Loading...
HomeMy WebLinkAboutContract 40729' ' ® FORT WORTH CITY SECRETARY LI 1':-J;;). °t CONTRACT NO . aU .. SPECIFICATIONS AND CONTRACT DOCUMENTS FOR SANITARY SEWER REHABILITATION CONTRACT LXXII (72) -PART 1 I . / ., CliY SECRETARY ~ CITY PROJECT No. 00411 DOE 5333 X-21225 Sewer No. P258-709170041183 0 10 1E, FILE CONTRACTOR'S BONDING CO. APRIL 2010 CONSTRUCTION'S COPY C \iNT DEPARTMENT Michael J_ Moncrief Mayor William A. Verkest, P.E. Dale A. Fisseler, P .E. City Manager Director, Transportation and Public Works Department S . Frank Crumb, P .E. Director, Water Department PREPARED FOR: The City of Fort Worth . . " ••• HALFF ••• 4000 Fossil Creek Boulevard Fort Worth, Texas 76137-2720 TBPE REG# 312 OB-20-10 Pu3:os IN ,,,,'-~'\.'\\\\\ ,5'~)~ .. 9.f. .. tf )tl,, :;;' '-::>/ * ·..-:!.Jl ,, ~. ,• . *'· ,.. . . ,, ,..*:· ··.*?, j····················· ......... .:. .... ~ ~LEAH M. H ER MES~ ~ .... , .......................... , ..... ;:: ~ ~ 10'1562 : ,., 'l-0\ ..., /Q;-::: ,,-110.•f .·~-,, ;.-.,.. ···,(9ENS~~ .• •' ~'<; ~ ,, ··ss ........ '\\~" .:::- lti\'ONAL t. __ "-)...,.."" \\'\"\: :.-.; ' ... o,o :-:I" II" OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX M&CReview Page 1 of2 ; Official site of the City of Fort Worth , Texas CITY COUNCIL AGENDA FORT WORTH ~ DATE: CODE: COUNCIL ACTION: Approved on 8/3/2010 8/3/2010 REFERENCE NO.: C-24385 LOG NAME: C TYPE: PUBLIC NON-CONSENT HEARING: 60SS72P1- UTILITEX NO SUBJECT: Authorize a Contract in the Amount of $1 ,052 ,340 .00 with Utilitex Construction , LLP , for Sanitary Sewer Rehabilitation Contract LXXII , Part 1, on Lowden Street, Gordon Avenue, W . Berry Street and Townsend Drive (COUNCIL DISTRICT 9) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract in the amount of $1,052 ,340 .00 with Utilitex Construction, LLP for Sanitary Sewer Rehabilitation Contract LXXII (72), Part 1. DISCUSSION: On August 29 , 2006 , (M&C C-21635) the City Council authorized an Engineering Agreement with Halff Associates , Inc., for Sanitary Sewer Rehabilitation Contract LXXII (72). This project, Part 1, consists of sanitary sewer main rehabilitation on the following streets: Street From To Lowden Street Wayside Avenue Gordon Avenue Gordon Avenue Lowden Street West Berry Street West Berry Street Gordon Avenue Wayside Avenue Townsend Drive West Berry Street Bowie Street The proj ect was advertised for bid on April 8 and 15 , 2010 , in the Fort Worth Star-Telegram . On April 29, 2010 , the following bids were received : Bidder Utilitex Construction, LLP Conatser Construction TX , LP William J . Schultz , Inc., Amount $1,052,340 .00 $1,064 ,765 .00 d/b/a Circle "C" Construction Company $1,081 ,704.50 Laughley Bridge & Construction , Inc. $1 ,089 ,746 .80 Barson Utilities , Inc. $1 ,143,785.00 Jackson Construction , Ltd . $1 ,260,330 .00 Bumsco Construction , Ltd . $1,465 ,371 .00 Time of Completion 180 Calendar Days M/WBE -Util itex Construction , LLP , is in compliance with the City's M/WBE Ordinance by committing to 21 percent M/WBE participation . The City's goal on this project is 21 percent. In addition to the contract amount $39 ,000.00 is required for material testing and inspection and $31 ,570 .00 , is provided for change order contingencies . The project is located in COUNCIL DISTRICT 9 . http ://apps .cfwnet.org/council_packet/mc_review .asp ?ID=l 3 827&councildate=8/3/2010 8/16/2010 M&CReview Page2 of2 • ,- FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated , of the Sewer Capital Projects Fund . TO Fund/Account/Centers Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS 60SS72P1-UTILITEX MAP.pdf FROM Fund/Account/Centers P258 541200 709170041183 $1 ,052 ,340 .00 Fernando Costa (6122) S. Frank Crumb (8207) Robert C . Sauceda (2387) http ://apps .cfwnet.org/council _packet/mc_review.asp?ID=l3827&councildate=8/3/2010 8/16/2010 FORT WORTH SPECIFICATIONS AND CONTRACT DOCUMENTS FOR SANITARY SEWER REHABILITATION CONTRACT LXXII (72) -PART 1 Michael J . Moncrief Mayor CITY PROJECT No. 00411 DOE 5333 X -21225 Sewer No. P258-709170041183 APRIL 2010 William A . Verkest, P.E. Dale A. Fisseler, P .E. City Manager Director, Transportation and Public Works Department S . Frank Crumb , P .E. Director, Water Department PREPARED FOR: The City of Fort Worth 1:1 HALFF ~ • • 4000 Fossil Creek Boulevard Fort Worth , Texas 76137-2720 TBPE REG# 312 ,,,'\.'\."\."\.\\ \\\ $~"';.)t.9.f./f )t1,, ,:::: <"-:> •• • * ···115' ,, ~•/ ... *" ::*: ·-.• ~ j····=·························.:. .... ~ ~LE AH M. H ER M ES ~ ~······························•/•••••..-' 'I. .., \ 1035 6 2 .: :J ", A°\... .. ,~ ,,J l "1J • •• 'V .... II ;.<';·{~~ENS t 9..-" ~'<; .5' ll ~·ss ········ '\\~' .... ltl IONAL t_ ... ,.,,.v11 ,,. "\\\\.'\:~ ,o ~.:1P W' - - .... SECTION 2 -FRONT END DOCUMENTS 2.1 -TABLE OF CONTENTS 2.2 -NOTICE TO BIDDERS 2.3 -COMPREHENSIVE NOTICE TO BIDDERS 2.4 -SPECIAL INSTRUCTIONS TO BIDDERS (WATER-SEWER) TABLE OF CONTENTS 1 -Project Information 0 1 .1 -Title Page MS-Word D 1 .2 -Location Maps pdf 2 -Front End Documents 0 2 .1 -Table of Contents MS-Word 0 2 .2 -Notice to Bidders MS-Word 0 2.3 -Comprehensive Notice MS-Word to Bidders 0 2.4 -Special Instructions to pdf Bidders (water-sewer) D 2.5 -Special Instruction to pdf Bidders (paving-drainage) D 2.6 -Detailed Project MS-Word Specifications (no drawings provided) 3 -MWBE Documentation 0 3.1 -MWBE Special pdf Instructions 0 3.2-MWBE pdf Subcontractors/Suppliers Utilization Form 0 3 .3 -MWBE Prime Contractor pdf Waiver 0 3 .4-MWBE Good Faith Effort pdf 0 3 .5 -MWBE Joint Venture pdf 4 -B i d Package 0 4.1 -Bid Proposal Cover & pdf Signature Sheets 0 4 .2 -Bid Proposal(s) MS-Excel D 4 .3 -Green Cement Policy MS -Word Compliance Statement D 4.4 -Bid Schedule pdf 0 4.5 -Vendor Compliance to pdf State Law D 4.6 -List of Fittings pdf D 4.7 -Pre-Qu,alified Contractor MS -Wo rd List 5 -General and Special Conditions 0 5.1 -Part C General pdf Conditions (water -sewer) 0 5 .2 -Supplementary pdf Conditions to Part C (water - sewer) 0 5 .3 -Part D -Special MS-Word Conditions (water -sewer) 0 5.4 -Part DA -Additional MS-Word Special Condition (water - sewer) 0 5 .5 -Part E Specifications pdf D 5.6 -Special Provisions (paving -drainage) 0 5. 7 -Wage Rates pdf 0 5 .8 -Compliance with and pdf Rev 2-2-10 TABLE OF CONTENTS 6 -Contracts , Bonds and Insurance 7 -Permits 8 -Easements 9-Reports 10-Addenda R ev 2-2-10 Enforcement of Prevailing Wage Rates [gl 5.9 -Standard Details (water-dwf sewer) D 5.10 -Standard Details dwf (paving-drainage) [gl 6.1 -Certificate of Insurance [gl 6.2 -Contractor Compliance With Workers ' Compensation Law [gl 6.3 -Conflict of Interest [gl [gl [gl [gl D D D [gl D D [gl D Questionnaire 6.4 -Performance Bond 6.5 -Payment Bond 6.6 -Maintenance Bond 6.7 -City of Fort Worth Contract 7.1 -TxDOT Perm it(s) 7.2 -Ra i lroad Permit(s) 7_.3 -Other Permit(s) 8.1 -Easement 9.1 -Geo-tech Report(s) 9.2 -Cathodic Protection Study Report 9.3 -Traffic Control 10.1 Addendum MS-Word pdf pdf pdf pdf pdf pdf pdf pdf pdf pdf pdf pdf pdf MS -W ord S HORT F ORM N O T ICE T O BID DE RS Sealed proposal s for the fo llowing: FOR: SANITARY SEWER REHABILITATION CONTRACT LXXII (72) -PART 1 Sewer Project No. P258-709170041183 City Project No . 00411 DOE 5333 Addressed to : CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-631 1 will be received at the Purchasing Office until 1 :30 p.m., April 29,2010 and then publicly opened and r ead alou d at 2:00 p.m. in the Counci l Chambers. One set of plans and documents for this project may be purcha sed for a non- refundable cost of Sixty Dollars ($60.00) per set at the offices ofHalff Associates, Inc ., 4000 Fossil Creek B oulevard , Fort Worth, Texas, 76137-2720. These documents contain additional information for pro s pective bi dd ers. Documents may a lso be obtained free of charge at the City's online b idding system (Bu zzsa w). Email the City of Fort Worth Project Manager listed below for instructions on accessing the online document s. Pla n s a nd Specifi ca tio ns w ill be ava il ab le for pi c k-up o n Mon d ay, Ap ril 12 , 20 10. The major work wi ll consist of the following (All Approximate): SEWER IMPROVEMENTS 1440 3225 1680 170 235 25 6 L.F . L.F. L.F. L.F . L.F .. EA. EA. 6" PVC Sewer Pipe 8 " PVC Sewer Pipe 18 " PVC Sewer Pipe 18 " HDPE Sewer Pipe Enlargement 8" Other Than Open Cut Std . 4' Dia. Manholes Std . 4' Dia. Drop Access Manholes A ll bidders submitting bids are required to be pre-qua lified in accordance with the requirements of the Specia l Instructions to Bidders. For additional information , please contact Roberto Sauceda, Project Manager, City of Fort Worth Project M anager - Water Department at Telep h one Number: 817 -392 -2387 or by email: Robert .Sauceda @ fortworthg ov.or g, and/or Dennis W. Haar P.E., Project Manager, Ha l ff Associates , Inc . at 817-84 7-1422 ext 1242 . Advertising Dates: Apri l 8, 20 10 April 15, 2010 COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: FOR: Sanitary Sewer Rehabilitation Contract LXXII (72) -Part 1 Sewer Project No . P258-709170041183 City Project No. 00411 DOE 5333 Addressed to: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until 1 :30 p.m., A pril 2 9,2010 and then publicly opened and read aloud at 2:00 p .m. in the Council Chambers. One set of plans and documents for thi s project may be purchased for a non-refun dable cost of Sixty Dollars ($60.00) per set at the offices of Hal ff Associates, Inc., 4000 Fossil Creek Boulevard, Fort Worth , TX 76 137. These documents contain additional information fo r prospective bidders .. Documents may also be obta in ed free of charge at the City's on line bidding system (Buzzsaw ). Email the Proj ect Manager listed below for instructi ons on accessing the online documents . P la ns a nd S p ec ifi catio n s w ill be ava il ab le for p ick-up o n Monday A pr il 12, 2010. The major work will consist of th e following (All Approximate): SEWER IMPROVEMENTS 1440 3225 1680 170 235 25 6 L.F . L.F . L.F. L.F . L.F . . EA. EA. 6" PVC Sewer Pipe . 8 " PVC Sewer Pipe 18 " PVC Sewer Pipe 18" HOPE Sewer Pipe Enlargement 8" Othe r Than Open Cut Std. 4' Dia . Manholes Std. 4' Dia . Drop Access Manholes Included in the above will be all oth er miscellaneous items of construction as outlined in the P lans, General Contract Documents and Specification s. NOTICES All bidders will be required to comply with Provision 5 I 59a of"Vemon 's Annotated Civil Statutes" of the State of Texa s with respect to the payment of preva iling wage rates and City of Fort Worth Ordinance no . 7400 (Fort Worth City Code Sections 13 -A-221 through I 3-A-29) prohibiting discrimination in the employment practices . Bid security may be required in accordance with Special I.n struction s to Bidders. The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all fonnalities . COMPREHENSIVE NOTICE TO BIDDERS No bid may be \\'ithdr;l\rn unt i I th t'. C.\p 1r :11 io n or ninety ( 90) da ys Crom the da te bids arc opened . Th e awar d o r contract , if' mad e, \\·ill be within ninety (90 ) day s :.ilk r the opc111ng or bid s , but 111 no ca s e 11 ·ill the award be m;1de until a ll the n eces sa ry investiga ti o ns a rc rrn de :.is to the res pons ibili ty o f th e bidder to \\'ho m it is propo sed to a11·ard the Co ntract . Bidd ers arc res pon si ble rur \Jbta1rnn g a ll adde11d;1 to th e con traL·t doc um en ts and ackno11 k dg ing rece ipt o f th e add end a b y initialing the appropriate s pace s on 1he :\dd nJa ln dc.\ and Rt'.eeipt form(s) Bid s tha1 do no t ackno\1 ledge rect'.i pt of all add e nda ma y be reject ed as being no n-r es pon 5ive . Inrurm;1tion reg::i rdin g th e s tatus ut' addc nd;1 may be obtain ed by contacting D en ni s W . ll aar , P .E .. u i'Hal lf.-\ssoc i:'lll:.'S . lnc at 8 17-8 4 7 -l -f22 ext 1242 . Bidders, us ing th e print e d cop y, s hall not sepa rate . deta ch or rem O\'C :my po rt ion. segm ent o r s heds fro m th e co nt ra ct do Gume nt at an y time. Bidders mu st L'O mpklc the prop o~al se cti on(s ) an d submit th e complete s pec if1cation book o r face rej ec ti o n of the hid a s non -re s p on s i1 c . It 1, rc co mmenclcJ th at th e bidde r mak e a copy of th e forms included in th e i'v l ino1it y an d Women Bu s in ess Ent erp ri se secti o n to r s ubmittal with in the t ime dc:.1dlinc s tat ed belo\\. or th e bidde r may requ es t a copy of said forms from th e Ci ty or fort Wonh Project l'v1 anager named in this so lic it a tion . ln accorda nce with th e C it y of Fort \Vorth Ordinance No. 15 530 , th e C it y of Fort Wo 11h ha s goals fo r the p a11i cipation of minorit y bu s in ess cn teq1rises and wo men busines s ent erpri ses in C it y of Fort Worth co ntracts. A co py of the Ordinance ca n be obtained from th e ofticc of th e C it y Secretary. The bidder shall submit th e MBE/WB!: UT JLI ZATION FOR.."vl , SUBCONTRACTOR/SU PPLJ E R UT IUZ ATlON FOR1vl , PRIME CONTRACTO R \VAIV ER FORM, GOOD FAITH EFFORT FORM (with "Document a ti o n ") and /or the JOINT VENTURE fORM as a ppropri ate. The Doc um ent at ion mu s t be received no late r tha n 5:00 p .m ., fi ve (5) Ci ty of fort 'North bu s in ess cla ys after the bid open in g date . Th e b idder s hall ob tain a recei pt fr o m th e appropria te employee of the Water De partme nt to wh o m d e li ve ry was made. Suc h receipt s ha ll b e evi dence th at th e C ity ofF011 Worth rece iv ed the D oc um ent a ti o n . Fa ilure to co mpl y s h al l rend e r th e bi d no n- re s pon s rvc . SUBMISSI ON OF BID AND A WARD OF CONTRACT The propo sa l w ith in thi s docume nt is des igned as a pa ckage. In orde r to be con si dered an acce ptable bid . the Conrract or is requi red to s ubmit a bid for the complete propos ;il. /\ bid proposal submittal that is rece ived with the proposa l in comp lete wil l be rej ec ted as bein g non-r es pon s ive. The Co ntra ctor , wh o s ub m its the bid w ith th e lowe s t pri ce , 1v ill be the apparent s uc cess ful bidder fo r th e p ro j ec t. Ridders are hereby infonnecl th a t th e Dir ector or the Water Depa11111ent re se rv es the right to evaluate and re commend to th e C it y of Fort Worth C it y Counci l th e bid th at is co ns ide red to be in the best mte res t of t he C it y of Fort Wo11h . B id d e rs mu st be pre-qualified w ith City 0CF011 \Vo rth to s ec ure an ,awa rcl ofa project. No t bein g pre-qualifi ed ca n be grou nd s for rej ec ti on of a bid. For add iti onal in forma ti on, pl eas e co nt ac t Ro b e rt o S;iuce cla , Proj ec t J\.fanager , City of Fon Worth Project l'vl ana ger - Wat e r Department at Tele phon e N umb er: 8 17-392 -2387 or b y e mail : Robe11.Sauced a@ fortw o rth gov .org , and/or Denni s W. Haar PE., Proj ect Manager, Ha l ff As soei;i tes , Inc . at 8 17-8 4 7-1 422 ex t 1242 . D/\L E A. F ISSELER, P .E. C ITY MANAGER. Ad \·eni sin g Dat es: 1 1 1· ---:-{ • I By _ _j_Cft,4 ;/,1 vf_, /s, · j Tony Sholola, P I: Engrneer ing \fanager. \V;iier Department MARTY HE NDR IX C ITY SECRETARY SPECIAL INSTRUCTIONS TO BIDDERS I) PREQUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will es tablish a bid limit based on a technical eva luation and financial analysis of th e contractor. It is the bidder 's respon sibilit y to submit the following documentation : a cu rrent finan c ial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to th e Director of the Water Departm ent at leas t seven (7) calendar days prior to the dat e of th e opening of bids. a) Th e financial statement req uired shall have bee n prepared by an ind epen dent certified public acco untant or an independent public accountant holding a valid permit issued by an approp riat e State licensing agency and shall have been so prepared as to reflect the fin a ncial status to th e submitting company. This sta tement mu st be current and not more than one (I) year old . In th e case that a bidding date falls within the time a new statement is being prepared , the previous statement shall be updat ed by proper verification. b) For an experience record to be considered to be acceptable for a given project, it mu st refl ec t th e experience of the firm seeking qualification in work of both the .sa me nature and technical level as that of the project for which bids are to be rece ived. c) The Director of the Wat er Depa rtment shall be the sole judge as to the acceptability for financial qualifi cat ion to bid on any Fort Worth Water Department proj ec t. d) Bid s received in excess of th e bid limit shall be considered non -responsive and will be rejec ted as such . e) The City, in its sole discretion , may rej ec t any bid for failure to demonstrate experience and /or expertise. f) Any proposals submitted by a non-prequalified bidder shall be returned unopened , and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deem ed to be appropriate to the nature and /or magnitude of the project on which bids are to be received . Failure to notify shall not be a waiver of any neces sa ry prequalification . 2. BID SECURITY: A cashier's check, or an acceptable bidder's bond , payable to the City of Fort Worth , in an amount ofnot less than five (5%) percent of the largest possible total of the bid submitted must accompany the bid , and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten ( I 0) days after the contract has been awarded To be an acceptable surety on the bid bond, the surety must be authorized to do business in th e state of Texas. In addition, the surety must (I) hold a certificate of authority from the Untied States secretary of th e 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 $ I 00,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law . Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof requir ed herein. 3. BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred (100%) percent of the contract price will be required , Reference C 3-3.7. 09/10/04 4 . WAGE RAT ES: Sec ti o n C3 -3 . I 3 of th e Gen e ra l Condi t io ns is d e le ted a n d rep laced w ith th e fo ll ow in g : (a) The cont rac to r s h a ll comply w ith a ll require m e nt s of C h apte r 2258 , Texas Governm ent Cod e, in c ludin g th e paym e nt o f no t less th a n th e rat es d e te rmin ed by th e C it y Coun c il of th e Ci ty o f Fort Worth to be t he preva ilin g wage ra tes in acco rd a n ce w ith C h a pte r 2258, T exas Go ve rnm e nt Cod e. Su ch pre va ilin g wage ra tes a re in c lud e d in th ese cont ra ct d oc um e nt s. (b ) Th e co ntracto r s ha ll , fo r a p e ri od o f three (3) yea rs fo ll ow in g th e da te ofaccept a ncc o f th e work , m a int a in record s th a t s h ow (i ) th e n a m e a nd occ up a ti o n o f eac h worker e mpl oyed by th e contrac tor in th e co n s tru cti o n of th e wo rk prov id ed fo r in thi s cont rac t ; a nd (ii ) th e ac tua l per d ie m wages pai d to each work e r . Th ese record s sh a ll be o pe n a l a ll reason a bl e h our s for in spec ti o n by th e C it y. Th e provision s of Ri g ht to A udit , unde r p a ra g raph L o f Secti on C I : Supple menta ry Conditi o n s T o Pa rt C -G e ne ral Conditi o n s , pe rt a in to thi s in s p ec ti o n . (C) The contractor s h a ll include in it s s ub contrac ts a nd/or s h a ll o th er wise require a ll o f its s ubcontracto rs to comply wi t h p a rag raph s (a) a nd (b) above . (d) With eac h p a rti a l p aym e nt estim a te or payroll pe ri od , whi c h eve r is less, a n affida vit s ta tin g th a t th e cont racto r h as com p li ed w ith th e requirem e nts o f C h a pte r 225 8, T exas Gove rnm e nt Cod e. The contracto r s ha ll post th e pre va ilin g wage rates in a con s pi c uo us pl ace a t th e s it e of th e p roj ect a t a ll tim es. 5 . AMBIGUITY: In th e case o f ambi g uit y o r lac k of cl ea rn ess in sta tin g p ri ces in th e Prop osa l, th e C it y r eserves th e ri g ht to ad opt th e most adv a nt ageous con stru c ti o n thereof to th e C ity or to r ej ect th e Prop osa l. 6. BIDDER LICENSE: Bi d d e r mu st be a li cen sed Contracto r in th e Sta le o f T exas. 7. NONRESIDENT BIDDERS: Purs ua nt to Articl e 6 01 g, T exas Rev ised C iv il S tatutes, th e C it y of Fort Worth w ill no t a wa rd thi s contrac t to a no nres id ent bidd e r unl ess th e n o nres id e nt's bid is lo wer than th e lowes t bid s ubmitt ed by a res po n s ibl e T exas res id e nt bidde r by th e sam e a mount that a T exas res id e nt bidde r wo uld be r equired to unde rbid a n o nres id e nt bidde r lo obt a in a compara bl e contra c t in th e sta te in whi c h th e n o nresid e nt's p r in c ipa l pl ace o f bu s iness in lo ca ted . "N onres id e nt bidd e r" m ea ns a bidde r w hose prin c ip a l pl a ce o f bu s in ess is not in thi s state, but e xcludes a cont rac to r w h ose ultim a te p a re nt compa n y o r maj o rit y o wn e r h as it s princ ipa l place o f bu s iness in thi s s ta te . Thi s pro vi s io n does n o t a ppl y i f thi s contract in vol ves fe d era l fund s. The a ppropri a te bl a nk s of th e Proposa l must be fill ed o ut by a ll nonres id e nt bidde rs in o rd e r fo r th e bid to m eet s pec ifi ca tion s. The failure of a no nres id e nt contrac tor to do so will automatica lly di sq ua li fy th a t bidd e r. 8. PAYMENT : If th e bi d a m o unt is $25,000.00 o r less, th e contrac t a mo unt s h a ll be pa id w ithin fort y- fiv e (4 5) cal e nd ar d ays a ft e r compl e tion a nd acce pt a n ce by th e C it y. 9 . AGE: In accord a nce w ith th e po licy ("Po li cy") o f th e Exec uti ve Bra n c h of th e Fed e ral Gove rnm e nt , Contrac to r coven a nt s th a t n e ith e r it n o r a ny o f it s o ffic e r s, m e mbers, agent s e mployees , prog ram p a rti ci pa nt s o r s u bco nt rac to rs , w hil e engaged in pe r fo rmi ng thi s contra ct , s h a ll , in conn ecti o n w ith th e empl oym ent , ad va n cem e nt o r di sc h a rge o f e mpl oyees or in conn ecti on with th e te rm s, co ndition s 09/10 /04 2 or pri vil ege s of th e ir empl oy ment , di sc riminate ag ain st perso ns beca use of th e ir age exce pt on th e bases o f a bon a fid e occ up a ti onal qu a lifi ca ti on , retirement pl a n or sta tu to ry requir e ment. Contra ctor furth er cove na nt s that neith er it nor it s o ffi ce rs, members, age nt s, empl oyees, sub co ntr ac tors, pro g ra m pa rti c ip a nt s, o r perso ns ac tin g on th eir beha lf, sha ll s pec ify, in so li c it a ti ons or adv erti se ment s for empl oyees to wo rk on thi s co ntra ct, a max imum age limit fo r suc h empl oy ment unl ess th e spec ifi ed max imum age limit is based up on a bon a fid e occ upa ti ona l q ua lili ca ti on , retir ement pl an or sta tut ory requirement s. Co ntr ac tor wa rr ant s it will full y co mpl y with th e poli cy and will defe nd , ind e mnify a nd ho ld C it y ha rml ess aga in st a ny c la im s or a ll ega ti ons asse rt ed by thi rd pa rti es o r sub co ntr ac tor aga in st C it y ari sin g o ut o f Co ntr ac tor's a nd/o r it s sub co ntra ctors' a ll eged fa ilur e to compl y with th e a bove refe rence d Po li cy con ce rnin g age di sc rimin ati o n in th e per fo rm ance of thi s agree ment. I 0. DISABILITY: In acco rd a nce with th e pro vis io ns o f th e A meric a ns With Di sa biliti es Ac t of 199 0 ("A DA"), Contrac tor wa rra nt s th a t it a nd any and a ll o f it s s ubco nt ra ct ors will not unl aw full y di sc rimin a te on th e bas is of di sa bilit y in th e provision o f se rvices to th e ge ne ral publi c, n or in th e a vail a bilit y, term s a nd /or co nditi ons of emp lo ym ent for a ppli ca nt s for empl oym ent with , or empl oyees of Co nt rac tor or a ny of it s su bc ontractor s. Contra ctor wa rra nt s it will full y co mpl y with ADA's provisions and any ot her a ppli ca bl e fed era l, sta te a nd loc al laws co ncernin g di sa bilit y a nd will d efe nd , ind emnify a nd hold C ity ha rml ess aga in st an y c la im s or a ll egati on s asse rt ed by third pa rti es or sub co ntrac tors aga in st C it y a ri sin g o ut of Cont rac tor's a nd /or it s s u bco nt rac tors' a ll eged fa ilur e to com p ly with th e above reference d laws co nce rnin g di sa bility d isc rimin ati on in th e per fo rm a nce of thi s agree ment. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In acco rd with C it y of Fo rt Worth Ordin ance No. 1553 0, th e C ity of Fo rt Worth has goa ls fo r th e pa rti cip ati on of min orit y b usin ess ente rpri ses and wo men bus in ess ent erp ri ses in C it y co ntrac ts. A co py of th e Ord in a nce ca n be obta in ed fr om th e Offi ce of th e C it y Secretary. Th e bidd er sh a ll submit th e MB E/WB E UTILIZATIO N FORM , SUB C ON T RA CT O R/S UPPLI ER UTILI ZAT ION FORM , PRIM E C ONTRA C TOR WA IV E R FO RM and /o r th e G OOD FAITH EFF ORT FO RM ("with Doc um ent a ti on ") a nd /or th e JOINT VENTUR E FORM as a ppropri ate. Th e Doc um ent a ti on mu st be rece ive d by th e ma nag in g departm ent no later th an 5 :00 p.m., fiv e (5) C it y b us in ess days a ft er th e bid op enin g da te. Th e bidd er s ha ll obt a in a rece ipt from th e appropri ate empl oyee of th e manag in g depa rtm ent to who m de li ve ry was made. Such rece ipt sha ll be e vi de nce th a t th e doc ume nt ati on was rece ive d by th e C it y. Fa ilur e to co mpl y sha ll re nd er th e bid non-r es p onsiv e. Upon requ es t, Co ntractor ag rees to pro v id e th e O wn er co mpl ete a nd ac cu ra te in fo rm a ti on rega rdin g ac tu a l wo rk per fo rm ed by a Min orit y Bu sin ess Ent erpri se (MB E) a nd /or wom en bu sin ess ent erpri se (WB E) on th e co ntrac t and paym ent th ereo f. Contractor furth er a grees to permit any a udit and /or exa min a ti on o f any books, reco rd s or fil es in it s possess ion th at will sub stantiate th e ac tu a l wo rk per fo rm ed by a n MB E a nd /or WB E. Th e mi sreprese nt ati on o f fa cts (o th er th a n a neg li ge nt mi srepr ese nt ati on) a nd /or co mmi ss ion o f fr a ud by th e C ontracto r will be g round s for termin a ti on o f th e co nt rac t a nd/or initi atin g ac ti on und er appropri ate Federa l, St a te or loca l laws or o rd in a nces re latin g to fa lse statement s. Furth er, any such mi srepr es entati on of fac ts (oth er th a n a neg li ge nt mi srep rese nt ati on) an d/or co mmi ss ion of fr a ud will res ult in the Co ntra ctor be in g determin ed to be irres pon sibl e a nd barred fr om parti cip atin g in C it y work for a per io d of tim e ofnot less th an thr ee (3 ) yea rs. 12. FINAL PAYMENT, ACC E PTANCE AND WARRANTY: a. T he co ntr ac to r will rece ive full payment (less reta in age) fr o m th e cit y for eac h pay peri od . 09/10 /04 3 b . Paym e nt of th e re ta inage will be in c lud e d w ith th e final payment after accep tance o r th e proj ec t as be in g comp le te . c . The project s h a ll be deemed comple te a nd acce pt ed by t h e C it y as of th e date th e fin a l pun c h li s t ha s been compl e ted , as e viden ced by a written s ta te m e nt s ig n ed by th e contractor a nd th e C it y. d . Th e wa rrant y period s h a ll begin as of th e d a te th a t th e fin a l pun c h li s t has been completed . e . Bills Paid Aflidavit a nd Con sen t of S ur e ty s h a ll be required pri o r to fin a l paym e nt becoming du e a nd payable. r In th e event that th e Bill s Paid Atlidavit an d Consent of Sur e ty h ave been d e liv e red to th e c it y a nd there is a di s pute r ega rdin g (i) fin a l qu a ntiti es, or (ii) liquid ated d a m ages , city s h a ll make a progres s payment in th e amount th a t c it y deems due and payable. g. In th e event of a di s pute regardin g e ith e r fin a l qua ntiti es o r liquid ated d a mages, th e parties s h a ll a tt e mpt to reso lv e th e diffe r e nces within 30 ca le nda r d ays. 09 /10/04 4 SECTION 3 -MWBE DOCUMENTATION 3.1 -MWBE SPECIAL INSTRUCTIONS 3.2 -MWBE SUBCONTRACTORS /SUPPLIERS UTILIZATION FORM 3 .3 -MWBE PRIME CONTRACTOR WAIVER 3.4 -MWBE GOOD FAITH EFFORT 3.5 -MWBE JOINT VENTURE FORT WORTH ------. ,,..... a City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable. If the total doll ar v alu e of th e co ntract is less th an $2 5 ,0 00, th e M/WBE oal is not ap li ca ble . POLICY STATEMENT It is th e po li cy of th e City of Fo rt W o rth to e n sure th e full and eq uitabl e pa rti c ipa tio n by Min ority a nd W om en Bu sin ess Enterprise s (M/WBE ) in th e p roc ure m ent of all goods and se rvi ce s to th e C ity o n a co ntractu al bas is . All re quire me nts an d regu latio ns stated in th e C ity 's cu rrent Min o rit y and W o men Bu si ness En te rp ri se Ord in ance ap p ly to thi s b id . M/WBE PR OJECT GOALS Th e C ity's M/W BE noa l on this project is __ 2_1 __ % of the tota l !Jicl (B as e b id applies to Parks an d Co m munity Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25 ,000 o r mo re, bidd e rs are required to co m ply wi th the inte nt of th e City 's M/WBE Ordin ance by either of th e following : 1. Meet or exceed the above stated M/WBE goal , or 2 . Good Faith Effort documentation , or; 3. Waiver documentation , or; 4. Joint Venture . SUBMITTAL OF REQUIRED DOCUMENTATION The applicable do cum ents must be received by th e Ma nagi ng Departm e nt , within th e following tim es a ll oca ted , in order for the entire bid to be consid e red re sp onsive to th e sp ecifi ca tions . he Offeror shall deliver the MWBE documentatlon ·n pijrsOn to the appropriate employee of t'1,e mannging department and obtain a date/time receipt Such receipt s~a!! e e "den e that thE? Cit received the docwnentatio11 in the firn (! aliocated . A faxed CQPY ill not be ac£eQted. 1. Subcontractor Util ization Form , if goal is rece ived by 5 :00 p .m ., fiv e (5) City bu sin e ss days after the bid met or exceeded : op eninq date , exclu siv e of th e bid op e ninq date. 2. Good Faith Effort and Subcontractor re ce ived by 5 :00 p .m ., five (5) City business days after the bid Utilization Form , if parti cipation is less th an op ening date , exclu sive of th e bid ope ning date. stated qoal : 3. Good Faith Effort and Subcontractor rece ived by 5 :00 p .m .. five (5) City bu sin ess days aft er the bid Utilization Form , if no M/WBE pa rticip ati o n : ope ning date, excl u siv e of th e bid ope nin g date. 4 . Prime Contractor Waiver Form , if you will rece iv ed by 5 :00 p .m., fiv e (5) City bu sin ess days after the bid perform a ll sub contracting/supplier w ork : op e ning date . excl usive of th e bid o pening date . 5. Joint Venture Form , if utili ze a jo int venture rece iv ed by 5:00 p .m ., five (5) City bu sin es s days after the bid to met or exce ed qoa l. op ening date. excl usi ve of th e bid ope ninq date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at (817) 392 -6104. Rev . 11 /1/05 FORT WORTH ~- PRIME COMPANY NAME : PROJECT NAME: City's M/WBE Project Goal : 21 % City of Fort Worth Subcontractors/Suppliers Utiliz~tion Form ATIACHME NT 1A Page 1 of 4 Check applicable block to describe prime I M/W/DBE I I NON-M/W/DBE BID DATE I Prime 's M/WBE Project Uti lization : PROJECT NUMBER % Identify fill 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 M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant , Parker, Johnson , Collin , Dallas , Denton , Ellis , Kaufman and Rockwall counties . Identify each Tier level. Tier is the level of subcontracting below the prime contractor , i.e ., a direct payment from the prime contractor to a subcontractor is considered 1 st tier, a payment by a subcontractor to its supplier is considered 2"d tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms . located or doing business at the time of bid opening within the Marketplace , that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). 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 , ;-ncluding owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease aqreement. Rev . 5/3 0/03 FORT WO RTH ~ ATTACHMENT 1A Page 2 of 4 Primes are required to identify AL L subcontractors/suppliers , regardless of status ; i.e ., Minority , Women and non-M/WBEs . Please list M/WBE firms first , use addi tiona l sheets if necessary . Certific ation N (check one) 0 SUBCONTRACTOR~UPPLIER T n Company Name i N T Detail Detail C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w Telephone/Fax B B T D w r 0 R B E E C T E A /~, Rev . 5/30/03 - FOR T WORTH ~ ATTAC HM E NT 1A P age 3 o f 4 Prim es a re required to id ent ify ALL subcontractors/s u pp liers, regardless of status; i .e ., Mi no rity , Women and non -M/W B Es . P lease lis t M/WB E firm s first, use addit io nal sheets if necessa ry . C ert ification N (check one) 0 SUBCONTRACTOR/SUPPLIER T n Compa ny N ame i N T De tail Detail Address e M w C X M Subcontracting Work Supp lie s P u rcha sed Doll ar Amo un t T D V', Telephone/Fax r B B R 0 B E E C T E A - Re v . 5/30/03 FORT WOR TH ~ Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers TOT AL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ $ $ ATTAC HMENT 1A Page 4 of 4 The Contractor will not make additions, deletions , or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition . Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance . The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determ ination . 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 th e 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 a utho rized officer or employee of the City . A ny intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarme nt from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of t ime not less than one (1) year. Authorized Signature Printed Signature Title Contact NamefTitle (if different) Company Name Telephone and/or Fax Address E-mail Address City/State/Zip Date Rev . 5/30/03 r FORT WORTH ' ,..___ •. ~ City of Fort Worth Prime Contractor Waiver Form ATTA C HMENT 1B Page 1 of 1 PRIME COMPANY NAME : Check applicable block to describe prime PROJECT NAME : I M/W/DBE I I NON-M/W/DBE BID DATE City's M/WBE Project Goal : I PROJECT NUMBER 2 1 % If both answe rs to this form are YES , do not com plete ATTACHMENT 1C(Good Faith Effort Form). All questio ns on this form must be completed and a detail ed e xplanation provided, if appli cabl e. If the answer to either question is NO , then you must complete ATTACHMENT 1C. This form is o nly ap pli ca bl e if both answers are yes . Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00 p .m.1 five (5) City business days after bid opening, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications. · Will you perform this entire contract without subcontractors? YES If yes , please provide a detailed explanation that proves based on th e si ze and scope of th is NO project , this is your normal business prac tice and provide an ope rational profile of your busin ess . Will you perform this entire contract without suppliers? YES If yes , pl e as e provide a detailed explanation that proves based on th e size and scope of this proj ect , th is is your normal bus ines s practice and provide an inv e ntory profile of your busines s . NO The bidder further agrees to provide , d irectly to the City upon request , complete and accurate information regarding actual work performed by all subcontractors , including M/WBE(s) on this contract , the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with th is bid . The bidder also agrees to allow an audit and/or examination of any books , records and files held by their company that will substantiate th e actua l work performed by the M/WBEs on this contract , by an authorized officer or employee of the City . Any intentional and/or knowing misrepresentation of facts will be grounds for term inating the contract or debarment from City work for a period of not less than three (3 ) years and for initiating action under Federal , State or Local laws concerning false statements . Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signat ure Printed Sig natu re Ti tl e Contact Name (if differe nt ) Company Name Ph one Numbe r Fax Numbe r Address Email Add ress City/State/Z ip Date , Rev . 5/30/03 ATTACHMENT 18 Page 2 of 1 Rev . 5/30/03 FORT WORTH -----.---- PRIM E COMPANY NAME : PROJECT NAME : City's M/WBE Proi ect Goal : 2 1 % City of Fort Worth Good Faith Effort Form I PROJECT NUMBER ATTACHMENT 1C Page 1 of 3 Check a pplicable block to describe prime I M/W/DBE I I NON-M/W/DBE BID DATE If you have failed to secure M/WBE partici pation and you have subcontracting and/or supplier opportunities or if your DBE participation is less than the City's project goal , you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporti ng documentation , and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects , list each subcontracti ng and or supplier opportunity through the 2 nd tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev. 05/30/03 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. __ Yes __ No Date of Listing __ / ___ / __ 3 .) Did you solicit bids from M/WBE firms , within the subcontracting and/or supplier areas previously listed , at least ten calendar days prior to bid opening by mail , exclusive of the day the bids are opened? __ Yes (If yes , attach M/WBE mail listing to include name of firm and address and a dated copy of letter m ailed .) No 4.) Did you solicit bids from M/WBE firms , within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone , exclusive of the day the bids are opened? __ Yes (If yes , attach list to include name of M/WBE firm, person contacted , phone number and date and time of contact.) __ No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used , attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity i s ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4 . 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specififations in order to assist the M/WBEs? __ Yes __ No 6 .) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation uf why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessary, and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection Rev. 05/30/03 ADDITIONAL INFORMATION: ATTACHMENT 1C Page 3 of 3 Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Authorized Signature Printed Signature Title Contact Name and Title (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev. 05/30/03 FORT WORTH ......... ~ CITY OF FORT WORTH Joint Venture Eligibility Form A ll questions must be answered; u se "NA" if applica ble. Joint Venture Page 1 of 3 Nam e of City project: SANITARY SEWER REHABILITATION CONTRACT LXXII /72)-PART 1 / DOE 5333 / C IT Y PROJECT NO. 00411 A .1 0 1m vemure torm mu s1 oe com p1 e1eo o n eacn pro.1ect R FP/Bid/Purchasing Number: ____________ _ I. Joint venture information: Joint Venture Name: Joint Venture Add ress: (If applicable) Te le ph one : Facsimile: E-mail address: Cellul ar: Identify the finns that compris e the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture M/WBE firm I Non-M/WBE I - name: firm nam e : Business Address : Business Address: City, State, Z ip: City, State, Z ip : Telephone Facs imil e E-ma il Telephone Fac si mile Cellul ar Cellular Certification Status: E-ma il add ress Name of Certifying Agency: C !$ ' '' if: 2 S cope o f wor k per orme db h J. V •Y t e omt enture: Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE: Rev . 5/30/03 Joi n t Ventu re Page 2 of 3 3 . W h a t is th e pe rce nt age o f M/W B E pa rti c ip a ti o n o n thi s j o int ve nture th a t yo u w is h to be co unt ed towa rd m eetin g th e p ro j ec t goa l ? 4. A tt ach a co py o f th e j oi nt ve nture ag ree m e nt. 5 . Li st co mp o ne nts o f ow n er ship of j oi nt ve nture : (Do no t comple1e if th is inji:>rm Mio n is d e scribed in joint ve n111 re ag reem e n1) Profit a nd loss sharin g: Capital contributi ons, in c ludin g equipm ent: Oth er a pp lic a ble own ers hip interests: 6. Id e ntify by n am e, race, sex and firm tho se indi vidu als (w it h ti tl es) w ho are respo n sibl e fo r th e d ay-to-day m a nage m e nt and d eci sion m a kin g of th e j o int ve nture: F inancial deci s ion s (t o include Accou nt Payab le a nd Rece ivab le): Management dec ision s : a . Est imatin g ---------------·------------------------------+-------------------------------------l b . Marketin g and Sa les ----------------------------------------------+-------------------------------- c . Hirin g and Firing of man agem e nt personne l -------------------------------------·--------+------------------------------- d . Purc has in g of major equipment a nd/or supp li es Supe rvi s ion of fi e ld operation s The City 's Minority a nd Wom e n Business Enterprise Office will review your joint ven t ure subm ission and will have fin al a pprova l of the M/WBE percentage a pplied toward the goal for the project listed on th is form . NOT E: From and after th e date ·of project award , if any of the participan ts , t he indi vid ua lly defi ned scopes of work or th e doll ar amounts/percentages change from the origina lly appro ved in formatio n, th en the partic ipa nts must inform the City 's M/W BE Office immediately for approval. Any unjus tified change o r deletio n shall be a material breac h of con tract and ma y resu lt in de barment in accord with th e procedu res outlined in the City's M/WB E Ordin ance . Rev . 5/30/03 Jo int Ve nture P 3 f 3 a ge 0 AFFID AV IT The und e rs ig ned a ffim1 s th a t th e for ego in g state me nt s are tru e a nd coJTect and includ e a ll ma teri a l info1111 ation ne cessa ry to id e ntify and exp lain th e tenn s a nd o perati o n of th e j o int ve ntu re . Furth e nn o re , th e und e rs ig ne d shall ag ree to provid e to the j o int ve nture the s ta ted sco pe of work , d ec is ion-ma kin g respo ns ibiliti es and pay ment s he re in . The C it y a lso rese rves th e ri g ht to requ es t a ny additi o na l in fo nna ti o n d ee med necessa ry to dete nnin e if th e j oint venture is e lig ib le . Fa ilure to coo perat e a nd /o r pro vid e re qu es ted in fo nnati o n within th e tim e sp ec ifi e d is g rou nds for te nnination of th e e li g ibility process. The und ers ig ned ag ree to pe nnit audit s , int e rv iews with ow ne rs and exa min ati o n of th e boo ks, record s and fil es o f th e j o int ve nture by any a uth o ri ze d re prese nt ati ves of th e C it y of Fo rt Wo rth . Fa ilure to co mp ly w ith thi s prov is io n s ha ll res ult in th e te nn ina ti on of any contra c t, whi ch m ay be awa rd e d und e r th e p rov is io ns of thi s j o int ve nture 's e li g ibilit y a nd ma y initi a te ac ti o n und er Fe dera l, State a nd /o r Loca l la ws/o rdin a nce s co nce rnin g fa lse __ stateme nt s o r w i 11 ful . mi s repre se nta ti o n _of_ fac ts. _____________________________ ----------·--------------------____________ .. _ .. ________________________________________ .. _____ Na me o f M/WB E lirm Nam e o fn o n-M/WB E firm Pr inted Name o f Ow ner Pr int ed Name o f Owner Sig natu re o f Owne r Sig nat ure o f O wner Pri nted Name o f Owne r Pri nt ed Na me o f Ow ne r Signat ur e o f Ow ner Sig nature o f Owner Ti tl e T itl e Date Date Nota ri zatio n State of ___________________ C o unty o f _______________ _ On thi s ______________ da y of ________ , 20 __ , be for e me app e ared and -------------------------------------------- to me pe rso na ll y kn o wn and wh o, be in g duly sw o rn , did ex ecute the fore go ing affid av it and did s ta te th a t the y were prope rl y authori ze d to exec ut e thi s a ffidav it and did so as their fr ee ac t and deed . Nota ry Publi c ------------------------- Print Nam e N o tary Publ ic --,S-ig-n-nt-,11--e------------------------ C omm iss io n Ex p ires-------------------------(se al) Rev . 5/30 /03 SECTION 4 -BID PACKAGE 4.1 -BID PROPOSAL COVER & SIGNAGE SHEETS 4.2 -BID PROPOSAL{S) 4 .5 -VENDOR COMPLIANCE TO STATE LAW TO : The Purchasing Department City of Fort Worth , Texas PROPOSAL Fort Worth , Texas FOR: SANITARY SEWER REHABILITATION CONTRACT LXXII (72)-PART 1 City Project No.: Sewer Project No .: DOE No.: 00411 P258-709170041183 5333 Pursuant to the foregoing "Notice to Bidders ," the undersigned has examined th e plans , s pecifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director, Water Department of the City of Fort Worth. Ifrequired by this project , Contractor must be pre-qualified in accordance with the Water Department requirements. Upon acceptance of this Proposal by the City Council and required by this project, the bidder is bound to execute a contract and furnish Performance, Maintenance Bond for the water replacement contract only, and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated for the following sums, to wit: Total quantities given in the bid proposal may not reflect actual quantities , by represent the best accuracy based on a reaso nable effort of investigation; however, they are given for the purpo se of bidding on and awarding the contract. Proposal-I PAY CPMS ITEM No . 1 BID-00282 2 BID-00281 3 BID-00958 4 BID-00351 5 BID-00350 6 BID-00618 7 BID-01165 Sanitary Sewer Rehabilitation , Contract LXXII (72) Part 1 Sewer Project No. P258-709170041183 DOE No. 5333 APPROX . DESCRIPTION. OF ITEMS WITH I UNIT QUANTITY UNIT BID PRICES WRITTEN IN WORDS PRICE 750 LF • Pipe-Sewer-18 In ch-PVC (All Depths ) -Install ~II( r:i. Dollars & 00 Cents $ per Linea r Foot 930 LF Pipe-Sewer-18 lnch-SDR26 (All Depths) -Insta ll ~.,< l'/ ~11( Dollars & 00 ' Cents $ per Linear Foot 170 LF •• Pipe-18 Inch HDPE by Pipe En largement Techniques -Ins tall T'""'o ~ ..... ;,, td ~-l,.,t,1.t, Dollars & 2~1, Cents $ per Linear Foot 2,330 LF • Pipe-Sewer-8 Inch-PVC (All De pths) -In sta ll Fo"""N -l/i,1.4..-Dollars & lf"f . .r-o Er~ Cents $ per Linear Foot 315 LF Pipe-Sewer-8 lnch-SDR26 (All Depths) -Install fi;'"1L"f:i. 51-c Dollars & l/lt7 Cents $ per Linear Foot 580 LF • i:ie-Pressure~ Inch PVC -Install L(# "1 ~ (::;(gh_><r-' Dolla rs & Cents $ per Linear Fo ot 235 LF • Pipe-Sewer-8 Inch-In 18" Steel Casing Pipe-O ther Than Open Cut --Install "Two """''rd ~t~ti>'.tv~IX Dollars& 27b Cents $ per Linear Foot *, **, & *** Contractor Shall Complete City Aooroved Product Form on Pacie Prbposal-8 Proposal-2 I AMOUNT BID $ lf r: 000 ' $ C:, 1,360 • $ l\3 l .S-lP $ ID.3 1 ot3~ lq, 'i.2o $ j $z_1l8'-tO $ h4, Broo ~ CPMS APPROX . G;J DESCRIPTION OF ITEMS WITH I UNIT II AMOUNT I M No. QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 8 BID-00331 1,440 LF • Pipe-Sewer-6 Inch-P VC (All Depths ) -Install ,;'"'~ t;wo Dollars & L/2-~o $6(,200 61 . Cents $ per linear Foot 9 BID-00354 400 LF • Sewer Service-4 Inch -Insta ll f;L,. .. ~ d)~ Dollars & l/ I {0/100 Cents $ $ I per linear Foot 10 BID-00225 20 LF Pipe-Sag Adjustment for Pipe -Rehab ' {AssumingA O'/,) ,=;"ht ~ Dollars & ~ l, 0 Bo I Cents $ $ I per linear Foot 11 BID-00355 20 EA Sewer Service-4 Inch Service Tap -Install TV'D kl 1A 11d[t I ~<JC.,,t'!:f--t,'!!4a rs & 2-7S-$ 5600 Cents $ per Each J 12 BID-00362 21 EA_ Sewer-Service-6 lnch-2 Way Clean Out -Install 4f;.y Dollars & ,=;""" b""""'Jr,t"i L--/Io $q14~D Cents $ l per Each 13 BID-00356 27 EA Sewer Service-4 lnch-2 Way Clean Out -Install k!AMif',(.J rrz. ye_., Doilars & "300 $ g ~L OO Cents $ per Each 14 BID-00201 6 ,800 LF Inspection-Post Construction Cleaning & TV -Study ~~/ Dollars & J.~-o lOI 2. oo ·Cents $ $ I I per linear Foot 15 B ID-00202 6,150 LF lnspection-Preconstruction Cleaning & TV -Study 5. 7~ ~r<.~ Dollars & $ z:s,o~ ?. S'u {(_u<,.o/ £.'v~ Cents $· . per linear Foot Proposal-3 ! I I I~~~ II 16 17 18 19 20 21 22 23 CPMS No . 810-00372 810-00901 810-00207 810-00208 8 10-00213 BID -00214 BID-00211 · BID-00198 I APPROX. ~ QUANT IT Y 5,530 LF 4,500 LF 6 EA 35 VF 25 EA 54 V F 200 vr= 31 EA DESCRIPTION OF ITEMS WITH I UNIT I AMOU NT BID PRICES WRI TT EN IN WORDS PRICE BID Trench Safety System 5 Foot Depth -Install ftfy Dollars & .~o 2,71:>S-Cents $ $ per Linear Foot Pipe -Abandon and Fill with F~le Material (6 to 12 inch Pipe) · C'-'t i' , Dollars & 4. 7 r-$ '21137~ -'::,"Wt'A'l'H .,_.,\re. Cents $ . per Linear Foot Manhole-Drop-Std 4 Ft Diam -(to 6 Ft depth) -Install :e,.J!_ T,,11ei/. c).,.e.. k"" ,k-.. Dollars & 2100 /2, b 00 Cents $ $ per Each I Manhole-Drop-Std 4 Ft Diam-Added Depth ~:r L Ft Depth) /nstall 'h • rn J.fr Y ., e+ '"'W '~&rs & J7£ 61/Zs ( Cents $ $ , per Vertical Foot Manhole-Std 4 Ft Oiam-(to 6 Ft Depth) ~:;;.11 h. . .,)ra/ ....; ~ Dollars & Jsoo $ 37 t..S----0 0 Cents $ per Each Manhole-Std 4 Ft Dia m-Added Depth (over rS ~~ Ins' /i1 1-. ,,. , '1r .9'11'4! ~s & ,,~ $1 Lf ~£) I Cents '$ per Ve rtical Foot Manhole-Paint & Coating-Interior Protective rlvtinr lnsta l'J ~ /b~ w_ ,.,.,,,,dr, ,-:it.lj_ __:'v~lars & ~~/ Cents $ $ 000 per Vertical Foot Collar-Manhole-32 Inch-Frame & r:,-l5tan/,;,j, {4 ~ ,..-wt Ii d .utJN ~"1i-s & ~7~ $ 1q~7 2-r Cents $ per Each Propo sal-4 I I~~~ II CPMS I APPROX . ~ DESCRIPTION OF ITEMS WITH I UNI T II AMOUNT I No . QUANT ITY BID PR ICES WRITTEN IN WORDS PRICE BID 24 BID-00217 31 EA a;1e-Z:t, ;;;rLCVZ%6fG& & /2.s $3;B7S-I Cents $ per Each 25 BID-00218 31 EA Manh_s:atertight Insert -·install ~fv Dollars& bO $ I, 8bo I Cents $ j per Each 26 BID-0020 5 11 EA Mair-Aband on t:!._tE/. lu ,-J r2_/l,,,t;"J) Dolla rs & 100 $f t;oo Cents $ per Ea ch J 27 BID-00 206 3 EA Manhole -Remo ve J 1.4 Dollars & LJ~O $~l49 i -t,,v~/.. "'"' r. ' Cents $ per Each 28 BID-00 106 1 EA :;_,··'""~" ". '""' t#t I ,,w.Jy!><Nrtn bJrJ ollars & Z.7S:-O $ 2 ,-;Q) Cen ts $ I pe r Each I 1 29 BID-00908 40 LF PipEfi/lass Ill -Re place ; ' Doll ars & ~o 2 1 0D0 I Cents $ $ I I per Linea r Fo ot ' I \I 30 BID-00132 1,000 SY Gras s-Bermuda Sod -In stall fvv ,J Dollars & z FZ@-Jy 6 11e.. Cents $ z.ss-$ <as-o per Square Yard 31 BID-00404 670 SF Driveway--6 Inch -Install €1~ Dollars & g, 00 $~3hD Cen ts $ per Square Foot J 32 BID-00415 500 SY ~cr.~r lnstall ,. 11r Dollars & 51 Z~£0D I Cents $ $ per Square Yard Pr oposa l-5 PAY I CPMS I APPROX. G;J DESCRIPTION OF ITEMS WITH I UNIT II AMOUNT I ITEM No. QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 33 BID-00416 100 SY Alley-Crushed Stone-Install Dollars & 1< I.S-oo Cents $ $ I per Square Yard ' 34 BID-004 23 100 LF Curb & Gutter -Install Dollars & 2-D 2,ooo Cents $ $ j per Linear Foot 35 BID -00 430 1,000 SY Pavement -Additional HMAC Repair Beyond Trench Width -In stall Dollars & 2tf,7S-$2~., ]SO Cents $ per Square Yard 36 810 -00443 2 ,800 LF Pavement-2 Inch Min HMAC on 2/27 Concrete Base (S TR-028) -Install Dollars & $ 3/. ~D /~el la) Cents J per Linear Foot 37 8 10-00458 2 ,2 00 LF Pavement-Concrete on 2/27 Concrete Base (STR-031)-Install Dollars & 32,~ 7 /J SOD Cents $ $ per Linear Foot 38 810 -00473 50 SY Pavement-Valley Gutter-Install Dollars & b~ $-3, 2~0 I per Square Yard Cents $ .. -39 BID-00528 1,700 SF Walk -Concrete-Install Dollars & ~-2S J~,D 2..5 Cents $ $ I per Square Foot 40 BID-00837 10 CY Concrete-Type B -Install Dollars & /98 I qt30 Cents $ $ . per Cubic Ya rd J J 41 BID-00839 10 CY Concrete-Type E -Install Dollars&' Z/8 7 1 ! 8c> Ce nts $ $ per Cubic Ya rd J Proposal-6 I' ;\ I ,, \ I '! .J I I~~~ II 42 43 44 45 46 47 48 49 CPMS No. 810-00429 810-00448 810-00445 810-00437 810-00438 810-00540 810-00100 810-01189 I APPROX . QUANT ITY UNIT 1,480 SY 2,270 SY 20,380 SF 300 LF 50 LF 2 EA - 1 LS 1 LS - DESCRIPTION OF ITEMS WITH I UNIT II AMOUNT I BID PRICES WRITTEN IN WORDS PRICE BID Pavement - 6 Inch Concrete l~~;ni-.~tall f:;; 6t -P'r Dollars & $ 5~~-0 gG,~ I t..-• J.-t..... ~ Cents $ ( . per Square Yard Pavement-2 Inch-Surface Milling -In~ / IA.I () ft..JL Dollars & 2 -7S-$&2)-L/2. 9) 5-0,-~¥ Cents $ J per Square Yard Pavement-2 Inch Min Overlay -Replace 0'-fc Dollars & /. 0 0 2Dl s8o Cents $ $ J per Square Foot Pavement Marking-Parking Lot Striping -lns~/C( Dollars & &.oo (, 800 Cents $ $ ' per Linear Foot Pavement Ma rking-Stop 8ar-White-18 Inch ~I 7 M,J~f(. t=Jl.,w,r Dollars & ZB $ LI 4DO Cents $ J per Linear Foot Dehole-1 O to 20 Ft Depth -,~)n, -r;: ~ ../. F, ff<...h, -.1. ollars & Zs:oo 5;000 I Cents $ $ per Ea ch Storm Water Poluti on Prevention Pla n > Than 1 Ac SWPPP -Install ,;,.._,'bf f:.wo h~11,rJ Dollars & itz co $ Lj, l-00 Cents $ per Lump Sum Signal-T raffic Control -Design & ;:,rovide -lni l j ~i e.J__ •-., . ..,.J.~A .Ct.I " ri~~ . IZ9o L7,{1)0 Cents $ $ . per Lump Sum TOTAL $ \, 052, 3 40. DZ> ' Prop osa l-7 _\ CITY APPROVED METHOD AND APPROVED PRODUCT FOR*,** AND*** • CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED Standard Spec No. Size E1-31 4" through 36" E1-25 4" through 15 " .::::. E1-27 4" through 15 " / E1-28 18" through 48" E100-2 18" through 48" Consult the "City of Fort Worth , Te xas, Te xas Standard Product List" to obtain the GenericfTrade Name and the Manufacturer for th .e pipes listed above . •• Contractor to indicate Pipe Enlargement Method being used : PIM Method __ / ___ T .R.S . Sy stem McConnell Method ----- No te : Only tee service connections will be allo wed . Name of Subcontracto r: Name of Subcontractor: Name of Subcontractor: j),J-I Ee_. *** CONTRACTOR TO INDICATE TRENCHLESS METHOD : IDENTIFY APPROVED LINER PROCESS, ANO PROVIDE NAME OF CONTRACTOR FOR INSTALATION : _____ Cured-in-Place Pipe (CIPP) (Approved CIPP Li ners : lnsit ufo rm ; Na ti onal Liner; and lnl iner) _____ Fold and Form Pipe (FAFP) (Approved FAF P Liner: U-Li ner) Appro ved CIPP Line r' Name of Contra ctor for Inst all atio n Appro ve d FAFP Liner Name of Co ntra ctor fo r In stalla ti o n Fa ilure to provide the information requ ired above may result in rejection of bid as non-responsive . Only products listed above will be allowed for use in this project . Any substitutions shall result in rejection of bid as non-responsive . Proposal-8 .- SUMMARY OF BIDS PROJECT BID TOTAL: SANITARY SEWER * $ /. 052-,340, OD I I *This total to be read at Bid Opening J Proposal-9 --------· --- ' -i '· -l Within ten (10) days after notification by the City of Fort Worth, the undersigned will execute the .formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents , for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. If as a requirement of this project, the undersigned bidder ce1iifies that they have been furnished at least one set of the General Contract Documents and General or Special Specifications for Projects, and that they have thoroughly read and completely understand all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assured that its employees and applicants for employment and those of an y labor organization, subcontractors , or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278. as amended by City Ordinance No. 7400. The Bidder agrees to begin construction with ten {l 0) calendar days after issue of the work order and to complete the contract within 180 calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. (Circle and complete A or B below , as applicable) A. The principal place of business of our company is in the State of -------- a . Nonresident bidders in the State of , our principal place of business, are required to be __ percent lower than resident bidders by state law . A copy of the statute is attached. b . Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. The principal place of business of our company or our parent company or majority owne r i s in the State of Texas . Receipt is acknowledged of the following addenda: Respectfully submitted, Addendum No. 1: -----------Addendum No. 2: / ~~11 .3,s,,)f)f? By: ----------- Addendum No. 3 : Title : ----------- Addendum No . 4 : ----------- Addendum No. 5: -----------Addendum No. 6: ----------- Company: /..A.T{t,. l T[;x. ~ g(2,y en O v ,L-L p , Address: 2-300 B?-z.dAtre.e.. i2D ~ vt.-4 5f 12.1'-!Cr5 -r; r )/BO Date: ~-Ztf-Z.O[D Proposal-IO 1 1 , , , 1 1 1 1 1 1 11 1 1 1 11 1 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill _ 620 relative to the award of contracts to nonresident b,idders. 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 wh ich the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or nonresident bidders in order for your bid to meet specifications . The failure of out-of-state or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B . A. Nonresident vendors in (give State), our principal place of business , are required to be percent lower than resident bidders by State law. A copy of the Statute is attached . Nonresident vendors in . (give State), our principal place of business, are not required to underbid resident bidders. B . Our principal place of business or corporate offices are in the State of Texas . ~ BIDDER : W.T I l. \ IE x'. (o;.J5 Tw l-Y-1 ();s.) W By: __ S-=-::....LJOC>,h-w~..::..i"'.l'---· 6=-....:1'--c/hJ<....L.Lo><-11(?'----- Company (Please print) · LS00 ?e-c. di\ iYe.e 12D Address · Signature: ~ Bzlvt... s~r:"js/X 751&:l Title __ P____;_~ /_\/\__,_,.:__ __ _ City/State/tip (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION SECTION 5 -GENERAL AND SPECIAL CONDITIONS 5.1 -PART C GENERAL CONDITIONS (WATER-SEWER) 5.2 -SUPPLEMENTARY CONDITIONS TO PART C (WATER-SEWER) 5.3 -PART D -SPECIAL CONDITIONS (WATER-SEWER) 5.4 -PART DA -ADDITIONAL SPECIAL CONDITION (WATER- SEWER) 5.5 -PART E SPECIFICATIONS 5.7 -WAGE RATES 5.8 -COMPLIANCE WITH AND ENFORCEMENT OF PREVAILING WAGE RATES 5.9-STANDARD DETAILS (WATER-SEWER) Cl-I C 1-1.1 C 1-1.2 C 1-1.3 Cl-1.4 C 1-1.5 Cl-1.6 Cl-1.7 C 1-1.8 Cl-1.9 Cl-1.10 Cl-1.11 Cl-1.12 Cl-1.13 Cl-1.14 CI-1.15 CI-1.16 Cl-1.17 CI-1.18 Cl-1.19 CI-1.20 CI-1.21 Cl-1.22 CI-l.23 Cl-1.24 C 1-1.25 C 1-1.26 Cl-1.27 CJ-1.28 CI-1.29 Cl-1.30 Cl-1.31 CI-1.32 PART C -GENERAL CONDITIONS TABLE OF CONTENTS OCTOBER 19 , 2009 TABLE OF CONTENTS DEFINITIONS C 1-1 (I) Definition of Terms C 1-1 (I) Contract Documents Cl-I (2) Notice to Bidders CI-I (2) Proposal Cl -1 (2) Bidder CI-I (2) General Conditions Cl-I (2) Special Conditions C 1-1 (2) Specifications CI-I (2) Bonds CI-1 (2) Contract CI-1(3) Plans CI-I (3) City Cl-I (3) City Council Cl-I (3) Mayor Cl-I (3) City Manager C 1-1 (3) City Attorney CI-I (3) Director of Public Works C 1-1 (3) Director, City Water Department CJ-I (3) Engineer CI-1 (3) Contractor C 1-1 (3) Sureties CI-1 (4) The Work or Project CI-I (4) Working Day Cl-I (4) Calendar Days Cl-I (4) Legal Holidays Cl-I (4) Abbreviations CI-I (4) Change Order CI-I (5) Paved Streets and Alleys CJ-1(5) Unpaved Streets or Alleys CJ-I (6) City Street Cl-I (6) Roadway CI-I (6) Gravel Street Cl-I (6) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.I C2-2 .2 C2-2.3 C2-2.4 Proposal Form Interpretation of Quantities Examination of Contract Documents and Site of Project Submitting of Proposal (I) C2-2 (I) C2-2 (I) C2-2 (2) C2-2 (2) " C2-2.5 Rej ec tion of Propo sa ls C2-2 (3) C2-2 .6 Bid Security C2 -2 (3) C2-2 .7 Delivery of Proposa l C2-2 (3) C2-2 .8 Withdrawing Propo sa ls C2-2 (3) C2-2 .9 Telegraphic Modification s of Proposa ls C2-2 (3) C2-2. IO Publi c Ope nin g of Proposa l C2-2 (4) C2-2 . I I Irre g ular Proposa ls C2 -2 (4) C2-2 . I 2 Disqu a lification of Bidders C2-2 (4) C3-3 AW ARD AND EXECUTION OF DOCUMENTS : C3-3 .1 Consideration of Propo sa ls C3-3 (I) C3-3 .2 Minority Bu s ine ss Enterprise/Women Bu s iness C3-3 (I) Enterprise Compliance C3-3 .3 Equal Employment Provi s ions C3-3 (1) C3-3.4 Withdrawal of Proposal s C3-3 (1) C3-3.5 A ward of Contract C3-3 (2) C3-3 .6 Return of Proposal Securities C3-3 (2) C3-3 .7 Bonds C3-3 (2) C3-3 .8 Execution of Contract C3-3 (3) C3-3.9 Failure to Execute Contract C3-3 (3) C-3-3 .10 Beginning Work C3-3 (4) C3 -3. I I Insurance C3-3 (4) C3-3 .12 Contractor 's Obligations C3-3 (6) C3-3 .13 Weekly Payrolls C3-3 (6) C3-3 .14 Contractor's Contract Administration C3 -3 (6) C3-3 .15 Venue C3-3 (7) C4-4 SCOPE OF WORK C4-4.I Intent of Contract Documents C4-4 (I) C4-4.2 Spec ial Provisic-n s C4-4 (I) C4-4 .3 Increased or Decreased Quantities C4-4 (I) C4-4.4 Alteration of Contract Documents C4-4 (2) C4-4 .5 Extra Work C4-4 (2) C4-4 .6 Construction Schedule C4-4 (3) C4-4.7 Schedule Tiers Special Instructions C4-4 (6) CS-S CONTROL OF WORK AND MATERIALS CS-5.1 Authority of Engineer C5-5 (I) CS-5.2 Conformity with Plan s CS -5 (I) CS-5 .3 Coordination of Co::itract Document s CS-5 (I) CS-5.4 Cooperation of Contracto r CS-S (2) CS-5 .S E mergency and/or Rectification Work CS-S (2) CS-5 .6 Field Office CS -S (3) CS-5.7 Construction Stakes CS-S (3) (2) C5-5.8 C5-5 .9 C5-5 .10 C5 -5 .I I C5-5 . l 2 C5-5 . l 3 C5-5 .14 C5-5.15 C5-5.16 C5-5 .17 C5-5 . I 8 C6-6 C6-6.l C6-6.2 C6-6.3 C6-6.4 C6-6 .5 C6-6.6 C6-6 .7 C6-6 .8 C6-6.9 C6-6 .10 C6 .6 .l 1 C6-6.12 C6-6 .13 C6-6.14 C6-6 .15 C6-6 .16 C6-6 .17 C6-6 .18 C6-6.19 C6-6 .20 C6-6 .21 C7-7 C7-7 .I C7-7 .2 C7-7.3 C7-7.4 C7-7 .5 C7-7 .6 C7-7.7 C7-7.8 Authority and Dutie s of City In s pector Inspection Removal of Defective and Unauthorized Work Substitute Materials or Equipment Samples and Tests of Materials Storage of Materials Existing Structures and Utilities Interruption of Service Mutual Respon sibility of Contractors Clean-Up Final Inspection LEGAL RELATIONS AND PUBLIC RESPONSIBILITY Laws to be Observed Permits and Licenses Patented Devices , Materials , and Processes Sanitary Provisions Public Safety and Convenience Privileges f Contractor in Streets, Alleys , and Right-of-Way Railway Crossings Barricades, Warnings and Flagmen U se of Explosives, Drop Weight, Etc . Work Within Easements Independent Contractor Contractor's Responsibility for Damage Claims Contractor's Claim for D a mages Adjustment or Relocation of Public Utilities , Etc . Temporary Sewer and Drain Connections Arrangement and Charges for Water Furnished by th e City Use of a Section or Portion of the Work Contractor's Responsibility for the Work No Waiver of Legal Rights Personal Liability of Public Officials State Sales Tax PROSECUTION AND PROGRESS Subletting Assignment of Contract Prosecution of The Work Limitation of Operations Character of Workmen and Equipment Work Schedule Time of Commencement and Completion Extens ion of Time Completion (3) C5 -5 (3) C5-5 (4) C5-5 (4) C5 -5 (4) C5 -5 (5) C5-5 (5) C5 -5 (5) C5-5 (6) C5-5 (7) C5 -5 (7) C5-5 (8) C6-6 (I) C6-6 (I) C6-6 ( l) C6-6 (I) C6-6 (2) C6-6 (3) C6-6 (3) C6-6 (3) C6-6 (4) C6-6 (5) C6-6 (6) C6 -6 (6) C6-6 (8) C6-6 (8) C6-6 (8) C6-6 (9) C6-6 (9) C6 -6 (9) C6-6 (9) C6-6 (10) C6 -6 (10) C7 -7 (I) C7 -7 (]) C7 -7 ( 1) C7-7(2) C7 -7 (2) C7-7 (3) C7-7 (3) C7-7 (3) C7-7.9 Delays C7-7 (4) C7-7 . l0 Time of Completion C7-7 (4) C7-7 . l l Suspension by Cou11 Order C7-7 (5) C7-7.12 Temporary Suspension C7-7 (5) C7-7. l 3 Termination of Contract due to National Emergency C7-7 (6) C7-7.14 Suspension or Abandonment of the Work C7 -7 (6) and Annulment of the Contract: C7-7 .15 Fulfillment of Contract C7-7(8) C7-7.16 Termination for Convenience of the Owner C7-7(8) C7-7 . I 7 Safety Methods and Practices C7-7 ( I 1) C8-8 MEASUREMENT AND PAYMENT C8-8.1 Measurement Of Quantities C8-8 (I) C8-8 .2 Unit Prices C8-8 (I) C8-8.3 Lump Sum C8-8 (I) C8-8.4 Scope of Payment C8-8 (I) C8-8.5 Partial Estimates and Retainage C8-8 (2) C8-8.6 Withholding Payment C8-8 (3) C8-8.7 Final Acceptance C8-8 (3) C8-8 .8 Final Payment C8-8 (3) C8-8 .9 Adequacy of Design C8-8 (4) C8-8 .10 General Guaranty C8 -8 (4) C8-8 . I 1 Subsidiary Work C8 -8 (4) C8-8.12 Miscellaneous Placement of Material C8-8 (4) C8-8 .13 Record Documents C8-8 (4) (4) PART C -GENERAL CONDITIONS CI -I DEFINITIONS SECTION C 1-1 DEFINITIONS C 1-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the following terms or pronouns in place of them are used , th e intent and meaning s ha ll be understood and interpreted as follow s : C 1-1 .2 CONTRACT DOCUMENTS: The Contract Documents are in all of the written and drawn documents , such as specification s, bonds , addenda , plans , etc., which govern the terms and performance of the contract. These are contained on the Gen e ral Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS : The General Contract Documents govern all Water Department Projects and Include the following Items PART A -NOTICE TO BIDDERS PART B -PROPOSAL PART C -GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART E-SPECIFICATIONS PERMITS/EASEMENTS PART F-BONDS PART G -CONTRACT (Sample) White (Sample) White (CITY) Canary Yellow (Developer) (Sample) (Sample) Brown Green El-White E2-Golden Rod E2A-White Blue White White b . SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A -NOTICE TO BIDDERS (Adve1tisement) same as above PART B -PROPOSAL (Bid) PART C -GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART E -SPECIFICATIONS PERMITS/EASEMENTS PART F. -BONDS PART G-CONTRACT PART H -PLANS (Usually bound separately) CJ-1 (1) C 1-1 .3 NOTICE TO BIDDERS : A ll o f the lega l publi cati o ns e ith e r actually publi s hed in publi c a d ve rti s in g m e dium s or furni s he d direc t to int e res te d pa rti es pe rtainin g to th e wo rk c o nt e mpl a te d und e r th e Co ntrac t D oc um e nt s co ns titutes th e no ti ce to bidd e rs . C 1-1.4 PROPOS AL: Th e co mpl e te d w ritt e n and s ig ne d o ffe r or te nd e r o f a bidder to pe rform th e w o rk w hi c h th e Owne r d es ires t o have d o ne, togeth e r with th e bid s ecurity, con s titutes th e Proposa l, whi c h beco m es binding up o n th e Bidde r when it is offi c ially rece iv e d b y th e O w ne r, h as been publi c ly o pe ne d a nd read a nd no t rej ec ted by th e O w ne r. C 1-1.5 BIDDE R : An y pe rso n, pe rso ns , firm , p a rtn e rs hip , compa n y, a ssoc ia ti o n , corporati o n , ac tin g dire ctl y o r th ro ug h a dul y a uth o ri zed re presenta tiv e, s ubmitting a proposa l for pe rfo rmin g the wo rk cont e mpl ated und e r th e C o ntract D oc um e nt s, con stitutes a bidd er. C 1-1.6 GENERAL CONDITIONS : Th e G e ne ral C o nditions are th e us ual con s truction a nd contract re quire m e nt s which gove rn the pe rform a nc e of the w o rk so th at it will b e ca rri e d o n in accord a nce with th e c us to m a ry procedure, th e loca l s tatutes , and require m e nt s o f th e C it y of Fo rt W o rth 's c harte r a nd promul gate d o rdin a nc es . Whe neve r th e re m ay be a confli c t be tw ee n th e G e ne ral Conditi o ns a nd th e Spe ci a l Co nditi o ns, th e latter s hall t ake pre c e d e nce .. Cl -1.7 SPECIAL CONDITIONS : Spe cial conditi o ns are the s pecifi c requireme nts w hich a re ne c essary for th e particul a r proj ect covere d b y th e C o ntra c t Doc um e nt s a nd not s pe cifi ca lly cove re d in the General Co nditi o ns. Wh e n co nsid e re d with th e Genera l C o nditi o ns a nd other e leme nt s of the C o ntrac t D o cume nt s th e y provide th e information w hich th e C o ntrac tor a nd Owne r s h o uld have in o rd e r t o g ain a th o rou g h knowl e d ge of th e proj e ct. Cl -1.8 SPECIFICATIONS : The Spec ifi c ati o ns is th at sec tion o r part o f th e Contract D oc um e nt s whi c h set forth in d etail the require me nt s w hi c h mu s t be met by a ll mate ri a ls, construction , workman s hip, equipme nt a nd servic es in ord e r to render a compl et ed an useful projec t. Whenever reference is made to s t a nd ard s pecifications, re g ul ation s, re quire m e nt s , s tatutes, etc ., s uch referred to docum e nt s s hall become a part of th e Contract Doc ume nt s jus t a s thou g h they we re e mbodi e d there in . C 1-1.9 BONDS : The b o nd or bond s a re th e written g uarantee or security furni s he d by th e C o ntract o r fo r prompt and fa ithful pe rfo rman ce o f th e contract a nd in c lude the followin g : a. b. C. d . C 2 -2 .6 ) P e rformance Bond (see p arag raph C3-3 .7 ) P ay m e nt Bond (se e pa;,a g ra ph C 3-3 .7) Mainte n a nc e Bond (see paragraph C 3-3.7 ) Proposa l or Bid S ec urit y (see Spec ia l In s tru c ti o ns to Bidd e rs, Part A a nd C l -I (2) C 1-1 .10 C ONTRACT: The Co ntrac t is a fo rm a l s ig ned agree me nt be t wee n th e ow ne r a nd th e Co ntr ac to r coverin g th e mutu a l unde rs ta ndin g of the t wo co nt ract in g pa rti es a bo ut th e p roj ec t to be co mpl e ted under th e Contrac t D oc um e nts . C 1-1.11 PLAN S : Th e pl an s a re th e draw in gs o r re pro du ct io ns th e re fr o m m ad e by t he O w ne r 's re present a ti ve s h ow in g in d e ta il th e lo cati o n, dime ns io n a nd pos iti o n o f th e va ri o us e le m en ts of th e p ro j ect, includin g s uc h profi les, ty pi ca l cross-sect io ns , layo ut d iagra m s , wo rkin g d raw in gs, pre liminar y d raw in gs a nd s uch s u pp le m enta l d raw ings a s t he O w ne r m ay iss ue to c lari fy o th e r d ra win gs o r fo r th e pu r pose of s how in g c ha nges in the wo rk her e in afte r a uth o ri zed by t he Owne r. The pl a n s a re us ua ll y bo u nd se parate ly fr o m t he o th e r parts of th e C o ntrac t D ocum e nts , b ut t hey a re pa rt of t he Co ntract D oc um e nt s jus t as th o ug h th ey we re bo und th e re in . C l-1.12 C ITY : The C it y of Fort W o rth , Te xas, a muni c ip a l co rp orati o n , a ut ho ri z e d a nd c harter ed und e r th e T exas State S tatutes, acting b y a nd th ro u g h it s governing bo d y o r it s C it y M a nager, each of w hi c h is re quire d by c h arte r to perfo rm s pec ific du ties . R es po ns ibility fo r fin a l e nfo rcem e nt of th e C o ntrac ts in vo lv in g th e C it y of Fort W o rth is by C h arte r ves te d in t he C it y M a n ager. The term s C it y a nd O w ner a re sy no nym o us . C 1-1.13 C ITY C O U N C IL: The dul y e lecte d a nd qu a li fie d governin g bo d y of th e C ity of Fo rt Worth , T exas . C 1-1 .14 MAYOR : The offici a ll y e lec te d M ayo r , o r in hi s a bse nce , th e M ayo r P ro te rn of the C it y of Fo rt W o rth , Tex as . C 1-1 .15 C ITY M A N A G E R : The o ffi c ia lly a ppo inte d a nd a uth o ri ze d C it y M a n age r of the C ity of Fo rt Worth , T exas , or hi s dul y a uth o ri zed re prese ntat ive . C 1-1.1 6 C ITY ATTORNEY: T he o ffi c ia lly a ppo in te d C it y Atto rn ey of the C it y o f Fo rt W o rth , Texas , o r hi s dul y a ut ho ri zed r e present a ti ve. C l -1.17 DIRECTOR O F PUBLIC WORKS : T he o ffi cia ll y a pp o int e d offic ial of t he C it y of F ort W o rth , T e x as, referre d to in th e c h arter as th e C ity E ng in eer , o r hi s d ul y a uth o ri zed re prese nta tiv e . C l-1.1 8 DIRECTOR, C ITY W ATER D E PARTME NT: T h e o ffi c ia ll y a pp o in te d Directo r o f th e C it y W a te r D e pa1tme nt o f t he C it y of Fort W o rth , T exas , o r hi s dul y a ut ho ri zed re presenta tiv e , ass is t a nt , o r age nts . C 1-1.1 9 E NGINEER : The Directo r of Public W o rk s, th e Director of th e Fort W o rth C it y Wate r D e pa ltme nt , o r t he ir dul y a uth o ri zed ass ista nt s , age nt s , e n g in eers, ins pectors , o r s up erint e nd e nt s , ac tin g wi t hin th e scope o f th e pa lti c ul a r d uti es e ntru s ted to th e m . C l -1.20 C ONTRACTOR : T he pe r so n , per son 's, pa rtn e rs hip , co mp a n y, fi rm , assoc iati o n , o r cor porati o n , e nt e rin g in to a contrac t with th e O w ne r fo r th e exec ut io n o f wor k , actin g C l -I (3) directly or throu g h a dul y authorized re prese ntative . A s ub-contractor is a person , firm , corporation , s upplying labor a nd materials or only labor, for the work a t the site of the project. CJ-1.?1 SURETIES: The Corporate bodies which a re bound by s uch bonds as are required with and for the Contractor. The sureties engaged are to be fully respon s ible for the entire and sati s factory fulfillment of the Contract and for any a nd all require m e nt s as set forth in the Contract Documents and approved changes th e re in. Cl-1.22 THE WORK OR PROJECT: The completed work co nt e mpl a ted in and covered by the Contract Documents , including but not limited to the furnishing of all labor, material s, tool s, e quipment, and incidental s necessary to produce a completed and serviceable project. Cl-1.23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which weather or other conditions not under the control of the Contractor permit th e performance of the principal unit of work for a period of not le ss than seven (7) hours between 7:00 a.m. and 6:00 p .m ., with exce ptions as permitted i_n paragraph C7-7 .6 Cl-1.24 CALENDAR DAYS: A calendar day is any day of the week or month , no days being exce pte d . Cl-1.25: LEGAL HOLIDAYS : L ega l holidays s hall be observed as prescribed by the City Council of the City of Fort Wo11h for observance by City employees as follows: l. 2. 3 . 4 . 5. 6. 7. 8. 9. N ew Year's day M.L. King, Jr. Birthday Memorial Day Independence Day L a bor Day Thanksgiving Day Thanksgiving Friday Christmas Day Such other days in lieu of holidays as the City Council may determine January l Third Monday in January Last Monday in May July 4 First Monday in September Fourth Thursday in November Fo11h Friday in November December 25 When one of the a bove named holidays or a special holiday is declared by the City Council, falls on a Saturday, the holiday shall be observed on the preceding Friday, or if it falls on Sunday, it s hall 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. CJ -1.26 ABBREVIATIONS: Whenever the abbreviations defined herein appear in the Contract Documents, the int e nt and m ea nin g s hall be as follows : Cl-I (4) AASHTO -American Ass ociation of State MGD Million Gal lon s Highway Transponation Official s per Day ASCE American Society of Civil CFS Cubic Foot per Enginee rs Second JAW In Accordance With Min. Minimum ASTM American Society of Tes ting Mono . Monolithic Material s % P e rcentum AWWA American Water Works R Radiu s Association l.D . In s id e Di a mete r ASA American Standards A ssoc iation 0 .0 . Outs id e Di amete r HI Hydraulic Institute Elev. Elevation Asph . Asphalt F Fahrenheit Ave . Avenue C Centigrade Blvd. Boulevard In . Inch CI Cast Iron Ft. Foot CL Center Line St. Street GI Galvanized Iron CY Cubic Yard Lin. Linear or Lineal Yd . Yard lb . Pound SY Squ a re yard MH Manhole L.F. Linear Foot Max . Maximum D.I. Ductil e Iron C 1-1.27 CHANGE ORDER: A "Change Order" is a written s upplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may b e found necessary and which was not s pecifically included in the s cope of the project on which bids were submitted. Increase in unit quantities sta ted in the proposa l are not the s ubject matter of a Change Order unl ess the increase or decrease is more than 25 % of the amount of the particular item or item s in the original proposal. All "Change Orders" shall be prepared by the City from information as necessary furnished by the Contractor. C 1-1.28 PA YEO STREETS AND ALLEYS : A paved street or a ll ey shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved s urface: I . Any type of asphaltic concrete with or without separate base mat erial. 2 . Any type of asphalt surface treatment, not includin g an oiled s urface, with or without separate base material. 3. Brick , with or without se parate base material. 4. Concrete, with or without separate base material. 5 . Any combination of the above. Cl-1 (5) CJ-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, a ll ey, roadway or other s urfac e is a ny area exce pt th ose d e fin ed for "Pav ed Streets a nd All eys." C 1-I .30 CITY STREET: A city street is defined as that a rea be tween the ri g ht -of-way lines as th e street is dedicated. Cl-1.31 ROADWAY : The roadway is defined as the area between para llel lin es two (2') b ack of the curb lin es o r four ('4) feet back of the aver age ed ge of pavement where no curb ex ists . C 1-1.32 GRAVEL STREET: A grave l s treet is an unimproved s treet to which h as bee n ad ded o ne or more a pplication s of gravel o r similar materi a l other than the natural materi al found o n the s treet s urfac e before any improve ment was made . Cl-1 (6) SECTION C -GENERAL CONDITIONS C2-2 INTERPRET A TlON AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2 . l PROPOSAL FORM : The Owner will furnish bidders with Proposal form , which will contain an itemized list of the item s of work to be done or materials to be furni s hed and upon which bid prices are reque s ted . The Proposal form will state th e Bidder's general understanding of the project to be completed, provide a space for furnishing the amount of bid security , and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and "Financial Statement," all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current and no more than one ( 1) year old . In the case that bidding date falls within the time a new statement is being prepared , the previous statement shall be updated by proper verification . Liquid assets in the amount of ten (10) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received , and such experience must have been completed not more than five (5) years prior to the date on which Bids are to be received . The Director of the Water Department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid . C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the . Contract Documents and Plans. The quantities of work to be ped·ormed and materials to be furnished may be increased or decreased as hereinafter provided , without in any way invalidating the unit prices bid or any other requirements of the Contract Documents . C2-2 (1) C2-2 .3 EXAMINATION OF CONTR ACT DOCU M E NTS AND SITE OF PROJECT: Bidders a re a dvi se d th a t the Contrac t D oc um e nt s o n fil e with th e Owne r s h a ll con s titute all of th e inform ation whi c h th e Own e r will furni s h . All additi o n a l in fo rmation and data whi c h th e Owne r will s uppl y aft e r promul ga ti o n o f th e fo rm a l co ntrac t d oc um e nt s s ha ll b e iss ued in t he fo rm o f w ritt e n add e nd a a nd s h a l I b eco me p a rt of th e C o ntrac t Docume nt s just as th o u g h s uc h add e nd a we re ac tu a ll y writte n into th e o ri g in a l C ontract D oc um e nt s . Bidde rs a re re quire d , pri o r to filin g of p ro p osa l, to read a nd be c o m e fa mili a r with th e C o ntrac t D oc ume nt s, to vi s it th e s it e o f th e proj ec t a nd e x a min e care full y a ll loc al c onditions, to inform th e m selv es by th e ir o wn ind e p e nd e nt research and inv esti gation s, tests, boring, and by s uch othe r mea n s as ma y be necessary to g ain a c ompl ete kn o wl e d ge of th e conditi o ns which will be e nc ounte red durin g con stru c ti on o f th e proj ect. They mu s t judg e for th e m se lves th e diffi c ulti es o f th e w o rk a nd a ll a tte ndin g circ um s t an ces affectin g the cos t of d o in g th e work or th e time re quired fo r it s compl e tion , and obta in all informa tion re quire d to m a ke an inte lli ge nt p ro p osa l. N o in fo rma ti o n g ive n b y th e Owner or an y r e present ativ e o f t h e Owne r o th e r th a n th at co nta in e d in th e C o ntract D o cume nt s a nd offici a ll y pro mul g ated a ddend a th e re to, s h a ll be bindin g upon th e Owne r. Bidde r s s hall re ly exclu s iv e ly a nd s ole ly upon th e ir o wn estim ate s, inves ti gati o n , research , te st s, e xploratio ns, a nd othe r d ata which are nec essary fo r full and comple te informa tion upon which th e proposal i s t o be b ased. It is mutu a lly agreed th a t th e s ubmi ss ion of a propos al is prima-fa c ie ev id e n ce th a t th e bidde r ha s m ad e th e inv esti g ati o n , exa min ation s a nd te s ts h e re in r equire d . C la im s fo r a ddition a l compe n sa ti o n du e to va ri ati o n s b et wee n conditions ac tu a ll y e nco unte re d in co n structi o n a nd as indi cate d in th e Co nt ract D oc um e nt s wi ll no t be a llowe d . The lo gs of S o il _Borings, if a n y, on th e pl a n s are fo r ge ne ral inform ati o n onl y a nd may not b e correct. Ne ith e r the Owner n o r th e E n g in eer g uarantee th a t th e dat a s hown is re pres entativ e of conditi o ns whi c h ac tu a lly ex is t. C2-2.4 SUBMITTING O F PROPOSAL: The Bidde r s hall s ubmit hi s Proposal on th e form furni s he d b y th e Owner. All bl a nk s p aces a ppli c abl e to th e proj ect c onta in e d in the form s hall b e coIT ectly fill e d in a nd the Bidde r s h all s ta te th e pri ces , writte n in ink in b o th words a nd nume ra ls, fo r which he proposes to d o w o rk conte mpl ate d or furni s h th e m a te ri a ls re quire d . All s uch pri ces s ha ll b e writte n le g ibl y. In case of di scre p a nc y b etween pri ce writte n in word s and th e p r ice writte n in nume ral s, th e price mos t adv a ntageou s to th e City s hall g ov e rn . If a proposa l is s ubmitte d by a n individu a l, hi s o r h er na me mu s t b e s ig ned b y him (h e r) or hi s (h e r) duly a uth o ri ze d age nt. If a proposa l is s ubmitted b y a firm , associati o n , or p artners hip, th e n am e a nd address o f eac h m e mbe r o f th e firm , ass o c ia ti o n , or p a rtn e r s hip, o r b y p e r son dul y a uth o ri ze d . If a proposa l is s ubmitte d b y a compa n y o r co rp o rati o n , th e compa ny o r corp orati o n na me a nd bus in ess a ddress mu s t b e g ive n , a nd th e proposa l s ig ne d b y a n offic ia l o r dul y a uth o ri zed age nt. The co rp o rate sea l mu s t be a ffix e d . Po we r C2-2 (2) o f Atto rn ey a uth o ri z in g age nt s o r o th e rs to s ig n pro po s a l mu st be prop e rl y certifi e d a nd mu s t be in w ri t in g a nd s ubmitte d w ith th e proposa l. C2 -2.5 R E J ECTION O F PROPOSALS: P ro posa ls m ay be rej ected if th ey s how a ny a lte ra ti o n o f wo rd s o r fi g ures , additi o ns no t ca ll e d fo r, co nditi o na l o r un ca ll e d fo r a lte rn ate bid s , e ras ures , o r irregul ariti es of a ny kind , o r cont a in unb a la nced va lu e o f a ny it e m s . Proposal te nd ere d o r d e li ve re d a fte r th e o ffi c ia l tim e des ig nate d fo r rece ipt of p ro posal s ha ll be re turn e d to t he Bidde r un o pe ned . C?-2 .6 BID SECU RITY : No proposa l will be cons id e red unl ess it is acco mpa ni e d by a "Proposa l S ec urit y" of th e characte r a nd th e a mo unt indi ca te d in th e "N o ti ce to Bi dders " a nd th e "P ro posa l." T he Bid S ec urit y is required by th e O w ne r as ev id e nce o f good fa ith o n th e pa rt of th e Bidde r , a nd by w ay o f a g uara nty th at if award ed th e co nt rac t , th e Bidde r w ill w ithin th e re quire d tim e exec ut e a fo rm a l co ntract a nd furni s h th e re quire d pe rform a nce a nd o th e r bo nd s . T he bid sec urity o f th e t hree lo w es t bidders will be re ta in e d until th e cont rac t is a w ard e d o r o th e r di s pos iti o n is m a d e t he reof. The bid sec uri ty o f a ll o ther bidde rs may be re turne d pro mptly aft e r th e canvass o f bid s. C2-2.7 D E LIV E R Y OF PROPOSAL: No proposa l will be con s id e re d unl ess it is d e li vere d , accomp a ni e d by it s prope r Bid S ec urit y , to th e C it y M a nage r o r hi s re present ativ e in th e offi c ia l place o f bu s in ess as set fo rth in th e "N o ti c e to Bidde rs ." l t is th e Bidde r 's so le res po ns ibility to d e liv e r th e proposa l at th e pro pe r time to th e p ro pe r pl ace . T he m e re fac t t hat a pro posal w as di s p atc hed w ill not be con s id e red . Th e Bidd e r mu s t have th e p ro posa l act ua ll y d e li ve red . Each prop osa l s h a ll be in a sea le d e n ve lo pe pl a inl y m arke r with th e wo rd "PROPOS AL," a nd th e na m e o r descripti o n of th e proj ec t as d es ig na te d in th e "Noti ce to Bidders ." The e nv e lo pe s h a ll be a ddressed to th e C it y M a nage r, C it y H a ll , Fort W o rth , T exas . C 2 -2.8 WITHDRA WING PROPOSALS : Proposa ls actua ll y fil e d w ith th e C it y M a nage r c ann o t be withd ra wn pri o r to th e t im e set fo r o pe nin g prop os al s . A re qu es t fo r no n-c o ns id era ti o n mu s t be m a d e in writin g, addresse d to th e C it y M a nage r, a nd fil e d with him pri o r t o th e time set fo r ope ning of proposals . Afte r a ll proposa ls no t requ es te d fo r no n-cons id erati o n are ope ne d a nd publicly read al o ud , th e prop osals fo r whi c h no n- co ns id erati o n requ est s ha ve been prope rly fil e d m ay, a t th e o pti o n o f th e O w ne r , be re turn ed un o pe ne d . C2-2.9 T E L E GRA HIC MODIFIC ATIONS OF PROPOS A L S : A n y Bidde r m ay modi fy hi s pro posa l by te legraphi c communicatio n a t a ny tim e pri o r to th e time se t for o pe n ing proposals, prov id ed s uch te legraphi c communicati o n is received by th e C it y M a n age r pri o r to th e said propos al o pe nin g time, a nd provid e d f urth e r, th a t the City M a nager is sati s fi ed th at a writte n a nd dul y a uth e nti cate d confirm a ti o n of s uc h te leg raphi c co mmuni ca ti o n o ve r th e s ig nature o f th e bidde r w as mail e d pri o r to the propos al o pe nin g tim e. If s uc h co nfirm a tion is no t recei ve d within fo rt y-e ig ht (48) ho urs a fte r the pro posa l o pe nin g tim e, no furt he r co ns id er ati o n will be g ive n to th e pro posa l. C2-2 (3) C2-2 . l O PUBLIC OPENlNG OF PROPOSAL: Proposa ls which h ave been properly filed and for which no "Non-con s id eratio n R eq uest" h as been rece ived will be publicly opened and read a lo ud by t he C it y Manage r o r hi s aut ho ri zed rep resentativ e at the time and pl ace indi cated in th e "N ot ice to Bidders." All proposals which hav e been opened a nd read w ill rema in on file wit h the Owner until the contract h as been awa rded . Bidde rs o r th e ir a uthori zed r ep rese nt ativ es are invited to be prese nt for th e opening of bid s. C2-2. I l IRREGULAR PROPOSALS : Proposa ls s h a ll be considered as "Irreg ular" if they show a ny om iss ions, a lt era ti ons of form, additio ns , or condition s not ca ll ed for, unauthorized a lt e rn ate bids , o r irreg ul a riti es of any kind. However , th e Owne r reserves the ri g ht to waive a n y a ll irregul ariti es a nd to m ake th e award of the co ntract to the best inte rest of the City . Tendering a proposal afte r th e c los in g hour is a n irregul arit y which can not be waived. C2-2. l 2 DISQUALIFICATION OF BIDDERS: Bidders m ay be disqualified a nd their proposa ls not co n si dered for a ny of, but not limite d to , the following reaso n s: a) R easo n s for be lievin g that collusion ex ists among bidders. b) Reasonable gro und s for believing that a ny bidde r is inte rested in m ore than one proposal for work contemplated. c) The bidde r be in g inte r ested in a n y li tigatio n agai n st th e Owner or where the Owner m ay hav e a claim against or be e ngaged in liti gation aga in st th e bidder. d) The bidder be in g in arrears on a ny ex istin g contract o r h av in g defaulted on a previo us contract. e) The bidder h av in g pe rformed a pri o r contract in an un sati sfac tory m an ner. f) Lack of co mpete ncy as revealed by -financial s tat eme nt , experience statem e nt , eq uipm e nt sc hed ul e , a nd s uc h inquiri es as th e Owner m ay see fit to make. g) Uncompleted wo rk which, in the judgment of the Owner, will prevent or hind e r the prompt corripletion of additional work if award e d . h ) Th e bidder. not filii1g w-i th th e Owner, o ne week in advance of the ho ur of th e opening of proposals the following: 1. Financial State m e nt s howin g th e financial co ndition of the bidder as s pecified in Part "A" -Special Instructions 2. A c urre nt experience record s how in g es pecia ll y the projects of a n at ure s imilar t o the o ne und er con s id eration , which hav e been s uc cessfully compl e ted by th e Bidder. 3. An equipment schedule s howin g the equipme nt th e bidder has ava ilable for use on th e proj ect. The Bid Proposal of th e bidder who, in -the judgment of the E ng in eer, is disqualified und er the re quire me nt s sta ted herein , shall be set aside a nd not opened . C2-2 (4) PART C -GENERAL CONDITIONS C3-3 AW ARD AND EXECUTION OF DOCUMENTS SECTION C3 -3 A WARD AND EXECUTION OF DOCUMENTS: C3-3 . I CONSIDERATION OF PROPOSALS : After propo sals have been opened and read aloud, the proposals will be tabulated on the bas is of the quoted prices, the quantities shown in the proposal , and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of the unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the ward of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals , or to proceed with the work in any manner as may be considered for the best interest of the Owner. C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request , complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman-owned Business Enterprise (WBE) on the contract and the payment therefor. Contractor further agrees, upon request by the Owner, to allow and audit and/or an examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future Contracts with the Owner for a period of time of not less than six (6) months . C3-3 .3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinances prohibiting discrimination in employment practices . The Contractor shall post the required notice to that effect on the project site , and at his request, will be provided assistance by the City of Fo11 Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAW AL OF PROPOSALS: After a proposal has been read by the Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on which the proposals were opened . C3-3 ( 1) C 3-3.5 AW ARD OF CONTRACT: The Owner reserves the right to withhold final action on the proposals for a reasonable time , not to exceed forty-five (45) days after the date of opening proposals , and in no event will an award be made until after investigations have been made as to the re spo ns ibility of the proposed awardee. The award of the contract, if award is made, will be to the lowest and best responsive bidder. The award of the contract shall not becom e effective until the Owner has notified the Contractor in writing of such award . C3-3.6 RETURN OF PROPOSAL SECURITIES : As soo n as proposed price totals have been determined for comparison of bid s, the Owner may , at it s discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lo:Vest bidders, will be retained by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise dispose d of the bids , after which they will be returned by the City Secretary. C3-3.7 BONDS : With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the owner in the amounts herein required, the following bonds : a. PERFORMANCE BOND : A good and sufficient performance bond in the amount of not less than I 00 percent of the amount of the contract , as evidenced by the proposal tabulation or otherwise, guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the Contractor, or improper execution of the work or use of inferior materials . This performance bond shall guarantee the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. b . MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph CS-8. 10 . c. PAYMENT BOND: A good and sufficient payment bond, in the amount of not less than I 00 percent of the amount of the contract,. as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all claimants as defined in Article C3-3 (2) 5160, Revised Civil Statutes of Texas , 1925 , as amended by House Bill 344, Acts 561 h Legislature , Regular Session , 1959 , effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being con s tructed under thes e specifications . Payment Bond shall re main in force until all payments as above stipulated are made. d . OTHER BONDS : Such other bonds as may be require d by the s e Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are a t the time in default or delinquent on any bonds or which are interested in any litigation against the Owner. All bond s shall be made on the forms furnished by the Owner and shall be executed by an approved s urety company doing business in the City of Fo11 Worth , Texas, and which is acceptable to the Owner. In order to be acceptable, the name of the surety shall be included on the current U.S. Treasury list of acceptable sureties , and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be detei:mined un s atisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties, as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3 .8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has appropriate resolution, or otherwise , awarded the contract, the Contractor s hall execute and file with the Owner, the Contract and such bonds as may be required in the Contract Documents. No Contract shall be binding upon the Owner until it has been attested by the City Secretary, approved as to form and legality by the City Attorney , and executed for the Owner by either the Mayor or City Manager. C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten ( I 0) days after the contract is awarded s hall be considered by the owner as an abandonment of his proposal, and the owner may annual the Award. By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occurring to the owner by reason of said awardee 's failure to execute said bonds and contract within ten (I 0) days, the proposal security accompanying the proposal shall be the agreed amount of damages which the Owner will C3-3 (3) suffer by reason of such failure on the part of the Awardee and shall thereupon immediately by forfeited to th e Owner. The filing of a proposa l will be consi d e red as acceptance of this provision by the Bidder. C-3-3 .10 BEGINNING WORK: The Contractor s hall not commence work until authorized in writing to do so by th e Owner. Should the Contractor fail to commence work at the si te of the project within the time stipul ated in the written authorization usually termed "Work Order" or "Proceed Order", it is ag reed that the Surety Company will, within ten ( I 0) days after the commencement date se t forth in such written authorization, commence the phy s ical execution of the contract. C3-3. I l INSURANCE: The Contractor s hall not commence work under this contract until he ha s obtained all insurance required under the Contract Documents, and such insurance ha s been approved by the Owner. The prime Contractor shall be responsible for delivering to the Owner the s ub-contractor 's certificate of insurance for approval. The prime Contractor shall indicate on the certificate of insurance included in the documents for execution whether or not hi s insurance covers s ub-contractors . It is the intention of the Owner that the insurance coverage require d herein shall include the coverage of all sub-contractors. a . COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract , Worker's Compensation Insurance on all of hi s employees to be engaged in work on the proj ect under this contract, and for all sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Worker's Compensation Statute, the Contractor s hall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. b . C. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor Shall procure and shall maintain during the life of this contract, Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in the amount not le ss than $500,000 covering each occurrence on account of bodily injury , including death , and in an amount not less than $500,000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. ADDITIONAL LIABILITY : The Contractor shall furnish in s urance as a separate policies or by additional endorsement to one of the above-mentioned policies , and in the amount as set forth for public liability and property damage ; the following insurance: I . Contingent Liability (covers General Contractor's Liability for acts of s ub-contractors). C3-3 (4) 2. Blasting, prior to any blasting being done. 3. Collapse of buildings or structures adjacent to excavation (if excavation are performed adjacent to same). 4. Damage to underground utilities for $500,000. 5. Builder's ri s k (where above-ground structures are involved). 6. Contractual Liability (covers all indemnification requirem e nt s of Contract). d . AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain during the life of this Contract, Comprehensive Automobile Liability Insurance in an amount not less than $250,000 for injuries including accidental d eath to any one perso n and subject to the same limit for each person an amount not less than $500,000 on account of one accident, and automobile property damage in s urance in an amount not le ss than$ I 00,000. e. f. SCOPE OF INSURANCE AND SPECIAL HAZARD : The 111 s urance required under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors, respectively , against damage claims which may arise from operation s under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him , and also against any of the following special hazard s which may be encountered in the performance of the Contract. PROOF OF CARRIAGE OF INSURANCE: The Contractor s hall furni s h the owner with satisfactory proof of coverage by in s uranc e required in these Contract Documents in the amounts and by carriers satisfactory to the Owner. (Sample attached.) All insurance re quirements mad e upon th e Contractor s hall apply to the sub-contractors, s hould th e Prime Contractor's insurance not cover the sub-contractor's work operations . g. LOCAL AGENT FOR INSURANCE AND BONDING: The in s urance and bonding companies with whom the Contractor's in s ur a nce and C3-3 (5) performance, payment, maintenance and all s uch other bonds are written , s hall be repre se nte d by an agent or agents having an office located within th e city limits of the City of Fort Worth . Tarrant County, Texas. Each such agent s hall be a duly qualified , one up on whom authority and power to act on be h a lf of the in s urance a nd/or bondin g company to negotiate and se ttle with the City of Fo11 Worth , or any other claimant, and claims that the City of Fort Worth or other claimant or any property owner who ha s been damaged , may have against the Contractor, in s uranc e , a nd/or bondin g company. If the local insurance represe ntative is not so e mpowere d by the in s urance or bonding co mpani es , then s uch authority mu s t be vested in a local agent or claims officer res iding in the M e troplex , th e Fort Worth- D a llas area. The name of the agent, or agents s hall be set forth on all s uch bond s and certificates of in s urance. C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all material s, labor and services when due . C3-3.l3 WEEKLY PAYROLLS : A certified copy of each payroll covering payment of wages to all persons engaged in work on the proj ect at the s ite of the project s hall be furni s he d to the Owner 's re prese ntative within seven (7) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Docume nt s s hall be kept po s ted in a conspicuous place at th e site of th e project at all time s durin g the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the res pon s ibility of the Contractor. C3-3.14 CONTRACTOR 'S CONTRACT ADMINISTRATION : Any Contractor, whether a person , persons , partnership, company, firm , association, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities , will have or shall establish a fully operational business office within the Fo11 Worth -Dallas metropolitan area. The Contractor shall charge, delegate, or ass ign this office ( or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters made responsible to act for the Contractor in all matters pertaining to the work gove rned by the Contract whether it be administrative or other wise and as such s hall be empowered , thu s delegated and directed , to settle aB material , labor or other expenditure, all claim s against work or any other mater associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for the administration of the work und e r the Contract s hall be maintained until all bu s iness transactions exec uted as part of th e Contract are complete . Should th e Contractor's principal ba se of operations be other than in the Fort Wo11h- Dallas metro polita n area , notification of the Contractor's ass ig nment of local authority s hall be made in writing to the Engineer in advance of any work on the project, all C3-3 (6) a ppropri a te ly s ig ne d a nd sea led , as a ppli cabl e , b y th e Co ntractor 's res po n s ibl e o ffi ces with th e und e r s ta ndin g that thi s writte n ass ig nme nt of a uth o rit y to t h e local re prese nta tiv e s h a ll be c o m e part o f th e proj ect Co ntrac t as th o u g h bound direc tl y into th e proj ec t d oc um e nt s. The inte nt o f th ese re qu ire m e nt s is th a t a ll m at te rs assoc ia te d with th e Co nt rac to r 's a dmini s tra ti o n , wh e th e r it b e o ri e n te d in furth e rin g th e w o rk , o r o th e r , be govern e d direct b y loca l a uth o rity. Thi s sa m e re quire m e nt is imposed o n in s ura nce a nd s ure t y coverage. Sh o uld th e Co n trac to r 's loca l re prese nt a ti ve fa il to pe r fo rm to th e sati sfacti o n of the E ng in eer , th e E ng in ee r , a t hi s so le di sc re ti o n , m ay d e m a nd t h a t s uc h loca l re presentat i ve b e re pl ace d a nd th e E ng in eer m ay, a t hi s sole d isc retio n , sto p a ll wo rk until a new local a uth o rit y satisfacto ry to th e E ng in eer is ass ig ne d . N o c re dit o f w o r k in g tim e w ill b e a ll owed fo r pe ri o d s in whi c h w o rk s to ppages a r e in effect fo r thi s reaso n . C3-3 .15 VENUE: V e nu e o f any actio n h e re inunde r s h a ll be exc lu s iv e ly in T a rr a n t County, T exas. C 3-3 (7) SECTION C4-4 S C OPE O F WORK PART C -G E N E RAL CONDITIONS C4-4 SCOPE OF WORK C4-4 . I INTE NT OF CONTRACT DOCUMENTS : It is th e d e finit e inte nti o n o f th ese Co ntra c t D oc um e nt s to provid e for a co mplete , use ful proj ec t which the C o ntract o r und e 11ak es to co ns tru c t o r furni s h , a ll in full compli a nce with th e require me nt a nd inte nt o f th e Co ntrac t D oc um e nt s. lt is d e finite ly und e rs tood th at the Contrac tor s h a ll do a ll work as provide d for in th e Co ntra c t D oc ume nt s , s ha ll do all e xtra o r s peci a l wo rk as may be c on sid e re d by th e O w ne r a s necessary to c o mpl e te th e proj ec t in a sati s fa c to ry a nd accepta bl e m ann er. The Co ntra c to r s h a ll , unl ess o th e rwi se s pec ifi ca lly st ate d in the se Contrac t D ocume nt s , furni s h all la bo r , tools, m a te ri a ls, m ac hin e ry, equipme nt , s pec ial servi ces , a nd in c id e nta ls necess ary to th e pros e c uti o n a nd co mpl e ti o n of th e proj e ct. C4-4.2 SPECIAL PROVIS IONS : Sh o uld a ny wo rk o r co nditi o ns whi c h a re not thorou g hl y a nd sati sfacto ril y s tipul a te d o r cove re d by G e nera l o r Spec ia l C o nditi o ns of th ese C o ntrac t Docume nts be anti c ipa ted , or s ho uld th e re be a ny additi o na l pro posed w o rk w hi c h is no t covere d by th ese Contrac t D oc ume nt s, th e "Spec ia l Provi s ion s" covering all s uc h w o rk will be pre p are d by th e Own e r prev io us to th e time o f receiving bid s o r pro posal s for a ny s uc h w o rk a nd furni s hed to th e Bidder in th e form o f Addenda . A ll s uc h "Spec ia l Pro v is io ns" s ha ll be cons id e re d to be pa 11 o f th e Contrac t D ocume nt s jus t as th o ug h th ey w e re o ri g in a ll y writte n th e re in . C4-4.3 INCRE ASED OR D ECRE ASED QUANTITIES : The Owner reserv es th e right to a lte r th e qu a ntiti es o f the w o rk to be pe rfo rm e d or to ex te nd o r s ho 11 e n th e improve m e nts a t a ny tim e when a nd a s found t o be nece ssary, a nd th e Contrac tor s ha ll pe rform the wo rk as a lt e re d , increased o r d ecreased at th e unit pri ces . Suc h in c reased or d e creased qu a ntity s ha ll no t be m o re th a n tw e nt y-fiv e (2 5) perce nt of th e co nte mplate d qu a ntity o f s uc h ite m or it e m s. Whe n s uch c h a nges in crease o r d ec re ase th e o ri g inal qu a ntity of a ny item or ite m s of w o rk to b e d o ne o r m a teri a ls to b e furni s he d by th e 25 pe rcent or m o re, the n e ith e r part y to th e c ontrac t s ha ll up o n writte n reques t to th e othe r p arty be e ntitl ed to a re vi sed con s id eration upon th at po11ion o f th e work a bov e o r below the 25 pe rc e nt of th e ori g inal quantity s tat ed in th e proposal ; s uc h re vi sed con s id e ration to be d e te rm ine d b y s pec ia l ag re e m e nt or a s he re in a ft e r pro v id e d fo r "Extra W o rk ." No a ll o wan ce w ill be m a d e fo r a ny c h a nges in a nti c ip ate d profits no t s ha ll s uc h c h a ng e s be con s id ere d as w a ivin g o r invalid atin g a ny c onditi o ns o r prov is io ns o f th e Contract Docume nt s . Vari ati o ns in qu antiti es of sa ni tary sewer pipes in d e pth ca tegori e s, s ha ll be inte rpre te d h e re in as a ppl yin g t o overall qu a ntiti es o f sani ca ry se we r pipe in each pipe s ize, but not t o th e variou s d e pth c ategori es . C4-4 (I ) C4-4.4 A LTE R ATION O F C ONT R ACT DOCU M E N TS : B y C h a nge o rd e r , t h e ow ner reser ves th e ri g ht t o m a k e s uc h c h a nges in th e Co ntrac t D oc ume nt s a nd in th e c h aracte r o r qu a ntiti es o f th e wo rk as m ay b e necessar y o r d es irab le to i ns ure com p le ti o n in th e m ost sat isfacto r y m a n ne r, p rov ided s uch c h a nges do n o t m a te ri a ll y a lt e r th e o ri g in a l Co n trac t D oc um e nt s o r c h a nge t h e ge nera l na ture of th e p roj ect as a w h o le. S uc h c h a nges s h a ll no t b e cons id e re d as wa ivin g o r inv alidating a ny cond it io n o r p rov is io n of t he Co n trac t Doc um e nt s . C4-4.5 EXTR A W O RK : A dditi o n a l w o rk m ad e necessary by c h a nges a nd a lteratio ns of th e Co n tract D oc u me n ts o r of qu a ntiti es o r fo r oth er r eason s fo r w hi c h no pri ces are p rov id e d in th e Cont rac t D oc ume nt s, s h a ll be d e fin e d as "Ext ra W o r k" a nd s h a ll be p e rfo rm ed b y t he Contractor in acco rd a nce wi th th ese Con tract D oc ume nt s o r a p p roved ad diti o n s th e reto; p rov id e d however , th a t before a n y extra work is b eg un a "Ch a n ge o rd e r" s h a ll be exec u te d o r w ritte n o rd e r issu e d b y th e O w ner to d o th e work fo r p ay m e nt s o r c redit s as s h a ll be d e te rmin e d b y o n e or m o re combin a ti o n of th e fo ll ow in g m e th o d s : a. U nit bi d pri ce prev io u s ly a pproved . b . A n ag reed lump s um . c . T he ac tu a l reaso n a bl e cost o f (I ) la b o r , (2) re nt a l of e quipme nt u sed o n t h e extra wo rk fo r the t im e so used a t Assoc iated Genera l Cont ractors of Ame ri ca c urre nt e quipme nt re nta l ra tes, (3) m ate ri a ls e n te rin g pe rm a ne ntl y int o th e p roj ect , a nd (4) act u a l cost of in s u ra nce, bond s , a nd soc ia l securi ty as d e te rmine d by th e Owne r , plu s a fix e d fee to be a g re ed up o n b ut n o t to exceed 10 pe rcent of the actu a l cost o f s u ch ex tra work . T he fi xed fee is n ot to in c lud e a n y additiona l p rofit to th e Co nt racto r fo r r e nta l of equipme n t owner b y him and use d fo r ex tra wo rk. The fee s ha ll b e fu ll a nd co m p lete co mpe n sati o n to cover th e cost of s upe rin te nd e nce, overh ead , o th e r p rofi t , ge neral a nd a ll o th e r ex pe n se no t include d in ( 1 ), (2), (3), a nd (4) a bove . The Contrac to r s h a ll kee p accurate cos t record s o n th e fo rm a nd in th e m e th o d s uggeste d b y th e Owner a nd s hall g ive th e O wner access to a ll accounts, bill s, vou c he r s, a nd r ecords re latin g to th e Ex tra Wor k . N o "Ch a nge O rd e r" s h a ll b ecom e effecti ve until it h as b een a pproved a nd s ig ned by each of th e C o ntract in g P a rti es. N o cl a im fo r Ex t ra Work of a n y kind w ill be a ll o we d unl ess o rd ered in writ in g by th e Owne r. In case a ny o rd e r s o r in s tru c ti o n s, e ithe r oral o r w ritte n , a ppear to th e Co n tracto r to in vo lve Extra W ork fo r w hi c h he s h o uld recei ve co mpe n sa ti o n , he s h a ll m ak e w rit te n re ques.t to th e E n g in ee r fo r w rit te n o rd e r s a uth o ri zi n g s uc h Ex tra Wo rk , pri o r to be g inn in g s u c h wo rk . C 4 -4 (2l Sho uld a diffe re nce a ri se as to wh a t d oes o r d ose no t co ns titute Ex tra W o rk , o r a s to th e pay me nt th e reof , a nd t he E ng in e e r in s is ts up o n its pe rfo rma nce , th e Co ntrac to r s h a ll proceed wi th th e wo rk afte r m ak in g w r itt e n re qu est fo r w ritte n o rd e r s a nd s h a ll kee p accurate ac count of th e act ua l reaso na bl e cos t th e reof as pro vid ed und e r m e th o d (Ite m C ). C la im s fo r ex tra w o rk w ill no t b e p a id unl es s th e Con t rac to r s ha ll fil e hi s cl a im w ith th e O w ne r w ithin fi ve (5) d ays befo re t he t im e fo r m a kin g t he fir s t es tim a te aft e r s uc h work is d o ne a nd unl ess th e cl a im is s upp o rt e d by sa ti sfac tory vo uc hers and ce rtifi e d pay roll s c overin g all la bo r a nd m ate ri a ls ex pe nded up o n s a id Ex tra W o rk . The C o ntrac to r s ha ll furni s h th e O w ne r s uc h ins ta ll ati o n reco rd s of a ll d e vi a ti o n s fr o m th e o ri g in a l C o nt ract D oc um e nt s as m ay be necessary to e na bl e th e Ow ne r to pre p ar e fo r p e rma ne nt record a correcte d se t of pl a ns s how in g th e actu a l in s ta ll a ti o n . The co mpe nsati o n ag reed up o n fo r "Ex t ra W o rk " w het her o r not initi a te d by a "Ch a n ge Order " s h a ll be a full , complete a nd fin a l pay m e nt fo r a ll costs C o nt rac t o r in c ur s a s a res ult or re l atin g to th e c h a nge o r extra wo rk , wh e th e r sa id c o st s ar e kn o wn , unk no wn , fo reseen o r un fo r eseen a t th at tim e, includin g w ith o u t limi tatio n , a n y cos t s fo r d e lay , ex te nd e d overh ead , rippl e o r impac t cost , o r a ny o th e r effect o n c h a n ged o r un c ha nged w o rk a s. a res ult o f th e c h a nge o r ex t ra wo rk . C 4-4 .6 CONS T RUCTION SCHE D U L E: B efo re comme nc in g a n y wo rk und e r thi s contrac t , th e C ONTRACTOR s h a ll s ubmit to th e OWNE R a d raft d e tail e d b ase line co n s tru c ti o n sche dul e th a t m eet s th e re quire m e nt s d e sc ribe d in thi s s pec ifi cati o n , s h o win g b y Criti c al P a th M e th o d (CPM) the pl a nn e d sequ e nce a nd timin g o f t he W o rk assoc iate d with th e Contract. All s ubmitta ls s h a ll be s ubmitted in PDF fo rm at , a nd sc he dul e fil es s ha ll a ls o be s ubmitte d in nativ e fil e fo rm at (i .e. fil e fo rm ats ass o c iate d wi t h th e sch e dulin g s o ft ware). The a pprov e d sch eduling soft ware sys te m s fo r c reatin g th e sch e dul e fil es a re: -Prima ve ra (V e r s io n 6.1 o r late r o r a pp roved by OWNE R ) -Primavera C o nt racto r (V e rs io n 6 .1 o r la te r o r a pprove d by OWNER ) -Primavera S ure Trak (Ve r s io n 3.x o r la te r o r appro ve d by OWNE R ) -Micros o ft Projec t (V er s io n 2 003 /2007 o r late r or a pprove d by OWNER) It is s ugges te d th a t th e CONTRA CTOR e mpl oy o r reta in th e se rv ices o f a qu alifi e d P roj ect S c he dul e r to d e ve lo p th e require d sch ed ul es . A qu a lifi ed Proj e ct Sche dul e r w o uld h ave th e fo ll o win g minimum ca pa biliti e s a nd ex pe ri e nce . a . E xpe ri e nce pre pa rin g a nd m a intainin g d e ta il e d sc hedul es, as we ll as I year o f ex pe ri e nce us in g a ppro ve d sc he dulin g soft ware sys te m s as d e fin e d in thi s s pec ifi cation . b . Kn ow le d ge of C riti ca l P a th M e th o d o f sche dulin g a nd th e a bility t o a nalyze sche dul es to d e te rmin e du ra ti o n , re s o urce a ll ocatio n , a nd log ic iss ues . C4-4 (3) c. Understanding of construction work processes to th e exte nt that a lo g ical c riti ca l path method sc he dule can be developed , m a intained , and prog re ssed th a t acc urately represent s the sco pe of work pe rform e d . C4-4.6(a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR s ha ll d e vel o p , s ubmit and rev iew the draft detailed base line construction schedule with th e OWNER to demon s trate the CONTRACTOR's und e rsta ndin g of th e co ntrac t require ments and approach for pe rformin g the work . The CONTRACTOR will prepare th e fin a l detailed base lin e con struction sc he dul e based on OWNER comments , if a ny . The CONTRACTOR's fir st (1st) paym e nt application will only be processed afte r th e detail ed base lin e construction schedule h as been s ubmitted by th e CONTRACTOR a nd accepted by th e OWNER . The following g uidelines s hall be adhered to 111 pre parin g the base lin e construction schedule . a. Mil estone d ates and final project completion dates s h a ll be d e velope d to conform to th e time constraints, sequencing requirements, and co mpl e tion time. b . The construction progress s hall be divided into activities with time duration s no g reater than 20 work days. Fabrication, delivery a nd s ubmittal activities are exceptions to this g uideline . c . Activity duration s s ha ll be in work days and no rmal holidays a nd weather conditions over th e duration of the contract s ha ll be accounted for within th e duration of each activity. d . The critical path s h a ll be cl early s hown on the construction sc hedule. e. Float time is defin e d as the amount of time between the earliest start date and th e late start date us in g CPM. Float time is a shared and expiring reso urce and is not for the exclusive use or benefit of the CONTRACTOR or OWNER. f. Thirty days s hall be used for submittal review unle ss otherwise specified. The construction schedule s hall be divided into general act1v1t1es as indicate d in the Schedule Guidance Document and each general activity shall be broken down into sub- activities in enough detail to .achieve sub-activities of no g reater than 20 day s duration. The Schedule Guidance Document is located on Buzzsaw and is hereby made a part of thi s contract document by reference for all purposes, th e sa me as if copies verbatim herein. For each general act1v1ty, the construction schedule s ha ll identify all trades or s ubcontracts applicable to the project whose work is repre se nted by activitie s that follow the g uid e lin es of thi s sec tion . For each of th e trad es or s ubcontracts applicable to th e proj ec t , th e construction sc hedul e s hall indicate the following: procurement, construction, pre-acce ptance activities, and C4-4 (4) e ve nt s i n t heir log ica l seq ue nce for e quipm e nt a nd m a te ri a ls. In c lud e a ppli ca bl e ac tiviti es · a nd mile s to nes s uc h a s : J . Mil es to ne for fo rm a l N ot ice to Proceed 2 . Mil es to ne fo r Fin a l Co mpl e ti o n o r o th e r co mpl e ti o n d a tes s pec ifi e d in th e co n tra c t d oc um e nt s 3 . Pre pa rati o n a nd t ra n s mitt a l of s ubmitta ls 4. S ubmitta l rev iew pe ri o d s 5. S ho p fabri cat io n a nd d e li ve r y 6. E recti o n a nd in s t a ll a ti o n 7 . T ra ns mitta l o f m a nu fac ture r 's o pe rati o n a nd m a inte na nce in s tru ctio ns 8. In s t a ll e d e quipm e nt and m ate ri a l tes tin g 9 . O w ne r 's o pe rat o r in s tru c tion s (if a ppli ca ble ) I 0 . F in a l in s pec ti o n 1 1. Ope ration a l testin g C 4-4 .6(b) PROG R E SS C ONSTR UCTION S C H E D U L E : The C ONTRACTOR s hall pre pare a nd s ubmit m o nt hl y to th e OWNE R fo r a pprova l th e upd a te d sc h edul e in acc orda nce with C 4 -4 .6 a nd C4-4 .7 a nd th e OWNE R 's S c he dul e Guid a nce D ocume nt inclu s i ve. A s th e W o rk progr esses, th e CONTRACT OR s h a ll ente r into th e sc he dule a nd record act ua l p rog ress as d escribed in th e S c he dul e Guida nce D oc ume nt. The upd ated sc h edul e s ubmitta l s h a ll a lso include a co nc ise n a rr ativ e re po rt th at hi g hli g ht s th e fo ll o win g, if a ppropri a te a nd a ppli c abl e: • C h a nges in th e criti cal pa th , • Ex pecte d sc h e dul e c ha nges , • P ote nti a l d e la ys, • Oppo 11uniti es to ex pe dite th e sche dul e , • Coordin a ti o n iss ues th e OWNE R s ho uld be a w a re o f o r ca n ass is t with , • Othe r sc he dul e-re la te d iss ues that th e C ONTRA CTOR wi s hes to c o mmuni cate to th e OWNE R . a. The CONTRA C TOR's monthly prog res s p ayment a ppli cation s will not be acc e pted a nd processed fo r pa yme nt without monthl y sc hedul e upd a tes , s ubmitted in th e time and m a nn e r re quire d by thi s s pec ifi cati o n a nd th e S c hedul e Guida nce D o cume nt, a nd which accur ate ly refl ect s the all o w a ble cost s du e und e r th e C o ntrac t D oc um e nts a nd is accepte d by th e OWNE R . b . Onl y o ne sc he dul e upd a te will be re quire d pe r m o nth in acc o rd a n ce with th e Sch edul e Guida nce D ocum e nt a nd thi s s pec ifi cati o n . c . F a ilure to m a int a in th e S c he dul e in a n acce pt e d s t a tu s m ay res ult in th e OWNER w ithh o ldin g p ay m e nt to the C ONTRACTOR ·until th e sc he dul e is acce pte d . C4-4 (5 ) C-4-4 .6Cc) PERFORMANCE AND CONSTRUCTION SCHEDULE: If, in the opinion of the OWNER, work accomplished falls behind that scheduled, the CONTRACTOR shall take such action as necessary to improve his progress. In addition , the OWNER may require the CONTRACTOR to submit a revised schedule demonstrating his program and proposed plan to make up lag in schedule progress and to ensure completion of the Work within the allotted Contract time. Failure of the CONTRACTOR to comply with these requirements shall be considered grounds for determination by the OWNER that the CONTRACTOR is failin g to execute the Work with due diligence as will ensure completion within the time specified in the Contract. C4-4 .7 SCHEDULE TIERS SPECIAL INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule for all projects shall be Tier 3 unless otherwise stated in the contract documents. The requirements for each Tier are described below . CONTRACTOR shall submit each schedule relying on the Schedule Guidance Document provided in the Contract Documents. TIER 3 COST LOADING SPECIAL INSTRUCTIONS: 1. At a minimum , each Activity Breakdown Structure (ABS) in the scheduling software shall be cost-loaded with the total contract dollars associated with the respective ABS elements . TIER 4 COST LOADING SPECIAL INSTRUCTIONS: 1. Adhere to all Tier 3 requirements, and additionally the following: 2 . Work (Schedule of Values Pay Items using the OWNER 's standard items) shall be loaded into the scheduling software using the "NON- LABOR" resource type showing the quantity of work to be done along with the con-esponding value of the work measured in dollars . It is intended that Earned Value will be calculated as the schedule resources are progressed . TIER 5 COST LOADING SPECIAL INSTRUCTIONS : I. Adhere to all Tier 4 requirements, and additionally the following: • Labor resources (Man-Hours) shall be loaded into the scheduling software using the "LABOR" resource type with man-hours and without cost. C4-4 (6l P A RT C -GEN ERAL C ONDITIONS CS-S C ONTROL OF WORK AND M A T E RI AL S SECTION CS-S CONTROL O F WORK AN D M A T E RlALS C S-5 .1 A UTHORITY O F E NGINEER : Th e w o rk s h a ll be pe rfo rm e d to th e sati sfacti o n of t he E ng in eer a nd in s tri c t co mpli a nce w ith th e Co n trac t D oc um e nt s. The E ng inee r s ha ll d ec id e a ll qu es tion s whi c h a ri se as to th e qu a lit y a nd acce pt a bilit y o f th e m a teri a ls furni s he d , wo rk pe rfo rme d , rat e o f progr ess o f the wo rk , overa ll sequ e nce o f th e con stru ctio n , inte rpre ta ti o n o f th e Cont rac t D oc ume nt s, acce pta bl e fulfillm e nt o f th e Contrac t , co mpe nsati o n, mutu a l ri g ht s be tw een C o ntracto r a nd O w ne r und e r th ese Contract D oc ume nt s, s upe rv is io n of th e wo rk, r es umpt io n of o pe rati o n s, a nd a ll othe r questi o ns or di s putes w hi c h m ay a ri se. E n g in eer w ill n o t be res po n s ibl e fo r C o nt ractor 's m ean s, m eth o d s, t echniques, sequ e nce o r p rocedures of co n s tru c ti o n , o r th e safety precauti o n a nd p rogram s in c id e nt th e re to , a nd he w ill no t be res po ns ible fo r Contrac to r 's failure to pe rfo rm th e wo rk in accord a nce with th e co ntract d oc um e nts . The Eng in eer s h a ll d e te rmine th e a m o unt a nd qu a lit y of th e wo rk co mpl e te d a nd m a te ri a ls furni s hed , a nd hi s dec is ion s a nd estim a tes s ha ll be fin a l. Hi s es tim at es in s uch eve nt s h a ll be a conditi o n to th e ri g ht o f th e Co n tracto r to rece ive mo ney du e him und e r th e C o ntract. T he O w ne r s h a ll h ave executi ve a ut ho rit y to e nfo rce a nd · ma ke effecti ve s uc h nec essary d ec is io ns a nd o rd e r s as th e Co nt racto r fa il s to carry o ut p ro mptl y. In th e event of a ny di s pute betwee n th e E ng in eer a nd Cont rac tor over th e dec is io n of th e E ng in eer o n a ny s uc h m a tte rs, th e E ng in eer mu s t , w ithin a reaso n a bl e tim e, up o n writte n re qu es t o f th e Co ntrac to r , r e nd er a nd d e li ve r to bo th t he o wn e r a nd Contra c to r , a writte n d ec is ion o n th e m atte r in controvers y . CS -5 .2 CONFORMITY WITH PLANS : The fini s he d proj ect in a ll cases s ha ll conform with lines, grad es, cro ss-secti o ns, fini s h , a nd dime ns io n s s ho wn o n th e pl a n s o r a ny o th er re quire m e nts othe r wi se d esc rib e d in t he Contrac t Doc um e nts. An y d e v ia ti o n fro m th e a pp roved Cont ra ct D oc um e nt s require d b y t h e E ngin eer during co n s tru ctio n w ill in a ll cases be d e termine d by the E ngi neer a nd a uth o ri zed by th e O w ne r by C h a nge Order. C S-5 .3 C OORDINATION OF CONTRACT DOCUM E NTS : The Co ntract D o cume nts a re m a d e up of sev e ral secti o ns, whi c h , tak e n togeth e r , a re inte nde d to d esc rib e a nd pro v id e fo r a c ompl e te a nd u seful proj ec t , and a ny require m e nt s a ppearing in o ne o f th e secti o n s is as bindin g as th o ug h it occ urred in a ll secti o ns . In c ase o f di sc re pa nc ies, fi g ure d dime ns io n s h a ll govern over sca led dim e ns i o ns, pl a ns s ha ll govern over s pec ifi cat io ns, s pec ia l co ndi t io n s s ha ll govern over ge nera l co ndi t io ns a nd s t a nd a rd s pec ifi cati o n, a nd qu a ntiti es s how n o n th e pl a ns s ha ll gove rn over th ose s how n in th e pro posal. Th e Contractor s ha ll not take adva ntage of a ny a ppar e nt e rro r o r o mi ss io n i n t he CS-S (l l Co nt rac t D ocum e nts , a nd th e o wn e r s h a ll be pe rmi t te d to m ak e s uc h co rr ec ti o n s o r inte rpre ta ti o ns as m ay be deem ed necess ary fo r fulfillm e nt of t he in te nt of the Co n trac t D oc um e nt s . In the eve nt th e C o ntrac to r di scovers a n a p pa re nt e r ro r o r di s c re pa ncy , he s ha ll imme di ate ly call thi s co nditi o n to th e a tt e nti o n of th e E ng in eer. In th e event of a co nfli c t in dra w in gs , s pec ifica ti o ns , o r o th e r po rti o ns of the Co ntrac t D oc um e nts w hi c h were no t re po rted pri o r to th e award o f Co n t rac t , th e Co nt rac to r s h a ll be d ee me d to have qu o ted th e m o s t ex pe ns ive reso lu t io n of th e co nfli c t. CS-5.4 C OOPE R ATIO N OF C ONTR ACT O R: T he Con tracto r w ill be furni s he d w it h t hree set s of Contr ac t Doc um e n ts a nd s h a ll h a ve ava il a bl e o n th e s ite of th e p ro j ec t at a ll t im es , o ne set of s uc h Con trac t D oc um e nt s. T he Co n trac to r s h a ll g ive to th e wo rk th e cons ta nt atte nt io n neces sa ry to fac ili ta te th e prog ress th e reof a nd s h a ll coo pe rate wi th th e E ng in ee r, hi s in s pe cto r , and o th e r Cont rac t o rs in every poss ibl e way . T h e Contrac to r s ha ll at a ll times h ave compe te nt pe rsonn e l ava il a bl e t o th e proj ec t s it e fo r p ro pe r pe rfo rm ance of th e wo rk . The Co ntractor s ha ll p rov id e and m a int a in at all tim es a t t he s ite of t he proj ect a compe te nt , E ng li s h -s peakin g s u perinte nd e nt a nd a n ass is ta nt wh o a re full y a uth o rized to act a s th e Contrac to r 's age nt o n th e wor k. S uc h s up erinte nde nt a nd hi s ass is ta nt s h all be ca pa ble of readin g a nd unde r st a ndin g t he Co nt ra c t D oc ume nt s a nd s ha ll re ce ive a nd fulfill in s tru ct io ns fr o m th e Owne r , th e E ng in eer , o r hi s a uth o ri zed re presentati ves. Purs ua nt t o thi s res po ns ibility of th e C o ntrac tor, th e C o ntrac to r s h a ll d es ig nate in w ritin g to th e proj ec t s u pe rin te nd e nt , to act as th e Co nt rac to r 's age nt o n th e wo rk . Suc h ass is ta nt proj ec t s up e rinte nd e nt s h a ll be a res id e nt o f T arra nt Co unt y , T exas, a nd s ha ll be s ubj ec t to ca ll , as is th e proj ect s up e rinte nd e nt, a t an y time o f th e d ay o r ni g ht o n a n y day of th e week o n w hi c h the E ng in eer d e termin es th a t c irc um s ta nces re quire th e presence o n th e proj ect s ite of a re prese nt a tiv e o f th e Contrac to r to ad e qu ate ly prov id e fo r th e sa fe t y o r co n ve ni e nce o f th e trav e lin g publi c o r th e ow ne rs of pro pe rt y ac ro ss w hi c h t he proj ect ex te nds o r th e safe ty of th e prope rt y conti g uo us to th e p roj ect routin g . The Contrac to r s ha ll pro v id e a ll fac iliti es to e na bl e th e E n g in eer and hi s in s pector t o examine a nd in s pect t he w o rkma ns hip a nd m a terial s e ntering into th e wo rk . C S -5 .5 E M E RGE N CY AND/OR R E CTIFIC ATION WORK: Whe n , in th e o pini o n o f th e Owne r or E ng in eer , a conditio n of ~m e rge nc y ex is ts re la ted to a ny part of th e work, t he Co nt rac to r , o r th e C o ntrac to r th ro ug h hi s d esig n ate d re pre s e nta ti ve, s h a ll res po nd w ith di s p atc h to a ve rb a l reques t m ad e by th e Owner o r E ng in eer to a ll e vi ate th e e m e rge ncy conditi o n. Suc h a respo nse s h a ll o cc ur d ay o r ni g ht , wh e th e r th e p roj ect is sc he dul ed o n a cale nd a r-d ay o r a wo rk ing -day b as is . S h o uld th e Co nt rac tor fa il to res po nd to a request fro m th e E ng in eer to rec ti fy a r .y d isc re pa nc ies, o mi ss io n s, o r correcti o n nec essar y to co nfo rm w ith th e r equire m e nt s o f th e proj ect s pec ifi cati o n s o r pl a ns, th e E n g in eer s h a ll g ive th e Cont rac tor w ritte n no ti ce th at s uc h wo rk o r c h a nges are to be pe rform ed . The writte n no t ice s ha ll direct atte nti o n to th e CS -5 (2) di sc re p a nt co ndi t io n a nd r eq uest t he Co ntrac to r to take re m e di a l ac ti o n to correct th e cond iti o n . In th e event t h e Co n trac to r does not t ake pos iti ve s te p s to fulfill thi s writte n re qu es t , o r d oes not s hoe just cause for no t tak in g t he proper act ion , w ithin 24 h o urs, th e City m ay ta ke s uc h re m e di a l act io n wi th C it y fo rces o r b y co ntract. T h e Ci ty s h a ll d e duc t a n amo un t eq ua l to t h e e n tire costs fo r s uc h re m ed ia l act io n , p lu s 25 %, fro m a n y fund s due th e Co n trac to r o n th e p roj ect. CS-5.6 FIELD O FFICE: T h e Co n trac to r s h a ll prov id e , at no ex tra co mpe n sati o n , a n adequ ate fi e ld office fo r u se of th e E ng in eer , if s pec ifica ll y ca ll e d fo r. Th e fie ld offi ce s h a ll be n ot less th a n I O x 14 fee t in fl oor a rea, s ub s ta n t ia ll y co nst ru cted , we ll h eate d , a ir conditi o ned, li g h ted , a nd weat h er p roof, so t h at d ocume nt s w ill not b e d a m aged by th e e le m e nts. CS-5 .7 C ONTRUCTION S TA K ES: T h e C it y, th ro ug h it s E ng in eer , w ill furni s h th e Contrac to r w ith a ll lin es, grad es, a nd m easure m e nt s necessar y to th e proper p rosec uti o n a nd co ntrol of th e work cont rac te d u nd e r t hese Co nt rac t D oc ume n ts, a nd lin es, grad es a nd m e a s u re m e n ts will be est a bli s h e d b y mean s of stakes o r o th e r c u s t o mary m e th o d o f m a rkin g as m ay be fo und co ns is te nt w ith good p rac ti ce . T h ese s ta k es o r m arkin gs s h a ll b e se t s u ffi cie ntl y in advan ce of co n s tru ctio n o p eratio n s to avo id d e lay. Suc h s takes o r m a rkin gs as m ay b e esta bli s he d fo r Contrac to r 's use o r g uid a nce s h a ll b e preser ved by t he Co nt ract o r until h e is a u th o r ized b y the E n g in eer to re m ove th e m . Wh e never , in th e o pini o n of th e E ng in eer , a ny stakes o r m a rkin gs h ave b een ca re less ly o r willfull y d es t royed, di s turbe d , o r removed by th e Co ntrac to r o r a ny of hi s e mpl oyees, th e full cost o f re pl ac in g s uc h s ta k es or m a r ks plu s 25 % will be c h ar ged again s t th e Co n tra c to r , a nd th e full a m o unt will be dedu cted fro m p aym e nt du e th e Con tract o r. C S-5.8 AUTHORIT Y A ND D U T IES O F C ITY IN S P ECTOR : C ity In s pector s w ill b e a uth o ri zed to in s p ect a ll wor k d o n e a nd to ·be d o ne a nd a ll m a te ri a ls furni s h e d . Suc h in s pecti o n may extend to a ll o r a n y p a rt of t h e wo r k, a nd th e pre p arati o n o r m a nu fact urin g of th e m ate ri al s to b e u sed o r equipme nt to b e in sta ll e d . A C it y In s pecto r m ay b e s tat ion ed o n t h e work to r e p o rt to th e E n g in eer as to th e p rogr ess of th e work a nd th e m a nn e r in w hi c h it is b e in g pe r fo rme d , to re p o 11 a ny ev id e nce th a t th e m ate ri a ls b e in g furni s he d o r th e w o rk b e in g pe rfo rme d b y the C o nt rac to r fa il s to fulfill th e require m e n ts o f th e Contrac t D oc ume nts, a nd to ca ll t he a tt e nti o n o f t h e Co nt racto r to a ny s uc h fa ilure o r o th er in fr in gem e nts . Suc h in s p ecti o n o r lack of in s pecti o n will n ot re li eve t he Contracto r fro m a ny o bli gati o n t o pe rfo rm th e work in accord a nce w ith th e re quire ments o f th e Con trac t D ocum e nt s . In c ase o f a ny di s pute a ri s in g be tween th e Co ntrac to r a nd th e C ity In spect o r as to th e m ate r ia ls or e quipme nt furni s hed o r the m a nn e r of pe rfo rm ing th e w o rk , th e C it y In spector will h a ve th e a uth o rit y to rej ec t m ateri a ls o r e quipme nt, a nd/o r to s u s pe nd work un ti l th e questi o n at iss ue ca n b e refrrre d to and d ec id e d b y th e E n g in eer. The Ci t y In s pecto r will no t , h o w ever , b e a uth o ri zed to revo ke, a lt e r , e nl ar ge, o r re lease a n y re quire m e n t of th ese Cont ract D oc um e nts, nor to ap p rove or acce pt a ny p o rt io n o r sectio n of th e work, n o r to iss u e a ny in stru ctio n s co ntra ry to t h e re quire me nt s of th e CS-5 (3) Contract Doc um e nt s. The C ity In s pector will in no case act as · s up erintend e nt o r fo re m a n o r pe rfor m a n y o th e r duti es for the Contractor, or interfe re with the m a nagement o r operation of the work. H e will not accept from the Contractor any co mpe nsat io n in any form for pe rformin g a ny duti es . The Contractor s ha ll regard an d obey the directions a nd in s truction s of th e City In spect or or Engineer when th e sa me are consistent with the o bli gat io ns of the Co ntrac t Documents of th e Contract D oc ume nt s, provided , however , should the Contractor object to any orders or in struct io n s or the City In s pector , the Co ntractor m ay within s ix days make written a ppea l to th e Eng in eer for hi s deci s io n on th e matter in Controversy. CS-5 .9 JNSPECTION : T he Contractor s h a ll furni s h the E ngi neer with every reaso nab le fac ilit y for ascerta inin g whether or not th e work as performed is in acco rd a nce with the req uirement s of the Contract Documents. If the Engineer so re qu ests , the Contractor s ha ll , at any time before acceptance of the work, re m ove or uncover s uc h portion of the finished work as may be directe d . After examin ation , the Contractor s h a ll restore sa id portions of th e work to the sta ndard re quire d by the Contract Documents. Should the work exposed or exam in e d prove acceptable, the uncovering or removing a nd replaci ng of th e covering or m aking good of th e pa1t s rem o ved s h a ll be paid for as ex tra work, but s h o uld Work so ex po sed or examined prove to be un acce ptabl e, the un cove rin g or re movin g a nd re placing of a ll adjacent defec ti ve or damaged parts s hall be at the Contractor's ex pe n se . N o work s hall be done or m ateria ls use d without s uit a bl e s up er vi sio n or in s pection . CS -5 .10 R EMOVAL OF EDEFCTIVE AND UNAUTHORIZED WORK :AII work , material s, or e quipment which h as been rejected s ha ll be reme died or remove d a nd replaced in a n acceptable manner by the Contractor at this ex pe nse. Work don e beyond the lin es and grade s g iv en or as s hown on the pl a n s, except as h e re in specially provide d , or any Ex tra Work d o ne without written a uthority , will be co nsi d ered as un a uthori zed a nd done at the expense of the Contractor and will not be paid for by the O w ne r. W o rk so done may be o rd ered removed at the Contractor's expense. Upon the failure o n the part of the Contractor to comply with a ny order of th e Engineer made under th e provisions of this pa ragraph , the Engineer will hav e the a uthority to cause d e fectiv e work to be remedied or removed and re placed and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become du e tot he Contractor. Failure to require the removal of a ny d e fective or unauthorized work s hall not co nst itute acceptance of s uch work . CS-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law, ordinance, codes or regulations permit Contractor to furni sh or use a s ub s titut e that is equal to any materia l o r equipme nt specified , a nd if Contractor wishes to f urni s h o r use a proposed ,;ub s titute, he s hall , prior to the precon s tru ction conference, make written a ppli cat io n to ENGINEER for approval of s uch s ub s titute cert ify in g in w riting that th e proposed s ub st itute will perform adequately th e function called for by the ge nera l d es ig n , · be si milar and of eq ual s ub stan ce to that s pecified a nd be su it ed to the same use a nd C5-5 (4) ca pa bl e of pe rfo rmin g th e sam e fun c ti o n a s th at s pec ifi e d ; a nd id e ntify in g a ll va riation s o f th e pro posed s ub s titute fr o m th at s pecifi e d a nd indic a tin g ava il a bl e m a inte na nce servi ce. N o s ub s titute s h all be o rd ere d or in s t a ll e d w ith o ut writte n a pp rova l o f E ngi nee r wh o will be th e judg e of th e e qu a lit y a nd m ay require Co nt racto r to furni s h s uc h o th e r d at a a bo ut th e p ro po s e d s ub s titute a s he co ns iders pe rtin e nt. N o s ub st itute s h a ll be o rd e re d o r in s t a ll e d w ith o ut s uc h pe 1fo rm a nce g uara ntee a nd bo nd s as O w ne r m ay re quire w hi c h s h a ll be furni s he d a t Co ntr ac t o r 's expense. Co nt rac to r s h a ll ind e mnify a nd ho ld h a rml e ss O wner a nd E n g in eer a nd a n yo ne d irect ly o r indirectl y e mpl oyees b y e it he r of th e m fr o m a nd aga in s t t he cl a im s , d a m ages , lo ss e s a nd ex pe nses (in cl udin g atto rn eys fees) a ri s in g o ut o f th e us e o f s ub s titu te d m ate ri a ls o r equipme n t. CS -5 .12 SAMPLE S A ND T E STS OF M A T E RIA LS : Whe re , in th e o pini o n o f th e E ng in eer , o r as ca ll e d for in th e C o nt ract D oc um e nt s, tes t s of ma te ri a ls o r equipme nt a re necessar y, s uc h tes ts w ill be m ad e a t th e ex p e n se o f a nd pa id fo r direc t to th e testin g agency by th e O w ne r unl ess o ther wi se s pec ifi ca ll y prov id e d . The fa ilure of t he O w ne r to m a k e a n y tests o f m a te ri a ls s hall in no way re li eve th e contrac to r of hi s res po ns ibilit y of furni s hin g m a te ri a ls a nd e qui p m e nt full y co n fo rming to th e require m e n ts of th e C o ntra ct D ocume nt s. T es ts a nd sa mplin g o f m ateri als , unl e s s o th erw ise s pec ifi e d , w ill be m ad e in acco rd a nce w ith t he la test me th o d s presc ribe d b y t he A me ri can S oc ie ty fo r T es tin g M ateri a ls o r s pec ifi c r e quire m e nt s of the O w ne r. T he Co ntractor s h a ll provide s uc h fac iliti es as th e E ng in eer m a y require fo r co ll ectin g a nd fo rw ardin g sa mpl es a nd s h a ll no t , with o ut s pec ifi c writte n pe rmi ss io n of the E ng in eer , use mate ri a ls r e presente d b y th e sa mpl es until test s h ave been m ad e a nd th e m ateri a ls a ppro ve d fo r use . The Co ntrac to r w ill furni s h a d e qu a te sa mpl es with o ut c ha rge to th e O w ner. In case of con c re te , th e aggregates, d es ig n minimum , and the mi x in g a nd tra n s po rtin g e quipme nt s h a ll be a pproved by th e E ng in eer befor e a ny co nc re te is pl aced , a nd th e Cont rac to r s h a ll be res po ns ible fo r re pl ac in g a ny co nc ret e whi c h d oes no t m eet th e require m e nt s o f th e C o ntrac t D oc ume nt s . T est s s ha ll be m ad e at leas t 9 d ays pri o r to th e pl acin g of con c re te , us in g sa mpl es fr o m th e sa me agg regate, ce m e nt , a nd morta r wh ich a re t o be used la te r in th e c oncre te. Sh o uld t h e so urce of s uppl y c ha nge, ne w test s s ha ll be m ad e pri o r to th e use of n e w m a teri a ls . C S-5 .13 STORA G E OF MATERIALS : A ll m ateri a ls whi c h ar e to be used in th e con structi o n con tract sh a ll be s to re d so as to in s ure th e preserv ati o n of qua lit y a nd fitn ess o f th e work . Whe n directe d by th e E ng in eer , th ey s ha ll be pl aced o n wood e n pl a t fo rm s or o th e r ha rd , cl ean du ra bl e s urfaces a nd no t o n t he gro un d , a nd s ha ll be p laced unde r c o ve r wh e n directe d . Sto re d m a te ri a ls s ha ll be pl aced a nd locate d so as to fac ilita te prompt in s pecti o n . CS-5 .14 EXISTJNG S T R UCTUR E S A ND U TILITIB S : The locati o n a nd dime ns ion s s how n o n th e pl a n s re la ti ve to th e ex ist in g utili t ies a re b ased o n th e b es t in fo rmati o n avail a bl e . Omi s s io n fr o m , th e inclu s io n of utilit y locati o ns o n th e Pl a ns is no t to be con s id ere d as no nex iste nce of, o r a d efin it e locat io n of, ex is tin g und e rg ro und utiliti es . The locat io n o f m a n y gas m ain s , water m a in s , co nduits , s ewer lin es a nd ser v ice lin es fo r CS -5 (5 ) all utilities , etc., is unknown to the Owner, and the Owner assumes no responsibility for failure to s how any or all s uch structures and utilitie s on the plans or to show them in their exact location . It is mutually agreed that s uch failure will not be considered s ufficient basi s for claims for additional compensation for Extra Work or for increasing the pay quantities in any manner whatsoever, unless an obstruction encountered is suc h as to neces s itate changes in th e lines and grades of considerable ma g nitud e or requires the building of s peci a l works, provi s ion of which is not made in these Contract Documents, in which case the provi s ion in these Contract Documents for Extra Work shall apply. It s hall be th e Contractor 's re s pon s ibility to verify lo cat ion s of the adjace nt and/or conflicting utiliti es s ufficiently in advance of construction in order that he may negotiate s uch loca l adju st m e nts as necessary in the construction process to provide adequate clearances. The Contractor shall take all neces sary precauti o ns in order to protect all existing utiliti es, s tructures, and se rvice lines. Verification of existing utilities, structures, and service lines shall include notification of all utility companies at least forty-eight ( 48) hours in advance of construction including exploratory excavation if necessary . All verification of utilities and their adjustment s hall be considered s ubsidi ary work. CS-5.15 INTERRUPTION OF SERVICE: a. Normal Prosecution : In the normal prosec ution of work where the interruption of service is neces sary , the Contractor, at lea st 24 hours in advance, shall be required to : I . Notify the Water Department 's Distribution Divi s ion as to location , time, and schedule of service interruption . 2 . Notify each customer personally through responsible personnel as to the time and schedule of the interruption of their se rvice, or 3. In the event that personal notificat ion of a customer cannot be made, a prepared tag form shall be attached to the customer's door knob . The tag shall be durable in composition, and in large bold letters shall say: CS-5 (6) ''NOTICE" D ue to Utility I m p rove m e nt in yo u r ne ig hbo rh ood , yo ur (water) (sewer) service w ill be int errupt e d o n ____ _ betwee n the h o urs of a nd ___ _ T hi s in co n ve ni e nce w ill be as s ho rt as poss ibl e. T h ank You, Co n trac to r A ddress Ph o ne b . E m e r ge ncy: In th e eve nt th at a n un fo reseen ser v ice inte rrupti o n occur s , n o tice s h a ll be as a b ove, bu t imme di ate. CS-5 .16 M U T UAL R ES P O N S IBII..JTY O F CONTR ACTOR S : If, t h ro ug h ac t or neg lect o n th e part of th e Cont rac tor, o r a n y o th er Con tractor o r any s ub-co ntracto r s h a ll s u ffe r l oss o r d a m age of th e wo r k , the Co ntractor agrees to settl e w ith s uc h othe r Con tracto r o r s ub -cont ractor by agree me nt o r arbi tratio n . If s uc h o th e r Con tractor or s ub- contractor s h a ll asse rt a n y cl a im aga in st th e ow ne r o n acco unt of d a m age a ll eged to h ave been s u s t ai ne d , th e ow ne r w ill n ot ify th e Co nt ractor, w h o s ha ll ind e mni fy a nd save h a rml ess th e ow ne r aga in s t a ny s uc h cla im . CS-5 .17 C L EA N -UP : C lea n-up of s urplu s a nd/or waste m a te ri a ls acc umul ate d o n th e j o b s ite during th e p rosecuti o n of th e work und er t hese Co ntrac t D oc ume nt s s h a ll b e acco mpli s h e d in k ee pi ng w ith a d a il y routine esta bli s he d to th e sati sfactio n of th e E n g in eer. T went y-fo ur (24) h o urs afte r w ritte n no ti ce is g ive n th e Contractor th at th e cl ean-up o n th e j o b s ite is p roceeding in a m a n ne r un satisfactory to th e E ng in eer , if th e Contrac to r fa il s to correct th e un satisfact o r y p rccedure, t he C ity may ta ke s uc h di rect acti o n as th e E n g ineer d eem s a ppro pri ate to correct th e cl ea n -up d e fi c ie ncies cited to th e C o ntrac tor in th e writte n n o tic e , a nd th e cost s o f s uc h di rec t ac ti o n , plu s 25 % of s uc h cost s , s h a ll b e d e duc te d fro m th e m o ni es due o r to becom e due to th e Co ntracto r. U p o n t h e co mpl etio n of th e proj ect as a w h o le as covered b y th ese Co nt ract D oc ume nt s , a nd b efor e fin a l acce pta n ce a nd fin a l p ay m e n t w ill be m ad e , th e Co nt rac tor s h a ll cl ean a nd re m o ve fro m t h e s it e of t he p roj ect a ll s u rp lu s a nd di scard e d m ateri a ls, te mporar y s tru c tures, a nd de bri s o f every kind . H e s h a ll leave th e s ite of a ll work in a neat a nd o rd e rl y conditi o n eq u a l to th at w hi c h o ri g in a ll y ex iste d . S urplu s an d was te m ateri a ls re m oved fro m th e s ite of t he work s ha ll b e di s p osed o f a t locati o ns satisfacto ry to th e E n g in eer. The Co ntracto r s h a ll th o rou g hl y clean a ll eq uipm e nt an d ma te ri a ls in stall e d b y him a nd s h a ll deli ver over s uc h m a te ri a ls a nd e quipme nt in a b ri g ht , c lean , p o li s h e d a nd new a ppearin g condi t io n . N o ex t ra compe n sati o n wi ll b e m ade to t h e Con trac to r fo r a n y cl ean -u p re quire d o n th e p roj ect. CS -5 (7) CS-5.1 8 FINAL INSPECTION : Whenever th e wo rk provided fo r 111 a nd c o nt e mpl a te d und e r th e Contrac t D o cuments h as bee n s ati s factorily compl e te d a nd fin a l clean-up pe rform e d , th e Eng in ee r will notify th e prope r offici a ls of th e Owne r a nd requ es t th a t a Fin a l In s pec ti o n b e mad e. Su c h in s pection will be m a d e within 10 d ays a ft e r s uc h no tific a ti o n . Afte r s u c h fin a l in s pec tion , if th e work a nd m ate ri a ls a nd equipme nt a re fo und sati sfact o ry, th e C o nt rac to r will be notifi e d in writin g o f th e acce pta nc e of th e sa m e afte r th e prope r reso luti o n has b ee n p assed b y th e C it y C o un c il. N o tim e c h arge w ill b e m a d e aga in st th e Co nt ractor be t wee n said date o f notifi cati o n o f th e E ng in eer a nd th e d a te of fin a l in s p ecti o n of th e work . CS -5 (8) . P A RT C -GEN E RAL C ONDITIONS C6-6 LEGA L R E L ATIONS AND PUBLIC R E SPON SIBILITY S E CTION C 6 -6 L E GAL R E L ATION S A ND PU BLJ C R E SPONSIBILITY C6-6 . l LAWS TO BE OBS E RVE D :Th e Co ntrac to r s h a ll a r a ll tim es o bserv e a nd co mpl y with a ll F e d eral a nd Sta te L aws a nd C it y o rdin a nces a nd regul a ti o ns w hi c h in a ny way affec t th e condu c t o f th e wo rk o r hi s o perati o ns, a nd s ha ll o b ser ve a nd co mpl y with a ll o rd er s, la w s, o rdin a nces a nd reg ul a ti o ns w hi c h ex is t o r w hi c h m ay be e nac ted later by bo di es ha vin g juri sdi ctio n o r a uth o rit y fo r s uc h e nactm e nt. No pl ea o r mi s und e rs ta ndin g o r ig nora nce th e reof will be co ns id e re d. T he Co ntrac to r a nd hi s S ure ti es s h a ll .ind e mni fy a nd save h a rml ess th e C it y a nd a ll of it s o ffi cers, age nt s, a nd e mpl oyees ag ain s t a ny a nd a ll cl a im s o r li a bility ati s in g fr o m o r based o n the v io la ti o n of a ny s uc h la w , o rdin a nce, reg ul ati o n , o r o rd e r , whe th e r it be by him se lf o r hi s e mpl oyees. C6-6 .2 P E RMlTS AND LICE NS E S : Th e Cont rac to r s h a ll proc ure a ll pe rmi ts a nd li cen ses, pay a ll c harges, costs a nd fees, a nd g i ve a ll notices necessary a nd in c id e nt to th e due a nd law ful prosec ution o f th e wo rk . C 6-6.3 P A T E NTED DEVICE S, M AT E RIALS, A ND PROCES SES : If th e Contractor is requi red o r d esi res t o use a ny d esig n , d ev ice, m ate ri a l , o r process co vere d b y le tt e r , p a te nt , o r co pyri g ht , h e s h a ll pro vid e fo r s uc h use by s ui ta bl e lega l agr ee me nt with th e pa te nt ee o r o wn e r of s uc h p ate nt , le tte r, o r co p yri g hte d d es ig n . I t is mutu a ll y a g reed a nd und er stood th at without exce pti o n th e co ntract price s h a ll includ e a ll ro yalti es o r cost a ri s in g from pate nt s, trade m ark s, a nd co py ri g ht s in a ny way in vo lv ed in th e work . The Con t rac t o r a nd hi s sure ti es s hall ind e mni fy and s a ve h arml ess th e Owne r fr o m an y a nd a ll cl a im s fo r infringement b y re ason of th e use o f a ny s uc h tr ad e -m a rk o r co pyri g h t in conn ec ti o n with th e wo rk ag reed to be pe rfo rm e d und e r th ese Co nt ra c t D ocume n ts, a nd s h a ll ind e mni fy th e Owne r fo r a ny cos t , ex pe nse, o r d a m age whi c h it m ay be o bli ged to pay b y reason o f s uch infringe m e nt a t a ny time d urin g th e pro sec uti o n of th e work o r aft e r co mpletion o f th e w o rk , provided , h o w e ve r , th a t th e O w ne r w ill ass ume th e res po n s ibilit y to d e fe nd a n y a nd a ll s uits broug ht fo r th e infrin ge m e nt of an y pate nt cl a im e d to be infrin ge d upon th e desi g n , type o f co n s tru c ti o n o r m ate ri a l o r equipme nt s pec ifi e d in t h e C o ntrac t D oc ume nts furni s h ed th e Co ntrac to r b y the Owne r , a nd t o ho ld th e C ontrac tor h a rml ess on acco unt o f s uc h s uit s . C6-6.4 S A NITARY PROVISIONS : T he Co nt rac to r s ha ll est a bli s h a nd e nfo rce a mon g hi s e mpl o yees s uc h regul a ti o ns in regard to c leanlin ess a nd di s posa l o f garb age a nd was te as w ill te nd to pre ve nt th e in ce pti o n a nd s pread of infecti o us o r cont ag io us di seases a nd to effectiv e ly prevent th e c reati o n of a nui sa nce a b o ut th e wo rk on a ny p ro pe 11 y e ith e r publi c o r priv a te, a nd s uc h reg ul a ti o n s as a re requi re d b y Law s h a ll be put int o imm e di ate fo rce a nd e ffec t b y th e Co ntra c to r. The necessar y sa nita r y co n ve ni e nces fo r use o f la bo re r s o n th e w o rk, p ro pe rl y sec lud ed fr o m publi c o bser va ti o n, s h a ll be con s tru cted a nd m a inta in e d by the Co ntrac to r a nd th e i r use s ha ll be s trictl y e nfo rced by C6-6( I ) th e Co ntrac to r. A ll s uc h fac iliti es s h a ll be k e pt in a c lea n a nd sa nita ry co nditi o n, fr ee fr o m o bj ec ti o na bl e o dors so as not to ca use a nui sa nce. A ll sanitar y la w s a nd reg ul a ti o ns o f th e Sta te o f T exas a nd th e C it y s h a ll be s tri ctl y co mpli e d w ith . C6-6.5 P U BLIC SAFE TY AND CONVE N IE N CE: M a te ri a ls o r e quipm e nt s to re d a bo ut th e wo rk s h a ll be pl aced a nd used , a nd the wo rk s h a ll a t a ll times be s o co nd ucte d , as to cau se no g reate r o b stru c ti o n o r in co n ve ni e nce to th e publi c th a n is co n s ide re d to be a bso lute ly nec essa ry b y th e E ng in eer. T he Co n trac tor is req uired to m a in ta in at a ll tim es a ll ph a ses o f hi s wo rk in s uc h a m a nn e r a s no t to impa ir t he sa fety o r co n ve ni e nce o f th e publi c , includin g , but no t limite d to , safe a nd con ve ni e nt in g ress a nd eg res s to th e p ro pe rt y conti g uo us to t h e w o rk a rea. Th e Cont rac to r s h a ll m a ke a d e qu a te p rov is io ns to re nder reaso na bl e in g ress a nd egress fo r no rm a l ve hi c ul a r traffic , exce pt durin g actu a l tre nc hin g o r pip e in s ta ll ati o n o pe rati o n s, at a ll dri veway c ro ss in gs . Su c h provi s ion s m ay include brid g in g, pl ace m e nt o r c ru s he d stone o r grave l o r s uc h o th e r m eans of pro v iding prope r in gre ss a nd egress for th e prope rt y served by th e driv e w ay as the E ng in eer m ay a ppro ve as appropri a te. Suc h other means m ay include th e div e rs io n o f dri veway t ra ffi c , w ith s pec ific a pprov al b y th e E ng in ee r, If div e rs io n o f traffic is a pprov e d b y th e E ng in eer a t a ny lo cati o n , th e Co ntrac to r m ay m ak e arra n gem e nts sati s fa c to ry t o th e E n g in eer fo r th e div e rs io n o f tra ffic , a nd s ha ll , a t hi s ex pe nse , prov id e a ll m ate rial s a nd pe rform a ll w o rk necessary fo r th e co nstru c ti o n a nd m a inte na nce of ro a dw ays a nd bri dges fo r s uc h di ver s io n o f traffi c. S id ewa lk s mu s t n o t be o bs tructe d e x cept by s pec ia l pe rmi ss io n of th e E ng in eer. T he m a te ri a ls excavate d a nd th e co ns tru c ti o n m a te ri a ls s uc h as pipe used in con s tru c ti o n of th e w o rk s h a ll be pl aced so as no t t o e nd a n ger th e work o r prevent free access to a ll fire hyd rant s, fire a larm bo x es, p o li ce ca ll boxes, w ate r valves, gas valves, o r m a nh o les in th e v ic inity. The O w ner reserves th e ri g h t to r e me dy a ny neglect o n th e pa rt o f th e Co nt rac to r as regard s to public co nv e ni e nce a nd safety wh ic h m a y co m e to it s a tt e nti o n , after t we nt y-fo ur h o ur s n o ti ce in writing to th e C ontrac to r , save in cases o f e m e rge ncy wh e n it s h a ll ha ve th e ri g ht to re m e d y a ny neglec t w ith o ut no ti ce, a nd in e ith e r c ase, th e cost of s uc h wo rk o r m a te ri a ls furni s he d by th e Owne r o r b y th e C ity s h a ll be d e du c te d fr o m th e m o ni es du e o r to becom e du e to th e C ontractor. The C ontracto r , a ft e r a pprov a l of th e En g ineer , s h a ll n o tify th e Fire D e p artme nt H eadqu a rt e rs, Traffi c E ng in eer , a nd P o li ce D e pa rtme nt , w he n a ny s treet o r a ll ey is r e ques te d to be cl osed o r o b stru c te d o r a ny fir e h y drant is to be m ad e in accessibl e, a nd w h e n so direc te d by th e E n g in eer , s h a ll keep a ny s treet , s treets, o r hi g hw ays in c onditi o n for un o b s tru c te d use b y fire a pp aratu s. The C ontra ctor s ha ll promptly not ify th e Fire D e pa1tm e nt H eadqu a rt e rs wh e n a ll s uc h o bs tru c te d s treets , a ll eys , o r h yd ra nt s a re pl aced bac k in ser v ice . Whe re th e Contractor is require d to cons tru c t te mporary brid ges or m a k e o th e r a rr a nge m e nt s fo r cross in g o ve r d it c h es o r s tream s, hi s res po ns ibility for acc id e nt s in co nn ec ti o n with s uc h c ro ss in gs s hall include th e road way a pp roac hes as well as th e s tru c tures of s uc h cross in gs . C6-6(2) The Contractor s hall a t a ll time s co ndu c t hi s operation and use of construction machinery so as not to dam age or d estroy trees an d sc rub s located in clo se proximity to or on the s ite of th e wo rk . Wherever a ny s uc h damage may be don e , the Contractor s hall immediate ly satisfy all claims of property owners , and no payment will be mad e by the Owner in settlement of s uch claims . The Contractor s hall file with the Engineer a written statement showing a ll such claims a dju sted . C6-6 .6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS , AND RIGHT-OF-WAY : For the pe rformance of th e contract, the Contractor wi II be permitted to use a nd occupy s uch portions of th e publi c street s a nd alleys, or other public places or other ri g hts-of-way as provide d for in the ordinances of the City, as shown in the Contract Documents , or as may be s pecifically authorized in writing by the Engineer. A reasonable amount of tools , materials , and equipment for construction purposes may be stored in such space, but no more than is neces sary to avoid delay in the construction operations. Excavated and waste material s shall be piled or staked in such a way as not to interfere with the us e of s paces that may be des ignated to be left free and unob s tructed and so as not to inconvenience occupants of adjacent property . If the street is occupied by railro a d tracks, th e work shall be carried on in s uch manner as not to interfe re with the operation of train s , loading or unloading of cars, etc. Othe r contractors of the Owne r may, for all purposes required by the contract, e nter upon the work a nd premises used by the Contractor and s hall be provided all reasonabl e facilities and assistance for the completion of adjoining work. Any additional gro und s de s ired by the Contractor for his use shall be provided by him at hi s own cost and expense. C6-6 .7 RAILWAY CROSSINGS : When the work encroaches upon any ri g ht-of-way of any railroad, the City will secure the necessary easement for the work. Whe re the railroad tracks a re to be crossed, the Contractor shall observe all the regulation s and in s tructions of the railroad company as to the methods of performing the work and take all precautions for the safety of prope11y and the public. Negotiation s with the railway companies for the permits s hall be done by and thro ugh the City . The Contractor shall give the City Not ice not le ss than five days prior to the time of hi s intentions to begin work on that portion of the project . which is related to the railway prope11ies . The Contractor will not be given extra compensation for such railway crossings unless specifically set forth in the Contract Documents. C6-6.8 BARRICADES, WARNINGS AND WATCHMEN : Where the work is carried on in or adjacent to any street, alley, or public place , the Contractor s hall at his own expense furni s h , erect, and maintain such barricades, fences, li g ht s, and dan ge r signals, s hall provide s uch watchman, and shall take a ll s uch other precautiona ry meas ure s for the protection of perso ns or property and of the work as are nec essary. BaiTicades and fences shall be painted in a color th at wi!-1 be visible at night. From s un set to sunrise the Contractor shall furni s h and maintain at least one easily visible burning light at each barricade . A sufficient number of barricades s hall be e recte d and maintained to keep pedes trian s away from , and vehicles from bein g driven on or into , any work under C6-6(3) c on s tructi o n o r be in g m a inta in e d . Th e C o ntractor s h a ll furni s h watchme n a nd kee p the m at th e ir res pec tiv e ass ig nm e nt s in s uffi c ie nt numbe r s to prot ec t th e work a nd prevent acc id e nt o r d a m age . All in s ta ll a ti o ns a nd procedures s ha ll be c on s is te nt w ith pro v is io ns set fo rth in th e "198 0 T e x as Manu a l on Uniform Traffic Control D e vices fo r Streets a nd Hi g hw ays" iss ue d under th e a uthori ty o f th e "S ta te o f T e x as U niform Ac t R egul a tin g T ra ffi c o n Hi g hw ays", codifi e d a s A rti c le 6701d V ero n 's C ivil Sta tu es , pe 1t in e nt secti o n be in g S ec tion N os. 27 , 29, 30 a nd 3 1. The _Contracto r will n o t re m o ve a ny re g ul atory s ig n , in s tru ction a l s ig n , s tr eet na me s ig n, o r o th e r s ig n whi c h has been e rec te d by th e City . If it i s d e te rm'in e d th a t a s ig n mu s t be re m oved to pe rmit re quired c onstru c tion, th e Contracto r sh a ll contact th e Tran s po rtati o n a nd Publi c W o rks D e p a t1m e nt , Si g ns a nd Markings Di v is ion (phon e number 871 -8 0 7 5 ), to remove th e s ig n. In case o f reg ul ato ry s ig n s , th e C o ntracto r mu s t re pl a ce th e pe rma ne nt s ig n with a te mpo rary s ig n me e tin g th e requirements of th e abov e re fe rred manu a l a nd s uc h te mp o rary s ig n mu s t be in s tall e d prior to the re m o val of the permane nt s ig n . If the te mp o rar y s ig n is no t in s ta ll e d correctl y o r if it does not m eet th e require d s pecifi cat io n s, th e pe rma ne nt s ig n s hall be le ft in place until the te mp o rary s ig n re quire m e nt s a re m e t. When con s tructi o n work is comple te d to th e e xtent th at th e pe rma ne nt s ig n c an be r e - in s ta ll ed , th e Con trac to r s h a ll aga in c ontact th e Signs a nd Markings Di v isi o n to re-in s ta ll th e pe rm a ne nt s ig n a nd s ha ll lea ve hi s te mp o r ary s ig n in pl ace until s uc h re-in s ta ll a ti o n is co mpl e te d . The C ontrac to r will be he ld res po ns ible fo e a ll dam age to th e work or th e public du e to failure of barric ades, s ig ri s , fenc es, li g hts, or watchme n to protect th e m . Whe never evide nce is found of s uc h d a m age to th e work th e E ng in eer m ay orde r th e d a m aged po11ion imme di a tely rem o ved and repl aced by th e Contrac tor at th e C o ntra c to r 's own e xpe nse . The Contrac tor's res po ns ibilit y for th e m a inte na nc e of barri cade s , s ig n s , fe nces a nd li g ht s, a nd fo r providing w atc hm e n s hall not c ease until the proj e ct s ha ll h ave been c omple ted and ac cepte d by th e Owne r. No c o mpe nsation , ex cept a s s pec ifi cally provided in th ese Contract Docume nt s , will be pa id to the Contracto r for th e Work a nd mate rial s involved in th e cons tructing , prov idin g, a nd m a inta inin g o f ba rri cad es, s ig ns , fen ces, and li g ht s o r salaries o f wa tc hm e n , fo r th e s ub sequ e nt re m o val a nd di s po sa l o f s uc h barri cade s, s ig n s , or for a ny othe r in c id e nt a ls nece ssary fo r th e prope r protection , safe ty , and c o nv e ni e nc e o f th e public durin g th e contrac t pe ri o d , as thi s w o rk is con s idere d to be s ub s idiary to th e se vera l it e m s fo r w hi c h unit o r lump s um pri ces a re re qu es te d in th e Proposal. C 6-6 .9 US E OF E XPLOSIV E S , DROP WEIGHT, ETC.: Should the C o nt rac to r e le ct to use ex pl os ives, .drop we ig ht , e tc., in th e pro secution o f the work, th e utmo s t care s ha ll be e xe rc is ed a t a ll tim es so as no t to e nd a nge r life or prope t1y. The Co ntracto r s h a ll no ti fy th e prope r re present a tiv e o f a ny public se rvic e c orpora ti o n , a n y c o mpa ny, indi v idu a l, o r utility , a nd the Owne r , no t less th a n twenty-fo ur hours in a d van ce o f th e use o f a ny C 6 -6 (4 ) activity which might damage or endanger their or hi s property along or adjacent to the work. Where the use of explosives is to be permitte d on the proj ect , as specified in the Special Conditions Documents, or the use of ex plo s ive s is requ es ted , the Contractor shall s ubmit notice to the Engineer in writing tw e nty-four hours prior to commencing and shall furni s h evidence that he ha s in s urance coverage to protect against any d a mages and/or injuries arising out of such use of explosives . C6-6. IO WORK WITHIN EASEMENTS: Wh ere the work passes over, throu g h , or into private property, the Owne r will provide such right-of-way or easement privileges, as the City may deem nece ssary for the pro sec ution of the work. Any additional ri g hts-of-way or work area considered nece ssa ry by the Contractor s hall be provided by him at his expense. Such additional rights-of-way or work area shall be acquired for the benefit of the City. The City shall be notified in writing as to th e rights so acquired before work begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property . The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner ha s been secured in writing by the Contractor and a copy furnished to th e Engineer. Unl ess specifically provided otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosec uti o n of th e work as a part of the project construction operations. The Contractor s h a ll be respo n s ible for the preservation of and s h a ll use every precaution to prevent damage to , all tress, s hrubbe ry , plant s, lawns , fence s, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole line s, or appurtenances thereof, including the construction of temporary fences a nd to all other public or private property adjacent to the work . The Contractor shall notify the proper representativ es of the owners or occupants of the public or private lands of intere s t in lands which might be affected by th e work. Such notice shall be made at least 48 hours in advance of the beginning of the work . Notices shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the work . The Contractor s hall be re s pon s ible for all damage or injury to property of any character resulting from any act, omission, neglect, or mi sconduct in the manner or method or execution of the work , or at any time due to defective work, material, or equipment. When and where any direct or indirect or injury is done to public or private property on account of any act, omission, ne g lect , or misconduct in the execution of the work, or in . consequence of non-execution thereof on the part of the Contractor, he s hall restore or have restored as his cost and expense such prope11y to a co ndition at leas t equal to that existing before such damage or injury was don e , by repairing, rebuildin g, or otherwise C6-6(5) replacing and restoring as may be directed by the Owner, or he shall make good such damages or injury in a manne r acceptab le to the owner of the property and the Engineer. All fences e ncountere d and removed during construction of thi s proj ec t s hall be re s tored to the original or a better than original condition upon completion of this proj ect. Wh en wire fencing , e ither wire mesh or barbed wire is to be crossed , the Contractor shall set cross brace posts on either s ide of th e permane nt easement before the fence is c ut. Should additional fence cuts be necessary, the Contractor s hall provide cross-braced post s at the point of the proposed cut in addition to th e cross braced po s t s provided at th e permanent easem e nt s limits, before the fence is c ut. Temporary fencing s hall 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 preve nt livestock from entering the construction area . The cost for fence removal, temporary closures and replacement shall be s ubsidiary to the various items bid in the project proposal. Therefore, no separate payment s hall be allowed for any se rvice associated with thi s work. In case of failure on th e pa11 of the Contractor to restore such property or to make good such damage or injury , the Owner may , upon 48 hour written notice under ordinary circumstances , and without notice when a nuisance or hazardous condition result s, proceed to repair, reb uild , or otherwise re s tore such prope rty as may be determined by the Owner to be nece ssa ry , and the cost thereby ';Viii be deducted from any moni es du e to or to become due to the Contractor under this contract. C6.6. I I INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that the Contractor shall perform all work and services hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the Owner. Contractor s hall have exclusive control of and exclusive right to control the detail s of all work and services performed hereunder, and all person s performing the same, and shall · be solely responsible for the acts and omissions of its officers , agents , servants, employees, contractor, subcontractors, licensees and invitees. The doctrine of respondeat superior shall not apply as between Owner and Contractor, its officers, agents, employees , contractors and · subcontractors , and nothing herein shall be construed as creating a partnership or joint enterprise between Owner and Contractor. C6-6 .12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS : Contractor covenants and agrees to , and does hereby indemnify, hold harmless and defend Owner, its officers, agents, servants, and employees from and against any and all cl a ims or s uits for property damage or loss and/or personal injury, including death , to any and all perso ns, of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, it s officers, agents , employees, contractors , s ubcontractors, li cen sees or invite es, whether or not caused, in whole or in apa11 , by alleged negli ge nce on the pa11 of officers, agent s, employees , contractors, subcontractors, licensees or invitees of the C6-6(6) O w ne r ; a nd sa id C o nt rac to r d oes he reby cove na nt a nd agree to ass um e a ll li a bility a nd r es po ns ibility o f O w ne r, it s office rs, age nt s, ser va nt s, a nd e mpl oyees fo r prope1t y d a m age o r los s, a nd/o r perso na l injuri e s , in c lu d in g death , to a n y a nd a ll pe r s o n o f wh a tsoever kind o r c harac te r , wh e th e r rea l o r assert e d , a ri s in g o ut o f o r in conn e cti o n with , dire ctl y o r indirec tl y , th e wo rk a nd se rv ices to be p e rfo rm e d he re und e r b y th e Co ntr ac to r , it s offi cers, agent s , e mpl oyees , cont rac to r s, s ub cont rac to rs, li ce nsees o r in v it ees , w he th e r o r no t ca used , in wh o le o r in a pa rt , b y a ll eged negli ge nce of o ffi ce rs , agent s, e mpl o yees, co nt rac to rs , s ub con tr ac to rs , li ce nsees o r in v it ees o f t he Own e r. Co n tracto r likew ise cove nan ts a nd ag rees to , a nd doe s he re b y, ind e mni fy a nd ho ld ha rml ess Owne r fr o m a nd again s t a ny a nd a ll injuri es , lo s s o r d a ma ges to prope n y o f th e Owne r durin g th e pe rform a nce of a ny of th e te rm s a nd cond iti o n s of t hi s Co nt rac t , wh e th e r a ri s in g o ut of o r in co nn ecti o n with o r res ultin g fr o m , in w ho le o r in a p a rt , a ny a nd a ll a ll eged act s of o mi ss io n of o fficer s, age nts, e mpl oyees, co ntrac tors , s ub contracto rs , I ice nsees , o r invitees of th e Owne r. In th e e ve nt a writte n cl a im fo r d a m ages aga in s t th e con t ra c to r or it s s ub c ontra cto rs re m a in s un settl e d a t th e tim e a ll wo rk o n th e proj e c t has been c o mpl e ted to th e sati sfacti o n of th e Director of th e W a te r D e pa rtm e nt , as ev id e nced by a fin a l in s pecti o n , fin a l paym e nt to th e C o ntrac tor s h a ll no t be recomme nd ed to th e Direc to r o f th e W ate r D e p ai tme nt fo r a p e ri o d o f 30 d ays afte r th e d a te of s uc h fin a l in s pecti o n , unl ess th e Cont racto r s h a ll s ubmit wri tte n ev id e nce sati sfacto ry to th e Direc to r th a t th e c la im has bee n se ttl ed a nd a re lease h as bee n o bta in e d fro m th e c l a im a nt in vo lved . If th e cl a im s concern e d r e m a in s un settl e d as o f th e ex pi ra ti o n of th e a bove 3 0 -d ay pe ri o d , the C o ntrac to r m ay be d ee m e d to be e ntitl e d to a semi-fi na l paym e nt for w o rk co mplete d , s uc h se mi -fin a l pay m e nt t o be in th e a m o unt equal to th e tot a l d o ll a r a mount th e n due less th e d o ll ar va lu e o f a n y writte n cl a im s pe ndin g aga in s t the Contrac to r a ri s in g out of pe r fo rman ce of s uc h w o rk , a nd s uc h se mi -fin a l p ay m e n t m ay th e n be recomme nde d b y th e Directo r. The Direc to r s h a ll n o t recomme nd fin a l p ay m e nt to a ·Con t ra ct o r aga in st wh o m s uch a cl a im fo r d a m ages is outs t a ndin g for a pe ri o d of s i x mont hs foll o win g th e d a te o f th e acce ptance of the work pe1f orme d unl ess th e C o ntrac tor s ubmits e vid e nc e in writing sati sfactory to t he Di re cto r th at : I . T he cl a im h as been settl e d a nd a re lease h as been o bta in e d fr o m the c laima nt invo lve d , o r 2. G o od faith effort s hav e bee n m ad e to settl e s uch o ut s t andin g c la im s, a nd s uc h good faith e ffo rt s h ave fa il e d . If co nditi o n (I) a bo ve is m e t a t a ny time within th e s ix m o nth pe ri o d , th e Directo r s ha ll reco mm e nd th at th e fin a l pay m e nt t o th e Co ntrac to r be m a de . If co nditi o n (2) a bo ve is m e t at a ny time within th e s ix month p e ri o d , th e Di recto r m ay reco mm e nd th a t fin a l pay m e nt to th e Co ntractor be m a d e. A t th e e xpi rat io n of th e s ix m o nth pe ri o d , the C6-6(7) Directo r m ay reco mme nd th at fin a l pay m e nt be m a d e if a ll o th e r work h as been pe r for me d a nd a ll o th e r o bli ga ti o ns o f th e Cont rac tor have bee n m e t to th e sa ti sfact io n of th e Direct o r. T he Directo r m ay, i f h e dee m s it a ppropri ate , re fu se to acce pt bid s o n o th e r Water D e partm e nt Co nt rac t wo rk fr o m a Cont rac to r aga in s t w h o m a cl aim fo r d a m age s is o uts t a ndin g as a res ult of work pe r fo rm e d unde r a C it y Cont ract. C6-6.13 CO NT R ACTO R 'S C L AIM FO R D A M AGES: S ho uld th e Co n trac to r clai m compe nsati o n foe a ny a ll eged d a m age by r easo n of the ac ts o r o mi ss io ns o f th e O w ne r , he s h all w ithin three d ays afte r th e actu a l s us ta inin g of s uc h a ll eged d a m age, m ake a w ri tte n s tate m e nt to th e E ng in eer , settin g o ut in d e ta il th e natu re of th e a ll eged d a m age, a nd o n o r before th e 25th d ay of the m o nth s ucceedin g th at in w hi c h a nt s uc h d a m age is cl a im e d to h a ve been s u s tain e d , th e Co ntra c to r s h all fil e with th e E ng in eer a n ite mi zed st ate m e nt of t he de ta il s a nd th e a m o unt o f s uc h a ll eged damage a nd , upon re qu est , s ha ll g i ve t he E ng in eer access to a ll b oo ks o f acco unt, re cei pts, v o uc hers, bill s o f ladin g , a nd ot he r book s o r p a p e rs conta in in g any ev id e nce as to th e a m o un t of s uc h a ll eged d a m age . U nl ess s uc h stat e m e nt s s h a ll be fil ed as he re in a bo ve require d , th e Cont rac to r 's cl a im for compe nsatio n s h a ll be waived , a nd he s ha ll n ot be e ntitl ed to pay m e nt o n acco unt of s uc h d am ages . C 6 -6 .14 ADJ U STM E NT OR RE LOCATION O F PUBLIC UTILITIES , ETC.: In case it is necessar y to c h a nge, m ove, o r a lt e r in a ny m a nn e r th e prope11y o f a publi c utilit y o r oth e rs , th e said p ro pe rt y s h a ll not be m oved o r inte rfered w ith until o rd er s th e re up o n have bee n iss ue d b y th e E ng in eer. T he ri g ht is re serv e d to th e o wn e r s of publi c ut iliti es to e nt e r th e geogra phi c al limi ts o f th e Contrac t fo r th e purpose of m a kin g s uc h c h a nges o r re pa irs to th e prop e rt y th at m ay be necessa ry b y th e pe rfo rm a nce o f thi s Co nt rac t. C 6-6 .15 T E MPORARY S E W E R A ND DRAIN C ONNECTIONS : Whe n existin g sewer lin es h ave to be ta k e n up or re m oved , th e Co nt rac to r s h all , at hi s ow n ex pe n se a nd cost , pro vid e i nd m a inta in te mporar y o utl e ts and co nn ecti o ns fo r a ll p ri va te o r pu b lic d rain s a nd sewe rs. The Contrac to r s h a ll a lso tak e c are of a ll se w age a nd dra in age w hi c h will be recei ve d fro m th ese drain s a nd se we r s, a nd fo r thi s purpose he s ha ll pro v id e a nd m a inta in , a t h is o wn cos t a nd ex pe nse, ad equ ate pumping fa c iliti es a nd te mpo rary o utl e t s o r di v is io ns. The Contrac to r , at hi s ow n cos t a nd ex pe nse, s ha ll co nstru c t s uc h troug h s, pipes, o r o th e r s tru c tures necessar y, a nd be pre pare d a t all times to di s pose of d ra in age a nd sew age receiv ed fr o m th ese te mporary co nn ecti o ns until s uc h times as the pe rma ne nt co nn ectio n s ar e built a nd ar e in ser v ice . T he ex is tin g sewe r s a nd conn ec ti o ns s ha ll be kep t in se rvice a nd m a inta in e d und e r th e Co nt rac t , exce pt w he n s pec ifie d o r o rd e re d to be aba nd o ne d by th e En g in eer. A ll .wa te r , se wage , a nd o th e r wa s te s h a ll be d is posed of in a sat is fac to ry m a nn e r so th at n o nui san ce is c reated a nd so th at th e w o rk und e r con s tru c ti o n w ill be ad e qu ate ly protected . C 6-6(8) C6-6. I 6 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with a ny construction work , he s h a ll m ake complete and satisfac t ory a1i-a nge m en ts with th e Fort W o rth City Water Department for so doing . City water furnished to the Contractor s ha ll be delivered to the Contractor fro m a connection on a n existi ng City m a in. All pipin g req uired beyond the po int of delivery s ha ll be in sta ll ed by th e Contractor at hi s ow n expe nse . The Contracto r's responsibility in the us e of a ll existi ng fire hydrant a nd/o r valves is detailed in Section E2-I .2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents . When meters are used to m eas ure the water, the c h arges, if any , for water will be made at the reg ular established rates . Whe n meters are not used, th e c harges, if any, will be as prescribed by the City ordinance, or where no ordin ances applies, payment s hall be m ade o n estimates and rates est a bli s hed by the Director of the Fort Wo11h Water Department. C 6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, tn the opi ni o n of the Engi neer, a ny secti o n or porti o n of the work o r any st ructure is in s uitabl e co ndition , it m ay be put into use upon the written notice of the Engineer, and s uch usage s h a ll not be he ld to be in any way an acce pta nc e o f said wo rk or s tru cture or any part thereof or as a waiver of any o f th e provisions of th ese Contract Documents . All necessary repairs a nd removals of any sectio n of the work so put int o use , du e to d efective mate ri als or workmanship, equipment, or d efic ie nt operations on th e part of the Contractor, s h all be performed by the Contractor a t hi s ex pe nse. C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written acce pt a nce by the Owner as provided for in these Contract Documents, the work s hall be und e r the charge a nd care of the Contractor, a nd he s ha ll take e ve ry necessary preca ution to preve nt injury or damage to the work or a ny part thereof b y action of the elements o r from any cause whatsoever, whether a ri s ing from th e exec ution or nonexecution of th e work. The Contractor s hall rebuild , repair, re s tore , a nd make good a t hi s own expense all mJun es or d a mage to any portion of the work occasioned by any of th e herei nabove ca uses. C6-6. l 9 NOW AIYER OF LEGAL RIGHTS : In spection by the Engineer o r any order by the Owner by payment of mon ey or a ny payment for o r acce ptance of any work, or any extens io n of time , or any possess io n tak e n by the City s hall no t operate as a waiver of any provision of the Contract Documents. Any waiver of a ny breach o r Contract s h a ll no t be he ld to be a waiver of a ny other o r s ub seq ue nt breach . The Owner reserves the ri g ht to con-ect any e rror th at m ay be di scovered in any estim a te that may hav e been paid a nd to adj us t the sa me to meet th e requirements of the Contract Documents . C6-6(9) ..... - C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS : ln carr y in g o ut t he provi s io n s of th ese C o ntract D o cume nt s or in e x erc is in g a ny po w e r o f a uth o ri ty g ra nt e d there und e r , there s h a ll be no li a bility upon th e a uthorized re prese nt a tiv e o f th e O w ne r , eith e r pe rso na lly o r o th e r wi se as th e y are ag ents and re prese ntati ve s o f th e C it y. C6-6 .21 STATE SALE S TAX: On a contrac t a w a rd ed by th e C it y o f Fo rt W o rth , and o rg ani za tion whi c h qu a lifi es fo r e xe mption purs ua nt th e pro vi s ion s o f Articl e 2 0 .04 (H) of th e T e xa s Limited Sales, Ex ci s e , and U se Tax A ct , th e Co ntrac to r m ay purc h ase, re nt o r lease a ll ma te ri a ls , s uppli es and equipme nt used o r c o ns um ed in th e pe rform a nce of this contrac t by iss uin g to hi s s uppli e r a n e xe mption c e rtific a te in li e u o f th e tax , s aid ex empti o n certifi cate to co mpl y with Sta te C omptroll e r 's Rulin g .007. An y s uc h e x empti o n c e1tifica te iss ued to th e Contractor in li e u o f th e tax s ha ll be s ubj e ct to a nd s hall comply with th e pro v is io n of State Comptrolle r 's Rulin g .011 , a nd a ny othe r applic a bl e State Co mptrolle r 's rulin gs pe rtainin g to th e T e x as Limited S a les, Exci s e , and U se T a x Act. On a c ontrac t a w ard e d by a de ve lo per for th e con s truction of a publicly-owne r improve m e nt in a s treet ri g ht-o f-w ay or other e a se ment which has bee n dedicated to th e publi c a nd the City of F o rt W o1th , an o rgani zat ion which qu a lifi es for e x e mption purs uant th e provi s io n s o f Articl e 20 .04 (H) o f th e T e x as Limite d Sal es, E x c ise, a nd U s e T a x Ac t , th e Contracto r ca n pro ba bly be e xe mpted in th e sam e m a nne r s tated a bove . T e x as Limite d S a les, E x c ise , a nd Use T ax Act pe rmits a nd in fo rm a ti o n ca n be obta in e d from : Comptroll e r o f Public Acc ounts S a le s T ax Divi s io n C a pitol Stati o n Au s tin , TX C 6 -6 (10) PART C -GE N E R A L C OND[TIONS C 7 -7 PROSECUTION A ND PROG R E SS S ECTION C7 -7 P R OSEC UTION A ND PROGRE SS : C 7-7 . I S U BLE T T ING : T h e Co nt rac to r s ha ll pe rfo rm w ith hi s own o rga ni zati o n , a nd w ith t he assi s ta nce of wo rk m e n und e r hi s immed ia te s up e rinte nd a nce, wo rk of a v a lu e of no t less th a n fi fty (5 0 %) pe rce nt of the v a lu e e mbraced o n the co nt rac t. If th e . Co ntr ac to r s ubl e ts a ny p a rt of th e wo rk to b e d o ne und e r t h ese Co nt rac t D oc um e nt s, he w ill no t und e r a n y c i rc um sta nces be re li eved of t he res p o n s ibility a nd o bli ga ti o n ass umed und e r th ese Co ntra c t D o cume nt s. A ll tra n sactio n s o f th e E ng in eer will be with th e C o nt rac to r. Subco nt rac to r s w ill be con s id e r e d onl y in th e capac it y of e mployees o r workme n o f th e C ontrac tor a nd s ha ll be s ubj ect to t he sam e re quire m e nt s as to c ha rac te r a nd compe te ncy. The O w n e r w ill no t recog ni ze a ny s ub cont rac to r o n th e work . The Con tractor s h all at a ll times , w he n th e work is in operati o n , be re presented e ithe r in pe r so n o r by a s up e rinte nd e nt o r o th e r d es ig n a te d re presen ta tiv es . C 7-7.2 A S SIGNMENT O F C ONTRACT: The Contracto r s ha ll n o t ass ig n, tra nsfe r, s ubl e t , o r o th erw ise di s pose of th e co nt rac t o r hi s ri g hts, ti t le, o r inte rest in o r to th e sa m e o r a n y part the reof w ith o ut th e pre vi o us c on sent of t he Owne r ex pressed by reso lu t io n of th e C ity Co un c il and conc uJT e d in by th e Sure ti es. If th e Contractor d oes, w ith o ut s uc h prev io u s con se nt , ass ig n , tra n sfer , s ubl e t , con vey , or o th e r w ise di s pose of the c ontract o r hi s rig ht, title, o r inte rest th e re in o r a ny pa rt th er eof, to a n y pe rson o r p e r son s, p a rtn e r s hi p, co mpa ny , firm , o r corp oration , o r d oes b y ba nksuptc y, vo lun ta r y o r inv o lunta ry, o r b y ass ig nm e nt und e r the in solve ncy laws o f an y s ta tes , atte mpt to di s pose of th e cont rac t m ay , at th e o pti o n of th e O w ne r be revok e d a nd a nnull e d , unl ess th e S ure ti es s ha ll s uccessfull y compl e te sa id co ntrac t , a nd in th e event of a ny s uc h re v ocati o n o r annulme nt , a n y m o ni es du e o r to b ecom e du e und e r o r b y v irtu e of said co ntract s h a ll be re t a in ed by th e O w ne r as liquid a te d d a m ages fo r the r eason tha t it wo ul d be imprac ti c abl e a nd ex tre m e ly di ffic ult to fi x th e actu al d am ages . C7 -7 .3 PROS ECUTION O F THE WORK: Pri o r t o beg inn ing any con s tru c ti o n operation s , th e Contrac to r s h a ll s ubmit to th e E ng i nee r in fi ve o r mo re co pi es , if reques te d by th e E n g in eer , a prog ress sc he dul e preferably in c ha rt o r d iagra m fo rm , or a bri ef o utlinin g in d e ta il a nd s te p by s te p th e m a nn er o f prosec utin g th e work a nd o rd e rin g m a te ri a ls a nd equipme nt whi c h he ex pects t o fo ll ow in ord e r to compl e te th e proj ect in th e sc he dul e d t im e . There s h a ll be s ubmitte d a t a bl e o f estim ated a m o unts to be earn e d by th e Contrac to r durin g each mo nthl y estimate pe ri o d . T he Contrac tor s hall c omme nc e th e work to be pe rfo rme d L.-nd e r thi s contrac t within th e tim e limit s t a te d in th ese C o ntrac t D oc ume nt s a nd s h a ll co ndu ct th e w o rk in a co ntinu o us m a nn e r a nd w ith s uffici e nt e quipme nt , m ate ri a ls , a nd la b or as is nece ssa ry to in s ure it s co mpl e ti o n w ithin the time limi t. C 7 -7 ( I ) .... - - The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents. Any Deviation from such sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the Engineer. Such specification or approval by the Engineer shall not relieve the Contractor from full responsibility of the complete performance of the Contract. The contract time may be chang ed only as set forth in Section C7-7.8 EXTENSION OF TIME OF COMPLETION of this Agreement, and a progress schedule shall not constitute a change in the contract time . C7-7.4 LIMITATION OF OPERATIONS : The working operations shall at all times be conducted by the Contractor so as to create a minimum amount of inconveni e nce to the public. At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way greater than is necessary for proper execution of the work, the Engineer may require the Contractor to fini s h the section on which operations are in progress before the work 1s commenced on any additional section or street. C7-7 .5 CHARACTER OF WORKMEN AND EQUJPMENT: Local labor shall be used by the Contractor when it is available. The Contractor may bring from outside the City of Fort Worth his key men and his superintendent. All other workmen , including equipment operators, may be impo11ed only after the local supply is exhausted . The Contractor shall employ only such superintendents, foremen, and workmen who are careful, competent, and fully qualified to perform the duties and tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner, shall misconduct himself or to be found to be incompetent, disrespectful , intemperate, dishonest, or otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglect or refuses to comply with or carry out the direction of the owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have sufficient skill, ability, and experience to properly perform the work assigned to them and operate any equipment necessary to properly carry out the performance of the assigned duties . The Contractor shall furnish and maintain on the work all such equipment a s is considered to be necessary for the prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools, and machinery used for handling materials and exeCl'ling any pa11 of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work . Workmen or adjacent property will result from its use . C7-7(2) C7 -7 .6 WORK SCHEDULE: E la psed work in g d ays s ha ll be compute d s t artin g . w ith the fir s t d ay of th e work co mpl e te d as d e fin e d in C 1-1.23 "WORKJNG DAYS " o r th e d ate stipul a te d in th e "WORK ORDE R " fo r beginnin g wo rk , whi c he ve r co m es firs t. N o thin g in th ese Cont rac t D oc um e nts s ha ll be co ns tru e d as pro hibitin g th e Co nt racto r fr o m wo rkin g o n S aturd ay, S und ay o r L ega l H o lid ays, pro vidin g th a t th e fo ll o win g re quire me nts are m et: a. A requ es t to work o n a s pecifi c Saturd ay, Sund ay o r Legal H o lid ay mu s t be m a d e to th e Eng in eer no la te r th a t th e precedin g Thurs d ay. b. An y work to be d o ne o n th e proj ec t o n s uc h a s pec ifi c S aturd ay, Sund ay o r Lega l H o lid ay mu s t be, in th e o pini o n o f th e E ng in ee r, esse nti a l to t he tim e ly c o mple ti o n of th e proj e ct. T he E ng in eer 's d ec is io n s h a ll be fin a l in res po nse to s uc h a re qu es t fo r a pprova l to w o rk o n a sp ecifi c S aturd ay, Sund ay o r Lega l H o lid ay, a nd no ex tra c o mpe nsati o n s h a ll b e a ll o w ed to th e Contracto r fo r a ny wo rk pe rfo rm ed o n s uc h a s pec ifi c S aturd ay, Sunda y o r L ega l Ho lid ay . Ca le nd ar D ays s ha ll be d e fin e d in C 1-1.24 a nd t he Contrac to r may wo rk as he so d es ires. C 7-7 .7 TIME O F COMME NCEME NT A ND C OMPLE TION : Th e Contrac to r s ha ll co mme nce th e w orking o pe r ation s w ithin th e tim e s pec ifi e d in th e Co nt rac t Docume nt s a nd se t fo1 t h in th e Work Orde r. Fa ilure to d o so s h a ll be co ns ide red by th e owne r a s a b a nd o nm e nt of th e C ontract by th e Contra c to r a nd the Ow ne r m ay proceed as he sees fit. The Co nt rac to r s ha ll m a int a in a ra te of prog ress s uc h as will in s ure th at th e w ho le work will be pe rfo rm ed and th e pre mi ses c le an e d up in accord a nce with th e Co ntrac t D oc um e nt s and within th e time establi s he d in s uc h d oc um e nt s a nd s uc h ex te ns io n of tim e as m ay be pi"op e rly a uth o ri zed . C 7 -7 .8 E XT E NSION OF TIME COMPLE TION : Th e Cont rac to r 's requ es t fo r a n ex te ns io n of time o f comple ti o n s h a ll be cons id e red o nl y wh e n th e re ques t for s uc h ex te ns io n is s ubmitte d in writin g to th e E ng in eer w ithin seve n d a ys fr o m a nd afte r th e t ime a ll eged cause of d e la y s ha ll occurred . Sh o uld a n ex te ns io n of th e tim e of compl et io n be req ues te d s uc h re qu es t w ill be fo rwa rd ed to t he C it y Coun c il fo r a ppro va l. In adju s tin g th e c o ntrac t time fo r co mpl etio n of work, cons id e ra ti o n will be g ive n to un fo resee n causes beyond th e co nt rol of a nd with o ut th e fa ult o r neg li ge nce of th e Co nt rac to r, fire, fl ood , to rn adoes, e pid e mi cs, qu ara ntin e res tri c ti o ns, s trik es, e mb argoes, o r d e lays of s ub -co ntrac to rs du e to s uc h causes. C7-7(3) - ,,. When the date of co mpletion is ba sed on a calendar day bid , a request for extension of time becau se of inclement weather will not be considered. A requ est for extension of time due to inability to obtain s upplie s and material s will be considered only when a rev iew of the Contractor's purchase order dates an d other pertinent data as requested by the Engineer indicates th at the Co ntractor ha s made a bonafide attempt to secure delivery on schedule. This shall include efforts to obtain the s upplies and materials from alternate so urce s in case the fir s t so ur ce cannot make delivery . If satisfactory exec ution and completion of the contract s hould require work and m ater ials in greater amounts or quantities than tho se set forth in the approved Contract Documents, then the contract tim e mat be increased by Change Order. C7-7.9 DELAYS : The Contractor shall receiv e no compensation for delays or hindrances to the work, except when direct and unavoidabl e extra cost to the Contractor is caused by the failure of the City to provide information or material , if any, which is to be furnished by the City. When such extra compensation is claimed , a written s tatement thereof shall be presented by the Contractor to the Engineer and if by the Engineer found correct, shall be approved and referred by the Engineer to the City Council for final approval or di sa pproval ; and the action thereon by the City Council shall be final and binding. If delay is caused by s pecific orders given by the Engineer to s top work, or by the performance of extra work, or by the failure of the City to provide material or necessary in s tru c tion s for carrying on the work, then s uch delay will entitle the Contractor to an equivalent extension of time , his application for shall, however, be s ubj ect to the approval of the City Council: and no s uch extension of time shall release the Contractor or the surety on his performance bond from all hi s obligations hereunder which shall remain in full force until the di sc harge of the contract. C7-7.10 TIME OF COMPLETION: The time of completion is an essential element of th e Contract. Each bidder shall indicate in the appropriate place on the las t page of the proposa l , 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 proposa l section of the Contract Documents . The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the s pec ific contract being bid upon . The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents . For each calendar day that any work shall remain uncompleted after the time s pec ified in the Contract Docume nts , or increased time granted by the Owner, or as automatically increa sed by additional work or materials ordered after the contract is s igned, the sum per day g iven in th e following schedule, unles s otherwise specified in other parts of the Contract Documents, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages s uffered by the Owner. C7-7(4) AMO U NT OF CONTRACT $ 5,001 $ 15,001 $ 25 ,001 $ 50 ,001 $ 100 ,001 $ 500 ,001 $1,000,001 $2,000,000 Less th a n $ 5 ,000 to $ I 5 ,00 0 to $ 25 ,000 to $ 5 0 ,000 to $ 100 ,000 to $ 500,000 to $ 1,000,000 to $ 2,000,000 a nd over in c lu s iv e in c lu s ive in c lu s ive in c lu s ive in c lu s ive in c lu s ive inclu s iv e in c lu s ive AMOUNT OF LIQUIDATED DAMAGES PER DAY $ 3 5 .00 $ 4 5 .00 $ 63 .00 $ 105 .0 0 $ 154 .00 $ 2 10 .00 $ 3 15 .00 $ 420 .00 $ 630.00 The parti es he re to unde rst a nd a nd ag ree th at a ny h a rm t o the City ca used by the C o nt rac tor 's de lay in comple tin g th e wo rk he re und e r in th e tim e s pec ifi e d by th e C o nt ra ct D oc um e nt s w o uld be incapa bl e or ve ry difficult t o calc ula te du e to lac k o f a cc urate inform ati o n , and that th e "Amount of Liquid a te d Dam ages P e r D ay", as set o ut a bo ve , is a reaso nabl e fore cas t of jus t compe nsa tion du e th e C it y fo r harm ca used by a ny de l ay. C7-7 . l l SUSPENSION BY COURT ORDER: The Contrac tor s ha ll s us pe nd o pe rati o ns o n s uch p art or pai1s o f th e w o rk o rd e re d b y a ny co urt , a nd will not be e ntitl e d to additi o na l compe nsation by virtu e of s uch c ourt o rd e r. N e ith e r will h e be li a bl e to th e Cit y in th e ve nt th e work is s us pend e d by a C o urt Ord e r. N e ither will the Owne r be liabl e to th e C o ntra c to r b y virtu e of an y C o urt Order o r actio n for which th e Own e r is no t s ol e ly res po ns ibl e. C7 -7 .12 TEMPORARY SUSPENSION: T he O w ne r s ha ll ha ve th e ri ght t o s us pe nd th e wo rk o peration wholly or in part for s uch peri od o r pe ri od s of time as he may d ee m nec e ssary due to un s uit a ble weath er c ondition s or any o th e r un s uit a bl e co ndition s whi c h in th e o pinion of th e Owne r or En g in ee r c a use furth e r pro se cuti o n of the work to be un sati sfactory or detrime nt a l to th e interes t of th e proj e ct. During te mporary s us pe ns io n o f th e w o rk co vere d by thi s contrac t , fo r a ny reas on , th e Owne r will make no e xtra pay me nt fo r sta nd-by time of c onstru c ti on e quipme nt a nd/or c on struction cre w s . If it sho uld becom e necessary t o s us pe nd wo rk fo r an ind e finit e pe riod , the C o ntrac t o r s ha ll sto re all mate rial s in s uc h manner th a t th e y will not obstruct or impe de th e publi c unn ecessarily nor b e co me da maged in a ny w a y, and he s hall t a ke e ve ry preca ution to pre ve nt d a m age or d e te ri o rati o n of th e wo rk perform ed ; he s ha ll pro v id e s uit a bl e drain age a bo ut th e wo rk , and e rect te mp o rary stru c tures wh e re necessa ry. Sho uld th e C o ntracto r no t be a bl e to co mpl e te a porti o n of th e proj ec t du e to c au ses beyo nd th e control o f and with o ut th e fa ult o r negli ge nce o f th e Contrac to r a s s et fo rth in P a ra graph C7-7 .8 E XTE NSION OF THE TIME OF C OMPLE TION , a nd s ho uld it be C 7-7 (5 ) - .... d e te rmin e d by mutu a l c on se n t o f th e Co ntrac to r a nd th e E ng in eer th a t a solu t io n t o a ll ow co n s tru c ti o n to p roceed is no t a va ilabl e w ithin a reaso na bl e pe ri o d of ti me, th e n t he Co nt rac to r m ay be re imbu rse d fo r th e cost of m ov in g hi s equipme nt off the j o b a nd re turnin g th e necessar y equipme nt to th e j o b wh e n it is d e te rmine d by th e E ng in ee r th a t co n s tru c ti o n m ay be res um ed . S uc h re imburse me nt s h a ll be based o n ac tu a l cos t to th e Co nt racto r o f mo v in g th e e quipme nt a nd no pro fit w ill be a ll owed . No reimburs e m e nt s ha ll be a ll owed if th e equipme nt is m oved to a no th e r con st ru ct io n p roj ec t fo r th e C ity of Fo rt W o rt h . The Contrac to r s ha ll n o t s us pe nd wo rk with o ut w r itte n no ti ce fr o m th e E ng in eer a nd s h a ll proceed w ith th e w o rk operati o ns pro mptl y wh e n no tifi e d b y th e E ng in ee r to so res um e o pe rati o ns. C7 -7 .13 T E RMINA TION O F C ONTRAC T D UE TO NATIONAL E M E RGE N C Y : Whe ne ve r, because of N a ti ona l E m e rge nc y, so d ec la re d by th e pres id e nt of th e U nite d States o r o th e r la wful a uth o rit y, it beco m es imposs ibl e fo r th e Contrac to r to o bta in all of th e necessary labo r , m a te ri als, a nd e quipme nt for the pro sec ut io n of th e wo rk w ith reaso na bl e continuity fo r a peri o d of t wo m o nth s, th e Co nt rac to r s h a ll w ithin seven d ays no ti fy t he C it y in wri t in g , g iv in g a d e ta il e d s t ate m e nt of t he effo rt s w hi c h have been m ad e a nd li s tin g a ll n ecessar y ite m s o f la bo r , m a te ri a ls, and e quipme nt not o bta in a bl e. If, afte r in ves ti ga ti o ns, th e o wn e r fin ds t hat s uc h condition s ex is tin g a nd th a t th e in a bility of th e Cont rac to r to proceed is n o t attributa bl e in wh o le o r in p a rt to th e fa ult o r neglect of th e Co ntrac to r, th an if the Owner ca nn o t afte r r e aso na bl e effort ass is t th e Co ntrac to r in proc urin g a nd m ak i ng ava il a bl e th e necessary la bor , m a te ri a ls, a nd e quipme nt w it hin thirty d ays, th e C o ntrac to r m y requ est th e o wn e r to te rmin ate th e c ontrac t a nd th e ow ne r m ay co mpl y w ith th e request, a nd th e te rmin ati o n s ha ll be co nditi o n ed a nd based up o n a final se ttl e m e nt mu t ua ll y acce ptab le to bo th th e Owne r a nd th e C ontrac to r a nd fin a l p ay m e nt s h a ll be m ad e in acco rd a nce w ith th e te rm s o f th e agreed settle m e nt , w hi c h s ha ll include. But no t be limi te d to th e pay me nt for a ll wo rk exec ute d but no t a nti c ip a te d pro fit s o n work w hic h h as no t been pe rfo rm e d . C 7 -7 .14 SUSPENSION OR A BANDONME NT OF THE WORK AND A NNULME N T OF THE CONTRACT: The wo rk operation s on a ll o r a ny p o rtion or sec ti o n o f th e w ork unde r Contrac t s h all be s us pe nd e d immedi ate ly o n writte n o rd e r of th e E ng inee r o r th e Contract m a y be d ecla re d ca nce led by th e City Co un c il for an y good a nd s uffi c ie nt c a use . The followin g, b y way of exampl e, but n ot of limitat io n , m ay be co n s id e r e d g round s fo r s us pe ns io n o r cancell ati o n: a . F ailure o f th e Contrac to r to comme nce work o perati o n s w ithin th e t im e s pec ifi e d in th e W o rk Orde r iss ue d b y th e O w ne r. b . Subs ta nti a l ev id e nce th a t prog ress of th e work o pe rati o n s by th e Contrac to r is in s uffi c ie nt to co mpl e te th e w o rk within th e s pec ifi ed tim e . C7 -7(6) c . F a ilure of th e Co nt rac to r to p rov ide a nd m a inta in s u ffic ie nt la bo r a nd equipme nt to p rope rl y execute th e workin g o perat io ns . d . S ub st a nti a l ev id e nce t ha t th e Con tracto r has aba nd o ne d th e wo rk. e . S ub st a nti a l ev id e nce th a t the Co n trac to r h as beco me in so lve nt o r b a nk rupt , o r othe r w ise fin a nc ia ll y un a bl e to ca rr y o n t he work sa ti sfact oril y . f. Fa ilure o n th e p art of th e Co nt rac tor to o bse r ve a ny require m e nt s of the Cont ract D oc ume nts o r to co mpl y w ith a n y o rd e rs g i ve n by th e E ng in eer o r O w ne r p rov id e d fo r in t hese Cont rac t Doc um e nts . g. Failure of th e Contrac to r pro mptl y to m ake goo d a ny defect in m ate ri a ls o r w o rkm a ns hip , o r a ny d e fec ts of a ny na ture th e co rr ecti o n o f w hi c h h as been directe d in w ritin g b y th e E ng in ee r o r t he O w ne r. h . Subs ta nti a l ev id e nce of collu s io n fo r th e purpose of ill egall y proc urin g a contrac t o r pe rp e t ra tin g fr a ud o n th e C ity in th e con s tru ctio n of wo r k und er co ntract. 1. A s ub s t a nti a l indi cati o n th at th e Co nt rac to r h as m ad e a n un a uth orized ass ig nment of th e contrac t o r a n y f und s du e th e re fr o m fo r t he be nefi t of a ny c redito r o r fo r a ny o th e r purpose. J . If th e Contrac to r s h a ll fo r an y cause w h atsoeve r no t carry o n th e w o rk ing ope rati o n in a n accepta bl e m a nn er. k. If th e Contrac to r comme nces legal act io n aga in s t th e O w ne r. A C o py of th e s us pe ns io n o rd e r o r ac ti o n o f th e C it y Co un c il s ha ll be serv e d o n t he Cont rac t o r 's S ureties. Whe n w o rk is s us pe nd e d fo r a n y cause o r causes, o r w he n th e co ntrac t i s ca nceled , th e Con trac to r s h a ll di sco ntinu e t he wo rk o r s uc h p art th e r eof as th e ow ne r s h a ll d esig nate, whe re up o n th e Sure ti es m ay, at th e ir o pt io n , ass ume th e contract o r th at po rti o n th e reo f whi c h th e Owne r h as o rd e red th e Cont rac to r to di sc ontinue, a nd m ay pe rfo rm th e sam e o r m ay, with writte n con se nt o f t he ow ne r , s ubl et th e wo rk o r th at porti o n of th e work as t a ke n over , p rov id e d h owever , th at th e Suret ies s h a ll exerc ise t he ir o pti o n, if at a ll , w ithin t wo weeks aft e r the w ritt e n notice to di sco ntinu e th e w o rk h as been se rved upo n th e Contrac to r a nd up o n th e S ure ti es o r th e ir a uth o ri zed age nts . The S ure ti es, in s uc h e ve nt s h a ll ass um e th e Co nt rac to r 's pl ace in a ll res pects , a nd s h a ll be p a id by th e O w ne r fo r a ll wo rk pe rfo rme d by t he m in accord a nce w ith th e te rm s of th e Con trac t D oc um e nts . A ll m o ni es re m a in i ng du e t he Co nt rac to r a t th e tim e o f thi s d efa ult s h a ll th e re up o n becom e due a nd paya bl e to th e S ure ti es as th e wo rk prog resses , s ubj ec t to a ll of th e te rm s of th e Cont rac t D oc um e nts. C7 -7(7) - - In case th e Sure ti es d o n o t , within th e he re in a b ove s p ec ifie d tim e , exerc ise th e ir ri g ht a nd o pti o n to ass ume th e con trac t res p o n s ibiliti es , o r th a t po rti o n th e reof w hi c h th e O w ne r h as o rd e re d th e Co nt rac to r to di sco ntinu e, th e n th e O w ner s ha ll h ave th e p ower to co mpl e te , b y contrac t o r o th e r w ise, as it m ay d e te rmin e , th e wo rk h e re in d esc rib ed o r s uc h wo rk th e reof a s it m ay d eem necessar y , a nd th e Co ntrac to r he re to ag rees th at th e O w ne r s h a ll h ave th e ri g ht to tak e p os s ess io n of a nd u se a ny m a teri a ls, pl a nt s , too ls , equipme nt , s uppli es , a nd prope rt y of a ny kind pro vid e d b y th e Co nt rac to r fo r t he purpo se of carr y in g o n th e work a nd to proc ure o th e r too ls , e quipme n t, m a ter ia ls, la bo r a nd prope rt y fo r th e co mpl e ti o n o f th e wor k, a nd to c harg e to th e acco un t o f the Co n trac to r of said co ntrac t ex pe nse fo r la b o r , m ate ri a ls, too ls, eq uipme nt , a nd all ex pe n ses in c ident a l th e re to . T he ex p e n se so c har ged s ha ll b e d e du c te d by th e o wn e r fro m s uc h m o ni es as m ay b e du e o r m ay beco m e du e at a ny tim e th er e af te r to th e Contrac to r und er a nd by v irtu e o f th e Co ntrac t o r a ny p a rt th e reof. The O wne r s h a ll no t b e re quired to o bt a in th e lowest bid fo r t he work co mpl e tin g t he co nt ract , bu t th e ex pe nse to be d e du c te d s h a ll be th e ac tu a l cos t of th e o wne r o f s u c h w o rk In case s uc h ex p e n ses s h a ll exceed th e am o unt whi ch w o uld h a ve b een p aya bl e und e r th e C o ntrac t if th e sa me h ad b ee n co mpl e te d b y the C o ntrac t , th e n th e Co nt rac to r a nd hi s Sure ti es s h a ll p ay th e a m o unt of s uc h excess to th e C ity o n noti ce fr o m th e O w n e r of th e excess du e. Whe n a ny p a rti c ul a r p art o f th e work is b e in g carri ed o n b y th e Own e r b y contrac t o r o th e r w ise und e r th e pro v is io ns of thi s secti o n , th e C o nt racto r s h a ll co ntinu e th e re m a ind e r o f th e work in con fo rmity with th e te rms of th e Contrac t D oc ume nt s a nd in s uch a ma nn e r as to no t hind e r o r inte rfe re with the pe rfo rm a nc e of th e work b y th e Owne r. C 7-7 .15 F ULFJLLM E NT O F C ONTRACT:The Cont rac t will be con s id ere d as h av in g been fulfill e d , save as p rov id ed in an y b o nd or b o nd s o r b y la w , wh e n a ll th e w o rk a nd a ll secti o ns o r p a rt s of th e p roj ec t cove re d by the C o ntrac t D oc um e nts h a ve b een fini s he d and c o mpl e ted , th e fin a l in s pecti o n m ad e b y th e E ng in eer , a nd th e fin a l acce pta nce a nd fin a l p ay m e nt m ad e b y the Owne r. C 7-7 .16 T E RMIN A TION FOR C ONVENIENCE OF THE OWNER : The p e1fo rm a nce o f th e w o rk und e r thi s c ontrac t may be terminated by th e O w ne r in whole, or fr o m time to time in p art , in accord a nc e with thi s section , whe never th e O w ne r s hall d e te rmin e th at s uc h te rmin a ti o n is in th e b est in te res t of th e O w ne r. A . NOTICE O F T E RMIN A TION : A n y T e rmina tion s h a ll be effecte d b y m a ilin g a no tice o f the ter minati o n to th e Contractor s p ec ifyi n g th e ex te nt to whi c h pe rfo rma nce of wo rk und e r the contrac t is te rmin a ted , a nd th e d ate upon w hi c h s uc h te rmin a ti o n b eco m es effecti ve . R eceipt of th e no ti ce s h a ll b e d ee m e d conclu s ive ly presum e d a nd es ta bli s he d w h e n th e le tt e r is p laced in th e U nit ed S ta tes P osta l S e r v ice M a il by th e Owner. F urth e r , it s h a ll b e d ee me d conclu s iv e ly pres ume d a nd esta bli s he d th at s uc h te rmin a ti o n is m ade with jus t ca u se as th e re in s tated ; a nd n o proof in a n y C7-7(8) cl a im , d e m a nd o r s uit s ha ll be required of th e Owne r regardin g s uc h di sc reti o nary ac ti o n B . CONTRACTOR AC TION : A f te r receipt o f a noti ce of te rmination , a nd exce pt as o th e r w ise directed by th e E ng in eer, th e C o ntrac to r s h a ll : I . Sto p wor k und e r th e co ntrac t o n th e d a te a nd to th e ex te nt s pec ifi e d in th e no ti ce of te rmin a ti o n ; 2. pl ace n o furth e r o rd e r s o r s ub co nt racts for m a te ri a ls, ser v ices o r fa c iliti es e x ce pt as m a y be necessary for co mpl e ti o n of s uc h po rti o n of th e wo rk und e r th e co ntrac t as is no t te rmin a te d ; 3 . termina te a ll o rd e r s a nd s ubcontrac ts to th e e xtent th at th ey r e late to th e pe rform a nce o f th e wo rk te rmin a te d b y noti ce of te rmin a tion ; 4 . tra nsfe r titl e to the Owne r a nd d e liv e r in th e m a nn e r, at th e times, a nd to the ex te nt, if an y, directe d by th e E ng ineer: 5 . a . th e fa bric ated o r un fa bri cate d p art s, work in p rog ress , co mpl e te d w ork , s uppli es and other m a te ri a l p ro du ced a s a pa rt of, o r ac quire d in co nn ecti o n with th e pe rfo rma nce of, th e w ork te rmin a te d b y th e no ti ce of t he te rmin ati o n ; a nd b . Th e c o mpl e ted , or p arti a lly c omple ted plan s, d ra win gs , in fo rma tion a nd o th e r prope rt y whi c h , if th e co ntract had bee n compl e te d , would h ave been require d to be furni s he d t ::i th e Owne r. comple te pe rform a nc e o f s uch work a s s h a ll n o t ha ve bee n te rminate d by th e no ti ce o f termination; a nd 6 . Take s uc h ac ti o n as may be n ecess ary , o r as the E ng in eer m ay di rec t, fo r th e prote cti o n a nd preserv a ti o n o f th e prope 11 y re late d to it s c o ntract whi c h is in th e possess ion of th e Contrac to r a nd in whi c h th e o wn e r h as o r may ac qui re th e rest. At a time n o t la te r th a n 30 d ays afte r th e te rmin ati ::m d a te s pec ifi e d in th e noti ce of te rminati o n , th e Co ntrac tor m a y s ubmit to th e E n g in eer a li s t , certifi e d as to qua ntity a nd qua lit y, of a ny o r a ll ite m s o f te rmin a ti o n inv e nto r y n o t prev io us ly di s posed o f, e xclu s iv e of ite m s th e di s po s it ion o f C 7 -7(9 ) , ... - C. which has been direc ted or authorized by Engineer, Not later than 15 days thereafter, the owner s h all accept title to s uch it e ms provided , that the list s ubmitted s hall be s ubject to verification by th e Engineer upon removal of the items or, if the item s are s tored , within 45 days from the d a te of submission of the li st , and any necessary adjustments to correct th e li s t as s ubmitted , s hall be made prior to final settlement. TERMINATION CLAIM: Within 60 days after th e notice of termination, th e Contractor s hall s ubmit hi s termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more ex ten s ion s in writing are granted by the Owne r upon request of the Contractor, made in writing within such 60-day pe riod or authorized extension thereof, any and all such claims s hall be conclusively deemed waived. D . AMOUNTS : Subject to the prov1s1on s of Item C7 -7 . I (C), the Contractor and the Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of the work pursuant hereto ; provided , that such agreed amount or amounts shall never exceed the total contract price reduced by the amount of payments otherwise made and as further re duced by th e contract price work not terminated . The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. No amount shall be due for lo s t or anticipated profits> Nothing in C7-7 .16(E) hereafter, prescribing the amount to be paid to the Contractor by rea son of the termination of work ·purs uant 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 AGREE: In the event of the failure of the Contractor and thf': Owner to agree as provided in C7-7. l 6(D) upon the whole amount to be paid to the Contractor by reason of the termination of the work pursuant to thi s section, the Owner shall determine, on th e ba sis of information available to it , the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor th e amounts determined . No amount s hall be due for lost or anticipated profits . F . DEDUCTIONS: In arriving at the amount due the Contractor under thi s section there s hall be deduc ted ; 1. all unliquidated advance or other payments on account th e retofore made to th e-Contractor, applicable to the te rminate d portion of this contract; C7-7(10) 2 . any c la im which th e Owne r m ay ha ve aga in s t th e Cont rac to r in co nn ec ti o n w ith thi s c o ntrac t ; a nd 3. the ag reed pri ce for , o r th e proceed s o f th e sa le of, a n y m a te ri a ls, s uppli es o r o th e r thin gs ke pt b y th e C o ntrac to r o r so ld , purs ua nt to th e p rov is io ns of thi s c la use, a nd no t o th e rwi se recovere d by o r c re dite d to th e O w ne r. G . ADJU STMENT: If th e te rmin ati o n he re und e r be pa rti a l, pri o r to th e settl e m e nt of the termin ate d po rtion of thi s co ntrac t , th e Cont rac t o r m ay fil e w ith th e E n g inee r a requ es t in w ritin g fo r a n e quita bl e adju stm e nt of th e pri ce o r pri ces s pec ifi e d in the co ntrac t re lat in g to th e co ntinu e d p o rti o n of th e c ontrac t (th e p o rti o n no t termin a te d by no ti ce of te rmin ation), s uch equita bl e a dju s tme nt as m ay be agr eed up o n s ha ll be m a d e in s uc h pri ce or pri ces; no tin g cont a in e d her e in , ho wever , s h a ll limit th e rig ht o f th e owne r a nd th e C ontrac to r to agree up o n t he a m o unt or a m o unts to be p aid to t h e C o ntrac tor fo r th e co mpl e ti o n of th e c ontinue d po rtion of th e contrac t wh e n sa id c o ntrac t d oes n o t c o nt a in a n es ta bl is he d c o ntract pri ce fo r s uch c o nt inu e d po rti o n. H . NO LilvtITATION OF RIGHTS : N o tin g conta in e d in thi s sec ti o n s ha ll limit o r alte r the ri g hts which th e Owne r m ay h ave fo r te rmin ati o n o f thi s co ntrac t under C 7 -7.14 he reof e ntitl e d "S U S P E NSION OR A B ANDONMENT O F THE WORK A ND A NNU LM E NT O F CONTRACT" or a ny o th e r ri g ht whi c h th e Owne r m ay ha v e for d efaul t or breach of c ontract by Contract or. C7 -7 .17 SAFETY M E THODS AND PRACTICE S : The Contra cto r s h a ll be res po ns ibl e fo r initi a tin g, m a inta inin g a nd s up e r v is in g a ll sa fe ty preca uti o ns a nd prog ra m s in co nn ecti o n with th e work at a ll tim es a nd s h a ll ass um e a ll r es po ns ibiliti es for th e ir enforc e m e nt. The Contrac to r s h a ll co mpl y with fe d eral, s t ate, a nd loca l laws, ordin a nces, a nd reg ul ati o ns so as to protect pe rson a nd prope rt y fr o m injury, including death , o r d am age in conne ction with th e work . C 7 -7 (J I ) P A R T C -GE N E R A L C ONDITIONS C8-8 M EASU R E M E N T AND P A YME NT S ECTION C8-8 M EASU R EM E NT AN D P A YM ENT C8-8. I M EASU R E M E N T OF Q UA NTITIES : Th e d e te rminati o n of qu a nt1t1 es of wo rk pe r fo rm e d by the Co ntrac to r an d a uth o ri zed by th e Co nt rac t D oc ume nt s acce pt ab ly co mpl e te d und e r th e te rm s o f th e Cont rac t D oc um e nt s s ha ll be m ad e b y th e E ng in eer , based o n meas ure me nts m ad e by th e E ng in eer. These meas ure me nt s will be m ad e acc ordin g to th e U nite d S ta tes Sta nd a rd M eas ure m e nt s used in commo n practi ce, a nd w ill be th e ac tu a l le ng th , ar ea, solid co nte nt s, numbe r s, a nd we ig ht s of the m a te ri a ls a nd it e m in s ta ll e d . C8 -8.2 UNIT PRICES : Whe n in th e Proposal a "Unit Pri ce" is set fo rth , th e sa id "Unit Pri ce" s h a ll include th e furni s hin g by th e Co ntr acto r of a ll la bo r , t ools, m ate ri a ls, m achin er y, equipme nt , a ppli a nces a nd a ppurte na nces necessary for the co nstru c ti o n of a nd th e c ompl eti o n in a m a nn e r acce p ta bl e to th e E ng in eer o f a ll w o rk to be d o ne und e r th ese Contract D oc um e nts. The "Unit Pri ce" s h a ll include a ll pe rma ne nt a nd te mporary protecti o n of overh ead , s urface, a nd unde rg round s tru c tu res , cl ea nup , fini s hin g cos ts, overh ead ex pe nse, bo nd , in s ur a nce, pa te nt fees, ro ya lti es, ri s k du e to th e e le m e nt s and othe r c la uses, d e lays, profit s, injuri es, d a m ages cla im s, ta xes, a nd a ll o th e r ite m s no t s pecifi call y m e nti o ne d th a t . m ay be require d to full y co ns tru ct eac h it e m o f t he work comple te in pl ace a nd in a sati sfac to ry conditi o n fo r opera ti o n . C 8 -8 .3 LUMP SUM : Whe n in th e Proposal a "Lump Sum" is set fo rth , th e sa id "Lump Sum" s h a ll r e prese nt th e to ta l cost fo r th e Contrac to r to f urni s h a ll l a bo r , too ls, m a te ri als , m ac hin e r y, e quipme nt , a ppurte na nces, a nd a ll s ub s idi a r y wo rk n ecessary fo r t he co ns tru c ti o n a nd co mpl e ti o n o f a ll the wo rk to pro vid e a co mpl e te a nd fun c ti o na l ite m as d e ta il e d in th e Spec ia l Contrac t D oc um e nts a nd/o r Pl a n s . C8 -8 .4 SCOPE OF PAYM E NT: The Contrac to r s h all receive and acc e pt t he compe ns ati o n as he re in provided , in full paym e nt fo r furni s hin g a ll la bor, tool s, m a te ri a ls, a nd in c id e nt a ls fo r pe rfor ming a ll wo rk co nte mpl a te d a nd e mbraced und e r th ese C o nt rac t D oc um e nt s , fo r a ll loss a nd d a m age a ri s in g o ut o f th e n a ture of th e work o r fr o m th e ac tion o f th e e le m e nt s, fo r a ny unforesee n d efects o r obs truction s whi c h m ay ari se o r be e ncounte re d durin g th e p rosec uti o n w hi c h m ay ari se o r be e ncounte red durin g th e pro sec uti o n o f th e work a t a ny tim e befor e its fin a l acce pta nce by th e Owne r , (e xce pt as pro v id ed in parag ra ph CS-5.14 ) fo r a ll ri s k s of wh a te ve r d escripti o n c onnec te d with th e p rosec uti o n of th e wo rk, fo r a ll ex pe nses in c urre d b y o r in co n seque nce of th e s us pe ns io n o r di sco ntinu a nce o f s uc h prosec uti o n o f th e w o rkin g o perati o ns as he re in s pec ifie d , or an y a nd a ll in fr in ge me nt s of pate nt s , trad e mark s , copyri g ht s, or o th e r lega l reserv a ti o ns, C8 -8( I ) and for completing the work in an acceptable manner according to the term s of the Contract Documents . The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute a n acknowledgment of the acceptance of the work , materials, or eq uipment , 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 s tre ng th or quality of the materi a l used or equipment or machinery furnished in or about the construction of the work und e r contract and it s appurtenances, or any damage due or attributed to s uch defects, which defect s, imperfections , or damage shall have been discovered on or before the final in s pect ion and acceptance of the work or durin g th e one year g uaranty period afte r the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor s hall be liable to the Owner for failure to correct the sa me as provided he rein . C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the I s i and the 5•h day of each month , the Contractor s hall submit to the Engineer a statement showing an estimate of th e value of the work done durin g the previous month , or estimate period under the Contract Documents . Not later than the I O'h day of the month , the Engineer shal I verify such estimate, and if it is found to be acceptable and the value of the work performed s ince the last partial payment was made exceeds one hundred dollars ($100.00) inn amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount is le ss than $400,000 .00, or 95 % of s uch estimated s um will be paid to the Contractor if the total contract amount is $400,000 .00 or greater, within twenty-five (25) days after the regular estimate period . The City will have the option of preparing estimates on forms furni s hed by the City. The partial estimates may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work as a permanent part thereof, but which at the time of the estimate have not been installed (such payment will be allowed on a basis of 85 % of the ne t invoice value thereof). The Contractor shall furnish the Engineer such information as he rhay request to aid him as a guide in th e verification or the preparation of partial estimates . · It is understood that partial estimates from month to month will be approximate only, all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previou s estimate, and such estimate shall not, in any respect, be taken as an admission of the Owner of the amount of work done or of its quantity of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of hi s re s pon s ibilities under the Contract Documents. The City reserves the right to withhold the payment of a ny monthly estimate if the Contractor fails to perform the work strictly in acco rdance with the s pecifications or provi s ion s of thi s Contract. C8-8(2) C8-8 .6 WITHHOLDING P A YME N T : P ay m e nt o n a ny es tim ate o r estim a tes m ay be he ld in a beya nce if th e perfo rm a nce of t he co nst ru ctio n o peratio n s is n ot in accord a nce w ith th e re quire me nt s of th e Co nt rac t D oc um e nt s . C8 -8 .7 F IN AL ACCEPTA N CE: W he never th e improve m e nt s pro v id e d fo r by th e Co nt rac t D oc um e n ts s h a ll h ave been co mplete d a nd a ll require m e nts of the Cont rac t Doc u me nts s h a ll h ave been f ul fi ll e d o n t he p a rt of t he Co ntrac to r , th e Co nt racto r s ha ll not ify t he E ng in eer in w ritin g t h a t t he improvements are rea d y fo r fin a l in specti on . T he E ng in ee r s h a ll no ti fy th e a pp ro pri a te offic ia ls of th e Own e r , w ill w ithin a reaso n a bl e tim e m ake s uc h fi n a l in s pecti o n, an d if the wo r k is s a ti sfac to r y, in a n acce pta bl e co nditi o n , a nd h as been co mple te d in accord a nce w ith th e te rm s of the Cont rac t D oc um e nt s a nd a ll a pp roved m o di fica ti o ns t he reof, th e E ng in eer w ill initi ate the process in g of th e fin a l estim ate a nd reco mme nd fin a l acce pta nce of th e proj ect a nd fi n a l p ay m e nt the reof as o ut lin es in paragra ph C8-8.8 be low . C8-8.8 F IN A L PAYME N T: Whe ne ve r all th e improvem e nts p rovi d e d fo r b y th e Co nt rac t D o cume nts a nd a ll a pproved m o difi cati o ns th e reof s ha ll h ave been comple te d a nd a ll require m e nt s of th e Co ntrac t D oc um e nts ha ve bee n ful fi ll e d on th e p a rt of t he Cont rac to r , a fi n a l estimate s h ow in g th e va lu e of th e wo rk w ill be pre par e d by th e E ng in eer as soo n as th e necessary m eas ure m e nts, computa ti o n s, a nd c hecks ca n be m a de . A ll pri o r es tim a tes u pon whi c h pay m e nt has been m ade are s ubj ect to necessar y correctio ns o r re vi s io ns in th e fin a l pay m e nt. T he a m o un t of the fi n a l estim a te, less prev io u s p ay m e nts a nd a ny s ums th a t have bee n d e du c te d o r re t a in ed unde r th e p rov is io n s o f th e Contrac t D ocume nts, w ill be paid to the Cont rac to r w ithin 6 0 d ays afte r th e fin a l accepta nce b y th e Owner o n a pro pe r reso luti o n of th e C it y Co un c il , p rov ided th e Co n trac to r has furni s he d to th e o wn er sati sfacto ry ev id e nce of co mpli a nce as fo ll ows: Pri o r t o s ubmi ss io n of th e fin a l es tim ate fo r p ay m e nt , th e Co n tr ac to r s h a ll ex~c ute a n affid av it as f urni s hed b y th e C ity, certi fy in g th at; A. a ll pe rson s, firm s, ass o c ia ti o ns , corp orati o ns, o r o th e r o rgani zati o n s f urni s hin g la bo r a nd/o r m ate ri a ls have been pa id in full , B . th a t th e wage sca le es ta bli s h e d by th e C it y Co un c il in th e C it y of Fo rt W o rth h as been pa id , a nd C. th a t th e re are no cl a ims pe ndin g fo r pe rso n a l mJury a nd /or-p ro pe rt y d a m ages . T he acce pta nce b y th e Co nt rac tor o f th e las t o r fin a l pa yme nt as afo resaid s ha ll o pe rate as a nd s ha ll re lease th e ow nei: fr o m a ll claim s o r li a bil iti es und e r th e Contrac t for a nythin g d o ne or furni s he d o r re la tin g to the w o r k und e r t he Co nt rac t Doc um e nt s o r a n y ac t or n eg lec t o f sa id C it y re latin g to o r co nn e cted with th e Co nt ract. C8-8(3) The makin g of the fin a l payme nt by the Owner s hall not re lieve the Contractor of any guarantees or other requirem e nt s of the Contract Documents which specifically continue thereafter. C8-8 .9 ADEQUACY OF DESIGN : It is understood that the Owner believe s it has employed co~pete nt engineers and designers to pre pa re the Contract Documents and all modification s of the approved Contract Documents. It js, th erefore, agreed that the Owner s hall be res pon s ible for th e adequacy of it s own de s ig n feature s , s ufficiency of th e Contract Documents, the safety of the structure, and the practi cab ility of the o perations of the completed project , provid e d the Contractor ha s complied with the req uire ments of the said Contract Documents , all approved modifications thereof, and additions a nd alterations thereof approved in writing by the Owne r. Th e burden of proof of such compliance s hall be upon the Contractor to show that he has complied with the Contract Documents, approved modification s thereof, and all alterations thereof. C8-8.10 GENERAL GUARANTY : Neither the final certificate of payme nt nor any provision in the Contract Documents nor partial or entire occupancy or use of the premi ses by the Owner s hall co n st itute an acceptance of the work not done in accordance with the Contract Docume nt s or relieve the Contractor of liability in re s pect to any express wa1Tanties or res pon s ibility for faulty mate rial s or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to the other work re s ulting therefrom which s hall appear within a period of one year from th e date of final acceptance of the work unle ss a longer period is s pecified and s ha ll furnish a good and s ufficient m a intenance bond in th e amount of 100 percent of the a mount of the contract which s hall assure the performance of the general guaranty as above outlined . The Owner will give notice of observed defects with reasonable promptness . C8-8.11 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by th e Plan s, the General Contract Documents or these Special Contract Documents , in which no specific item for bid has been provided for in the Proposal, s hall be considered as a subsidiary item of work , the cost of which shall be included in the price bid in the Proposa l, for each bid item. Surface restoration, rock excavation and cleanup are general item s of work which fall in the category of subsidiary work . C8-8. l 2 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials s hall be used only when directed by the Engineer, depending on field conditions. Payment for mi sce llan eo us pl ace ment of material will be mad e for only that amount of material used, meas ured to th e nearest one- tenth unit. Payment for miscellaneous placement of material s hall be in accordance with -the General Contract Docume nts regardless of the actual amount used for th e Project. C8-8 . l 3 RECORD DOCUMENTS : The Contractor s hall keep on record a copy of all s pecification s, plans , addenda, modifications, s hop drawin gs a nd samples at the C8-8(4) s ite, in good o rd e r a nd a nn o ta te d to s ho w a l I c h a nges m a de during th e co ns tru ct io n process. These s ha ll be d e li ve re d to the E ng in eer up o n compl et io n of th e wo r k. C8-8(5) SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C-GENERAL CONDITIONS A. General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below . Provisions which are not so amended or supplemented remain in full force and affect. B . C8-8 .5 PARTIAL ESTIMATES AND RETAINAGE : Page C8-8 (2), s hould be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on th e 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage a s set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work a s a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate . For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent ( 10 % ). For contracts of $400,000 or more at the time of execution, retainage sh a ll be five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within fiv e ( 5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished . lt is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perfonn the work in strict accordance with the specifications or other provisions of this contract. C. Part C -General Conditions: Paragraph C3-3. l l of the General Conditions is deleted and replaced with 0-3 of Part D -Special Conditions . D . C3-3. l l INSURANCE : Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised 10/24/02 Pg . I E. C6-6 .l 2 CONTRACTOR'S RESPONSIBL1TY FOR DAMAGE CLAJMS : Page C6-6 (8), is deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City 's engineer and architect , and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indenmify, 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 service s to be performed hereunder by Contractor, its officers, agents, employees , subcontractors, licensees or invitee s, whether or not an)! such injury, damage or death is caused, in whole or in part, hi' the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indenmify 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 perfonnance 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 cl a im has been referred to the insurance carrier. The Director may, if he deems it appropriate , refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. F . INCREASED OR DECREASED QUANTITIES: Part C -General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 (1 ), revise paragraph C4-4.3 INCREASED OR DECREASED QUANTITIES to read as follows: G . The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvement s at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents . No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantitie s of sanitary sewer pipe in each pipe size but not to the various depth categories . C3-3. I l INSURANCE : Pa ge C3-3 (7): Add subparagraph "h . ADDITIONAL Revised 10 /24/02 Pg. 2 - INSURANCE REQUIREMENTS" a. The City, its officers , employees and servant s shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy . b . Certificates of in s urance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, J 000 Throckmorton Stre et , Fort Worth, TX 76102 , prior to commencement of work on th e contracted project. c . Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage . A ten days notice s hall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current AM . Best rating of A: Vll or equivalent measure of financial s trength and solvency. f Deductible limits , or self-funded retention limits, on each policy must not exceed $10 ,000 .00 per occurrence unless otherwise approved by the City. g. Other than worker 's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h . Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance . j . Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverag e maintained by City s hall not be called upon to contribute to loss recovery. k . In the course of the project, Contractor shall report , in a tin1ely manner, to City's officially designated contract administrator any known loss occurrence which cou!d give rise to a liability cl a im or lawsuit or which could result in a property loss . I. Contractor's liability shall not be limited to the specified amounts of insurance required herein. Revi sed 10/24 /02 Pg .3 H . I. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. C8-8.4 SCOPE OF PAYMENT : Delete C8-8.4, Scope of Payment at page C8-8(1) 1s deleted in its entirety and replaced with the following : The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials , and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, ( except as provided in paragraph CS-5 .14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the ·terms of the Contract Documents . The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials , or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8. l O GENERAL GUARANTY: Delete C8-8. l 0 , General Gu a ranty at page C8-8( 4) is deleted in its entirety and replaced with the following: Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship . The Contractor shall remedy any defects or damages in the work and pay for any damage to other work or property resulting therefrom which shall appear within-a period of two (2) years from the date of final acceptance of the work unless a longer period is s pecified and shall furnish a good and sufficient maintenance bond in the amount of I 00 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined . The Owner will give notice of observed defects with reasonable promptness . Revised 10/24/02 Pg.4 Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications , it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. J . Part C -General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2.7 , C2-2.8 and C2-2.9 with the following : C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." lt is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place . The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, P .O. Box 17027, Fort Worth, Texas 76102 . C2-2 .8 WlTHDRA WING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud , the proposals for which non-consideration requests have been properly filed may , at the option of the Owner, be returned unopened . C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any tin1e prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further , that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight ( 48) hours after the proposal opening time , no further consideration will be given to the proposal K. C3-3 .7 BONDS (CITY LET PROJECTS): Reference Part C , General Conditions, dated November 1, 1987 ; (City let projects) make the following revisions: 1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read : Revised 10/24/02 Pg. 5 In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City , in its sole discretion , will determine the adequacy of the proof required herein. 2. Pg. C3-3(5) Paragraph C3-3 .l l INSURAN CE delete s ubpara gra ph "a . COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3.l l INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING". L. RIGHT TO AUDIT: Part C -General Conditions, Section C8-8 MEASUREMENT AN.p PAYMENT, Page C8-8 (5), add the following: C8-8.14 RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after fmal payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents , papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section . The City shall give contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after fmal payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further , that City shall have access during norma l working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give s ubcontractor reasonable advance notice of intended audits. ( c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows : Revised l 0/24/02 1. 50 copies and und e r -10 cents per page Pg . 6 - 2, More than 50 copies -85 cents for the fo-st page plu s fifteen cents for each page thereafter M . SITE PREPARATION : The Contractor shall clear rights-of-way or easements of obstruction which must be removed to make possible proper prosecution oft he work as a part of this project construction operations. The contractor's attention is directed to paragraph C6-6. JO work within easements, page C6-6( 4), part C -General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe . N. Reference Part C -General Conditions, Section C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: 1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the word flagmen . 2 . In the first paragraph, lines five (5) and six (6), change the phrase take all such other precautionary measures to take all reasonable necessary measures. 0 . MINORITY/WOMEN BUSINESS ENTERPRISE COMPLJANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORJTY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following : Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts ( other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and /or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation ( other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years. · Revised 10 /24/02 Pg. 7 P. WAGE RATES: Section C3-3. l 3 of the General Conditions is deleted and replaced with the following : (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code , including the payment of not less than the rates detennined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code . Such prevailing wage rates are included in these contract documents . (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker emp loyed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records sha ll be open at all reasonab le hours for inspection by the City. The provisions of Section C-1, L. Right to Audit (Rev. 9/30/02) pertain to this inspection. ( c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comp ly with paragraphs (a) and (b) above . ( d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevai ling wage rates in a conspicuous p lace at the site of the project at all times. Revised 10/24/02 Pg. 8 - PART D -SPECIAL CONDITIONS 0 -1 GENERAL ............................................................................................................................ 3 0-2 COORDINATION MEETING .............................. : ................................................................. 5 0-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ...................... 5 0 -4 COORDINATION WITH FORT WORTH WATER DEPARTMENT ...................................... 7 0 -5 CROSSING OF EXISTING UTILITIES ................................................................................ 7 0-6 EXISTING UTILITIES AND IMPROVEMENTS .................................................................... 8 0 -7 CONSTRUCTION TRAFFIC OVER PIPELINES .................................................................. 8 0 -8 TRAFFIC CONTROL ........................................................................................................... 9 0-9 DETOURS ......................................................................................................................... 10 0-10 EXAMINATION OF SITE ............................................................................................... 10 0 -11 ZONING COMPLIANCE ................................................................................................ 10 0-12 WATER FOR CONSTRUCTION .................................................................................... 10 0-13 WASTE MATERIAL ....................................................................................................... 10 0-14 PROJECT CLEANUP AND FINAL ACCEPTANCE ........................................................ 10 0-15 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES .............................. \1 0-16 BID QUANTITIES .......................................................................................................... 11 0-17 CUTTING OF CONCRETE ............................................................................................ 11 0-18 PROJECT DESIGNATION SIGN ................................................................................... 12 0-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ........................................ 12 0-20 MISCELLANEOUS PLACEMENT OF MATERIAL. ......................................................... 12 0-21 CRUSHED LIMESTONE BACKFILL .............................................................................. 12 0-22 2:27 CONCRETE ........................................................................................................... 13 0-23 TRENCH EXCAVATION , BACKFILL, AND COMPACTION ........................................... 13 0-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS .............. 14 0-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) .................. 15 0-26 SANITARY SEWER MANHOLES .................................................................................. 16 0-27 SANITARY SEWER SERVICES .................................................................................... 19 · 0-28 REMOVAL, SALVAGE , AND ABANDONMENT OF EXISTING FACILITIES ..... : ........ : ... 20 0-29 DETECTABLE WARNING TAPES ................................................................................. 23 0-30 PIPE CLEANING ........................................................................................................... 23 0-31 DISPOSAL OF SPOIL/FILL MATERIAL ......................................................................... 23 0-32 MECHANICS AND MATERIALMEN'S LIEN .............................................................. : .... 23 0-33 SUBSTITUTIONS .......................................................................................................... 24 0-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER .............. 24 0-35 VACUUM TESTING OF SANITARY SEWER MANHOLES ............................................ 27 0-36 BYPASS PUMPING ....................................................................................................... 28 0-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............ 28 0-38 SAMPLES AND QUALITY CONTROL TESTING ........................................................... 30 0-39 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................................................................. 31 0-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES .......................... 32 0-41 PROTECTION OF TREES , PLANTS AND SOIL ........................................................... 32 0-42 SITE RESTORATION .................................................................................................... 32 0-43 CITY OF FORT WORTH STANDARD PRODUCT LIST ................................................ 33 0-44 TOPSOIL , SODDING , SEEDING & HYDROMULCHING ............................................... 33 0-45 CONFINED SPACE ENTRY PROGRAM ....................................................................... 38 0-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION .............................. 39 0-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ........................ 39 0-48 CONCRETE ENCASEMENT OF SEWER PIPE ........................................................... .40 0-49 CLAY DAM ..................................................................................................................... 40 10/19/2 009 SC-1 PART D -SPECIAL CONDITIONS 0 -50 EXPLORATORY EXCAVATION (D-HOLE) .................................................................. .40 0-51 INSTALLATION OF WATER FACILITIES ..................................................................... .40 51 .1 Polyvinyl Chloride (PVC) Water Pipe .......................................................................... .40 51 .2 Blocking ....................................................................................................................... 41 51 .3 Type of Casing Pipe ..................................................................................................... 41 51 .4 Tie-lns .......................................................................................................................... 41 51 .5 Connection of Existing Mains ...................................................................................... .41 51 .6 Valve Cut-Ins ............................................................................................................... 42 51 . 7 Water Services ............................................................................................................ 42 51 .8 2-lnch Temporary Service Line .................................................................................... 44 51 .9 Purging and Sterilization of Water Lines ..................................................................... .45 51.10 Work Near Pressure Plane Boundaries ....................................................................... 45 51 .11 Water Sample Station ................................................................................................. .46 51.12 Ductile Iron and Gray Iron Fittings ................................................................................ 46 0-52 SPRINKLING FOR DUST CONTROL ........................................................................... .47 0-53 DEWATERING .............................................................................................................. 47 0-54 TRENCH EXCAVATION ON DEEP TRENCHES ........................................................... 47 0-55 TREE PRUNING .................................................. , ........................................................ .47 0-56 TREE REMOVAL ........................................................................................................... 48 0-57 TEST HOLES ................................................................................................................ 48 0-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION ......................................................................................................................... 49 0-59 TRAFFIC BUTTONS ...................................................................................................... 49 0-60 SANITARY SEWER SERVICE CLEANOUTS ................................................................ 50 0-61 TEMPORARY PAVEMENT REPAIR .............................................................................. 50 0-62 CONSTRUCTION STAKES ........................................................................................... 50 0-63 EASEMENTS AND PERMITS ........................................................................................ 50 0-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ................................................ 51 D-65 WAGE RATES .......................................................................................................... .5 1 0-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ...................................... 53 0-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) ............................................................................... .' ............................................. 53 0-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS ...................................................................................................... 55 0-69 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ................................................... 56 0-70 EARLY WARNING SYSTEM FOR CONSTRUCTION ....................................................... 56 0-71 AIR POLLUTION WATCH DAYS ....................................................................................... 57 0-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ............................................ 57 10/19/2009 SC-2 PART D -SPECIAL CONDITIONS This Part D -Special Conditions is complimentary to Part C -General Conditions and Part C1 - Supplementary Conditions to Part C of the Contract . Anything contained in this Part D that is additive to any provision in Part C -General Conditions and part C1 -Supplementary Conditions to Part C of the Contract are to be read together. Any conflict between Part C -General Conditions and Part C1 -Supplementary Conditions of the Contract and this Part D, Part D shall control. FOR: SANITARY SEWER REHABILITATION CONTRACT LXXII (72)-PART 1 FORT WORTH , TEXAS CITY PROJECT NO . 00411 DOE 6465 WATER DEPARTMENT PROJECTS NO. P258-709170041187 0-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily , follow the guidelines listed below: 1. Plans 2. Contract Documents 3. Special Conditions The following Special Conditions shall be applicable to this project under the provisions stated above . The Contractor shall be responsible for defects in this project due to faulty materials and workmanship , or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes . Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and Ge.neral Specifications , with latest revisions, are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers name , or identification include therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative ; therefore , work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre - qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications , which general specifications shall govern performance of all such work . This contract and project , where applicable, may also be governed by the two following published specifications , except as modified by these Special Provisions : 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 10/19/2009 SC-3 PART D -SPECIAL CONDITIONS 2 . STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents . A copy of e ither of these specifications may be purchas ed at the office of the Transportation and Public Works Di rector , moo Throckmorton Street , 2nd Floor, Municipal Building , Fort Worth , Texas 76102 . The specifications applicable to each pay item are indicated by the call -out for the pay item by the designer. If not shown , then applicable published specifications in either of t hese documents may be followed at the discretion of the Contractor. General Provisions shall be t ho se of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive " a nd rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL : A . DELIVERY OF PROPOSAL: No proposal will be considered unless it is de live red , accompanied by its proper Bid Security, to the Purchasing Manager or his representative at t he official location an _d stated time set forth in the "Notice to Bidders". It is the Bidder's o le respons ibility to de liver the proposal at the proper time to the proper place . The mere fa ct that a proposal was dispatched will not be considered . The Bidders must have the p rop os a l actually delivered . Each proposal shall be in a sealed envelope plainly marked with th e w o rd "PROPOSAL", and the name or description of the project as designated in the "Noti ce t o Bidders". The envelope shall be addressed to the Purchasing Manager, C ity of Fort Worth • · · Purchasing Division, PO Box 17027 , Fort Worth , Texas 76102 . B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals . A request for non-considerati o n of a proposal must be made in writing , addressed to the City Manager, and filed with him pri or to the time set for the opening of proposals . After all proposals not requested fo r non- consideration are opened and publicly read aloud , the proposals for which non-considerati o n requests have been properly filed may, at the option of the Owner, be returned unopened . C . TELEGRAPHIC MODIFICATION OF PROPOSALS : Any bidder may modify his propo sal b y telegraphic communication at any time prior to the time set for opening proposals , provided such telegraphic communication is received by the Purchasing Manager prior to the sai d proposal opening time, and provided further, that the C ity Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of t he bidder was mailed prior to the proposal opening time . If such confirmation is not rece ived with in forty-eight ( 48) hours after t he proposal opening time , no further consideration will be given to the proposal. 10/19/2009 SC-4 PART D -SPECIAL CONDITIONS D-2 COORDINATION MEETING For coordination purposes . weekly meetings at the job site may be required to maintain the project on the desired schedule . The contractor shall be present at all meetings . D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions : 1. Certification of coverage ("certificate"). A copy of a certificate of insurance . a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82 , TWCC-83 , or TWCC-84 ). showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project. for the duration of the project. 2 . Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3 . Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees . This includes, without limitation , independent contractors , subcontractors , leasing companies , motor carriers , owner operators , employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation , providing , hauling, or delivering equipment or materials, or providing labor , transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets . B. The Contractor shall provide coverage , based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 .011(44) or all employees of the Contractor prov iding services on the project, for the duration of the project. C . The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project. the contractor must. prio r to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended . E. The Contractor shall obtain from each person providing services on a project , and provide the governmental ent ity : 1. A certificate of coverage , prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project ; and 10/19/2009 SC-5 PART D -SPECIAL CONDITIONS 2 . No later than seven days after receipt by the contractor , a new certificate of coverage showing extension of coverage , if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known , of any change that materially affects the provis ion of coverage of any person providing services on th e project. H . The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, info rming all persons providing services on the project that they are required to be covered , and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to pro vide services on a project, to: 1. Provide coverage, based on proper reporting on classificat ion codes and payroll amoun ts and fil ing of any coverage agreements , which meets the statutory requirements of Texa s Labor Code, Section 401.011 ( 44) for all of its employees providing services on the p roj ect, for the duration of the project; 2 . Provide to the Contractor, prior to that person beginning work on the project, a certifica te of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project ; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project ; 4 . Obtain from each other person with whom it contracts , and provide to the Contractor: a .) A certificate of coverage , prior to the other person beginning work on the project; and b.) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 5. Retain all required certificates of coverage on file for the duration of the project and for one year thereafter . 6 . Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project ; and 10/19/2 009 SC-6 - - - PART D -SPECIAL CONDITIONS 7 . Contractually require each person with whom it contracts , to perform as required by paragraphs ( 1 )-(7), with the certificates of coverage to be provided to the person for whom they are providing services . 8 . By signing this contract or providing or causing to be provided a certificate of coverage , the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured , with the commission's Division of Self-Insurance Regulation . Providing false or misleading information may subject the contractor to administrative, criminal , civil penalties or other civil actions . 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. J . The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules . This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population . The text for the notices shall be the following text, w ithout any additional words or changes : "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance . This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project , regardless of the identity of their employer or status as an employee." Call the Texas Worker's Compensation Commission at (512) 463-3642 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project, it will be necessary to deactivate , for a period of time, existing lines . The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines . D-5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be 10/19/2009 SC-7 PART D -SPECIAL CONDITIONS constructed of ductile iron pipe . The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping . The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping . Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps . Backfill , fittings , tie-ins and all other associated appurtenances required are deemed subsidiary work , the cost of which shall be included in the price bid in the Proposal for each bid item . D-6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures . However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans , o r to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines , or other property exposed by his construction operations . Contractor shall make all necessary provisions (as approved or authorized by the applicable utility company) for the support , protection and/or temporary relocation of all utility poles. gas lines , telephone cables, utility services. water mains , sanitary sewer lines. electrical cables. drainage pipes , and all other utilitie s and structures both above and below ground during construction. It is understood tha t t he Contractor is not responsible for the permanent relocation of existing utilities in direct conflic t w it h the proposed construction . The Contractor is liable for all damages done to such existing fa cilit ies as a result of his operations and any and all cost incurred for the protection and/or tempora ry relocation of such facilities are deemed subsidiary work and the cost of same and sh all be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION W ILL BE ALLOWED . Where existing utilities or service lines are cut, broken or damaged the Contractor shall repl a ce r repair the utilities or service lines with the same type of original material and construction , or better, unless otherwise shown or noted on the plans , at his own cost and expense . The Contractor shall immediately notify the Owner of the damaged utility or service line . He sh all . cooperate with the Owners of all utilities to locate existing underground facilities and notify t he Engineer of any conflicts in grades and alignment. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The righ t is reserved to the owner of public utilities to enter upon the limits of the project for the purpo se of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent , location , and depth ; they are shown on th e plans as the best information available at the time of design , from the owners of the utilities involved and from evidences found on the ground . D-7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pip e under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new 10/19/2009 SC-8 PART D -SPECIAL CONDITIONS line and the existing lines from these possibly e xcess ive loads . The Contractor shall not , at any time , cross the existing or new pipe with a truck delivering new pip e to the site . Any damage to the existing or new pipe will be repaired or replaced by the Contractor , at the Contractor's expense , to the satisfaction of the City . In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more frequent crossings of the pipes are allowed . It still is , however, the responsibility of the Contractor to repair any damage to the existing or proposed lines , if the damage results from any phase of his construction operation . 0-8 TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permit" prior to starting work . As part of the "Street Use Permit" a traffic control plan is required . The Contractor shall be responsible for providing traffic control during the construction of this proj ect consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701 d Vernon's Civil Statutes , pertinent sections being Section Nos . 27 , 29 , 30 and 31 . Unless otherwise included as part of the Construction documents , the Contractor shall submit a traffic control plan (duly sealed , signed and dated by a Registered Professional Engineer (P.E.) in the state of Texas), to the City Traffic Engineer [Tel (817)392-8770] at or before the preconstruction conference . The P . E . preparing the traffic control plan may utilize standard traffic reroute configurations posted as "Typicals " on the C ity 's Buzzsaw website . Although work will not begin until the traffic control plan has been reviewed and approved , the Contractor's time will begin in accordance with the timeframe mutually established in the 'Notice to Proceed ' issued the Contractor. The Contractor will not remove any regulatory sign , instructional sign , street name sign or other sign , which has been erected by the City . If it is determined that a sign must be removed to permit required construction , the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division , (Phone Number 817-392-7738) to remove the sign. In the case of regulatory signs , the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent s ign . If the temporary sign is not installed correctly or if it does not meet the required specifications , the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled , the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such re installation is completed . Work shall not be performed on certain locations/streets during "peak traffic periods " as determination by the City Traffic Eng ineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas ." The lump sum pay item for traffic control shall cover design and / or installation , and maintenance of the traffic control plan . 10/19/2009 SC-9 PART D -SPECIAL CONDITIONS D-9 DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area . D-10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions , which may affect construction of this project. Particular attention should be given to methods of providing ingre ss and egress to ad j acent private and public properties , procedures for protecting existi ng improvements and disposition of all materials to be removed . Proper cons ideration should be given to these details during the preparation of the Proposal and all unusual condit ions , which may . give, rise to later contingencies should be brought to the attention of the Owner prior to th e submission of the Proposal. D-11 ZONING COMPLIANCE During the construction of this project , the Contractor shall comply with present zon ing requirements of the City of Fort Worth in the use of vacant property for storage purposes . D-12 WATER FOR CONSTRUCTION The Contractor at his own expense will furn ish water for construction . D-13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause inju ry to street improvements or to abutting property. D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE T h e Contra ct o r s hall b e aw are that keepin g th e proj e ct site in a n eat and o rd erl y co ndit ion i s co n s id ered an integral p art of th e contracted w ork and as su ch sh all b e co ns id er ed sub sidi ary to th e appro pri at e bid it ems . C lean up w ork sha ll b e d on e as directed by th e Eng in eer as th e work p rogresses o r as needed . If, in the opini o n of the En gi n eer it is necess ary , clean-up s hall b e d o ne on a d ai ly b as is . C lean up work shall includ e, but not b e limited to : • Sweepin g th e s treet cl ean o f dirt o r d ebri s • Sto rin g excess m at erial in appropri ate and o rgani zed m a nn er • Keeping t ras h of any kind off o fres id ents' pro p ert y If th e E ngin eer d oes not fee l th at th e j o b s it e has b een kept in a n o rd erl y co nditi o n, o n th e nex t es tim at e p ayme nt (and a ll sub sequent paym ent s until compl eted) of th e app ro pri a te bid it e m(s) w i ll b e redu ced by 2 5%. Final cleanup work shall be done for this project as soon as all construction has been completed . No more than seven days shall elapse after completion of construction before the roadway , r igh t- 10/19/2009 SC-10 - PART D -SPECIAL CONDITIONS of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative . This cleanup shall include removal of all objectionable rocks , pieces of asphalt or concrete and other construction materials , and in general preparing the site of the work in an orderly manner and appearance. The City of Fort Worth shall give final acceptance of the completed project work. D-15 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 1. A warning sign not less than five inches by seven inches , painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes , derricks, power shovels , drilling rigs , pile drivers , hoisting equipment or similar apparatus . The warning sign shall read as follows : "WARNING -UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES ." 2 . Equipment t hat may be operated within ten feet of high voltage lines shall have insulating cage-type of guard about the boom or arm , except back hoes or dippers , and insulator links on the lift hook connections . 3. When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (ONCOR) who will erect temporary mechanical barriers, de- energize the lines , or raise or lower the lines . The work done by the power company shall not be at the expense of the C ity of Fort Worth . The notifying department shall maintain an accurate log of all such calls to ONCOR , and shall record action taken in each case. 4. The Contractor is required to make arrangements with the ONCOR company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense . 5 . No person shall work with·in six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). D-16 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased . Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities . To the extent that C4-4.3 conflicts with this provision , this provision controls . No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities . D-17 CUTTING OF CONCRETE When existing concrete is cut, such cuts shall be made with a concrete saw . All sawing shall be subs idiary to the unit cost of the respective item . 10/19/2 009 SC-11 PART D -SPECIAL CONDITIONS D-18 PROJECT DESIGNATION SIGN Project signs are required at all locations . It shall be in accordance with the attached Figure 30 ( dated 9-18-96 ). The signs may be mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting . In addition to the 4' x 8 ' project signs, project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted . Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades . Barricade signs shall be in accordance with Figure 30 , except that they shall be 1 '-0 " by 2 '-0 " in size . The information box shall have the following information : For Questions on this Project Call : (817) 392-8306 M-F 7 :30 am to 4:30 p .m . or (817) 392-8300 Nights and Weekends Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks and /or driveways, such sidewalks and/or driveways shall be completely replaced for the full existing wi dth , between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works Departmen t Standard Specifications for Construction, Item 504 . At locations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced to match type and geometry of the removed curb and gutter shall be installed in accordance with City of Fort Worth Public Works Department Standard Specificati o n for Construction , Item 502 . ·payment for cutting , backfill, concrete, forming materials and all other associated appurtenance s required, shall be included in the square yard price of the bid item for concrete sidewa lk or driveway repair. D-20 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. D-21 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208 .2 -Materials and Division 2 Item 10/19/20 09 SC-12 - - PART D -SPECIAL CONDITIONS 208 .3 -Materials Sources . Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill , Construction Specifications , General Contract Documents . Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-2 .16 Measurement of Backfill Materials, Construction Specifications, and General Contract Documents . D-22 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts Figures STR-028 ,STR-029 and STR-031 refer to using 2 :27 Concrete as base repair. Since this call-out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete. D-23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within easements, and within existing or future R.O.W . shall be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein . 1. TRENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom . The expense of such remedial measures shall be entirely the Contractor's own . All trenching operations shall be confined to the width of permanent rights-of-way , permanent easements, and any temporary construction easements . All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. 2. TRENCH BACKFILL : Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P .I. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas, with a map showing the location and depth of the various test holes . If excavated material is obviously granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2 .3, Type "C" or "D" Backfill, and E2-2.11 Trench Backfill for additional requirements . When Type "C" back-fill material is not suitable, Type "B" backfill material shall be used only with the consent and approval of the Engineer. In general, all backfill material for trenches in existing paved streets shall be in accordance with Figure WTR-029 . Sand material specified in WTR-029 shall be obtained from an approved source and shall consist of durable particles free of thin or elongated pieces, lumps of clay, soil, loam or vegetable matter and shall meet the following gradation: 10/19/2 009 SC-13 PART D -SPECIAL CONDITIONS • Less than 10% passin g the #2 00 sieve • P .I. = 10 or less Additionally , the crushed limestone embedm e nt gradation specified in Section E 1-3 Crushed Limestone for Embedment of the General Contra ct Documents and · Specifications shall be replaced with the following : Sieve Size 1" 1/2" 3/8 " #4 #8 % Retained 0-10 40 -75 55-90 90-100 95 -100 All other provisions of this section shall remain the same . 3 . TRENCH COMPACTION : All trench backfill shall be placed in lifts per E2-2 .9 Backfil l. Trenches which lie outside existing or future pavements shall be compacted to a min imum of 90% Standard Proctor Density (A.S .T.M . D698) by mechanical devices specifically design ed for compaction or a combination of methods subject to approval by the Engineer. Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compactio n or a combination of methods subject to approval by the Engineer. Backfill material to be compacte d as described above must be within +-4% of its optimum moisture content. The City , at its own expense , will perform trench compaction tests per A.S.T.M . standard s on all trench backfill. Any retesting required as a result of failure to compact the backfill material to mee t the standards will be at the expense of the Contractor and will be billed at the commercial rates a s determined by the City . These soil density tests shall be performed at two (2) foot vertical inte rv als beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contracto r will be responsible for providing access and trench safety system to the level · of trench backfill to be tested . No extra compensation will be allowed for exposing the backfill layer to be tes ted or providing trench safety system for tests conducted by the City. 4 . MEASUREMENT AND PAYMENT: All material , with the exception of Type "B" backfill , and labor costs of excavation and backfill will be included in the price bid per linear foot of water and sewer pipe . 0-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS The unit price b id under the appropriate bid item of the proposal shall cover all cost for provid ing pavement repair equal to or superior in composition , thickness , etc., to existing pavement as detailed in the Publ ic Works Department typical sections for Pavement and Trench Repair for Uti lity Cuts , Figures STR-028 through STR-031 . The results of the street cores that were conducted on the project streets , to determine HMAC depths on existing streets , are provided in these specifications and contract documents . 10/19/2009 SC-14 - PART D -SPECIAL CONDITIONS All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench , a minimum of twelve ( 12) inches outside the trench walls . The trench shall be backfilled and the top nine (9) inches shall be filled with required materials as shown on paving details, compacted and level with the finished street surface . This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All residential driveways shall be accessible at night and over weekends. It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less in width . Therefore , at the locations in the project where the trench wall is three (3) feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve ( 12) inches outside the trench wall nearest the center of the street to the gutter line . The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will permit repaving . If paving conditions are not suitable for repaving , in the opinion of the Owner, the repaving shall be done at the earliest possible date. A permit must be obtained from the Construction Services Section by the Contractor in conformance with Ordinance No . 3449 and/or Ordinance No . 792 to make utility cuts in the street. The Construction Services section will inspect the paving repair after construction . This permit requirement may be waived if work is being done under a Performance Bond and inspected by the Construction Services section. 0-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A . GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins. The requirements of this item govern all trenches for mains, manholes , vaults, service lines, and all other appurtenances . The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed _ in Texas . The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. B. STANDARDS: The latest version of the U.S . Department of Labor, Occupational Safety and Health Administration Standards , 29 CFR Part 1926 , Sub-Part P -Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C . DEFINITIONS : 1. TRENCHES -A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width , where the width measured at the bottom is not greater than fifteen (15) feet. 2. BENCHING SYSTEM -Benching means excavating the sides of a trench to form one or a series of horizontal level or steps , usually with vertical or near-vertical surfaces between levels . 10/19/2009 SC-15 PART D -SPECIAL CONDITIONS 3. SLOPING SYSTEM -Sloping means excavating to form sides of a t rench that are inclined away from the excava tion. 4 . SHIELD SYSTEM -Shields used in trenches are generally referred to as "trench boxes" or "trench shields ". Shield means a structure that is able to withstar:id the forces imposed on it by a cave-in and protect workers w ithin 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-bu i lt i n accordance with OSHA standards. 5 . SHORING SYSTEM -Shoring means a structure such as a metal hyd raulic , mechan ical o r 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 ra ils , (uprights), horizontal rails (wales) and/or sheeting . D. MEASUREMENT -Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation . The quantity of trench safe t y systems shall be based on the linear foot amount of trench depth greater than five (5) feet. E. PAYMENT -Payment shall be full compensation for safety system des ign , labor, tools , materials , equipment and incidentals necessary for the installation and removal of tren c h safety systems . 0-26 SANITARY SEWER MANHOLES A. GENERAL : The installation , replacement , and/or rehabilitation of sanitary sewer manhole s will be required as shown on the plans , and/or as described in these Special Contract Docum en t s in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes , Valve Vaults , Et c ., and E2-14 Vault and Manhole Construction of the General Contract Documents and Specifications , unless amended or superseded by requirements of this Special Condition . Fo r new sewer line installations , the Contractor shall temporarily plug all lines at every open manhole under construction in order to keep debris out of the dry sewer lines . The plugs sha ll . not be removed until the applicable manhole complete with cone section has been constr ucted and the lid installed to keep out debris as a result of additional construction . 1. CONCRETE COLLARS : Concrete collars will be required on all manholes specified as per COFW Standard Detail SAN -009 . 2 . DELETED 3. LIFT HOLES : All lift holes shall be plugged with a pre-cast concrete plug . The lift hole shall be sealed on the outside of the manhole with Ram -Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout. 4 . -FINAL RIM ELEVATIONS : Manhole rims in parkways , lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) i nch above the surround ing 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 . 10/19/2009 SC-16 PART D -SPECIAL CONDITIONS Manholes in open fields, unimproved land , or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade . 5 . MANHOLE COVERS : All lids shall have pick slots in lieu of pick holes . Manhole frames and covers shall be PAMREX, or approved equal , with 30-inch clear opening . Covers shall set flush with the rim of the frame and shall have no larger than 1 /8-inch gap between the frame and cover. Bearing surfaces shall be machine finished. Locking manhole lids and frames will be restricted to locations within the 100-year floodplain and areas specifically designated on the plans . 6 . SHALLOW CONE MANHOLES : Shallow manhole constru~tion will be used when manhole depth is four (4) feet or less. All shallow cone manholes shall be built in accordance with Figure 105. All shallow cone manholes shall have a cast iron lid and frame with pick slots . NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED. 7. MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole. 8 . EXTERIOR SURFACE COATING : Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black " Tnemec "46- 450 Heavy Tnemecol ," or equal to , a minimum or 14 mils dry film thickness . 9 . MANHOLE JOINT SEALING : All interior and/or exterior joints on concrete manhole sections constructed for the City of Fort Worth Water Department, excluding only the joints using a trapped type performed 0-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent-Seal, Ram-Nek, E-Z Stick , or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross-sectional area or flat-tape and shall be sized as recommended by the manufacturer and approved by the Engineer . The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation , evaporation, or any other chemical action for either its adhesive properties or cohesive strength. The Joint sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of the length of time it is exposed to the elements . The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre-formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years. B. EXECUTION: 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above-specified materials . All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in accordance with the recommendations . The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench . After removal of the protective wrapper, the joint sealant shall be kept clean . Install frames and cover over manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer. 10/19/2 009 SC-17 PART D -SPECIAL CONDITIONS 2 . SEALING AND/OR ADJUSTING EXISTING MANHOLES : Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to e x pose the entire manhole frame and a min i mum of 6 inches of the manhole wall keeping the sides of the t rench nearly vertical. Remove manhole frame from the manhole structure and observe the condition of the frame and grade rings . Any frame or grade ring that is not suitable for use as determined by the Engineer shall be replaced . Grade rings that are constructed of brick , block materials other than pre-cast concrete rings , or where necessary and approved by the Engineer, shall be replaced with a pre-cast flattop section . Pre-cast concrete rings , or a pre-cas t concrete flattop section will be the only adjustments allowed . In brick or block manholes, replace the upper portion of the manhole to a point 24 inches below the frame . If the walls or cone section below this level are structurally unsound , notify the Engineer prior to replacement of the grade rings and manhole frame . Existing brickwork , if damaged by the Contractor, shall be replaced at the Contractor's expense . Wire brush manhole frame and expo~ed manhole surfaces to remove dirt and loose debris . Coat exposed manhole surfaces with an approved bonding agent followed by a n application of quick setting hydraulic cement to provide a smooth working surface . If the inside diameter of the manhole is too large to safely support new adjustment rin gs or frames , a flat top section shall be installed . Joint surfaces between the frames, adjustment rings , and cone section shall be free of dirt , stones, debris and voids to ensure a watertight seal. Place flexible gasket joint mate ria l along the inside and outside edge of each joint, or use trowelable material in lieu of pre- formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole . No steel shims , wood , stones, or any material not specifi cally accepted by the Engineer may be used to obtain final surface elevation of the manhole frame . In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of the casting will conform to the slop e and finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the finished elevation . Allowances for the compression of the joint material shall be made to assure a proper final grade elevation . 3 . EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated wit h two mop coats of coal tar epoxy . Kopper "Bitumastic Super Service Black"; Tnemec "46 - 450 Heavy Tnemecol ", or equal, to a minimum of 14 mils dry film thickness . 4 . The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 1 /2 -inch thick coat of trowelable bitumastic joint seala nt from 6-inches below to 6 -inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling . C . MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment , and materials necessary for construction of the manhole includ ing, but not limited to, joint sealing , lift hole sealing and exterior surface coating . Payment shall not includ e pavement replacement , which if required , shall be paid separately . 10/19/2009 SC-18 PART D -SPECIAL CONDITIONS The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole, including, but not limited to , excavation, backfill , disposal of materials, joint sealing, lift hole sealing and exterior surface coating . Payment shall not include pavement replacement , which if required, shall be paid separately . The price bid for adjusting and/or sealing of ex isting manholes shall include all labor, equipment and materials necessary for adjusting and/or sealing the manhole, including but not limited to , joint sealing, lift hole sealing, and exterior surface coating . Payment for concrete collars will be made per each . Payment for manhole inserts will be made per each . 0-27 SANITARY SEWER SERVICES Any reconnection , relocation , re-routes , replacement, or new sanitary sewer service shall be required as shown on the plans , and/or as described in these Special Contact Documents in addition to those located in the field and identified by the Engineer as active sewer taps . The service connections shall be constructed by the Contractor utilizing standard factory manufactured tees . City approved factory manufactured saddle taps may be used , but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case basis . The Contractor shall be responsible for coordinating the scheduling of tapping crews with building owners and the Engineer in order that the work be performed in an expeditious manner. A minimum of 24 hours advance notice shall be given when taps w ill be required . Severed service connections shall be maintained as specified in section C6-6 .15. D. SEWER SERVICE RECONNECTION : When sewer service reconnection is called for the Contractor shall vertically adjust the existing sewer service line as required for reconnection and furnish a new tap . The fittings used for vertical adjustment shall consist of a maximum bend of 45 degrees . The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut applications, all sanita ry sewer service lines shall be replaced to the property or easement line , or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four (4) feet of service line which is included in the price bid for Sanitary Sewer Taps. Payment for work such as backfill, saddles, tees, fittings incidental four ( 4) feet of service line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps . E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line . If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line, all work shall be performed by a licensed plumber. The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as approved by the Engineer. For situations involving sewer service re-routing, whether on public or private property, the City shall provide line and grade for the sewer service lines as shown on the project plans . Prior to installing the applicable sewer main or lateral and the necessary service lines , the Contractor shall verify (by de-holing at the building clean-out) the elevations 10/19/2 009 SC-19 PART D -SPECIAL CONDITIONS (shown on the plans) at the building cle a n-out and compare the data with the elevation at the proposed connection point on the sewer main , in order to ensure that the two (2) percent minimum slope (or as specified by the Engineer) requirement is satisfied . Elevations shall also be verified at all bend locations on the service re-route. All applicable sewer mains , laterals and affected service lines that are installed without pre-construction de-holing at the affected residences (to verify design elevations) shall be removed and replaced as necessary at the Contractor's expense in the event grade conflicts are brought to light after de-holing is conducted. All elevation information obtained by the Contractor shall be submitted to the Inspector. The Eng ineer shall be immediately notified in the event that the two (2) percent minimum slope is not satisfied . If the Contra ctor determines that a different alignment for the re-route is more beneficial than shown on the plans , the Contractor shall obtain and subm it all relevant elevation information for the new alignment to the Inspector and shall be responsible for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is satisfied . Prior to backfilling , the Contractor shall double check the grade of the installed service line and submit signed documentation verifying that the line has been installed as designed to the Engineer. The Contractor, at its sole expense , shall be required to uncover any sewer service for which no grade verification has been submitted . All re-routes that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense . The Contractor shall ensure that the service line is backfilled and compacted in accordance with the City Plumbing Code . Connection to the existing sewe r service line sha ll be made with appropriate adapter fittings . The fitting shall be a urethane or neoprene coupli ng A.S .T.M. C-425 with series 300 stainless steel compression straps. The Contractor shall remove the existing clean-out and plug the abandoned sewer service line. The contractor shall utilize · schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property. Furthermore , the contractor shall utilize the service s of a licensed plumber for all service line work on private property. Permit(s) must be obtained from the City of Fort Worth Development Department for all service line work on private property and all work related to the service line must be approved by a City of Fort Worth Plumbing Inspector. A copy of the plumb ing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-route . Payment for work and materials such as backfill, removal of existing clean-outs , plugging the abandoned sewer service line , double checking the grade of the installed service line , pipe fittings , surface restoration on private property (to match existing), and all other associa ted work for service replacements in excess of four ( 4) linear feet shall be included in the linea r foot price bid for sanitary sewer service line replacement on private property or public right of way. Payment for all work and material involving the "tap " shall be included in the price bid for sanitary sewer service taps. 0-28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any removal , salvaging and/or abandonment of existing facilities will necessari ly 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 Section E2-1.5 Salvaging of Material and E2-2 . 7 Removing Pipe , of the General Contra ct Documents and Specifications , unless amended or superseded by requ irements of this Special Cond ition . 10/19/2 0 09 SC-20 PART D -SPECIAL CONDITIONS A . SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1 . 5 Salvaging of Materials . B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID : Existing water meter and concrete vault lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1 .5 Salvaging of Materials . The concrete vault shall be demolished in place to a point not less than 18 inches below final grade . The concrete vault shall then be backfilled and compacted in accordance with backfill method as specified in Section E2 -2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void shall be backfilled and compacted in accordance with backfill method as specified in Section E2 -2 .9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade . D. SALVAGE OF EXISTING GATE VALVE : Existing gate valve and valve box and lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1 .5 Salvaging of Materials. The void area caused by the valve removal shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade . If the valve is in a concrete vault , the vault shall be demolished in place to a point no less than 18" below final grade . E . ABANDONMENT OF EXISTING GATE VALVE : Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position and demolishing the valve box in place to a point not less than 18 inches below final grade . Concrete shall then be used as backfill material to match existing grade . F. ABANDONMENT OF EXISTING VAULTS : Vaults to be demolished in _ place shall have top slab and lid removed and vault walls demolished to a point not less than 18" below final grade . The void area caused shall then be backfilled and compacted in accordance with backfill method as specified in Section E2 -2 .9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with the existing surrounding grade . G. ABANDONMENT OF MANHOLES : Manholes to be abandoned in place shall have all pipes entering or exiting the structure plugged with lean concrete. Manhole top or cone section shall be removed to the top of the full barrel diameter section, or to point not less than 18 inches below final grade. The structure shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill. Backfill material may be either clean washed sand of clean , suitable excavated material approved by the Engineer. Surface restoration shall be compatible with surrounding service surface . Payment for work involved ·in backfilling, plugging of pipe(s) and all other appurtenances required, shall be included in the appropriate bid item -Abandon Existing Sewer Manhole . 10/19/20 09 SC-21 PART D -SPECIAL CONDITIONS H . REMOVAL OF MANHOLES: Manholes to be removed shall have a l l pipes entering or exiting the structure disconnected . The complete manhole , including top or cone section , all full barrel diameter section , and base section shall be removed . The excavation shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill. Backfill material may be witt, Type C Backfill or Type B Backfill , as approved by the Engineer. Surface restoration shall be compatible with surrounding surface . I. CUTTING AND PLUGGING EXISTING MAINS : At various locations on this project , it may be required to cut , plug , and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines . Cutting and plugging existing mains and/or services shall be considered as incidental and all costs incurred will be considered to be included in the linear foot bid price of the pipe , unless separate trenching is required . J . REMOVAL OF EXISTING PIPE : Where removal of t he existing pipe is required, it shall be the Contractor's responsibility to properly dispose of all removed pipe. All removed va lves , fire hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage Yard . C . PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe, except as follows : separate payment will be made for removal of all fire hydrants, gate valves, 16 inc h and larger, and san itary sewer manholes , regardless of location. Payment will be made for salvaging, abandoning and/or removing all other existing facilitie s when said facility is not being replaced in the same trench (i .e ., when removal require s a separate trench). L . ABANDONMENT OF EXISTING SEWER LINES : Where plans call for abandonment of existing sewer mains after the construction of a new sewer main, the Contractor shall be responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a final determination that all existing service connections have been relocated to the new main . Once this determination has been made , the existing main will be abandoned as indicated above in Item I. 10/19/2009 SC-22 PART D -SPECIAL CONDITIONS D-29 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non -metallic water and sanitary sewer pipe . The detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc. or approved equal , and shall consist of a minimum thickness 0 .35 mils solid alum inum foil encased in a protective inert plastic jacket that is impervious to all known alkalis , acids , chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5 .5 mils, and the width shall not be less than two inches with a minimum unit weight of 21/i pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows : Type of Utility Color Code Water Safety Blue Sewer Safety Green Legends Caution ! Buried Water Line Below Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the pipe. Payment for work such as backfill , bedding , blocking, detectable tapes , and all other associated appurtenances required shall be included in the unit price bid for the appropriate bid item(s). D-30 PIPE CLEANING Joints shall be wiped and then inspected for proper installation by the inspectors . Each joint shall be swept daily and kept clean during installation. A temporary night plug shall be installed on all exposed pipe ends during any per iod of work stoppage . D-31 DISPOSAL OF SPOIL/FILL MATERIAL Prior to the disposing of any spoil/fill material , the Contractor shall advise the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Admin.istrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Qrdinance No. 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies . No fill permit is required if disposal sites are not in a floodplain . Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain . Any expenses associated with obtaining the fill perm it , including any necessary Engineering studies, shall be at the Contractor's expense . In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site , Contractor shall remove the spoil/fill material at his expense and dispose of such materials in accordance with the Ordinances of the City and this section . D-32 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men 's liens upon receipt of payment. 10/19/2009 SC-23 PART D -SPECIAL CONDITIONS D-33 SUBSTITUTIONS T he specifications for materials set out the min i mum standard of quality, which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a subst itution for the material , which has been specified . Where the term "or equal ", or "or approved equal " is used , it is understood that if a material , product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establ ishing a standard of quality acceptable to the City. If a product of any other name is proposed for use , the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute . Where the term "o f equal ", or "o r approved equal " is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose . However, the Contractor shall have the full responsibility of proving that the propos e d substitution is, in fact, equal , and the Engineer, as the representat ive of the City , shall be the sole judge of the acceptability of substitutions . The provisions of this sub-section as related to "substitutions " shall be applicable to all sections of these specifications . D-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL : Prior to the reconstruction , ALL sect ions of existing sanitary sewer lines to be abandoned , removed (except where being replaced in the same location), or rehabilitated (pip e enlargement, cured-in-place pipe , fold and form pipe , slip-l ine, etc .), shall be cleaned , an d a television inspection performed to identify any active sewer service taps , other sewer la te ra ls and their location . Work shall consist of furnishing all labor, material , and equip ment necessary for the cleaning and inspection of the sewer lines by means of closed ci rc uit television . Satisfactory precautions shall be taken to protect the sewer lines from damag e tha t might be inflicted by the improper use of clean ing equipment. 1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer li ne cleaning equipment shall be constructed for easy and safe operation . The equipment s II also have a selection of two or more high-velocity nozzles . The nozzles shall be capa ble of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned . Equipment shall also include a high-velocity gun for washing and scourin g manhole walls and floor. The gun shall be capable of producing flows from a fine spray to c:i solid stream . The equipment shall carry its own water tank , auxiliary engines, pump s, and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleanin g operation to protect against flooding of the sewer. The movable dam shall be equal in diameter around the outer periphery to ensure removal of grease. If sewer cleaning ba lls or other equipment, which cannot be collapsed, is used , special precautions to prevent flooding of the sewers and public or private property shall be taken. The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleanin g devices whenever possible . . 2 . CLEANING PROCEDURES : The designated sewer manholes shall be cleaned using high - velocity jet equipment. The equipment shall be capable of removing dirt , grease, rocks , sand, and other materials and obstructions from the sewer lines and manhofes . If cleaning of an entire section cannot be successfully performed from one manhole , the equipment shall be set up on the other manhole and cleaning again attempted . If, again , successfu l 10/19/20 09 SC-24 PART D -SPECIAL CONDITIONS cleaning cannot be performed or equipment fails to traverse the entire manhole section , it will be assumed that a major blockage exists , and the cleaning effort shall be abandoned . When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water ·shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before using any water from the City Water Distribution System , the Contractor shall apply for and receive permission from the Water Department. The Contractor shall be responsible for the water meter and related charges for the setup , including the water usage bill. All expenses shall be considered incidental to cleaning . 3. DEBRIS REMOVAL AND DISPOSAL : All sludge , dirt , sand, rock , grease , and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned . Passing material from manhole section to manhole section, which could cause line stoppages , accumulations of sand in wet wells , or damage pumping equipment , shall not be permitted . 4 . All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from the site no less often than at the end of each workday and disposed of at no additional cost to the City . 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES , CATCH BASINS , STORM DRAINS OR SANITARY SEWER MANHOLES . 6. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection . Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe . The camera shall be operative in 100% humidity conditions . The camera , television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. B. EXECUTION : 1. TELEVISION INSPECTION : The camera shall be moved through the line in either direction at a moderate rate , stopping when necessary to permit proper documentation of any sewer service taps . In no case will the television camera be pulled at a speed greater than 30 feet per minute . Manual winches, power winches , TV cable , and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line . When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection videotapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device . Marking on the cable , or the 10/19/2 009 SC-25 PART D -SPECIAL CONDITIONS like, which would require interpolation for depth of manhole , will not be allowed . Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device , and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera . The methods used for securing passage of the camera are to be at the option of the Contractor. The cost of retrieving the Television camera , under all circumstances , when it becomes lodged during inspection, shall be incidental to Television inspection . 2 . DOCUMENTATION : Television Inspection Logs : Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service taps observed during inspection . In addition, other points of significan ce such as locations of unusual conditions, roots , storm sewer connections, broken pipe , presence of scale and corrosion , and other discernible features will be recorded, and a copy of such records will be supplied to the City. 3 . PHOTOGRAPHS : Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations . 4 . VIDEOTAPE RECORDINGS : The purpose of tape recording shall be to supply a vi sual and audio record of problem areas of the lines that may be replayed . Video tape record i ng playback shall be at the same speed that it was recorded . The television tapes shall be furnished to the City for review immediately upon completion of the television insp e ct io n and may be retained a maximum of 30 calendar days . Equipment shall be provided to the City by the Contractor for review of the tapes . The Engineer will return tapes to the Contractor upon completion of review . Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re-televise and provide a good tape of th e line at no additional cost to the City. If a good tape cannot be provided of'such quality that can be reviewed by the Engineer, no payment for televising this portion shall be ma de . 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 fo~ items under Television Inspection of the Proposal. C . PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for Pre-Construction Cleaning and Television Inspection o f sanitary sewers shall be per linear foot of sewer actually televised . The Contractor shall 10/19/2009 SC-26 PART D -SPECIAL CONDITIONS provide the Engine e r with ta pes of a quality that the pa rt ic ular piece of sewer can be readily evaluated as to existing sewer conditions and for providing appropriate means for review of the tapes by the Engineer includ ing collection and removal , transportation and disposal of sand and debris from the sewers to a legal dump site . Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis . The primary purpose of cleaning is for television inspect ion and rehabilitation ; when a portion of a line is not or cannot be televised or rehabilitat ed , the cleaning of that portion of line shall be incidental and no payment shall be made . The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera . The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included in the bid price for TV Inspections . The cost of retrieving the TV Camera, under all circumstances , when it becomes lodged during inspection , shall be inc idental to TV Inspection . The item shall also include all costs of installing and maintaining any bypass pumping required to provide rel iable , regular sewer service to the area residents . All bypass pumping shall be incidental to the project. D-35 VACUUM TESTING OF SANITARY SEWER MANHOLES A. GENERAL : This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes . B . EXECUTION : 1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with all connections in place . Lift holes shall be plugged , and all drop-connections and gas sealing connections shall be installed prior to testing . The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole .· The plugs shall be installed in the lines beyond the drop-connections , gas sealing connections, etc . The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations . A vacuum of ten inches of mercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed , the level of vacuum shall be read after the required test time . The required test time shall be determined from the Table I below in accordance with ASTM C1244-93 : 10/19/2 009 Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (1 O"Hg -9"Hg) (SEC) Depth of MH . 48-lnch Dia . 60 -lnch Dia . (FT.) Manhole Manhole 0 to 16 ' 40 sec . 52 sec . 18 ' 45 sec . 59 sec . SC-27 PART D -SPECIAL CONDITIONS 20' 50 sec. 65 sec . 22 ' 55 sec . 72 sec . 24' 59 sec . 78 se c . 26' 64 sec . 85 sec . 28' 69 sec . 91 sec . 30' 74 sec. 98 sec . For Each 5 sec . 6 sec . Additional 2' 1. ACCEPTANCE : The manhole shall be considered acceptable , if the drop in the leve l of vacuum is less than one-inch of mercury ( 1" Hg) after the required test time . Any ma n ho le , which fails to pass the initial test , must be repaired by e ither pressure grouting through the manhole wall or d igging to expose the exterior wall of the manhole in order to locate th e leak and seal it with an epoxy sealant. The manhole shall be retested as described a bove until it has successfully passed the test. Following completion of a successful test , the manhole shall be restored to its norma l cond ition , all temporary plugs shall be removed , all braces , equipment , and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C . PAYMENT : Payment for vacuum testing of sanitary sewer manholes shall be paid a t th e contract price per each vacuum test. This price shall include all material , labor, eq ui pment, and all incidentals , including all bypass pumping , required to complete the test as spe cified herein . D-36 BYPASS PUMPING The Contractor shall bypass the sewage around the section or sections of sewer t o be rehabilitated and/or replaced . The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. Provisions shall be made at driveways and street crossings to permit safe vehicular travel without interrupting flow in the bypass system . Under no circumstances will the Contractor be permitte d t o discharge sewage into the trenches . Payment shall be incidental to rehabilitation or replac e ment of the sewer line . D-37 POST-CONSTRUCTION TELEVISION tNSPECTION OF SANITARY SEWER A. GENERAL: After construction, ALL sections of sanitary sewer lines shall have a televis ion inspection performed by an independent sub-Contractor hired by the prime Contractor. Work shall consist of furnishing all labor, material , and equipment necessary for inspe ction of the sewer lines by means of closed circuit television . Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of clean i ng equipment. B . TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspect ion shall be one specifically designed and constructed for such inspection . Lighting fo r the camera sha ll 10/19/2009 SC-28 PART D -SPECIAL CONDITIONS be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection . C . EXECUTION : 1. TELEVISION INSPECTION : The camera shall be moved through the line in either direction at a moderate rate , stopping when necessary to permit proper documentation of any sewer service taps . In no case will the television camera be pulled at a speed greater than 30 feet per minute . Manual winches, power winches , TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line . No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer. When manually operated winches are used to pull the television camera through the line , telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized . All television inspection video tapes shall have a footage counter. Measurement for location of sewe r service taps shall be above ground by means of meter device . Marking on the cable, or the like, which would require interpolation for depth of manhole , will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape , or other suitable device , and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera . The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera , under all circumstances, when it becomes lodged during inspection , shall be incidental to Television inspection . Sanitary sewer mains must be laced with enough water to fill all low pints . The television inspection must b~ done immediately following the lacing of the main with no water flow . If sewer is active , flow must be restricted to provide a clear i mage of sewer being inspected . 2 . DOCUMENTATION : Television Inspection Logs : Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection. All television logs shall be referenced to stationing as shown on the plans . A copy of these television logs will be supplied to the City. 3. PHOTOGRAPHS : Instant developing, 35 mm , or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations . 4. VIDEOTAPE RECORDINGS : The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed . Video tape recording 10/19/2 009 SC-29 PART D -SPECIAL CONDITIONS playback shall be at the same speed that it was recorded . The television tapes shall be furn ished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days . Equipment shall be provided to the City by the Contractor for review of the tapes . Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re- televise and provide a good tape of the line at no additional cost to the City . If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made . Also , no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera . D . PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS : The cost for post-construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised . The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis . The quantity of TV inspection shall be measured as the total length of new pipe installed . All costs associated with this work shall be included in the appropriate bid item -Post-Construction Television Inspection . The item shall also include all costs of installing and maintaining any bypass pumping req ui red to provide reliable, regular sewer service to the area residents . All bypass pumping shall be incidental to the project. D-38 SAMPLES AND QUALITY CONTROL TESTING A. The Contractor shall furnish , at its own expense , certifications by a private laboratory for all materials proposed to be used on the project , including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crusl:ied stone to be used along with the name of the pit fn:>m which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto . B . Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate , cement , and mortar which are to be used later in the concrete . The Contractor shall provide a certified copy of the te st results to the City. C . Quality control testing of in-place material on this project will be performed by the city at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. D . Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing . The Contractor shall provide access and trench safety system (if required) 10/19/2 00 9 SC-30 - PART D -SPECIAL CONDITIONS for the site to be tested , and any wo rk effort involved is deemed to be included in the unit price for the item being tested . E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site . The ticket shall specify the name of the pit supplying the fill material. D-39 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) A . DESCRIPTION : This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Eng i neer for the duration of the contract. These control measures shall at no t ime be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations . The temporary measures shall include dikes , dams, berms, sediment basins , fiber mats, jute netting , temporary seeding , straw mulch , asphalt mulch , plastic liners , rubble liners, baled-hay retards , dikes , slope drains and other devices . B. CONSTRUCTION REQUIREMENTS : The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right- of-way , clearing and grubbing , the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams , other water courses , lakes, ponds or other areas of wate r impoundment. Such work may involve the construction of temporary berms, dikes , dams , sediment basins, slope drains and use of temporary mulches , mats , seeding , or other control devices or methods directed by the Engineer as necessary to control soil erosion . Temporary pollution-control measu res shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features , but are not associated w ith permanent control features on the project. The Engineer will limit the area of preparing right-of-way , clearing and grubbing , excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading , mulching , seeding , and other such permanent pollution-control measures current in accordance with the accepted schedule . Should seasonal conditions make such limitations unrealistic , temporary soil-erosion -control measures shall be performed as d irected by the Engineer. · 2 .. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams . 3 . Frequent ford ings of live streams will not be permitted ; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams . 4 . When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by-a dike or other barrier to keep sediment from entering a flowing stream . Care shall be taken du ring the construction and removal of such barriers to minimize the muddying of a stream . 5 . All waterways shall be cleared as soon as practicable of false work , piling , debris or other obstructions placed during construction operations that are not a part of the finished work . 10/19/20 09 SC-31 PART D -SPECIAL CONDITIONS 6 . The Contractor shall take sufficien t precautions to prevent pollution of streams , lakes and reservoirs with fuels , oils , bitumen , calcium chloride or other harmful materials . He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservo irs and to avoid interference with movement of migratory fish . C. MEASUREMENT AND PAYMENT : All work , materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay w ill be given for this work . 0-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES The Contractor shall provide ingress and egress to the property being crossed by th is construction and adjacent property when construction is not in progress and at night. Drives shall be left accessible at night, on weekends , and during holidays . The Contractor shall conduct his activities to minimize obstruction of access to drives and property during the progress of construction. Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. 0-41 PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to the Contractors ' operations including lawns , yards , shrub s, trees , etc ., shall be preserved or restored after completion of the work , to a condition equal to or better than prior to start of work . Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or replaced at the Contractor's expense . Trimming or pruning to facilitate the work will be permitted only by experienced workmen in an approved manner (No trimming or pruning with out the property owners ' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing . By ordinance, the Contractor must obtain a permit from the City Forester before any wo rk (trimming, removal , or root pruning) can be done on trees or shrubs growing on public property including street Rights-of-Ways and designated alleys . This permit can be obtained by calling the Forestry Office at 817-392-5738 . All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards ca n be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture . Payment for negligent damage to public trees shall be made to the C ity of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the-Oak Wilt fungus , all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning pa int. No separate payment will be made for any of the work involved for this item and all costs incurred will be considered a subsidiary cost of the project. 0-42 SITE RESTORATION The contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restorat ion to plus minus one -tenth (0 .1) of a foot. 10/19/2009 SC-32 PART D -SPECIAL CONDITIONS D-43 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products submitted in the bid documents mus t appear in the latest "City of Fort Worth Standard Product List , for the bid to be considered responsive . Products and processes listed i n the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth min imum technical requirements . D-44 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Specifications for Topsoil , Sodding and Seeding . 1. TOPSOIL DESCRIPTION : This item will consist of furnish ing 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 establ ished by the Engineer. CONSTRUCTION METHODS : Topsoil will be secured from borrow sources as required to supplement material secured from street excavation . All excavated materials from streets wh ich is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a borrow source . Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways . 2 . SODDING DESCRIPTION : Sodding will consist of furnishing and planting Bermuda, Buffalo or St. Augustine grass in the areas between the curbs and walks , on terraces , in median strips , on embankments or cut slopes, or in such areas as designated on the Drawings and in accordance with the requirements of this Specification . Recommended Buffalo grass varieties for sodding are Prairie and 609 . MATERIALS: Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass secured from sources where the soil is fertile. Sod to be placed during the dormant state of these grasses shall be alive and acceptable . Bermuda and Buffalo grass sod shall have a healthy, virile root system of dense , thickly matted roots throughout a two (2) inch minimum th ickness of native soil attached to the roots . St. Augustine grass sod shall have a healthy, virile root system of dense , thickly matted roots throughout a one ( 1) inch minimum thickness of native soil attached to the roots . The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted . Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or exist ing 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 10/19/2009 SC -33 PART D -SPECIAL CONDITIONS until planted . When so d irected by the Engineer, the sod existing at the so u rce shall be watered to the extent required prior to excavating. Sod material shall be planted within three days after it is excavated . CONSTRUCTION METHODS : After the designated areas have been comple ted to the lines , grades , and cross-sections shown on the Drawings and as provided for in other items of the contract , sodding of the type spec ified shall be performed in accordance with the requirements hereinafter described . Sodding shall be either "spot" or "block"; either Bermuda , Buffalo or St. Augustine grass . a . Spot Sodding Furrows parallel to the curb line or sidewalk lines , twelve ( 12) inches on centers or to t he dimensions shown on the Drawings, shall be opened on areas to be sodded . In all furrows , sod approximately three (3) inches square shall be placed on twelve ( 12) inch centers at proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the finished grade . Holes of equivalent depth and spacing may be used instead of furrows . The soil shall be firm around each block and then the entire sodded area shall be carefull y rolled with a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds pe r square inch comp ression . Hand tamping may be required on terraces . b . Block Sodding . At locations on the Drawings or where directed , sod blocks shall be carefully placed on the prepared areas . The sod shall be so placed that the entire des ignated area sh a ll be covered, and any voids left in the block sodding shall be filled with additional sod and tamped . The entire sodded area shall be rolled and tamped to form a thoroughly comp act solid mass . Surfaces of block sod, which, in the opinion of the Engineer, may slide d e to the height or slope of the surface or nature of the soil, shall, upon direction of the Eng in ee r, be pegged with wooden pegs driven through the sod block to the firm earth, su ffi ciently close to hold the block sod firmly in place . When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross -section previously provided and existin9 at the time sodding operations were begun . Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. The sodded areas shall be thoroughly watered immediately after they are planted and shall be subsequently watered at such times and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth . 3 . SEEDING DESCRIPTION : "Seeding" will consist of preparing ground , providing and planting seed o r a mixture of seed of the kind specified along and across such areas as may be des ig·nated on the Drawings and in accordance w ith these Specifications . MATERIALS : 10/19/2009 SC-34 - PART D -SPECIAL CONDITIONS a. General. All seed used must carry a Texas Testing Seed label showing purity and germination , name , type of seed , and that the seed meets all requirements of the Texas Seed Law . Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or conta ine rs . A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer . The specified seed shall equal or exceed the following percentages of Purity and germination : Common Name Purity Germination Common Bermuda Grass 95% 90 % Annual Rye Grass 95 % 95 % Tall Fescue 95% 90% Western Wheatgrass 95% 90% Buffalo Grass Varieties Top Gun 95% 90% Cody 95% 90% Table 120.2.(2)a. URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS) Dates Feb 1 to May 1 Mixture for Clay or Tight Soils (Eastern Sections) Bermudagrass 40 Buffalograss 60 (Western Sections) Buffalograss 80 Bermudagrass 20 Total : 100 Total : 100 Table, 120.2.(2)b Mixture for Sandy Soils (All Sections) Bermudagrass 60 Buffalograss 40 Total : 100 TEMPORARY COOL-SEASON SEE.DING RATE; (lb .) Pure Live Seed (PLS) Dates (All Sections) Aug 15 Tall Fescue 50 to Western Wheatgrass 50 May 1 Annual Rye 50 Total : 100 CONSTRUCTION METHODS: After the designated areas have been completed to the lines , grades, and cross -sections shown on the Drawings and as provided for in other items of this Contract , seeding of the type specified shall be performed in accordance with the requ i rements hereinafter described . a . Watering. Seeded areas shall be watered · as d irected by the Engineer so as to prevent washing of the slopes or dislodgment of the seed . 10/19/200 9 SC-35 PART D -SPECIAL CONDITIONS b. Finishing . Where applicable , the shou lders, s lopes , and d itches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-sect ion previously provided and exist ing at the time planting operations were begun . BROADCAST SEEDING : The seed or seed mixture in the quantity spec ified shall be uniformly distributed over the areas shown on the Draw ings and where directed . If the sowing of seed is by hand , rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other . Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained . "Finishing" as specified in Section D- 45 , Construction Methods, is not applicable since no seed bed preparation is required . DISCED SEEDING : Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed . The area shall then be finished to line and grade as specified under "Finishing" in Section D-45 , Construction Methods . The seed , or seed mixture, specified shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods , seed shall be raked or harrowed into the soil to a depth of approximately one-eight (1/8) inch . The planted area shall be rolled with a corrugated roller of th e "Cultipacker" type. All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING : The soil over the area shown on the Drawings, or as d i rected to be seeded , shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed . T he area shall then be finished to line and grade as specified under "Finishing" in Section D-45 , Construction Methods . Water shall then be applied to the cultivated area of the seed bed until a minimum depth of si x (6) inches is thoroughly moistened. After the· watering, when the ground has become sufficiently dry to be loose and pliable , th e seed , or 3eed mixture specified , shall then be planted at the rate required and the applicatio n shall be made uniformly. If the sowing of seed is by hand , rather than mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time , provided the specified uniform rate of application for both is obtained . After planting , the seed shall be raked or harrowed into the soil to a depth of approximately one-quarter (1/4) inch . The planted surface area and giving a smooth surface without ruts or tracks . In between the time compacting is completed and the asphalt is applied , the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of s ix (6) inches in depth . The application of asphalt shall follow the last watering as rapidly as possible . Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300 , "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included , then MS-2 shall be used. Applications of th e 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 . 10/19/2009 SC-36 PART D -SPECIAL CONDITIONS RE -SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES : Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120 .2(2)a. The re -seeding will be ach ieved in the following manner. The cool season species shall be mowed down to a he ight of one ( 1) inch to i nsure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil · penetration . * Slit-seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4 . HYDROMULCH SEEDING : If hydro mulch seeding is provided , seed mix shall have 95 % purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes . 5 . CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS : FERTILIZER DESCRIPTION : "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications . MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis . The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law . A pelleted or granulated fertilizer shall be used with an analysis of 16-20- 0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen , phosphoric acid , and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists . In the event it is necessary to substitute a fertilizer of a different analysis , it shall be a pelleted or granulated fertilizer with a lower concentration . Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS : When an item for fertilizer is included in the Drawings and proposal , pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work . Fertilizer shall be dry and in good physical condition . Fertilizer that is powdered to -caked will be rejected . Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "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 measured by the linear foot , complete in place . 10/19/2 009 SC-37 PART D -SPECIAL CONDITIONS Acceptable material for "Sodd ing " will be measured by the linear foot , complete in place . Acceptable material for "Fertilizer" shall be subsid iary to the price of sodding or seeding. PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work . Its price shall be full compensation for excavating (except as noted below), loading , hauling , placing and furnishing all labor, equipment , tools , supplies , and incidentals necessary to complete work . All labor, equipment , tools and incidentals necessary to supply, transport, stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding " bid items and will not be paid for directly. "Spot sodd ing" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard , complete in place , as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping ; for all watering ; for disposal of all surplus materials ; and for all materials , labor, equipment, tools and incidentals necessary to complete the work , all in accordance with the Drawings and these Specifications . The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the un it price for "Seeding", or "Sodding", of the type specified, as th e cas e may be , which price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the work accepted as follows : Fertilizer material and application will not be measured or paid for directly, but is cons idered subsidiary to Sodding and Seeding . D-45 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM " which must meet OSHA requirements for all its employees a nd subcontractors at all times during construction . All active sewer manholes , regardles~ of d ept h , are defined by OSHA, as "permit required confined spaces ". Contractors shall submit a n acceptable "CONFINED SPACE ENTRY PROGRAM " for all applicable manholes and maintain an active file for these manholes . The cost of complying with this program shall be subsidiary to th e pay items involving work in confined spaces. 10/19/2 009 SC-38 - PART D -SPECIAL CONDITIONS 0-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 7 . Prior to the final inspection being conducted for the project , the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete . 8 . The inspector along with appropriate City staff and the City 's consultant shall make an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected . 9 . The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected . 10. Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price . Contractor shall still be required to address all other deficiencies, which are discovered at the time of final inspection . 11. Final inspection shall be in conformance with general condition item "C5-5.18 Final Inspection " of PART C -GENERAL CONDITIONS . 0-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) 1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs, tree trunks , and tree roots at each work site . All such measures shall be considered as incidental work included in the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering . 2 . Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the construction area . 3 . Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations . The Engineer shall be notified at least 24 hours prior to any tree trimming work. No trimming work will be permitted within private property without written permission .of the Owner. 4. Nothing shall be stored over the tree root system within the drip line area of any tree . 5. Before excavation (off the roadway) within the drip line area of any tree , the earth shall be sawcut for a minimum depth of 2 feet. 6 . At designated locations shown on the drawings , the "short tunnel" method using Class 51 D .I. pipe shall be utilized . 7 . Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense . - 8. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. 10/19/2009 SC-39 PART D -SPECIAL CONDITIONS 9 . Short tunneling shall consist of power augering or hand excavation. The tunnel diamete r shall not be large r than 1-1 /2 times the outside pipe diameter. Voids remaining after p ipe installation shall be pressure grouted . 0-48 CONCRETE ENCASEMENT OF SEWER PIPE Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of concrete encasement as measured in place along the centerline of the p i pe for each pipe diameter indicated . The Contract Unit Price shall include all costs associated with installation and reinforcement of the concrete encasement. 0-49 CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Construction , figure in the Drawings in these Specifications , at locations indicated on the Drawing s or as directed by the City . Clay dams shall be keyed into und isturbed soil to make an imperviou s barrier to reduce groundwater percolation through the pipeline trench . Construction material sha ll consist of compacted bentonite clay or 2:27 concrete . Payment for work such as forming , placing and finishing shall be subsid iary to the price bid for pipe installation . 0-50 EXPLORATORY EXCAVATION (0-HOLE) The Contractor shall be responsible for verifying the locations of §.!! existing utilities prior to construction, in accordance with item D-6 . At locations identified -on the drawings , contracto r shall conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility ali gn me nt. The exploratory excavation shall be conducted prior to construction of the entire project only t locations denoted on the plans or as directed by the engineer. Contractor shall submit a re port of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the st art of construction of the entire project. If the contractor determines an existing utility is in conflict w it h the proposed facility, the contractor shall contact the engineer immediately for appropriate d es ig n modifications . The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the a p proval of the C ity inspector. The contractor shall be liable for any and all damages incurred du e to th e exploratory excavation (D-Hole). Payment shall not be made for verification of existing utilities pe r item D-6 . Paym ent for exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Eng ineer, shall include full compensation for all materials, excavation, surface restoration, field surve ys , a nd all incidentals necessary to complete the work , shall be the unit price bid . No payment sha ll be made for exploratory excavation(s) conducted after construction has begun . 0-51 INSTALLATION OF WATER FACILITIES 51.1 Polyvinyl Chloride (PVC) Water Pipe POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accorda nce with the material standard contained in the General Contract Documents . Payment for wo r k such as backfill , bedding , blocking, detectable tapes and all other associated appurtenant required , shall be included in the linear foot price bid of the appropriate BID ITEM(S). 10/19/2009 SC-40 - PART D -SPECIAL CONDITIONS 51.2 Blocking Concrete block ing on this Project will necessarily be required as shown on the Plans and shall be installed in accordance with the General Contract Documents . All valves shall have concrete blocking provided for supporting. No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the linear foot bid price of the pipe or the bid price of the valve. 51.3 Type of Casing Pipe 1. WATER: The casing pipe for open cut and bored or tunneled sect ion shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe , and shall conform to the provisions of E 1-15 , E 1-5 and E 1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects . The steel casing pipe shall be supplied as follows : For the inside and outside of casing pipe , coal -tar protective coating in accordance w ith the requirements of Sec . 2.2 and related sections in AWWA C-203 . Touch-up after field welds shall provide coating equal to those specified above . C. Minimum thickness for casing p ipe 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 cas ing . Installation shall be as recommended by the Manufacturer. 2 . SEWER: Boring used on this project shall be in accordance with the material standard E 1-15 and Construction standard E2-15 as per Fig. 11 O of the General Contract Documents. 3 . PAYMENT: Payment for all materials , labor, equipment , excavation , concrete grout, backfill , a nd incidental work shall be included in the unit price bid per foot . 51.4 Tie-Ins The Contractor shall be responsible for making tie -ins to the existing water mains . It shall be the responsibility of the Contractor to verify the exact location and elevation of the existing line tie-ins . And any differences i n locations and elevation of existing line tie-ins between the contract drawings and what may be encountered in the field shall be considered as incidental to construction . The cost of making tie-ins to ex isting water o r sanitary sewer mains shall be included in the linear foot bid price of the pipe . 51.5 Connection of Existing Mains The Contractor shall determif)e the exact location , elevation , configuration and angulation of existing water or sanitary sewer lines prior to manufacturing of the connecting piece . Any differences in locations , elevation , configuration , and or angulat ion of existing lines between the contract drawings and what may be encountered in the said work shall be considered as incidental to construction . Where it is required to shut down existing mains in order to make proposed connection s, such down time shall be coordinated with the 10/19/2009 SC-41 PART D -SPECIAL CONDITIONS Engineer , and all efforts shall be made to keep this down time to a m i nimum . In case of shutt ing down an existing main , the Contractor shall notify the City Project Manager, Construct ion Services , Phone 817-392 -8306 , at least 48-hours prior to the required shut down time . The Contractor's attention is directed to Paragraph C5-5 .15 INTERRUPTION OF SERVICE , Page C5 -5(5), PART C -GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS . The Contractor shall notify the customer both personally and in writing as to the location, time , and schedule of the service interruption . The cost of removing any ex isting concrete blocking shall be included in the cost of connection . Unless bid separately all cost incurred shall be included in the linear foot price bid for the appropriate pipe size . 51.6 Valve Cut-Ins It may be necessary to cut-in gate valves to isolate the water main from which the extension and/or replacement is to be connected . This may require closing valves in othe r lines and putting consumers out of service for that period of time necessary to cut in the new valve; the work must be expedited to the utmost and all such cut-ins must be coordinated with the eng ineer in charge of inspection . All consumers shall be individually advised prior to the shut out and advised of the approximate length of time they may be without service . Payment for work such as backfill , bedding, fittings, blocking and all other associ ated appurtenants required , shall be included in the price of the appropriate bid items . 51. 7 Water Services The relocation, replacement , or reconnection of water services will be required as shown on the plans , and/or as described in these Special Contract Documents in addition to tho se located in the field and identified by the Engineer. All service's shall be constructed by the contractor utilizing approved factory manufactured tap saddles (when required) and corporation stops , type K copper water tubing , curb stops with lock wings , meter boxes , and if required approved manufactured service branches . All materials used shall be as specified in the Material Standards (E1-17 & E1-18) contained in the General Contract Documents . All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade . All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1- inch Type K copper, 1-inch diameter tap saddle when required , and 1-inch corporation from the main line to the meter box. All services which are to be replaced or relocated shall be installed with the service main tap and service line being in line with the service meter unless otherwise directed by th~ Engineer . A minimum of 24 hours advance notice shall be given when service interruption will be required as specified in Section C5-5 .15 INTERRUPTION OF SERVICE . 10/19/2 009 SC-42 - PART D -SPECIAL CONDITIONS All water service meters shall be removed , tagged, and collected by· the contractor for pickup by the Water Department for reconditioning or replacement. After installation of the water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 1. WATER SERVICE REPLACEMENTS : Water service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street reconstruction . The contractor shall replace the existing service line with Type K copper from the main to the meter, curb stop with lock wings , and corporation stop. Payment for all work and materials such as backfill , fittings , type K copper tubing , curb stop with lock wings, service line adjustment , and any relocation of up to 12-inches from center line existing meter location to center line proposed meter location shall be included in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the service installation . Payment for all work and materials such as tap saddle (if required), corporation stops , and fitt ings shall be included in the price bid for Service Taps to Main . 1. WATER SERVICE RECONNECTION: Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction . The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop. The contractor will be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. 2 . WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve ( 12) inches , as measured from the center line of the existing meter to location to the center· line of the proposed meter location , separate payment will be allowed for the relocation of service meter and meter box . Centerline is defined by a line extended from the service tap through the meter. Only relocations made perpendicular to this centerline will be paid for separately. Relocations made along the centerline will be paid of in feet of copper service line . When relocation of service meter and meter box is required , payment for all work and materials such as backfill, fitt ings , five (5) feet of type K copper service and all materials , labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation . All other costs will be included in other appropriate bid item(s). This item will also be used to pay for all service meter and meter box relocations as required by the Engineer when the service line is not being replaced . Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment at any time . Locations with multiple service branches will be paid for as one service meter and meter box relocation . 10/19/2009 SC-43 PART D -SPECIAL CONDITIONS 4 . NEW SERVICE : When new services are required the contractor shall install tap saddle (when required), corporation stop , type K copper service line, curb stop with lock wings , and meter box . Reinforced plastic meter boxes with cast iron lid shall be provided for all 2 inch water meters or smaller. The reinforced plastic water meter boxes shall comply with section E1-18A-Reinforced Plastic Water Meter Boxes . Payment for all work and materials such as backfill , fittings, type K copper tubing , and curb stop with lock wings shall be included in the Linear Foot price bid for Service Line from Main to Meter five (5) feet behind the meter. Payment for all work and materials such as tap saddle, corporation stops , and fittings sh a ll be included in the price bid for Service Taps to Mains . Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box. 1. MULTIPLE SERVICE BRANCHES : When multiple service branches are required the contractor shall furnish approved factory manufactured branches . Payment for multiple service branches will include furnishing and install ing the mu ltip le . service branch only and all other cost will be included in other appropriate bid item(s). 2 . MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any m ultip le service lines with taps servicing a single service meter encountered during con st ru ction shall be replaced with one service line that is applicable for the size of the existing se rvice meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid item(s). 51.8 2-lnch Temporary Service Line A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to p ro v1 d temporary water service to all buildings that will necessarily be required to have se v re d water service during said work . The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnect io ns wit h the building _ owners and the Engineer in order that the work be performed in an ex pe d itio u s manner. Severed water service must be reconnected within 2 hours of discontinua n ce of service. A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve wi th an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to the City water supply. The 2-inch temporary service main and 3/4 -i nc h service lines shall be installed in accordance to the attached figures 1, 2 an d 3. 2" temporary service line shall be cleaned and sterilized by using chlorine gas or chl orina ted lime (HTH} prior to installation. The out-of-service meters shall be removed, tagged and collected by the Contractor for delivery to the.· Water Department Meter Shop for reconditioning or replacement. Upon restoring permanent service, the Contractor shall re-install the meters at the co rre ct location . The meter box shall be reset as necessary to be flush with the existing grou nd o r as otherwise directed by the Engineer. 10/19/2009 SC-44 - - PART D -SPECIAL CONDITIONS The temporary service layout shall have a minimum available flow rate of 5 GPM at a dynamic pressure of 35 PSI per service tap . This criteria shall be used by the Contractor to determine the length of temporary service allowed, number of service taps and number of feed points. When the temporary service is required for more than one location the 2-inch temporary service pipes, 3/4-inch service lines and the 2-inch meter shall be moved to the next successive project location. Payment for work such as fittings , 3/4-inch service lines, asphalt , barricades, all service connections, removal of temporary services and all other associated appurtenants required, shall be included in the appropriate bid item . B. In order to accurately measure the amount of water used during construction , the Contractor will install a fire hydrant meter for all temporary service lines . Water used during construction for flushing new mains that cannot be metered from a hydrant will be estimated as accurately as possible . At the pre-construction conference the contractor will advise the inspector of the number of meters that will be needed along with the locations where they will be used . The inspector will deliver the hydrant meters to the locations . After installation, the contractor will take full responsibility for the meters until such time as the contractor returns those meters to the inspector. Any damage to the meters will be the sole responsibility of the contractor. The Water Department Meter Shop will evaluate the condition of the meters upon return and if repairs are needed the contractor will receive an invoice for those repairs . The issued meter is for this specific project and location only. Any water that the contractor may need for personal use will require a separate hydrant meter obtained by the Contractor, at its cost , from the Water Department. 51.9 Purging and Sterilizc:1tion of Water Lines Before being placed into service all newly constructed water lines shall be purged and sterilized in accordance with E2-24 of the General Contract Documents and Specifications except as modified herein . The City will provide all water for INITIAL cleaning and sterilization of water lines . All materials for construction of the project, including appropriately sized "pipe cleaning pigs ", chlorine gas or chlorinated lime (HTH) shall be furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to provide a chlorine residual of fifty (50) PPM . The residual of free chlorine shall be measured after 24 hours and shall not be less than 10 parts per million of free chlorine. Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary sewer not be available, chlorinated water shall be "de-chlorinated" prior to disposal. The line may not be placed in service until two successive sets of samples, taken 24 hours apart, have met the established standards of purity. Purging and sterilization of the water lines shall be considered as incidental to the project and all costs incurred will be considered to be included in the linear foot bid price of the pipe. 51.10 Work Near Pressure Plane Boundaries Contractor shall take note that the water line to be replaced under this contract may cross or may be in close proximity to an existing pressure plane boundary. Care shall be taken to ensure all "pressure plane" valves installed are installed closed and no cross connections are made between pressure planes 10/19/2009 SC-45 PART D -SPECIAL CONDITIONS 51.11 Water Sample Station GENERAL : All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge ; however, the Contractor will be requ ired to pick up this item at the Field Operations Warehouse . PAYMENT FOR FIGURE 34 INSTALLATIONS : Payment for all work and mate ria ls necessary for the installation of the 3/4-inch type K copper service li ne will be shall be included in the price b id for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main . Payment for all work and materials necessary for the installation of the sampling statio n , concrete support block , curb stop , fittings, and an incidental 5-feet of type K copper servi c e line which are required to provide a complete and functional water sampling station shall b e included in the price bid for Water Sample Stations. PAYMENT FOR FIGURE 33 INSTALLATIONS : Payment for all work and mate r ia ls 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 t o provide a complete and functional water sampling station shall be included in the price b id for Water Sample Stations . 51.12 Ductile Iron and Gray Iron Fittings Reference Part E2 Construction Specifications , Section E2-7 Installing Cast Iron Pip e , fittings, and Specials, Sub section E2-7.11 Cast Iron Fittings : E2-7 .11 DUCTILE-IRON AND GRAY-IRON FITTINGS : All ductile-iron and gray-iron fittings shall be furnished with cement mortar lining as stated in Section E1-7 . The pri ce bid per ton of fittings shall be payment in full for all fittings , joint accessories, polyethyl ene wrapping , horizontal concrete block ing , vertical tie-down concrete blocking, and concrete cradle necessary for construction as designed . All ductile-iron and gray-iron fittings , valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E 1-13 and Construction Specification E2-13 . Wrapping shall precede horizontal concrete blocking , vertical tie-down concrete blocking , and concrete cradle . Payment for the polyethylene wrapping , horizoota l concrete blocking , vertical tie-down concrete blocking, and concrete cradle shall be included in bid items for vales and fittings and no other payments will be allowed . 10/19/2009 SC-46 PART D -SPECIAL CONDITIONS 0-52 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200 , "Sprinkling for Dust Control " shall apply. However, no direct payment will be made for this item and it shall be considered to this contract. D-53 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations . The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers . Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price . 0-54 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction . Contractor shall not leave excavated . trench open overnight. Contractor shall fill any trench the same day of excavation . No extra payment shall be allowed for th is special condition . 0-55 TREE PRUNING A. REFERENCES : National Arborist Association 's "Pruning Standards for Shade Trees ". B . ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2 . Vermeer V-1550RC Root Pruner C . NATURAL RESOURCES PROTECTION FENCE 3 . Steel 'T ' = Bar stakes, 6 feet long . 4 . Smooth Horse-Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 5 . Surveyor's Plastic Flagging : "Tundra " weight, International fluorescent orange or red color. 6 . Combination Fence : Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings . D. ROOT PRUNING 7 . Survey and stake location of root pruning trenches as shown on drawings . 8 . Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone . 10/19/2009 SC-47 PART D -SPECIAL CONDITIONS 9 . Backfill and compact the trench immediately after trenching . 10 . Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 11 . Within 24 hours , prune flush with ground and backfill any exposed roots due to construction activity . Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation . 12 . Limit any grading work within conservation areas to 3-inch maximum cut or fill , with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection . E. MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing operatio n on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price . D-56 TREE REMOVAL Trees to be removed shall be removed using applicable methods, including stump and roo t ba ll removal, loading , hauling and dumping . Extra caution shall be taken to not disrupt existing utilities both overhead and buried. The Contractor shall immediately repair or replace any dama g e to utilities and private property including , but not limited to , water and sewer services , pavem e nt, fences, walls , sprinkler system piping, etc ., at no cost to the Owner. All costs for tree removal , including temporary service costs , shall be considered subsidiary to the project contract price and no additional payment will be allowed . D-57 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and a ll prospective bidders, and any bidder on th is project shall submit his bid under this condition . Whether prospective bidders perform this subsurface exploration jointly or independently , and whether they make such determination by the use of test holes or other means, shall be left to t he discretion of such prospective bidders . If test borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither th e City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same , either in character, location , or elevation, as shown on the boring logs . It shall be the responsibility of the bidder to make such subsurface· investigations, as he dee ms necessary to determine the nature of the material to be excavated . The Contractor assumes a ll responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site. The cost of all rock removal and other associated appurtenances , if required, shall be included in the linear foot bid price of the pipe . 10/19/2009 SC-48 - - PART D -SPECIAL CONDITIONS D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction on any block in the project , the contractor shall , on a block by block basis , prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction . The notice shall be prepared as follows : The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor 's letterhead and shall include the following information : Name of Project, C ity Project No (CPN)., Scope of Project (i .e. type of construction activity), actual construction duration within the block , the name of the contractor 's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction notification ' flyer is attached . The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector . In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed . The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as follows : The notificat ion or flyer shall be posted twenty-four (24) prior to the temporary interruption . The flyer shall be prepared on the contractor 's letterhead and shall include the following information : Name of the project, City Project Number, the date of the interruption of service , the period the interruption will take place, the name of the contractor 's foreman and his phone number and the name of the City's inspector and his phone number. A sample of the temporary water service interruption notification is attached . A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed. The contractor shall not be permitted to proceed with interruption of water service until the flyer has been del ivered to all affected residents and businesses . Electronic versions of the sample flyers can be obtained from the Project Construction Inspector.. All work involved with the notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made. D-59 TRAFFIC BUTTONS The removal and replacement of traffic buttons is the responsibility of the contractor and shall be considered a subsidiary item . In the event that the contractor prefers for the Signals, Signs and Markings Division (SSMD) of the Transportation/Public Works Department to install the markings , the contractor shall contact SSMD at (817) 392-8770 and shall reimburse SSMD for all costs incurred, both labor and material. No additional compensation shall be made to the contractor for this reimbursement. 10/19/2009 SC-49 PART D -SPECIAL CONDITIONS D-60 SANITARY SEWER SERVICE CLEANOUTS Whenever a sanitary sewer service line is installed or replaced , the Contractor shall install a two- way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high traffic areas such as driveways, streets , sidewalks , etc. whenever possible . When it is not possible, the cleanout stack and cap shall be cast iron . Payment for all war~ and materials necessary for the installation of the two-way service cleanout which are required to provide a complete and functional sanitary sewer cleanout shall be included in the price bid for Sanitary Sewer Service Cleanouts . D-61 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base .. The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provi de smooth rideability on the street as well as provide a smooth transition between the existing pavement and the temporary repair . Cost of saw cutting shall be subsidiary to the temporary pavement repair pay item. The contractor shall be responsible for maintaining the temporary pavement until the paving contractor has mobilized . The paving contractor shall assume maintenance responsibility upon such mobilization. No additional compensation shall be made for maintaining the tempo rary pavement. D-62 CONSTRUCTION ST AKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or ot he r customary method of markings as may be found consistent with professional practice, establish ing line and grades for roadway and utility construction, and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, dra inage etc.), and one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving . It shall be the sole responsibility of the Contractor to preserve , maintain , transfer, etc ., all stakes . furnished until completion of the construction phase of the project for which they were furnished . If the City or its agent determines that a sufficient number of stakes or markings provided by the City, have been lost , destroyed, or disturbed, to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the Contractor's sole expense , to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due t o lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents . D-63 EASEMENTS AND PERMITS . The performance of this contract requires certain temporary construction, right-of-entry agreements , and/or permits to perform work on private property. The City has attempted to obtain the temporary construction and/or right-of-entry agreements for properties where construction activity is necessary on City owned facilities, such as sewer lines or 10/19/2009 SC-50 PART D -SPECIAL CONDITIONS manholes . For locat ions where the Ci ty wa s unable to obtain the easement or right-of-entry , it shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject property. This shall be subsidiary to the contract. The agreements , which the City has obtained , are available to the Contractor for review by contacting the consultant who distributes the plans for the project. Also , it shall be the responsibility of the Contractor to obtain written permission from property owners to perform such work as cleanout repa ir and sewer service replacement on private property. Contractor shall adhere to all requirements of Paragraph C6 -6.1 O of the General Contract Documents . The Contractor's attention is directed to the agreement terms along with any special conditions tha t may have been imposed on these agreements , by the property owners. The easements and/or private property shall be cleaned up after use and restored to its original condit ion or better. In event additional work room is required by the Contractor, it shall be the Contractor's responsibility to obta in written permission from the property owners involved for the use of additional property required . No addit ional payment will be allowed for this item . The City has obtained the necessary documentation for railroad and/or highway permits required for construction of this project. The Contractor shall be re.sponsible for thoroughly reviewing , understanding and complying with all provisions of such permits , including obtaining the requis ite insurance , and shall pay any and all costs associated with or required by the permit(s). It is the Contractor's responsibil ity to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. For railroad permits , any and all railroad insurance costs and any other incidental costs necessary to meet the conditions associated with permit(s) compliance, including payment for flagmen , shall be included in the lump sum pay bid item for "Associated Costs for Construction within Railroad / Agency Right -of-way". No additional compensation shall be allowed on this pay item . D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING After the pre-construction conference has been held but before construction is allowed to beg in 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 , includ ing construction start date, and answer any construction related questions . Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. · D-65 WAGE RATES Compliance with and Enforcement of Prevailing Wage Laws Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258 , Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance w ith Chapter 2258. Such prevail ing wage rates are included i n these contract documents . Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall , upon demand made by the City, pay to the City $60 for each worker employed for each calendar -day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents . 10/19/2 009 SC-51 PART D -SPECIAL CONDITIONS This penalty shall be reta ined by the City to offset its administrative costs , pursuant to Te xas Government Code 2258.023 . Complaints of Violations and City Determination of Good Cause . On receipt of information , including a complaint by a worker, concerning an alleged violation of 2258 .023 , Texas Government Code , by a contractor or subcontractor, the City shall make an initi a l determination , before the 31st day after the date the City receives the information , as to whether good cause exists to believe that the violation occurred . The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination . Upon the City 's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258 , the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates , such amounts be ing subtracted from successive progress payments pending a final determ ination of the violation . Arbitration Required if Violation Not Resolved . An issue relating to an alleged violation of Section 2258.023, Texas Government Code, incl uding a penalty owed to the City or an affected worker, shall be submitted to binding arbitra tion 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) a bo ve . If the persons required to arbitrate under this section do not agree on an arbitrator before th e 11th day after the date that arbitration is required , a district court shall appoint an arbitrator on th e 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 co mpete nt jurisdiction . Records to be Maintained . The contractor and each subcontractor shall , for a period of three (3) years following th e date of acceptance of the work, maintain records that show (i) the name and occupation of ea c h wo rke r employed by the contractor in the construction of the work provided for in this contract ; an d ii) the actual per diem wages paid to each worker . The records shall be open at all reasonable ho urs for inspection by the City. The provisions of the Audit section of these contract documents s ha ll pertain to this inspectim1. Pay Estimates . With each partial payment estimate or payroll period, whichever is less , the contractor shall subm it an affidavit stating that the contractor has complied with the requirements of Chapter 225 8, Te xa s Government Code . Posting of Wage Rates . The contractor shall post the prevailing wage rates in a conspicuous place at the site of the p roject at all times. Subcontractor Compliance. The contractor shall inciude in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above . (Wage rates are attached at the end of this section .) (Attached) 10/19/2009 SC-52 - PART D -SPECIAL CONDITIONS D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE A . It is the intent of the City of Fort Worth to comply with the requ irements of the Asbestos National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR Part 61 , Subpart M. This specification will establish procedures to be used by all Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with NESHAP . Nothing in this specification shall be construed to void any provision of a contract or other law , ordinance , regulation or policy whose requirements are more stringent. B . ACP is defined under NESHAP as a Category 11 , non-friable material in its intact state but which may become friable upon removal , demolition and/or disposal. Consequently, if the removal/ disposal process renders the ACP friable , it is regulated under the disposal requirements of 40 CFR 61 .150 . A NESHAP notification must be filed with the Texas Department of Health. The notification must be filed at least ten days prior to removal of the material. If it remains in its non -friable state , as defined by the NESHAP, it can be disposed as a conventional construction waste . The Environmental Protection Agency (EPA) defines friable as material , when dry, which may be crumbled, pulverized or reduced to powder by hand pressures . C . The Generator of the hazardous material is responsible for the identification and proper handling , transportation , and disposal of the material. Therefore , it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. D . It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable . The Excavator is responsible to employ those means , methods , techniques and sequences to ensure this result. E. Compliance with all aspects of worker safety and health regulat ions 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 resronsibility of the Excavator. (Copy of forms attached) F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe unless otherwise stated or indicated on the project plans or contract documents . D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations , a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction 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 10/19/20 0 9 SC-53 PART D -SPECIAL CONDITIONS permit can be obtained through the Internet at http://www.tnrcc .state .tx .us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www .dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that , if properly utilized , can minimize the need for physical controls and possible reduce costs . The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or g reater than 5 acres , the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site . The NOi shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee . The NOi shall be mailed to : Texas Commission on Environmental Quality Storm Water & General Permits Team ; MC-228 P.O. Box 13087 Austin, TX 78711-3087 A copy of the NOi shall be sent to : City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qual ify as Large Construction Activity, the contractor shall sign , prior to final payment , a TCEQ Notice of Termination (NOT) form prepa re d by the engineer . It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to : Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site . Copies of the project SWPPP 's are available for viewing at the office of the Consultant disbursing the plans for the project. The selected Contractor shall be provided with three copies o f the SWPPP after award of contract , along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. 10/19/2009 SC-54 PART D -SPECIAL CONDITIONS LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES : A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee . A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities . The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SWPPP . Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site . Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Term ination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee , or , when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOi form is not required . However, a TCEQ Site Notice form must be completed and posted at the site . A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above . A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities . The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion , sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to , silt fences , straw bale dikes, rock berms , diversion dikes, interceptor swales , sediment traps and basins , pipe slope drain , inlet protection, stabilized construction entrances , seeding , sodding , mulching, soil retention blankets, or other structural or non-structural storm water pollution controls . The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SW PPP IMPLEMENTATION : Payment sllall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP . D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative . The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project, the Contractor must coordinate this activity through the appropriate City representative . The Contractor shall not operate water line valves of existing water system . Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28 .03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions . 10/19/2009 SC-55 PART D -SPECIAL CONDITIONS D-69 ADDITIONAL SUBMITTAL$ FOR CONTRACT AWARD The City reserves the right to requi re any pre-qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City , in sole discretion may require , including but not limited to manpower and equipment records , information abou t key personnel to be assigned to the project , and construct ion schedule , to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame . Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the addi t ional information if requested may be grounds for rejecting the apparent low bidder as non -responsive . Affected contractors will be notified in writing of a recommendation to the City Counci l. * D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the con tra ct schedule , the following process shall be applicable : The work progress on all construction projects w i ll be closely monitored . On a bi-monthly basis th e percentage of work completed w ill be _compared to the percentage of time charged to the cont rac t. If t he amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example : 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken : 1. A letter will be mailed to the contractor by certified mail , return receipt requested demanding that , w ithin 10 days from the date that the letter is received , it provid e sufficient equipment , materials and labor to ensure completion of the work with i n th e contract time . In the event the contractor receives such a letter, the contractor sha ll provide to the City an updated schedule showing how the project will be completed within the contract time. 2 . The Project iv1anager and the Directors of Water Department, and Department of Transportation and Public Works will be made aware of the situation . If necessary, the City Manager's Office and the appropriate city council members may also be informed. 3 . Any notice that may, in the City 's sole discretion , be required to be provide d t o interested individuals will distributed by the Water Department's Public Information Officer. 4 . Upon receipt of the contractor's response , the appropriate City departments and directors will be notified . The Water Department 's Public Information Officer will , if necessary, then forward updated notices to the interested individuals . 5 . If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. 1011912009 SC-56 - PART D -SPECIAL CONDITIONS 0-71 AIR POLLUTION WATCH DAYS The Contractor shall be requ ired to observe the following gu idelines relating to working on City construct ion sites on days des ignated as "AIR POLLUTION WATCH DAYS ". Typically, the OZONE SEASON , within the Metroplex area , runs from May 1, through OCTOBER 31, with 6 :00 a .m . -10 :00 a .m . be ing critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION .. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the A ir Pollution Watch by 3:00 p .m . on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days , the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10 :00 a .m . whenever construction phas ing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10 :00 a .m . if use of moto r ized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting ", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG . If the Contractor is unable to perfo r m continuous work for a period of at least seven hours between the hours of 7 :00 a .m . - 6 :00 p.m ., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. 0-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS A fee for street use permits is in effect. In addition , a separate fee for re-inspections for parkway construction , such as driveways , sidewalks , etc., will be required . The fees are as follows : 1. The street permit fee is $75 .00 per permit with payment due at the time of permit application . 2 . A re-inspection fee of $25 .00 will be assessed when work for which an inspection called for is incomplete . Payment is due prior to the City performing re-inspection . Payment by the contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made . Ji~N D OF PA B'J1 D -S J>l i~('I AL ( 'O N l>ITION S 10/19/2009 SC-57 PART D -SPECIAL CONDITIONS (To be printed on Contracto r 's Letterhead) Date : CPN No .: Project Name : Mapsco Location : Lim it s of Construction : THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON WATER AND/ OR SEWER LINES ON OR AROUND YOU R PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE . IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER IS S UE , PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FL YER HANDY WHEN YOU CALL 10/19/2 009 SC-58 10/19/2009 PART D -SPECIAL CONDITIONS FORT WORTH ~ Data: ____ _ DOE NO. XXXX Projec:1 Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON--------- BETWEEN THE HOURS OF _______ AND _____ _ IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT __________ ~ (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. ____________ AT __________ _ (CJTY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ___________ __,,CONTRACTOR ----------·--~-- SC-59 F 0 r 0 ff i C e u s ·0 n I y u T A H p A D N E s H A p [l T 0 H 0 L PART D -SPECIAL CONDITIONS TEXAS DEPARTMENT OF HEAL TH ,. NOTIFICATION FORM ~-~.}·.·.~. DEMOLITION/ RENOVATION T n H NOTE: CIRCLE ITEMS THAT ARE AMENDED NOTIFICATION# _________ _ 1) Aba;eme nt Co.ntra cto r: ___________________ TDH Licen se N u mber ; ______ _ /..<J dress : C ity : State : ___ Z ip : ___ _ Offic e Phone Nu m ber : ,__,__ _________ .Jo b S ite Phone Nu mber: _____________ _ Site Su p,e rv.s.o r: T O H Licen~i3 N v m ber~ --------------- S ile Su pe f'Vi..<:(l r: TOH License Number. ______________ _ Trained Cm-Site HESHA P l nd i11r<l Uil l : _______________ Certification 0;;1te : _______ _ Demolition Conl ractor : ______________ Ottic e PMM Nu(n bel'..__~---------- Adcr~:s ; ________________ Cil~•: __________ Ste1e : Zip;~~-- 2) P rOjed Consultani or Qpi;;ra1or; ________________ TOH Licen s e Numb er:. ______ _ M ail ing Add ress; ____________________________________ _ City : state: ____ .Zip : ____ Office Ph one Number:..__.._ _____ _ 3) Facllity0·,1,·ner. _______________________ ~----------- Attontio n: _____________________________________ _ Ma i:li ng Add res.,: ___________________________________ _ City: State: Zip ; Owner Phone Numberl __ )~. ___ _ >«Noto ; Tho inv.oii;v f<lr tho notlficatlon foo wlll be ae.nt to tho owner of tho b1,11lcflng ond ttic bl lll1'19 odd ress for the Invoice w ill be cbtalnod fl'(lm tM lt1for m:1Uon lh.:i t ls prnvidod In this section. 4 ) Descnptioo or Faciti ty Name:. _______________________________ _ Physi.~I Ad d re5,5 ; _____________ County: City: _______ Zip;_-__ Facil ity Phon e Number Facil ity Conb;;c! Person : ______________ _ Descdpl ion o.f Area/Room Number: ____________ ----------------- Prior Use =------------,------Futute U s e : __________________ _ Age <:1 f 8u ildin~/Facili1y : S ize: Number of Fl oors; _____ School (K · 12): C YES c NO 5) Type of Work; , , Demolition ;-i Renovation {Abote,mcnt) J Annual Consolidated Work wi ll be d 11r ing : :J Oa.y o Even ing iJ Night :: Pha$8d Projaci Descrip ti on of work schedule:._----------------~------------- 6} IS !his a Public BuildinQ? C YES NESHAP ~Only f;iclllty'? D YES rJ NO Federal Facility? 0 YES : NO Industrial Site? 0 YES Li NO C NO I S Building /Facility Occupied? U YES CJ NO 7) No1ificati@ Type CHECK ONL V m,E \I o Original (10 Working Oays) -: Cancellation 1: Amendment o Emergency/Ordered I 0 I a ti O· .n ? tf 1h is is an arne n dmsn l . which amendrnen1 n \Jmber is lh is?_ {Enclose copy of original and/or last amendme n t) lf an emergency, v,M did you raU, with al TOH? Emergency#: ______ _ Date and HOU I' or Emi,rgency (HHfMM!DDIYY}:. _______ _ Description of Ina sud den, unexpected event and explanation o t how th o ewnt caused unsafe conditions or Would cause equ i pment d amage {computess . machinery, etc. ____________________ -___ _ D S) Desctip1ion of procedures to be followed in the e~·er)t that unexpected asbestos is found or pr e\/TOU$ly non-fri e.b le Y asl>estos material becomes cwmblad. pulvet izBd . or reduced to powder:----------~------ E s 9) Was sn Asbestos s.1.nvey pe1formed ? J YES L NO Date : TOH lnspeci or License No: ____ ~- G An ~ytic-.al Me1hod : D PLM D T EM rJ Assumed TDH Laboratory License No : ------ N (For TAHPA (public bu ilding) projects : an asst,Jrn p tion rnus ! be made by a TOH Licot1s ed Inspector) 10/19/2 009 lO) Dessc ript!-0n of plan ned_ ctemolitw n or renovation work . type of m :..terial, end rnethod(s) to be useci -: ------- 11) Descrip,tion of work pr.,icii ce!; and engineering controls 10 be used 10 pre ve n t o m issions of asbestos at the demolitionlrenov~1ion :_. -------------------------------- SC-60 PART D -SPECIAL CONDITIONS 12} ALL applicab le il t·ms in the following table must be compl eted : IF NO AS6ESTOS PRESENT CHECK HERE : App:roximate amo unt of Check un it of measurement Asbestos-Containing Building Material Asbesto!ii Type 1------T""....,.,..,..~--1-~...,,~...,.~...,.~-.,.-----,----l RACM lo be remove d RACM NOT removed l_nlerior Cate o I non -fria b{a rerno,,ed Exi erior Cateqo I non-friabl e remo,•ed Cate0 Q I non •friable NOT remo ved Inte r ior Cat o I I non-friable remm•ed Exterior CateQ ll non-friable removed Cate RACM Orf·Facility Component Pipes Surf.a ce Area Ln Ln SQ SQ Cu F1 'M Ft M Ft 13) Waste Transport er Name :-· --~---------------TOH License NtJrnber: --~---AdCI H:ss : ____________ Ci ty __________ Sta l e: ---· Zip : ___ _ Cocita c.t Person : Phone Nur n ber : '14 ) Waste Disposal Site Name=-----------------~~~~~---------- Addre ss :.---,---,----------~---Ci1~·: __________ Staie : ___ Zip: ___ _ Tel ephone : TNRCC Pe r mit Nu mber: _______ _ 15) For ~lmctu ra!ly un sound fa c llllles, attacn a copy-of demol ition order and 1<:l en l ii'y G.ovemrnental Officie.J bel ov.·; · Name : Regi strat ion No :--------------- Ti lle :-,--,-------,-..... -,--....,..---~--- Date of order (M1t1 DD/YY) l Dale order to begi n {MM /D D/YY) l 16) Schedvled Dates of Asbestos Aba te-men t (MM/DDIYY} Start--~-~--Ccmplel e : -~-- 17) Schedul ed Dates Demolition/Renovatio n {MM/OD/YY ) S tart : Completa : __ ,1 __ 1_· ___ _ •• Note : If 1tte start dale on this notification ea!'I rtot bo rr11;1I, tti g TOH Reg Fonal or Local Program offioo Must be contecled by phone prior to the isiart date. Falluro Lo do so is a vlo~tic:,ri In l\ccor ~nco to T AHPA. Section 295 .ti1. I hereby <ierlify lhal all inform ation I hiave provided is cou ect. complete. arid true 10 the be.st of my knowledge. I aclml)'.vledge that I am res-ponstDle for all as pects of the notifica1ion rorm, includ i ng, bl1 1 not limiting . content an d subm iss ion dates. Tho maximum penalty is $10 ,000 per day per VK!latioo . (Signa ture of Building owner/ Operator 0< Dele ga ted Consu l tant/Contraci.or) MAI L TO : .. raxos arc raot ;iccepted' (Printeo Na m o) (Date) ASB.ESTOS NOTIFICATION SECTION TOXIC SUBSTANCES CONTROL DIVIS ION TE XAS DEPAR TMEJ.ff OF t-lEAL T M PO BOX 143 5.38 AUSTIN . TX 787 14 -3536 Pli: 512 -'8 34-6600 . 1-800-572 -55.H:l (Telephone) (Fax Nu m ber) •FtJx.es arc not acccptoo• Farm APBt.5. dated 0 7/2<)/{)Z . Replaces TOH form da tod 0 7.113/01 . For a s:s:is l ,mce in compfe!ing form. call 1-800-572-5548 10/19/2009 SC-61 PART D -SPECIAL CONDITIONS 10/19/2009 SC-62 - - PART D -SPECIAL CONDITIONS City of Fort Wortb Highway (Heavy) Construction Prevailfng Wage Rates For 2008 ,· Classificat i ons /,ir Tool Operator Asoha l: R ake r .:..sp hal: D :s.tribu:or Operator ,O:.,sohal! Pa.in,J Ma.chine. Operator 3akhi ng Pl.ant W'ei gher Broom or s· ... ·eeper Ooe1ator Bull dczer Operator Carpe nter (Rcn 1ch ) Concr~t~ Finisher ·Structures Concre te :::>av .n..i Curbino Mao:h. 0~0e-.r. Concrete P .:iv i nq Finishino Mad·1. Oper. Concre fe Pavi ng Joint Sealer Ope r. Concrete Pavi no Sa'II Ooer. Concrete P avin,g Spreade>r Oper. Concrete Rubber Crane , Clamshel l , Backooe, Dentck., Orngline . Shovel Flagg-e r Form Builder-Structures Form Setter-Paving & CAJrbs fou ndation Drill Operafor. Crawler Mou nted Foundation D rill Operator. Truck Mounted Frc.n! End Loader !L aborer-Com mo n l aborer-Utili;y M echanic Milling M acha ne O pera!cr. Fme Gracie M ixer O perator Mcior Grader Opermor (Fine Grade) Mcior Grader Operalor, Rouoh O iler Painter. strootures P avem ent Ma.rk inc: Maci'iine Ooer . P ipe I ayer Rol:er. Ste.el \IVh.>el Pfani-M 1:x Pa,;emems Roll er, Steel ',"/heel Other F latwheel er TamPL'lC Roner. Pneumatic. Selr-Prcoelle.d Saraoer Reinfmcino Steel Setier IPavino) Re inforcin o Steel Setter (Structure) SourcE-is AGC of Texas (H wy. 1-!vy·, utilities l ndustri a.l B anch ) w,1,-w.a1:cess .,gpogo.,_·/d.a 11isbaconl 10/19/2009 Hou r ly Rates $10 .C6 $8 .30 $i3 .Q><~ $12 .7:: $14 .15 $9 .€8 $132'.::: $ i::::.es $13.27 $12 .00 $13 .63 $12fr0 $135,5 $14:YJ $l061 $14 .12 $18 12 SB.43 $11J}3 $1Ui3 $13137 $16 .::!0 $12.52 S.9 .18 $10 .1}5 $1tU}7 $15 .20 $14 50 $13 .17 $10 G4 $11.04 $11 28 $10.G'2 $11 .07 $14 .88 $16.2'9 SC -63 Class ft1 oatio11 s Scraper Operator Servicer S li o Fer m Machi re Ooerator T ractor a;:,erat or. Cra•1.:r,1 T•,'IJ>E' Trac!or ope rator , Pneu rnat;e Tra·.•eli no Mi:<er Ccc erator Truck D r i'.'e--Sirgl e ,-,:d e (L ·ght:; Truck D r ive·,-Sinof.e A.:<:le (Hea·,,v) T ruck Dri·.·e:-Tandem A.xi;; Semi-Tr-3i le r T r uck Ori•,;;,-uiwbov/F loa1 Tru ck Dri·,•er -Transi: M ix Wagon D n ll . Bo r ,ng M ach n,e , P ost Hole Dri ller it,,lel d e 1 !,'\l'ork Zone Barricade Secn•i,:oer Hr1y Rts S 1'1 .4 2 S 12 .32 $12 .33 $12 .60 S 12 .Q1 S 12.03 S i D.:~t s -1.47 Sal .7 5 S 14.00 S13 .57 S 1D.09 DA-1 DA-2 DA-3 DA-4 DA-5 DA-6 QA-7 DA-8 OA-9 DA-10 DA-11 DA-12 OA-13 OA-14 DA-15 OA-16 DA-17 OA-18 DA-19 OA-20 DA-21 OA-22 DA-23 DA-24 DA-25 DA-26 DA-27 OA-28 OA-29 DA-30 OA-31 OA-32 DA-33 OA-34 OA-35 OA-36 OA-37 OA-38 OA-39 DA-40 DA-41 DA-42 DA-43 OA-44 DA-45 DA-46 DA-47 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS ............ OMITTED PIPELINE REHABILITATION CURED-IN-PLACE PIPE .................................. OMITTED PIPE ENLARGEMENT SYSTEM ................................................................................... 4 FOLD AND FORM PIPE .................................................................................. OMITTED SLIPLINING ..................................................................................................... OMITTED PIPE INSTALLED BY OTHER THAN OPEN CUT ....................................................... 12 TYPE OF CASING PIPE .............................................................................................. 15 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR. ................................. OMITTED PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ................... 16 MANHOLE REHABILITATION ........................................................................ OMITTED SURFACE PREPARATION FOR MANHOLE REHABILITATION .................... OMITTED INTERIOR MANHOLE COATING-MICROSILICATE MORTAR SYSTEM ................. 18 INTERIOR MANHOLE COATING -QUAOEX SYSTEM .............................................. 21 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM ...................................... 23 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM ..................................... 26 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER .... 29 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM ..................................... 3 1 RIGID FIBERGLASS MANHOLE LINERS ...................................................... OMITTED PVC LINED CONCRETE WALL RECONSTRUCTION ...................................... OMITTED PRESSURE GROUTING ................................................................................. OMITTED VACUUM TESTING OF REHABILITATED MANHOLES ................................. OMITTED FIBERGLASS MANHOLES ............................................................................. OMITTED LOCATION ANO EXPOSURE OF MANHOLES AND WATER VALVES ......... OMITTED REPLACEMENT OF CONCRETE CURB AND GUTTER ............................................ 34 REPLACEMENT OF 6 11 CONCRETE DRIVEWAYS ........... _. ....................................... 35 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE .............................................. 35 GRADED CRUSHED STONES ..................... _. .. _. ......................................................... 36 WEDGE MILLING 2" TOO" DEPTH 5.0' WIDE ............................................................ 36 BUTT JOINTS -MILLED ................................................................................. OMITTED 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) ....... ., ............................................ 37 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER ............................................ 37 NEW 7" CONCRETE VALLEY GUTTER ......................................................... OMITTED NEW 4" STANDARD WHEELCHAIR RAMP ................................................... OMITTED 8" PAVEMENT PULVERIZATION ................................................................... OMITTED REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) .......................... 38 RAISED PAVEMENT MARKERS ................................................................................ 39 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING ..... OMITTED LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL OMITTED ROCK RIPRAP -GROUT -FILTER FABRIC .................................................. OMITTED CONCRETE RIPRAP ....................................................................................... OMITTED CONCRETE CYLINDER PIPE AND FITTINGS ............................................... OMITTED CONCRETE PIPE FITTINGS AND SPECIALS ................................................ OMITTED UNCLASSIFIED STREET EXCAVATION ................................................................... ,40 6" PERFORATED PIPE SUBDRAIN ............................................................... OMITTED REPLACEMENT OF 4" CONCRETE SIDEWALKS .................................................... .40 RECOMMENDED SEQUENCE OF CONSTRUCTION .................................... OMITTED PAVEMENT REPAIR IN PARKING AREA. .................................................................. 41 ASC-1 DA-48 DA-49 DA-50 DA-51 DA-52 DA-53 DA-54 DA-55 DA-56 DA-57 DA-58 DA-59 DA-60 DA-61 DA-62 DA-63 DA-64 DA-65 DA-66 OA-67 DA-68 DA-69 DA-70 DA-71 DA-72 DA-73 OA-74 DA-75 DA-76 DA-77 DA-78 DA-79 DA-80 DA-81 DA-82 DA-83 DA-84 DA-85 DA-86 DA-87 DA-88 DA-89 DA-90 DA-91 DA-92 DA-93 DA-94 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS EASEMENTS AND PERMITS ...................................................................................... 41 HIGHWAY REQUIREMENTS .......................................................................... OMITTED CONCRETE ENCASEMENT ........................................................................... OMITTED CONNECTION TO EXISTING STRUCTURES ............................................................. 41 TURBO METER WITH VAULT AND BYPASS INSTALLATION ....................... OMITTED OPEN FIRE LINE INSTALLATIONS ................................................................ OMITTED WATER SAMPLE STATION ............................................................................ OMITTED CURB ON CONCRETE PAVEMENT .......................................................................... .42 SHOP DRAWINGS .......................................................................................... OMITTED COST BREAKDOWN ...................................................................................... OMITTED STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY ...................... OMITTED H.M.A.C. MORE THAN 9 INCHES DEEP ........................................................ OMITTED ASPHALT DRIVEWAY REPAIR ...................................................................... OMITTED TOP SOIL ........................................................................................................ OMITTED WATER METER AND METER BOX RELOCATION AND ADJUSTMENT ...... OMITTED BID QUANTITIES ........................................................................................................ 43 WORK IN HIGHWAY RIGHTOFWAY ............................................................ OMITTED CRUSHED LIMESTONE (FLEX-BASE) ...................................................................... 43 OPTION TO RENEW ....................................................................................... OMITTED NON-EXCLUSIVE CONTRACT ....................................................................... OMITTED CONCRETE VALLEY GUTTER. .................................................................................. 44 TRAFFIC BUTTONS .................................................................................................... 44 PAVEMENT STRIPING ................... : ............................................................................ 44 H.M.A.C. TESTING PROCEDURES ................................. ,. ......................................... 44 SPECIFICATION REFERENCES ................................................................................ 4 5 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX ............................................................................................ OMITTED RESILIENT-SEATED GATE VALVES ............................................................. OMITTED EMERGENCY S1TUATION 1 JOB MOVE-IN ..................................................... OMITTED 1 %" & 2" COPPER SERVI.CES ...................................................................... OMITTED SCOPE OF WORK (UTIL CUT) ...................................................................... OMITTED CONTRACTOR'S RESPONSIBIL TY (UTIL.,CUT) ........................................... OMITTED CONTRACT TIME (UTIL. CUT) ....................................................................... OMITTED REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) ..................... OMITTED TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) ........................................ OMITTED LIQUIDATED DAMAGES (UTIL. CUT) ............................................................ OMITTED PAVING REPAIR EDGES (UTIL. CUT) ....................................................................... 46 TRENCH BACKFILL (UTIL. CUT) .................................................................... OMITTED CLEAN-UP (UTIL. CUT) .................................................................................. OMITTED PROPERTY ACCESS (UTIL. CUT) ................................................................. OMITTED SUBMISSION OF Bll)S (UTIL. CUT) .............................................................. OMITTED STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) .................................... OMITTED CONCRETE BASE REPAIR FOR UNIT 11 & UNIT IU (UTIL. CUT) .................. OMITTED 2" TO 9" H.M .A.C. PAVEMENT (UTIL. CUT) ... ~ .............................................. OMITTED ADJUST WATER VALVE BOXES1 MANHOLES, AND VAULTS (UTIL. CUT) OMITTED MAINTENANCE BOND (UTIL. CUT) ............................................................... OMITTED BRICK PAVEMENT (UTIL. CUT) ..................................................................... OMITTED LIME STABILIZED SUBGRADE (UTIL. CUT) ................................................. OMITTED ASC-2 DA-95 DA-96 DA-97 DA-98 DA-99 DA-100 DA-101 DA-102 DA-103 DA-104 DA-105 DA-106 DA-107 DA-108 DA-109 . DA-110 DA-111 DA-112 DA-113 DA-114 DA-1 15 DA-116 DA-117 DA-118 DA-119 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS CEMENT STABILIZED SUBGRADE (UTIL. CUT} ........................................... OMITTED REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) ............................. OMITTED "QUICK-SET" CONCRETE. (UTIL. CUT) ......................................................... OMITTED UTILITY ADJUST MENT (UTIL. CUT) .............................................................. OMITTED STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) OMITTED LIMITS OF CONCRETE PAVEMENT REPAIR {UTIL CUT) ................................... .47 CONCRETE CURB AND GUTTER (UTIL. CUT) ...................................................... 48 PAYMENT (UTIL. CUT) ............................................................................... OMITTED DE HOLES {MISC. EXT.) .............................................................................. OMITTED CONSTRUCTION LIMITATIONS (MISC. EXT.) .................. : ................................... .48 PRESSURE CLEANING AND TESTING (MISC. EXT.) ............................... OMITTED BID QUANTITIES {MISC. EXT.) ............................................................................. .48 LIFE OF CONTRACT (MISC. EXT.) ............................................................. OMITTED FLOWABLE FILL (MISC. EXT.) .............................................................................. 48 BRICK PAVEMENT REPAIR (MISC. REPL.) .............................................. OMITTED DETERMINATION AND INITIATION OF WORK (MISC. REPL.) ................. OMITTED WORK ORDER COMPLETION TIME (MISC . REPL.l ................................. OMITTED MOVE IN CHARGES (MISC. REPL.) ........................................................... OMITTED PROJECT SIGNS (MISC. REPL.) ............................................................................ 49 LIQUIDATED DAMAGES (MISC. REPL.) .................................................... OMITTED TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.). ............................................ 50 FIELD OFFICE ............................................................................. ,. ............... OMITTED TRAFFIC CONTROL PLAN ..................................................................................... 50 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS .. OMITTED CATHODIC PROTECTION SYSTEM ......................................................... OMITTED ASC-3 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS OMITTED DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE OMITTED DA-3 PIPE ENLARGEMENT SYSTEM A. GENERAL: 10/23108 1. Description : This specification includes requirements to rehabilitate existing sanitary sewers by the pipe enlargement system, herein called Pipe Bursting or Pipe Crushing (Pipe Bursting/Crushing). This system includes splitting or bursting the existing pipe to install a new polyethylene pipe and reconnect existing sewer service connections . 2. Methods : This section specifies the approved system method or process to include all labor, materials, tools, equipment and incidentals necessary to provide for the complete rehabilitation of deteriorated gravity sewer lines by the Pipe Bursting/Crushing systems. Approved methods include: the PIM Corporation (PIM System), Piscata Way, New Jersey; Mclat Construction (McConnell System for Pipe Crushing), Houston, Texas; and Trenchless Replacement Systems , (TR S System), Calgary, Canada. Refer to Part D -SPECIAL CONDITIONS D-34 SIBSTITUTIONS for information regarding pre-approval procedures for alternative processes . 3. Definition : The Pipe Bursting/Crushing system is de.fined as the reconstruction of gravity sewer pipe by installing an approved pipe material, by means of one of the pre-approved methods set forth in Section A.2 of this specification . The process involves the use of a static, hydraulic or pneumatic hammer ''moling'' device, suitably sized to break out the old pipe or using modified boring "knife" with a flared plug that implodes and crushes the existing sewer pipe. Forward progress of the "mole" or the "knife" may be aided by the use of hydraulic equipment or other apparatus, as specified in the approved methods . The replacement pipe is either pulled or pushed into the bore . The method allows for replacement of pipe sizes from 8" through 21" and/or upsizing in varying increments up to 21". This specification is based on the precedent that the Pipe Bursting/Crushing system used has been pre-approved by the Fort Worth Water Department. 4. Quality Assurance: The Contractor shall be certified by the particular Pipe Bursting/Crushing system manufacturer that such firm is a licensed installer of their system. No other Pipe Bursting/Crushing system other than those listed in Section A.2. of these specifications is acceptable. ASC-4 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS a . Personnel directly involved with installing the new pipe shall receive training in the proper methods for joint fusing , handling, and installing the polyethylene pipe . Training shall be performed by a qualified representative as determined by the pipe manufacturer . b. Personnel directly involved with installing the new pipe shall receive training in the proper methods for joint fusing, handling, and installing the polyethylene pipe . Training shall be performed by a qualified representative as determined by the pipe manufacturer. 5 . Submittals : Submit for review and acceptance, the following Contractor's Work Plan and Drawings to the City: a . Shop drawings, catalog data , and manufacturer's technical data showing complete information on material composition, physical properties, and dimensions of new pipe and fittings . Include manufacturer's recommendation for handling, storage , and repair of pipe and fittings if damaged . b . Location and number of insertion or access pits shall be planned by Contractor and submitted in writing prior to excavation for approval by the City . c . Method of construction and restoration of existing sewer service connections. This shall include: 1 ) Detail drawings and written description of the entire construction procedure to install pipe , bypass sewage flow and reconnection of sewer service connections . 2) Working drawings for information only showing sewage flow bypass, and maintenance of traffic. Contractor shall provide for continuous sewerage flow. Dewatering shall be the Contractor's responsibility. 3} Certification of workmen training for installing pipe . 4) Television inspection reports and video tapes made after new pipe installation. 6 . Delivery, Storage, and Handling: a. b. Transport , handle , and store pipe and fittings as recommended by manufacturer. If new pipe and fittings become damaged before or during installatio-n, it shall be repaired as recommended by the manufacturer or replaced as required by the Project Manager at the Contractor's expense, before proceeding further. ASC-5 PART DA -ADDITIONAL SPECIAL CONDITIONS c. Deliver. store and handle other materials as required to prevent damage . B. MATERIALS: 1. Polyethylene Piping Material: The pipe and fitting material shall be high density , extra molecular weight (EHMW) polyethylene pipe material conforming to ASTM D1248, Type Ill, Class C, Category 5, Grade P34, and have a PPI (Plastic Pipe Institute) recommended designation of PE3408 and cell classification 345434C per ASTM D3350 . The molecular weight category shall be extra high (250,000 to 1,500,000) as per the Gel Permeation Chromatography determination procedure with a typical value of 330,000. a. The interior of the pipe shall be a light reflective color to facilitate closed circuit television inspection. b. The pipe material shall be listed by the Plastic Pipe Institute (PPI) in PPI . TR-4. The pipe material shall have as hydrostatic design basis of 1600 psi at 73 F and 800 psi at 140 F. c. The manufacturer's certification shall state that the pipe was manufactured from one specific resin and shall state the resin used and its source . All pipe shall be made of virgin material. No rework , except that obtained from the manufacturer's own production of the same formulation, shall be used. d. Pipe supplied under this specification shall have a nominal Ductile Iron Pipe Size inside diameter. The Standard Dimension Ratio (SOR ) and minimum pressure rating of the pipe shall be SOR 17 -100 psi. Pipe with a lower SOR ratio and higher pressure rating may be used in lieu of the minimum specified . 2. Tests: The Contractor shall be required to send submittals to the City of Fort Worth on the production material. a. The pipe manufacturer shall provide certification that samples of the production product meets these specifications . The certification will state that production product has been tested in accordance with ASTM D2837, and validated in accordance with the latest revision of PPI TR-3 . b. The pipe manufacturer shall provide certification that stress regression testing has been performed on the specific product. Certification sh all include a stress life curve per ASTM D2837 and testing shall have bee n performed in accordance with ASTM D2837. c. Rejection: Polyethylene plastic pipe and fittings may be rejected for failure to meet any of the requirements of this specification . C . SEWER SERVICE CONNECTIONS: 10123/oa ASC-6 PART DA -ADDITIONAL SPECIAL CONDITIONS 1. Sewer Service Connections : Sewer service connections shall be connected to the new pipe by mechanical or fusion methods . Once the saddle is secured , a hole shall be drilled in the pipe the full inside diameter of saddle outlet. 2. Pipe Saddles : Mechanical saddles shall be made of polyethylene pipe compound that meets the requirements of ASTM 01248, Class C , have stainless steel straps and fasteners , neoprene gasket and backup plate. Mechanical saddles shall be Strap-on-Saddle Type as manufactured by Driscopipe or Tapping Saddle manufactured by DuPont, or approved equal. Fusion saddles shall be electrofus ion branch saddles as manufactured by Central Plastics Company , or approved equal. 3. Connection to Existing Service: Connections to the existing sewer service connections pipe shall be made using flexible couplings. All flexible couplings shall conform to ASTM C425 and shall be as manufactured by Fernco Joint Sealer Ca., DFW Plastics , Inc. or approved equal. Backfill at service connections shall be cement stabilized sand (2 sacks per cubic yard) to a point 12 inches above the service lateral to trench intersection and shall be in accordance with these speclfications . The Contractor shall, upon request, permit the Engineer to take elevations on both the existing and new portions of the service connection pole to determine final grade and invert elevations. Elevation changes greater than 0.10 feet from the house lateral piping and shall be reconnected as directed by the Engineer. 4. Service Interruptions : Service interruptions to homes shall not exceed 18 hours. D. PREPARATION : 10/23108 1. Bypassing Sewage : 2. a . The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer .. b. The Contractor s.hall be responsible for continuity of sanitary sewer service to each facility connected to the section of sewer during the execution of the work. If sewage backup occurs and enters buildings , the Contractor shall be responsible for clean-up, repair, property damage costs and claims. Line Obstructions: If pre-installation (TV) inspection reveals an obstruct ion in the existing sewer (heavy solids, dropped joints , protruding service taps or collapsed pipe) which will prevent completion of the pipe bursting/crushing process , and cannot be removed by conventional sewer cleaning equipment, then an ASC-7 PART DA -ADDITIONAL SPECIAL CONDITIONS obstruction removal shall be made by the Contractor, with the approval of the Engineer. 3. Sags in Sewer Line: ALL SAGS AND GRADE PROBLEMS IN EXISTING SEWER LINES SHALL BE CORRECTED AS PART OF THIS CONTRACT. If the pre- construction television inspection reveals a sag in the sewer line, the Contractor shall be responsible for bringing the proposed sewer pipe to an acceptable grade without a sag. A sag is defined as any sewer line segment more than 3 feet in length which ponds water in the absence of sewage flow. The contractor shall take the necessary measures to eliminate the sag by the method of: pipe replacement, digging a sag elimination pit and bringing the bottom of the pipe trench to a uniform grade in line with the existing pipe invert or by other measures that shall be acceptable to the Engineer and the City. a. Identification of Sags: Sags shall be identified by television inspection in the absence of sewage flow. If available, the Contractor shall be furnished television tapes from the City identifying the sag location. Flow shall be blocked at an upstream manhole and diverted to another sewer line or downstream manhole below the segment of pipe to be inspected. TV inspection shall be performed in accordance with television inspection of sanitary sewer lines. Video tapes shall be submitted to the City for review. b. Correction of Sags: Sags shall be corrected by open cut and by adding additional bedding material to bring the sag back to grade where access is available . For pipe enlargement methods, all sags identified on the pre - construction video tapes shall be corrected prior to commencing with pipe enlargement. In instances where sags are located under existing structures. the existing sewer line may be relocated using open cut or boring methods . The City shall specifically review potential relocation's and evaluate the constructability, economics and engineering feasibility prior to construction work. c . Measurement and Payment: Measurement and payment to correct sags shall be per linear foot of pipe construction to correct the sag. For pipe bursting methods, open-cut or bore construction, the applicable bid prices in the proposal section shall apply. 4. Television Inspection: Inspection of the pipelines shall be performed by experienced personnel trained in locating breaks, obstacles and service connections by closed circuit color television . Television inspection shall be in accordance with the specifications contained herewith for "Pre-and Post- Construction Television Inspection of Sanitary Sewer Lines", Part D -Special Conditions D-35 and D-38, respectively. E. PIPE ENLARGEMENT SYSTEM AND PIPE INSTALLATION : 1. Site Organization: 10/23108 ASC-8 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS a . Insertion or access pits shall be located such that their total number shall be minimized and the length of replacement pipe installed in a single pull shall be maximized . b. Existing manho les shall be utili zed wherever practical. Manhole inverts and bottoms may be removed ta permit access for installation equipment. c . Equipment used to perform the work shall be located away from buildings so as not to create a noise impact. Provide silencers or other devises to reduce machine noise as needed to meet requirements . d . The actual pipe enlargement procedure shall commence prior to 11 :00 AM in order to afford the contractor ample time to complete all related work within the allotted workday , which is defined as the hours between 7:00 AM and 6 :00 PM , so as not to impose on the peace and comfort of persons in the immediate vicinity . No actual pipebursting work shall be started after 11 :00 AM ; all actual pipebursting activity shall cease at 6 :00 PM . Other activities other than the actual pipebursting may continue after 6 :00 PM . 2. Finished Pipe : The installed rep lacement pipe shall be continuous over the entire length of each pipe segment from manhole ta manhole and shall be free from visual defects such as fore ign inclusions, concentrated ridges, discoloration, pitting , varying wall thickness, p ipe separation , other deformities . Replacement pipe with gashes , nicks, abrasions, or any such physical damage which may have occurred during storage and/or handling, which are larger/deeper than 10% of the wall thickness shall not be used and shall be removed from the const ruction site . The replacement pipe pass ing through or terminating in a manhole shall be carefu lly cut out in a shape and manner approved by the Engineer. The invert and benches shall be streamlined and improved for smooth flow . The installed pipe shall meet the leakage requirements of the pressure test specified later. 3. Pipe Jointing: a. b . Sections of polyethylene replacement pipe shall be assembled and j,'.)ined on the job site above the ground. Jointing shall be accomplished by the heating and butt-fusion system in strict conformance with the manufacturer's printed instructions. The butt-fusion system for pipe jointing shall be carried out in the field by operators with prior experience in fusing polyethylene pipe with similar equipment using proper jigs and tools per standard procedures outlined by the pipe manufacturer. These joints shall have a smooth , uniform, double rolled back bead made while applying the proper melt, pressure, and alignment. It shall be the sale responsibility of the Contractor to provide an acceptable butt-fusion joint. All joints shall be made available for inspection by the Engineer before insertion . The replacement pipe shall oe joined on the site in appropriate working lengths near the insertion pit. The maximum length of continuous replacement pipe which shall be assembled above ground and pulled on the job site at any one time shall be 600 linear feet. ASC-9 10/23/08 PART DA -ADDITIONAL SPECIAL CONDITIONS c . For situations where the replacement pipe is not pulled all the way to the manhole or if it is impossible to pull the missle all the way through, the following shall apply: At the direction of the Engineer, a 12"-18" full circle steel clamp shall be utilized to connect segments of the HOPE pipe. 4. New Pipe Installation: a . Thread winch cable or chain and associated lines through sewer section to be rehabilitated . Keep lines away from pedestrian and vehicular traffic. b. Existing manholes may be used for launch and receiving access. Remove manhole invert and bottom as required . Pull winch chain through sewer section and attach to cutter and machine head. Lower into launching manhole, apply winch tension pulling the cutter and head into the sewer until the rear of the machine is flush with the manhole wall. Attach steel starter pipe and advance assembly until the rear of the steel starter pipe is flush with the manhole wall. Lower hydraulic jack into the manhole and align . Insert new pipe by simultaneous operation of the jack and winching the cutter and head forward. 5. Anchoring New Pipe and Sealing Manholes : a. After the new pipe has been installed in the entire length of the sewer section, anchor the pipe at manholes. The new pipe shall protrude in t he manholes for enough distance to allow sealing and trimming. b. Sealing the new pipe at manholes shall not begin for a minimum of te n (10 ) hours after installation . Provide a flexible gasket connector in the m a n ole wall at the end of the new pipe, centered in the existing manhole wall. Grout flexible connector in the manhole , filling all voids the full thickness of the manhole wall. c. Restore manhole bottom and invert : 6 . Field Testing: a. Low Pressure Air Test of Replacement Pipe: After a manhole-to-manhole section of sanitary sewer main has been pipe bursUcrushed and prior to any service lines being connected to the replacement pipe, the pipe sha.11 be plugged at each manhole with pneumatic plugs. The design of the plugs shall be such that they will hold against the test pressure without requiring external blocking or bracing . One of the plugs shall tiave three air hose connections; one for the inflation of the plug, one for reading the air pressure in the sealed line, and one for introducing air into the sealed line . Low pressure air shall then be introduced into the sealed line until the internal air pressure reaches 4.0 psig greater than the average back ASC-10 PART DA -ADDITIONAL SPECIAL CONDITIONS . pressure resulting from any ground water that may be over the pipe . At least two minutes shall elapse to allow the pressure to stabilize . The time required for the internal pressure to decrease from 3.5 to 2.5 psig greater than the average back pressure resulting from any ground water that may be over the pipe, shall not be less than the time shown for a given pipe diameter in the following table: Carrier Pipe Minimum Elapsed Diameter (inches} Time (minutes) 8 4 10 5 12 6 15 7 b . Post-Construction Television Inspection of New Pipe: Refer to Special Condition for Post-Construction Television Inspection of Sanitary Sewer. F. MEASUREMENT AND PAYMENT: 1. 2. 3. 4 . 5. 10/23/08 Pipe Installation : Pipe installation will be measured for payment by the linear foot of pipe actually installed in the various diameters of sewers measured along the centerline of the sewer from centerline to centerline of manholes. Payment will be made for the quantities measured at the unit price per linear foot for the various sewer diameters listed . Service Reconnections: Installation of sewer service connections will be measured for payment by each actually reconnected to the installed pipe. Payment will be made for the quantities measured at the unit price per each listed . Payment shall include required · excavation and backfill, saddles , flexible connections, and all other incidentals necessary to successfully reconnect sewer service lines to the rehabilitated sewer. Payment shall not include pavement replacement, which if required, shall be paid separately. Sewe:r Cleaning by Bucket Machine: Heavy cleaning requiring more than hydraulic jet cleaning shall be performed by bucket machines. The payment for such cleaning shall be included in the bid ite'm for Pre-Construction Television Inspection of Sanitary Sewer Lines. By-pass Pumping: The Contractor shall provide diversion for the flow of sewage around the section or sections of pipe designated for rehabilitation . The pumps and by-pass lines shall be of adequate capacity and size to handle all flows. All costs for by-pass pumping required during installation of the pipe shall be subsidiary to pipe enlargement. Subsidia_ry Work: Any damage to utilities and property, resulting repairs, temporary service costs, etc. shall be borne by Contractor. Repair and/or replacement of fences, sprinkler system piping and other such restoration work resulting from Contractor activities shall be considered subsidiary to the cost of the project and no additional payment will be allowed . ASC-11 PART DA -ADDITIONAL SPECIAL CONDITIONS 6. Testing: All cost for testing the replacement pipe by a pressure method will be incidental to pipe installation . DA-4 FOLD AND FORM PIPE OMITTED DA-5 SLIPLINING OMITTED DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT A. GENERAL: 1. Furnish materials and necessary accessories, with strengths, thickness , coati ngs , and fittings indicated, specified and/or necessary to complete the work. 2. All excavation shall provide an open area conforming to the outside diameter of the casing and/or carrier conduit. The excavation shall be to an alig nme nt a nd grade which wi.11 allow the carrier conduit to be installed to proper line and grad e as shown on the Plans and as established in the Specifications. 3. Work shall be performed in accordance with the requirements of the City of F rt Worth Water Department, the Texas Department of Transportation, o r railroad company, as applicable. · B. MATERIALS: 10/23108 1. Casing Pipe : Casing pipe shall be steel conforming to ANSI B36 .1 0 and th e following : 2 .. 3. 4 . a . Field Strength: 35,000 psi minimum . b. Wall thickness: 0 .312 in. minimum (0 .5 for railroad crossings). c . Diameter: As shown on the drawings (minimum size requirements }. d . Joints: Continuous circumferential weld in accordance with AWS 01 .1. Carrier Pipe in Casing : Carrier pipe shall be as shown on drawi ngs an d as specified in the General Contract Documents. Sewer Pipe without Casing Pipe: Shall be minimum Class 51 ductile iron pipe , or as designated on the plans . Grout: Grout shall be Portland Cement grout of min. 2000 psi compressive strength at 28 days. Proportioned not less than 1 cu. ft. of cement to 3 cu . ft. of fine sand with sufficient water added to provide a free flowing thick slurry. ASC-12 PART DA -ADDITIONAL SPECIAL CONDITIONS C. EXECUTION 10/23108 1. Where sewer pipe is required to be installed under railroad embankments or under highways, streets or other facilities in other than open cut, construction shall be performed in such a manner so as to not interfere with the operation of the railroad , street, highway, or other facility, and so as not to weaken or damage any embankment or ·structure. During construction operations, barricades and lights to safeguard traffic and pedestrians shall be furnished and maintained, until such time as the backfill has been completed and then shall be removed from the site. 2. Pits and Trenches: a . If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking or tunneling operations and for placing end joints of the pipe . Wherever end trenches are cut in the sides of the embankment or beyond it , such work shall be sheeted securely and braced in a manner to prevent earth from caving in . b. The location of the pit shall meet the approval of the Engineer. c. The pits of trenches excavated to facilitate these operations shall be backfilled immediately after the casing and carrier pipe installation has been completed . 3 . Boring and Jacking Steel Casing Pipe: Steel casing pipe shall be installed by boring hole with the earth auger and simultaneously jacking pipe into place . a . b. C. The boring shall proceed from a pit provided for the boring equipment and workmen . The holes are to be bored mechanically. The boring shall be done using a pilot hole . By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. This pilot hole shall serve as the centerline of the larger diameter hole to be bored . Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. Excavated material shall be placed near the top of the working pit and disposed of as required. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings . Jetting or sluicing will not be permitted . In unconsolidated soil formations, a gel-forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to consolidate cuttings of the bit , seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. Allowable variation from the line and grade shall be as specified under paragraph A.2 . All voids between bore and outside of casing shall be pressure grouted . ASC-13 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS 4. Installation of Carrier Pipe in Casing : a . Sanitary sewer pipe located within the encasement pipe shall be supported by "skids" or "bands" to prevent the pipe and bells from snagging on the inside of the casing, and to keep the installed line from resting on the bells. b. All skids shall be treated with a wood preservative. Skids should extend for the full length of the pipe with the exception of the bell area and spigot area necessary for assembly unless otherwise specified . c. The Contractor shall prevent over-belling the pipe while installing it through the casing. A method of restricting the movement between the assembled bell and spigot where applicable shall be provided. d. At all bored, jacked, or tunneled installations, the annular space between the carrier pipe and casing shall be filled with grout. Care must be taken that not too much water is forced into the casing so as not to float the pipe . The backfill material will not be required unless specified on the plans and specified by the Engineer. e . Closure of the casing after the pipe has been installed shall be plugged at the ends of the casing as shown an the drawings or as required by the Engineer. 5. Baring and Jacking Ductile Iron Pipe without Casing Pipe: a . As indicated on drawings and as required and directed by the Engineer sewer shall be constructed of bore and jacked ductile iron pipe . b. When a casing pipe is not designated on the drawings, the contractor shall provide a casing pipe if necessary to achieve line and grade. Casing pipe shall be provided at no additional cast and shall be subsidiary to the cost bid for installation By Other than Open Cut. c. Bore and jack in accordance with paragraph C.3. above. d. Short length of sewer consisting of a single pipe section may be installed by jacking without a bore hale if permitted by the Engineer and in soft soil layer. All voids outside of installed pipe shall be pressure grouted. 6. Tunneling: Where the characteristics of the soil, the size of the proposed pipe, or the use of monolithic sewer would make the use of tunneling more satisfactory than jacking or boring, or when shown on the plans, a tunneling method may be used, with the approval of the Engineer or railroad/highway officials . a. When tunneling is permitted. the lining of the tunnel shall be of sufficient strength of support the overburden. The Contractor shall submit the proposed liner method to the Engineer for approval. The tunnel liner design shall bear the seal of a licensed professional engineer in the State ASC-14 PART DA -ADDITIONAL SPECIAL CONDITIONS of Texas . Approval by the Eng inee r shall not relieve the Con tractor o f the responsibility for the adequacy of the liner method. b . The space between the tunnel li ner and the limits of excavation shall be pressure grouted o r mud-jacked . c . Access holes for plac ing conc rete shall be space at maximum inter vals of 10 feet. D. MEASUREMENT AND PAYMENT : Installation of pipe by other than open cut will be measured by the linear foot of pipe , complete in place . Such measurement will be made between the ends of the pipe along the central axis as installed . The work performed and materials furnished as presc ribed by this item will be paid for at the Contract Unit Pr ice bid per linear foot for Pipe Installed by Other Than Open Cut of the type, s ize , and c lass of pipe specified as shown on plans. The furn ish ing of all materials , pipe , liner materials required for installation , for all preparation, hauling and in stalling of same. and for all labor, tools. equ ipment and incidentals necessary to complete the work , including excavation , backfill ing and disposal of surplus material shall be included in the Contract Un it Price as shown in the Bid Proposal. Payment shall not include pavement replacement , which if required , shall be paid separately . DA-7 TYPE OF CASING PIPE 1. WATER: The casing pi p e fo r open c ut and bo red or tunne led sec t io n sha ll be A W WA C -200 Fa br ica te d E lectrica ll y We lded Stee l Wa ter P ip e, and sha ll c o nform to the p rovis ion s ofE l -15, E l-5 a nd E l-9 in Materia l S pec ificatio n s of Genera l Contrac t Document s a nd Specifica ti on s fo r Water Depa rtm ent P rojects . T he stee l casi n g pi pe sha ll be suppli ed as fo ll ow s : A . For the inside and outside of casing pipe , coal-tar protective coating in acco rdance with the requirements of Sec. 2.2 and related sections in AWWA C-203 . B. Touch-up after ·field welds shall provide coating equal to those specified above . C. Minimum thi c kness fo r casing pip e u sed sha ll be 0 .375 inc h . Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company, Advanced Products and Systems . Inc., or an approved equal shall be used on all non - concrete pipes when installed in casing . Installation shall be as recommended by the manufacturer. 2. SEWER: Boring used o n t h is project sha ll be in accordan ce w ith th e mate ri a l sta nd a rd E l -15 and Con stru ction sta nda rd E2 -15 as p er F ig. 11 0 of th e Genera l Contract Docume nts . 3. PAYMENT: 10/23108 ASC -15 PART DA -ADDITIONAL SPECIAL CONDITIONS Payment for all materials . labor. equipment. excavation. concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR OMMITED DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION A. GENERAL: 1. Scope: This section governs all work, 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 Manufacturers recommendations and specifications . 2 . 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. 3 . Manufacturer's Recommendations: Materials and procedures utilized for the lining process shall be in strict accordance with manufacturer's recommendations. 4. Corrosion Protection: Corrosion protection may be required on all structures where high turbulence or high H2S content is expected. B. MATERIALS: 10/23/08 1. Scope : This section governs the materials required for completion of protective coating of designated structures. 2 . Protective Coating: The protective coating shall be a proprietary two component , 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq , Inc. or a two-part epoxy resin system using 100% solid s based epoxy binder with fibrous and flake fillers. is manufactured by Raven Lining systems and designated as Raven 405 . 3 . Specialty Cement (If required for leveling or filling): The specialty cement-based coating material shall be either Quadex QM-1 s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4. Material Identification: The protective coating material sprayed onto the surface of the structure shall be a urethane or epoxy resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the minimum physical properties as follows: Property Standard Long Term Value ASC-16 PART DA -ADDITIONAL SPECIAL CONDITIONS Tensile Strength Flexural Stress Flexural Modulus ASTM 0-638 ASTM 0-790 ASTM 0-790 5,000 psi 10,000 psi 550,000 psi 5. Mixing and Handling: Mixing and Handling of specialty cement material and protective coating material. which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals . All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating installations . C. EXECUTION: 10/2 3108 1. General: Protective coating shall not be installed until the structure is complete and in place . 2 . Preliminary Repairs: a. All foreign materials shall be removed from the interior of the structure using high pressure water spray (3500 psi to 4000 psi at spray tip). b. All unsealed lifting holes, unsealed step holes. and voids larger than approximately one-half (1/2) inch in thickness shall be filled with patching compound as recommended by the material supplier for this application. c . After all repairs have been completed. remove all loose material. 3 . Protective Coating : a . The protective coating shall be applied to the structure from the bottom qf the frame to the bench, down to the top of the trough. The top 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. 1) 2) 3) The surface shall be thoroughly cleaned of all foreign materials and matter. Place covers over the invert to prevent extraneous material from entering the sewers. If required for filling or leveling, apply specialty cement product to provide a smooth surface for the coasting material. ASC-17 PART DA -ADDITIONAL SPECIAL CONDITIONS 4) Spray the urethane or epoxy onto the structure wall and bench/trough to a m inimum 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 coated, the wooden bench covers shall be removed. 5} The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow . 6) No applications shall be made to frozen surfaces or if freezing is expected to occur inside the structure with in 24 hours after application. 4. Testing of Rehabilitated Manholes : Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with the Section D-36 -VACUUM TESTING OF SANITARY 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 . T he 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 compl ete th e work . Pressure grouting, if necessary to stop active infiltration prior to application of the protective coating, shall be included in the above unit price. Grouting of the pip e seal s , bench and trough, and lower portion of a particular structure, if required by the En gi eer , shall be paid for separately, as specified in Section DA-10, MANHOLE REHABILITATION . DA-10 MANHOLE REHABILITATION OMITTED DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION OMITTED DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM A GENERAL 1. 2. 10/23/08 Scope -This section governs all work, materials and testing required fo r the application of interior manhole coating . Manholes designated for interior coating are listed on the Manhole Rehabilitation schedule . Interior manhole coating shall meet the requirements of this section or of Section DA-13 , DA-14, DA-15, DA-16 or DA- 17 . Description -The Contractor shall be responsible· for the furnishing of all labor, supervision, materia ls, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents . ASC-18 PART DA-ADDITIONAL SPECIAL CONDITIONS 3 . Manufacturers Recommendations -Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers' recommendations. 4. Manholes -Manholes to be coated are of brick, block. or concrete construction. Some manholes may have a cementitious sprayed or trowelled on coating over the original interior surface . B. MATERIALS 1. Scope -This section governs the materials required for completion of interior coating of manholes . 2 . Interior Coating -Reliner MSP proprietary pre-blended mixture of cementitious and pozzalanic materials, silica fume admixture , 100 percent polypropylene fibers and other selected ingredients. as manufactured by Standard Cement Material.s . Na material (other than clean potable water) shall be used with or added to these standard products without prior approval or recommendation of the respective manufacturer. 3 . Material Identification -Contractor shall completely identify the types of grout, mortar. patching compounds, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, ta · the satisfaction of the Engineer. 4. Mixing and Handling -Mixing and handling of interior coating, which may be toxic under certai.n conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling and application of the coating m.3terial shall perform the coating operations . C. EXECUTION 1. 2. 3. 10/23/08 General -Manhole coating shall not be performed until replacement of manhole covers , sealing of manhole frame and grade adjustments, partial manhole replacement, or concrete collar construction is complete . Temperature -Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. If ambient temperatures are in excess of 90°F, precautions shall be taken to keep mixing water below 85°F , using ice if necessary. Interior Manhole Coating ASC-19 PART DA -ADDITIONAL SPECIAL CONDITIONS a. The interior coating shall be applied to the manhole from the top of the corbel or flattop to the bench/trough, including the bench/trough. b. The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure . 1) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE REHABILITATION. 2) The surface prior to application shall be damp without noticeable free water droplets or running water. Reliner MSP material shall be spray applied (using a manufacturer approved machine) to a minimum uniform thickness of 1-inch minimum. Troweling shall begin immediately following the spray application. The trowelled surface shall be smooth with no evidence of previous void areas . After the walls are coated, the wooden bench covers shall be removed and the bench sprayed with Reliner MSP material in such a manner as to produce a bench having a gradual slope from the wa ll s to the invert with the wall/bench intersection built up and rounded to a uniform radius for the full circumference of the intersection . Th e thickness of the bench shall be no less than 1-inch at the invert an d shall increase in the direction of the wall so as to provide the required slope . 3) The final application shall have a minimum of four (4) hours cure time before being subjected to active flow. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. 4) Traffic shall not be allowed over manholes for 24 hours after reconstruction is complete . 4. Testing of Rehabilitated Manholes a. Testing of rehabilitated manholes for watertightness shall be performed by the contractor after operations are complete in accordance with Section DA- 21 . b. At least two 3-inch diameter x 6-inch tall cylinders of the coating materia l shall be taken from each days work with the date, location and job recorded an each. The cylinders shall be sent to a certified testing laboratory for testing . A compression test will be made per ASTM C780 or ASTM C-10, as recommended by the material manufacturer, and the results will be furnished to the Engineer and Owner on request. D. MEASUREMENT AND PAYMENT 10123/08 Payment shall be based on the Contract Unit Price per vertical foot , measured from the top of the corbel or flattop to the top of the bench . The Contract Unit Price shall be payment in ASC-20 PART DA -ADDITIONAL SPECIAL CONDITIONS full for performing the work and for furnishing all labor, supervision, materials, equipment and all material testing necessary to complete the work . Grouting, if necessary, shall be included in the above unit price . Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price. DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM A. GENERAL 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed the Manhole Rehabilitation Schedule. Interior manhole coating shall meet the requirements of this Section or of Section DA-12, DA-14, DA-15, DA-16 or DA-17 . 2. Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required far the completion of interior coating of manholes in accordance with the Contract Documents . 3. Manufacturers Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers' recommendations. 4. Manholes Manholes to be coated are of brick, block, or concrete construction . Some manholes may have a cementitious sprayed or trowelled on coating over the original interior surface . B. MATERIALS 10/2310 8 1. Scope This section governs the materials required for completion of interior coating of manholes . 2 Interior Coating 3 . Quadex QM-1 s and Quadex Excel proprietary pre-blended cement based synthetic granite (Donnafill) enhanced polypropylene fiber reinforced coatings as manufactured by Quadex, Inc. No material (other than clean potable water) shall be used w ith or added to Quadex QM-1 s or Quadex Excel without prior approval or recommendation from Quadex, Inc. Material Identification ASC-21 PART DA -ADDITIONAL SPECIAL CONDITIONS Contractor shall completely identify the types of grout , mortar, patching compounds, sealant. and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application. and expected performance, to the satisfaction of the Engineer. 4. Mixing and Handling Mixing and handling of interior coating , which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals . All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the coating operations. C. EXECUTION 10/23/08 1. General Manhole coating shall not be performed until replacement of manhole cove rs, sealing of manhole frame and grade adjustments, partial manhole replacement , or concrete collar construction is complete. 2. Temperature Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours . If ambient temperatures are in excess of 90°F, precautions shall be taken ta keep mixing water below 85°F , using ice if necessary. 3. Interior Manhole Coating a. The interior coating shall be applied to the manhole from the top of the corbel or flattop to the bench/trough, including the bench/trough. b. The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure . 1) 2) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE REHABILIATATION. The surface prior to application shall be. damp without noticeable free water droplets or running water. QM-1 s material shall be spray applied (using a Quadex Model 9000 application machine or manufacturer approved equal) to a minimum uniform thickness of 1- inch minimum . Troweling shall begin immediately following the spray · ASC-22 - PART DA -ADDITIONAL SPECIAL CONDITIONS application . The trowelled surface shall be smooth with no evidence of previous void areas . 3) The final application shall have a minimum of four (4) hours cure time before being subjected to active flow . Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. 4) Traffic shall not be allowed over manholes for 12 hours after reconstruction is complete . 4 . Testing of Rehabilitated Manholes a. Testing of rehabilitated manholes for watertightness shall be performed by the contractor after operations are complete in accordance with Section DA- 21. b. At least two 3-inch diameter x 6-inch tall cylinders of the coating material shall be taken from each days work with the date, location and job recorded an each. The cylinders shall be sent to a certified testing laboratory far testing . A compression test will be made per ASTM C78.0 , and the results will be furnished to the Engineer and Owner on request. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot measured from the top of the corbel or flattop 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 all material testing necessary to complete the work . Grouting, if necessary to stop active leaks in manhole wall areas, shall be included in the above unit price. Grouting of the pipe seals, bench and trough , and lower portion of a particular manhole, if required by the Manhole Rehabilitation Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price . DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM A .GENERAL 10/23/08 1. Scape This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated far interior coating are listed on the Manhole Rehabilitation Schedule. Interior manhole coating shall meet the requirements of this Section arof Section DA-12, DA-13, DA-15, DA-16 or DA-17. 2 . Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents . ASC-23 PART DA -ADDITIONAL SPECIAL CONDITIONS 3. Manufacturer's Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations. 4 . Manholes Manholes ta be coated are of brick, block, or concrete construction. All manholes shall have a minimum of one-half (1/2) inch specialty cement-based coating material (Quadex QM-1 s or Reliner MSP) sprayed or trowelled on coating over the original interior surface. B. MATERIALS psi 10/23/08 1. Scape This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating The interior coating shall be a proprietary two component, 100 percent so lids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq , Inc . 3. Specialty Cement The spe.cialty cement-based coating material shall be either Quadex QM -1 s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials . 4. Material Identification The interior manhole coating material sprayed onto the surface of the manhole s hall be a urethane resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the physical properties as follows : Property Tensile Strength Flexural Stress Flexural Modulus 5. Mixing and Handling Standard ASTM D-638 ASTM D-790 ASTM D-790 Long Term Value 5,000 psi 10,000 550,000 psi Mixing and handling of specialty cement material and interior coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate ASC-24 - PART DA -ADDITIONAL SPECIAL CONDITIONS protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating installations. C. EXECUTION 10/23/08 1. General 2. 3. 1. Manhole coating shall not be installed until sealing of manhole frame and grade adjustments, or partial manhole replacement when required for the manhole per the Manhole Rehabilitation Schedule, is complete. Temperature Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. Interior Manhole Coating a. The interior coating shall be applied to the manhole from the bottom of the frame ta the bench, down to the top of the trough. b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi at spray tip), cleaning with muriatic acid, degreaser, or other solvents as needed in order to remove any film or residue on the surface. 2) Place covers over the invert to prevent extraneous material from entering the sewers . 3) Apply a minimum of one-half (1/2) inch specialty cement product (Quadex QM-1s or Reliner MSP} smooth surface for the urethane coating material. 4) Spray the urethane onto the manhole wall and bench/trough with a minimum thickness of 125 mils (0.125 inches}. Thickness to be verifiable through the use of methods acceptable ta the Engineer. 5) Coat trough area with specialty cement product (Quadex QM-1 s or Reliner MSP). Testing of Rehabilitated Manholes ASC-25 PART DA -ADDITIONAL SPECIAL CONDITIONS a . Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- 21 . D . MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price 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. Grouting, if necessary, shall be included in the above unit price . Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price . DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM A. GENERAL 1. 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 Rehabilitation Schedule , listed in Section I. Interior manhole coating shall meet the requirements of this Section , or of Section DA-12, DA-13, DA-14 , DA-16 or DA-17. 2 . Description The Contractor shall be responsible for the furnishing of all labor, superv1s1on , materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturer's Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations . 4. Manholes Manholes to be coated are of brick, block, or concrete construction. All manholes shall have a minimum of one-half (1/2) specialty cement-based coating material (Quadex QM-1s or Reliner MSP) sprayed or trawelled on coating over the original interior surface. B. MATERIALS 1. Scope 10/23/08 ASC-26 PART DA -ADDITIONAL SPECIAL CONDITIONS This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating Raven Ultra High-Build epoxy Coating, a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and desi.gnated as Raven 405 . 3. Specialty Cement The specialty cement-based coating material shall be either Quadex QM-1 s as manufactured by Quadex , Inc. or Reliner MSP as manufactured by Standard Cement Materials . 4. Material Identification Contractors will completely identify the types of grout, mortar, sealant, and/or root control chemicals proposed and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance . These grouting materials shall be compatible with Raven 405 interior coating. The contractor shall be responsible for getting approval from Raven Lining systems and/or the grout manufacturers far the use of these grouting materials. 5. Mixing and Handling Mixing and handling of interior coating , which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Coating shall be performed only by certified applicators approved by the manufacturers . C . EXECUTION 10/23/08 1. General Manhole coating 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 temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. 3. Interior Manhole Coating a. Manholes scheduled for interior coating are shown on the Manhole Rehabilitation Schedule. The interior coating shall be applied to the manhole ASC-27 PART DA -ADDITIONAL SPECIAL CONDITIONS from the bottom of the manhole frame to the bench/trough , including the bench/trough . b . The interior coating shall be installed in acco rdance with the manufacturer's recommendations and the following procedure . 1) The surface preparation shall comply with the requirements of Sect ion DA-11 , SURFACE PREPARATION FOR MANHOLE RESTORATION . 2) Apply a minimum of one-half (1/2) inch specialty cement-based product (Quadex QM-1s or Reliner MSP) smooth surface for the urethane coating material. 3) The. surface prior to application may be damp but shall not have noticeable free water droplets seeping or running water. Material shall be spray applied per manufacturer's recommendations with a minimum thickness of 125 mils (0 .125 inch). 4) After the walls are coated , the wooden bench covers shall be removed and the bench sprayed to the same average and minimum thickness as required for the walls. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) Na applications shall be made to frozen surfaces or if freezing is expected to occur in side the manho le within 24 hours after application. 4. Testing of Rehabilitated Manholes a. After the epoxy liner has set (hard to touch), all visible pinholes shall be repaired. Repairs shall be made by lightly abrading the surface and brushi ng the lining material over the area . All blisters and evidence of uneven cover shall be repaired according to the manufacturer's recommendations . Spot check of coating thickness may be made by Owner's 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 Contractor after operations are complete in accordance with Section DA- 21 -VACUUM TESTING OF REHABILITATED MANHOLES . D. MEASUREMENT AND PAYMENT 1012310a ASC-28 PART DA -ADDITIONAL SPECIAL CONDITIONS Payment shall be based on the Contract Unit Price 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 all testing necessary to complete the work . Payment for grouting of pipe sea ls, bench and trough and manhole walls shall be based on the Contract Unit Price for each manhole actually grouted . DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER A . GENERAL This section prescribes the min imum standards for the safe and efficient rehabilitat ion of sewer structures , utilizing Permacast with Epoxy Liner. B. MATERIALS 1. Leak Plugging Leak Plugging of the same or greater strength than the Liner Mix and/or chemical grouts may be used . If water pressures are severe, the contractor may drill relief hales at the bottom of the manhole wall to concentrate the leaks before plugging . 2. Patching Mix Voids which have not compromised the structure in its overall soundness must be filled prior to lin ing with materials of the same or greater strength than the Liner Mix . 3 . Liner Mix Shall be densely compacted, Reliner Microsilicate cement mortar, Quadex QM-ls and Quadex Excel cement mortar , or approved equal , applied uniformly at a minimum thickness of ~ inch . Liner Mixes shall attain strengths as follows : 28 DAYS 800 psi Compressive ASTM C-109 Flexural ASTM C-295 Elasticity ASTM C-469 1, 150,000 psi 24 HOURS 3500 psi 10 ,000 psi 650 psi 180 ,000 psi It shall be delivered in factory prepared paGkaging suitable for mixing with just the addition of clean water in the prescribed dosage. No additives shall be used at the site without prior approval. All visible leaks must be plugged prior to application of the cementitious liner with quick setting, non-shrink hydraulic cement mortar. C. EXECUTION 1012 310 s ASC-29 PART DA -ADDITIONAL SPECIAL CONDITIONS 1. Mixing The manufacture's published technical specifications and directions for proportioning and mixing shall be strictly followed by the certified applicator. 2. Equipment Equipment shall be as recommended by the manufacturer to ensure proper mixing and pump ing of the mortar and shall be clean and in good working order according to the manufacture's published recommendations for safe operation . Only factory certified workers shall operate with a controllable retrieval method shall be used to produce a uniform and dense application without the need to trowel which can weaken the mortar. 3. Application Once prepared, the application shall commence , in accord with the manufacturer's recommended procedures and in the presence of the owner's inspector in a single application to the prescribed thickness (1/2 inch or greater) without delay or interruption in order to produce a uniform and monolithic liner. Multiple layers wi th time between for drying are not allowed . Once completed, the manhole shall be covered to prevent air drying . 4. Testing & Verification Tes ting of rehabilitated manholes for water tightness shall be performed by the Contractor after operations are complete in accordance with Section DA-21 . The owner's inspector shall verify the thickness with a wet gauge . Any area found to less than the minimum prescribed thickness shall result in the minimum prescribed thickness shall result in the immediate relin ing of the er:itire interior. Two test cubes shall be made from each day's mix and tested for strength verification . D. CORROSION PREVENTION 10/23/08 1. Preparation & Procedure The liner shall be applied to the prepared interior as specified in proceeding sect ions at Y2 inch thickness. 2 Protective Coating The protective coating shall be a 100% solids epoxy with no volatile organic compounds and white in color to optimize visual inspection . Minimum physical properties shall be : ASC-30 - - PART DA -ADDITIONAL SPECIAL CONDITIONS Hardness Tensile Strength Compressive Strength Flexural Strength ASTM D-2240 ASTM D-63860 ASTM D-69544 ASTM 0-79058T 65 Shore D 10,000 psi 15,000 psi 1,000 psi It shall be uniformly spray applied or centrifugally cast onto the fresh mortar before new bacterial growth can contaminate the underlying mortar. It shall have a minimum thickness of 125 mils and shall not run or sag during placement. 3. Safety If personnel are required to enter the confined space during the application procedure, each and all OSHA requirements as well as those required by the manufacturer's material safety data sheets shall be complied with fully. 4. Testing & Verification The interior shall be visually inspected for thoroughness of coverage. When dry to the touch, the entire interior shall be tested with a Tinkor & Rasor holiday detector at the prescribed voltage to verify thickness and locate pinholes if any. Deficiencies shall be immediately corrected and retested. E. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price 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 all testing necessary to complete the work . Payment for grouting of pipe seals. bench and trough and manhole walls shall be based an the Contract Unit Price for each manhole actually grouted . DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM A. GENERAL 1. 2. 3 . 10/23108 Scope . This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed in the Manhole Rehabilitation Schedule. listed in Part 1. Interior manhole coating shall meet the requirements of this Section or of Section DA-12, DA-13, OA-14, DA-15 or DA-16. Description. The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment. and testing required for the completion of interior coating of manholes in accordance with the Contract Documents . Manufacturers Recommendations. Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers recommendations . ASC-31 PART DA -ADDITIONAL SPECIAL CONDITIONS 4 . Manholes . Manholes to be coated are of brick , block , or concrete construction. Some manholes may have a cementitious sprayed or trowelled-on coating over the original interior surface. B. MATERIALS 1. Scope. This section governs the materials required for completion of interior coating of manholes . 2. Interior Coating . Strong-Seal Systems MS-2A , factory-blended, cement-based , fiber-reinforced coating as manufactured by Strong-Seal Systems of Pine Bluff, AR No material ( other than clean potable water) shall be used with or added to Strong-Seal MS-2A without prior approval or recommendation from Strong-Seal Systems. 3. Material Identification. Contractor shall completely identify the types of grout, mortar, patching compounds, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Engineer. 4 . Mixing and Handling. Mixing and handling of interior coating , which may be toxic under certain conditions, shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not availa b le to unauthorized personnel or animal.s . All equipment shall be subject ta the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the coating operations . C. EXECUTION: 10/23/08 1. General. Manhole coating shall not be performed until replacement of man hole covers, sealing of manhole frame and grade adjustments, partial manhol e replacement, or concrete collar construction is complete. 2. Preliminary Repairs a) b) All foreign materials shall removed from the manhole interior using high pressure water spray (minimum 3500 psi). Loose and protruding brick , mortar, and concrete shall be removed using a masonry hammer and chisel and/or scrapers. Existing roots and manhole steps shall be removed by cutting them 1" below the surface of the manhole . All unsealed lifting holes, unsealed step holes , voids larger than approximately one-half (1/2) inch in thickness shall be filled with rapid - setting, trowel-applied patching compound prior to spray application of the MS-2A coating . ASC-32 - 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS c) Active leaks shall be stopped using rapid-setting hydraulic cement products specifically for that purpose and according to manufacturer's recommendation . Some leaks may require grouting to stop the inflow . Grouting shall be performed in accordance with Section DA-20 . Contact Strong-Seal Systems for grouting recommendations . d) After all repairs have been completed, remove all loose material. 3. Temperature . Normal interior coating operation shall be performed at temperatures of 40 Degrees F or greater. No application shall be made when freezing is expected within 24 hours. If ambient temperatures are in excess of 90 Degrees F, precautions shall be taken to keep mixing water below 85 Degrees F, using ice if necessary. 4. Interior Manhole Coating a) The interior coating shall be applied to the manhole from the top of the bench/trough to the top of the corbel or flattop , including the bench/trough. b) The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure . ( 1) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi). (2) Pl.ace covers over invert to prevent extraneous material from entering the sewer. (3) The surface prior to application shall be damp without noticeable free water droplets or running water. MS-2A material shall be spray applied (using a manufacturer approved application machine) to a uniform thickness of 1" minimum. Troweling shall begin immediately following the spray application. The trowelled surface shall be smooth with no evidence of previous void areas. (4) The application shall have a minimum of four hours (4) cure time before being subjected to active normal flows . Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. (5) Traffic shall not be allowed over manholes for 12 hours after reconstruction is complete. 5. Testing of Rehabilitated Manholes a) Testing of rehabilitated manholes for water-tightness shall be performed by the contractor after operations are complete in accordance with Section DA-21 . ASC-33 PART DA -ADDITIONAL SPECIAL CONDITIONS b) At least four ( 4) 2-inch cubes of the coating material shall be taken from each day 's work with the date , location and jab recorded on each . T he cubes shall be sent to St rong-Seal Systems , Pine Bluff, AR , for testing . A compression test will be made according to ASTM C-109 , and the resu lts will be furnished to the engineer and the owner. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per each manhole coated . T he Contract Unit Price shall be payment in full for perfo rm ing the work and for furnishing all labor, supervision , .materials , equipment and mate rial testing necessary to complete the work . Grouting , if necessary to stop active leaks in manhole well areas , shall be included in the above unit price . Grouting of the pipe sea ls, bench and trough , and lower portion of a particular manhole , if required by the Manhole Rehabilitat ion Work Schedule or required to be done by the Engineer, shall be paid for separately. DA-18 RIGID FIBERGLASS MANHOLE LINERS OMITTED DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION OMITTED DA-20 PRESSURE GROUTING OMITTED DA-21 VACUUM TESTING OF REHABILITATED MANHOLES OMITTED DA-22 FIBERGLASS MANHOLES OMITTED DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES OMITTED DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER These provisions requ ire the contractor to remove all failed exist ing curb and gutter, as des igna ted by the Construction Engineer , and replace with standa rd cof}crete curb and gutter , laydown curb and gutter, or in like kind , as governed by the standard City Specifications , Item No . 104 "Removing Old Concrete», Item No. 502 "Concrete Curb and Gutter", and Drawing Nos . S-S2 through S-S4 . Pay limits for laydown curb and gutter are shown in Drawing No . S-S5 of the Standard Specifications . Contractor shall saw cut the curb and gutter and pavement prior to removal. Included , and figured subsidiary to th is unit price , will be the requ ired sawcut excavation , 10/2 3/08 ASC-34 - - - - - PART DA -ADDITIONAL SPECIAL CONDITIONS as per specification Item No . 106 "Unclassified Street Excavation ", into the street to aid in the construction of the curb and gutter. The pay limit will be 9" out from the gutter lip , with same day haul-off of the removed material to a suitable dump site . The street void shall be filled with H.M .A.C. "Type D" mix as per specification No . 300 "Asphalts , Oils and Emulsions ", Item Na . 304 "Prime Coat" and Item No . 312 ''Hat Mix Asphaltic Concrete " and compacted to standard City densities and top soil as per specification item No . 116 "Top Soil ", if needed, shall be added and leveled to grade behind the curb . Existing improvements within the parkway such as water meters, sprinkler system, etc. damaged during construction shall be replaced with same or better at no cost to the City. Backfill for curb and gutter shall be completed within fourteen ( 14) calendar days from the day of demolition to date of completion . If the contractor fails to complete the work within fourteen (14) calendar days, a $100 dollar liquidated damage will be assessed per block per day. The unit price bid per linear foot shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS This item shall include the removal and replacement of existing concrete driveways, due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site . Far specifications governing th is item see Item No. 104 "Removing Old Concrete", Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing Na . S-S5 of the Standard Specifications. The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies , and incidentals necessary to complete the work . DA-26 REPLACEMENT OF H .M.A.C. PAVEMENT AND BASE The contractor shall remove all existing deformed H.M .A.C . pavement and/or bad base material that shows surface deterioration and/or complete failure . The Engineer will identify these areas upon which time the contractor \Viii begin work . The failed area shall be saw cut, or other similar means, out of the existing pavement in square or rectangular fashion . The side faces shall be cut vertically and all failed and loose material excavated . As a part of the excavation process , all unsatisfactory base material shall be removed , if required , to a depth sufficient to obtain stable sub-base . The total depth of excavation could range from a couple of inches to include the surface-base-some sub-base removal for which the Engineer will select the necessary depth. The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated material shall be hauled off site, the same day as excavated, to a suitable dump site . After satisfactory completion of removal as outlined above , the contractor shall place the permanent pavement patch , with "Type D'' surface mix. This item will always be used even if no base improvements are required. The proposed H.M.AC. repair shall match the existing pavement section or the depth of the failed material, whichever is greater. However, the patch thickness shall be a minimum of 2 inches . Generally the existing H .M .A.C. pavement thickness will not exceed 6". Before the patch layers are applied, any loose material , mud and/or water shall be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces . Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. 10/23/08 ASC-35 PART DA -ADDITIONAL SPECIAL CONDITIONS Compactions of the mix shall be to standard densities of the City of Fort Worth, made in preparation to accept the recycling process. All applicable provisions of Standard Specification Item Nos . 300 "Asphalts, Oils , and Emulsions", 304 "Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work. The unit price bid per cubic yard shall be full compensation for all materials, labor , equipment and incidentals necessary to complete the work. DA-27 GRADED CRUSHED STONES This item shall be used to repair the failed base material in areas exceed 8" deep as directed by the Engineer. The material shall be graded crushed stones . For specifications governing this item see Item No . 208 "Flexible Base". The unit price bid per cubic yard shall be full compensation for all materials , labor, equ ipment and incidentals necessary to complete the work. DA-28 WEDGE MILLING 2" TO O" DEPTH 5.0' WIDE A. Description This item shall consist of milling the existing pavement from the lip of gutter at a de pth of 2'' and transitioning to match the existing pavement (O" cut) at a minimum width of 5'. The existing pavement ta be milled will either be asphalt, concrete, or brick pave ment. Th e removal and disposal of the milled materials shall be as directed by the Engi neer. T he milled surface shall provide a smooth surface free from gouges, ridges, ail film , an o the r imperfections of workmanship and shall have a uniform textured appeara nce In all situations where the existing H.M .A.C. surface contacts the curb face the wed ge m ill ing shall include the removal of the existing asphalt covering the gutter up to and al on g the face of curb . The wedge milling operations far this project will be performed in a continuo us m n ne r along both sides of the street. Details of milling locations are at the back of this docum ent Contractor is required to begin the overlay, within five (5} calendar days from the date of the wedge milling completion of any one street. Should the contractor fail to mee t this condition , the wedge milling will be shut down, and liquidated damage of $500.00 per day per street will be assessed until all wedge milled streets are overlayed. The overlay , once begun on a street shall continue uninterrupted until complete. The Contractor shall haul-off the removed material to a suitable dump site . B. Equipment 10/23/08 The equipment for removing the pavement surface shall be a power operated milling machine or other equal or better mechanical means capable of removing , in e it her on e ASC-36 - - - PART DA -ADDITIONAL SPECIAL CONDITIONS pass or two passes, the necessary pavement thickness in a five-foot minimum width. The equipment shall be self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. The machine shall be equipped with an integral loading and reclaiming means to immediately remove material being cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation . Adequate back-up equipment (mechanical street sweepers, loaders, water truck, etc .) and personnel will also be provided to keep flying dust to a minimum and to insure that all cuttings are removed from street surface daily. Stockpiling of planed material will not be permitted on the project site unless designated by the Engineer. The machine shall be equipped with means to control dust created by the cutting action and shall have a manual system providing for uniformly varying the depth of cut while the machine is in motion thereby making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. The speed of the machine shall be variable in order to leave the desired grid pattern specified under Surface Texture . The unit price bid per linear feet shall be full compensation for all labor, material , equipment, tools, and incidentals necessary to complete the work. DA-29 BUTT JOINTS-MILLED OMITTED DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) All applicable provisions of Standard Specifications, Item Nos . 312 "Hot-Mix Asphaltic Concrete", 300 "Asphalts, Oils and Emulsions", 304 "Prime Coat", and 313 "Central Plant Recycling-Asphalt Concrete" shall apply to the construction methods for this portion of the project. Standard Specification 312.5 ( 1) shall be revised as follows: The prime coat, tack coat , or the asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit and rising, the temperature being taken in the shade and away from artificial heat. Asphaltic material shall also not be placed when the wind conditions are unsuitable in the opinion of the Engineer. The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City approval 48 hours prior to placing the H.M.A.C. overlay . The City will provide laboratory control as necessary. The unit price bid per square yard of H.M.A.C. complete and in place., shall be full compensation for all labor. materials, equipment. tools, and incidentals necessary to complete the work . DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER This item shall include the removal and reconstruction of existing concrete valley gutters at locations to be determined in field : Removal of existing concrete valley, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item . 10/23/08 ASC-37 PART DA -ADDITIONAL SPECIAL CONDITIONS Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be subsidiary to this Pay Item. See standard specification Item No. 314, "Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No . 106, "Unclassified Street Excavation" Item No . 208 "Flexible Base ." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". Asphalt base material may be required at times as directed by the Engineer to expedite the work at locations identified in the field . The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley Gutter at a time , and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. If the contractor fails to complete the work on each half within seven (7) calendar days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. The unit price bi.d per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work . DA-32 NEW 7" CONCRETE VALLEY GUTTER OMITTED DA-33 NEW 4" STANDARD WHEELCHAIR RAMP OMITTED DA-34 8" PAVEMENT PULVERIZATION OMITTED DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) The following specifications are far the furnishing and placing of reinforced concrete pavement or base as shown an detail and as directed by the Engineer. A. GENERAL: Reinforced concrete pavement or base shall conform to Specification Item No. 314 herein except for finishing and curing. B. FINISHING: 10/23/08 ASC-38 - - - PART DA -ADDITIONAL SPECIAL CONDITIONS The reinforced concrete shall be brought to a uniform surface by working with a wooden float. The surface shall be flush with the adjacent pavement and shall have a finish similar to the surrounding pavement. The surface shall be even and shall provide a smooth ride. C. CURING: The reinforced concrete pavement surfaces shall be sprayed uniformly with a membrane curing compound conforming to the requirements of ASTM C-309, Type 2, white -pigmented compound, which shall not produce permanent discoloration of the concrete . Concrete shall be allowed to cu.re for seven days or test cylinders reach 3000 psi before removal of barricades . D. EXECUTION : • Included in this item will be the removal of the existing reinforced concrete pavement. The existing pavement shall be sawed so as to maintain an even , straight pavement cut. The existing reinforcing steel at sawed line and construction joints shall be lapped 18 inches with the new reinforced concrete pavement. The existing steel shall be thoroughly cleaned before lapping . The following work method will be performed on each utility cut 1. Place safety signs, barricades and/or other warning devices where necessary and as required . 2. Replace pavement to nearest joint. 3. Mark out the damaged area with keel, chalk line or paint being sure to include all areas requi.ring repair. 4 . Saw cut along marked lines a minimum of two (2) inches deep . 5. Remove existing concrete. 6 . Form joints and place reinforcing steel and Dowel Bars (as required) according to standard specifications . 7. Place and finish concrete. 8. Clean up job site, removing all debris. 9. Maintain traffic control devices to protect the area until the concrete has cured seven days or concrete reaches 3000 pst compressive strength . E. PAYMENT: - Payment shall be made at the unit price per linear foot as shown on the proposal and shall be full compensation far furnishing all labor, materials, equipment tools and incidentals necessary to complete the work . DA-36 RAISED PAVEMENT MARKERS 1012310a ASC-39 PART DA -ADDITIONAL SPECIAL CONDITIONS All applicable provisions of Standard Specificat ions for Roadway Markers (Buttons) shall apply . The Contractor shall install standard roadway markers according to city specifications as shown on plan sheet or as directed by the Engineer . Please refer to ''Roadway Markers Specifications ". DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING OMITTED DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL OMITTED DA-39 ROCK RIPRAP -GROUT -FILTER FABRIC OMITTED DA-40 CONCRETE RIPRAP OMITTED DA-41 CONCRETE CYLINDER PIPE AND FITTINGS OMITTED DA-42 CONCRETE PIPE FITTINGS AND SPECIALS OMITTED DA-43 UNCLASSIFIED STREET EXCAVATION This item will be used if additional excavation is needed that is not covered by "8" PAVEMENT PULVERIZATION ". Additional Excavation is the removal of the excessive crown and base ta bring the new base to proper grade and City standard specifications far street reconstruction . All applicable provisions of Item No . 106 "Unclassified Street Excavation " shall apply , work shall be paid per cubic yard . DA-44 6" PERFORATED PIPE SUBDRAIN OMITTED DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS This -item shall include the removal and replacement of existing concrete sidewalk due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dumpsite . For specifications governing this item see Item No. 104 "Removing Old Concrete ", and Item No . 504 "Concrete Si.dewalk and Driveways ". 10/23/08 ASC-40 - - PART DA -ADDITIONAL SPECIAL CONDITIONS The unit price bid per square yard shall be full compensation for all labor, material, equipment , supplies , and incidentals necessary to complete the removal and replacement work . DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION OMITTED DA-47 PAVEMENT REPAIR IN PARKING AREA The unit price bid under appropriate BID ITEM(S) of the Proposal shall cover all cost for providing pavement repair equal to or superior in compos ition , thickness , etc ., to existing pavement . All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench , a minimum of twelve (12) inches outside the trench walls . The trench shall be backfilled and the top nine (9) inches shall be filled with crushed limestone base material , compacted and level with the finished adjacent surface . This finished grade shall be maintained in a serviceable condition until the paving has been replaced . DA-48 EASEMENTS AND PERMITS Easements and permits , both temporary and permanent, have been secured for this project at this time and made a part thereto . Any easements and/or permits , both temporary and permanent, that have not been obtained by the time of publication shall be secured before construction starts . No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained . The Contractor's attention is directed to the easement description and permit requirements , as contained herein , along with any special cond itions that may have been imposed on these easements and permits . Where the pipeline crosses privately owned property, the easements and construction areas are shown on the plans . The easements shall be cleaned up after use and restored to their original conditions or better . In the event additional work room or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item . DA-49 HIGHWAY REQUIREMENTS OMITTED DA-50 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 E2-20 of the General Contract Documents . Prior to concrete placement, a gasket, RAM-Nek or approved equal shall be installed around penetrating pipe . 10/23/08 ASC-41 PART DA -ADDITIONAL SPECIAL CONDITIONS Payment for such work as connecting to existing facilities including all labor, tools, equipment , and material necessary to complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM . DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION OMITTED DA-53 OPEN FIRE LINE INSTALLATIONS OMITTED DA-54 WATER SAMPLE STATION OMITTED DA-55 CURB ON CONCRETE PAVEMENT Standard Specification Item 502 shall apply except as herein modified . INTEGRAL CURB : Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab. SUPERIMPOSED CURB : Concrete shall have a minimum compressive strength of three thousand (3,000) pounds per square inch at twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) U.S. gallons per sack (94 lbs.) of Portland Cement. The slump of the concrete shall not exceed three (3) inches. A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required . PAYMENT: Payment shall be made for cutting and replacing curbs and gutters required in this Project under the appropriate bid item and shall be in compliance with Public Works Depart men t standard requirement Item 502. DA-56 SHOP DRAWINGS OMITTED DA-57 COST BREAKDOWN OMITTED DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY OMITTED DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP OMITTED 10/23/08 ASC-42 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-60 ASPHALT DRIVEWAY REPAIR OMITTED DA-61 TOP SOIL OMITTED DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT OMITTED DA-63 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities . There is no limit to which a bid item can be increased or decreased . Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4 .3 confHcts with this provision , this provision controls . No claim will be considered for last or anticipated profits based upon differences in estimated quantities versus actual quantities . In particular, the Contractor shall be aware that it is the City 's intention that the quantities in Unit I be used on an "emergency" basis only . Total quantities given in the bid proposal may not reflect actual quantities ; however, they are given for the purpose of bidding and awarding the contract. A contract in the amount of $200 ,000 (see Options to Renew) shall be awarded with final payment based on actual measured quantities and the unit price bid in this proposal. Moreover, there is to be not limit an the variation between the estimated quantities shown and actual quantities performed . It is understood and agreed that the scope of work contemplated in this contract is that wh ich is designated by the City bit will in not case exceed $200 ,000 (see Options to Renew) including all change orders. DA-64 WORK IN HIGHWAY RIGHT OF WAY OMITTED DA-65 CRUSHED LIMESTONE (FLEX-BASE) Crushed limestone required for use as a flexible base material shall conform to Specification Item No . 208 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. DA-66 OPTION TO RENEW OMITTED 10/23/08 ASC-43 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-67 NON-EXCLUSIVE CONTRACT OMITTED DA-68 CONCRETE VALLEY GUTTER This item shall include the repa ir/replacement of existing concrete valley gutters as directed by the Enginee r. The proposed valley gutters will be constructed according to the detail included in these documents as well as conform ing to Specification Item No . 314 of the Standard Specifications for Street and Sto r m Dra in Construction for the City of Fort Worth Transportatio n and Publ ic Works Department. The unit p rice b id for th is item shall be full compensation for all materials (including applicabl e sub -base), labor , equ ipment and inc identals necessary to complete the work . DA-69 TRAFFIC BUTTONS The Contractor shall supply all materials and labor necessary to install traffic buttons of the sa me type as were previously installed at locations designated by the Engineer. The buttons to be suppl ied shall be generally, but not limited to Type W-4 and Type II C-R4 and installed w it h a Type Ill Epoxy. The unit price bid for this item shall be full compensation for all materials , labor, equipment a nd incidentals necessary to complete the work . DA-70 PAVEMENT STRIPING Pavement striping , whenever and wherever encounte red, shall be replaced to match the ex istin g striping or as di rected by the Engineer. Materials used shall be of 420 Type intersectio n g ra de tape (in 18-inch w idth) such as Stamark as manufactured by 3M company or approved equal. The unit price b id for th is item shall be full compensation for all materials , labor, equipmen t a nd in c;identals necessary to complete the work . DA-71 H.M.A.C. TESTING PROCEDURES The contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that w i ll be used for each project. This should be submitted at the Pre-Construction Conference. T his design shall not be more than two (2) years old . Upon submitta l of the design mix a Marshal (Proctor) w ill be calculated , if one has not been previously calculated , for the use du ri ng density testing . For type "B" asphalt a maximum of 20% rap may be used . No Rap may be used in typ e "-D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the contractor is approved for placement of the asphalt. The contracto r shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities. The required Dens ity for Type "B" and for Type "D" asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt test ing. 10123/08 ASC-44 ..... PART DA -ADDITIONAL SPECIAL CONDITIONS After a rolling pattern is established , densities should be taken at locations not more than 300 feet apart. The above requirement appl ies to both Type "B" and "D" asphalt. Densit ies on type "B'' must be done before Type "D" asphalt is applied . Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied . Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness . DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particular ASTM , AWWA, ANSI or other specification, it shall be understood that the latest revis ion of such specification, prior to the date of these gener.al specifications or revisions thereof, shall apply. DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX OMITTED DA-74 RESILIENT-SEATED GATE VALVES OMITTED DA-75 EMERGENCY SITUATION , JOB MOVE-IN OMITTED DA-76 1 %" & 2" COPPER SERVICES OMITTED DA-77 SCOPE OF WORK (UTIL. CUT) OMITTED DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT) OMITTED DA-79 CONTRACT TIME (UTIL. CUT) OMITTED DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) OMITTED DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) 10/23/08 ASC-45 PART DA-ADDITIONAL SPECIAL CONDITIONS OMITTED DA-82 LIQUIDATED DAMAGES (UTIL. CUT) OMITTED DA-83 PAVING REPAIR EDGES (UTIL. CUT) All paving repair edges shall be undamaged neat li nes (by sawing or equal) and sha ll be parallel or perpend icular to the center line of the street. DA-84 TRENCH BACKFILL (UTIL. CUT) OMITTED DA-85 CLEAN-UP (UTIL. CUT) OMITTED DA-86 PROPERTY ACCESS (UTIL. CUT) OMITTED DA-87 SUBMISSION OF BIDS (UTIL. CUT) OMITTED DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) OMITTED DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. CUT) OMITTED DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) OMITTED DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) OMITTED DA-92 MAINTENANCE BOND (UTIL. CUT) OMITTED DA-93 BRICK PAVEMENT (UTIL. CUT) 1012310a ASC-46 - PART DA -ADDITIONAL SPECIAL CONDITIONS OMITTED 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 DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) OMITTED DA-98 UTILITY ADJUSTMENT (UTIL. CUT) OMITTED DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) OMITTED DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) The following criteria will be used to determine the limits of concrete pavement repair for this contract: 1. The minimum size of repair for concrete shall be 5'x 5'. 2. Whenever the limits of the repair are 8 feet or less from an adjacent joint of any type, the replacement shall be extended to that joint. 3. Dummy joints shall be sawed across any panel where a construction joint intersects the panel and a joint does not exist. All new joints ( construction or dummy} shall be parallel with existing joints . 4. Depending on the existing longitudinal joint spacing and the limits of the damaged pavement, the contractor may be required to extend the replacement to the halfway point of the panel . The determination shall be made by the inspector on a case by case basis in order to assure uniform joint spacing . Payment for all concrete pavement repairs shall be made at the unit price bid per square yard as shown in the proposal and shall be full compensation for furnishing all labor, materials, equipment, tools, and incidentals necessary to complete the work . However, payment for sawcutting dummy joints in adjacent panels shall be made under the appropriate bid item . 10/23108 ASC-47 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) This item shall apply for the placement of concrete curb and gutter on H .M.A .C . paved streets . Specification item no . 502 of the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction shall govern this item. DA-102 PAYMENT (UTIL. CUT) OMITTED DA-103 DEHOLES (MISC. EXT.) OMITTED DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) The Contractor shall have no more than three (3) locations under construction at any one time , unless approval by the Engineer has been granted in writ ing . DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) OMITTED DA-106 BID QUANTITIES (MISC. EXT.) Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities . There is no limit to which a bid item can be increased or decreased . Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities . To the extent that C4-4 .3 conflicts with this provision, this provision controls . No cl aim will be considered for lost or anticipated profits based upon differences in estimated qua ntit ies versus actual quantities . DA-107 LIFE OF CONTRACT (MISC. EXT.) OMITTED DA-108 FLOWABLE FILL (MISC. EXT.) 1. Description : The flowable fill m9terial shall be delivered to the site, free flowing and self-leveling and shall have a consistency enabling it to fill all voids without tamping , vibrating or compacting . The flowable fill material shall have an in place density of not less than 95 and not more than 115 lbs./cu . ft., with a maximum twenty-eight (28) day compression strength of not less than 60 and 10/23/08 ASC-48 PART DA -ADDITIONAL SPECIAL CONDITIONS not more than 85 PSI allowing the material to be removed with hand tools such as picks and shovels. The height of free fall of the flowable fill shall not exceed four ( 4) feet. 2 . Material Specifications : Flawa.ble fill shall consist of: a . An appropriate amount of Portland Cement meeting ASTM C-150 (with other additives as necessary). b. Aggregates meeting ASTM C-33 c . Sand or fine aggregates as per City of Ft. Worth Standard Specifications for Street and Storm Drain Construction Item 406 d. Flyash , Class C or F, meeting ASTM C-618 e. Admixtures 1. 2 . Mineral admixtures will be pozzolanic Chemical admixtures shall be in liquid or powder form used in standard ready-mix concrete products unless specifically designed for flowable fill. Permissible types of admixtures are : a . High air generators, as manufactured by Grace Construction Products or approved equal, which are specifically designed for flowable fill to lower unit weights, reduce shrinkage and subsidence , and control compressive strength . b. Air entraining admixtures conforming to ASTM C-260. c. High range water reducers conforming to ASTM C-494 Type F or G. d. Accelerating admixtures conforming to ASTM C-494 , Type C. 1. Non -chloride, non-corrosive accelerators used where metals are present in concrete or embedded members . 2 . Calcium chloride DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) OMITTED DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) OMITTED DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) OMITTED DA-112 MOVE IN CHARGES (MISC. REPL.) OMITTED DA-113 PROJECT SIGNS (MISC. REPL.) Project Signs are required at all locations which will be under construction for more than thirty (30) calendar days as indicated in Part B Proposal. Project Signs shall be in accordance with Figure 30 (dated 9-18-96) of the General Contract Documents. The signs may be mounted on 1012310a ASC-49 PART DA -ADDITIONAL SPECIAL CONDITIONS skids or on posts . The exact locations and methods of mounting shall be approved by the engineer. Any and all costs for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed . DA-114 LIQUIDATED DAMAGES (MISC. REPL.) OMITTED DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) Because of the unique nature of this contract, the number of trench safety system designs required is not known at the time bids are received . While the contractor is still bound by the latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926 , Subpart P-Excavations as detailed in D-26 Trench Safety System , it is the City 's intention that all costs incurred by the Contractor in acquiring trench safety designs be included in the unit price bid for Job Move in . DA-116 FIELD OFFICE OMITTED DA-117 TRAFFIC CONTROL PLAN Traffic control shall be in accordance with item D-8 of the Special Conditions with the exception of the Contractor providing the traffic control plan . A traffic control plan has been prepared and is included in the project plans . All other requirements of D-8 shall apply . DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS OMITTED DA-119 OMITTED CATHODIC PROTECTION SYSTEM 10/23/08 ASC-50 WATER DEPARTMENT SECTION E SPEC IFICATIONS .J ANUA RY 1, 1978 A ll m ateri a l s , co n s truct i o n m e th od s a nd proce du res u sed in t hi s project s ha ll confo rm to Secti o n s E l, E2 , an d E2A of the Fo rt W o 11h Wa t e r D epa rtm en t Gene ral Co nt rac t D oc um e nts a nd Genera l S p ec ifi catio ns , togethe r wi th a ny add it io na l materi a l specifica ti o n(s), co nstru c tion(s ) o r la ter r ev isio n(s). (See rev i s io n s li s t e d o n thi s s h ee t). Sec ti o n s E l, E2 a nd E2A ofrhe Fo11 W o rth Water D e p artm e nt Genera l Co ntrac t D ocum ent s a nd Gen era l S pecifica ti o n s are h ereby m a d e a part of thi s con trac t d ocum e nt b y refere nce for a ll purposes, the sam e as i f co pi es ve rb a tim h ere in , a nd su c h Sec ti o n s a r e fi le d a n d k ep t in th e office of th e C it y Sec re ta r y of th e C it y of Fort Worth as a n offic ia l record of th e C it y of Fo rt W o rth . IN D EX E l MA TE RI AL S P ECIFI CATI ONS E2 CONSTR UCTI ON SPECIFICATIONS E2A GENERAL D ES IGN D ETAILS R evis io n s as of A p ril 20 , 198 1, fo ll ow: E l -2.4 Bac kfill : (Co rrec t minimum co m pac ti o n re quirem e nt to 9 5% P roc ter d ens ity a nd co 1Tec t P .I. valu es a s fo ll o w s:) c . A dditi o na l b ack fill re quire m e nts w he n a p proved for u se in s treets : 1 . Typ e B B ac kfill ( c) M ax imum pl as ti c ind ex (PI ) sha ll b e 8 2 . Typ e C B ac k fi ll (a) M a teri a l m ee tin g require m ents a nd hav ing a PI of 8 o r less s ha ll b e con s ide red as s uita b le fo r compac ti o n by wettin g (b) M a te ri a l, m ee tin g require m e nt a nd hav ing a PI of 9 o r m o re s ha ll be co ns ide red for u se o nl y w ith mec h a ni ca l co m pact ion E2-2.11 T ren c h B ac kfill : (Correc t minimum co mp ac ti o n require me nt w he rever it appears . in thi s secti o n to 95% P roc ter d en s it y except fo r pa ragrap h a.I. w here th e "95 % m od ified Procter d e n s ity " s ha ll re m a in un c ha nged ). E I 00-4 WATERT IG H T MAN HOLE I SERTS . SECT ION E l 00 --MA TE RlAL S PECIFICATIONS MATE RI AL STAN DA RD E l 00-4 JANUA R Y 1, 1978 (AD D ED 5/13 /90) E 100-4.1 GENERAL: T hi s sta nda rd covers th e furn is hin g a nd insta ll a ti o n of wa te1tight gas keted ma nh o le inserts in th e. Fo rt W011 h sanita 1y sewer co ll ec ti o n system . E l 00-4.2 MATE RI ALS AN D D ES I GN : a . T h e m a nh o l e in se rt s h a ll be of co r ros i o n -proof hi g h de n s it y po lyethe lene that m ee ts o r exceeds th e req uire me nt s of ASTM D 1248, Ca tego1y 5, Type Ill. b . The minimum thi c kn ess of th e m a nho le in sert s ha ll be I /8". c. Th e m a nho le in sert s h a ll h ave a gasket th a t p rov id es p os iti ve sea l in we t ofldr y co nditi o n s . T h e gas k e t s h a 11 b e m a d e o f c I o s e d c e 11 neo prene rubber and meet th e requirem ent of A ST M DI 05 6, or equal. d. T h e m a nho le in sert s ha ll have a s tra p fo r rem oving th e insert. T he s t ra p sh a ll b e m a d e of m inimum I w id e woven po lypro p a lene o r n y lo n webbing, w ith th e e nd s trea t ed to prevent unrave llin g. S ta inl ess stee l hardware shall be used to secw-ely a tt ac h stra p to th e in sert . e. Th e m a nho le in se rt s h a ll h ave o n e o r m o r e vent h o l es o r va lves t o re lease gasses a nd a ll ow wa ter infl ow a t a ra te n o g rea te r th a n I O ga ll o ns per 24 ho urs . E I 00-4 .3 IN ST ALLATI ON: a . The m a nh o le fr a m e s ha ll b e c lea n e d o f a ll dirt and d e bri s b efo re pl ac in g th e manho le ins e rt o n th e rim . b . T he ma nho le insert sha ll b e fu ll y seated aro und th e m anho le fra m e rim to re ta rd wate r fro m seep ing b etween th e cover a nd th e m anho le fra m e rim . ElOO (1) HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RA TES 2008 Air Too l Operator A s phalt Distributor Operator Asp h a lt Pavin g Machine Operator --------- Asphalt Raker A s phalt Shove ler -- Batching P lant W e igher Broom or S wee per Operator Bulldozer Operator - Carpenter ·-····--· Concre te F ini sher!_Pa vin g Concr ete Fini sher, Stru ctures ---- Concrete Pavin g Curbing Mach in e Operator Concrete Paving Fini sh in g M ac hine Operator Concrete Pavin g Joint Seale r Operator Concrete paving Saw Op e rator Concrete Paving Spreader Operator Concrete Rubber - Crane, C lamshell, Backhoe, Derrick, Drag lin e, Shovel Operator Electr ic ian - Flagger Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Trnck Mounted Front End Loader Operator - Laborer, Common Laborer, Utility Mechanic Milling Machine O_e~rator , Fine Grade Mixer Operator Motor Grader Operator, Fi ne Grade Motor Grader Operator, Rough Oiler Painter, Structures Pavement Marking Machine Operator Pipelayer - Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Roller Operator, Pneumatic, Self-Propelled Roller Operator, Steel Wheel , Flat Wheel/Tamping Roll e r Operator, Steel Wheel, Plant Mix Pavement Scra per Operator Servicer Slip Form Machine Operator Spreader Box Operator Tractor Operator, Crawler Type Tractor Operator, Pneum atic Traveling Mixer Operator Tru ck Driver, Lowboy-Float Truck Driver, Sin _gle Axle , Heavy Truck Driver, Sin g le Axle, Light i Truck Driver, Tandem Axle, Semi-Trailer ! Truck Driver, Transit-Mix 1 Wag on Drill , Boring Machi ne, Post Hole Driller Operator Welder Work Zone BaJTicade Se rvicer $10.06 $13.99 $12.78 $11.01 $ 8.80 $14.15 $ 9.88 $13 .22 $12 .80 $1 2.85 $13.27 $12.00 $13 .63 $12.50 $13.56 $14.50 $10.61 $14.12 $18.12 $ 8.43 $11.63 $ I J.83 $13 .67 $16.30 $12 .62 $ 9.18 $10.65 $16.97 $11.83 $1 1.58 $15.20 $14.50 $14 .98 $13.17 $10 .04 $11.04 $14.86 $16 .29 $11.07 $10 .92 $11.28 $11.42 $12 .32 $12.33 $10.92 $12 .60 $1 2.91 $12 .03 $14.93 $ I 1.47 $10 .9 1 $11.75 $12 .08 $14 .00 $13.57 $10.09 · Classification AC Mechanic AC Mechanic Helper Acoustica l Ceiling Meehan ic - Bricklayer /S ton e Mason -------------- Bricklayer /Stone Ma son Helper Carpenter Carpenter Helper Concrete Finisher Concre t e Form Build er Drywall Mechanic Drywall Heloer Drywal l Taper Drywall Taper Heloer Electrician (Journeyman) Electrician Helper .. Electronic Technician -- Electronic Technician Helper Floor Layer (Resilient) Floor Layer Helper Glazier .. Glazier Heloer Insulator Insu l ator Helper Laborer Common Laborer Skilled Lather Painter Painter Helper Pipefitter Pioefitter Helper ----- Pla sterer Pl asterer Helper 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY Hrly Rate Classification $21.69 Plumber ~-·j_11JJ.Q_ -Plumber Helpe r $ 15.24 Reinforcing Steel Setter .. $19.12 Roofer $10 .10 Roofer He l per $16.23 Sheet Metal Worker $11.91 Sheet ,~~tat Worker f!.<_:'lper $13.49 Sorin kler System Installer $13.12 Sprinkler System Installer Helper ·---------· $14.62 Steel Worker Structural $10.91 Concrete Pump ---·--·-- - Crane, Clamsheel, Backhoe, Derrick, D'Line $13.00 Shovel $9.00 Forklift $20 . 20 Front End Lo ader $14.43 Truck Driver $19.86 Welder $12 .00 Welder Helper - $20.00 $13.00 $18.00 $ 13.00 $14.78 $11 .25 $10.27 $13 .18 $16 .10 $14.83 i $8.00 i $18 .85 I I $12.83 , $17.25 , s ,2.25 I HrlyRate $20.43 $14 .90 $10.00 $14.QQ_ $10.00 -------- $16.96 $12.31 $18.00 $9 .00 $17 .4 3 $20.50 $17.76 $12.63 $10.50 $14.91 $16 .06 $9.75 C o mp li a nc e wit h and Enfo rc e me nt of P revaili n g Wage Laws (a) Du ty to pay Prevaili ng Wage Ra tes . T he co nt rac tor s h a ll com p ly w ith a ll req uire m e nt s of C ha pt e r 225 8, T exa s Gove rnm e nt Cod e (C hapter 2258), in c ludin g th e paym e nt of no t less th a n th e rate s d e te rmin ed b y th e C it y Co unc il of th e C i ty of Fort Wo rt h to be the p reva ilin g wa g e ra tes in accord a nce wi th C hapte r 2 258. Suc h preva ilin g w age rat es are in c lu d ed in th es e co ntrac t doc um e nt s. (b) P ena lt y fo r V io la ti o n . A c o ntrac to r o r a ny subco ntrac tor w ho do es not pay t he preva iling wage s h a ll , u pon d e m a nd made b y t he C ity , pay to th e Ci t y $60 fo r each wo rk er e mpl oyed fo r ea c h ca le nda r d ay o r p art of th e d ay th a t th e worker is pa id less th a n the prevai lin g wage ra te s s ti pul ated in these co nt rac t d ocum e nt s. T hi s p e na lty sh a ll b e re ta ined by th e C ity to offset its a dmini st ra ti ve cos ts, purs u a nt to T e x as Gove rnm e nt Code 22 5 8.023 . ..., (c) Compla ints of V io la ti o n s a nd C it y D ete rmina ti o n of Goo d Cau se . On receipt of in fo rm a ti o n , inc luding a comp la int by a worker, concerning a n a ll eged v io latio n o f 22 5 8.0 23 , T exas Governm ent Cod e , b y a co ntrac tor or s ubcontrac to r , th e C it y s ha ll m a k e a n ini t ia l d e te m1in ation , befo re th e 3 151 d ay afte r the d a te th e C ity receives th e in fo rmatio n , a s to wheth e r goo d ca u se ex is ts to b e li eve th a t th e v io la ti o n occurred . T h e C it y s ha ll no ti fy in w ri tin g the co ntrac to r o r s ub co nt rac to r a nd a n y affe c ted wo rk e r of it s initi a l d e termina ti o n. U p o n the C ity's d e termina ti o n th a t th ere is g oo d ca use to b e li eve th e co ntrac to r or s u bcontrac to r h as v io la te d C ha pt e r 2258 , th e C it y s ha ll re ta in the full a m o unts c la im ed b y the cla imant o r c lai m a nt s as th e d iffere nce between wages p a id and wages du e unde r the preva iling wage ra tes , s uc h a m ounts b e ing s u b tracte d fro m s u ccess ive p rog ress paym e nt s pendin g a fin a l d e te rmina ti o n of th e vio la ti o n. (d ) Arbitratio n R equi red if V io la ti o n No t R eso lved . A n issue re la tin g to a n a ll eged v io la ti o n of S ec ti o n 22 5 8 .023 , T exas Governm e nt Co d e, including a p e n a lt y owed to th e C ity o r «n affec ted wo rke r, s ha ll be s ubmitted to binding arbitrati o n in acco rd a n ce w ith the Texas Genera l Arb itrati o n Ac t (A rticle 224 e t seq ., R ev ised S ta tutes) if the co nt rac tor or s ub co nt rac to r a nd a ny affected worke r d o n o t reso lve th e issu e by agreem ent b efo re th e 15 th d ay after th e d a t e the C i ty m ak es its ini tia l d e te rmina ti o n purs u ant to p aragra ph (c) a bove. If th e p erso n s require d to arb itrate und e r thi s secti o n d o n o t ag ree o n a n a rbitra tor b efo re the 11th d ay aft er th e d a te th a t a rbitra ti o n is re quired , a di s tri c t court s ha ll ap p o int an a rbitrato r o n th e p e titi o n of a ny of th e p e rso ns. T h e Ci ty is no t a party in the a rbitrat io n. T he d ecis io n and award of th e arb itra to r is fi na l a nd b inding o n all p a rti es a nd m ay be en fo rced in a n y court of co mp e te nt juri s di c ti o n . (e) R ecord s to be M a inta in ed . Th e co n tracto r a nd eac h s ubco nt rac to r s ha ll , fo r a p e ri o d of three (3 ) years fo ll ow in g th e d a te of acce pt a nce of th e wo rk , m a intai n reco rd s th a t s h ow (i) th e na m e a nd occup a ti o n of each w orke r e mpl oyed b y th e co ntrac to r in th e con s tru c ti o n o f th e wo rk p rov id ed for in thi s c o ntrac t ; and (ii) th e ac tu a l p e r di e m wages pa id to eac h wo rker. The reco rd s s ha ll b e o p e n a t all reason a bl e ho urs fo r in s pec ti o n by th e C it y. Th e p rov is io ns of th e A udit sec ti o n o f th ese co nt rac t d oc um e nt s s ha ll pe rta in to thi s in s p ec ti o n . (f) P ay Estima tes . With each pa rt ia l pay m e nt es tim a te o r payroll pe ri o d , whic hever is less, th e co ntrac to r s ha ll s ubmit a n affi d av it s ta ting th a t th e co ntrac to r has co mpli ed w ith th e re quire m e nt s o f C ha pt e r 22 5 8 , Texas Governm e nt Cod e. (g ) P os ting o f W age R a tes. The co nt rac to r s ha ll p os t th e prev ailing w age rat es in a co n s pi c uo u s pl ace a t th e s it e o f th e p roj ec t a t a ll times . ...., (h) Subcontractor Compliance . The co ntra c to r s ha ll includ e in its subcontracts and/o r sha ll o th erwise require a ll of it s subco nt racto r s to co mply with parag raph s (a ) throu g h (g ) a bove. - - - - - - - - - - SECTION 6 -CONTRACTS, BONDS, AND INSURANCE 6.1 -CERTIFICATE OF INSURANCE 6 .2 -CONTRACTOR COMPLIANCE WITH WORKERS ' COMP EN SA TION LAW 6 .3 -CONFLICT OF INTEREST QUESTIONNAIRE 6.4 -PERFORMANCE BOND 6.5 -PAYMENT BOND 6 .6 -MAINTENANCE BOND 6.7 -CITY OF FORT WORTHCONTRACT 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 Deoartment of Enaineerinq No . 5333 and City of Fort Worth Project No. P258-709170041183 STATE OF TEXAS COUNTY OF TARRANT § § § /\ Bef re me, the undersigned authority, on this day personally appea re d _l)=.e..=~..\.3-l..e:c..>,==--· known to me to be the person whose name is subscribed to the foregoi instrument , and acknowledged to me that he executed the same as th e act and deed of l>bj~.:b 1 C ~,$\A. LLP for the purposes and consideration therein expressed and in the capacity therein stated . Given Under My Hand and Seal of Office this ~ day of ~, 20 LO REGINA JURIK MY COMMISSION EXPIRES September 29 , 2013 THE STATE OF TEXAS COUNTY OF TARRANT Bond No. 929506055 PERFORMANCE BOND § § § KNOW ALL BY THESE PRESENTS: That we, (1) UTILITEX CONSTRUCTION, LLP. , as Principal herein, and (2) __ Continental Casualty Company , a corporation organized under the laws of the St.ate of (3) Illinois 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 ONE MILLION FIFTY TWO THOUSAND THREE HUNDRED AND FORTY DOLLARS AND NO CENTS ($1,052,340.00) for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the~day of ~l,.M<,/'f" . , 20~ a copy of which is attached hereto and made a part hereof for all purposes, for the construction of: Spoitary Sewer Rehabilitation Contract LXXIl '72} Part 1 NOW, TIIEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. 3~0 ./l SIGNED and SEALED this day of __ f±_.__..;c..l-t....;...:;<;,,._, ____ _,, 2otQ..... ATTEST: ~~4-<-~ ~A :t. (Princir>. (SEAL) ~~.L Witness as to Principal ATTEST: C10Doo (b RD;r()D Secretary Utilitex Construction, LLP. :INCi~ Name:~ .. ~"" i;,~~~ri' TiUe: :fr, ) ,:..,;,t-----1{( 11 "" .. J,c.r- Addrsss: 2300 Peachtree Road Balch Springs, TX 75180 Continental Casualty Company SURETY By:~;-. ---- Name: llichall D. Hen dn~ ------ Attorney in ~ct. ,..,,.. · = ---... --,,... Address: 8701 Bedford E'l.!lni~ Suit. 450 Hurst, TX 76053 ' ·. --·-· · Telephone Number: 817-299-3800 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 a>py of Power of Attorney shall be attached to Bond by the Attomey-in-Fact. The date of bond shall not be prior to date of Contrad. THE STA TE OF TEXAS COUNTY OF TARRANT Bond No. 929506055 PAYMENT BOND § § § KNOW ALL BY THESE PRESENTS: That we, (1), UTilJTEX CONSTRUCTION, LLP. as Principal herein, and (2) __ ______ con_tin_e_nt_al_C_as_u_alty~Com ____ p_an_..y ___ __,, a corporation organiz:ed and existing under the laws of the State of(3) ___ l_lln_ol_• _ __, as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of ONE MILLION AFTY TWO THOUSAND THREE HUNDRED AND FORTY DOLLARS AND NO CENTS ($1 .052.340.00) for the payment whereof: the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the~lv day of ~ lt.A.< ev-, 20..!Q.., 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: Sanitaa Sewer Rdaabilitation Contract LXXII l72) Part 1 NOW, THEREFORE, 1HE CONDmON OF TIIlS 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. 3 /D .A SIGNED and SEALED this day of lf,..._ kwc.5:: , 20 10 . (SEAL) ~ ATTEST: Utilitex Construction, LLP. PRINCIPAL By.® Name: ~ !:k:'i .., i? i:ibr( Title : ,f,o ~ 'C tJ': t1'/z.. 111 ?.5,~ Address : 2300 Peachtree Road Balch Springs. TX 75180 Continental Casualty Company SURETY By:£,t. .,,. -(1 QOm <'.b fumv -:,.. r • Secretary NOTE: (1) (2) (3) ................. ~~~,~---=,.---._..-:. •, - Telephone Number: 817-299-3800 Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Po\N8r of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Bond No. 929506055 MAINTENANCE BOND THE STATE OF TEXAS § § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: That UTILITEX CONSTRUCTION LLP. ("Contractorj, as principal, and._ ___ _ Continental Casualty Company a corporation organized under the Jaws of the State of llinois __ _, (aSurety"), 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, (~ity") in Tarrant County, Texas, the sum of ONE MILLION FIFTY TWO THOUSAND THREE HUNDRED AND FORTY DOLLARS AND NO CENTS {$1,052,340.0C)), lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally. This obligation is conditioned, however, that WHEREAS, said c:::or has this day entered into a written Contract with the City of Fort Worth, dated the ~ of ~c;,r-, 20-1£.., a copy of which is hereto attached and made a part hereof, for the performance of the following desaibed public improvements: Sanitary Sewer Rehabilitation Contract UOOI (72) Part 1 the same being referred to herein and in said contract as the Work and being designated as project number(s) SEWER P258-709170041183 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) years; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of U'le City of Fort Worth Department of Engineering, it be necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract. these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in ___.8..___ counterparts, each of which shall be deemed an original, this~ day of ~ v,.\t ~ ...,-, A.O . 20.lE__. ATTEST: (SEAL} ~~ Secreta ATTEST: (SEAL} Secretary utllltex Construction, L.L.P. Continental Casualty Company Surety kk/~~----__ .. _: --~ / '•, ... .; •. ,,,._ ... By: ~-~ -_ ...... _,,_::. 7 ~-CO!!;'-=" ... .,.. Name: Michael D. Hendrickson ; .::. _ ; ;---~ -: -= ~ -.. .., ---_;:. .. -~--... _ Title: Attornq ID Ead - 8701 Bedford Euless Road, Suite 450 ·:.~--~ __ ::::-_~-::-;.-:· Hurst, TX 76053 Address POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Pat J Moore, Gary W Wheatley, Bryan K Moore, Clark D Fresher, Monica Sprague-Campos, Richard Deal, Individually of San Antonio, TX Michael D. Hendrickson, Individually, of Hurst, TX their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confinned. This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Senior Vice President and their corporate seals to be hereto affixed on this 9th day of July, 2010. State of Illinois, County of Cook, ss : Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania · Senior Vice President On this 9th day of July, 2010, before me personally came Jacquelyne M . Belcastro to me known, who, being by me duly sworn, did depose and say : that she resides in the City of Chicago, State of Illinois; that she is a Senior Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that she knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that she signed her name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. My Commission Expires September 17, 2013 CERTIFICATE I, Mary A. Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By-Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force . IpAt · n, whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this day of lJ 20 10 , . Form F6853-5/2009 Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company, of Re<!ding, P.ennsylvania .. ----_ • Assistant Sec ,efafy -~ Authorizing By-Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY : This Power of Attorney is made an:! executed pursuant to and by authcrity of the following By-Law duly adopted by the Board of Directors of the Company. "Article IX-Execution of Documents Section 3 . Appointment of Attorney-in-fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys-in-fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thererto, The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previous~ given to any attorney-in-fact." This Power of Attorney is signed and sealed by facsimile under and t, the authority of the following Pesolution adopted by the BoardofDirectors ofthe Company at a meeting wly called and held on the 11' day of February, 19'J3 . "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By-Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall , with respect to any bond or undertaking to which it is attached, continue to be valid and linding ·on the Company ." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUAL TY COMP ANY OF READING, PENNSYLVANIA : This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the Company . "Article VI-Execution of Documents Section 3 Appointment of Attorney-in-fact. The Chairman of the Board of Directors, the President or anyExecutive or Senior Vice President may, from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the: Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like naµire. · Such attorneys-in-fact, subje.ct to the limitations set forth in their respective certificates o f authority, shall have full power to bind the Company by their signature and execution of ahy such instruments and to attach the seal of the Company thereto . The President or any Executive, Senior Vice President or the Board of Directors may at any time revoke all power and authority previously given to any attorney-in-fact." This Power of Attorney is signed and sealed by facsimile under and t, the authority of the following Pesolution adopted by the Board of Directors ofthe Company at a meeting duly called and held on the 11' day of February, 19')3 . "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By-Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall , with respect to any bond or undertaking to which it is attached, continue to be valid and linding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD : This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the Company. "Article VII-Execution of Documents · Section 3. Appointment of Attorney-in-Fact. The Chairman of the Board of Directors, the President or any Executive or Senior Vice President may, from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys-in-fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The Chairman of the Board of Directors, the President or any Executive, Senior Vice President or the Board of Directors, may, at any time, revoke all power and authority pre~ously given to any attorney-in-fact." This Power of Attorney is signed and sealed by facsimile under and t, the authority of the following Pesolution adopted by the Board of Directors o fth e Company at a meeting wly called and held on the 11' day of February, 19')3. . "RESOL~>Th~tthe ~i gnature cithe President, an Executive Vice President or any S:nior or Group Vice President and the seal ofthe Insurance Company may oe affixe~ by facsll!)ile on any power of attorney granted pursuant to ,the Resolution adopted by this Board of Directors on February 17, 1993 and the signartrre of a Secretarior an Assistant Secretary and the seal of the Insurance Company may be affixed by facsimile to any certificate of any such P2wer ap.ii-atiy p2 wer.:Or certificate bearing such facsimile signature and seal shall be valid and binding on the Insurance Company. Any such power so .executed and seiled ·and certified by certificate so executed and sealed, shall with respect to any bond or undertaking to which it is attached, continue to-be valfd and bindiRg on the Insurance Ccmpany." State of Texas Claim Notice Endorsement To be attached to and form a part of Bond No. 929506055 _____ _ In accordance with Section 2253.021(f) of the Texas Government Code and Section 53.202(6) of the Texas Property Code any notice of cfaim to the named surety under this bond(s) should be sent to: FormF6944 CNASurety 333 South Wabash Chicago, IL 60604 Telephone: (312) 822-5000 Figure: 28 TAC §1 .601(a)(3) 1 IMPORTANT NOTICE To obtain information or make a complaint: 2 You may contact Continental Casualty Company, National Fire Insurance Company, American Casualty Company or Continental Insurance Company at 312-822-5000 . 3 You may call Continental Casualty Company , National Fire Insurance Company, American Casualty Company or Continental Insurance Company's toll-free telephone number for information or to make a complaint at: 1-877-672-6115 4 You may also write to Continenta l Casualty Company , National Fire Insurance Company, American Casualty Company or Continental Insurance Company at: CNA Surety 333 South Wabash Chicago , IL 60604 5 You may contact the Texas Department of Insurance to obtain information on compan ies , coverages , rights or complaints at: 1-800-252-3439 6 You may write the Texas Department of Insurance: P.O. Box 149104 Austin , TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx .us E-Mail : ConsumerProtection@tdi.state .tx .us 7 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact Continental Casualty Company, National Fire Insurance Company , American Casualty Company or Continental Insurance Company first. If the dispute is not resolved , you may contact the Texas Department of Insurance. 8 ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Form F8277 AVISO IMPORTANTE Para obtener informacion o para someter una queja: Puede comunicarse con Continental Casualty Company, National Fire Insurance Company. American Casualty Company or Continental Insurance Company al 312-822-5000 . Usted puede Hamar al numero de telefono gratis de Continental Casualty Company, National Fire Insurance Company, American Casualty Company or Continental Insurance Company's para informacion o para someter una queja al : 1-877-672-6115 Usted tambien puede escribir a Continental Casualty Company, National Fire Insurance Company , American Casualty Company or Continental Insurance Company: CNA Surety 333 South Wabash Chicago , IL 60604 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias , coberturas , derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149104 Austin , TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state .tx .us E-Mail: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo , debe comunicarse con el Continental Casualty Company, National Fire Insurance Company, American Casualty Company or Continental Insurance Company primero. Si nose resuelve la disputa , puede entonces comunicarse con el departamento (TOI). UNA ESTE A VISO A SU POUZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto . CITY OF FORT WORTIL TEXAS CONTRACT THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT This Contract made and entered into this the ~@P day of~ A.D .,dDI~, by and between the CITY OF FORT WOR1H, a home-rule municipal corporation s~ Tarrant, Denton, Parker, and Wise Counties, Texas, by and through its duly authorized Assistant City Manager, ("Owner"), and (Contracting Company Name here), ("Contractor") Owner and UTILITEX CONSTRUCTION TX LLP. Owner and Contractor may be referred to herein individally as a "Party" or collectively as the "Parties." WilNESSEfH: That said parties have agreed as follows : L 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 : Sanitary Sewer Rehabilitation Contract LXXII {72) Part 1 That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Water Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Water (Engineering) of the City of Fort Worth. 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 180 Calender days . If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time General OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $420.00 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury. damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniurv or damage is caused in whole or in part by the negligence , or alleged negligence of Owner. its officers, servants or employees .. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. The Contractor agrees, upon the execution of this Contractor, and before beginning work, to make, execute and deliver to City of Fort Worth the following bonds in the name of the City of Fort Worth in a sum equal to the amount of the Contract. The form of the bond shall be as herein provided and the surety must first be acceptable to the requirements of the Chapter 2253 of the Texas Government Code, as Amended. A. If the total contract price is $25,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the Owner. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX B . If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the Contract, solely for the protection of the claimants supplying labor and material in the prosecution of the work. C If the Contract amount is in excess of $100,000, a Performance Bond shall be executed, in the amount of the Contract conditioned on the faithful performance of the work in accordance with the Plans, Specifications, and Contract Documents. Said bond shall solely be for the protection of the Owner. D . A Two-year Maintenance Bond in the name of the Owner is required for all projects to insure the prompt, full and faithful performance of the general guarantee contained in the Contract Documents. 8. The Owner agrees and binds itself to pay, and the Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates~ shall be ONE MILLION FIFTY TWO THOUSAND THREE HUNDRED AND FORTY DOLLARS AND NO CENTS ($1,052,340.00). 9 . It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Owner. Any request for any sublease or assignment shall be made in writing and submitted to the Director of the Engineering Department. 10 . The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth .and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in ~ counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in~ counterparts with its corporate seal attached . OFFICIAL RECORD CITY SECRETARY FT. WORTH , TX AU O 3 2010 Done in Fort Worth, Texas, this the __ day o AD.,_. DIRECTOR, DEPARTMENT OF WATER CONTRACTOR TITLE ADDRESS CITY OF FORT WORTH FERNANDO COSTA, ASST CITY MANAGER ATTEST: CITY SECRETARY (SEAL) Contr ac t Aut ho ri zatioR Date APPROVED AS TO FORM AND LEGALITY: ~ORNEY OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX MANHOLE FRAME . COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN-009 WITH "SE WER " C A ST IN LID. 2 CO ATS OF BITUMASTIC CO A TING JOINTS RECOA TED A F TER SEC TIONS PU T TO GE TH ER APPLY INTER IOR CORRO ION PROT E TION AS REQU IR D. A STM C-76, CL ASS Il l RCP PRECAST MANHOLE SECTIONS OR EQUAL. (REF. E2-14) REFER TO SAN-009 :·_.·,._ .. .,; .. .. , . TRENCH WID TH CONC . CRADLE TO EXTEND TO P IPE BELL 0-R ING GASKETS @ JOINTS (TYP .) * * VARIES WITH P IPE DIA . + -~~-•··. r l SECTION A-A A >--------... .-l ... ·. ~- ··,: .... · .. . ..:. ...... · . .. ... GROUT A t : z <D -~ T : z CX) -~ USE 4000 PSI CONCRETE El -1 4 MATER IAL E2-14 CONSTRUCTION CD 4' DIA . FOR SE WER P IPE UP TO 21" DI A. 5' DIA . FOR SEWER P IPE 24" TO 36" DIA . CI TY OF FORT WORTH , TE XAS STANDARD 4' DIAMETER MANHOLE SECTION 8-8 DATE: FE B . 2009 SAN-003 USE SDR-26 PIPE TO FIRST JO INT BEHIND LIMIT OF EXCA V A TION CONCRETE COLLAR APPLY INTERIOR CORROSION PROTECTION AS REQUIRED . MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN-009 WITH "SEWER" CAST IN LID . / L ~ 1-¥-------+++-~=r==-::u..+-~ f--3" ..t---APPL Y 2 COATS OF BITUMASTIC COATING f-1 2·~,·: I LIMITS OF EXCAVATION E1-14 MATERIAL E2-14 CONSTRUCTION INSTALL NUTS AWAY FROM M .H . WALL ON M.J. FITTING COR-TEN BOLTS 4'-o" CD IF REQUIRED , PROVIDE STUB EXTENSION AT END OF P .E. IN M.H. WALL SLOPE 1"/1' TYP . CONCRETE -SEE STANDARD 4 ' DIA . M.H. DETAIL SAN-003 a._~:\i----t,,L,L..-A----VERTICAL TO ~ POINT OF PIPE GROUTED INVERT USE 4000 PS I CONCRETE CITY OF FO RT WO RT H, TEXAS STANDARD 4' DIAMETER DROP ACCESS MANHOLE CD 4' DIA . FOR SEWER PIPE UP TO 21" DIA. 5' DIA . FOR SEWER PIPE 24" TO 36" DIA . DATE : FEB. 2009 SAN-005 NOTES : A . STANDARD PIPE FITTINGS SHALL BE USED TO FORM INVERTS OF JUN CTION MANHOLE S WHEN POSSIBLE. WITH INSTALLATION A S FOLLOW S: 1. PIPE FITTI NG . 2. POUR MANHOLE FLOOR TO SPRING LINE OF FITTING . 3 . BRE A K OUT TOP OF FITTING TO SPRING LINE . 4 . POUR REMAINDER OF MAN H OLE INVERT TO PROVID E VER TICAL INVERT WALL UP TO 3/4 POINT OF THE L A RGER PIPE INVOLVED, AS DETAILED . 5 . STEEL TROWEL FIN ISH INVERT OF MANHOLE. B . WHEN SPECIAL SITUATIONS PROHIBIT USE OF STANDARD PIPE FITTINGS AS ABOVE OUTLINED , THE INVERT SHALL BE FORMED OF CONCRETE AND STEEL TROWEL FINISHED TO PROVIDE SIM ILAR FUNCTIONAL CHARACTERISTICS TO THOSE AFFORDED BY THE ABOVE INSTALLATION . INVERTS THUS FORMED SHALL BE CONSTRUCTED TO THE ENGINEER'S SATISFACTION . CONC RETE SLAB El-14 MATERI A L E2-14 CONSTRUC TION ......_ __ PLAN VIEW SECTION A-A G) WHE N PIPE SIZES DIFFER , MA TCH THE PIPE CROWNS . CI T Y OF FORT WO RTH , TE XAS JUNCTION MANHOLE BOTTOM DATE : FEB . 2009 SAN-006 w a:: 0 a:: (D w w f- _J w (D :;; <t: ~ ii: 0 <t: > VARIABLE DIAMETER BORE TO BE LARGE ENOUGH TO PERMIT DE SIGN TYPE PIPE TO BE PULLED OR JACKED THROUGH . 111~111~111~111~111~111~111~111w111w111w111w111w111w111w111w111w111 1 1 TYPICAL BORED SECTION LONGITUDINAL VIEW PRESSURE GROUT AS NEEDED iw~w~w~w~w~w~w~ffi 11 1 11 1ffi~ffi 11 m~ffi~ffi~ffi~m~~~ ---r----- TYPICAL BORE WITH PIPE INSTALLED LONGITUDINAL VIEW TYPICAL END VIEW NOTE : _ 1. COMPRESSION TYPE JOINTS TO BE USED IF POSSIBLE. 2. IF COMPRESSION TYPE JOINT IS NOT AVAILABLE, M.J. TYPE SHALL BE USED AND JOINTS BOLTED BEFORE PULLING PIPE INTO PLACE . E1-15 MATERIAL E2-15 CONSTRUCTION PRESSURE GROUT AROUND CASING AND CARRIER PIPE . GROUT SHALL BE PROPORTIONED AS 1 CU . FT. OF CEMENT, 3.5 CU . FT. OF CLEAN FINE SAND WITH SUFFICIENT WATER ADDED TO PROVIDE A FREE FLOWING THICK SLURRY. SEWER LINES SHALL BE SECURED BY CASING SPACERS AS MANUFACTURED BY CASCADE WATERWORKS MANUFACTURING CO , ADVANCE PRODUCTS & SYSTEMS, OR APPROVED EQUAL. CITY OF FORT WORTH , TEXAS BORED CROSSING DETAIL DATE : FEB. 2009 SAN-008 COLLAR CONFIGURATION FOR PAVED AREA - I ... COLLAR CO NFIGURATION FOR UNPAVED AREA MANHOLE FRAME AND 32" DIA . DUCTILE IRON COVER . (REFER TO STD . PRODUCT LIST) A L 4000 PSI _ ___.,_. CONCRETE 5'-0" 8-#4 REBARS TYP . CD HH f----32" MIN . ------1 I ....... 11 I I 2" x 8" x 30" I.D. CONCRETE PRECAST GRADE RINGS PER ASTM C478. REBAR SHALL BE PLACED 3" MIN . FROM TOP AND BOTTOM OF CONCRETE COLLAR. ® 30" CLEAR --------OPENING 2 ROWS OF R~M-NEK SEAL w/STAGGERED JOINTS OR APPROVED EQUAL. SECTION A-A WHERE MANHOLES ARE IN THE STREET , INSTALL 2 OR MORE GRADE RINGS, AS NEEDED, BETWEEN CASTING AND TOP OF PAVEMENT. E1 -14, E1-20, E1-21 MATERIAL E2-14, E2-20, E2-21 CONSTRUCTION HINGED LIDS INSTALLED IN STREETS SHALL OPEN AGAINST THE FLOW OF TRAFFIC. CITY OF FORT WORTH, TEXAS MANHOLEFRAME,COVER,GRADE RINGS AND CONCRETE COLLAR 3" TYP . A J 0 I in ~" CHAMFER (TYP .) GROUN D CONCRETE COLLAR HEIGHT VARIE S HINGED LIDS ARE REQUIRED ON ALL ELEVATED MANHOLES, JUNCTION BOXES AND WHERE SPECIFIED ON PLANS. (REFER TO STD. PRODUCTS LIST) LOCKS TO BE INSTALLED ON ALL MANHOLE LIDS BELOW THE 100-YEAR FLOOD ELEV. AND WHERE SPECIFIED ON PLANS. DATE: OCT. 2009 SAN-009 #3 BARS ~:~.I 1 .. 12" • I FOR NEW DEVELOPMENT **CITY OF FORT WORTH STANDARD CLEANOUT w/ CAST IRON CAP CAP RI SER 1' --'-~=...:L/\_.i.:.:.~........:...L.- CLEANOUT NOTES 1. THE SWEEP TEE AND PIPE FITTINGS INSTALLED SHALL BE SDR-35 OR SDR-26 PVC MATERIAL . 2 . CONNECTIONS TO THE EXISTING SER VIC E SHALL BE MADE US ING RUBBER SLEE VE COUPLINGS WITH STAINLESS STEE L DOUBLE BAND REPA IR SLEEVES . TH E SLEEVES SHALL BE TIGHTENED TO THE TORQUE RECOMMENDED BY THE MANUFACTURER. 3 . SLOPE OF THE SANITARY SEWER SERVICE SHALL BE A MINIMUM OF 2 PERCENT . CONCRETE COLLAR (PLAN VIEW) BELOW GRADE. (CAST IRON) MARK w/RED VINYL TAPE, ,.;...;.=e---BACKFILL CLEAN OUT STACK WITH 4 . CONCRETE USED AROUND CLEAN OUT ASSEMBLY SHALL BE 5 SACK. 3,000 PSI MIX . EXISTING OR PROPOSED SEWER SERVICE FERNCO FLEXIBLE COUPLING REQUIRED IF EX ISTING SERVICE IS PRESENT, OTHERWISE PLUG . . 3" WIDE & 6" ABOVE GROUND PAID FOR AS CLEANOUT PRODUCT INFORMATION ** From Stanley Roberts & Assoc., Information Subject To Change. DESCRIPTION WEIGHT PART NO . H.D .P.E . Lateral Cleanout w/S.S. Bolts and C.I. Lid. Yi" SS SOL TS \ 1.5"l ~CAST IRON ~--~ORING T 7.5" L H.D P .E. P .V.C . RISE R NATIVE TOPSOIL COMPACTED TO 95% STANDARD PROCTOR DENSITY 4" STACK (PVC) TWO WAY CLEANOUT TEE SDR-35 OR SDR-26 SERVICE SLOPE-VARIES 2% MIN. ' SEWER MAIN CAST IRON CLEANOUT LID . SIDEWALK STREET PROPERTY LINE {CURB I H.D.P.E. CLEANOUT BOOT w /CAST IRON LID FOR NON-PAVED AREAS CI TY OF FORT WORTH , TEXAS TWO WAY SERVICE CLEANOUT FO R NON-PAVED AREAS DATE : FEB . 2010 SAN-011 FOR NEW DEVELOPMENT CAP RISER 1' -1........,.=.:...i,lr-"::..::.::.....:..,.... DOUBLE BAND STAINLESS STEEL COU PLI NG CLEANOUT NOTES 1. THE SWEEP TE E ANO PIP E FITTINGS INSTALLED SH A LL BE SDR -35 OR SDR-26 PVC MATERIAL . 2 . CONNECTIONS TO THE EXISTING SERVICE SHALL BE MADE USING RUBBER SLEE VE COUPLINGS WI TH STAINLESS STEEL DOUBLE BAND REPAIR SLEEVES . THE SLEEVES SHALL BE TIGHTENED TO THE TORQUE RECOMMENDED B Y THE MANUFACTURER . 3 . SLOPE OF TH E SANITARY SEWER SERVICE SHALL BE A MIN IMUM OF 2 PERCENT. CONCRETE COLLAR DOW EL INTO PAVED AR EA (PLAN VIEW) B ELOW GRADE. (CA ST IRO N ) MARK w/RED VINYL TAPE, •""-=i---BACKFILL CLEANOUT STACK WITH 4 . CONCRETE USED AROUND CLEANOUT ASSEMBLY SHALL B E 5 SACK, 3 ,000 PSI MIX. EXISTING OR PROPOSED SEWER SERVICE FERNCO FLEX IBLE COUPLING REQUIRED IF EXISTING SERVICE IS PRESENT, OTHERWISE PLUG . 3" WIDE & 6" ABOVE GROUND PAID FOR AS CLEANOUT PRODUCT INFORMATION •• From Stanley Roberts & Assoc ., Information Subject To Change . DESCRIPTION WEIGHT PART NO . Cost Iron Lateral Cleonout 18 lbs ATL-424 W/ SS Bolts and Coupling ~" SS BO L TS\ 1 5'' ~CAST IRON l ~ORING T 7 .5" CAST IRON L NATIVE TOPS OIL COMPACTED TO 95% STANDARD PROCTOR OEN~TY 4" STACK (IRON) TWO WAY CLEANOUT TEE SDR-35 OR SDR-26 SERVIC E, SLOPE-VARIES 2,; MIN. SEWER MAIN DRIVEWAY SIDEWALK I CAST IRON / CLEANOUT CURB ~' DRIVEWAY APPROACH STREET PROPERTY LINE \ \ ' '~ CAST IRON CLEANOUT BOOT FOR PAVED AREAS C IT Y OF FORT WORTH , TE XAS TWO WAY SERVICE CLEANOUT F OR PAVED AREAS DAT E : FEB . 2010 SAN-011A (./J w f- <{ 0 __J Q_ w Cl:'. __J w m z <t: ::J Ct: __J <{ w > z z :) f- TUNNEL LINER (AS INDI CATED IN SPE CIA L PLAN S & DOCUMENTS) ci w __: Q_ w a:: __J m Cl:'. <t: w Ct: ;;;: w <{ (./) > ANNULAR SPACE GROUTED . CU T AWA Y LONGITUDINA L SE CTION NOTE: FURNISH & INSTALL GROUT IN RATIO OF 1 CUBIC FOOT OF CEMENT AND 3 .5 CU BIC FEET OF CLEAN FINE SANO WITH SUFFICIENT WATER ADDED TO PROVIDE A FREE FLOW ING THICK SLURRY. E1-15 MATERIAL E2-15 CONSTRUCTION END VIEW TUNNEL LINER FILL BETWEEN LINER AND SEWER PIPE WI TH GROUT SEWER PIPE FURNISH & INSTALL SKIDS A S NECESSARY. SKIDS SHALL MEET THE APPROVAL OF THE ENGINEER . CITY OF FO RT WORTH , TEXAS TYPICAL TUNNEL SECTION DATE : FEB . 2009 SAN-018 COMPACTED BENTONITE CLAY OR 2:27 CONCRETE J .. 2· • I EXISTING GROUND 4' OR TO BOTTOM OF PAVEMENT BASE OR TOP SOIL MINIMUM TRENCH WIDTH _ __.,..;Jn.r-:::-~L,.-11 = PIPE DIA . + 1' , .. TRENCH .. , WIDTH TYPICAL SECTION CITY OF FORT WORTH , TEXAS CLAY DAM 200' MIN . SPACING PER CITY OF FORT WORTH TREE ORDINANCE . DATE: FEB . 2009 SAN-019 MINIMUM 6" INITIAL -----+-1-+--,1--==-c....:.;...,,:,,..,....i- BACKFILL COVER MINIMUM 6" ---+---Ht---- EMBEDMENT WATER : ------tt-+--+--TYPE "c" BACKFILL SEE SPEC. E1 -2.4 G.C.D . -"y;:::;:..""""r--SAND MATERIAL EMBEDMENT & INITIAL BACKFILL SEE SPEC . E1 -2 .3 G.C.D . 12" TYPE "c" BACKFILL SEE SPEC. E1 -2.4 G.C.D. FILTER FABRIC- SUPAC-HEAVY GRADE BNP (UV) OR APPROVED EQU A L . CRUSHED STONE MINIMUM 6" --1==!-t!~~~~n,y-'sF SEE SPEC . E1 -2 .3 EMBEDMENT G.C.D . WATER : SIZES 16" AND LARGER SANITARY SEWER : ALL SIZES NOTE : SPE CIFICATI ON REFER EN CE S ARE FOR WATER A ND SA NITARY SEWER ONLY. SAND GRADATION • LESS TH A N 10% PASSING #200 SIEVE • P .I. = 10 OR LESS CRUSHED STONE GRADATION SIEVE SIZE 1 .. ~ .. %" #4 #8 RETAINED 0-10 40-75 55-90 90-100 95-100 MA TERIAL SPECIFICATIONS THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON THIS SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF E1 -2.4(b) AND E1 -2.3 OF THE GENERAL CONTRACT DOCUMENTS AND SPECIFICATIONS FOR WATER DEPARTMENT PROJECTS (G.C.D .) ALL OTHER PROVISIONS OF THESE ITEMS SHALL APPLY. CITY OF FORT WORTH , TEXAS DATE: JUNE 2009 WATER AND SANITARY SEWER EMBEDMENT AND BACKFILL DETAILS WTR-029 FONTS: 2.25" ;.,, I 2 .25" N I N 2 .5" FORT WORTH LOGO -CHELTENHAM BOLD ALL OTHER TEXT -ARIAL LOGO COLORS : FO RT WOR TH -PMS 288 (BLU E) LONGHORN LOGO -PMS 725 (BROWN) E2-1 CONSTRUCTION 7" 3" 4'-0" 2·-10" 7" FORT WORTH 3"R (TYP .) PROJECT NAME PROGRAM NAME/PROJECT #/AMOUNT This project is managed by _____ Dept. Questions on this project, call: (817) 392 -8306 After hours water and sewer emergencies , c., z ci:: w I- I-w ....J lf) 2" \ call : (817) 392 -4477 _______ .._ \ 3'-6" \ \ LLwHITE 3" L PMS 288 (BLUE) CITY OF FORT WORTH , TE X AS PROJ ECT SIGN -4'x4' 0 I '..t DA TE : FEB . 2009 WTR-035 EX ISTING SUBGRADE (IF ANY) DITCH WALL NOTES : TRENCH REPAIR LIMITS PR IME COA T -.+--'++.,....--BACKFILL MATERIAL PER DETAIL WTR-029 (SEE NOTE 3 ) 1 . ALL EXIST ING ASPHALT COURSE SHALL BE REPLACED TO THE ORIGINAL DEPTH . PLACE A MINIMUM OF 2" HMAC SURFACE COURSE (TYPE "D" MIX) TO MATCH EXISTING GRADE AS SHOWN. 2. PLACE A MIN . OF 8" 2 : 27 CONCRETE AS SHOWN. 3. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS . IF FLOWABLE FILL IS REQU IRED, A SEPARATE PA Y ITEM WILL BE PROVIDED FOR SUCH . 4. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION . CIT Y OF FO RT W O RT H , TEXAS PERMAN E NT ASPHALT PAVEMENT TRE NCH REPA IR DATE : JULY 2009 STR -02 8 5' MIN. CLASS 'A' REINFORCED CONCRETE PAVEMENT REPLACEMENT TO THE NEAREST JOINT OR CURB . EXIST ING CONCRETE PA VEMENT 1111 1. ':.91. \. -~·. ·. i l=:·;·.~i I I~· ·8 .. ·lJ..,111LJ.",~,1~~~~~~~~~~~l.!.J. -:111-:-t j !-111-; ! EXISTING SUBGRADE (IF ANY) EXISTING CONCRETE JOINT NOTES: 1 . FLOWABLE FILL MA Y BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS . IF FLOWABLE FILL IS REQUIRED, A SEPARATE PAY ITEM WILL BE PROVIDED FOR SUCH. 2. REINFORCED CONCRETE PAVEMENT SHALL BE REPLACED TO ORIGINAL DEPTH, OR TO A MINIMUM OF 6", WHICHEVER IS GREATER . 3 . PLACE 6" OF 2 : 27 CONCRETE AS SHOWN. 1" OF REINFORCED CONCRETE MAY BE SUBSTITUTED FOR EVERY 2" OF 2 : 27 CONCRETE . 4. REINFORCEMENT OF CONCRETE MUST MEET CITY STANDARD OR MATCH EXISTING, WHICHEVER IS GREATER. 5 . ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION . CITY, OF FORT WORTH , TEXAS REINFOR CE D CONCRETE PAVEMENT TR EN CH RE PAIR EXIST ING CURB & GUTTER DATE : JULY 2009 STR-031 8" N N B L USE #3 BARS X 3' -2" @ 22" O.C., UNL ESS CONNECTING TO PA VEMENT, THE N USE #3 BARS X 5'-3" @ 22" O.C. J4" CHAMFER 3'-0" 24" ' <D A ~ A=:_j #3 BARS @ 12" O.C. (R EAR F ACE , REAR WALL) #3 BARS @ 18" O.C. (N EAR FACE, REAR WALL) 8"f- #4 BAR X 11'-0" NOTES : 1. DIMENSION "D" (D EPTH ) FOR ALL STANDARD 10' INLETS SHALL BE 4'-0" AT THE UPPER END AND 4'-8 " AT THE OUTLET END (MEASURED FROM THE TOP OF CURB). FOR NON-STANDARD INL ETS THE DEPTH WILL BE SHOWN ON THE PLANS . 2 . DIMENSION "A" SHALL BE THE GU TT ER DIMENSION IN USE ON THE PROJEC~ (2) #4 BARS X 15'-9" 3. IF MANHOLE DEP TH IS OVER 5'-0 ", STEPS WILL BE REQUIRED AND SHALL BE CONSTRUCTED PER DRAWING SD -013. B A (SEE NOTE 2) J #3 BARS @ 18" 0.C. 4 . GUTTER CONSTRUCTION IN FR ONT OF INLET (AS SHOWN) IS TO BE CONSIDERED AS PART OF SAME. 5 . ALL EXPOSED SUR F AC ES ARE TO BE WELL FINISHED. E XCAVATION FOR INLET IS TO BE INCLUDED IN PR IC E BID FOR SAME . A (FRONT FACE, FR ONT WA LL ) 1'-0" -~~i---~ FACE OF CURB #3 BAR X 15'-9" VARIES RADIUS AND - SLOP E AS STD. CURB (S EE NOTE 2) PLAN VI EW ·,.._ TOP OF CURB 1 O' -0" OPEN IN G PAY LIMIT OF INLET END OF INLET TO BE NEAR CURB CORNER 3'-0" 7" GRADE OF GUTTER AT INLET C/L STD . CURB AND GUTTER -#3 BARS BENT INTO WALL ·ro -:::-- w >- 0 0 z V) w w w er: ~ <( > 24" 8" ELEVATION VIEW ' <D _J_ #4 BAR S AT 8" O.C . ~ BOTH WAYS l''x4" KEYWAY --- OR #3 L-BAR @ 3'-4 TOP OF GUTT ER\ TOP OF CURB ? FORT WORTH ~ ·ro 8 " O.C. IN LIEU OF KEYWAY T SECTION A-A CITY OF FORT WORTH , TEXAS STANDARD 10' STORM DRAIN INLET REVISED DATE : 11-2009 DATE : 06 -2 007 SD-001 - SECTION 8 -EASEMENTS 8.1 -TEMPORARY RIGHT OF ENTRY - Sanitary Sewer Rehabilitation Contract LXXII (72) Part I Parcel# 1 / ROE 1 Doe# 5333 / P258-709170041183 Lot 3 thru 8 & 22, Block 28, Prospect Heights Addition 3008, 3015 Gordon Ave., Townsend Dr. CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned , hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 28 , Lot 3 thru 8 & 22 , Prospect Heights Additjon as shown on the deed recorded in 0207459783 I 0207459783 Tarrant County Deed ' Records and plat recorded in Volume 63, Page 59, Tarrant County Plat Records a /k/a.. , Fort Worth , Tarrant County, Texas, herein after referred to as the "Property", for the purpose of disconnecting home/business from old sewer line, and reconnecting to new sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein , until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents , representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry , together with all and singular, the rights and appmienances-thereto , anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was 111 immediately pnor to accessing the Property under this Right of Entry. EXECUTED thi s the ___ day of ______ , 20_ GRANTOR: (Please Print) (Authori zed Title) TEMPORAR Y RI G HT OF ENT RY Rev. 6 2007 (Signature) EXHIBIT 11 A11 RIGHT-OF-ENTRY AGREEMENT BLOCK 28 LOTS 3-8 & 22 PROSPECT HEIGHTS ADDITION on addit ion to the CITY OF FORT WORTH, TARRANT COUNTY, TEXA S AS RECORDED IN VO LU ME 63, PAGE 59 PLAT RECORDS OF TARRANT CO UNTY, TEXAS CONTRACT LXX II (7 2) PART 1 SANITARY SEWER REHAB ILITAT ION D.O.E . tt5333 PARCEL: ROE 1 AV O: 2 L1 553 APRIL 2 010 ROE -1.dgn N 0 25 50 SCALE: 1"=50 ' 5•5 tJ.~~FF. 4000 FOSSIL CREEK BLVD FORT WOR TH , TEXAS 76 137.2797 TE L (6H) 847-1 422 FAX (817) 232-9784 Sanitary Sewer Rehabilitation Contract LXXII (72) Part I Parcel # 2 / ROE 2 Doe # 5333 I P258-709170041183 Lot 9 thru 11, Block 28, Prospect Heights Addition 2012 W. Berry St. CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the und e rs igned , h e re inafter referred to as "Grantor", does b y these present s gra nt and convey to the City of Fort Worth , TX, herein after referred to as "Grantee" a temporary right of entry onto prop erty described as Block 28 , Lot 9 thru 11 , Prospect Heights Addition as shown on the deed recorded in Volume 15337 , Page 156 , Tarrant County Deed Records a nd plat recorded in Volume 63 , Page 59 , Tarrant Co unt y Plat Records a/k/a , Fort Worth , Tarrant County, Texas , h erein afte r referred to as the "Property", for th e purpose of disconnecting home/business fr om old sewer line, and reconnecting to riew sewer line. Upon execution of thi s agreement , Grantor will grant Grantee and it s contractor's access to the Property for the purpos e stated herein , until such tim e as th e project is completed and approved by th e Grant ee, at which time th e above describ ed temporary right of entry becom es void. This Right of Entry shall include th e right of Grantee and its employees, agen t s, representativ es, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the a bove described right of entry, togeth er with all and singular, th e -rights and appurtenances thereto , anywise belonging unto the sa id Grantee , is successors .=i nd assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediate ly pnor to accessing th e Property under this Right of Entry. EXECUTED this the day of , 20 ---------- GRANTOR: (Pl ease Print) (Authori zed Title) TEMPORARY RIGHT OF ENTRY Rev . 6·2007 (Signature) I, SHINE EXPRESS CAR WAS !Ill TO J0/5 TOWNSEND OR. BLOCK 28, LOTS 3 -8 0201459183 D.R. T.C. T. .·,' ...... . . ., . . . ;. . . . ' . ·• . EXHIBIT 11 A11 RIGHT-OF -ENTRY AGREEMENT BLOCK 28 LO T S 9-11 PROSPECT HEIGHTS ADDITION on addition to the CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 63, PAGE 59 PLAT RECORDS OF TARRANT COUNTY, TEXAS /x ... . . CONTRACT LXXII (72l PART 1 SAN IT ARY SEWER REHABILITATION D.O.E. #5333 PARCEL: ROE 2 AVO: 24553 APRIL 2010 ROE -2.dgn ,. 1, I I: .X . . ' . . . , . .. . . ~ . . > ••••••• ".. • N 0 15 30 SCALE: 1"=30' 1.1 HALFF 8 •· 9 • REGISTRATIONNCL 312 4000 FOSSIL CREEK BLVD FORT WORTH . TEXAS 76137-2797 TEL (817) 847-1422 FAX j8 17) 232-9784 Sanitary Sewer Rehabilitation Contract LXXII (72) Part I Parcel # 3 / ROE 3 Doe# 5333 / P258-709170041183 Lot 13A, 14, 15, and Pt. CL Alley, Block 27, Prospect Heights Addition 2100 W. Berry St. CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned , hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 27, Lot 13A , 14 , 15, and P t . CL Alley, Prospect Heights Addition as shown on the deed recorded in Tarrant C o unty Deed Records and plat recorded in Volume 63, Page 59 , Tarrant County Plat R eco rds a/k/a , Fort Worth, Tarrant County, Texas, h ere in after re fe rre d to as the "Property", for the purpose of disconnecting home/business from ol d se w er line, and reconnecting to new sewer line. Upon execution of this agreement , Gran tor will grant Grantee and its contractor's access to th e Property for the purpo se stated herein , until such time as the project is completed and approved by the Grantee, a t which time the above described temporary right of entry becomes void . This Right of Entry shall include the right of Grantee and its employees, agents , representatives , or contractors to access the aforementioned prope11y. TO HA VE AND TO HOLD the above described right of entry, together with all a nd singular, the rights and appurtenances thereto, anywise belonging unto the sa id Grant ee, is successors and assigns , for the purposes set forth above. Grantee shall restore the Property to the condition it was m immedi a tely pnor to accessing the Property under this Right of Entry. EXECUTED this the day of , 20 ---------- GRANTOR: (Please Print) (Authori zed Title) T EMPORARY RIGHT OF ENTRY Rev . 6 200 7 (Signature) AMERICAN LANO & CATTLE CO. 2108 W. BERRY ST. BLOCK 27. LOT !OR VOL. 10429. PG. 1194 D.R. T.C. T. EXHIBIT 11 A11 RIGHT -OF -ENTRY AGREEMENT BLOCK 27 LOTS 13A, 14, & 15 PROSPECT HEIGHTS ADDITION an addition to the CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 63, PAGE 59 PLAT RECORDS OF TARRANT COUNTY, TEXAS CONTRACT LXXII (72) PART 1 SAN IT ARY SEWER REHABILITATION D.O.E. #5333 PARCEL: ROE 3 A VO: 24553 APRIL 2010 ROE -3.dgn 0 N 15 30 SCALE: 1"=30' REGISTRATION NO.: 312 4000 FOSSIL CREEK BLVD FORT WORTH , TEXAS 76137-2797 TEL (817)847-1422 FAA (817) 232-9764 Sanitary Sewer Rehabilitation Contract LXXII (72) Part 1 Parcel # 4/ ROE 4 Doe # 5333 I P258-709170041183 Lot 1 OR, Block 27, Prospect Heights Addition 2108 W. Berry St. CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY ST A TE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 27, Lot 1 OR, Prospect Heights Addition as shown on the deed recorded in Volume 10429, Page 1794, Tarrant County Deed Records and plat recorded in Volume 63, Page 59 , Tarrant County Plat Records a/k/a , Foti Worth , Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnecting home/business from old sewer line, and reconnecting to new sewer line. Upon execution of this agreement , Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at whi ch time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees , agent s, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, any'\vise belonging unto the said Grantee , is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was rn immediately pnor to accessing the Property under this Right of Entry . EXECUTED this the ___ day of ______ , 20_ GRANTOR: (Please Print) (Authorized Title) T EMPOR A RY RI G HT OF EN TR Y Rev . 6 2007 (Signature) w > <x: a: w -N <x: a: LL PROPOSED TEMPORARY RIGHT-OF ENTRY AGREEMENT FORT WORTH ISO 3001 FOREST PARK BL VO BLOCK !4R, LOT I VOL. 388, PC. 12 6 P.R. T.C. T. I IX I I I l . I I I I i l)K I : I I I I . ! I · I PNOS P[(T 1-1£:l CJlllY .,rl [)D/710/\! i I i I · .. ;==;•+ J . ; .... ~,~;t ·:1 --··-·:· -- 1 · r · ~! ·y 11 · · /~ : 1 i / I I L HJ6J1l. i ii ,· 11 Ii! Ii i 1! I 1 I I T.O. CROUP UC I· I I 2100 W. BERRY ST. AMERICAN LANO & CATTLE CO. 11! ~~,Jl BLOCK 27 LOTS UA. /4, & 15 2108 IY. BERRY ST. I' ·":t------------2-------- . . ._ ·... 1·-·· ~~!4.~~!~ i If lE~_,_,~<r~:~;\_/._; 11:·J~ If .·::·: ·: ! i 1· . --· ··1 I V :· .. 1·.-·. :.<. · __ :.-:: ·._:.::.-·._ .. ·:< __ ··.:·:<.·_.<· . .• ~-' . I 'I I I 1 1 , •I , •••.. · .• ' ·••· . · •..• .-. -·· h ""'; ~ -;--;--;--':-12~:o-f? •• ~w.sAWE.4,~Y ,.~~-·-=--~.,· ----;-•. --·W ~-BSRR-¥.---;-ST~. .. ~-.-· . -~ _. . , .-'---.+·-~·-· . ~~ · · ·· · .. ··.· .SEWEH ·-·<L · ..... T989') ... · · · · · ·. ·. · · .. ·. ·.· ··-,: .·.-'· ··. · ·· ... · · .. ·· · · · ·. · : . .'· · ... :{·.: \·:·· _: :·:<·· ~-:·_.: ·:.-·:.:<·::·:):: ·._ .. :.-· .. :-: ... :-_..·:.· :_::.: _._.·:-_>.: :_:_ ·:_·_: -:·:.: ~--::·:·· _: :·:: ·'.·~i :.j :-.'._'.·:.· -: · .. ·: .-·:>-. ·: .. :· .. \.~~-0~~-._W; ·{A:~fA~X:-.: ·: · .": ~,--: . .. . . . . .· . . . . . . .. . . . . . . . . . . . .. , . . . . .. St:WfR CL -· r30&) . . . .. , .. ·v-. ··-;--... -,..._ .... I r ·' " • .__.._, __ • _:_~-.~~-·-."--~_!_.: _____ :__ __ ' o __ , ~_X-...,--~-: _ _...!._I_' _• ~ _;_ -' ~ • • _! __ ,.__:__. ~_!~ __ ..!......,. _ _:_ _ _:____•; ~ • • • t • 1 • EXHIBIT 11 A11 RIGHT-OF-ENTRY AGREEMENT BLOCK 27 LOTS 10R PROSPECT HEIGHTS ADDITION an addition to the CITY OF FORT WORTH, TARRA NT CO UNTY, TEXAS AS RECORDED IN VOLUME 63, PAGE 59 PLAT RECORDS OF TARRANT COU NTY, TE XAS CONTRACT LXXII (72) PART 1 SAN IT ARY SE WER REHABILITATION D.O.E. **5333 PARCEL: ROE 4 AVO: 24553 APRIL 2010 RO E-4 .d gn 0 N 15 30 S CALE: 1"=30' HALFF ® REGISTRATION NO.: 312 4000 FOSSIL CREEK BLVD FORT WORTH, TEXAS 76137-2797 TEL {817) 847-1422 FA.x (817) 232-9784 Sanitary Sewer Rehabi litation Contract LXXII (72) Part I Parcel # 5 I ROE 5 Doe # 5333 I P258-70917004 I 183 Lot I thru 3, Block 5, Byers & McCart Addition 2215 W. Berry St. CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY ST A TE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned , hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 5, Lot I thru 3, Byers & McCart Addition as shown on the deed recorded in D205371629 Tarrant County D e ed Records and plat recorded in Volume 310, Page 27, Tarrant County Plat Records a/k/a ----------' Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnecting home/business from old sewer li ne, and reconnecting to new sewer line. Upon execution of this agreement , Granto r wi ll grant Grantee and its contractor 's access to the Property for the purpose stated herein , until such time as the project is completed and approved by the Grantee, at whi ch time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees , ag ent s, representatives , or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto , anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately pnor to accessing the Property under this Right of Entry . EXECUTED this the ___ day of ______ , 20_ GRANTOR : (Please Print) (Autho1i zed Title) TE MP O RA RY RIG HT OF ENTRY Re,·. 6 2007 (Signature) I- C/) w C en > <( s: W. BERRY ST. . . .....---------------------------1, ,-;--+------' ------------ L I r -. ,~!~-\_I· . f ·. . ··:··. :I J.E. WINTERS F AMIL y . \ .' ., ' /i ,'.1 ·cc J , 11' · . , I ;Ji[NJ.RJ/!tt / ;~ ' ' I j i\ I , . BLOCK 5. LOT 24 I 1 \.: VOL. 14844, PC. 470 :\ i~ I: r.. ~I / ·1 D.R. r.c. T. 1:~'·f~-1\·.\:,>i ~11 ~ i . 11 ·-·------------·------·-··· ··-·- • .. ! ' 1· " '--en , I "' • 1-_t-~,rco ;.'\! 1 ~ i -----~-----;-----------;':'.<;)"'I ';>;'.:'. tlq) .. ,. ! ------------ i ,. ,,:: ·., (,.; •.· 3,;ITi 1i I 1-t.,"'~ i ! . i -'. = 1,, ' CLENl}A C. HAWKINS i f j .' • ji Q;:J /0::: ANO CARY T. HAWKINS I.!: i ·. 1 n_j.lw 2215 jW. BERRY ST. , · ., .I q 3: BLOC!( 5, LOTS 1-3 . f 1 .','. j Cti1 1w Ol0531!629 v-,, \8 --i j .J ,, oJ IV) D.R. T.C. T. I f · 1. · .'! J I [u-:1 , KEO BRADLEY 3104 FRAZIER A VE. BLOCK 5. LOT 23 VOL. 14759, PC. 198 D.R. T.C. T. I L -----~-----------------, '8 >I _j )b---------------- 1 , ';:1 ·~. . • t f·1" PROPOSED TEMPORARY I RIGHT-OF ENTRY [ ____ _ AGREEMENT v'i; fr-r '>::1::~t ,::1 ;-'' t_;; • 1 "'Ii i ~-S: ;,· .. I ji "'; 0), ~l JOHN 8 . MCKNIGHT , i --------ANO -S-TAGY-CIJMBER-r ---· c -~j;: .. ·'. ·'.j [i : 'f~ f 3;f¥£Jfll~?f r) '··"1 '.!, I :,1'--' ~)-O.R.T.C.T. i <!21 •1 ,1 '-'' I ------r,r\1 \ '{· • 1 :1 1 ... _J') r:· I ' l .. ; · ··1 : ·: "' ( :, . J / --'. L~F ~+11 (:! ~,; _, 1--------------------------1-..----. ' ,, Q_ _ -- ----------- I JAMES RAPHAEL JIU l'IAYSIE AVE. BLOCK 5. LOT 4 0206354 752 D.R. T.C. T. 1 I U 1 I I I I I I BYERS & MCCART ~DD)T!ON I I I TIMOTHY K. CLINE ANO ANGELA 0 . CLINE 3112 FRAZIER A VE. BLOCK 5. LOT 21 0204362535 D.R. T.C. T. ~--------------------------~ ~--------------- EXHIBIT 11 A11 RIGHT -OF -ENTRY AGREEMENT BLOCK BYERS & 5 LOTS 1-3 MCCART ADDITION o n ad di t i o n to t h e CITY OF FORT WORT H, TARRANT COUNTY, TEXAS AS RECORDED IN VO L UME 3 10 , PAGE 2 7 PL AT RECOR DS OF TARRAN T CO UN TY , TEXAS N 0 15 30 SCALE: 1"=3 0' HALFF ~ REGISTRATION NO.: 3 12 4000 FOSSIL CREEK BLVD CONTR ACT LXX II <72) PART 1 SAN ITARY SEWER REHABILITAT ION D.O.E . #5333 P ARCEL: ROE 5 AVO: 24553 APR IL 2010 ROE-5.dgn FORT WORTH, TEXAS 76 137.2797 TEL (617) 847 -1422 FAX (8 17} 232-9784 Sanitary Sewer Rehabilitation Contract LXXII (72) Part I Parcel # 6/ ROE 6 Doe # 5333 / P258-709170041183 Lot 4, Block 5, Byers & McCart Addition 3113 Wayside Ave. CITY OF FORT WORTH TEMPORARY RlGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the und e rsigned , hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Wo11h, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 5, Lot 4, Byers & McCart Addition as shown on the deed recorded in D206354752 Tarrant County Deed Record s and plat recorded in Volume 310, Page 27, Tarrant County Plat Record s a/k/a ---------=' Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Prope11y", for the purpose of disconnecting home/business from old sewer lin e , and reconnecting to new sewer line. Upon execution of this agreement, Grantor w ill grant Grantee and its contractor's access to the Property for the purpose stated herein, until such tim e as the project is completed a nd approved by the Grantee, at which time the above described te mporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees , agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto , anywise belonging unto the said Grantee, is successors and assigns, for the purposes set fo11h above. Grantee shall restore the Property to the condition it was m immediately pnor to accessing th e Property under this Right of Entry. EXECUTED thi s the ___ day of ______ , 20 _ GRANTOR : (Please Print) (Autho1ized Title) TEMPORARY RIGHT OF ENTRY Re v. 6 2007 (Signature) f- V) w 0 V) >- <( s: I : I>~ 1 I ' ·I 0::: · KEO BRADLEY I ! · I 1 <(~ 3104 FRAZIER AVE. ' I . l 11----,:0l I BLOCK 5. LOT 23 CLEN(}A C. HA WKINS , . , . ,.....:.cd I VOL. 14159, PC. 198 AND 0,4RY T. HA WKINS • ,Z(T.1 • D.R. T.C. T. I 22151 w. BERRY ST. I ,I 'f".1:1 ij BLOr;!J,of3~fIJ/-J l~-,J j 'D.R. T.C.T. I f. to . ; j I I ',, a: I: -----~-----,------------,,~.-. .;:,!~~! ,J,:' --------------- / . i'OL V'lPi ' I lr •j'.....;j ,1 i I · ·. · 'F-; '. .·,: . :-.1-,;;r -,-:: JOHN 8. MCKNICH T i/' ', J '' --AND 5-TACY.-CLIMBER-T ----·- .1 ii' ·.: . .'! 3108 FRAZIER A VE. ;.,.: ·• ';::,::,; i· : BLOCK 5. LOT 22 I I ·.©-· 0204296941 : l ... _ --·-----·--·--------l '::J,~t-:1 :1 : ,); D.R.T.C. T. I . • • '•' .~ 0 U'. '· I • . ' •. , . • . l_,--:.~1~~..: .----------------------------;-!. .... :~cL _ ------------- PROPOSED TEMPORARY RIGHT-OF ENTRY AGREEMENT JAMES RAPHAEL J/13 IYAYSIE AVE. BLOCK 5, LOT 4 0206J54T52 O.R. T.C. T. I I I I I I I TIMOTHY K. CLINE AND ANGELA D. CLINE J/12 FRAZIER A VE. BLOCK 5. LOT 21 0204362535 D.R. T.C. T. 1---------------- NEERU VA SHISHT JI/ 1 WAYSIDE A VE. BLOCK 5. LOT 5 0206046016 D.R.T.C. T. 1 I I I I I I I I PHIL BLENDEN AND CINA L. BLENDEN 31/6 FRAZIER A VE. BLOCK 5. LOT 20 0208256365 D.R. T.C. T. BYERS & MCC/IR:T AD{J!TI01V ~--------------------------~ , _______________ _ I I I I I I STACY L. CLIMBERT 3121 WAYSIDE A VE. BLOCK 5, LOT 6 0205228182 D.R. T.C. T. EXHIBIT "A" RIGHT-OF-ENTRY AGREEMENT BLOCK 5 LOTS 4 BYERS & MCCART ADDITION on addition to the CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 310, PAGE 27 PLAT RECORDS OF TARRANT COUNTY, TEXAS BRENDA LONE 3124 FRAZIER A VE. BLOCK 5. LOT 19 VOL. 11139. PC. 2051 D.R. T.C. T. N 0 15 30 SCALE: 1"=30' !•! ttA .~FF . CONTRACT LXXII (72) PART 1 SANITARY SEWER REHABILITAT ION 4000 FOSSIL CREEK BLVD 0.0.E. #5333 PARCEL: ROE 6 AVO: 24553 APRIL 2010 RO E -6.dgn FORT WORTH . TEXAS 76 137-2797 TEL (817) 847-1422 FAX (817) 232-9764 Sanitary Sewer Rehabilitation Contract LXXII (72) Part I Parcel# 7 / ROE 7 Doe # 5333 I P258-709 J 70041183 Lot 22, Block 5, Byers & McCart Addition 3108 Frazier Ave. CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned , hereinafter re fe1Ted to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after refeITed to as "Grantee" a temporary right of entry onto property described as Block 5, Lot 22, Byers & McCart Addition as shown on the deed recorded in D204296941 Ta1Tant County Deed Records and plat recorded in Volume 310, Page 27, TaITant County Plat Records a/k/a ===-~====-' Fort Worth, Ta1Tant County, Texas, hereinafter refeJTed to as the "Property", for the purpose of disconnecting home/business from old sewer line, and reconnecting to new sewer line. Upon execution of this agreement , Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein , until such time as the project is completed and approved by the Grantee, at which tim e the above described temporary right of entry becomes void . This Right of Entry shall include the right of Grantee and its employees, agents , representatives, or contractors to access the aforementioned property . TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywi se belonging unto the said Grantee , is successors and assigns , for the purposes set forth above. Grantee shall restore the Property to the condition it was 111 immediately pnor to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ______ , 20_ GRANTOR : (Please Print) (Authori zed Title) TEMPO RAR Y RIG HT OF ENTRY Rev. 6 2007 (Signature) J.E. WINTERS FA MILY , >: :.j,~ ::·: -._ . ·: :;f JJfYt~{ i? ,'., ,t: :1· .->~ -I VOL. 14844,PC. 470 I ·. f D.R. T.C. T. I ., . ,, 'I I I--------:z-; '[11'f :'' 'L\:,'.i :_ ,,:---------------------------------ii ,, ,! : ~,. ' i1;)_, \ . I CLENOA C. HAWKINS AND CARY T. HA WK/NS 2215 l'I. BERRY ST. BLOCK 5. LOTS 1-3 020531/629 D.R. T.C. T. ijl(;fml. :_.I r ll-+ cti l v;, 'J~-~:i!'.oj /: r,r1:,,0~_ i ~;=!·'"i ' ,p:j! '' ! I; · ~ Q::; I KEO BRADl1Ef-i '·; i 3104 FRAZIER, A VE. BLOCK 5. LO'{ 23 VOL. 14759. PC. /98 D.R. T.C. l° 111~r,~ I --------2:---::t J1} i~---------------P-R-o..-;P_O_S_E_D __ __, '· , JOHN 8. AICKNICHT TEMPORARY JAMES RAPHAEL 3113 WA YSIE A VE. BLOCK 5. LOT 4 0206354752 D.R. T.C. T. I I BYERs! & I I I ANa_srACL CLIAl6(RT RI GH!T ::;:,OF 3108 FRAZIER.:~_'YE. BLOCK 5, LO{ 22 oi~ti:f.}j~ ____ '_ ------ENTRY ! --_______ AGREE~ENT TIMOTHY K. CLINE AND ANCELA D. CLINE 3112 FRAZIER A VE. BLOCK 5. LOT 21 0204362535 D.R. T.C. T. AJ CC4J{T AlJD/TlON I ---------------1 r --------------------------~ NEERU VASHISHT 3117 WAYSIDE A VE. BLOCK 5. LOT 5 0206046076 D.R. T. C. T. I I I I I PHIL BLENDEN ANO GINA L. BLENDEN 3116 FRAZIER A VE. BLOCK 5. LOT 20 0208256365 D.R. T.C. T. I I ---------------1 r--------------------------, I ' EXHIBIT 11 A11 RIGHT -OF-ENTRY AGREEMENT BLOCK 5 LOT 22 BYERS & MCCART ADDITION I ' N w > <t a: w -N <t a: LL on add iti o n to t h e 0 15 30 CITY OF FORT WORTH, T ARRANT COU NT Y, TEXAS AS RECORDED IN VOLUM E 310, PAGE 27 PLAT RECORDS OF TARRANT CO UNTY, TE XAS CON TRACT LXX II (72l PART 1 SA NITARY SE WE R RE HABILI TAT ION D.0.E. #5333 PARCEL: ROE 7 A VO: 24553 APRIL 20 10 ROE -7 .dgn • • ••• •. ,,,,. SCALE : 1"=30 ' REGISTRATION NO.: 312 4000 FOSSIL CREEK BLVD FORT WORTH, TEXAS 76137-2797 TEL (817) 847 -1422 FAX (617) 232-9784 Sanitary Sewe1· Rehabilitation Contract LXXII (72) Pa1"t 1 Parcel# 8 I ROE 8 Doe# 5333 I P258-709170041183 Lot 21, Block 5, Byers & McCart Addition 3112 Frazier Ave. CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY ST A TE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned , hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 5, Lot 2 I, Byers & McCart Addition as shown on the deed recorded in D204362535 Tarrant County Deed Record s and plat recorded in Volume 310, Page 27 , Tarrant County Plat Records a/k/a =======---' F011 Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnecting home/business from old sewer line , and reconnecting to new sewer line. Upon execution of this agreement, Gran tor w ill grant Grantee and its contractor's access to the Property for the purpose stated h e rein , until such time as the project is completed and approved by the Grantee, at whi ch ti m e the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately pnor to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ______ , 20_ GRANTOR : (Please Print) (Authorized Title) TEMPORARY RIGHT OF EN T RY Rev. 6 2007 (Signature) I I l I , I GLENDA C. HA/I/KINS AND CARY T. HA/I/KINS 2215 W. BERRY ST. BLOCK 5. LOTS !·3 0205371629 I' .1 ~ · I KEO BRADLEY. , , : i ·~ 3;f''o!/f 'f~/ ;s-'' . 1,:a:.·~ VOL. 14159, PC. 198 I <( :;'.:'. D.R. T.C. f . '"' ,. ·1~r .:.J I rM ~ ·11 II I Jiol ·w I -,· ---- ----~---v1~ -~i@. _ffi_: " .,_l.r~-------- --- -------r-----T -----i D.R. T.C. T. ,.~ t~L~:}1 . i I I v,;,,B -1 • • 1 ···;1), '? I I II' , .: ·~ :i i a,: JOHN 8 . MCKNIGH T; I ! .. ' ,· 1 • -AND-S1AG-Y-CWB/i];>T , , , , 1 , 3 108 FRAZIER~~ , ,::; BLOCK 5, LO C22 I \ii , ii .. j "£~!'.1;L ~---·-·---·----·' I ' ' ; ., ' I , • ' , ---------------~~ -~~~:-i-Y...,,.,~ ..... ::.._: ______________________ __, JAMES RAPHAEL 3113 /YA YS!E A VE. BLOCK 5, LOT 4 0206354 752 D.R. T.C. T. I I i )l T/AIOTHY K. CLINE ANO ANGELA 0. CLINE 3112 FRAZIER A VE. BLOCK s; LOT 21 0204362535 D.R. T.C. T. ---------------i NEERU VASHISHT 31 I 7 /YA YSIDE A VE. BLOCK 5. LOT 5 0206046076 D.R. T.C. T. PHIL BLENDEN AND CINA L. BLENDEN 3116 FRAZIER A VE. BLOCK 5. LOT 20 0208256365 I I 0.R.T.C.T. I I BYERS kt M l'C )4RT A DD/710/V I I PROPOSED TEMPORARY RIGHT-OF ENTRY AGREEMENT I I ---------------1 ,---------------------------i STACY L. GUMBERT 3 /2 1 WA YS!DE A VE. BLOCK 5. LOT 6 0205228782 D.R. T.C. T. I I I EXHIBIT 11 A11 BRENDA LONE 3124 FRAZIER A VE. BLOCK 5. LOT /9 VOL. 11739, PC. 2051 D.R. T.C. T. RIGHT-OF-ENTRY AGREEMENT 5 LOT 21 BLOCK BYERS & MCCART ADDITION N I I I w > <x: a: w -N <x: a: LL o n ad di t i o n t o th e 0 15 30 CITY OF F OR T WOR TH, T ARR AN T CO UN TY , TEXAS AS RE CO RD ED IN VOLUM E 310 , PA GE 2 7 PLAT RECORD S OF TARRANT COUNTY, T EXAS CO NTR AC T LXX II (7 2 ) PART 1 SAN IT ARY SE WER REHABILITAT ION 0.0.E. #5333 PARC EL: RO E 8 AVO : 24553 APR IL 2010 ROE-8.dgn • • ••• • • SCALE: 1"=3 0' HALFF ® REGISTRATION NO 312 4000 FOSSIL CRE EK BLVO .F"QRT WORTH, TEXAS 761J7.:l797 TEL (817)8<1 7-1<122 FAX (8 I 7J 232-9764 Sanita,·y Sewer Rehabilitation Contract LXXII (72) Part 1 Parcel# 9 / ROE 9 Doe# 5333 / P258-709170041183 Lot IR, Block 4, Byers & McCart Addition 2109 W. Berry St. CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY ST A TE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned , hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth , TX, herein after referred to as "Grantee" a temporary right of entry onto property described a s Block 4 , Lot 1 R , Byers & McCart Addition as shown on the deed recorded in Volume 13086 , Page 317 , TatTant County Deed Records and plat recorded in Volume 388-58 , Page 756, Tarrant County Plat Records a/k/a , Fort Wotih , Tarrant County, Texas, hereinafte r referred to as the "Property", for the purpose of disconnecting home/business from old sewer line, and reconnecting to new sewer line. Upon execution of this agreement , Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, a t which time the above described temporary ri g ht of entry becomes void. This Right of Entry shall include the right of Grantee and it s employees , agen ts, representatives, or contractors to access the aforementioned propetiy. TO HA VE AND TO HOLD the above described right of entry , together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee , is successors and assigns , for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately pnor to accessing the Property under this Right of Entry . EXECUTED this the ___ day of ______ , 20_ GRANTOR: (Please P1int) (Authorized Title) T EMPO RA RY RI G HT O F EN TR Y Rev . 6 2007 (Signature) w > <C a: w -N <C a: LL. AIARTHA R. HYDER ANO A/ERLE Al. ROWAN 2109 If. BERRY ST. BLOCK 4, LOT IR VOL. /3086, PG. 311 O.R. T.C. T. PROPO.SED TEMPORARY RIGHT-OF ENTRY AGREEMENT SHRUB AMERICAN LAND & CATTLE CO 3121 FRAZIER A VE. BLOCK 4. LOT 6 0/89/59465 D.R. T.C. T. --·W>B'ERRY $T. ... --_--; ---------1 WHITE WA CON LL C. I • · I 2/0o,5 W. BERRY ST. 1 · :-·1 ; i BL g?:oJ'A ?fo'8 J -.···.'''.< ) I D.R.T.C.T. 1 /:\d~--1L _________ : ---------i . ~I-~~ 1' ·.. ·-. 0::: 0 · i:i.:._1---w n ·. ·OiZs:~ I .· 0:::!<( W I I -:·:0 ;_:IV) V) ~ I '_..-, _':;---------2 -------, :.'··· :.,' '' ·.-~. ,; ·-, . :· :-.-. ·. J : : >J I i r :-----?T ______ J /:· _.·:\ NOVA SOUTH DEVBI.OPMENT LP ! ,, · .. ,. :-i 3124 TOWNSf!:/-10 OR. 1 c i·.· ,.· BLOCK 4, L0115 12-17 . ::J. VOL. 14566, A>I L C. 497 I ~.· ft~T.CT. ·.:·I I I J ! I . ·t--t -----2-: ------1 '.".':' .J i ;: i . ·· ·_-l• 8 ,I .. : ~ ! I ,i......11-.+-~.'!-----2-t-------1' rr 1 -.,;, 11 ! ··r··-: ];JYlTRS =&=·McCA R T ··: l_J ADDITIO/V I ( J:1 L_------------.-~~¥ '1 FTW TRANSPORTAT/0~-=.~~~i:-----, I : ~------2-------) 3125 FRAZIER A VE. '-· , 11! I // / I BLOCK 4, L OT ;,r,,c K / ; :I 1 0209252920 rr··-----j I I D.R.T.C.T. _______ Ji : ' H EXHIBIT 11 A11 RIGHT -OF -ENTRY AGREEMENT BLOCK 4 LOT 1 R BYERS & MCCART ADDITION on addition to the / / / / 0 N 25 '•: . ' _..] : .i: . a: ; C i c l 2 i W l en 2 ~! o: t-! 50 CITY OF FORT WORTH, TARRANT COUNTY, TE XAS AS RECORDED IN VO LUM E 388 -58, PAGE 756 PLAT RECORDS OF TARRANT COUNTY, TEXAS SCALE: 1"=50' iii HALFF ® REGISTRATION NO.: 312 4000 FOSSIL CREEK BLVD CONTRACT LXXII (7 2) PART 1 SANI TARY SE WER REHABILITATION D.O.E. #5333 PARCEL: ROE 9 A VO : 24553 APR IL 201 0 ROE -9 .dgn FORT WORTH, TEXAS 76137.2797 TEL (817) 647-1422 FAX (817) 232-9784 Sanitary Sewer Rehabilitation Contract LXXII (72) Part 1 Parcel# 10 I ROE 10 Doe# 5333 I P258-709170041183 Lot 18, Block 4, Byers & McCart Addition 2105 W. Berry St. CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY ST A TE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth , TX , herein after referred to as "Grantee" a temporary right of entry onto property described as Block 4, Lot 18 , Byers & McCart Addition as shown on the deed recorded in D2 l 0025700 Tarrant County Deed Record s and plat recorded in Volume 310, Page 27 , Tarrant County Plat Records a/k /a ---------===' Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnecting home/business from old sewer line, and reconnecting to new sewer line. Upon execution of this agreement , Granto r w ill grant Grantee and its contractor 's access to the Property for the purpose stated herein , until such time as the project is completed and approved by the Grantee , at whi ch tim e the above described temporary right of entry becomes void . This Right of Entry shall include the right of Grantee and its employees , a g en ts , representatives, or contractors to access the aforementioned property . TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grant ee, is successors ard assigns , for the purposes set forth above . Grantee shall restore the Property to the condition it was m immediately pnor to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ______ , 20_ GRANTOR: (Please Print) (Authorized Title) T EMPO RA RY RI G HT O F EN TR Y Rev . 6 ·2007 (Signature) . ,, ' . '' .. ' · ..... ' )-<, = ' a::; ...,._ .. ' . co <r' .co . . . . . · .• ,0::::0 .. ·· . .·. ·.· .. ··.o.cl:;Jw ·n ' ' . ' ' . . 0 LJ s: .,;-. .' . . . ' . . • 0:::' <1J W I ' ' : ' . . . ' . . . : 6:_ 'vi (/) ~ ' . . . . . ~. . : ~ . '. . . . : . . ·. . . : '' .. · .1 .... ·. I • • I .'. • o t '. • \ •, '•, MARTHA R. HYDER ANO MERLE M. ROWAN 2 109 If'. BERRY ST. BL OCK 4. L OT IR VOL . /3086, PC. 317 D.R. T.C. T. {J:-~-t~~~~~ .· 7 -' 1.-~ ..• ,:..• """li:"""2'--. ---. --__ -__ -_-__ -! ______ P_R_O_P_O_S_E_D __ _, \Ir.· .... : ·. WHITE wAcoj uc. \II< . : 2~i~Jf'~' ilJi · ... c.;. C) CJ I 1 ·: .. ·.: · .. ·. !~ ~) -----------_ j TEMPORARY RIGHT-OF ENTRY AGREEMENT Hl · ..• , : /1 r .. s----------------------1 ~ J/.i~: -\~~~,-~-~ j/: ...... <·1 I , · •• 'i I <.·>·_.:·.J I · .• • ... ·I BY.b7?S & MCCART ADDITION I I •• ,"' •• •t I I 1 : ·. ,: .... ·1 I J r: .: r -----------------------~--1 t , • ·. · I I ... • .I I 'lu '.· ... ·.··I NOVA SOUTH DEVELOPMENT LP I 3124 TOWNSEND OR. 1 ·. ·., ·. · 1 BLOCK 4. LOTS 12-17 1 • • • • · 1 VOL. 14566, PC. 497 1 1 •• • : . •. : : :1 D.R. T.C. T. I : • :,• ·.·.I I •. • '., ·/1 f · J---i---------i --------c---~ ~ >t· ·· .... :11 • I I I <.·1 ::-..1: I I :g .: · .. ': .' .: 1,I i II "l"' • ~ • !, l I ' ' • ''I ' I · .· . .; · _' 11 I EXHIBIT 11 A11 RIGHT-OF-ENTRY AGREEMENT BLOCK 4 LOT 18 N BYERS & MCCART ADDITION a: C C 2 w (./) 2 ~ 0 I- on addition to the 0 15 30 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 310, PAGE 27 PLAT RECORDS OF TARRANT COUNTY, TEXAS CONTRACT LXXII (72) PART 1 SANITARY SEWER REHABILITATION D.O.E. tt5333 PARCEL: ROE 10 AVO: 24553 APRIL 2 010 ROE -10.dgn .i'2f·· ••• ·:·•,1'.• SCALE: 1"=30' REGISTRATION NO.: 312 4000 FOSSIL CREEK BLVD FORT WORTH. TEXAS 76137-2797 TEL (817l84 7-1422 FAX (81 7) 232-978~ Sanitary Sewer Rehabilitation Contract LXXII (72) Part 1 Parcel # 11 I ROE 11 Doe# 5333 / P258-709170041183 Lot 12 thru 17, Block 4, Byers & McCart Addition 3124 Townsend Dr. CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth , TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 4 , Lot 12 thru 17 , Byers & McCart Addition as shown on the deed recorded in Volume 14566, Page 497 , Tarrant County Deed Records and plat recorded in Volume 310 , Page 27, Tarrant County Plat Records a/k/a , Fort Worth , Tarrant County, Texas, herei naft e r referred to as the "Property", for the purpose of disconnecting home/business fro m old sewer line, and reconnecting to new sewer line. Upon execution of this agreement , Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein , until such time as the project is completed and approved by the Gran tee, at which time the above described temporary right of entry becomes void . This Right of Entry shall include the right of Grantee and its employees , agent s, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said G ra ntee, is successors and assigns , for the purposes set forth above . Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 20 ---------- GRANTOR: (Please Print) (Authori zed Title) T EM PO RA RY RI G HT O f ENTRY Re v. 6 200 7 (Signature) i. 11 BYERS & Aft'CART ADJJ!JlOl\' r w > <( a: w -N <( a: LL I I MARTHA R. HYDER ANO MERLE M. ROWAN 2 109 W. BERRY S T. BLOCK 4. LOT IR VOL. /3086, PC. JI 1 D.R. T.C. T. i '. SHR UB ·:_ :·.j ,' ·. I ------,<-1~0~5"~----M :,1 ., 1 ... a ~-;r-~~ ·1· -· SHRUB ij _-i1: . AMERICAN LANO & CATTLE CO P 1 .-~j ~-· ··- 3121 FRAZIER AVE. 'I'· BLOCK 4. LOT 6 I 0189159465 lo ' I D.R. T. C. T. 's.' I ····',., :,---FTW ~~NSPO~ ~ T/0:·~::;JJ··---;/~II/ 3125 FRAZIER AVE. I ill / I BL OCK 4. LO T ?fl lCK i I •I 1 0209262820 rr---1 1 1, I D.R. T.C. T. ___ J~! '. I I ' ,--------cv \~ ; TEXAS LANO & /NV. CO. 3129 FRAZIER A VE. BL OCK 4. L OJ 8 01150591 "8.tl', -------2------- -; --2·------- .. iNOVA SOUTH OE)ZOPAIENT LP · 3124 rm,wsf NO on. BLOCK 4, LO(S 12-11 VOL. /,f566, ('f 497 O.R. T.C.T. , I -: -----2,------ Ii ! m ii -lt"-----2 ~------- 1 __ J i : -------~------- a: 0 0 2 w en 2 ~- 0 : t- PROPOSED // TEMPORARY // RIGHT-OF /' s:,· // ENTRY / ~ ~ // AGREEM7EN "f/ . /.<# / / / D.R. T.c.·,:..,,t I ~ /tl// /, //# /&/ / I !---------(:')--{:~-I V ,._J <..j I 1 TEXAS LANO & /NV. CO. I J/33 FRAZIER A VE. BLOCK 4, LOT 9 0/13029909 D.R. T.C. T. EXHIBIT "A" RIGHT-OF -ENTRY AGREEMENT BLOCK 4 LOT BYERS & MCCART 12-17 ADDITION an addition to the CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 310, PAGE 27 PL AT RECORDS OF TARRA NT COUNTY, TEXAS CONTRACT LXXII (72) PART 1 SA NITARY SE WER REHAB ILITAT ION D.O.E. #5333 PARCEL: ROE 11 A VO: 24553 APRIL 20 10 ROE -11.dgn 0 .l>. ••• . ,.. / N / / / / / / 25 50 SCALE: 1"=50 ' REGISTRATION NO.: 312 4000 FOSSIL CREEK BLVD / / FORT WORTH, TEXAS 7613 7·2797 TEL (817)647-14 22 FAX (817) 232·97&4 Sanitary Sewer R e habilitation Contract LXXII (72) Part I Parcel# 12 / ROE 12 Doe # 5333 I P258-70917004 I I 83 Lot I thru 3 & 14 , Block 3, Byers & McCart Addition 2015 W Berry St. CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY ST A TE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned , hereinafter refen-ed to as "Grantor", does by these presents grant and convey to the City of Fort Wo1ih, TX, herein after refen-ed to as "Grantee" a temporary right of entry onto prope1iy described as Block 3, Lot 1 thru 3 & 14, Byers & McCart Addition as shown on the deed recorded in Tan-ant County Deed Records and plat recorded in Volume 310, Page 27, Tan-ant County Plat Records a/k/a ----------' F01i Worth , Tanant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnecting home/business from old sewer lin e, and reconnecting to new sewer line. Upon execution of this agreement, Grantor wi ll grant Grantee and its contractor's access to the Prope1iy for the purpose stated herein , until such time as the project is completed and approved by the Grantee, at whi c h time the above described temporary right of entry becomes vo id . This Right of Entry shall include the right of Grantee and its employees, a g ents , representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set fo1ih above. Grantee shall restore the Property to the condition it was m immediately pnor to accessing the Property under this Right of Entry. EXECUTED this the day of , 20_ ---------- GRANTOR : (Please Print) (Authorized Title) TEMPORARY RIGHT O F EN TRY R~v . 6 200 7 (Signature) a: 0 0 2 w en 2 3: 0 I- w. BERRY sr .. ,---,-. '}',:) _ >-vii I a ro o:::: m I I <I: 0:::: f'<) O.:r-wNI I OZ3:~I I O::::<I:W_JI ;' I o_ l/) l/) ~I ~: I I u~, I PROPOSED TEMPORARY RIGHT-OF ENTRY AGREEMENT CO,. ·c rl'i;ts.;.)~,1,L' 1: : , . I 11 I -----~-i --------· ---------li I ·--1 a ~} r ·· j ~-\PROP. 6" " -_,, I \SANITARY SE WER' .. ,''. ''.:: j SERVICE LINE / / C ' I I \ // I ·, // I ._/-, KFC NA r10NAL I MANAGEMENT lco. · / </ -~-:::. ·1 ;~: 2015 ~ BERRY ST. i ·., // /1 //,"[, ?,:, (_·, BLOCK ~ ~ors--,-;J--&--/,f1 ~ . v L -~ 01 '.J1 c) / / / / / / / / / EXHIBIT "A" / / / / / / / / / / ( / RIGHT-OF-ENTRY AGREEMENT BLOCK 3 LOTS 1-3 & 14 . BYERS & MCCART ADDITION an add i tion to the CITY OF FORT WOR T H, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUM E 310, PAGE 27 PLAT RECORDS OF TARRANT COUNTY, TEXA S u, en CS CJ"J / / / / / / / / / CONTRACT LXXII (7 2 l PART 1 SANITARY SE WER REHABILITATION D.O.E. #5333 PARCEL: ROE 12 AVO: 24553 APRIL 2010 ROE -12.dgn / / / / / / / / / / / / / / / / / / / / / / / / / / / / / 0 / / / / / / N 15 / / / / / 30 SCALE: 1"=30' HE t:t~.~FF . 4000 FOSSIL CREEK BLVO FORT WORTH. TEXAS 76137-2797 TEL (817) s.47 -14 22 FAX (817) 232-9784 Sanitary Sewer Rehabilitation Contract LXXII (72) Part 1 Parcel# 13 / ROE 13 Doe# 5333 I P258-709170041183 Lot 9 thru 11, Block 4, Byers & McCart Addition 3133, 3137 Frazier Ave. CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 4, Lot 9, Byers & McCart Addition as shown on the deed recorded in D 173029909 / D 172120753 Tarrant County Deed Records and plat recorded in Volume 310, Page 27, Tarrant County Plat Records a/k /a , Fort Worth, Tarrant County, Texas , hereinafter referre d to as the "Property", for the purpose of disconnecting home/business from old sewer line, and reconnecting to new sewer line. Upon execution of this agreement , Grantor will grant Grantee and its contractor 's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at wh ich time the above described temporary right of entry becomes void . This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns , for the purposes set forth above . Grantee shall restore the Property to the condition it was m immediately pnor to accessing the Property under this Right of Entry. EXECUTED this the day of , 20_ ---------- GRANTOR : (Please P1int) (Auth01i z ed Title) TE MPORA RY RI G HT O F ENTRY Re v 6 2007 (Signature) w > <( a: w -N <( a: u. TEXA S L AND & /NV. CO. 3 129 FRAZIER A VE. BL OCK 4, LO T 8 0 175059480 D.R. T.C. T. BYERS ,r ;U[C·1R J' .,4DLJI71QN TEXAS LANO & /NV. CO. 3133 FRAZIER A VE. BLOCK 4, LOT 9 0173029909 O.R. T.C. T. I NO VA SOU TH DE VELOP.MEN! LP / >-312 4 TOHWSEN{J DR. / 1:_:_.;,{,1/. , 0:::: 1 BLOCK 4,LOT£ 12 -17 / -]Jr: <t: ~ VOL. 14569/PC. 4 9 / ( ·-r_, {r1 I-O D.fr,,J;C. T. / -~·-)dr z r0 ;/.,, / ,'>.! .. ;";;.7 // / CI~ ; VI j _J ~· / ,,.. y . = ........... /,'' , / ( ): ' i ~if/./.-~ / -~ j, I o_w8 / (;t I I 03;: V / ''! : i _g::_ ,0 .,, r;, J.--_,_ 9:::{)j, / --1 ---$. / I / r.1 ',, / ',l D 3/ I , '·, ,_,-,-; I / / / .// ! // / , -/ / / / / /. // /~ . / / / /// -------------------------i,-~~ J . / ( t.......,_,.. / ,v / TEXAS LANO & /NV. CO. 3131 FRAZIER AVE. BLOCK 4, LOTS 10 & II 0172/20153 O.R.T.C.T. PROPOSED TEMPORARY RIGHT-OF ENTRY AGREEMENT / / / / / / / / / r"'-y 1 V EXHIBI T 11 A11 RIGHT-OF -ENTRY AGREEMENT BLOCK 4 LO T S 9 -11 BYERS & MCCART ADDITION on addition to the r.'(,V \.F CITY OF FORT WO RTH, TARRANT CO UNTY, TE XAS AS RECORDED IN VO LUME 310, PAGE 27 PLAT RECORD S OF TARRANT COUNTY, TEXA S / / / / / / / / / 0 N / / ! / / / 15 30 SCALE: 1"=30' / HALFF ® CONTRACT LXXII (7 2l PART 1 SAN ITARY SE WER REHABILITATION . ,.,. ••• . ~;~. REGISTRATION NO.: 312 400) FOSSIL CREEK BLVD D.O.E. #5333 PAR CEL: ROE 13 AVO: 2 455 3 APRIL 20 10 ROE -13 .dgn FORT WORTH. TEXAS 76137-2797 TEL (617) 847-1422 FAX (8 17) 23 2-9784 Sanitary Sewer Rehabilitation Contract LXXII (72) Part 1 Parcel # 14 / ROE 14 Doe# 5333 I P258-709170041183 Lot 1, Block 13R / 14R, Prospect Heights Addition 3001 Forest Park Blvd. CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY ST A TE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the unders igned , hereinafter r eferred to as "Grantor", does by these present s gr ant and convey to th e City of Fort Worth, TX, herein after referred to as "Grant ee" a temporary right of entry onto property describ ed as Block 13R, Lot 1, Prospect He ights Addition as shown on the deed recorded in Tarrant County D eed Record s and pl at recorded in Cabinet A, Slide 8039, Volume 388, Page 126, Tarrant County Plat R eco rd s a/k/a , Fort Worth , Tarrant County, Texas , hereinafter referred to as the "Property", for the purpose of disconnecting home/business from old sewer line, and reconnecting to new sewer line. Upon execution of this agreement , Grantor will grant Grantee and its contractor's access to the Property for the purpo se s ta ted h erein , until such tim e as the project is completed and ap proved by the Grantee , at which tim e th e above described temporary ri ght of entry b eco mes void. This Right of Entry shall include the right of Grantee and its employees , age nt s, representatives , or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise b elonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately pnor to accessing the Property under thi s Right of Entry. EXECUTED this the day of , 20 ---------- GRANTOR: (Pleas e Print) (Autho1i zed Title) T EMPOR A RY RIGHT OF ENTRY Rev. 6 2007 (Signature) =.::: ::::i ___ _J ---1 ----, I ---, ___ ___J I ---~ I ------j ___ j I I ---1 . ----,c I> ---,..J ___ ___J co I ---~~ ___ __1 <( c.. It; 1 W I a: I~ I I I I I I EXHIBIT 11 A11 RIGHT -OF -ENTRY AGREEMENT BLOCK 14R LOT 1 p AND BLOCK 13R LOT 1 PROSPECT HEIGHTS ADDITION an addit i on to th e CIT Y OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN CABINET A, PAGE 8039 AND VOLUME 388, PAGE 126 PLA T RECORDS OF TARRANT COUNTY, TEXAS CONTR ACT LXXII (72l PART 1 SAN ITARY SE WER REHABILITAT ION D.O.E. "*5333 P AR CEL: ROE 14 AVO: 24553 APRIL 2010 ROE-14.dgn N 0 100 200 SCALE: 1"=200' . . " 1~1 HALFF REGISTRATION NO.: 312 4000 FOSSIL CREEK BLVD FORT WORTH, TEXAS 76137-2797 TEL (817) 847-1422 FAX (817} 232-9784 - SECTION 9 -REPORTS 9.1 -GEO-TECH (NOT AVAILABLE) 9.3 -TRAFFIC CONTROL z <( _J Q_ E NO ROAD WORK -hi-,,.. X. i i ~ 0 t 0 0 0 0 0 0 0 0 0 0 --0000 0 0 0 0 '.<'. <{ END ROAD W O RK ~ l.a.J ___ 3 -4_;)i_~ I( 00000! Cl'.'. :: w ARROW BOARD IF SPEED LIMIT ~ ~ IS 40 MPH OR GREATER 0) N X ..l2.. 8 This pla n is subm i tted f a r T CP. I ce rt i f y this p la n will be used f or t h e fo l lowi n g l ocotion(s}: N ' ,q- ' co w I- <( 0 and th at oil c h annelizin g d ev i ces wi ll conform to "General No te s" as sho wn on the back . S ignatur e : Dote : CIT Y OF FORT WORTH TRANSP OR TATI ON ANO PUBL IC WORKS N o t e : T YPICAL TWO WAY STREET ONE L Af\lE CLOSURE See r everse side for Gene ral N otes ond Device Spocin PL.6JJ "241R" N l{) N z <{ _J Q_ 0 0 N ' ... ' ill u.J I- <{ 0 END • X 0 O 02 _]:_ __ _ ROAD WORK \ ,,.. 2 Signs ·0 0~ (Bock-to-Bock) < " " " I I _J I i OQ ~! I ~"" I "_" _ __,__--+--I ~ ~ : ir ~-----!--------.5~f ~ I u. z "-0 ::J IN <> <> ..9.. " " 0 " 0 0 0 0 "1 \l C C C a.A. C _J ~ C ~ -·-·--·--. ---··--~ -· ~ ·-· 0 C 0 0 C 0 j 0 0 <>000 0 0 _J ~ D 0 • D " 0 D 0 0 I~ 0 D j I X - X D ir ir END I ROAD WORK ~ rxxl ~ I< 000001 ARROW BOARD IF SPEED LIMIT I S 40 MPH OR GREATER Thi s pion is submitted f o r TCP. I certify this pion wiil be used for the foll o wing locotion(s ): and that all channe li zing devices will conform to "General No te s " as shown on the bock . Signature : CITY OF FORT WORT TRANSPORT AT IOf\J AND PUBLIC WORKS Dot·e : CONTINUO US LEFT TURN LAN E -DETOUR Note : See reverse s id e for Genera l Notes Dnd Device S ocin p LAN '' 2 5 2 11 ; ___________ J ----··------- "GENERAL NOTES" ·1. All channelizing devices shall be in accordance with the current edition of t he Texas Manua l on Un iform Traff ic Control Devices. 2. All Traffic Con tr o l Devices shal l have working visible warning lights as required in accordance with the cu rrent editio n of T MUTCD. 3. For Tempora_ry Situations , when it is not feasible t o remove and restore pavement markings, channelizatio n must be made dom in ant by usin~J a very close device spacing. T h is is especially important in locations of confl ictin g information, such as w here traffic is directed over a double yellow cen t er lin e. In such locations, channe li zing device spacing of ·JO feet is required 4. For Long Term Stationa[Y_work, all conf li ctin g paveme nt markings must be removed and centerline s tri ping provided where two way t raffic is in adjacent la nes. 5 . Contract o r s h all provide sidewalk clos ure, crosswa lk clos ure and/or walkway bypass wherever pedestrian movements are affected by construction activitie s. All sidewalk$ and crosswalks shall b e accessible w he n cont rac t or is not wo rkin g unless otherwise approved by the City Traffi c Engineer. 6. The u se of trai le r mounted ARFW\JV DISPU\ YS m ay be requi r ed on al l la ne c lo sures. Th e contractor sha ll provi de one (1) sta nd -by unit in good work ing conditio n a t th e job site , ready for us e, if hi s ope ration req uires 24-hour a day closure set-ups a nd if requ ire d . 7. City Traffic Engineer and/o r In spec tors rnay req uire additio n al t raffic control devices. Posted Speed Form ula * MPH 30 35 L=W S~ 60 --·-40 45 50 L=WS *L= T a per length in fee t TYPI CA L TRAN S ITI ON l.EJ\IGT H S AND SUGGESTED MAXIMUM SPAC l['J G OF DEVI CES ·--~---Minimum Des ir able Taper Sugges ted Max imum Device Len<.::JilisJ.!:) Feet -~129cing 1 o· 11' 12' On a Taper On a Tangent Lane Lane Lane (Feet) (Fe et ) Offset Offse t Offset 150 ·155 180 30 60-75 205 225 24 5 -f 35 70-90 -----· -.> _____ -·--·---·-265 295 320 40 so-·100 450 495 540 4 5 90-110 500 550 600 50 100-125 W= Width of offse t in fee t S= Po sted speed Note: Buffe r Zone will be 25 f ee t (maximum). DD CfEl o=° Channelizing d P.vices Tr ai l er mounted arro w display Fla gger ·-Sugges ted Sign Spacinq (F ee t) "X" Dim ensio n 12 0 -~ 160 ~· 240 I 320 400 I :. 9:~.ffl Bar ricade l ______________________ _J I i"' I - - - - - SECTION IO-ADDENDA 10 .1 -ADDENDUM