant Involved. er (b) provides City with a letter from Contractor's liability insurance carrier that the claim has been rofotred to the insurance carrier, The Director may, if dae mod appropriate, refuse to accept bids an other City of i=art Worth public work from a Contractor against whorn a claim for damages is catstanding as a result of work performed undar a City Contract. 18_ EQUAL EMPLOYMENT PROVI-9IDN S Contractor shall comply Wth City Ordinance Humber 7278 as amended by Cfty Ofdlranca Nornber 7400 (Fart Worth City Code Sections i 3=A-21 through 12- A- 9) prohibiting discrimination In employfrients practices. The Contractor shall post the required notice to that effect on the project site, and at his request, will be pravided by assistance by the City of Fort 1 orth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor Appfopdate notices may be acquired from the Equal Employment Officer, 19. MI NOR AND WOMEN B U S1 N ES S I=NTE PR E IWBE COW,? UANCE. In accordance with City of Fart Worth Ordinance No. 15530, the City has goals for the participatlon of rntnarity business enterprises and women business enterprises in City contracts. The Ordinance is Incorporated in fhese specifications by TOeren _ A copy of the Ordinance may br~ obtained from the Dffice of tha City Secretary. Failul'e to Comply with the ordinance shall be a Matorlal breach of contract_ MIWBE UTILIZATION FORM, MNVSE 0 OALS WAIVER FORM AND GOOD FAITH EFFORT FORM, as applicable, must be submMed within fine (5) city business days after bid.opening, Failure to comply shall reader the bid non -responsive, Upon request, Contractor agrees to provide the City complete and accurate information regarding actual work performed by a MIrivrity or Women SQslness Enlerprlse {M1*RE) on the contract and payment thereof_ Contractor further agrees to permit an audit andfor examination of any bl�Qks, records ar tiles In its possession that will substantiate the actual worn perfarimed by an MBE andlor VVBE. The rnisrepresentaIEon of acts (other lhan a negligent rnisrepresenla#ion) and for the commission fraud by the Contractor will be grounds far termination of the oontraut andlor initkating action under appropriate Federal, state, or local laws or ordlnan Writing to false Statement_ Further, any such misrepresentation (other than a negligent misrepreseritation) and(ar corn mis.sicn of fraud will result in the Contractor being determined to be irroWnsible and barred #ram participating In City work for a period of lime mt:letss than threia years. 1'he City wall con8lderthe Contractor's per#ormarice regarding its MAVIBE program in the a►08luatlpn of bids_ Failure to comply wilh the CIly's MAN BE Ordinance, or to dernon5trate "€good faith effort", shall result in a bid being rendered nary -responsive to specifications. Contractor shalt provide copies of subcontracts or ca-signed letters of intent with approved M VBE subcontractors prior to issijance of the Notice to Proceed_ Contr'actaf shall also provida manthiy reports on utltixatlon of the subcontractors to the Cl[y's MN1+BE office- 7 he Contractor may count first and second her scbContTacterS andlor suppliers toward meeting tha goals. The Contractor may count [award Its goal a portion of the total dollar amount of the contract with a faint venture equal to the percentage of the MM BE participation in Ole tov venture for a clearly defined portion of the work to be performed. All MANBE Contractors used in meeting the goals must be certified prior to the award of the: Contraot. The MAN BE Contractors) must be certified by either the North Central Texas Regional Cartifacatiorr Agency (NCTFZCA) or Texas Department of Transportation JxDDT), High" Dlvislfln and must be located in the ulna (9) 10127/04 P-6 county marketplace or -currently doing business in the marketplace at tlrn8 of bid_ The Contractor shall contact all such MWBE subcontractors or suppliers prior to list]ng them on the MNVBE utilization or good faith effort forrn+ as appllcabie_ Fallure to contact the listed f4+tUBE subcontractor or supplier prior to bid opening may result in file rejection of bid as non- rrwsponsive. Whenever a change order atfects- the wofk of an M/WUE subcontractor or supplier, the MIWBE stall be given an opportunity to parfvrm the work. Whenever a change order exceeds 10% of the o0gjnol contract. the f NV13E coardim3tof shall determine the gMs applicable to the work to be performed under the change order wring the term of the contract the contract shall; 1. Make no unjust1fied changas or deletran-s in its M/VVBE participatlorM oomrnitrnEnts submitted with of subsequent to the bid, arrd, 2, If substantial subeontraicting andlor substantial supplier opportunities arse during the term of the contract which the Contractor had represer}ted he would perform with his Forces, the Oontractar shall notify the City hefare subcontracts or purchase orders are let, and shall bia required to comply with modlfJcatlons to goaCS 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 MfWBE subcontractors or suppklars_ Justification for change may be 9ranted for the following; o. F311urrr of Subcontractor to provide evidence of coverage by Worker's Compensation Insurance, h. Failure of Subcontractor to provide required geneFaI liability of other Insurance, c. Farlure of Su boon tractor to execute a standard subcontract form in the amotinI of (lie propo I used by the Con Iraclot In preparing his M1W8E Pair iripaklon plan. d, Dafautl by the MNVBE sutacortttaoor or �;uppller in the performance of the subaoritractor_ With In ten (10) days after final payment from the City, the Contractor shall provide the MPNRE Office with documentation to reflect fin'at paillcipatlon of each subcontrac#or and supplier used on the projenl. inoW;ive of ME5. �0. FINAL Q LE Final cleanup work shall be clone for this project as soon as the paving and curb and gutter has been cornplated W� rnore thaF seven days shad elapse after completion of ciontructlon beforo the roadway and R.OW, Is cIEancc! up to do sati5factiart of the En9irrear. The Contractor Stull make a fin aI cleanup Of all parts of the work before acceptance by the City or its represenIra ive ThIs cleanup shall Include removaI of all objeclionable rocks, pleces of asphalt or concrete and other con structiun rnatedals, and ln:generaf preparing the site 4:4 the work in an orderly Manner and appeararice_ 1 CONTRACTOR ODh+IFI-tANCE WITH WMKER'S COMPENMN'La W., A. Workers Oornpensa5on Insurance Coverage a. DEFINITIONS: b. Oertlilca#ion of coverage {" Certificate'), A copy of a certificate of Insurarice, a certificele of authorlty to self -insure issued by the cornrnlssion, ofi a coverage agreemerrl (T CO-B1, T CO- $2, TVV C-t 3, OR TVVCC-84), showlnq gattitoty workers' cornpen tioxn insurance coverage for the person's or efaitVs E�rnployees prov4ng services inn a projeel, for the duratlen of the project DUratfon of the project -includes tihe 11ma from the begianmg of !Ms Work oil the project until the ConIractw'slperson's work on the project i)as been completed and accepted by the guvernrrkental entity Pefsom providing services an the project ("subcontractor" In §406.096)-includes all persons or entitles performing e I I or part of the services the Contri GUor has undertaken to perform on the prejecl, regardless of whether that person contracted ditectly +Rath the Contractof and regardless of whether that person has employees. This includes, without limitation, indepeodarrl Cantracttfa, subcantraclofs, leasing compariies, motor carries, hy-opetators, ern ployee+ L of any such entity, of ernployoos of any entity which fumis;hes persons to provide services on the project_ "Services" include, without limitation, providing, hauling, ordelivering equipment or materlaIs, or providiing labor, tranSporladon, of other services related to a project "Services" does not include activities unrelated to the project, such as foodlbeverage vendors, office supply deliveries, and delivery of portable Toilets. The CorAfactar shall priovide coverage, based on proper reporting of clas5Ikation codes and payroll amounts and filing of any coverage agreements, which meets Me statutory requirements of Texas Labor Code. Sectlon 401.01 1(44) or all employees Qf the Carrlractor providing servlees on the proeci. for the duration of the projecL c_ The Contractor must provide a cergcata of coverage to the governmental entity prior to Ming awarded the contfaot_ d_ It the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor rnust, prior to the end a tha coverage perted, hie a new certif€ca€e of coverage with the governmental entity showing Ihat coverage has been extended. e_ Thu Cor`tractar shall obtain front each person providing services on a project, and provide to the governmental anti€y, (1 a certificate of coverage, prior to that person beginning work on the projecl, so the governmental entity will have on file rerOiflcates of cowage showing overage for all pemons providing services on the project; and (2) no later than seven days after receipt by the Contractor, a now certificate of coverage showing extension of coverage, if the coverage period showa7 on the current oertifkCate of Coverage ends during the duration of the projer-1. f. The Cuotiractof shall retain all rewired certificates of coverage for the duration of the project and for one year thereafter g. The Contractor shall notify the governmorital entity irk writing by certified mail or personal delivery, within ten (10) days tarter the Contractor know or shoUld have known, or any change that materially affects the prQvi*ion at COVerege of aoy person providing services an the project.. h. The Contractor shall past an each prgiect sltc a notice, In the text, farm and manner prescribed by the Texas Worker's Compensation, Informing all persons providing services on the project that they are required to be cavered, and station how a person may verify coverage and report, lack of overage, 1. The Ccntractor shall contractually require each person with horn it eontraols to {provide service on a prejact, to: { 1 provide coverage., based an proper reporting on cla ssi flcal ion cades and payroll arnDunts and filing of any coverage ,Nreernents, which meals the statutary requiromr.nts cal Texas Labor Code, Seddon 401.01t (44) for all of its employees providing services on [lie projecl-, for the duration of the project, 10127104 SP-B () provide la the Corntractor, prior to that person beginning work on the project, a certihcale of coverage showing. that coverage is being provided for all employees of the person providing services on the project. for the duration cf the project; (3) provide the Con ifactor, prior to The end of fha coverage pgrlod, a new certificate of coverage showing. exterr5i3rr of coverage, if the coverage period shown on the cotrenl certificate of coverage ends during the duration of the project; (4 ) obtain farm each other person wtih whom it contracts, and provide to the Contractor (a) a certlricate of coverage, prior to Lhe alder person beginning work on the project; and {b} a new certlf€cale of coverage showing extension of coverage, prior to the end of the coverage pedod. If the coverage perlod shown on the current certificate of coverage ends during the duration of the project; (d) 'retain all required terllfiicat8s of coverage on 011a for the durati;Qn of the project and for one year thereafter. (d) notify the govemrnenlal entity in writing by certified mall or personal dalivery, within ten (10) days after the'persan know 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 wham It contracts, to perform as required by paragraphs (1)-(7), with the c:artificates of coverage to be provided to the parson fof whom they are providing %erviice3. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is represartting to the govern rnaMal entity that all employees of the Contractor who wI€I provide services on the project will be covered by worker's compensation coverage for the duratioA of the projeo#, that the coverage wlli he hased on proper reporting of classification codes and payroll amvunt�;, and that all coverage agreeMents will he filed with appropriate insurance carrier or, in the case of a ,self- irrsured, with the commission's Dlvlsion of Self -Insurance Recgutatlon. Providing false or misleading information may subjeck the Con Irai:Aer to a dirrinistrafive, oriminal,.cl�+tl penaltles or other civil actions k. The Contracicirrs failure to comply With any of these provisions Is a breach of contract by the Contractor which entities the governmental entity to declare the if the C ontfactor does not remedy the breach within ten day after receipt of notice of breach from the governmental entity- B. The Corrlractof small post a notice on each pmjecl rile IWorming all persons provlding serulces on the project dial they are requ[red to be covered, and slating how ;� person may Verify current coverage and report failure to provide o4verage- 'rhIs notice does not satisfy other posting regoIrements irnpused by the Texas 1+ wkeft Campensation Act or other Texas Workier's Commissiun rules- This notice rnus( be printed with a title In a least 30 point bold type and text in at least 19 point normel lype, and shall be In bolh 1=ng11sh and Spanish and any ulher language common to the Worker popola#inn, 1 B127104 P-9 The tent For the mi lr.es shall be the fol7flwing1ext, vdtli ut "a-hy additlanal wordti yr changes; "REQUIRED WO R KE R'S COMPENSATION COVERAGE Tha iaw requlfes that each parson working can this site or providing services related to this cortEdruction pro]eo must be covered by worker's ccrmpensaflOn Irrauranne. This Includes persons provIdIng, hauling, or dal Ivering equlpmr±nt or materials, of providing labor or [ransportatlon or other service related to the project, reg�rdle5s Or the ldentlfy of their employer or status as an employee." Call the Texas Workar's Compessafion Commission at 512A4(F -37Sg to receivit.? Information on the legal requirement far coveraga, to verify whether your employar has provided the required Coverage, ur to report an employer's failufe to provide coverage'. 2. SUBSTITUTIONS. The specfiications for materlets set out the mSnIrnum standard of quality Ihat the City beIH�+es necessary to procure a satinfaatary projecl No su bstltu I Ion s will be permitted unfit the Contractor has recelved wrdlt;n permission of the Engineer to make a aubstituI[on for the material that has been specified, Where The term " 0 r equal", or "or approved equal" is used, It Is understood that it a material, prDduct, or place of equipment bearing the name so used Is furnished, it wlII be approvable, as the particulaf trade name was used for the purpose of establishing a standard of quality acceptable to the City, IF a product of any tither name is proposed substitutes is procured by the Contractor_ Where the term `car equal", or "approved equal" is not used in the specifications, this does not necessarlly excludo alternative items or material or equipmenI which may acoomplish tha intended purpose_ Il to ever, the Contractor shaill have the furl responsit4lity of providing that the propas-ed substitullon is, In Fact, equal, and th8 Engineer, as the representative of the City, shall be the sole judge of Rie acceptability of substitu[Ions. The provlslans of the sub -section as related to xsubsiiIutions" shall be applicable to ali suctions of these spaclficatlons, 23. MEG HANI S AN MATERIALMEN'S UEN, The Contractor shall txe rewired to execute a Wease of me cl enics and materialmares liens upon receipt of payrnenl_ 24_ WORK ORQEFt DELAY,, All utilities and right-af-way are expected to be clear and easernents andlor permits obtained on this project within sixty (60) days of adve bsernent of This project, The work order for subject project will not be Issuad untll all titilltle8, right-of-ways, easements and/or pefrnits are cleared or obtained, The Contactor shall riot hold the City of Fort Worth responsible for any delay in lssuinq the work order for this Contract 25. WORKING DAYS: The Contractor agrees to =mplete the Contract within the allotted number of working days. 8. R.1GHT TO ABMDON.: The City reserves the right to abandon. without obll9atlon to the Contractor, any part of the project or the entire project at any time before the Contrador begins any construction work authorized by the City. 27. CONSTRUCTIQN SPEC IFICATIONE: Thts contract sync# project are governed by the two fallowing published specifcationa, except as modfFed by tit Special Provisions. STANDARD S P ECI F ICATIO NS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH STANDARD SPEQ F ICA710NS FOIE POBUC WORKS CONSTRUCTION NORTH CENTRAL TEXAS I D/27/04 SP-10 A copy of 8lth6r of these sp 'ificatians ml be purchased al the Qf�ce of the DepartmEnt of Engineering, 1000 Throckrnortan Street, 2 d door, Munlrlpat Building, Fort Worth, Texas 76102, The specificatlons applicable to each pay Item are indicated in the call -out for the pay item by the Engineer. If not shown, then applicable published speclflcatfons In either of these documents may be followed at Vie discretion of the Contractor, General ProvlsIon s shall be those of thP- Fort Worth document rather than DIvlsion 1 of the North Central Texas doctimen L 8. PAN INTENANCE STATEMEN -. T he CiDelraotor shall be re5pan slbte for defects in this project dire to faulty matoriafs and wotkrnanshlp, Qr In A, for a period of two (2) years from date of rnal acceptance of this project and will be required to replace at his'axpense any part or all of the project vvNch becomes defective duce to these causes_ 2g_ f]E'LAYS The Cori*dct6r shall recalye no compensation for delays or hindrances to tine work, except When diract and ttnavoldable extra cost to tha Contractor Is caused by the failure of the City to provide Information or rnaterlal, iF any, whJch is to be furnished by the City_ When such extra compensatlon is claimed a written slaternent thereof shall be pMsent,ed by the Contractor to tha Director of the Department of Enginearing and I by him found corract shall be approved and referred by h I m to the Counoli for final approval or disapproval; and the action thereon by the Council shall be final and binding, II delay is ceased by speclfrc orders given by the Engineers to stop work or by the performance of extra work ar by th B failure of the City to provide material or necessary Instructions for carrying on the work, then such delay MI. entitle the Contractor t4 an equIvalenl extension of tlme, his application for which shall, however, he subject to the approval of the City C€ uncil; and na such extemMon of time shall release the Contractor or the surety on hls perforfmmnce band farm ati his obligatio€rs hefeunder which shall remaln in fall force unfik khe discharge of the con(raet_ 30. DEJ'O.URS AND BARRICADES: The Contractor shalt prosecute his -work In such a manner as to create a mirilmum of interruptlan w traffic and pedes&Jan facllittes and to the Flaw of vehicular and pedestrian traffic within tale project area Contractor shaII protect construction as requited by Engineer by provIding barricades_ Barricades, warning and detour signs shall conform to the Standard Specifications "Barr€ers and Warn Ing ancffc)r Detour Signs," item 524 andlor as shown an the pans, Canstructian signing and barricades shall conform Wilh "1900 Texas Man LIM bn Uniforrn Traffic Control IDavlces, Vol, No, V 31 DIB__. _PO .AL OF aQJUFJLL IVlATER1AL- Prior to the disposing of any spoilffill material, ilia Contractor shall aftse the Director of the Department of Engineering sctirq as the CIty of Fart orth's Flood Pialn Adm in isl rator ("Adrninistratur"), of the to-ation of all sties where the Contractor Intends to dispose off such iraterial_ Contractor shall not rflspose of such rnaterl81 unlit the proposed sites have been determirsed by the Administrator to meet the requtremenIs of the Ftcod Plain Ordinance of the City of Fort Warih (Ordinance fro_ 10D56), All disposal sites must be approved by the Administrator to ensure the nIIjng is not occUrring With In a ffaod plain withGut a permit. A flood plain perrnit can be issued upon approval of necessary engineerJng studies_ No fill permit is required if disposal sites are not if a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a fetter signed by the Administrator stating that tha site is not in a known flood plain or by a Flood Pfalt. fill Permit authorizing flff Vvifhin the ftcod plain- Any expenses associated with obtaining the fill permit, inctudIng any necessary engineering studies, shall be at the Contrantorfs exparise. In the event that the Contractor disposes of spoiUfll materials at a site Without a fill permit or a I'atter from the administrator approving tha disposal slle, upon notification by the'Director of EnginOL%ring. Contractor shall remove the spoiltfiII material at its expense and dispose of such materials in aoc:ardance with the Ordinance of the City and this section, 32 QUALrFY CONTROL TEST1NO 1017104 P- 11 (a) The Contractot shall furnish, at its own expense, oeflificabion.% by a private laboratory for all materials proposed to he used on the project, including a mix design for any asphaltic anftr Portland cement concrete to be used and gradation afralysls for sand and crushed stone to be used along with the name of the pit from which tha material was taken, The Contractot shalt provide manutactuFefrs rartftalions for all manufactured items to he used In the project and l I I beat any expense related thereto. (h) Tests of the design concrete rnlx shill be made by the Contractof's laboratory at trust nine days prior to the placing of concrete using the same alggregate, cement and mortar which are to be used Iater In the conqele. The ConMaclor small provide a uartifted copy of the test results to the City. (c) Quality control testing -of on site rrlaferiat nn this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meat project speciFicalions will be al the expense of the Contractor and will be billed at commercial rates as determined by the City. The (allure of the City to make any tests of materials shall in no way relleve the Conlraclor of its respons ibl I Ity to fumish materials and equipment confaimIng to the requirements of the contract (d) Nol less than 24 hours notice shall be provided to tha City by the Coniractor for operations requ[ring lasting. The l: contractor shall provide access and trench safety system (if required) for the site to be tested and arMy work. effort Involved Is deenmpd to he Included In the unit puce for the Merry being tested, (a) The Contractor shall provide a copy of fire ttfp tlbk& for each load of fl I I material delivered to the job elite. The ticket shall. sper iN the na&te of the .pit supplyrlag the fill material_ 33_ PROPERTY ACCESS. Access to adjacent propefty shall be'maintained at all Hynes unless otherwise directed by the Engineer. 34. SAFETY RESTRICTIONS - WORK N AR HIGH VOLTAGE LINES: The fallowing procedures will he followed fegardIng the suInject item on this contract_ (j�i) A warr,ing sIgn not less than Nve Inches by seven inches, pairl led yellow with black letters that are legible at twelve feet shall be placed Inside and outside vehicles such as cranes, derricks, power shovels, drllling rigs, pile drivers, hoisting equipment or simllar apparatus. The war ins sign shall read as fol.IoWs: "WARNING —UNLAWFUL LAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINE," (b) Equipment that may be operaled within ten feet of high voltage lines shall have an insrrlating cage -type of guard aWtJI the boom -or arm, except back hoes or dippers and Insulator JlTlks On the IIft hood confiectiom. (c) When necessary to worts within six feat Df high voltage electric lines, notrflcatinn shall be given the power company (TU Electric Service Company) which will erect ternporary mechanical barriers, de -energize the ilne or raise or lower the lime. The work done by the power company shall not be at the experxse or the Clty of Fort Worth. The r* ifying (department shall rnelntain an accurate log of all such calls to TU Electric Service Cnrnpany and shall record action taker in each case- (d) The Contractor is required to make arrangements with the TU Ekl ctdc Service Company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense-. 10127104 P-1 {e} No person shall work wllhin six reet of a high voltage line Wthpul protection having been h3ken as outlined In Paragraph (o), 35. WATER DEPARTMENT PRE-QUALIFICA71ONS: Any Contractor perf&MIng any work on Fort 1 crth water or sanitary sewer facilities must be pre -qualified with the Water Deparlment to perform !Wch work in accordance with prncedores described In the current Fort Wnrth Water Department General Specifications which general 5peclfioalions shall govern performance of all such work, 36. RIGHT TO AUDrr: (a) Contractor agrees that the Cdy shall, until the expiration of three (3) years after final payment tinder this contract have access to and the right to examine and photocopy any directly pertinent nooks, doctiments, papers and records of the Contracbr involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to afl necessary Contractor faclflties and shall be provided adequate and appropriate workspace In order to conduct audits in compliance with [tie provisions of this section. The City stroll give Cont raclor reasonable advance notice of intended audits. (b) Contractor furNier agrees to include in all its subeantracts hereurLder a provision to the effect that the subcontractor agrees that the My shali, under the expfratlon of three (3) years after final payment under the subcontract, have access to and the right to examine and ph=4o opy any directly pertinent books, docurnents, }gapers and records of such subcontractor involving transactions to the subconlract and further, that City shall have access during normal working 11nurs 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 stroll give subcontractor reasonable advanca notice of interided audits, (c) Contractor and subcontractor agree to Fhotompy such documents as may be requested by the City, The City agrees to relnibkirse Contractor for the cost of copies at the rate published In the Texas Ad rni nistrative Cc -de in effect as of the IIme copying Ga performed, 37. CONSTRUCTION STAKES; 'rhe city, through its Surveyor or agent, will ptovlde to the Contractor construction stakes or other customary methods of markings as may be found wnsIMent with professionaI practice to establish line acid grade faf rondwny and utliity construrNon acid centerlines and benchmarks for brldgework. These stakes shall be set sufficiently In 8dvance to avoid delay whenever practical, Cane set of stakes shall beset for all utlllty construction (water, sanitary sewer, drainage, etc,), one sot of sxcavatluplff r stabilization stakes, and one set of stakes for curb and gutter.andfor paving. II shait be the sole responsibfflty of the Contractor to preserve, maintain, transfer, eta., all stakes furnished until completion of the ccnMrucIlun phase of the project for which they were furnished, tf, in the opinion of the Engineer, a sufficient nurnber of stakes er rnarking� provided by the City have been lost, destroyed, or disturbed, that the proper prosecution and control or the work contracted for in the Contract Docurnerrts cannot take place, then the onlractar-ShalI replace such stakes or markings as requ[red. An individual regIstared by the Texas Board of Professional Land Surveying as a Reglstered P,rofesslona1 1.and Stjrveyor shall replace these stakes, at the Contactor's expense, No cla€ms for delay due to a lark of replacement of construellon stakes will be accepted, and time will contlraue to be charged in accordance with the Contract Do=rnents. 38. LOCATION OF NEW WALKS AND DRIVFWAY SP- 10)271pd Sly-13 The CoMroctor will make every effort to pralect existing trees vvitbin kite parkway, wrlth the approval of the engineer the Cantraatoi may re-lo=te proposed new driveways and walks around exlsting trams to minirnize damage to trees. 39. EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this corrtracl. In order le unsure lhal the Conlractor Is responsive when notified of unrWisfaclory performance andlar of fulture to maintain the contract schedule, the following process shall be applluable- The work progress on all construction projects will be closely monitored. On a bl-rnunthly basis the percentage of work complated will be- narnpared to the percrintage of time charged to the coritrauL if the arnount of Work performed by the Contrarlot is less lhan the percentage of time allowed by 20% or more (example• 10°!n of the work c4rnpletetl in 30% of tie staled contract time as may be amended by change order), the following praacfive measures Witl be taken: A letter will be mailed to the Contractor by cortiflod rnail, r rn receipt requested dernandlrwg that, within 10 days From the date that the letter Is recolve-d, it provide sufficient equipment, materlals and labor to ensure cornplelion of the work within the contract time. In the svenl the Contractor mceives such a letter, the Conlractor shall provide to Iha Clty an updated schedule showing haw the project will bo completed within the contract lime. The Project Manager and the Dlrector8 of the Dcipartrnenl of Engineering, Waler Department, and Department of Transportation and Public Works wlII be made aware of the siIuatlnn, If necessary, the CIty Managers Offioe and tale approprlate city wuncil members may also be irtformed. 3- Any notice that may. Jn the City's sole discretion, be required to bi: provided to interested Individuals will distributed by Uie Engineering Department's Public Information Officer. 4- Upori receipt of the Contractors response, the appropriate Clty departments and directors will be notified, Tlie Engineering Department's Public information Officer wlll, it necessary, them forward updated notices to the interested mdividuats. 5 Ir the ContracwF fails to provide an acceptable schedule or fnnls to perform sallsfactorily a second time prior to the uornpleliun of the contracA. the bonding company will be nolilied apprQpriately- 40- AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the rollowing guidellnes relating to working on City cons#uctlon sites on days designated as "AIR. POLLUT1ON WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, throogh OCTOl3J R 31, with 6.00 a.m. - 10:00 a.ni. being critical BECAUSE EMISSIONS FROM TH1S TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE 11OT ATM 0SP1-17RE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION Th-e 'Texas Commission on Environmental Quallty+ (TCEQ), In coordination with the National Weather Service. will Issue the Air Pollutica Watch by 3:00 p.m. on the eflemGon prlor 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 Alf Pollution Watch Days anti es such shaJJ not begin wart{ until 10:00 a.m. whenever construction phasing TNolres the use of motorized equipment for periods in excess of 1 hour, HiDwever, the Cnrrtmctvr may begin work prior to 10;00 a.m. if iise of motorized equipment. Is test than. 1 hour, Dr If equipment Is new and cerfiJaed by EPA as "Low Emitling or equipment burns Ultra Low Sulfuf Diesel {tJLSD), dlesal emulsions, or alternative fuels such as C NG; 10r2TI04 SP-14 If the Contractor 1s`Ii hgbfe #o perform d6niftjotiN 06+ k for a pedod by 41: Dist si uen hovers fiMtwdio the hours of 7;00 a.m. - 6,00 parr., on a designated Air Pollution Watch Day, that day will be considared as a weather day and added onlo the allowable weather days of a given month. CONSTRUCTION ITEMS 41..PAY ITEM - UNQLASSIFIEE) STREET E CAVATION: Sea Standard SpecIfIcations Item No. 106, "Unclassified Street Exeavatien" for speciflca(iQns governing (his Item. Removal of exiMIng pevnetratlan or asphalI pavement shall be Included in this item, Operations neees'sary to windrow existing gravest base In order to- tower or r,0lse fubgr�ide skull be considered as tubaediary to Ihis item and no addi(ion8l cornpensatiran shell be given as such. During the cons"cilarr of this project, it is requlred Ihal all parkways be exc.avalad and shaped at the s*me lime they roadway Is excavated_ Exoes�; excavatlon wilt be dlsposed of aI locations approved by [he eriglnear. The intevretion or the City is to }gay only the plan grFantlty wl(hoLit measurement- Should either contracting party he able to show an error in the quantities exceeding 10 percent, then actual quantities will be paid fear at the unit prices bid_ The party requesting the payment of actual ra(her than plan quaintitin is responsibk� for bearing any survey andlor rneeasurement costs necessary to verity (he factual quantlties_ 42, PAY ITEM- 6" RFI FOR EO-CONCRETE PAVEMENT; (a) All applicable provlsiores of standard Specifications Item 314 LL oncrete Pavement," shall apply. The Contractor shall use a six (6) sack concrete rnix for all hand placement in the Intersections_ The unit price bid per square yard shall be full payment for all labor. material, ega.,iprnent and incidentals necessary to complete the warn_ (b) Once an evaluation of thfl pavement Is made to determirtie whether the crank Is due to dlsttess or minor shrinkage, the following policy wlII apply; (1) When the crack is minor and due to Odin kage (cosmellc ), then no further t ati-rant will be needed- (2) If the crack is due to distress (structural), the failed pavement must be removed and replaced a mInitnum of 6 feat In rto case should the remaining portion of Ihe panel Lie Mess than 5 feet wide after repairing the failed panel, (3) Any crack wIlhin 12 Inches of any IcIN must be removed and replaced a Minie'rturn of 6 fee( to prevent f iturex spaliing of the pavement, (e,) All canceete pavevrnen( no placed by. hand shall be plaeaad using'a fully auto�a#e=d paving machine as appravad by the Constructor Engineer Screeds will riot be allowed except if approved by the Construction EngineQr. 43, PAY ITEM - SILICONE JOINT,5F-ALING FOR CDNCRETE PAYU0ENT: CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING (Revision 1, October 18, 1989) (Recision 2, May 12, 1994) l0l27144 SIB-15 1 SCOPE This specifrcatien far sillrone joint sealing Portland Cemen I CiDfkCrste pavement and curbs shall supersede Itern 314. , (11) -Joint Sealing Materials" of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - C1TY CF FORT WORTH, and Itom 2.210 "Jolnt Sealing" of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH TrXAS COUNCIL OF GOVERNMENTS. , MATERIALS ,1 The sil lcone joint sealant shall meat Faderal Specification TT-001543A far Class A sealant except as modifi�A by the tell requirernants o[ this speciflcatlon, Before Me i5slallalion of the joint sealant, the Contractor shall IurNsh the Engineer rertificatl,Gn by an independenI testing laboratory that the silicone Joint seafan# meet these regwiremerlts_ 2.2 Thr- manufacturer of the slllt-one joint sealarit shall have a minimum two-year demon stratod, doct,rrmented successful field performance With Portland Cernant Concrete pavemeril silicone joint sealant syMerris. Verifiable docurnentauan shall be suhmittod to the Pnginenr. Aretic acid cure sealants shall not be eccepied, The silicone sealant shall bB cold applied_ 2.3 Salf-Leveling Silicone Joint Sealant The joint sealant shall be Mw Corning 890-SL self -leveling silir#ne join( sealant as manufiaoturod by Dow orninq Corporation, Midland, M148686-0994, cr an appfoved equal_ SIf f.cvelinra Silicone Joint Seafrit Tess Method Test Renoirem of AS SUPPLIED .6.. Non Volatile Conterkt, % min, 96 to 99 mllI _S_8802 Extrusion Rale, granislminute 275 to 550 ASTM D 1475 SpecI lc Gravity 1.206 to 1.340 '*&* Skin -Over Time, minutes max, 60 '"" Cure Time, days 14 to 71 %ase Full Adhesion, days 14 to 21 AS CURED - AFT R ASTM D 412, Die C Mod. Elongation, % mil}. 1400 ASTIVI D 3583 Modulus c 1507o Elongation, psi max. 9 fort 14 Mod,} ASTM C 719 Moverroent, 10 cycles @ +1001-50% No Falfure ASTM D 3583 Adhesion to ConcrMa, °lo EIGPgatlori mirk 600 (Se,t_ 14 food.) ASTI I 0 3583 Adhesion to Asphalt,Elongation min. 600 {Sect i4 Mod.} 101271D4 SP-16 2.4 The joint filler sop shall be of a closed cell expanded pclyethyaene foam backer rod and polyethylene bond breaker tape of sufificient size to Provide a tight seal. The hack rod and breaker tapa sha11 be installed In the saw -cut joint ko prevent the Jalnt sealant frorn lowing to the bottom of the Joint The backer rod and breaker tape shall be compabbte with the 8Wcone joint sealant and no bond or reaction shall occur bekween thorn. Ralerence is made to the "Canstruetlon Detail:" street fcf the varlous joint details with their respective dimenslans. 3. TIME QF APPLICATION On newly constructed Portland Cement Concrete pavement, the joints shall be initlally saw cut to the required depth wlIh the proper joint spadng as shown on the "tlonstfLctlorr DetaiI" sheet or as direcled by the Engineer within 12 hours or the pavement placement. (Note Ihal for the "dummy" joilnts, the Irrilta1 1 f4 Inch width "green" saw -cut and the "re5arvair" saw cut are identicaI and should be part of the same saw cutting operation. Immediately after the saW cutting pressure washing small be appIled #o flash the concrete slurry from the fre'shly saw v.ut Joints,) The pavement shall be allowed to curd f6r a rnlnimum of seven �7) days. Then the saw cuts for the joint sealarit reservoir small be made, the joins~ cleaned, and the joint sealant insta[led . During the application of the J:olnt sealant, the weather shall not he inclement and the temperature strati be 40F {4Q and risirig. 4. EQUIPMENT 4.1 All necessary equlpment shall be fumished by the Ciontractar, The Contra 0cr shall keep his equlpmr -rit in a satisfactory working condldon and shall be Inspected by the Engineer prior to the beginning of the work. The minlmern requirements for construction equipment shall be as follows: 4_2 ConCret-a Saw, The 68 ing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. 4_3 High Pressure Ureter Pornp: The high pressure cold water pLimping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concretes slurry from I:Ni saw -cut joint_ 4.4 Air C ampressors' The delivered compressed air shall' have a pressure in exoess of ga psi and 120 cfm, There shall be suitable reaps fof the rernovai of all free water and olI frorn the compressed air, The blow -tube shall fir into the saw -cut joint. 4.5 Extrusion Pump: The aLitput shall be capable of supplyIng a sufficient vottime of sealant to the Jolnt, 4.6 injection Tod; This mechanical device shall apply the sealant uniformly lnto the joint. 4.7 SamdKast6r, The design shall be for commerciat use with air corrpressors as speclfled in Paragraph 5A 4.8 Fucker Dead Roller and Tooling Instrument; These devices shalt be clean and free of cantamination . They shall be compatible with the join depth and width requirements, 10127104 5 P-17 COf STRUCTION METHODS 5,1 General, The Jolnt reservtair saw cuttjng, cleaning, band breaker installation, and joint sealant plarernant shall be performed in a corithiu#us seq uenoe of Operations 5.2 Sawing Jolrits; TN! iolnts shall be saw -cut to the width and depth as shown on the "RonstrucVon Retail" sheet. The faces of the joints shall be uniform In width and depth along Ehe full length of ihejoint, 53 Cleaning Joints; Immediately after sawing, the resulting concrete scurry shall be completely removed from the joint and adjacent area by flushing with high pressure water. The water flushing shall be done in ono -direction to prevent joint can(amination. When the Contractor elects to saw the joint by the dry method, flushing the joint with nigh pressure water may be deleled. The dust resulting frow the sawing shall be removed from the joint by using compressed air. {Paragraph Rev 1, October 18, 1989) After (;amplola drying, the Joints shall be sandblasted They nozzle 0alI be attached to a mechanical aiming deuice so #hat the sand blast will be dire1ted al an angle of 45 degrees and at a distance Of arts to two inches from the face of the joint_ Bath jDinf faces skull be sarndNOSLed in separate, one directional passes. Upon the termination of the sandbtaEjbng, tho joints shall be blown -out using compressed air. The blow tube shall fit into the joints. The blown joint shLill be checked for residual dust or other contamination_ If any dust or cantarninatipn Is found, the sandblasting and blowing sh8ll be reputed until the joint Is cleaniA_ Solvents will not be Ixormittad to remove stains and contarr�ir�atinrr. Immediately upon cleaning, the band breaker and sealant shall be placed m the joInt. Open, cicanad joints shall iiat bo left unsealed overnight_ Bond Breaker Rod and Tape; 7'ha bond breaker rod arid taae shall be installed in the cleaned joint prior to the application of the joint Sealant in a rnanoer that will produoe the cequired dlmensiuns, 5A Joint Sealant, Upon placement of the bond breaker rod and tape, the joint sealant shall be appl led using the mec;harrical inieci*n tool. The joint sealant application shall not be permitted when the air and pavement temperature is less than 4OF (4 ), Joints shall not be sealed unless they are clean and dry. Ut-isatlsfactorily sealed joints shell be refilled. lr xcess sealant lefI on the pavement surface shall be removed and discarded and shall not be used to seal the jajnts. The pavement surface shall putt a clean final condition. Trafft shall mt)t be allowed on the frssh sealant until it becomes lack -free Appswal of Joints: A mpresentative of the sealant manufacturer shall be present at the job site at the beg InnIrig of the final cleaning and sealing of the joints hie Shall darn onstrate to the Contractor and tale Engineer the acceptable Melhod for sealant installation The manufacturer's repre sen lative shall approve the clears, 10127/04 SP• 18 dfyjoints before the sealing operation commences, 6, WARRANTY The Contractor shall provide the Engineer a manufacturer's wrlEten guarantee on all joint seating maledals, Trio rmnnufactumr shall agree to provide any replacement material free of charge 10 the City. Also r the Contractor shall provide the EnplReer a wrltteo warranty on all sealed joints. The Corilractor shall agree to replace any failed Jolnts at no cost to the City. Seth warranties shaII be for h+ro years after renal acceptance of the compleled work by the Engineer, BASIS OF PAYMENT Payment will be made at the Contract bid itern unit price bld per linear foot (L.F.) as provided in'MEASURivME-: IT" for "SILICaNE J01NT SEALING", which price of shall be hilt compensation for furnlshkig all materials and for all pr®paratiorl, delivery, and applical ion of those sealing materials and far all labor, equIprnerit, tools and iinciden[aIs necessary to complete the silleano Joint sealing in conformity with the plans and these speCT[CcRtlaris_ 44. PAY ITEM 7" C.�7NCRETE CURB: The Gantractor may, at his option. oonstrOct either integral of superimposed curb, Standard Specification Item 502 shall apply except as fellows, Integral cu{h shall be constructed along the edge of tine pavement as an integral part of the slcib artd of the same concfele as Ibe slab_ Tlie concrete for the curb shale be deposited not mare than thirty (30) rr mutes after the concrete in the slab. If 14e Contractor falls to back PII behind the curb Wthin seven 7) calendar days of pouring the curb and gulter, the amounI paid far the curb shall be reduced by 2 5"/6 until the backfllI operation is complete_ 45_ PAY ITEM - RETAINING WALL., (OMITTED) 48_ PAY I -M —PROPOSED 7" CURB & 19" GUTTER 6" H,A+l_A. C_ TRANSITION AREA This item is included for the purposLl and removing and replacing existing curb and gutter In transllIon areas es determined by the Engineer in the Field. The proposed curb and gutter will be of the sarna dimensions as the existing curt# and gutterta he removed_ Quantities for th15 pay item are approximate end are gIven only to establish a unit price for the work The price bid per Imear foot for "PROPOSED 7- CURB & 18" GUTTER (6' I-I.M.A,iw_ TRANSITION AREA) as showrt in the Proposal will be full paymefiit for materials including all labor, equipment, tools and incidentals rtacessary to nompiete the work. 47. E6Y ITEM — H,M,A,C, TRANSITION: This 1:1.am 0.11 consist of the lumIshing anti plKIng a minimom thickness of e" for HMAC surfaces In transition areas where indicated on the plans, as speoifted in these spenficatbns 8nd at other locations as. may big directed by the Eng[Meer This Item shaH be governed by all applicable provisions of Standard Specificatlons Item 312_ The prlcc� bad par ton HMAC Tiwr fflcn as shown In the Proposal will be full payment for materials Inc Iuding.alI labor, equipment, tools and incidentals necessary to complate the woFk, 48_ PAY ITEM -G" 3UBS01L DRAIN; (OMITTED) 49, PAY ITEM. -$"_ %] f SOIL QR,Al N.CLEAN OUI WfTH RI SER AN CAP, (OMITTED) 10127104 SP-15 5D. PAY ITEM - TRENCH SAFETY. Des0ptlon, This Item will consist of the basic requirements which the Contractor must comply with in order to provide for the safety and ixealth of workers in a trench. The Conlrae#ar shall deveFlop, design and Implemr ,-nnt the trench excavation Wety protection system. The Contractor shall bear thu sole responsibility for the adequacy of the trench safety system and praviding'a safe place to work" for the workman. The trench excavation satet} protection system« shall be used for all trench excava#ions deeper than five (5) feet. The Excavating and Trenching Operation Manual of the DQcupatianal Safety and Health AdrninistraUcin, U. S. Department of Labor, shall be the minimum governing reguiramont of this Attm and is hereby made a part of Ihis spe-,Wcation, Tha Contractor shall, in additlon, comply with all other applicable Federal, Slate and local rules, recgulattons and ordinances. Measurement acid Payment AJI methccfs used for trench excavation safety prateikian shall he measured by the linear root of trench and paid at the -unit price In the Proposal, which shall ba total compensation for furnishing design, materlals, 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 hOttarn of the pipe_ bi . PAY ITEM - W & 8" THICK LIME STA ILIZED SU BGRADE & GEMENT O U BGRADF- TASILI ATI _„,,...W ._ S,Be Standard S pecificatlon s Item No, 210, "Lime Treat.menl (Material Manipulation)" and Specifluaburl Item No_ 212, "Hydrnted Lime and Llrne Slum+' for speciflcations goveming this item. Quantities -for this pay item are approximate and are given only to establish a unit pr1re for the work. The price bid p r square yard for "a -INCH LIME STAB] L I EC SUBGRADE" and '3-INGH LIME STAB iLIZED SUDGRAt3E" as shown in the Proposal will be full payment far all labor, equipment, tools and Incldenlals necessary to complete the warn. The price bid per ton for "LIMEY as shown Ire the PropouI will be full payment for materials necessary to cQmplete the work. 5 _ PAY ITEM - W .FJ,M-A-C- PAVE11 ENT (Thk*ness Tolerances and HMAC Testing Procedures); Thu b8se course shall be a 3" deep Type "C ' courso placed in cme IIFt_ The surface nurse shall be� a 3' deep Type "V rnurse placed in one Ilft. All provisions of Standard Specification No. 312.7 'Construction Tolerance' shall apply except as rriodlfled herein; 1) After completion or each asphalt paving course, core tests will he made to deterrnlne Qomplianca with the contract specifications_ The Prot -mix asphaltic concrete pavement will ba cure drilled by the City of Fort Worth. The thickness of the asphaltic surface will be determined by measurement cora5 taken at locations determined by the Engineer. The thickness of individual comes will be datetrrkined 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 cares taken along the length of the pavement in each defection until cages are obtained which are at least of specified thickness. The width of such area shall riot be less than 'A of the roadway width 2) When the thickness of the base course (as determined from core samples) Is more than -15% deficbent of l,he part thickness, the ConlraQtor 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 differenoE! in the base thickness with surface course material_ 3) The. surface wume must be the plan thickness, This does not Include surface course material used to make up deficianQles in the base course as described In item 2), 10177104 P-20 4) The overnll thickness of asphaltic concrete pavement must be a mtnimum of the plan thickness - Deficient areas (as determined in €torn 1) found to be iess than the plan Lhickness wIli be removed and replaced at the Contractor's expense_ 5j No additional payment Gver the contract price will be made for any hot -mix asphaltic concrete course of a thickness exceeding that required by the plans and specifications, 6) HMAG Testing Procedure_ The Oontractor is required to submit a Mix Deacgn for bath Type "B" and "D" asphalt that will be used for each project. This should be subrr}itted at the Pre-Oonsifuction Confefence This design shad not be more than Nm () years old, Upon submittal of the design mix a MarshoI (Proctor) wkll be oalc:ulated, it pTxe fras not bean previously calculated, for the use during density testing. For type "B" asphalt a maximum of 20% rap may be used. No 4 ap may bi�! used In type "D' Upon approval of an asphalt mix design and the calcul;atlon of the Marshal (proctor) the Can Irac€or Is approved for placement of the asphalt The Contractor shall oontact the City Laboratory, through the inspector, apt least 24 hours in advance of tha.asphait piacemant to schedule a technician to gssJst in the monitoring of the number of passes by a roller trs establlsh a Tolling pattora that will provide the requlTed densities. The required Density for Type "B" and for Type 'D" asphalt will be 91 % of the va Iculated Marshal (prootor). A Tmxier Thin Layer gauge will be tFsed for all asphalt testing. After a falling pattern is established, densltl" shouldbe taken at locations not more than 300 fact apart_ The above requlremenx applies to both Type "B" and "D" asphalt. Densities on type "B" musl be dome before Type "W asphalt is appilad. Gores to determine thickness of Type `B" asphalt must be taken belo re Type "t}" asphalt Is applied. Upr}n carnpleffon of the application cf jype'D" asphalt addition aI cores must he taken to determine the ; rpplied thickness. 53, PAY ITEM - CONCRETE FLAT WORK CCU R B.Ot1RB & GUTTER S €DEVWALKS LEADWALKS, WHEELCHAIR RAMPS AND D_RIKE1AI S Onncrate flatwork is defined as. curb, curb and gutter, sidewalks, leadwaIks, wheelchair ramps and driveways as shown kn the plans, This proAlan governs the Sequence of work related to. concrete flsrtWork and shall be considemd a svpplement to the speciticnUang governing each speelfic Itern. Requlred backtilling and finished grading adjacent to flatwork shall be cornpleted in ordef for the [Iatwork to be accxipted and measured as completed. No payment will be made for flatwork until the pay Ftem has been completed. which ineludes back fllling and finished grading_ 54. PAY ITEM - REM O E F-XtSTINQ CONCRETESIDEWALK. DRIVEWAYS, STEPS, LEADWALKS AND W14EEL O14AIR RAMPS: - — This item IncJtrdes removal of exisfing concrete sidewalks, driveways, steps, leadwalks and wheelchair ramps at location shown on to-* plans or as designed by the Engineer. Sae Item No. 104 "Removing Old Concrete", for Specifications governing this item. 55. PAY ITEM - REMOVE EXISTING QURB LNO GUTTER. Where shown on the prams or where designated by the Engineer, exl Ong curb and or gutter arrd existing Iaid Clown curb shalt be removed and disposed of in a ME191TTer satisfactory to the EngIneet Measure4ment wlII be by the linear foot for curb and gutter, Iaydo Tr curb removed, nrwd for all Labor, tools, and Incidentals necessary to complete the Jab_ 1 &27104 SIB- 1 56. PAY ITEM — REMGVE EXIST] ING CURD INLE` 'm This Item shall Include all labor. materials, and equlprnent necessary to rernove and dispose of the existing inl_-t and remov8] and connection of the existing RCCP lead pipe iniot as shown on thre plans and as directed by the Engineer. 57 RAY ITEM 4 6" THICK REINPORCED CONCRETE DRIVEWAY. See Standard SpeclFiraIion Item ND. 504, "Concrete Sidewalks and Driveways' for spearcabonn governing this Item as well as details -S5 and -SSA. The price bid per square root for "6" THtCK REINFORCED CONCRETE DFZlVEVVAY" as shown in the Proporai will be Full payrnent for matdtriats including all labor, equipment, tools and incidentals necessary to complete the work_ The Contractor shall salvage all brick pagers behind driveway approaches -and secure Ihem fn a prappr location, which wl1l be re-tised after new driveway appi oach as are constmotedi 5& PAY ITEM - 4'_STANDARD CONCRETE SIDEWALK, LEADWAV AND WHEELCHAIR RAMP, All applicable provisions of standard Specifications Item 104 "RemoVing Old CDngretr' and Item 504 "Co=ete SidawaIK Driveways" shall apply -except as herald mQ61fied. The Contractor shall construct standard concrete.wheelphair ramps als shown on the enclosed details, or as directed by the. Engineer_ Tha Contractor shall not remove ariy regulatory sign, inslructiori sign, Strut name and sign or other sign, which has been erected by the City. Tha Contractor shall contact Signs and Marking li)Wslon, TPW (phone 871-7738), All concrete flared surfaces 8halI be colored with LITHOCHROME color hardener as manufactured) by L.M Scofield Company or equal. The color hardener shall be! brick red color and dry+ -shake type, and shall be used in accordance wlth manufacturers Instructions_ "Contractor shalt provide a colored sarnple concrele panel cl one fool by orie foot by threw inche5i dimension, or other dimension approved by the Engineer, meeting the afore rnerrtloned specification The sample, upon approval by the Engineer, shall be the acceptable standard to be applied for all ronstructian covered in the scope of this pay Item. The method a application small be by screen, sltter, sieve ar other means In order to provide for a uniform color distributlon_" 59_ PAY ITEM — REMOVE AND REPLACE FENCE-. (OMITTED) 80_ PAY ITEM — STANi ARD 7" CURBAND 187 3_U TER` All provWoris of Slandarrd Spefficabon No 50 ' oncrote Curb and Gutter shall apply except as modified herein-, Subsidiary try tht unit prJoe bld pas linear foot shall be the following' a. A minimum of 5" or greater as requirod 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 ek her 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 bo reduced by 25% untiI the backfiil operation is complete_ Standard 8 pecificatioris Itern No. 502, shall apply except as herein madiifed_ Concrete shall have minimum compressive strength of lhr4m thousand (3,000) pounds per square Inch in twenty-eight (28) days, The quantity of mixing water Shall not exceed seven (7) gallons per sacf (94 Ibs.) of Portland 10127104 P-2 Cement, The slump of the concrete shall not uxuc8d €IIree (3) inches, A rninimum cement content of five (5) sacks of cement per cubic yard of concrete is required. 61 _ PAY ITEM -- REMOVE AND RECONSTRUCT MAI LDQX ES I MISCELLANEQUS: This Item includes the ramoval and reconstruction of exls€ilig rnailboxas, Frick walls, tlowerbed ifim and miscellaneous items within the right of way whiO may be damaged or removed during construr:lion. When possible, the Contractor shall salvage existing materia Is Ear reuse in the replacement or repair of damaged or removed l€erns_ [tarns which are to be repaired or reconstructed should toots architecturally the same In rnaterlal and appear•anca and should he reconstructed or repaired in a better Dr new condilian_ All applicable provtsloris of City of Fort Worth Construc#ion standards shalf apply, 62. PAY ITEM— BORROW: (OMITTED) C33. PAY ITEM— CEM T. STAL3]LI ZED S UB RADE, (01MITTED) $4_ PAY ITEM — C EMt NTSTABILI ZATI.QN: (0MITTED) M PAY ITEM — N EW 7" irCJI QRETE VALLEY GUTTER= This Itern shall Include the construction of concrete valley butters at vafjous fc�ratIons to be determined In field, Rerrraual of exislIFig, asphalt pavement, concrete Base, curb and gutter, and necessary excavation to Install the concrete valley gutters all shall be subs+dirary to Ihis pay item_ Furnishing and placing of 2,27 concrete base and crushad 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 Nay I€em_ See standard specification Item ND. 314", Conarete I'avamert#", Item 312 "Hat -Mix Asphaltic Concrete". €iern No, 104, "Removing {Old Concrete"', Rem fin. 106, "Unclassified Street Excavation" item No. 208 "Flexible Base." Measurement fvr Fnal quantities of valley gutter will be by the SgUara yard of corrcretee pavement and the curb and gutter section will be included_ Contr€ alor may substitute 6" non -reinforces[ (2; z) i'erGcrete Base In lieu of Crushed Slone at no additional cost, See Item 314" concrete Pavement" - The concrete shall be desigtled to achieve a minimum compressive strer«gth of 3600 pounds per square inch. Contractor shall work on orwe-half of Valley gutter at a time, and the ether half shall be open to traffic, Work shall be completed an each halt within seven (7) calendar days, 66, PAY ITEM — STQfZM DRAIN! INLETS: Are altarnntive method of construction for these items wlII be "Pre -Cast' manholes and Iftlefs. If the Contra 'ctot desites to use Ihis rnethed, he must submit details Far, the nstrucllon to the Transportation and F ublic Works Depar mant fibre review and approval if said details are acceptable. The Pre -Mast consiructlan must be equal or superior to the sirenglh requirerrrents for this item as set out In Item 444, "Manholes and Inlets" and sold construction shall be in rompllartce with all other requlti�arnents of Item 444 where applicable. 87_ PAY ITEM—TRENt; H EXCAVATION AND QAQ KF1 LL FOR TORM DRAIN: Work under this item includes all the proposed excavation and backfll in the project area and the necessary fill area. Payment will be made for the quantity of earth excavated1bac:kfiflnd. The placing of fill shall be subsidiary to the trench excsvat[orilb8ckflll price_ Excess material which Is obtained from excavating the trench shall be usod for FII placamenI subject to the provIslons of Item 114 of the City of Fort Worth Standard pe�ilrcatirsns. 16127104 SIB-23 /MI excavated material which is unacceplable as till material shall become the prnparty of the ontractof to be hauled off the site and dkiposed of properly_ Unaccept8ble material shall be, but not finiited to- racks, concretes asphalt. debdf,, etc_ The oast lflr rarnaval and disperal Of unacceptable material shall he subsidiary to the unit prices - Be. PAY ITEM STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS EQUAL_ TO OFF GREATER THAN i ACRE: PERMIT: As defined by Texas Commission on Environmental Quality (TCEO) regulations, a Texas Pollutant Discharge Elimination System ('rPDES) General Construction Permit Is required fQr all construction ar tivities that resijIt in the disturbance of one to fVO acres (Small. Construction Activity} of five or more acres of total land (Large Constfuctlan Activity). The Contractor is defined as an "operator" by state reguistions and is required to obtain a permit. Information concerning the permIl can be obWned through tho Internal at hktp.,/A ww inrec.state.tx.us/permittingMaler perrnAvwrperr;Vconstruct_htrnl. Soli slablllzation and structural practices have been selected and designed in accordance with North Central Texas Corarzoil of Governments Best Management Practices and Eroslon Control Manual for Construction ActlVities (l3MP Arferrual}. This manual can be obtained through tha Internet at ww.dfwslorrnwater,com(runcff.htrnl_ Not all of the structural controls discussed in the EMP Manual will nticessariiy apply to this project, Best Management Pfac:tiCes are construction rnariagement tectirfiques that, if properly utilized, can minlrnize the need for physical controls and possible reduce casts_ The methods of control shall result in mirilmurn sedfmant refention of not lass than 70%. NOTICE DF INTENT f N01.); If the project wlII result in a lotal land disturbance equal to or greater than 5 acres, the Contractor shall sigfl at the pre -construction meeting a TCEQ Notice of Intent {N01) fon-n prepwed by the engineer. it serves as a notification to the TCEQ of construction activity as well as a ccarnrriltment that the Contractor understands the requirements of the perm t for storm water discharges from construction activifles and lhat maasufes will be t*afl to implement and rnalntaln storm water pvlluIion prevention at the site. The N01 shall be submitted to the TCEQ at least A hours prior to the Gantractur moving on site and shall InClUde the required 100 applicaflon lee The N01 shall be mailed to' Texas Commission on Environmantal Quality Slorm Water & General Permils Teams M 228 Rol Box 13Q87 AusUn, TX 78711.3087 A copy of the NOI stall be nt #c: City of Fort Worlh Department of t=nwiranmenlal Management 5000 MLK Freeway Fort VVwth, TIC 75119 NOTICE . F TERit+iINKrioN (NOT). For all sites that qualify as Large Construction Activity, the Contractor shall sign, prior to final payment, a TEEQ Notice of Terminaiion (NDT) farm prepared by the engineer. It serves as a notice that the site Is no Ionger subjec:l to the requIrerntnt of the permit The NOT shciuld he mailed to; Texas Commission on Environmental Quality Storm Water & General Permits Tezm. MC1 228 P 0 Box 13087 Austin, TX 78711-3087 STORM_ VVATER POLLUTION PREVENTION PLAN! § PPP ; A dor;ument conGIsting of an erosion control and toxlc Waste rnanagerrtenl plan and a narrati+ a defining site parameters and techniques to be employed to reduce the release of Sediment and pollutlon from the ronstrf Ction site. Five of the project SWPPP`s are available for Viewing al ,the plans desk of the Department of Engin"Tipg, The 10fi 7104 S P-2.4 selected Contractor shall be -{provided wJLh three capfe� �f Ahe. SWPPP after award of contract, along pe s with unbourided coo all forms to be submitted to the Teas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY — DISTURBED AREA EQUAL TO OR GREATER THAN � ACRE& A Notice of Intent (NOT) 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 Englneer shall be prepared and implemented at least -48 hours before the commencement of 'constructlon activjties. The SWPPP shall be irr�orporated into in the contract documents, The Contractor shall submit a schedule for implementation .af the. SWPPP, Deviatlons from the plan mutt be submitted to the engineer for approval, The SWPPP is not warfanted to meet all the conditions of the permit since the actual construction activities may vary frorn those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform t�i the requirements of thrr 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 sUbmilted by (tie Cantractor to the engineer for review arrd approval A Notice of Termination ;NCT) form shall be submitted within 30 days after final stabilizatlon has been achieved on ill portions of the site Ihat is the respor}sibility of the permittee, or, when another permitted operator assumes contret over all Areas of the site that have not bean finally s[abillzed. gMALL CONSTRUCTION ACTIVITY bitfURSED AREA E i�AL TO �� ORE1�7�1� THAN QN� ACRE BUT LESS THAN FIVE ACRES-. ubm[sslon .of a NO] form is not re€ Uilred, However, a TCEQ Site Notire farm musl bo completed and posted at the site_ A copy of the completed Site Wice mast be sent to the City of For# Worth Department of Environmental Managerniant at the address Ilsted above A SWPPP, prepared as descfibod above, shalt be Impliamented at least 4B hours before the cornmenrement of consiruction activlIles, Tlie S PPP must include descriptions of control measures necessary to prevent and control sail erasion, sedlrr -- - will be inciluded in the contract documents. 'rhe cantful measures : rd throughout the construction to assure effective and continuous wi r may include, but not be limited to, silt fencas, straw bale dikes, )terceplor swales, sedifnent traps and basins, pipe slope drain, I ruction entrances, seeding, soddirnq, mWching, soil retention #Menke ctural storm water pollitian controls_ The method of control shall r tention of 70% as defined by the NCTCOG "BIVIP Manuat," Deviatii ndesures must be submitted to Ihre engineer for approval. PAYMENT F0R_5WPPP tlAPL_EMENTATIQN: Payment shall be made per lump suns as shoWn on the proposal as full compenkiafion for all items crontained In the project SWPPP. FOR DISTURBED AREAS LESS THAN I ACRE, PART D - SPECIAL CONDITIONS - 40 SMALL BE APPLICABLE, 019. PAY ITEM -• GRUSHE 0 LIMESTONE FOR DRIVEWAY A TRANSITIONS, The Contractor shall lay a minimum of 6" Oick crushed liroostone 2` in length for driveway Ir3nsl€iofrs consisiing of dirt to concrete. 70 PAY ITEM — PAINT KPLAEEMENT OF EXISTING TANDARD AND SPEGIAL7Y PAINTED CURB ADDRESS LABELS' — 7his item wl1l govern the InsWation of curb address labels. Approved curb address labels shralI be provided for all new and exisfing driveways. Alt address numbars and/or letters roust be applied only by brush or roller onto the curb with oil alilwd paint and have glass beads broadcasted Into the vet paint to produce a reflective quality. SPRAY PAINTING IS PRO HIBfTE0. Ckrrb address 18hels sl4t be applied only during daylight hours, All rrnmbws andlor letters shall be painted onto the curb. using the Ariai font. Legible numbers arrdlar 10127104 S P-2b letters shall be a standard four (4) inches in height with a one-half (112) inch stroke and a threi-.quaTwr (314) inch space between the numbers andfor letters_ The City of f-ort Worth applicable curb address nurnbers andlof letters shall be palm(t d on 1he curb adjacenI. to the beginning of the crrr b radius of the driveway approach on the side Closest to the tenter of the property_ The numbers arkd1ar letters shall be applied In a position as to be plainly visible and legible from the sivt et_ The color of the address numbers andlor letters must be white placed on a black background which extends three-quarters (3(4) of an Inch in all dirocticns on all sides. of the numbers ansdlor iettsrs. The price bid per each for "PAINT REAPLACEMENT OF EX1S71N STANDARD and SPECIALTY PAINTED CURB ADDRESS LABELS" at each tccation. as prescribed above, complete in accordance with H)ese specll=l bans. will be paid for at the unit bid price for each. The bid prier per curb address label will includa all required materiais, toojslequipm$nt. tabor, and incidentals necessary to complete the work. 7J. PAY ITEM- CERAMIC TILE STREET NAMES: (OMITTED) 72� PRE BID ITEM - PROJECT DE 1 ATlOId. Si fj: The Contractor shall construct and Install two (2) Project Designation Signs arid it will be the responsibility of the Contractor to maintain the signs In a presentable condition at all times on aach project under constructlon Maintenance will Include painting and repairs as directed by the EngIneor.. It will be the respoRslbillty of the Contractor to have the individual project, signs fettered and painted in accordance with the enclosed detall The quality of the paint, pairiling and lettering an the signs shall be approved by the Engireer. The helght and arrangement of the lettering shall b�! In accordance with the enclosed detail. The sign shall be corislrxrcted of %" fir plywood, grade A-C (oxterlor) or better These signs shall be installed on barricades or as dkeuted by the Engineer and In place at the project site upon cemment±ement of coast tion_ The work, which lnuludes 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 prkm bid per each will be full payment for materials including all labor, equipment, toots and Incidentals necessary to complete the work, 73. PRE 810 rrem - UTJLI TY ►gLVIENT: This Item is inchded fur the basic purpose of establishing a contract price which will be compwable to the I`Inal cost of making necessary adjustments required due to street imprnvern ynts to water, sanitary sewer and natural gas. service lines and appurtenances Whefe such sa vice lines anti appurlenanoss are tha properly owner's responsibl14 to mr IMai n. An arhItrary figure has been placed In the Proposal, however, This does nol guarantee any payment for ullllly adjustments, neither does it confine 011ty adjr,strnents to the arnount shown in the Proposal. It shall be the `Contrat±toV' responsibility to prvvJde the services of a licensed plumber to snake the utility adjustments determined necessary by the Engineer_ No payment will be made for utility adjustments except those adjustrnenl.5 determined necessary by the Engireer. Should the Contractor dam8ge service lines duo to his negligence. where such lanes would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the entractor"s expense. The payment to the Contractor for utility adjustrn ants shall be the actual cast of the adjustments plus ten percent (10%) to cover the oast of band and overhead incurred by the Contraclor in handling time utility adjustrnants_ 7 PRE 3 1 D ITEM -- TOP SOIL: The proposed quantities shown are calculated to pmvWe topsoll 4 to 6 Inches In depth (armpacted) over the parkway area and do not inctude deeper than design depth behind the curb. The pay i#ern is 10/27104 S P-26 intended to pay for topsail That must he imparted where sultable material is either not available on the jab or cannot reasonably be stored on -site: Payment will be made on the basis of toase truck volume (full truck with sideboards up) llc# ets and material must meet City of Fort Worth standards for topsoil. Only the volume imported wlII be paid for and fray be substantially less than the proposal quantities listed. 15. PRE BID ITEM ADJUST WATER VALVE BOX. - Con tf a clor will be responsible for adjusting water valve boxes to match new pavement grade. The water valves thernseIves will be adjusted by C €ty of Fart Worth Water Department farces. The unit price bid will be full payrnent for materials Including all labor, egulpmen1, tools and lncldentals necessary to complete the work. 79, PRE BID ITEM - MANHOLE ADJUSTt4RENI, (OMITTED .77. PRE Blp ITEM - ADJUST -WATER METER BOX. - This item shall Include faising or lowering are existing meter box to the. parkway grade r'P"ified. No proyrnent will be niado for existing boxes. which are w4lhin 0. V cf specl Red parkway grad 0_ The unit price bid will be full payment for materials Including all labor, equlpmer{t, tools and incidentals necessary to cornptate the wank, a- NON -PAY ITEM - CLEARING AND GRUBBING: Alf objectionable Items within the limits of this projanl and riot otherwise provided for shall be removed under this Item In accordance with Standard pecifration Item 102. "Clearing and Grubbing," However. nc direct payment wltt be made for this itern and It shall be cons€dered Incidental to this plintraact. 79_ NON-PAYITEM -- SPRIt+ KLING FOR DUST CONTROL '. Ali applicable pmvisions of Standard Specifications Item 200, - prinkIlrig far Dust Control" shall apply. However, no direct payrnent will b6 made for this stern and it shall be consIdared incidental to this contracl. BO. NON -PAY ITEM - PROTECTION OF TFZEES. PLAINTS AND SOIL. All properly along and adjacent to the Conffadlofs operations including lawns, yards, shrubs, trees, etc_ shall be proserved or rnstomd alter complettoi7 of the vaunt to a cdndltlon equal or batter th8n existed prior to star! o[ work. B'y ordInance, the Contractor must obtain a prrnit from the City Forester before any wgrk (trimming, removal or root pruning) can be done on trees or shrubs growing on publlc property Including street rights -of -way and designated alleys. TI1is perrnit can be obtained by calling the Forestry Office et 871- 5738_ All tree work !.;hall be in wmpliarice with prunjog 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 publlc trees duL:- to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboricultl,re. Payrnard for negligent damage to public, trees shall be mme to the City of Fort Wvrth and may be withhold frorn funds due to the Contractor by the Dlty. To prevent the spread of the Oak Wilt ferngus, all wounds on I-Ive Oak and Red Oak trees shall be lrnmediaWly sealed using a cornmercral pruning paint. Thls is the only instance when pfuning paint Is recommeoded, 81, NON -PAY ITFIVI - GONCRE fE COLORED 5 U R ACE. 1 V27W P-27 anctete wheelchair ramp surfaces, excluding the side slopes and curb, shall be colored with LITHOCHROME color hardener or equal. A brier red co[or, a dry -shake hardener manufactured by t. fJI_ Scofield Cornparij or equal. shall be used In accordance with manufacturers instructions. Contractor shall provide a sarn pie ccncrete panot of one foot by one foot by three inches dirnrension. or other dimension approved by the Engineer, meeking the aforementioned speciFOations. The sample, upon approve[ of the Engineer, shall be the rtcceptable standard to be applied for all construction covered in the scope of this Non -Pay ILem. No direct payinent will he made for this item and It shall be carisidered Incidental to This contract. The rnethod of application shall be by screen, sifter, slaver, or other means in Order to provide for a unftrm color distribution, 82. NON -PAY iTl"M - PROJECT LEAN -UP: The- ontracfor 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 cons[derod subsidiary Its the approprkate bid items. dean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion o! the Eng[ncer it is necessaiy, clears up shall be dune On a daily basis. Clean up work shall indtide, but not be limited to: Sweeping the street cleug of dirt or debris ■ Storing eyc�--ss material in appropriate and organized manner Keeping trash of any kind off of residents' property If the Engineer dogs not feet that the jobsite has been kept in an orderly condition, on the next estimate pay rnent (arid all -subsequent payments until ewnpleted) of the appropr[ate bid itern(s) will be reduced; by 5% Final cleanup work shall be done for this project ass 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 end right-DPW2 r Is charred up to the satisfaction of the Engineer, 88. NON -PAY ITEM - PROJECT SCHFDULE: Contractor shall be responsibie for producing a project schedule at the pre -construction conference_ This schedule shall'datail all phases of cansirLICHOn, Including project clear} up, and allow. the Gontractor to.complete the work in the aHotta d time_ Contractor wl11 not move on to the JObsite nor will work begin until said schedule has been received and approval secured from the ConstrUCIJOn Engineer. However, contract time wl11 start even kf the project schedule has not been turned in. Project schedule will be updated and resubmitted at the earl of every eakimating period_ All costs Involved with producing and malntaining the project schedule- shall be considered Subsidiary to this contract 5A .(+1QNNPAY ITEM - NOTIF1CAT10N O R- [Dl hl : in ord a to cut down on the number of complaints from resldenUs due to the dust generated when saw - cutting joints 1n concrete paysrrient, the Contractor shall notify residents, In writing, at least 48 hours In advance of haw-i tuttlnq joints during tha construction of paving proJi�cts, All co,8ts involved with providing such wriUe.n notice shall be considered subsidiary, to this contract, 85. NON-PAY-ITF,f _>'LJRLIC NOTIFICATION PRIOR TO BEGINNING CON TRUCTIO Prior to baginning construction on ,any block in the projert, the Contractor shall. on a block by block basis, prepare and deliver a notice or Flyer of the pondkiq construc-lian to the front door of each residence or business that will be impacted by cunstructiion, The notice shall be prepared as follows: 1'he nnbflcalloh '66WO- or flyer "shalt be frosted Bevan (7) days prior to beginning any mnstrucllon activity on each black In the projnt Brea, The flyer shall be prepared on the Contractors letterhead and shall include the following Information: Name of PrcJeci, CDF No., Scope of Project (Le, type of consiruction activity), actua[ construction duration within the block, the name of the Contractor's 1OJ27104 P- 8 foreman and his phone number, the name of the City's inspector and his phone number and Tile ity's after -haws phone rrlrmber_ A sartiple a the "pre -construction notification' flyer is attached. The Contractor shaft submit a schedWe showing the con 0ruclicn start and finish time for each bbok of the project to the inspector_ In addilion, a copy of the flyer shall be delivered to the CIty Inspector for his review prior to being distribuled- 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 he obtained From the construction office of 871-8306. All work involved with the pre-con8trrr01on notit'rration flyer shall be considered subsidiary tc the t:ontraot price arid no additiDnal compensation shall be made. W_ NON -PAY ITEM — PRE -CO NS TRUOTION Nlr'IGHR0 R F1C00 MEETIN - After the pro -construction conference has been held but before construction is allowed to begin on IhIs project a public meeting will be held at a location to he dntermInod by the Engineer, The Contractor, inspector, and project nianag ar shall meet wiIh all affected residents and present the projected schedule, including construction start dater, and answer any construction related questions_ Every effort wilt be made to schedule the neighborhood rneating wrthir) the two weeks following the pre - construction conference but in no case wl11 construction be aI[owed to begin until 1:11is meeting is hold. 87_ NON -PAY ITEM - WASHED ROCK All washed rock used far embedment or back rill or as otherwise directed by the Engirreer shall washed, crushed stone and shall ineet the following gradation and ahraston: (Actual washing not required if gr�datiDn is met) Siege Size % Retained i " 0-1 0 112 40-75 318" 55-90 94 90-100 98 95-100 Los AngelE* 4rpslon Test: S.Q% Meximum wear pqr A.S. T,M. Designatiob C-131. 88. ON -PAY ffEM —9jA CLIT OF E 1 STIKt1OkCRETE' VVhen existing nancrete or H. M.A.G. is cut, such cats st}atI be made with a concrete saw. The Contractor may breakout curb and gutter to the nearest jolnl If he choases. All ;awing shall be subsidiary to ?he unit cost of the respective Item, 89 NON PAY ITEM —_ATION AND E PQ SURE OF MAN HO LES AND WATERVALVES: The Contractur shall be responsible for locating and PriarkIng all previously exposed rmanhok!s and water valves In each street of this contract before the recycling process camrnanres for a parllcutar street. The Contractor shall attempt to include the constn Mion engineer (if he Fs available) In the observation and marking aclivity~ In arsy event a street shalt be co mplelely marked a minimum to two () work fng days before recycling begins on any street_ Mil rking the curbs wtlh paint is a reoammended procedure. It sha11 be the Contractor's responslbility to notify the u11 fty compares that he Coma commenced wort on the project. As (lie recycling rs completed (within the same day) fhe Contactor shall locale the covered manholes and valves and expose there For later adjrrstrnent_ Upon ccmplotion Df a Mreel tine Gon1ractor sffatl notify the utilities cF this cornpletion and indicate that start of the next one in order for the utilities to adjust facilities accordingly The hollowing are uti Illy conlact persons- 1017f04 SP-5 Company Telephone Number antac t person Southwestern Bell Tefephone (817) 33M 75 "Hat Line" Texas Utilities (817) 336-9411 ext. 2121 Mr. Ray Kruger None Star (817) 336-8381 ext. 372 Mr..Jim Bemett Of course, under the terms of this contract, the Contractor shall complete adjustmaot of the storm drain and Watef Department factltties, one traffic lane at a tirne wkthin five (5) work irig days after complating the layelg of proposed H. A A.C. overlay adjacent to said fad IIties, Any deviation from the above procadure and aklotted working days may result in the shut noon of the recycling operation by the Construction Engineer_ 7he Ccntfactor shall be responsible for all materiels, equipment and labor to perform a most accurate job and all costs to the GontraWor shall be figured sL65sidiary to this contract. QF N0N PAY ITEM — TIE IN INTO STORM DRAIN iJCTt� E; The cost for making lateral tie -irks to ft storm drain structure shall be subsidiary to the bld price for the respective Iinas, 9-1 _ NON PAY ITEM_- SpRINI�I_ER HEAD ADJUSTMENT: The adjustment and?or relocation of sprinkler heads encountered shell be paid for under utility adjustment in the proposal section. No other compensation will be pmvided 92. NON PAY II I I4 - FEE FO, ,STREET USE PERMITS; A fee for street use permits is in effect. The fens art± as follows; The street permit fee Is $50,OD per permit v0t.h paymanl due at the llrnc. of permit application. Ilaymeni by titre Contractor for all street uise permits shall be con sidared subsidiary to the contract cost and no additional compensation shall be made. 93_ NON PAY.ITI' M - TEjUil'�RARYEROSION, SEDIMIENT AND WATl :R VOLLtJ f MINI CON I-ROL (FQR DISTURBED AREAS LESS THAN 1 ACRE); A 0 ESCRIPTION- This item shall consist of terporary soil erasion sediment and wamr palI"tion wntral measures deemed necessary by the Engineer for the duration of the contract These contrfll measures shall at no tirne be used as a subs€itute for the per-manant cantral measure unless otherwise directed by tha engineer and Ihey shalt not. Include measures taken by the CONTRACTOR to control conditions created by his construction 0petaticns. The temporary measures sliall include dikes, dames, berms. sediment basins, fiber mats, Jute rietting, teinpore ry seeding, si r aw mulch. asphalt muk:h, piastic IInem, rubble liners, baled -hay retards, dikes, slope drains and other devices, B. GO STRUCI-10N REQUIRMENTS The Engineer has the authorlty to define erodible earth and the auIhority to limit the surface are of erodlble--i::arth material exposed by preparing right-oi- ay, clearing and gr-ubbing, the surface area of erodible -earth rnaterlal exposed by excavation, borrr►w and try dire l the CONTRACTOR to provide temporary pollution -control measures to prevent con tarniTiWion of adjacent streams, other waler course, lakes, ponds ar other areas of water impoundment_ Such worts may involve- the cons tructiork of temporary berms, dikes. darns, sediment basins, slope drair75 and use of terr}porary mulches, mats, sending or other mntroI devices or meIhods +direcled by ilia Engineer ae necessary to control soil erosion. Temporary pollution-nonlroI measures shall be used to prevenI or ccttect erosion that may develop during censtructlan prior to Installation of permanent ppllution control teal ure%, but are not associated with permanenI control features on ilia protect_ Tile Rngine€:r will himil the area of preparing right-of-way, clearing and cgrUbbiiig, excavatian and burrow to be proportional to the CO I T RA TOR'8 capability and progress. in keeping tine finish grading, mrtiching, seeding, and other such perixnanent pollution -control measures cufrent in accardance with 1012710+4 SP-30 the accepted schedule, Should seasonal r:nnditions make such limitafiDns unrealistic, temparkiry I- eros[on -con trol measures shaII be performed as dIrec€ed by the CngIneer, 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 wlII not be permitted, therefore, .temporary bridges or other 4lructures shall be used wherL-ver an appreciable number of stream crossing are necessary_ Unless otharwise approved in writing by the Englneer, mechanized equtprnent shall riot be operated In live streams_ 3, When work areas or material sources are located in or adjacent 110 liV6 streams, such areas shall be separated frdm the stream by a d1ke or other b$rfier to keep sediment from entering a flowing stream. Care shall he taken during Iha construction and Fernoval of such barriers to minimize the muddying of a strearn_ 4. All waterways shall be cleared as soon as practicable of false work, piling, debris or riper obstructions placed during construction aperaficns that are not part of the finished work, 5, The OcrLtractor shall take sufficient precauticns to prevent pollution of streams, lakes and reservoirs w1th ruels, ells, biturnens, calcium chloride or other harmful rnaterlats. He shall candor±# and schedule his operations so as to avoid or minimize siltallnn of streams, lakes and reservoirs and to avoid interference; with movement Of migratory fish_ E. SUBMITTAL Prlor b the, Mart of the applicable construction, the Contractor shall submit far approval his schedules for accomplishment of soil-erasion-caotrol wont aid his plan to keep the area of erodible earth material to a minimum_ He shall also subma for a ptance hIs proposed method of soil- rosran control on construction and haul roads and material sources and his plan for dlsposal of waste materials. No vvork shall be started unlit the soil -erosion control schadutes and metftods.ct opefations have been reviewed and approved by the Engln r. F_ MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide tern perary erosion control shalJ be considered subsidiary to the contract anti no extra pay will be given for thiF, work. 94, NON PAY ITEM -TRAFFIC CONTROL. The Contractor will be required to obtain a t'Street Use Permit" prior to starting work. As part of the "Street Use Pan-ntt"' a traffic control Tarr is required. The Contractor shall be responsIbis for provldIng traffic control during the corrstruct3on of this project consistent with the provims ions set forth In the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" irsued uhdo r the authority of the I 'State of Texas Uniform Act Regulating Traffic on Highways," cod Vied as Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. A traffic contrcil plan: shall be submitted for review to Mr, Charms R. Burkett, laity Traffic EnUineer al (817) 392-8712, at the pre-consimction c onterence_ Although +,York will not begin uniil the traffic control pfan has been revi +ed, the Contractor's time will begion In accordance with the time frame established in the Nolire to the Contractor_ The Contractor will not remove any reguIaiory-sign, tn�;trucflonal Sign, street name sign or ether sign, which has been erected by the City, if it is determined that a sign must to removed to permit Mqulred construcbon, the C ontFartRF shall contact the Transportation and Public Works Departrr en1. Signs ail Markings Division, {Phupe Number 871-7738) to remove the sign_ In the caso of regulatory signs, the bntractor must replace the permanent sign with a temporary sign rmneting the rcqu!Feline nts of the above-referertced manual and such temporary sign rnust be installed prior to the removal of the 101�? 7104 SP-31 perrnanent sign. I the temporary sign is not installed correctly or it it does not meet the requited specifications, the perfnanerit signs Shall' be left in place until the temporary sign requirements are ineL When Punstrur-tion work is completed to the extent that the pefmagent sign can be reinstalied, the Con tfactcr shall again contact the Signs and MBFkings Division to remstall the permanent sign and small leave leis temporary sign in place until such reinstallation is completed, Work shall not be performed an certain locationststreets during "peak traifiu periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Wark Areas,' 10127104 P-37 (To be printed on Coiitractor's'Lottexhead) Date; DOE No: _ PROJECT NAME. Water/Saaftary Sewer and Paving/Storm Drniin Improvements for- MAPSCO LOCATION: LUMTS OF CONST.: Estimated Duration of ComoructiQn one yaar.S#reet :: days tl N k- - S . I � TMS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUIR COMLPANY'47 WILL < REPLACE WATER AND/OR SEWER LINES - RECONSTRUCT rHE STREET> ON DR AROUND D YOUR PROPERTY. CONSTRUCTION WELL BEGIN APPROXIMATELY SEVEN [SAYS FROM THE DATE OF THIS NOTICE. 1F YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. CONTRACTOR'S SUPRRDITENT�ENT> AT <TELEPHONENO> DR r. <cm uqiqp rwToR> AT T ri.LE FTIONE N0.> AFTER 4:30 1"M OR ON WEEKEND1,3, PLEASE CALL 871-7970 PLEA S E KEEP MIS FL YE I1A" Y I MEN YO B{ CA.LL. 10127104 P-33 m ; r ...... 1W. ..--.-..-..---.. 0 ------- r -------------------- ti 3' 7.i ---------- }.5------ ..--_ ------ FI-- r I�YOi rrr --'f ---------- -- ---- I ■ - •4' 1h h N '-5 -.. # _---------------------------- --------- y pp■■ � a�r� V tl IM 4pp p4 I � p� s� 1 n _ e F v a R lio '-1 y�p AIM W 4) PAVING fMf R0 FMFWt3 Pm*1 Description : 2004 CAPITAL IMPROVEMENT PR08RAM Year 2 - Group 13 Gth Ave. (horn W Arlington Ave. to MBgnolis Ave.) Hurley Avo. Ifrom W. Arlingtorl Aue, to Myr Ile SI.) W. Arlington Ave. (from 5th Ave_ to Cot go Ave_I DESCRIPTION 12UANTITY PER LOCATION UNITS QTY. oth Hurley Arfinfan fi [90. lil[t Ad'usilmoul I 1 1 LE 3 2 PFo ed f]as naboll Si it 4 d 0 LS 4 3 I=Fas?on Control 1 0 0 LS 1 4 Removt Exist�n Concrete Gurb & GuHer 6090 4340 2265 LF 12815 5 Remove EAM419 Canoreta 10dvoways 8750 5500 320D SF 1S450 6 lRemove Fximilrp Vaby Cwuder 45 135 46 SY 225 7 Remmvn Sidawalks 1-ead Ndlks, and UVC Rarr.ps 23300 17-WO B250 SP 4945r 8 Remove Existing 5' lnlels 9 4 EA 10 9 Remove Exisfirig 19 Inlels 1 t4 2 EA 3 10 Remwe Exisllrl Slorm Drain Manhola 'I R Q EA 1 11 Cut& Plug Exlutlr3 15" S.D. Pie _ 2 0 0 EA 2 12 11emove Gxishn 15" S.D_ Pipe 20 6 0 1 LF 28 13 lRemove FAslln 18" S.D. PiU 40 0 0 LF 40 14 lRernove Eximin 21",9.D. Pipe 0 0 6 t.F 5 15 1113arnove Exishpi 24" S.D. Pie 3. 0 G I`F 3 16 Uo6assrfied Slreel Excavatlon 1635 1185 035 CY 3455 17 7up Sol] 875 635 340 -CY 1860 18 Gohi 1rud Stands M 4' uare S.D Mmnhole 2 0 0 EA 2 19 Construct Standard 19 Ir lel 9 2 2 EA 13 20 Construct G" Reinforced IiarcM18 djlvewe s 10650 WIN 3850 SF 22"0 21 4" Reinlomod Concrete Sidewailc 2330b 17900 132W SI= 4946D 22 jAdjust E-Alskl�qq Woler Valve Baxe3 Ta Grade 29 15 7 EA 51 23 Ad usl Existinq Waller Nlekers To G riqde 63 72 29 EA 194 24 18 Class Ilt RCP 19 6 0 LF 24 25 21" Class III RCP 55 0 6 LF 61 26 24" Class IIf RCP 45 0 0 F 45 2T Iranch Excavation & 6acRfill 45 10 14 CY t35 28 PaInlect Grab Address Labels 98 72 37 EA 207 29 Remove and Reconstruct Mailbox C i o EA 1 34 G" Crushed Limestone for Driveway Transllion 4 8 5 CY 15 Allemato W. 6" ifNAC Pavemejut 1 tV Lima StabilltDd Subgrode 410SY 104D 7060 3990 SY 22750 2 Lime for Sub rase 225 162 83 TN 475 3 T HIAAC Pay rEmanl 8650 5W 3536 SY 18950 4 Cansla'uwt 7" Coflcrele Valley Gtriiq�r 3645 2835 f G20 SF 8100 5 lCms1ruct 7" R emRl f crrd Concrete Curb and 4f" G411er 6090 4340 2385 LF 12815 Afletne f e 'B': 6 ` GonVrnfO Pff"MOnt 1 G" Liman 81ahillzed Sub rade 32WSY ICQ40 78H 39gG 6Y 22790 2 me far Sub q r a d e 175 126 B4 TN 3M 3 Consinict 15" reinforced Concrete Pawemeart 1020D 7550 362a SY 21520 4 Construct 7".Reinforced Attached Corturete Cktrb 5900 4320 233a LP 12560 5 Cibrislnrrl T' Reinforced Concrete.Curb and 1 W Geller 190 20 55 LF '265 6 Silicone Joint Sealant F72811 9930 4480 LF 2;5B9t] 7 6" HMAC Trpnsitiun 12 4 2 TN 1I} vl3e STANDARD DETAILS (T/PW DEPARTMENT) 2006 PREVAILING WAGES FOR CONSTRUCTION PROJECTS N , „ 4 -0 4 42„ FoRT Wd,. TH 4 62 PMS - 167 3„ 3 Project Title „ 3„ 2ND LINE 4 0 IF NECESSARY 3" 2„- Contractor: 22�°EContractor"a Naas- 2 72 12 T_ Scheduled Completion ®ate 11 2„ Year 5" 1" IM61M�-A FORT WORTH LOGO = CHELTINGHAM BOLD ALL OTHER LETTERING = ARIAL BOLD LOGO COLORS. FORT WORTH - PMS 288 LONGHORN LOGO - PMS 167 PROJECT DESIGNATION SIGN LETTERING - PMS 288 BACKGROUND -WHITE CITY OF FORT WORTH -CONSTRUCTION STANDARD BORDER - BLUE DRAWING NO_ DATE: 9-20-02 U �o L wotr ", � r cn oza LO � tj UQ Q Q e- Uw <V) e- Z M Cq z=¢ Li a MO w� (n -d (n e w x H \\`\` N w \���\ utj O Z Lit w [a J F" C) \�\ \``\\\` ¢ LLI � z U F z �zJ Fx-- d }n- Z Ldz ce w ..� (n X UJ � esiilU U) z CL x\1\x�\ � d w = W w O o LsJ \N\�.�� a z w :> LtJ O w O \\/ z0 ¢ Z J NO of O t— LLA f o w ry ; { _a ♦ Z z c7 0 to f .. Q �ww ¢ z U r o OE U \� owOwa W w= uj En •,`\ W X 4 O J � a CD in Lo \\\max\ Q r w �\\��`\ �' L,J O _� J m Vy ZO p�h \�\\\\\_ (n t� --' w \\�\\`\ J cr (n Y lZ Z O F-- \tip\\\ ¢ O U U Z ¢ \�����. iJ � Z w — w �N,SN. En U — U � \�\\ U N �a0 >- ��� Z Lia \\�\\\\w z N w_ Q N o� d3 ¢ 0 ¢ z \*. ' t \\ LL O = to ti 4 Z w J m O W �w ¢ Q JaU=�-- ~ U U O co =0-J �dp�0 c~n '� cii i,. O L . W i,. X 0 w p z U Q < � (D LO o¢ o n �' onz�04 U Q u, rn OE,a� o o �L _Z "Y z�Q > � wOF- w ¢ ZU m w of O � 4d r w u) �- �- \\\\\\ W 7 O U)\\\\\\\ Z \\\\, Z O O O O W U M. w rl V Z l.ir \\ X. ¢tee (nwQO \��\\ i Z 7- U U ¢ \�\1�\\ Y W -� S cn o W \\N U Q \\\ \ LLJ XN W �� a ti �N- m ¢ ¢Of o oz \��\\ a F F v_' \\��\x z a x \\\,�\�� w W W O Q W Q ul O O �x\fix\ a -\\�M.\\ /// ` / \\\ nf U c i rr d Q 3 E f}-�-s i O (n W CD X 2 _ LLI LLJ i O z W -- +,/\`NWJui Oil W Z w \\\\\\ \\ \\ \\ J W d F J Q �i O M W w J to F U) W Vi L- Q \\ \ ` Z } � J00 \\\ \/ / LLJ 0 Q J w Q LLIz \\�\\�\ Cl W En cn J�= Q Z j \�\1`\ ZQm a [Y ¢ yOJO< \\1;\�X UWJ ¢LF _ d\. W 2 C) J Q a J \ Q UQ \;\\`\�\ m��` w w O-QQan \ \\ Z Z W U) U) J O a W U] \\\\\\\ m F �\\\�\ Q ¢ Q LLJ r- F \\ \ �t\\��\ N ¢ _Jw0ZO m aOf ofOfO wcraf¢bj uw Q U -iwOUQ O? W w Quo — zc� U O �O V ¢ ¢ O CYwfr Vi m (%l am d � Z OL, Ln Li x W cv 9-i O Z \ 0 2 $ E w 2 2 2 ƒ 4 L LLJ � U z O Q O @ U e O L 2 � � a ± ¥ % ƒ ± U 2 ƒ + § p u u e / u / 3 / / \ wZ0 q 0 §C4 s Of < w 00 ®§ q » e zo \ \/ \/ $� $ �/% o <w <C) < u®W< CO�to §\W� owo9 § m wee �() / § oeoCE z 5�wo %\0> \h §» $ j/ \»z �< G�2* ae3% F©�z _ We ww<o %§ zzou wa of oee o ez §Of \ <z zw g3ƒ/ ¥q\\ <%E0 w « w z u \ \ } \ 0 - \ /\ \ 2\ /§�/ f\ q\ gzzRc�� <� <-<�o@ �u ®«{/\�wk b� 2$�/ff$u �j E®weezea u� j�\®®�®/ m i <zWzu2%E /, m�W-=« «r % z V)cl El V) b O2~:2anEL \_ «0n0 <® �E jm/% ®S �q -ga3La�} / aeeepf2� a- Lzu= m<= om /z -Of E/Y $i (Kc OL m \ < uj0" �� zG�uP�» Sm ®<o uo <I--o b j ƒ 7 ®{E\2Syw z\ ¢©o-«Iae/ -. /nLzmmo_ Q�o o . . z NOTE: Gutter to be shaped to conform with concrete valley (or pavement) Sion Joints / Intersecting J Valley Joint j or as directed by the engineer No. 3 e /B "OCBW 4" min. or equal to a';I. ;"'se`�a. as .`.. ;•qea�• adJacenf pavement depth. rC "::'.o awe e•.:e.. '04 oYq'o� aa�pPa•ses• '.•• °• �.8 -0• Residential Streets a The 7" reinforced concrete valley shall replace the top 7" of the pavement with the remaining portion of pavement to be constructed including sub -grade treatment, in accordance with the typical paving section. The concrete valley will be governed according to city standards for concrete curb $ gutter. ' The concrete shall be of washed and screened aggregate with a min. of five (5) sacks of cement per cubic yard _ of concrete in place with a min. flexural strength of 550 pounds per square inch at seven days with center loading. TRANSITION SECTION For Volleys Crossing Mdjor Streets DISTANCE FROM CROWN f- OF DIP 0' 0.000, 5. 0.041' 10 0.083, 20' 0.208' 30, 0.333 40' 10.458' 50' - 0.500' Nat fo SCOle NOTE- This is some Drawing. as C-1066-1? REVISED 7- 64 EFW/WRM REVISED 9/28/87 J.A.N./W.R.M. CONCRE F - VALLEY CITY of FORT WORTH, TEXAS— CONSTRUCTION STANDARD DRAWING N0. S—S 6 DATE; DEC. 1969 City of Fart Worth H ghway (hleavy) Construction Prevailinn Wacte Rates For 2006 Air Tool Operator $10.06 Asphalt Raker $11.01 Asphalt Shoveler $8.80 j As halt Distributor Operator $13.99 } Asphalt Paving Machine Operator $12.78 Batching Plant Weigher $14.15 Broom or Sweeper Operator $9.88 Bulldozer operator $13.22 Carpenter (Rough) $12,80 Concrete Finisher- Paving $12.85 Concrete Finisher -Structures $13,27 Concrete Paving Curbing Mach. O er. $12.00 Concrete Paving Finishing Mach. O er. $13.63 Concrete Paving Joint Sealer O er. $12.50 Concrete Paving Saw O er. $13.56 Concrete Paving Spreader O er. $14,50 Concrete Rubber $10.61 Crane, Clamshell, Backhoe, Derrick, Dra line, Shovel $14.12 Electrician $18.12 Fla er $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 Operator Fine Grade $15.20 Motor Grader Operator, Rough Oiler $14.50 Painter, Structures $13.17 Pavement Marking Machine O er. $10.04 i Pipe Layer $11.04 Roller, Steel Wheel Plant- Mix Pavements $11.28 Roller, Steel Wheel Other Flatwheel or Tamping $10.92 Roller, Pneumatic, Self -Propelled Scraper $11.07 Reinforcing Steel Setter(Paving) $14.86 Reinforcinq Steel Setter {Structure) $16.29 Form Machine Operator Bader Box Operator for operator, Crawler Type for operator, Pneumatic eling Mixer Operator k Driver- Single Axle (Light) k Driver- Single Axle (Heavy) k Driver- Tandem Axle Semi -Trailer k Driver- LowboylFloat k Driver- Transit Mix on Drill, Boring Machine, Post Hole Zone Barricade Servicer irly Lets $11.42 $12,32 $12.33 $10.92 $12.60 $12.91 $12.03 $10.91 $11.47 $11.75 $14.93 $12.08 $14.00 $13.57 $10.09 9 Air Conditioning Mechanic l it Conditioning Mechanic H Acoustic Ceiling Installer 4 Acoustic Ceiling Installer Hel N Bricklayer/Stone Mason ricklaver/Stone Mason Hel[ oncrete Finisher oncrete Finisher Helper oncrete Form Builder oncrete Form Builder Hell Prywall Taper brywall Taper Helper Electrician Journeyman Electrician Helper lectronic Technician Electronic Technician HelpE Floor Layer (Carpet) Floor Layer Resilient Floor Layer Helper lazier lazier Helper nsulator (Pipe) Insulator Helper (Pipe) Laborer Common aborer Skilled Lather Lather Helper Metal Building Assembler etas Building Assembler H sinter l Painter Helper l Pipefitter i efitter Helper Plasterer Plasterer Helper Reinforcing Steel Setter Roofer Roofer Helper Sheet Metal Worker Sheet Metal Worker Helper City of Fort Worth Building & Construction Trades Prcvailinu Wad Dates For 2006 Hourly Rates Classifications $17.55 Sheetrock Han er ar $10.74 Sheetrock Hanger Helper $14.26 Sprinkler System Installer $10.53 Sprinkler System Installer He $19.29 Steel Worker Structural $13.07 Steel Worker Structural Hefp� $15.76 Welder $11.69 Welder Helper $14.29 $10.09 $12.16 $8.81 $13.25 $8.00 $19.79 $12.95 $20.06 $12.27 $15.17 $15.94 $11.00 $14.35 $10.32 $15.05 $10.12 $9.21 $11.59 $15.94 $11.12 $14.29 $9.33 $12.86 $8.66 $18.22 $12.90 $16.16 $9.98 $13.00 $15.33 $10.24 $15.73 $10.53 -Hourly Rates $13.37 $9.48 $17.86 $13.33 $16.20 $11.71 $15.88 $11.25 Heavy Equipment Operators Hourly Rates Crane, Clamshell, Backhoe, Derrick, Dra line, Shovel $16.07 Forklift Operator $12.62 Foundation Drill Operator $17.55 Front End Loader Operator $13.27 Truck Driver $12.66 14 CERTIFICATE OF INSURANCE EXPERIENCE RECORD EQUIPMENT SCHEDULE COMPLIANCE WITH AND ENFORCEMENT OF PREVAILING WAGE LAWS CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW CONFLICT OF INTEREST DISCLOSURE REQUIREMENTS AND QUESTIONNAIRE PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND CITY CONTRACT EXPERIENCE RECORD List of projects your organization has successfully completed: Amount Of Contract Award Type of Work ®ate Accepted Name and Address of Owner List of projects your organization is now engaged in completing: Amount Of Contract Award Type of Work Anticipated Date of Completion Name and Address of Owner List Surety Bonds in force on above incomplete worst: ®ate of Contract Award Type of Wovk Bond Amount of Bond name and Address of Surety EQUIPMENT SCHEDULE List of Equipment owned by Bidder that is.in serviceable condition and available for use: Portions of work Bidder proposes -to sublet in case of Award of Contracts including amount and type: Compliance with and Enforcement of Prevailing Wage Laws (a) Duty to pay Prevailing Wa eg _ Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. (b) Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. (c) Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 3 1 " day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. (d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the I I th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. (e) Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. (f) Pay_Estim_ates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (g) Postingof f Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. (h) Subcontractor Com 1p iance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. 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.4700 and City of Fort Worth Project No. C200- 0209400015283IP263-06091700152631P256-070917001 a283. CONTRACTOR Nab: Ogle R. Gilreath, President Title: Date: STATE OF TEXAS § COUNTY OF TARRANT § Before me, the undersigned authority, on this day personally appeared 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 Gilco Contracting, Inc. for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this day ofD20. Notary Public in and for the State of Texas C^V Camml--ton Expirca 20, 2059 -� =W F- CONFLICT OF INTEREST_ DISCLOSURE REQUIREMENT Pursuant to Chapter 176 of the Local Government Code, any person or agent of a person who contracts or seeks to contract for the sale or purchase of property, goods, or services with a local governmental entity (i.e. The City of Fort Worth) must disclose in the Questionnaire Form CIQ ("Questionnaire") the person's affiliation or business relationship that might cause a conflict of interest with the local governmental entity. By law, the Questionnaire must be filed with the Fort Worth City Secretary no later than seven days after the date the person begins contract discussions or negotiations with the City, or submits an application or response to a request for proposals or bids, correspondence, or another writing related to a potential agreement with the City. Updated Questionnaires must be filed in conformance with Chapter 176. A copy of the Questionnaire Form CIQ is enclosed with the submittal documents. The form is also available at http://www.ethics.state.tx.us/forms/CIQ,,pdf. If you have any questions about compliance, please consult your own legal counsel. Compliance is the individual responsibility of each person or agent of a person who is subject to the filing requirement. An offense under Chapter 176 is a Class C misdemeanor. CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire is being filed in accordance with chapter 176 of the Local OFFICE USE ONLY Government Code by a person doing business with the governmental entity. Date Received By law this questionnaire must be filed with the records administrator of the local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be fried. See Section 176.006, Local 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. Name of person doing business with local governmental entity. Z — ❑ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than September 1 of the year for which an activity described in Section 176.006(a), Local Government Code, is pending and not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3 Describe each affiliation or business relationship with an 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. 4 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 local governmental entity that is the subject of this questionnaire. Amended 01113l2oo6 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity Page 2 Name of local government officer with whom filer has affilitation or business relationship. (Complete this section only if the answer to A, B, or C is YES.) This section, item 5 including subparts A, B, C & D, must be completed for each officer with whom the filer has affiliation or business relationship. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income from the filer of the questionnaire? a Yes No B. is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local government officer named in this section AND the taxable income is not from the local governmental entity? aYes a No C. Is the filer "of this questionnaire affiliated with a corporation or other business entity that the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? F] Yes U No D. Describe each affiliation or business relationship. Describe any other affiliation or business relationship that might cause a conflict of interest. Signature of person doing business with the governmental entity Date Amended 0111312006 r Bond No. 6420767 PERFORMANCE BOND t THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § Safeco Insurance Company That we (1) Gilco Contracting, Inc. as Principal herein, and (2) of America , a corporation organized under the laws of the State of (3) Washingtor} and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of: g-- - 10............. Two Million Eight Hundred Eighteen Thousand Nine Hundred Thirty-four and no/0........................ , _ ($2,8I8,934.00) Dollars for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. JAKI n n 7 ` 17 WHEREAS, Principal has entered into a certain contract with the Obligee dated the of , 2006 a copy of which is attached hereto and made a part hereof, for the construction of Pavement Reconstruction and Water and Sanitary Sewer Replacement on 6th Avenue. Hurlev Avenue. W. Arlington Avenue (Project No. 00152 NOW THEREFORE, the condition of this obligation is such, if the said Principle shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then f' this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED d SEALEP thia,AotU 4U i "2006. ATTEST: V 1-111�414— (4 Title: � Dale R Gil.reath, President (SEAL) 4200 S. Hulen 41 Suite 513 Fort Worth, TX 76109 AT ST: (Surety) Secretary (Address) Safeco Insurance ompany of America S �rety Att ey-in-fact) (5) Lisa M. Bonnot Safeco Plaza Seattle, WA 98185 (Address) (SEAL) NOTE: Date of Bond must not be (, prior to date of Contract (1) Correct Name of Contractor (2) Correct name of Surety (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by Attorney -in -Fact. The date of bond shall not be prior to date of Contract. Witness as to Surety l 2711 N. Haskell Avenue #800, Dallas, TX 75204 (Address) I- - Bond No. 6420767 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § Safeco Insurance Company That we, (1) Gilco Contracting, Inc., as Principal herein, and (2) of America a corporation organized and existing under the laws of the State of(3) Washington as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of Two Million Ei ht Hundred Eighteen Thousand Nine Hundred Thir - i four and no/100..... ........... Dollars ($2,818,934.001 for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee date'd''tlk d4: bf 2006, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: Pavement Reconstruction and Water and Sanitary Sewer Replacement on 6th Avenue Hurle Avenue, W. Arlington Avenue JProiect No. 00152) NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. - PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have ' executed this instrument. JAN ;r 0 Z001 SIGNED and SEALED this day of, 2006. ATTEST: t (Principal) S c t (SEAL) 513 Witness as to Principal ATTEST: Secretary (SEAL) 061 y Q, Witness as to Surety Title: President Address: 4200 S. Hulen St, Suite Fort Worth TX 76109 Safeco Insurance Company of America SUR TY By: Name: Lisa PBonnot Attorney in Fact Address: Safeco Plaza Seattle, WA 98185 Telephone Number: 214/989-0000 NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. 'in addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney -in -Fact. The date of bond shall not be prior to date of Contract. `JSP_ 3 i Bond No. 6420767 F i MAINTENANCE BOND d THE STATE OF TEXAS ? f " COUNTY OF TARRANT Safeco Insurance Company That Gilco Contracting, Inc. ("Contractor'), as principal, and of America a corporation organized under the laws of the State of Washington , ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum of Two Million Eight Hundred Eighteen Thousand dine Hundred Thirty- fourand no/100 ............................................................................................................................ Dollars ($2x818,934.00), 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: 1 WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the ,, of, 2006, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Pavement Reconstruction and Water and Sanita Sewer Replacement on 6th Avenue Hurle Avenue W. Arlin ton Avenue Proiect No. 00152 i the same being referred to herein and in said contract as the Work and being designated as project _ number(s) C200-02094000162831P253-06091700962831P268-0709170015283 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 J` 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 f WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) years; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in i part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in 0 counterparts, each of which shall be deemed an original, this day N .y E, �F . 2006. ATTEST: Secretary ATTEST: (S E A L) Secretary Title: President Safeco Insurance Company of America Surety By: 'n� Name: Lisa M Bonnot Title: Attorney -in -fact Safeco Plaza Hattle, WA 98185 Address POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: No. 3698 Safeco Insurance Company of America General Insurance Company of America Safeco Plaza Seattle, WA 88185 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint ******LISA M. HONNOT; DON E. CORNELL; CHRISTINE DAVIS; CHRIS J. KUTTER; ROBHI MORALES; LUKE J. NOLAN, JR.; JERRY P.ROSE, Dallas, Texas****************************************************«r**e*************************** its true and lawful attomey(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character Issued In the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 30th day of March , 2046 STEPHANIE DALEY-WATSON SECRETARY MIKE PETERS PRESIDENT SURETY CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys-in-fact or under other appropriate fides with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be Impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (1) The provisions of Article V, Section 13 of the lay -Laws, and (II) A copy of the power-of-attomey appointment, executed pursuant thereto, and (III) Certifying that said power -of -attorney appointment is In full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Stephanie Daley -Watson , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By --Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this SEAL 0 WAS S-0974/138 4106 CME 11 SEAL day of IIAN `i 0 Zut STEPHANIE DALEY-WATSON, SECRETARY Safeco* and the Safew logo are registered trademarks of Safeco Corporation, WEB PDF State .of Texas Surety Bond Olalm Notice In accordance with Section 2253,021(f) of the Texas Government Code and Section 63.202(6) of the Texas'. Property Code, any notice of clalm to the named Surety under this bond(s) should be sent to: SAFECO Surety Adams Building 4634 `f 64th PL NB Redmond, W.A. 96052 Mailing Address: SAFECO Surety PO Box 34526 Seattle, WA 98124 Phone: (425) 376-6535 Fax: (425) 37"533 www.SAFECO.com 13 P CITY OF FORT WORTH, TEXAS CONTRACT THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT This agreement made and entered into this the _AN d"ay�o�f007 A.D., 2006, by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the I 11h day of December, A.D. 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city , and the City of Fort Worth being hereinafter termed Owner, Gilco Contracting, Inc., HEREINAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follows: That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: Pavement Reconstruction and Water and Sanitary Sewer Replacement on 6th Avenue, Hurley Avenue, W. Arlington Avenue (Project No. 00152) 2. That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. H The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 290 working days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of 630 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in ,part by the negligence or alleged negligence of Owner, its officers, servants or employees.. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. F-A The Contractor agrees, on the execution of this Contract, and before beginning work, to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Article 5160 of the Revised Civil Statutes of Texas, as amended, in the form included in the Contract Documents, and such bonds shall be for 100 percent of the total contract price, and said surety shall be a surety company duly and Iegally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth, S. 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 Two Million Eight Hundred Eighteen Thousand Nine Hundred Thirty-four and no/100.....................................................................................................................Dollars, ($2,818,934.00). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the 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. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the Iaws 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 S counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in 8 counterparts with its corporate seal attached. Done in Fort Worth, Texas, this the tay or , A.D., 2006. RECOMMENDED: or BY: AAAW"w-,,0-K-- DMECTOR, DEPARTMENT OF ENGINEERING APPROVED: TRANSPORTATION/PUBLIC WORKS DIRECTOR Gilco Contracting, Inc. 4200 S. Hulen St., Suite 513 Fort Worth, TX 76109 CONTRACTOR M. OtR. Gilreath resident TITLE Lilco Contracting, Inc. 4200 S, Hulen St., Suite 513 Fort Worth, Texas 76109 ADDRESS i November 1960 Revised May 1986 Revised September 1992 CITY OF FORT WORTH CITY MANAGER ATTEST: CITY SECRETARY (SEAL) Cunt a - Aut<horiz*idn Date APPROVED AS TO FORM AND LEGALITY: 0F�11 C ]J I '�-k 01 �.Q CITY FT. TLPI� -15- SOTS 'PEST REPORTS I CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: 2004 CIP (61g AVE.). DOE NO.: 4700 FUND CODE: 03 HOLE # 1 LAB NO: 45515 LOCATION: 1945 6' AVE. E/4 5.00" HMAC 8.75" CONCRETE (COMPRESSIVE STRENGTH 4754 PSI) 6.25" GRAVEL ATTERBURG LIMITS: LL: PL: PI: SHRKG: % MUNSELL COLOR CHART: UNIT WEIGHT: N/A #/CFT HOLE # 2 LAB NO: 45516 LOCATION: 1928 6T$ AVE. W/4, 4.50" HMAC 4.00" CONCRETE (SAMPLE DAMAGED NO PSI) 3.50" YELLOWISH BROWN CLAY 8.00" GRAYISH BROWN CLAY W/GRAVEL ATTERBURG LIMITS: LL: PL: PI: SHRKG: % MUNSELL COLOR CHART: UNIT WEIGHT: N/A #/CFT HOLE # 3 LAB NO: 45517 LOCATION: 1903 6T$ AVE. CL 7.00" HMAC 6.00" CONCRETE (COMPRESSIVE STRENGTH 6062 PSI) 7.00" DARK GRAY SANDY CLAY ATTERBURG LIMITS: LL: 44.6 PL: 26.4 PI: 18.2 SHRKG: 10.0% MUNSELL COLOR CHART: 5/2 GRAYISH BROWN CLAY - UNIT WEIGHT: N/A #/CFT HOLE # 4 LAB NO: 45518 LOCATION: 1815 67" AVE. E/4 6.00" HMAC 2.25" YELLOWISH BROWN CLAY W/GRAVEL 2.25" YELLOWISH BROWN SANDY CLAY W/GRAVEL 9.50" DARK BROWN CLAY ATTERBURG LIMITS: LL: 54.5 PL:.29.8 PI: 24.7 SHRKG: 14.0% MUNSELL.COLOR CHART: 5/3 BROWN CLAY UNIT WEIGHT: 146.0 #/CFT 2 DOE # ,4700 HOLE # 5 LAB NO: 45519 LOCATION: 1730 6"R AVE. W/4 6.75" HMAC 6.25" YELLOWISH BROWN CLAY W/GRAVEL 7.00" BROWN SANDY CLAY W/GRAVEL ATTERBURG LIMITS: LL: 41.4 PL: 21.4 PI: 20.0 SHRKG: 8.0% MUNSELL COLOR CHART: 6/3 PALE BROWN CLAY UNIT WEIGHT: N/A #/CFT HOLE -# 6 ' LAB NO: 45520 LOCATION: 1707 6T8 AVE. 19/4 4.75" HMAC 3.25" GRAVEL 12.00" BROWNISH YELLOW CLAY ATTERBURG LIMITS: LL: 50.0 PL: 20.2 PI: 29..8 SHRKG: 14.0% MUNSELL COLOR CHART: 6/3 PALE BROWN CLAY - UNIT WEIGHT: 146.0 #/CFT HOLE # 7 LAB NO: 45521 LOCATION: 1617.61�H AVE. CIS 6.25" HMAC- 5.75" CONCRETE (COMPRESSIVE STRENGTH 4487 PSI) 8.00".GRAY CLAY ATTERBURG LIMITS: LL: 44.3 PL: 18.1 PI: 26.2 SHRKG: 11.0% MUNSELL COLOR CHART: 7/1 LIGHT GRAY CLAY. UNIT WEIGHT: N/A #/CFT HOLE # 8 LAB NO:,45522 LOCATION: 1602 6AVE. W/4 5.25" HMAC 4.25" CONCRETE (COMPRESSIVE STRENGTH 4344 PSI) 10.50" DARK GRAY CLAY ATTERBURG LIMITS: LL: 61.3 PL; 25.9 PI: 35.4 SHRKG: 15.0% MUNSELL COLOR CHART: 5/2 GRAYISH BROWN CLAY UNIT WEIGHT: N/A #/CFT HOLE # 9 . LAB NO: 45523 LOCATION: 1500 6T3 AVE. E/4 4.50" HMAC 4.00" CONCRETE (SAMPLE DAMAGED NO PSI) 11.50" DARK GRAY CLAY ATTERBURG LIMITS: LL: 64.4 PL: 30.8 PI: 24.6 SHRKG: 16.00 MUNSELL COLOR CHART: 5/1 GRAY CLAY UNIT WEIGHT: N/A #/CFT 3 DOE # 4700 HOLE # 9 LAB NO: 45524 LOCATION: 1422 6" AVE. CL 3.00" HMAC - 6.25" CONCRETE (COMPRESSIVE SRENGTH 4464 PSI) 10.75" GRAY CLAY ATTERBURG LIMITS: LL: 43.4 PL: 16.9 PI: 26.5 SHRKG: 11.0% MUNSELL COLOR CHART: 7/1 LIGHT GRAY CLAY - UNIT WEIGHT: N/A #/CFT HOLE # 11 LAB NO: 45525 LOCATION: 1400 6' AVE. W/4 6.75" HMAC 4.00" CONCRETE (SAMPOLE DAMAGED NO PSI) 9..25".DARK GRAY CLAY ATTERBURG LIMITS: LL: 45.6 PL: 24.0 PI: 21.6 SHRKG: 13.00 MUNSELL COLOR CHART: 5/2 G.RAYISH BROWN CLAY UNIT WEIGHT: N/A #/CFT HOLE # 12 LAB NO: 45526 LOCATION: 1318 62R AVE. E/4 5.50" HMAC 4.00" YELLOWISH BROWN CLAY W/GRAVEL 2.50" GRAVEL 8.00" DARK GRAY CLAY ATTERBURG LIMITS: LL: 50.0 PL: 26.1 PI: 23.9 SHRKG: 15.0% MUNSELL COLOR CHART: 5/2 GRAYISH BROWN CLAY UNIT WEIGHT: 146.0 #/CFT HOLE # 13 LAB NO: 45527 -LOCATION: -1300 6TH AVE. W/4 3.50" HMAC 3.50" CONCRETE (SAMPLE DAMAGED NO PSI) 13.00" DARK GRAY CLAY W/GRAVEL ATTERBURG LIMITS: LL: 47.9 PL: 19.9 PI:.28.0 SHRKG: 13-0% MUNSELL COLOR CHART: 5/1 GRAY CLAY UNIT WEIGHT: N/A #/CFT APPPROVAL: 0/--fERI DATE TESTED: 11-09-04 ABE CALDERON DATE REPORTED: 11-16-04 CRAIG BRIDGEWATER TESTED BY: HERNANDEZ FILE I CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: 2004 CIP (HURLEY AVE.) DOE NO.: 4700 FUND CODE: 03 HOLE # l LAB NO: 45499 LOCATION: 1945 HURLEY AVE. E/4 2.00" HMAC 5.50" CONCRETE (SAMPLE DAMAGED NO PSI) 12.50" DQARK GRAY CLAY ATTERBURG LIMITS: LL: 41.6 PL: 26.5 PI: 15:1 -SHRKG: 12.00 MUNSELL COLOR CHART_: 5/2 GRAYISH BROWN CLAY UNIT WEIGHT: N/A #/CFT HOLE # 2 LAB NO: 45500 LOCATION: 1928 HURLEY AVE. W/4 2.25" HMAC 3.75" GRAVEL 14.00" DARK GRAY CLAY ATTERBURG LIMITS: LL: 52.5 PL: 31.6 PI: 20.9 SHRKG: 13_.0% MUNSELL COLOR CHART: 5/2 GRAYISH BROWN CLAY UNIT WEIGHT_: 134.0 #/CFT HOLE # 3 LAB NO: 45501 LOCATION: 1908 HURLEY AVE. CL 2.00" HMAC 2.00" GRAVEL 16.00" DARK. GRAY CLAY ATTERBURG LIMITS: LL: 50.2 PL: 34.0 PI: 16.2 SHRKG: 14.0% MUNSELL COLOR CHART: 5/2 GRAYISH BROWN CLAY UNIT WEIGHT: 133.0 #/CFT HOLE # 4 LAB NO: 45502 LOCATION: 1829 HURLEY AVE. E/4 8.50" HMAC 11.50" BROWN CLAY W/GRAVEL ATTERBURG LIMITS: LL: 38.8 PL: 23.0 PI: 15.8 SHRKG: 10.0% MUNSELL COLOR CHART: 5/2 GRAYISH BROWN CLAY UNIT WEIGHT: N/A #/CFT DOE # 4700 HOLE # 5 LAB NO: 45503 LOCATION: 1812 HURLEY AVE. W/4 2.25" HMAC 2.50" YELLOWISH BROWN CLAY W/GRAVEL 15.25" DARK GRAY CLAY W/GRAVEL ATTERBURG LIMITS: LL: 52.1 PL: 35.2 PI: 16.9 SHRKG: 15.0° MUNSELL COLOR CHART: 5/2 GRAYISH BROWN CLAY UNIT WEIGHT: 134.0 #/CFT HOLE # 6 LAB NO: 45504 LOCATION: 1727 HURLEY AVE- E/4 2.25" HMAC. 2.25" GRAVEL. 15.50" DARK GRAY CLAY W/GRAVEL. ATTERBURG LIMITS: LL: 48.2 PL: 28.9 PI: 19.3 SHRKG: 13.0% MUNSELL COLOR CHART: 4/1 DARK GRAY CLAY UNIT WEIGHT: 134.0 #/CFT HOLE #.7 LAB NO: 45505 LOCATION: 1705 HURLEY AVE. CL 1.50" HMAC 5.00" YELLOWISH BROWN CLAY W/GRAVEL 13.50" DARK GRAY CLAY ATTERBURG LIMITS: LL: 50.0 PL: 31.2 PI: 18.8 SHRKG: 14-0% MUNSELL COLOR -CHART: 5/3 BROWN CLAY UNIT WEIGHT:.132.0 #/CFT HOLE # 8. LAB NO: 45506 LOCATION: 1620 HURLEY AVE. W/4 2.50" HMAC 2.50" GRAVEL 15.00" DARK GRAY CLAY ATTERBURG LIMITS: LL: 43.4 PL: 27.9 PI: 15.5 SHRKG: 14.0% MUNSELL COLOR CHART: 5/3 BROWN CLAY UNIT WEIGHT: 135.0 #/CFT HOLE # 9 LAB NO: 45507 LOCATION: 1601 HURLEY AVE. E/4 5.50" HMAC 6.50" REDDISH BROWN SANDY CLAY W/GRAVEL 10.00" REDDISH BROWN CLAY W/GRAVEL ATTERBURG LIMITS: LL: 42.4 PL: 21.8 PI: 20.6 SHRKG: 13.0% MUNSELL COLOR CHART: 6/4 LIGHT YELLOWISH BROWN CLAY UNIT WEIGHT: 146.0 #/CFT 3 DOE # 4700 HOLE # 10 LAB NO: 45508 LOCATION : CL OF HURLEY AVE. 50' SOUTH OF W . MYRTLE 2.00" HMAC 4.00" REDDSIH BRRWN SANDY CLAY W/GRAVEL. 14.00" BROWN CLAY ATTERBURG LIMITS: LL: 40.5 PL: 22.0 PI: 18.5 SHRKG: 12.00 MUNSELL COLOR CHART: 6/3 PALE BROWN CLAY UNIT WEIGHT: 133.0 #/CFT APPPROVAL: RY JERI DATE TESTED: 11-10--04 DATE REPORTED: 11-16-04 TESTED BY: HERNANDEZ ROUTING ABE CALDERON CRAIG BRIDGEWATER FILE i CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT:"2004 CIP (W. ARLINGTON AVE.) DOE NO.: 4700 FUND CODE: 03 HOLE # 1 LAB NO: 45509 LOCATION: N/4 OF W. ARLINGTON AVE: 49' W. OF COLLEGE AVE. 3.75" HMAC . 3.25" YELLOWISH BORWN CLAY W/GRAVEL 13.00" DARK GRAY CLAY W/GRAVEL ATTERBURG LIMITS: LL: 43.2 PL: 22.1 PI:_ 21.1 SHRKG: 12.00 MUNSELL COLOR CHART: 5/2 GRAYISH BROWN CLAY UNIT WEIGHT: 144.0 #/CFT HOLE # 2 LAB NO: 45510 LOCATION: 1024 W. ARLINGTON AVE. S/4 4.00" HMAC 5.75" CONCRETE (COMPORESSIVE STRENGTH 3047 PSI) 10.25" DARK GRAY CLAY ATTERBURG LIMITS: LL:.59.5 PL: 24.0. PI: 35.5 SHRKG: 16.0% MUNSELL COLOR CHART: 5/2 GRAYISH BROWN CLAY UNIT WEIGHT: N/A #/CFT HOLE # 3 LAB NO: 45511 LOCATION: 1100 W. ARLINGTON AVE. N/4 2.25" HMAC 6._50" CONCRETE (COMPRESSIVE STRENGTH 4679 PSI) 11.25" DARK GRAY CLAY ATTERBURG LIMITS: LL: 54.5 PL: 30.4 PI: 24.1 SHRKG: 14.0% MUNSELL COLOR CHART: 5/2 GRAYISH BROWN CLAY UNIT WEIGHT: N/A #/CFT HOLE # 4 LAB NO: 45512 LOCATION: 1120 W. ARLINGTON AVE. CL 1.75" HMAC 6.50" CONCRETE (COMPRESSIVE STRENGTH 5479 PSI) 11.75" DARK GRAY CLAY W/GRAVEL ATTERBURG LIMITS: LL: 47.2 PL: 30.9 PI: 16.3 SHRKG: 13.00 MUNSELL COLOR CHART: 5/1 GRAY CLAY UNIT WEIGHT: N/A #/CFT OA DOE # 4700 HOLE # 5 LAB NO:.45513 LOCATION: 1207 W.'ARLINGTON AVE. S/4 1.75" HMAC .5.75" CONCRETE (SAMPLE DAMAGED NO PSI) 12.75" DARK GRAY CLAY W/GRAVEL ATTERBURG LIMITS: LL: 53.0. PL: 27.5 PI: 25.5 SHRKG: 14.0% MUNSELL COLOR CHART: 5/1 GRAY CLAY UNIT WEIGHT: N/A #/CFT HOLE # 6 LAB NO: 45514 LOCATION: 1220 W. ARLINGTON AVE. N/4 1.50" HMAC 6.00" CONCRETE (COMPRESSIVE STRENGTH.5472 PSI) 12.50" DARK GRAY CLAY W/GRAVEL ATTERBURG LIMITS: LL: 55.7 PL: 30.6 PI: 25.1 SHRKG: 15.0% MUNSELL COLOR CHART: 6/2 LIGHT BROWNISH GRAY CLAY UNIT WEIGHT: N/A- #/CFT APPPROVAL: RY JERI DATE TESTED: 11-10-04 DATE REPORTED: 11�16--04 TESTED BY: HERNANDEZ ROUTING ABE CALDERON CRAIG BRIDGEWATER FILE