Loading...
HomeMy WebLinkAboutContract 41666Fort Worth O &. Storm Water Management CITY SECRETARY L\-\\.o\ \p CONTRACTNO. ·~ - SPECIFICATIONS AND CONTRACT DOCUMENTS MISCELLANEOUS STORM DRAIN IMPROVEMENTS CONTRACT 2011 PROJECT NUMBERS: CITY PROJECT NO. -01635 TPW -PE69 539120 0209203 PREPARED: OCTOBER 2010 MIKE MONCRIEF MAYOR Off ,Cl.I\ RECO RD CITY SECRE RY FT. WOH.'fH, TX DALE FISSELER, P .E. CITY MANAGER 1. M&C Review Page 1 of 2 Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FORT WORTH -...,..--- COUNCIL ACTION: Approved on 3/22/2011 -Ord. No. 19612-03-2011 DATE: CODE: 3/22/2011 REFERENCE NO.: C-24803 C TYPE: NON- CONSENT LOG NAME: PUBLIC HEARING: 20SWM-M ISCSTORM- 2011 NO SUBJECT: Authorize Execution of a Contract with the Lowest Responsive and Responsible Bidder, Tri-Tech Construction, Inc., in an Amount Up to $2,000,000.00 for the Miscellaneous Storm Drain Improvements Contract-2011 and Adopt Appropriation Ordinance (ALL COUNCIL DISTRICTS} RECOMMENDATION: It is recommended that the City Council : 1. Authorize the City Manager to execute a Contract with the lowest responsive and responsible bidder, Tri-Tech Construction, Inc., in an amount up to $2 ,000,000 .00 for Miscellaneous Storm Drain Improvements Contract-2011; 2. Authorize the transfer of $1,500,000.00 from the Storm Water Utility Operating Fund to Storm Water Capital Projects Fund; and 3. Adopt the attached supplemental appropriation ordinance increasing estimated receipts and appropriations in the Storm Water Capital Projects Fund in the amount of $1,500,000 .00 from available funds . DISCUSSION: The Storm Water Management program was established to reduce flooding in Fort Worth, preserve streams, minimize water pollution and to operate the storm water system in a more effective manner to fully comply with state and federal regulatory requirements . This will be accomplished by infrastructure reconstruction and system maintenance , master planning, enhanced development review and increased public education and outreach. The $1,500,000.00 authorized for transfer, per this M&C will be combined with existing funding to fully fund the contract plus the funds necessary for right-of-way and easement acquisition, inspection and survey services. The work to be performed under this Contract consists of minor extensions, replacements and/or improvements to existing storm water systems and other pertinent construction required to provide a more effective drainage system to neighborhoods within the City limits of Fort Worth. There is not a pre-defined single project scope for this Contract, but rather work orders will be issued on the Contract as needs arise. The price of each work order will be based on the unit prices bid with the cumulative amount of all work orders issued under this Contract capped at $2 ,000 ,000 .00. This contracting tool will enhance the City's responsiveness to minor drainage infrastructure needs that arise periodically by precluding the need to conduct an independent solicitation and award process for each small project. The bid amounts cited below were based on hypothetical quantities for the purpose of establishing unit prices for each work item. The bid specifications stipulate that regardless of the dollar amount bid, the Contract would be awarded in an amount up to $2,000 ,000.00. Final payments will be made based on actual measured quantities . Funding will be verified individually for each work order prior to its release. The bid documents do not include provisions for the City to exercise renewal options. http://apps.cfwnet.org/council_packet/mc_review.asp?ID=l4820&councildate=3/22/2 011 3/24/2011 M&C Rev iew Page 2 of2 This Contract was advertised for bid in the Port Wo rth Star-Telegram on November 18, 2010, and November 25, 2010. On December 16, 2010, the following bids were received: Bidders Conatser Contstruction TX, LP* Tri-Tech Construction, Inc. City Staff Probable Cost Bid Amount $2,387,300.00 $3,115,550.00 $3,392,880.00 Time of Contract 365 Calendar Days * Conatser Construction TX, LP, has been determined to be non-responsive to the specifications and contract documents due to the fact that they failed to complete the proposal in its entirety. Therefore, staff recommends the Contract be awarded to the lowest responsive and responsible bidder, Tri-Tech Construction, Inc. M/WBE -Tri-Tech Construction, Inc., is in compliance with the City's M/WBE Ordinance by committing to 17 percent M/WBE participation. The City's goal on this Contract is 16 percent. In addition to the cost of construction, $300,000.000.00 is required for right-of-way and easement acquisition , inspection and survey services. This Contract is located in ALL COUNCIL DISTRICTS. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations and adoption of t he attached supplemental appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Storm Water Capital Projects Fund and the Storm Water Capital Projects Bond 2009 Fund. TO Fund/Account/Centers 2.} P228 541200 201280163583 12.)_ P228 476069 201280163583 $1 .500.000.00 $1 .500.000.00 Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS 20$WMM1SC$TO RM20llAO .d oc FROM Fund/Account/Centers 1) PE69 538040 0209203 $1 .500.000 .00 fil P228 541200 201280163583 $1,500 .000.00 fil P227 541200 201280163583 Fernando Costa (6122) Greg Simmons (7862) Johnny T. Jasper (7343) $500.000 .00 http://apps.cfwnet.org/council _packet/me _review .asp ?ID= 14820&councildate=3/22/2011 3/24/2011 t ; 139. CITY OF FORT WORTH DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS STORM WATER MANAGEMENT DIVISION ADDENDUM NO. 1 MISCELLANEOUS STORM DRAIN IMPROVEMENTS -2011 PROJECT NUMBERS: RELEASE DATE: November 18 , 2010 CITY PROJECT NO.· 01635 TPW -PE69 539120 0209203 BID RECEIPT DATE: 1:30 PM , December 16, 2010 INFORMATION TO BIDDERS : The Specifications and Contract Documents for the above mentioned project are revised and amended as follows : 1. Bid Item 117 Adjust Sewer Main Line delete the words "All sizes" replace with 8" 2. Bid Item 118 Adjust Water Main Line delete the words "All sizes" replace with 8" Clarification : Bid item 120 is for using existing fence material. Not to be confused with bid Items 136 & 137 for NEW fences . 2. Current standard detail for embedment is being revised and will be approved during the time of this contract. Therefore please keep in mind the following changes : a. Embedment for RCP shall include rock to the top of the pipe or box, cover with filter fabric , then native material placed and compacted for depth of sub-grade for width of trench. b. Embedment for Single or Multi-Barrel Boxes shall include rock placed along the sides of the box up to the top for the width of the trench . Then native material shall be placed and compacted to fill in the remainder trench to the sub -grade . Embedment is a NON-PAY ITEM and is subsidiary to pipe and box installation . Add the following bid Item 1 TON Cast Iron I Ductile Iron Water Main fittings 4"- 16" Diameter -Install Per Ton: (l.;vc-1/;6',t.J, ~ollars and ~4' Cents s 5P'?.DD sS.{)d).oo r i Th is Addendum No . 1 forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans . Acknowledge receipt of th is Addendum in the space provided below , in the Proposa l and acknowledge receipt on the outer enve lope of your bid. Fa ilure to acknowledge receipt of this Addendum could subject the bidder to be rejected as being non-responsive . By : NT OF TRANSPORTATION AND PUBLIC WORKS r -;:;c:::ant:n-:-t.tt::n::::::. ~==------- Fielcj Engine g Manger Department of Transportation and Public Works/ Storm Water Management TABLE OF CONTENTS 1. Notice to Bidders 2. Special Instructions to Bidders 3. Proposal 4. Vendor Compliance 5. Minority and Women Business Enterprises Specifications 6. Prevailing Wage Laws and Rates 7. Special Provisions 8. Project Sign and Details 9. Contractor Compliance with Worker's Compensation Law 10. Certificate of Insurance 11. Maintenance Bond 12. Payment Bond 13. Performance Bond 14. Contract - 1 - NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals fo r the following : FOR: MISCELLANEOUS STORM WATER IMPROVEMENTS-2011 Project Numbers : TPW -PE69 539120 0209203 CITY PROJ . NO. -01635 Bids should be addressed to Purchasing Division of the City of Fort Worth , Texas and will be received at the Purchasing Office until 1 :30 PM, Thursday, December 16, 2010 and the n public ly opened and read aloud at 2:00 PM in the Counc il Chambers . Specifications and Contract Documents for this project may be viewed free of charge at the City of Fort Worth 's online document management system (Buzzsaw). A link to this system can be found on the City of Fort Worth 's Purchasing Division website at http://www.fortworthgov.org/purchasing/. Th is link will take you to t he advertised project folders on the City's Buzzsaw site , where the specifications and contract documents may be viewed , downloaded , and printed. Bid security is required in accordance with the Special Instruction to Bidders . Bidders are hereby informed that the Director of the Department of Transportation and Public Works reserves the right to evaluate and recommend to the City Council the best bid that is considered to be in the best interest of the City. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of ninety (90) days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation ") as appropriate is received by the City. The award of contract, if made , will be within ninety (90) days after this documentation is received , but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified . Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all Addenda may be rejected as being non-responsive . Information regarding the status of Addenda and the Project Engineer's estimate may be obtained by contacting the Division of the Storm Water Management at (817) 392-7343 . Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time . Bidders must complete the proposal section(s) and submit the complete specifications book or face rejection of the bid as non-responsive . It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time -line stated below or the bidder may request a copy of said forms from the City Project Manager named in this solicitation . In accord with City of Fort Worth Ordinance No . 15530 , the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contract. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation ") as appropriate. The documentation must be rece ived no later than 5 :00 PM, five (5) City bus iness days after the bid opening date . The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City . Failure to comply shall render the bid non responsive. For additional information, contact Johnny T. Jasper at (817) 392-7343 DALE FISSELER, P.E . CITY MANAGER William Verkest, P.E. Director, Department of Transportation and Public Works Advertising Dates: November 18, 201 O November 25, 201 O MARTY HENDRIX CITY SECRET ARY esney, P.E. , Storm Water Management - 2 - SPECIAL INSTRUCTIONS TO BIDDERS SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than 5 percent of the largest possible total of the bid submitted must accompany the bid , and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten days after the contract has been awarded. To be an acceptable surety on the bid bond , the surety must be authorized to do business in the state of Texas. In addition , the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law ; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion , will determine the adequacy of the proof required herein. 2. PROPOSAL: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices , the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents . The total obtained by taking the sum of the products of 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 award 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 maybe considered for the best interest of the Owner. The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans . The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. 3. ADDENDA: Bidders are responsible for obtaining all addenda to the Contract Documents prior to the bid receipt. Information regarding the status of addenda may be obtained by contacting the Division of Storm Water Management at (817) 392-7343. Bids that do not acknowledge all applicable addenda will be rejected as non-responsive. 4. AWARD OF CONTRACT: The contract, if awarded, will be awarded to the lowest responsive bidder. The City reserves the right to reject any or all bids and waive any or all irregularities . No bid may be withdrawn until the expiration of NINETY (90) City business days from the date that the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation ") are received by the City . 5. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The successful bidder shall be required to furnish bonding as applicable in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended . A. If the total contract pr ice 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 City. If the contract amount is in excess of $25,000 , a Payment Bond shall be executed , in the amount of the contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. If the contract amount is in excess of $100 ,000 , a Performance Bond shall be executed , in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications , and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. A Two-year Maintenance Bond is required for all projects to insure the prompt , full and faithful performance of the general guarantee as set forth in Paragraph 7 of the Special Provis ions . To be an acceptable surety on the performance , payment and maintenance bonds , the surety must be authorized to do business in the state of Texas and meet all requirements of Te xas Insurance Code , section 7.19-1 . In addition , the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law ; or (2) have obtained reinsurance for any liability in excess of $100 ,000 from a reinsurer that is authorized and admitted as a re insurer 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. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City , notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City 6. LIQUIDATED DAMAGES: The Contracto r's attention is called to Part 1 -General Provisions , Item 8 , Paragraph 8.6, Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas , concerning liquidated damages for late completion of projects except as modified by these specifications. 7. EMPLOYMENT AND NON-DISCRIMINATION: The Contractor shall not discriminate against any person(s) because of sex, race, religion, color or national origin and shall comply with the provisions of sections 13A-21 through 13A-29 of the Code of the City of Fort Worth (1986), as amended , prohibiting discrimination in employment practices. 8. WAGE RATES: All bidders will be required to comply with provision 5159a of "Vernons Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates as established by the City of Fort Worth, Texas, and set forth in Contract Documents for this project. 9. FINANCIAL STATEMENT: A current certified financial statement may be required by the Director of the Department of Transportation and Public Works for use by the City in determining the successful bidder. This statement , if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency . 10. INSURANCE: Within ten days of receipt of notice of award of contract , the Contractor must provide , along with executed contract documents and appropriate bonds, proof of insurance for Workers Compensation (statutory); Comprehensive General Liability ($1 ,000 ,000 per occurrence, $2 ,000 ,000 aggregate); and Automobile Insurance ($1,000 ,000 each accident on a combined single bas is or $250 ,000 property damage/$500,000 bodily injury per person per occurrence. A commercial business policy shall provide coverage on "any auto ", defined as autos owned , hired, and non-owned). Additional lines of coverage may be requested . If such a request is made after bid opening , Contractor shall be entitled to additional compensation equal to 110% of the additional premium cost. For worker's compensation insurance requirements , see Special Instructions to Bidders -Item 16. 11. ADDITIONAL INSURANCE REQUIREMENTS: A . The City , its officers , employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. B. Certificates of insurance shall be delivered to the City of Fort Worth , contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102 , prior to commencement of work on the contracted project. C. Any failure on part of the City to request required insurance documentation shall no t constitute a waiver of the insurance requ ireme nts specified herein. D. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage . A ten days notice shall be acceptable in the event of non -payment of premium . E. Insurers must be authorized to do business in the State of Texas and have a current AM . Best rating of A: VII or equivalent measure of financial strength and solvency. F. Deductible li mits , 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 tradi ti onal 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 i nsurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. K. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. L. Contractor's liability shall not be limited to the specified amounts of insurance required herein. M. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 12. NON-RESIDENT BIDDERS: Pursuant to Texas Government Code, art. 2252 .002 , the City of Fort Worth will not award this contract to a non-resident bidder unless the non-resident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder to obtain a comparable contract in the state in which the non- resident's principal place of bus iness is located. "Non-resident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company of majority owner has its principal place of business in this state . "Texas resident bidder" means a bidder whose principal place of business is in th is state , and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state . This provision does not apply if the project is funded in whole or in part with federal funds . The appropriate blanks of the Proposal must be filled out by all non-resident bidders in order for its bid to meet specifications. The failure of a non-resident contractor to do so will automatically disqualify that bidder. 13. MINORITY/WOMEN BUSINESS ENTERPRISE: In accordance with City of Fort Worth Ordinance No. 13550 , the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. You may obtain a copy of the Ord inance from the Office of the City Secretary. The M/WBE Utilization Form , Prime Contractor Waiver Form and the Good Faith Effort Form, as appl icable , must be submitted no later than 5 :00 p. m. five (5) City business days after the bid opening date , exclusive of the bid opening date . The bidder shall submit the documentation at the reception area of the Department of Transportation and Public Works ("Managing Department"), 2nd floor, City Hall , and shall obtain a receipt. Failure to comply shall render your bid non-responsive. Upon contract execution between the City of Fort Worth and the successful bidder , now known as Contractor , a pre-construction meeting will be scheduled at which time the Contractor is required to submit either Letters of Intent or executed agreements with the M/WBE firm(s) to be utilized on this project. Such Letters of Intent or executed agreements shall include the following information : 1 . Name of Contract 2. Name of M/WBE firm ut ilized 3 . Scope of Work to be performed by the M/WBE firm 4. Monetary amount of work to be performed by the M/WBE firm 5 . Signatures of all parties A notice to proceed will not be issued until the signed letter(s) or executed agreement(s) have been received. Throughout the duration of this project , the Contractor comply with the M/WBE Ordinance by complying with the following procedures : A M/WBE Participation Report Form must be submitted monthly until the contract is completed. The first report will be due 30 days after commencement of work . The monthly report MUST have an original signature to ensure accountability for audit purposes . Reports are to be submitted monthly to the M/WBE Office, regardless of whether or not the M/WBE firm has been utilized. If there was no activity by an M/WBE in a particular month , place a "O" or "no participation" in the spaces provided , and provide a brief explanation. The Contractor shall provide the M/WBE Office proof of payment to the M/WBE subcontractors and suppliers only. The M/WBE Office will accept the following as proof of payment: 1. Copies of submitted invoices with front and back copies of canceled check(s), OR 2. A notarized letter explaining, in detail: a Subcontractor/supplier Scope of Work b. Date when services were received from subcontractor/supplier c. Amounts paid to the subcontractor/supplier d. Original signatures from both parties must be included on this letter. If the Contractor foresees a problem with submitting participation reports and/or proof of payment on a monthly basis, the M/WBE Office should be notified. If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere to the following: 1. Immediately submit a Request for Approval of Change Form to the M/WBE Office explaining the request for the change or deletion . 2. If the change affects the committed M/WBE participation goal, state clearly how and why in documentation. a. All requests for changes must be reviewed and pre-approved by the M/WBE Office . b. If the Contractor makes change(s) prior to approval, the change will not be considered when performing a post compliance review on this project. Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Fort Worth, The Contractor will provide the M/WBE Office with a Final Participation Report Form to reflect the total participation from ALL subcontractors/suppliers utilized on the project. All forms are available at the M/WBE Office, 1150 South Freeway, Fort Worth, TX. For additional information regarding compliance to the M/WBE Ordinance, call (817) 212-2674. Upon request, Contractor agrees to provide to Owner Complete and accurate information regarding actual work performed by a Minority/Women Business Enterprise (M/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 M/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 a negligent misrepresentation) and/or commission of fraud will result on the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three years . 14. AMBIGUITY: In case of ambiguity or lack of clearness in stating process in the proposal, the City reserves the right to adopt the most advantageous construction thereof or to reject the proposal. 15. PAYMENT, FINAL PAYMENT PROJECT ACCEPTANCE AND WARRANTY: Because of the unique nature of this contract, section 9. 7 of the Standard Specifications for Street and Storm Drain Construction shall not apply and shall be superseded by the following: Whenever the improvements prescribed by an individual Work Order have been completed , the Contractor shall notify the Project Engineer or representative. The Project Engineer or other appropriate official of the Owner will, within a reasonable time, perform the inspections. If such inspection reveals that the improvements are in an acceptable condition and have been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Project Engineer will recommend acceptance of the work under that particular Work Order and recommend payment therefore . If the Project Engineer finds that the work has not been completed as required, the Contractor shall be advised in writing and will be furnished with an itemized list of all known items that have not been completed or which are not in an acceptable condition. When the Contractor has corrected all such items, he shall again notify the Project Manager that the improvements are ready for inspection, and the Project Engineer shall proceed as outlined above. Whenever the improvements prescribed by the individual Work Order have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor as to that Work Order , an estimate showing the value of the work will be prepared by the Project Engineer as soon as the necessary measurements , computations, and checks can be made . The amount of the estimate w ill be paid to t he Contractor after acceptance by the Transportation and Public Works Director, provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows: Prior to submiss ion of the estimate for payment , the Contractor shall execute an affidavit, as furnished by the City , certifying that all persons , firms , associations , corporations, or other organizations furnishing labor and/or materials under that Work Order have been paid in full , that the wage scale established by the City Council in the City of Fort Worth has been paid , and that the re are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the individual payment as aforesaid shall operate as and shall release the Owner from all claims or liabil ities under the Contract for anything done or furnished or relating to the work under that Work Order or any act or neglect of said City relating to or co nnected with the Contract. The making of the payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents that specifically continue thereafter . For purposes of this section, the Work Order shall be deemed complete and accepted by the City as of the date the punch list for the particular Work Order has been completed , as evidenced by a written statement signed by the contractor and the City. The warranty period shall begin as of the date that the final punch list for the particular Work Order has been completed. 16. AIR POLLUTION WATCH DAYS : The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS ". Typically , the OZONE SEASON , within the Metroplex area , runs from May 1, through OCTOBER 31 , with 6:00 a.m. -10 :00 a.m . being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION .. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Serv ice, will issue the Air Pollution Watch by 3:00 p.m . on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However , the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour , or if equipment is new and certified by EPA as "Low Emitting ", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions , or alternative fuels such as CNG . If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7 :00 a.m. -6:00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. 17. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance with Workers Compensation shall be as follows: A. Definitions: Certificate of coverage ("certificate ") - A copy of a certificate of insurance , a certificate of authority to self- insure issued by the comm ission, or a coverage agreement (TWCC-81 , TWCC-82 , TWCC-83 , or TWCC- 84), showing statutory workers' compensation insurance cove rage for the person's or entity employees providing services on a project , for the duration of the project. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in. 406.096) -includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person has employees . This includes , without limitation, independent contractors , subcontractors, leasi ng 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 service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and del ivery of portable toilets. B. The contractor shall prov ide coverage , based on proper reporti ng 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) for all employees of the contractor providing services on the project, for the duration of the project. C . The Contractor must provide a certificate of coverage to the government-al entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has bee n extended. E. The contractor shall obtain from each person providing services on a project, and provide to the City: (1) a certificate of coverage, prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on the project ; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage , if the coverage period shown on the current certificate of coverage ends duri ng the duration of the project. 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 days after the contractor knew or should have known , of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are requ ired to be covered , and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage , based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code , Section 401 .011 (44) for all of its employees providing services on the project , for the duration of the project ; (2) provide to the contracto r, prior to that person beginning work on the project , a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project ; (3) provide the contractor , prior to the end of the coverage period , a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person or entity with whom it contracts , and provide to the contractor : (a) a certificate of coverage , prior to the other person or entity 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 per iod shown on the current certificate of cove rage 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 days after the person knew or should have known , of any change that materially affects the provision of coverage of any person provid ing services on the project ; and (7) contractually require each person with whom it contracts , to pe rform as required by paragraphs (1) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be prov ided 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 workers' compensation coverage for the du ration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or , in the case of a se lf- insured , with the commission's Division of Self-Insurance Regulation. Providing false of misleading information may subject the contractor to administrative penalties , crim inal penalties , civ il penalties or other civil actions . K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. "The contractor shall post a notice on each project site informing all persons prov iding 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 Workers' Compensation Act or other Texas Workers' Compensation commission rules . This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type , and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text , without any additional words or changes: REQUIRED WORKERS' 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 Workers' Compensation Comm ission at (512) 440-3789 to receive information on the legal requirement for coverage , to verify whether your employer has provided the required coverage , or to report an employer's failure to provide coverage." 18. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any officers, members , agents or employees who engage in the performance of this contract shall, in connection with such employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment , discriminate against any person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents or employees acting on their behalf, shall specify in solicitations or advertisements for employees to work on those contract a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification , retirement plan or statutory requirement. Contractor warrants that it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor 's alleged failure to comply with the Policy in the performance of this contract. 19. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA "), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms or conditions of employment for applicants for employment with, or current employees of, Contractor. Contractor warrants that it will fully comply with the ADA's provisions and any other applicable federal, state , or local laws concerning disability and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the ADA in the performance of this contract. . 3. PROPOSAL PART B -PROPOSAL This proposal must oot be removed from this book of Contract Documents . TO : Dale Fisseler , P.E. City Manager Fort Worth , Texas PROPOSAL FOR: The furnishing of all materials, except materials specified to be furnished by the City , equipment and labor for the installation of storm drain lines or structures along with any and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: MISCELLANEOUS STORM DRAIN IMPROVEMENTS • 2011 Project Numbers : TPW -PE69 539120 0209203 CITY PROJ . NO . -01635 Pursuant to the foregoing 'Notice to Bidders', the undersigned Bidder , having thoroughly examined the Contract Documents , including plans , special contract documents , and the Standard Contract Documents and Standard Spec ifications for Street and Storm Drain Construction for Transportation and Public Works Department Projects , the site of the project and understanding the amount of work to be done , and the prevailing conditions , hereby proposes to do all the work , furnish all labor , equipment and material except as specified to be furnished by the City , which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Project Engineer of the TPW/Storm Water Management Division of the City of Fort Worth , Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds , if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: FORT WORTH . . ...... City of Fort Worth Disadvantaged Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more, the DBE goal is applicable. If the total dollar value of the contract is less than $25,000, the DBE oal is not a licable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Disadvantage Business Enterprises (DBE) in the procurement of all goods and services to the City on a contractual basis. The objective of the Policy is to increase the use of DBE firms to a level comparable to the availability of DBEs that provide goods and services directly or indirectly to the City. All requirements and regulations stated in the City's current Disadvantage Business Enterprise Program apply to th is bid . DBE PROJECT GOALS The City's DBE goal on this project is _16 %_ of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25 ,000 or more , bidders are required to comply with the intent of the City's DBE program by either of the following : 1. Meet or exceed the above stated DBE goal, or; 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department , within the following times allocated , in order for the entire bid to be considered responsive to the specifications. ifhe Offerer shall deliver the DBE documentation in erson to the appropriate employee of the managing department and obtain a date/time receipt. Such rece iRt shall b.e ~vidence1hat the City received the documentation in the time allocated. AJaxed co~~ will not be accimted. 1. Subcontractor Utilization Form , if received by 5:00 p.m., five (5) City business days after the bid qoal is met or exceeded : openinq date , exclusive of the bid openinq date. 2. Good Faith Effort and Subcontractor received by 5:00 p .m ., five (5 ) City business days after the bid Utilization Form , if participation is opening date , exclusive of the bid opening date. less than stated goal : 3. Good Faith Effort Form , if no received by 5:00 p.m., five (5) City business days after the bid participation : openinq date , exclusive of the bid opening date. 4. Prime Contractor Waiver Form: received by 5:00 p.m ., five (5) City business days after the bid opening date , exclus ive of the bid openinq date . 5. Joint Venture Form , if goal is met or rece ived by 5:00 p.m ., five (5) City business days after the bid exceeded: openinq date , exclusive of the bid openinq date . FAILURE TO COMPLY WITH THE CITY'S DBE PROGRAM, 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 /11/05 -• PAY CPMS ITEM RECORD NUMBER APPROX. QUANTITY DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS UNIT PRICE (Furnish and install , including all appurtenant work, complete in place , the following items) 1. BID-00424 500 2 . BID-00474 100 3. BID -00529 500 4. BID -00533 200 ... 5. BID-00457 500 6. BID-00102 100 7 . BID-00116 10 8. BID-00070 500 L.F . Curb & Gutter -Remove Per Linear Foot: S.Y. ___ _,,_/"--~""'"". -=----Dollars and ___ _,_,,,,.~A~•----Cents Pavement-Valley Gutter -Remove Per Square Yard : __ -R'----'~'-'-/.-~~-fue.='I=~=---Dollars and --,7'11-·''-"4 .... o,e___ ___ Cents S.F. Walk -Remove Per Square Foot: S .F. --T$o Dollars and t·•• Cents Walk-ADA W ~elchair Ramp -Remove Per Square Foot: ___ '71J-4--'--=o'--------Dollars and __ ___;~-L..!lr1.Ji<.o ___ Cents S.Y. Pavement-Concrete -Remove (Saw-cut Subsidiary) Per Square Yard: EA EA C.Y. ---4-~J_,~"-~'--.,)='------Dollars and ----fi.._; .... "'"'"""'-----Cents Inlet -All sizes -Remove Per Each : ~ tL~h6 L.---1)ollars and 1.,.• p Cents Manhole -Al l Sizes -Remove - Per Each: 5;/~Dollars and Cents Headwall , Wingwalls , Toewalls , and Aprons , - Remove Pe r Cubic Yard : B -2 $ //," I) $ ':J-o.PP TOTAL AMOUNT $ /';y~"-'o $ / dPI). 00 PAY CPMS APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM RECORD QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT - NUMBER (Furnish and install, including all appurtenant work, complete in place , the following items) 9. BID-00054 100 L.F. Box Culvert -Remove , Per Linear Foot: ~~ Dollars $ #!~. ao d:/)(NJ.~ and -~~) Cents • 10 . BID-00080 1000 L.F. Pipe -All Sizes -Remove , Per Linear Foot: ~ofvfL.-/ Dollars $ I 1,. t,O $ /tet:c.t() and j¥1c~ Cents 11. 100 L.F . Pipe-15 Inch-Class Ill (Non-Standard) -Replace , Per Linear Foot: anf',~~~ Dollars $ b'5. DO $ t. 5 ()l)/)0 Cents • 12. BID-00908 100 L.F . Pipe-18 Inch-Class Ill (Non-Standard) -Replace Per Linear Foot: Jvut:tJVu Dollars $ f/5.PO $'(,5Moo Cents arid ~ .(, 13 . BID-00908 100 L.F. Pipe-18 Inch-HOPE -Install Per Linear Foot: w~&J Dollars $1S.oo $~5"10r£. Cents anti ~ 14. BID-00081 500 L.F . Pipe-21 Inch-CL Ill -Install Per Linear Foot: i·~ Dollars $ g~-()0 $~~ Cents and 'l ,.cJco 15. BID-00082 1000 L.F . Pipe-24 Inch-CL Ill -Install Per Linear Foot: IY Ut~ ~; !lV Dollars $ 95.o C, f/5,ooo °;!?. Cents and .. f, 16 . 750 L.F . Pipe-24 Inch HOPE -Install Per Linear Foot: ff~ Dollars fo.()0 $~'(,7t?d) and Cents $ B-3 PAY CPMS APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM RECORD QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT NUMBER (Furnish and install , including all appurtenant work, complete in place , the following items) 17. BID-01092 300 L.F. Pipe -27 Inch-Class Ill -Install Pe r Linear Foot: ~~vuJ Dollars $ 91-"" $ fft,D,.()() Cents and ~Jc• 18 . BID-00083 300 L.F . Pipe -30 Inch-~ -Install Pe r Linear Foot: tJ,µ'4;/lt. .. ,L, Dollars $ /t'tJ. ~&) O') DtJO. «J Cents and JcD 19 . BID-00908 100 L.F. Pipe-30 Inch-HOPE -Install Pe r Linea r Foo t: and ~51·,~ Dollars $ 9~-,;() $ ~5oP,00 Cents 20 . BID-00084 300 L.F . Pipe-33 Inch-CL Ill -Install Pe r Linear Foo t: ~r/~Dollars $ /~5. '" $ !r4 ~#~·"'" · ,Cents 21 . BID-00085 1000 L.F . Pipe -36 In Pe r Linea r Foot: ~<J1.uJ.Jud;4 Dollars ,r $ //Jl,~0 $/)O.~oo and f-1 & , Ce nts , 22. 750 L.F . Pipe-36 Inch HOPE -Install Pe r Linea r Foo t: ~,~f;;;J Dollars $ u~. ~I) $ if;. 5a, .oo Cents nd 1""J,.o , 23. BID-01101 100 L.F. Pipe-39 Inch-Class Ill -Install Pe r Linear Foo t: ~ollars and Cents $ ;:Z5. f)/) $I"). Soo.o o • 24 . BID 0 0Q086 500 L.F . Pipe-42 Inch-CL Ill -Install Per Linear Foot: {.#fi_Jld1t~ut.~~lla rs and jv,1c.1> Cents $ 1!J6.e,o $ t'ftSo~.o~ 25 . BID-00908 100 L.F . Pipe-42 Inch-HOPE -Install Per Linear Foot: ~~uf!iM)~:~~. $ Jt5.co $L~~.oo ' B-4 .. PAY CPMS ITEM RECORD NUMBER APPROX. QUANTITY DESCRIPTION OF ITEMS WITH BID PRICES WRITIEN IN WORDS UNIT PRICE TOTAL AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) 26. BID-01106 100 27. BID-00087 1000 28. 750 29. BID-00919 250 I 30 . 100 31. 100 32. BID-00870 100 33 . BID-00871 100 34. BID-00872 100 L.F . Pipe-45 Inch-Class Ill -Install Per Linear Foot: ~"*Dollars nd~ Cents L.F. Pipe-48 Inch-CL Ill -Install Per Linear Foot: ~d.JDollars and~ ~ Cents L.F. Pipe-4~-:;E ~Install Per Linear Foot: ~~~ollars an -~---Cents L.F. Pipe-54 Inch-Class Ill -Install Per Linear Foot: ~~~ollars and____ =-~ Cents L.F. Pipe-60 Inch-Class Ill -Install Per Linear Foot: ~ I cAJul.,LJ~J-1 Dollars and f ,o,, Cents L.F . Pipe-60 Inch HOPE -Install Per Linear Foot: and P __ Cents {k~~,.,bo11ars L.F. Box c=fu 2 Ft -Install Per Linear Foot: ~d~~~~~s L.F . Box Culvert-3 Ft x 3 Ft -Install Per Linear Foot: ~±ollars ad_~~Cents L.F. Box Culvert-4 Ft x 2 Ft -Install Per Linear Foot: /)µ,~#?Dollars and-~__ Cents B-5 $ lt/o,IJ() $ /Sp.,P $/fe~.t>O $/~.()() $ 15. /)()f.,I){) I PAY CPMS ITEM RECORD NUMBER APPROX . QUANTITY DESCRIPTION OF ITEMS WITH BID PRICES WRITIEN IN WORDS UNIT PRICE (Furnish and install , including all appurtenant work , complete in place , the following items) 35 . BID-00873 100 36. BID-00874 100 37 . BID-00875 100 38 . BID-00876 100 39 . BID -00877 100 40. BID-00878 100 41 . BID-00879 100 42 . 810-00880 100 43 . 100 L.F . L.F . L.F . L.F . L.F . L.F. L.F . Box Culvert-4 Ft x 3 Ft -Install Per Linear Foot: a,,c~~~1A;vlr Dollars and ; Cents Bo x Culvert-4 Ft x 4 Ft -Install Per Linear Foot: ~~V•dy.Dollars and • Cents Box Culvert -5 Ft x 2 Ft -Install Per Linear Foot: ~-~!!#Dollars ad ~ Cents Bo x Culvert-5 Ft x 3 Ft -Install Per Linear Foot: o'fn~~Q<AJ~~~~s Bo x Culvert-5 Ft x 4 Ft -Install Pe r Linea r Foot: ~~ ~nd~ Dollars Cents Bo x Culvert-5 Ft x 5 Ft -Install Per Linear Foot: -pe~..,J;ollars an Cents Bo x Culvert-6 Ft x 3 Ft -Install Pe r Linear Foo t: '$J,"§1f#±g/fe11ars and ~~~ Cents L.F. Bo x Culvert-6 Ft x 4 Ft -Install Per Linear Foot: ? <tu.t:!fo-Jt//6~~~s L.F . Extra Trench Depth for 45 -Inch Pipe or Less (pe r trench 8 FT . -1 O FT.) pe r Linear Foot 4•{~ .I Dollars andl!u Cents B-6 $ /!,,t;o . {) c TOTAL AMOUNT PAY CPMS ITEM RECORD NUMBER APPROX. QUANTITY DESCRIPTION OF ITEMS WITH BID PRICES WRITIEN IN WORDS UNIT PRICE (Furnish and install , including all appurtenant work, complete in place, the following items) 44 . 100 45. 100 46. 100 47. 100 48 . 100 49. BID-00065 1500 50 . 500 51. 500 52 . 500 L.F. Extra Trench Depth for 48 -Inch Pipe or Greater (per trench 8 FT . -1 O FT.) per Linear Foot L.F . :::742.u..::$ Dollars and r•• Cents Extra Trench Depth for 45 -Inch Pipe or Less (per trench 10 FT. -12 FT.) per Linear Foot -~-~M..--k_,._~--'"""'o"-----Dollars and~+"• Cents L.F. Extra Trench Depth for 48 -Inch Pipe or Greater (per trench 1 0 FT. -12 FT.) per Linear Foot L.F . L.F . C.Y. :JiJ'~lr ~ Dollars and Gen~ Extra Trench Depth for 45 -Inch Pipe or Less (per trench 12 FT . -15 FT.) per Linear Foot ~.Qtffe;: Dollars and &11 Cents Extra Trench Depth for 48 -Inch Pipe or Greater (per trench 12 FT. -15 FT.) per Linear Foot ~-~ /If Dollars and f'-' Cents Channel-Uncla=~ Excavation -Remove Per Cubic Yard : ---~--1/c...a~r~~!!IW!,,,,-.,.,_CL:b ___ Dollars and --~-r-,t-,....e=_.t._•-~~----Cents S.Y . RipRap-12 Inch Rock -Install Per Square Yard: S.Y. an~•-2 RipRap-18 Inch Rock -Install Per Square Yard : Dollars Cents --~'-+-' /}_~~4~------Dollars and Tf u Cents S.Y. RipRap-24 Inch Rock -Install Per;;~",;~ Dollars and 2 -----i:t.= Cents B-7 $ io.()o $1,t.()O $ ~.~D $ All)/) $k- $ '/5.00 TOTAL AMOUNT $ i tl()P. Of) , PAY CPMS ITEM RECORD NUMBER APPROX. QUANTITY DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS UNIT PRICE TOTAL AMOUNT (Furnish and install , including all appurtenant work , complete in place , the following items) 53 . 300 54 . BID-00544 200 55. BID-00101 5 ,000 56 . BID-00106 50 57. BID -00107 30 58 . BID-00108 50 59 . BID-00111 10 60 . BID-00112 10 S.Y. C.Y. RipRap-30 Inch Rock -Install Per Square Yard: and Cents $1~w Dollars Low Stre::=:ncrete -Flowable Fill -Install Per Cubic Yard: 4',. •. '4'#f:L/oollars and Cents C.Y. Unclassified Trench Excavation & Backfill - Install Per Cubic Yard : ---~-+-=~="-----Dolla rs and -----;,.,,.?'l-"i"'f'..._«..,.,,c....__ __ Cents EA lnlet-lnline-10 Ft -Install Pe r Each: ~~ollars and '17'"' · Cents EA lnlet -lnline-15 Ft -Install Per Each : ~---~liars and --,.;At> Cents EA lnlet -lnline-20 Ft -Install Per Each : ~liars an Cents EA lnlet-Recessed-10 Ft -Install Per Each : ~j:;±MJ011ars and . Cents EA lnlet-Recessed-15 Ft -Install Per Each : Jjlp~~llars and ~~ Cents B -8 $/~9/)f).()~ $ jl)tJ. 1)0 $ ~~().tJt) . $ i,()().{)t') $ ~()l)().00 PAY CPMS ITEM RECORD NUMBER APPROX. QUANTITY DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS UNIT PRICE (Furnish and install, including all appurtenant work , complete in place, the following items) 61. BID-00113 10 62 . BID-00104 20 63. BID-00118 50 64 . 20 65. 20 66 . 20 67. 5 68 . 10 69. BID-00372 5 ,000 EA EA EA VF EA VF EA VF lnlet-Recessed-20 Ft -Install Per Each: f/pk~o~ huMollars and t•a Cents lnlet-Drop-4 ~nstall Per Each : ~1#-~MS and~ Cents Manhole-4 Ft -Install Per Each : and Cents J#1~Dollars Addrtion= =Ov~ Std . 4 Ft. Dia. Manhole -Install Per Vertical Foot: fe~I_ ~Dollars and . r; Cents Manhole-5 Ft -Install Per Each : ~~~~~s Additional Depth Over 6 Ft. Of Std. 5 Ft. Dia . Manhole -Install Per Vertical Foot: 'J4~ollars ancJCents Manhole-6 Ft -Install ~·v~~~~s Additional Depth Over 6 Ft. Of Std. 4 Ft. Dia. Manhole -Install Per Vertical Foot: 'Jlt~~ollars an Cents L.F . Trench Safety System 5 Foot Depth -Install Per Linear Foot: ___ ___.x<------'-~-#--)<-----=~=~--Dollars and ------?,,!ii~~-------Cents B -9 J~.oo TOTAL AMOUNT PAY CPMS ITEM RECORD NUMBER APPROX . QUANTITY DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS UNIT PRICE TOTAL AMOUNT (Furnish and install , including all appurtenant work, complete in place , the following items) 70 . BID-00069 150 71 . BID-00401 5 ,000 72 . BID-00425 250 73 . BID-00426 100 74. BID-00842 1000 75. BID-00843 1000 76. BID-00458 100 77 . BIP-00459 1000 C.Y. S.F . L.F . L.F . L.F . Headwall -Install , Wingwalls , Toewall , and Aprons Per Cubic Yard : $11.v~ollars and ~Cents Driveway -Install Per Square Foot: ---~~~-II----..,,,_).---~-Dollars and ~Jt• Cents Curb & Gutter-6 Inch w/18 Inch Gutter -Install Replacement , Per Linear Foot: -Ji)#V&/ Dollars and Cents Curb & Gutter-? Inch w/18 Inch Gutter -Install Replacement , Per Linear Foot: ~~ t'vv Dollars and~~ Cents Curb-6 Inch -Install Per Linear Foot: ___ _,{)~~---,.__).-----Dollars and ---~ff._'""'AE-=---·--Cents L.F. Curb-? Inch -Install Per Linear Foot: S.F. S .Y. ____ ....,{),~~""+"12 .... L~--Dollars and ----'1"""'¥4-=JL=o ___ Cents Pavement-8-lnch Concrete on 2/27 Concrete Base (2000-2) -Install Per Square Foot: . ft> l.llrlu ~ Dollars and F Cents Pavement-Concrete Replacement on Existing Base -Install Per Square~~:_ .J.- ------=v'-'k7-'--'-"1'f.,___ __ Dollars and ~A; Cents B-10 $ ~/().OD $ '/. () f) $ J'S.Do $ /,, ~'StJ.()O $£5.oO $~ Sot,. (')0 $ j.l)() $ /~.()() $ t ()() $ 1.~. ()() I $ l#.oo $ lo, (¥)P. ()/) PAY CPMS APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM RECORD QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT NUMBER (Furnish and install , including all appurtenant work, complete in place , the following items) 78 . BID-00467 100 S.F. Pavement-Paver On Reinforced Concrete Base - Install Per Square Foot: ,1.1.k&_._I Dollars $ /~/) $ j th,.oo and ?'" Cents 79 . BID-00443 10 ,000 S.F. Pavement-2 Inch Min HMAC on 2/27 Concrete Base (2000-1 A) -Permanent -Install Per Square Foot: Dollars $~~D $ 1~ at> .. 00 and Cents , 80. BID-00444 5000 S.F. Pavement-2 in HMAC Replacement on Existing Base -Install Per Square Foot i L if,,_.) Dollars $ 5. ()(') $~$ IJDO.D6 and tb Cents 81. 200 S.F . Pavement-2 Inch Min HMAC on Reinforced Concrete Base -Install Per Square Foot: and~$.: .Dollars $ ;PY_ rJI> $,., bx;.(){) Cents 82. BID-00442 1000 S.F. Pavement-2 Inch HMAC on 6 Inch Flex Base- Temporary -Install Per Square Foot: $~ ~ Dollars $ JoD and Cents 83 . BID-00495 1000 S.Y. Subgrade-Flexbase -Install Pe r Square Yard: Ji.IL ti~ Dollars //.~/) $ 11« tt:t,. t)t) $ and t·V Cents • 84. BID-00473 200 S.Y. Pavement~Val~utter -Install Per Square Yard : Dollars $ 5;ioo $ / /,l)d). a) and Cents • 85 . BID-00528 1000 S.F. Standard 4-Ft Wa k -lnstall-4-lnch Per Square Foot: I-. Dollars $ ~So $ 5 5/)tJ. ()/) and 3~ Cents B-11 PAY CPMS ITEM RECORD NUMBER APPROX. QUANTITY DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS UNIT PRICE (Furnish and install , including all appurtenant work , complete in place , the following items) 86. BID-00532 500 87. BID -00119 200 88. BID -00922 200 89. BID-00923 10 90. BID-00943 10 91. 200 92 . 200 93 . 10 S.F. Walk-ADA Wheelchair Ramp -Install Per Square Foot: --~.,__._,_..ilda"""". -"--"'-'//..=~=---Dollars and 4-> o Cents r- L.F . Pipe -Sub Drain -6 Inch Perforated -Install Per Linear Foot: Dollars Cents L.F . Pipe-6 Inch Drain (Non-Perforated ) -Install Per Linear Foot: E.A. E.A. L.F . L.F . E.A. -~-+--~"""-~~--~()_L_· i.l,__ __ Dollars and ~:_;; Cents Pipe-6 Inch PVC Subdrain to Existing Inlet Connection -Service CS Per Each: a~#o~:~~s Pipe -Cleanout tor 6 Inch Subdrain w / Rise r and Cap -Install Pe r Each : ~o t;.~v Dollars and 1='4.• Cents Pipe-Sub Drain -8 Inch Perforated -Instal l Per Linear Foot: --@1.t/qk Dollars and ,111]1: Cents Pipe-8 Inch D rain (Non-Perforated) -Install Per Linear Foot: and ~ Cents ~~ij/& Dollars Pip.:::~ubdrain to Existing Inlet Connection -Service Per Each : ~.c/_,~,lJ#ollars arid If=, ~ents . . B -12 TOTAL AMOUNT $ S /p).00 PAY CPMS ITEM RECORD NUMBER APPROX . QUANTITY DESCRIPTION OF ITEMS WITH BID PR ICES WRITTEN IN WORDS UNIT PRICE (Furnish and install , including all appurtenant work , complete in place , the following items) 94. 10 95. 200 96 . 200 97. 10 98. 10 99. 200 100 200 101 10 E.A. L.F. L.F. Pipe-Cleanout for 8 Inch Subdrain w / Riser and Cap -Install Per Each: 41,~L.eo11ars a~ ~ Cents Pipe-Sub Drain-10 Inch Perforated -Install Per Linear Foot: __ ;r:f/1--.µi:1:ip,,....L...&•d~_ Dollars and:!o Cents T Pipe-10 Inch Drain (Non-Perforated) -Install Per Linear Foot: --12J-4--'~;=-=-J.-:-~-~-=----Dollars and~~k" Cents E.A. Pipe-10 Inch PVC Subdrain to Existing Inlet Connection -ServiceCS Pe r Each : ~~J_,&&61Dollars and -~ _ /~ Cents E.A. Pipe-Cleanout for 1 O Inch Subdrai n w / Riser and Cap -Install Per Each : .J,V~~~~~s L.F . Pipe-Sub Drain-12 Inch Perforated -Install Per Linear Foot: Dollars Cents L.F . Pipe-12 Inch Drain (Non-Perforated ) -Install Per Linear Foot: --~~~~,.....w~--Dollars and ----L<~o.&tL-..--Cents E.A. Pipe-12 Inch PV Subdrain to Ex isting Inlet Connection -ServiceCS Pe;:~;49 Dalla~ and ---1!.._ _ Cents B-13 $ ~.()0 $ '!)1. ()() $ 55P. 00 TOTAL AMOUNT $ ~ ~().00 PAY CPMS ITEM RECORD NUMBER APPROX. QUANTITY DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS UNIT PRICE TOTAL AMOUNT (Furnish and install, including all appurtenant work, complete in place , the following items) 102 10 103 BID-00124 20 104 BID-00125 5 105 BID-00134 1,000 106 BID-00137 5 ,000 107 BID-00147 5000 108 BID-00470 20 109 BID-00539 50 E.A. EA. EA . S.F . S .F. C.Y. Pipe-Cleanout for 12 Inch Subdrain w / Riser and Cap -Install F)r Each· Pfi'~,~ Dollars and~ Cents Mobilization -Services Per Each: afi1t##4h~~;:s Mobilization-Emergency Situation Job Move In - Services Per Each: a~~~~;:s Grass -Hydromulch Seeding in Undeveloped Areas-Install Per Square Foot: --------'()---'J'/=-,. =~'----Dollars and ----1-'"fL-',t""---.::..o ___ Cents Grass -Sod in Developed Areas-Install Per Square Foot: ~D Dollars and -/;;)=tv._, Cents Topsoil -Install Per Cubic Yard : t}.q41F · Dollars and__ -~' · ~ -Cents E.A. Pavement-Traffic Permit for Utility Street Cut -Install Per Each : Fifty Dollars and No Cents E.A. Dehole-0 to 5 Ft Depth -Study Per Each : {/,iJL,,,'~JJ Dollars and .f "-' Cents B-14 $ 5.~.a, $ lt>I> a,r;.(J{) • $ S' $«;. DO $ ~ Soc. OD , $ /. t)O $ /U)(). oo $ I, 00 $ 50.00 $ 1000.00 PAY CPMS ITEM RECORD NUMBER APPROX. QUANTITY DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS UNIT PRICE TOTAL AMOUNT (Furnish and install, including all appurtenant work, complete in place , the following items) 110 BID-00541 10 111 BID-00540 5 112 BID-00099 113 BID-00061 100 114 BID-00062 1000 115 BID-00068 100 116 BID-00067 100 117 200 E.A. Dehole-5 to 10 Ft Depth -Study Per Each: andd,4 ~·~~:~~s $ to..oo $,&d.M E.A. Dehole-1 O to 20 Ft Depth -Study Per Each : anl/l!_•~oClleanrsts _ _ _ _ $ ~ ~co.co $ (? ~ce,.t>t> E.A. Storm Water Pollution Prevention Plan < than 1 Ac -Install Per Each : and~u~:~~. $~~-00 $~~""·"" C .Y . Channel-Concrete Pilot -Install Per Cubic Yard : C.Y. C.Y. C.Y. L.F. ~ollars '1. and _ -~ Cents $ 7/d.O() Channel-Earthen -Install Per Cubic Yard: and ~ o~:~s $ t_ oo Erosion Control-Gabio,:i Mattress -Install Per Cubic Yard : ~-f.µ o~:~. $/,~.'"' Erosion Control-Gabion Basket -Install Per Cubic Yard : · O..u~oonars / () and ~ ~-Cents $ /~. O() Adjust Sewer Main Line -All Sizes Complete and In Place-Install Per Linear F ot: -----"'---+r--J~'#<'------Dol.lars and ---<Hlr;.s.="""""'-------Cents B-15 $ b~-tJO $ 2~.fJO ' $ I~ /)pt)J)O PAY CPMS ITEM RECORD NUMBER APPROX. QUANTITY DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS UNIT PRICE (Furnish and install , including all appurtenant work , complete in place , the following items) 118 BID-01152 300 119 2 120. BID-00127 500 121 10 122 10 123 BID-00124 10 124 BID-00125 10 125 BID -00134 10 L.F . EA . Adjust Water Main Line -All Sizes Complete and in Place -Install Per Linear Foot: ~-/;;;J Dollars and .t • Cents PROJECT DESIGNATION SIGNS Three Hundred Dollars & No Cents Per EA. -------= LF . Fence -Up To 6' Height -All types -Remove and Replace Existing E.A. E.A. E.A. E.A. E.A. Pe r Linear Foot: ___ 1i}_-+--'~.c.«.:_d!;__,__ ___ Dollars and 2f,Ac Cents 18" RCP Plug -Install Pe r Each: 04._,'-ij~~,L/ Dollars and ~ Cents 21 " RCP Plug -Install Per Each : [).//& tJ~,-,~ollars and 1iA' Cents 24" RCP Plug -Install Pe r Each : (2u,,~ ~,I_-/ Dollars ' and ~Ill Cents 27" RCP Plug -Install Per Each : O~.,_J_/ Dollars and rM Cents ~~·~ :;~~lug -Install ~ --t1'..-----~~--f'T-,-,-Dollars and= Cents B -16 $ //(). ()0 $ 300.00 $ /~ .. tJ.0 $ /PP.00 $ /P~.()() $ ll(). ()(} $ /~/.Pl} TOTAL AMOUNT $ 600.00 $ 1.~,. t)~ , $ I, b/'I{) .tJtJ I $ /ppP,¢ I PAY CPMS ITEM RECORD NUMBER APPROX. QUANTITY DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS UNIT PRICE (Furnish and install, including all appurtenant work, complete in place , the following items) 126. 10 E.A. 127 10 E.A. 128 10 E.A. 129 10 E.A. 130 10 E.A. 131 BID-00124 10 EA. 132 BID-00125 10 EA. 133 BID-00134 10 EA . 134 . 100 C.Y. 24" Pre-Cast End Treatments (TXDOT SETS Std .) -Install p~~rs an ~Je, Cents 27" Pre-Cast End Treatments (TXDOT SETS Std.)~stall ·c ara PerE •~ and Cents 36" Pre-Cast End Treatments (TXDOT SETS Std .) -Install Pe~~~ollars and ~.fr" Cents 42" Pre-Cast End Treatments (TXDOT SETS) - Install o ~JJkJilars p~~ anfi*o Cents Tree 6" to 18" -Removal and Disposal PerE~-~ · /)µ ~Dollars and r.Jeo Cents Tree greater than 18" -Removal and Disposal Per ach : _!::.~~~~~~~t/1.:ii Dollars --v.~=---+---1--"'_:_-Cents ~~\u~ice and Box -Install Dollars and~ Cents ~~:"f;;;;z:'/ ~ollars and~ Cents Import Borrow Fill -Install Per Cubic Yard: and??,-J;~~ B-17 Dollars Cents $ /ffe.oo TOTAL AMOUNT $~ PAY CPMS ITEM RECORD NUMBER APPROX. QUANTITY DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS UNIT PRICE TOTAL AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) 135 500 L.F. Post CCTV Inspection -Service Per Linear Foot: and ~.It£~ 14P~ Dollars Cents $3.oo $ /~.(J() 136. BID-00128 200 LF. Fence -Chain link -New Complete and in Place -Install Per Linear Foot: ~. Dollars $ ~.DO $ tt~.D() and Cents 137 BID-00129 200 L.F . Fence -Wood (Privacy) -New Complete and in Place -Install Per Linear Foot: ~ Dollars $ ~.DO $ 4a;e,oo and Cents 138. BID-00908 100 L.F . Standard Walk -5 FT -Install Per Square Foot: and~~ Dollars $4~-~o $~ ~.DC Cents po TOTAL AMOUNT BID $ 5,115,550 . -- r ' B-18 PART B -PROPOSAL (Cont.) Within ten (10) days after acceptance of this Proposal , the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents , for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth , Texas , in the event the contract and bond or bonds are not executed and delivered within the time above set forth , as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has been furnished at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978 , and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization , subcont ractors , or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ord inance No . 7278 as amended by City Ordinance No . 7400. The Bidder agrees to begin construction within 10 calendar days after issue of each work order , and to complete the contract within 365 calendar days after beginning construction as set forth in the wr itten work order to be furnished by the Owner. (Complete A or B below , as applicable :) __ A. The principal place of business of ou r company is in the State of ___ _ Nonresident bidders in the State of , our principal place of bus iness , are required to be __ percen t lowe r than resident bidders by state law . A copy of the statue is attached . Non resident bidders in the State of , our principal place of business , are not required to underbid res ident bidders . {Jhe principal place of business of our company or our parent company or V majority owner is in the State of Texas . B-19 I (we) acknowledge receipt of the following addenda to the plans and specifications , all of the provisions and requirements of which h~ ~aken into consideration on preparation of the foregoing bid: Addendum No. 1 (Initials)~ Addendum No . 3 (Initials) ___ _ Addendum No. 2 (Initials) __ _ Addendum No . 4 {Initials) ___ _ Respectfully submitted , Telephone: fj( J-YtJ£ ~~_36 I B-20 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders. This law provides that , in order to be awarded a contract as low bidder , nonresident bidders (out-of-State contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction , improvements , supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparab le contract in the State in which the nonresident's principal place of business is located . The appropriate blanks in Section A must be filled out by all out-of-State or nonresident bidders in order for your bid to meet specifications. The failure of out-of-State or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident vendors in (give State), our principal place of business , are required to be percent lower than resident bidders by State law. A copy of the Statute is attached . Nonresident vendors in __________ (give State), our principal place of business , are not required to underbid resident bidders. 0jur principal place of business or corporate offices are in the State of Texas . D BIDDER: Or . 2£otR City State Zip THIS FORM MUST BE RETURNED WITH YOUR QUOTATION - 5 - MINORITY AND WOMEN BUSINESS ENTERPRISE SPECIFICATIONS FORT WORTH • City of Fort Worth Disadvantaged Busmess Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more, the DBE goal is applicable. If the total dollar value of the contract is less than $25,000, the DBE oal is not a licable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Disadvantage Business Enterprises (DBE) in the procurement of all goods and services to the City on a contractual basis. The objective of the Policy is to increase the use of DBE firms to a level comparable to the availability of DBEs that provide goods and services directly or indirectly to the City . All requirements and regulations stated in the City's current Disadvantage Business Enterprise Program apply to this bid. DBE PROJECT GOALS The City's DBE goal on this project is _16 %_ of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's DBE program by either of the following : 1. Meet or exceed the above stated DBE goal, or; 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITIAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. Jhe Offeror shall deliver the DBE documentation in person to th"e appro1:xiate employee of tlie maoaging department and obtain a'date/time receipt. Such · recei~t sflall be evidence that the City received the documentation in the time allocated. A faxectco~ will not be acceRted . 1. Subcontractor Utilization Form , if received by 5:00 p.m., five (5) City business days after the bid goal is met or exceeded: opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m ., five (5) City business days after the bid Utilization Form, if participation is opening date, exclusive of the bid opening date . less than stated goal : 3. Good Faith Effort Form , if no received by 5:00 p.m., five (5) City business days after the bid participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form: received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if goal is met or received by 5:00 p.m., five (5) City business days after the bid exceeded: opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S DBE PROGRAM, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at (817) 392-6104. Rev. 11/11/05 FORT WORTH ~ City of Fort Worth Subcontractors/Suppliers Utilization Form ATTACHMENT 1A Page 1 o f4 PRIME COMP A..'l'\"Y K.-UvIE: Check applicable block to describe prime Tr i -kc.i, c,," ~ 'f. .:z::,, {.. PROJECT NAME: lf/'i1'C-, ~f~ /),.q,'r, -:;::-,;,y1r"v, \ Ww/DBE \x\ NON-MIWIDBE City's M/WBE:?rojecr Goal: Prime's M!WBE Project Utiliution.: PROJECT NUMBER lb % II,, t 0/o 7ofo( Co11fro6f for -#1,·~ b,'J ,'S ,l;l/lJ~tJIJt?. ,~ Identify all_ subcontractors/suppliers you will use on this project Failure to cornplete 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 , wm 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 fum(s) listed in this uUlization schedule, conditioned upon execution of a contract with -the Ctty of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds ior consideration of disqualification and will resutt in the bid being considered non-responsive to bid specifications MIWBEs 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 ofTa:rnmt, Paiker, }oJ:m.son, 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 paym.errt :from the prime conttactor to a subcontractor is considered 1st tier, a pap:nent by a subcontractor to its supplier is considered '?0 tier .ALL M!WBEs MUST BE CERTIFIED BEFORE CO:NTRA.CT A W."\RD. Certification means those :fu:m.s, located or doing business at the time of b.id o p e:oiog withm the Maiketplace, tbaI have been d.etemrined to be bona.fide minority or women businesses b y the North Central Texas R egional Cerrificati.on Agency (NCTRCA), or the Texas Depanm.ent of Tnmsportati.on (TX DOT), highway division. Disadvantaged Business Enbpri.se (DBE) is synonymous with. :Mm.ority/W omen Business Enterprise (:M/'NBE). If banliDg services are utilized, the prime will be given credit as long as the M/'WBE lisr.ed ovms m d ope:rares at least one fully licensed and onerarional truck to be used on the contract. Toe M/WBE mav lease uucks from another M!WBE ~ including M/WBE owner -operators, and receive full M/W"BE credit The WWBE n:my lease trucks from n.OIJ.-M'WBEs , :i:nclndm.g owner-operators, bur will only receive credit for fue fees and commi.,sions eam.ed by the M/WBE as ourl:ined in the lease a2reemem. Rev_ 5/30/D3 fORTWORTH ---..,..-- ATTACHMENT 1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of Slatus; i .e~ Minority, Women and non-M/WBEs. Please list M/WBE firm s first, use additional sheets if necessary . Certification t (check one) ( SUBCONTRACTOR/SUPPLIER T r , Company Name N T Detail Detail i C X :., . Subcontracting Work Supplies Purchased Dollar Amount Address e M w Telephone/Fax r B B T D \ R 0 E E E C T E . A J/)1 ;nak,(0/5 'Sand ;, 001). ()!.. f). O A,o,c 'flt 41 V(J,'tl I /'JC ?()) s ,~ X t /<P cK ;;. a po P-()~ 91//)-«/)7-;() :1:J J~OOO . ot-91/ IJ -";.? ... ' ? 3'1 Trw. ck/,.,_ f</1<-h.. c,~ ~,.. ,, CO"'~ f. 0-/$OK J l)l'J I, J .-? t,~v1-w~ $ IL-f'q,f W11rfl, T >< 7tl 7~ 1J J. g 0, tJtJl. X f -y,1-9;1-()49/J x Cpttcr<P-j17-9;1--QIJ'II plo~/k (.gwfOwtl ~d,'-flllX C,/)tU..~ /(). ~ox 1t;J;,7 {uJ,· 0" fL-v· J flC' I '76/b( d~ y JO, CJ~~--it7-f8K-3/jg \ 1117 -1ff-l ?lb P}t )( S~tt-z,"'~ u.,,c. /hi)( ,,, j oh . /:5'00 wYd ~,+,~fl i-<J;,fl)fy fw· ' r "" •) .. 'f [t/>tl~ 7DO, Ql-zn-, f 3 .. ,it J .. [e4'Jf1~ { ~ ~I>' QII jqh ~,, 'f ;;,-( ;r--e f I (l.gJ: ,. th: ~ §tJ, ~ loffu~, /?' "lf)f'/ IY Co vi e, r<A-+ 817-, 3 7-4'-1 '1 0 Ourtwf!r :J;,1__"'1 · C011e,,,,.d:£ "3 ~ llo-i x Cu tf-,'1 . 4000.~ Ot.(14,, '" ?f~f 7 ~('i-' 3q$-/6)1 Re v. 5/30/03 FORTWORTH --.,..-- ATIACHMENT 1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of Slatus; i.e., Minority, Women and non-M/WBEs . Please list M/WBE firms first, use additional sheets if necessary . Certification r (check one) ( SUBCONTRACTOR/SUPPLIER T .r . Company Name N T Detail Detail i X Subcontracting Work Supplies Purchased Dollar Amount Address e M w C 'f Telephone/Fax r B B T D \ R 0 E E E C T r . A -:J""i,. /3 CP~CI c,./-,7- l()-~e' X ,'f I :H 1/-1/h,lf ()i Qt-pw. ix: 731;'; ,~ 1 JO, {Ji ~-y11 ... ;11-,,,1 ,,, .. )tl-3~'1'1 ~1Jl'lt1{d1 JI,~• If- P.11-~"" 17t:7 /Jt,/4dff If--t'-' Ce ~f 1 /',t; 7 WI/ I? ,1 J 0, O()fJ. '917 • J t?-1111 \ ~ 117-,, 7-/i71 /1-(14 C /-e_a } /. d. /J.Jt1 'I< r&I ? l \I ~ /r'l/t ff It-Fw /)t: 7,11.? /0,fJ!}tl tj I? -3 pJ -() f J I I Ha 11 "4" It'µ f' froJ · Cont~ /00 A,. /A.c.,"A,+ht.,r · ~l (). '" 6r(lr,J /,",'r,'"'-I 'l'y ?fd]"d \ ~ f,e-(47/, ~00,0d f'J;-~IJ-'?t31 97;>.-,. ,()-3613 ;if). ~1;t,. wowl~~. ?/1? #id,,,.. IV t,h l '1A,1 H /(" ' 7 t~ I~ ~ f ;µ., f Iv 111 .. ~,,. pt:, gg F=a+~"' '? 7000, i,7-51>9., 01 11 /Ylc..utJ"'J (J ,· t ft:~ 'y fl-0 · IJ IJ'J(' 7/'f{ y (~ gf_,., ft./ I T'I< &D, ooo, '7 /7 .. ,i,-l(O,I 1r1-, ~6 -l(OO';,- Rev. 5/30/03 FORT WORTH -----,.--- ATTACHMENT 1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of S1atus; i.e., Minority, Women and non-M/WBEs. P lease list M/WBE firms first, use additional sheets if necessary . Certification t (check one) C SUBCONTRACTOR/SUPPLIER T .r Company Name i N T Detail Detail C X :~ Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D \ Telephone/Fax r B B R 0 E E E C T r . A /jK'JC-4"7 /J.;orr.'-t.t.-4 • ~I-?/J~7 l· I -I> I OPIJ. I!.-f1N· I 7)c ?t//1 lj: ~ b~rr~,q~~ <j/J .. ~J,--J?J1 11? -3 ) f -? / 'lf Pr<>J'-e cf (:Ot"/44*'-'L---. ( '2_,J 4 / t,.{p,ft?'I , /: rtJ '7/1///J ~(}t! ,1£., ~~"f lf~'II~ ,_Tx 7t11? rr ',c e,11~-1-r-,I i,, ... ;)~f-/~,, 106 ;' ~;g .. /&;-f6 Rev . 5/30/03 foRTWORTH ---...-----r Total Dollar Amount of M/WBE Subcomractors/Suppliers Total Dollar _t\moml! ofNon-MJWBE Subcontractors/Suppliers $ $ ATTACHMENT 1A Page4 of 4 3 3~ {)CtJ. ~~ '-If t, (l /tl. 17!- TOT AL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ t% )_) I tJ (/ v', /)a-, The Contractor will not make additions, deletions, or snbsrimtions to this certified list w.i:tb.out tbe prior approval of fue :Minority and Women Business E:nteqrrise Office Manager or designee through tb.e submittal of a Request for Appruval o Change/Addition. A:rry unjnsri:fied change or deletion shall be a material breach of com:ract and may reso.l! m debrnem: m accord wifu 1:he mocednres outlined m fue ordinance. The coil!IaCtor shall submir a detailed ~lamuicm of how fue requested ch.a:ngeiaddition or deletion will affect the committed M/vVBE goal If fue de.ail explanation is not subm±tted, :i:r will affect fue :6naJ. compliance detP-rnriuarion. By affixing a si.gnamre to this form, the Off eror further agrees to provide, directly to the Cizy upon request, complete and ac..."llrate mfomari.on regardro~ acmal. wrn:k performed by all subcontractors, including M/W/DBE(.s) arrangem.~ submitted w.i:tb. the bid. The Offerer also agrees to allow an audit a:nd/or examination of arry books, records and files held by fuei:r company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcomractors/suppliers/coIJlractors participating on the cOI1tract that will substm:i:iate the actual wo:rk. performed by the M/W/DBE(s) on this contract, by .an allih.orized officer or employee offue City . _4my :intentional and/or knowmg misrepresemation of facts will be grounds for tenninating the comract or. debarment from City wo:rk. for a period of not less than 1irree (3 ) y ears and for initiating action under Federal, Stare or Local laws concerning false statements. Acy failure to comply with this ordinance and create a material breach of contract may I""..suh in. a det .. uninarion of an :irrespons1bie. Offeror and barred from participating m City work for a r..riod of time not less than one (1) year. Contact NameTI'"rtle (if different) Company Name Telephone and/or F= E-mail Address 1;2-~o-!O Date Rev. 5/30/03 TRANSPORTATION AND PullllC WORKS BUSINESS SUPPOA'T DMSION W/MBE REQUIRED DOCUMENTATION RECEIPT Official Date and Time 1'.2 -21 -1 0 AJl :)7 I M Bid Date: ____ IJ----+-L .i...;;ilo.........,.I \.;..._O ________ _ Project Name: _c:r_u_-_s t--_._,_S""-+dn ....... R:M--.......__·:r:&----=-.... , -~-· ·_tJ __ _ Project Manager: --~-~-~-o ~---\j--~ __ X2.-L __ a...----- Forms Submitted By Name: __ rt ....... \.__.f?--,,,,..(J'r---W_0e,_~~-------- Company: --~-{Gt_--'_:}e........._..,_(N\.-............ ________ _ - 6 - 2006 PREVAILING WAGES LAWS AND RATES Compliance with and Enforcement of Prevailing Wage Laws (a) Duty to pay Prevailing Wage Rates . The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. (b) Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents . This penalty shall be retained by the City to offset its administrative costs , pursuant to Texas Government Code 2258.023 . (c) Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31 51 day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination . Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. (d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. (e) Records to be Maintained . The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. (f) Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (g) Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. (h) Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. CITY OF FORT WORTH PREVAILING WAGE RATES -ADOPTED HEAVY & HIGHWAY CONSTRUCTION PREY AILING WAGE RA TES 2008 Air Tool Ooerator Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Asphalt Shoveler Batching Plant Weigher Broom or Sweeper Operator Bulldozer Operator Carpenter Concrete Finisher Paving Concrete Finisher, Structures Concrete Paving Curbing Machine Operator Concrete Paving Finishing Machine Operator Concrete Paving Joint Sealer Operator Concrete paving Saw Operator Concrete Paving Spreader Operator Concrete Rubber Crane, Clamshell, Backhoe, Derrick, Dragjine, Shovel Operator Electrician Flagger Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Ooerator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator Laborer, Common Laborer, Utility Mechanic MillinJ? Machine Onerator, Fine Grade Mixer Operator Motor Grader Operator, Fine Grade Motor Grader Ooerator RouJ:?;h Oiler Painter, Structures Pavement Marking Machine Operator Pipe layer Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Roller Operator, Pneumatic, Self-Propelled Roller Operator, Steel Wheel, Flat Wheel!famping Roller Operator, Steel Wheel, Plant Mix Pavement Scraper Operator Servicer Slip Form Machine Operator Spreader Box Operator Tractor Operator, Crawler Type Tractor Operator, Pneumatic Traveling Mixer Operator Truck Driver Lowboy-Float Truck Driver Single Axle, Heaw Truck Driver Single Axle, Light Truck Driver, Tandem Axle, Semi-Trailer Truck Driver Transit-Mix Wagon Drill, Boring Machine, Post Hole Driller Operator Welder Work Zone Barricade Servicer $10.06 $13 .99 $12.78 $11.01 $ 8.80 $14.15 $ 9.88 $13.22 $12.80 $12.85 $13 .27 $12.00 $13 .63 $12.50 $13.56 $14 .50 $10.61 $14.12 $18.12 $ 8.43 $11.63 $11.83 $13 .67 $16.30 $12.62 $ 9.18 $10.65 $16.97 $11.83 $11.58 $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 $12 .91 $12.03 $14.93 $11.47 $10.91 $11.75 $12.08 $14.00 $13.57 $10.09 CITY OF FORT WORTH PREVAILING WAGES: CONT. -ADOPTED Class1f1cat1on AC Mechanic AC Mechanic Helper Acoustical Ceiling Mechanic Bricklayer /Stone Mason Bricklayer /Stone Mason Helper Carpenter Carpenter Helper Concrete Finisher Concrete Form Builder Drvwall Mechanic Drvwall Helper Drywall Taper Drywall Taper Heloer Electrician (Journeyman) Electrician Helper Electronic Technician Electronic Technician Helper Floor Layer {Resilient) Floor Layer Helper Glazier Glazier Helper Insulator Insulator Heloer Laborer Common Laborer Skilled Lather Painter Painter Helper Pipefltter Plpefitter Helper Plasterer Plasterer Helper 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY Hrly Rate Cla ss1 f1cation $21.69 Plumber $12.00 Plumber Heloer $15.24 Reinforcin11 Steel Setter $19 .12 Roofer $10,10 Roofer Helper $16.23 Sheet Metal Worker $11.91 Sheet Metal Worker Heloer $13.49 Sprinkler 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 Loader $14.43 Truck Driver $19.86 Welder $12 .00 Welder Helper $20 .00 $13.00 $18.00 $13.00 $14.78 $11.25 $10.27 $13.18 $16.10 $14 .83 $8.00 $18.85 $12 .83 $17.25 $12 .25 Hrly Rate $20 .43 $14 .90 $10 .00 $14.00 $10.00 $16.96 $12.31 $18.00 $9 .00 S17.43 $20 .50 $17 .76 $12.63 $10.50 $14 .91 $16 .06 $9.75 SNOISIJ\O~d 1Vl~3dS • L • SPECIAL PROVISIONS FOR STORM DRAIN IMPROVEMENTS Table of Contents 1. SCOPE OF WORK 2 . AWARD OF CONTRACT 3 . PRECONSTRUCTION CONFERENCE 4. BID SUBMITTAL 5. WATER FOR CONSTRUCTION 6. SANITARY FACILITIES FOR WORKERS 7 . PAYMENT 8 . SUBSIDIARY WORK 9. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 10. WAGE RATES 11 . EXISTING UTILITIES 12. MATERIAL STORAGE 13. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS 14. BID QUANTITIES 15. CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS 16. EQUAL EMPLOYMENT PROVISIONS 17. MINORITY AND WOMENS BUSINESS ENTERPRISE (M/WBE) COMPLIANCE 18. CONTRACTOR 'S COMPLIANCE WITH WORKER 'S COMPENSATION LAW 19. SUBSTITUTIONS 20. MECHANICS AND MATERIALSMEN 'S LIEN 21. CONSTRUCTION SPECIFICATIONS 22. MAINTENANCE STATEMENT 23. DELAYS 24. DETOURS AND BARRICADES 25. DISPOSAL OF SPOIUFILL MATERIAL 26. QUALITY CONTROL TESTING 27. PROPERTY ACCESS 28. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES 29. WATER DEPARTMENT PRE-QUALIFICATIONS 30 . RIGHT TO AUDIT 31. CONSTRUCTION STAKES 32. EARLY WARNING SYSTEM FOR CONSTRUCTION 33. AIR POLLUTION WATCH DAYS 34. NON -EXCLUSIVE CONTRACT 35. DETERMINATION AND INITIATION OF WORK 36. WORK ORDER COMPLETION TIME 37. LIQUIDATED DAMAGES 38. PAYMENT 39. LIFE OF CONTRACT 40. TERMINATION SP-1 CONSTRUCTION ITEMS : 41. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL 42. NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOILS 43. NON-PAY ITEM -CONCRETE COLORED SURFACE 44. NON -PAY ITEM -PROJECT CLEAN-UP 45. NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION 46. NON-PAY ITEM -PRE -CONSTRUCTION NEIGHBORHOOD MEETING 47. NON-PAY ITEM -WASHED ROCK 48. NON-PAY ITEM -SAWCUT OF EXISTING CONCRETE 49. NON-PAY ITEM -TIE-IN INTO STORM DRAIN STRUCTURE 50 . NON PAY ITEM -TEMPORARY EROSION , SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) 51 . NON PAY ITEM -TRAFFIC CONTROL 52. NON PAY ITEM -SILICONE JOINT SEALING FOR CONCRETE PAVEMENT 53. NON PAY ITEM-REINFORCED CONCRETE COLLAR CONNECTION FOR PIPE 54. PRE-BID ITEM -FEE FOR STREET USE PERMIT 55. PAY ITEM -TOP SOIL 56. PAY ITEM -6 " & 7" CONCRETE CURB 57. PAY ITEM -TRENCH SAFETY 58. PAY ITEM -CONCRETE FLAT WORK (CURB , CURB & GUTTER , SIDEWALKS , LEADWALKS, WHEELCHAIR RAMPS AND DRIVEWAYS) 59 . PAY ITEM -REMOVE EXISTING CURB AND GUTTER 60 . PAY ITEM -REMOVE EXISTING CURB INLET 61 . PAY ITEM -CONCRETE DRIVEWAY REPLACEMENT 62. PAY ITEM -STANDARD CONCRETE SIDEWALK, LEADWALK AND WHEELCHAIR RAMP 63 . PAY ITEM -CONCRETE CURB AND GUTTER REPLACEMENT 64 . PAY ITEM -NEW 8 ' CONCRETE VALLEY GUTTER 65. PAY ITEM -STORM DRAIN INLETS 66. PAY ITEM -TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN 67. PAY ITEM-BRICK PAVEMENT REPAIR 68. PAY ITEM-DEHOLES 69. PAY ITEM -MOVE IN CHARGES 70 . PAY ITEM-FLOWABLE FILL 71. PAY ITEM -EMERGENCY SITUATION JOB MOVE IN 72. PAY ITEM-GABION BASKETS AND GABION MATTRESSES 73. PAY ITEM-SUBDRAINS 74 . PAY ITEM-REMOVE AND REPLACE EXISITING FENCE 75 . PAY ITEM -REMOVE AND REPLACE EXISTING TREES 76 . PAY ITEM -FILL MATERIAL-BORROW 77. PAY ITEM-POST CONSTRUCTION TELEVISION INSPECTION (CCTV) SP-2 SPECIAL PROVISIONS FOR: MISCELLANEOUS STORM WATER IMPROVEMENTS-2011 Project Numbers : TPW -PE69 539120 0209203 CITY PROJ . NO . -01635 1. SCOPE OF WORK : The work covered by these plans and specifications consist of storm drain extensions and replacements along with any and all other miscellaneous items of construction to be performed as outlined in the specifications which are necessary to satisfactorily complete the work . 2. AWARD OF CONTRACT: Contract may not necessarily be awarded to the lowest bidder. The City Engineer reserves the right to evaluate and recommend to the City Council the best bid, which is considered to be in the best interest of the City . The contract will be awarded to the lowest responsive and responsible bidder. 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 $2,000,000 shall be awarded with the final payment based on actual measured quantities and the unit price bid in this proposal. Moreover, there is to be no limit on the variation between the estimated quantities shown and actual quantities performed. It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City but will in no case exceed $2,000,000 including all change orders. 3 . PRE -CONSTRUCTION CONFERENCE: The successful Contractor , Project Engineer, and other City staff as needed , shall meet at the call of the City for a preconstruction conference before any of its work begins on this project. At this time, details of sequencing of the work , contact individuals for each party, request for survey, and pay requests will be covered. 4. BID SUBMITTAL: Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids as appropriate and as determined by the Director of the Department of Transportation and Public Works . 5 . WATER FOR CONSTRUCTION : Water for construction will be furnished by the Contractor at his own expense. 6 . SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project site. Specific attention is directed to this equipment. 7 . PAYMENT: The Contractor shall receive full payment from the City for all the work based on unit prices bid on the proposal and specified in the plans and specifications and approved by the Project Engineer per actual field measurement. SP-3 8. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirement for the projects, such as condit ions imposed by the Plans, the General Contract Documents or these special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item or work, the cost of which shall be included in the price bid in the Proposal for each bid item, including but not limited to surface restoration cleanup . 9 . LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's particular attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain Construction ". 10 . WAGE RATES: The labor classifications and minimum wage rates set forth herein have been predetermined by the City Council of the City of Fort Worth , Texas , in accordance with statutory requirements , as being the prevailing classifications and rates that shall govern on all work performed by the Contractor or any subcontractor on the site of the project covered by these Contract Documents . In no event shall less than the following rates be paid. (Attached at the end of this section .) 11 . EXISTING UTILITIES: The locations and dimensions shown on the plans relative to existing utilities are based on the best information available . It shall be the Contractor's responsibility to verify location of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as are necessary in the construction process in order to provide adequate clearance . The Contractor shall take all necessary precautions in order to protect all services encountered . Any damage to utilities and any losses to the utility owner due to disruption of service resulting from the Contractor's operations shall be at the Contractor's expense. 12. MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has obtained permission from the property owner. 13 . PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures , improvements and utilities, which may be encountered . The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City or the Engineer to be accurate as to extent, location and depth , they are shown on the plans as the best information available at the time of design , from the Owners of the utilities involved and from evidences found on the ground . 14. 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 . No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. 15. CONTRACTOR 'S RESPONSIBILITY FOR DAMAGE CLAIMS: 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 City, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of , the work and services to be performed hereunder by Contractor , its officers , agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged SP-4 negligence of City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and aga inst any and all injuries to City's officers , servants and employees and any damage , loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of City, its officers, servants or employees. In the event City receives a written claim for damages against the Contractor or its subcontractors prior to final payment , final payment shall not be made until Contractor either (a) submits to City satisfactory evidence that the claim has been settled and/or a release from the claimant involved , or (b) provides City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 16. EQUAL EMPLOYMENT PROVISIONS : Contractor shall comply with City Ordinance Number 7278 as amended by City Ordinance Number 7400 (Fort Worth City Code Sections 13 -A-21 through 12- A-29) prohibiting discrimination in employments practices. The Contractor shall post the required notice to that effect on the project site , and at his request, wll be provided by assistance by the City of Fort Worth 's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. 17 . MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE: In accordance with City of Fort Worth Ordinance No. 15530, the City has goals for the participation of minority business enterprises and women business enterprises in City contracts . The Ordinance is incorporated in these specifications by reference. A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the ordinance shall be a material breach of contract. M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM , as applicable , must be submitted within fine (5) city business days after bid opening . Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the City complete and accurate information regarding Actual work performed by a Minority or Women Business Enterprise (M/WBE) on the contract and payment thereof. Contractor further agrees to permit an audit and/or examination of any books , records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE . The misrepresentation of acts (other than a negligent misrepresentation) and /or the commission fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state, or local laws or ordinances relating to false statement. Further , any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time not less than three years. The City will consider the Contractor's performance regarding its M/WBE program in the evaluation of bids . Failure to comply with the City 's M/WBE Ordinance, or to demonstrate "good faith effort", shall result in a bid being rendered non-responsive to specifications. Contractor shall provide copies of subcontracts or co -signed letters of intent with approved M/WBE subcontractors prior to issuance of the Notice to Proceed. Contractor shall also provide monthly reports on utilization of the subcontractors to the City's M/WBE office. SP-5 The Contractor may count first and second tier subcontractors and/or suppliers toward meeting the goals. The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed . All M/WBE Contractors used in meeting the goals must be certified prior to the award of the Contract. The M/WBE Contractor(s) must be certified by either the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TxDOT), Highway Division and must be located in the nine (9) county market place or currently doing business in the marketplace at time of bid . The Contractor shall contact all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith effort forms as applicable. Failure to contact the listed M/WBE subcontractor or supplier prior to bid opening may result in the rejection of bid as non -responsive . Whenever a change order affects the work of an M/WBE subcontractor or supplier , the M/WBE shall be given an opportunity to perform the work. Whenever a change order exceeds 10% of the original contract , the M/WBE coordinator shall determine the goals applicable to the work to be performed under the change order During the term of the contract the contract shall : 1. Make no unjustified changes or deletions in its M/WBE participation commitments submitted with or subsequent to the bid, and, 2 . If substantial subcontracting and/or substantial supplier opportunities arise during the term of the contract which the Contractor had represented he would perform with his forces , the Contractor shall notify the City before subcontracts or purchase orders are let , and shall be required to comply with modifications to goals as determined by the City , and , 3. Submit a REQUEST FOR APPROVAL OF CHANGE FORM, if the Contractor desires to change or delete any of the M/WBE subcontractors or suppliers. Justification for change may be granted for the following : a. Failure of Subcontractor to provide evidence of coverage by Worker's Compensation Insurance. b. Failure of Subcontractor to provide required general liability of other insurance. c . Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his M/WBE Participation plan . d. Default by the M/WBE subcontractor or supplier in the performance of the subcontractor. Within ten (10) days after final payment from the City, the Contractor shall provide the M/WBE Office with documentation to reflect final participation of each subcontractor and supplier used on the project, inclusive of M/WBEs. 18 . CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a. DEFINITIONS: b. Certification of cove rage ("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 SP-6 the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406 .096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees . This includes, without limitation, independent Contractors, subcontractors , leasing companies , motor carriers , City-operators , employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, 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 . The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements , which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) or all employees of the Contractor providing services on the project, for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended . e. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project , so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project ; and (2) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage , if the coverage period shown on the current certificate of coverage ends during the duration of the project. f. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. g. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the Contractor knew or should have known , or any change that materially affects the provision of coverage of any person providing services on the project. h. The Contractor shall post on each project site a notice, in the text , form and manner prescribed by the Texas Worker's Compensation, informing all persons providing services on the project that they are required to be covered , and stating how a person may verify coverage and report lack of coverage. i. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the SP-7 j. k . B. statutory requirements of Texas Labor Code, Section 401.011 (44) for all of its employees providing services on the project , for the duration of the project; (2) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project , for the duration of the project; (3) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project ; (4) obtain form each other person with whom it contracts, and provide to the Contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period , if the coverage period shown on the current certificate of coverage ends during the duration of the project ; (c) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (d) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project ; and (e) contractually require each person with whom it contracts , to perform as required by paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom they are providing services . By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative, criminal, civil penalties or other civil actions. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten day after receipt of notice of breach from the governmental entity. The Contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the Worker population. SP-8 The text for the notices shall be the follow ing text, without any additional words or changes: "REQUIRED WORKER 'S COMPENSATION COVERAGE The law requires that each person work ing on this site or providing services related to this construction project must be covered by worker's compensation insurance . This includes persons providing, hauling , or de livering equipment or materials , or providing labor or transportation or other service related to the project , regardless of the identify of their employer or status as an employee." Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage , to verify whether your employer has provided the required coverage , or to report an employer's failure to provide coverage". 19. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that the City believes necessary to procure a satisfactory project. No subst itutions will be permitted until the Contractor has received written permission of the Project Engineer or assigned representative to make a substitution for the material that has been specified . Where the term "or equal ", or "or approved equal " is used , it is understood that if a material , product , or piece of equipment bearing the name so used is furnished , it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City . If a product of any other name is proposed substitutes is procured by the Contractor. Where the term "or equal ", or "approved equal " is not used in the specifications , this does not necessari ly exclude alternative items or material or equipment which may accomplish the intended purpose . However , the Contractor shall have the full responsibility of providing that the proposed substitut ion is , in fact , equal , and the Project Eng ineer , as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of the sub-section as related to "substitutions " shall be applicable to all sections of these specifications . 20 . MECHANICS AND MATERIALMEN 'S LIEN: The Contractor shall be required to execute a release of mechanics and materialmen 's liens upon receipt of payment. 21. CONSTRUCTION SPECIFICATIONS : This contract and project are governed by the two following published specifications , except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the Office of the Department of Transportation and Public Works, 1000 Throckmorton Street, 2"d Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call -out for the pay item by the Project Engineer. If not shown , then applicab le published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fo rt Worth document rather than Divis ion 1 of the North Central Texas document. 22 . MAINTENANCE STATEMENT : The Contractor shall be responsib le for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project and will be required to replace at his expense any part or the entire project which becomes defective due to these causes. SP-9 23. DELAYS : The Contractor shall receive no compensation for delays or hindrances to the work , except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material , if any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Director of the Department of Transportation and Public Works and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding . If delay is caused by specific orders given by the Project Engineers to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time , his application for which shall , however , be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 24. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall protect construction as required by Engineer by providing barricades. Barricades , warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs ," Item 524 and/or as shown on the plans. Construction signing and barricades shall conform with "1980 Texas Manual on Uniform Traffic Control Devices , Vol. No. 1." 25. DISPOSAL OF SPOIUFILL MATERIAL: Prior to the disposing of any spoil/fill material , the Contractor shall advise City of Fort Worth 's Flood Plain Administrator ("Administrator''), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill materials at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Administrator, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. 26. QUALITY CONTROL TESTING: (a) The Contractor shall furnish, at its own expense , certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken . The Contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto . (b) Tests of the design concrete mix shall be made by the Contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement and mortar which are to be used later in the concrete . The Contractor shall provide a certified copy of the test results to the City. SP-10 (c) Quality control testing of on site material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the Contractor and will 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 respons ibility 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 operat ions requir ing testing . The Contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested . (e) The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 27 . PROPERTY ACCESS : Access to adjacent property shall be maintained at all times unless otherwise directed by the Project Engineer. 28 . SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (a) A warning sign not less than five inches by seven inches , pa inted yellow with black letters that are leg ible at twelve feet shall be placed inside and outside vehicles such as cranes , derricks , power shovels , drilling rigs , pile drivers , hoisting equipment or similar apparatus . The warning sign shall read as follows : "WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES ." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm , except back hoes or dippers and insulator links on the lift hood connections . (c) When necessary to work within six feet of high voltage electric lines , notification shall be given the power company (TU Electric Service Company) which will erect temporary mechanical barriers , de -energize the line or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to TU Electric Service Company and shall record action taken in each case . (d) The Contractor is required to make arrangements with the TU Electric Service Company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. (e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (c). 29. WATER DEPARTMENT PRE-QUALIFICATIONS: Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications which general specifications shall govern performance of all such work. SP -11 30. RIGHT TO AUDIT: (a) Contractor agrees that the City shall , until the exp i ration of t hree (3) years after final payment under this contract have access to and the right to examine and photocopy any directly pertinent books , documents , papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts he reunder a provision to the effect that the subcontractor agrees that the City shall , under the expiration of three (3) years after final payment under the subcontract, have access to and the right to exam ine and photocopy any directly pertinent books , documents , papers and records of such subcontractor i nvolving transactions to the subcontract and further, that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c ) hereof. City shall give subcontractor reasonable advance notice of intended audits . (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The C ity agrees to reimburse Contractor for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 31. CONSTRUCTION STAKES: The City, through its Surveyor or agent , will provide to the Contractor construction stakes or other customary methods of markings as may be found consistent with professional practice to establish line and grade for roadway and utility construction and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all util ity construction (water , sanitary sewer, drainage , etc.), one set of excavation/or stabilization stakes , and one set of stakes for curb and gutter and /or paving. It shall be the sole responsibility of the Contracto r to preserve , maintain , transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If , in the op i nion of the Project Engineer , a sufficient number of stakes or markings provided by the City have been lost, destroyed , or distu rbed , that the proper prosecution and control of the work contracted for in the Contract Documents cannot take place , then the Contractor shall replace such stakes or markings as required . An individual registered by the Texas Board of Professional Land Surveying as a Registered Professional Land Surveyor shall replace these stakes , at the Contactor's expense . No claims for delay due to a lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents . 32. EARLY WARNING SYSTEM FOR CONSTRUCTION : T ime is of the essence in the completion of the work orders in this contract. In order to insure that the Contractor is responsive when notified of unsatisfactory performance and/or of fa ilure to maintain the contract schedule , the following process shall be applicable : The work prog ress on all work orders will be closely monitored . On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the Contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures w ill be taken : 1. A letter will be mailed to the Contractor by certified mail; return receipt requested demanding that, within 10 days from the date that the letter is received , it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time . In the event the Contractor receives such a letter, the Contractor shall SP -12 provide to the City an updated schedule showing how the project will be completed within the contract time . 2. The Project Engineer and the Directors of the 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 counc il members may also be informed. 3. Any notice that may, in the City's sole discretion , be requ ired to be provided to interested individuals will distributed by the Transportation and Public Works Department's Public Information Officer. 4. Upon receipt of the Contractor's response , the appropriate City departments and directors will be notified. The Transportation and Public Works Department'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 w ill be notified appropriately. 33. AIR POLLUTION WATCH DAYS : The Contractor shall be required to observe the following guidelines relating to work ing on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON , within the Metroplex area , runs from May 1 , through OCTOBER 31 , with 6:00 a.m . -10:00 a.m . being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION . The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service , will issue the Air Pollution Watch by 3:00 p.m . on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days , the Contractor shall bear the respons ibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a .m . whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m . if use of motorized equ ipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting ", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions , or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m . -6:00 p.m ., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. 34 NON-EXCLUSIVE CONTRACT: This contract is non-exclusive. During the term of this contract or any renewal hereof, the City reserves the right to advertise and award another contract for like or similar work. If a second contract is awarded, the City further reserves the right to issue work orders under either contract as it deems in its best interest, without recourse. SP-13 35 DETERMINATION AND INITIAITON OF WORK: The Project Engineer shall determine and designate to the Contractor the location of the storm drain requiring replacement by a Work Order together with a sketch for each such replacement, giving the limits, size and nature of work required. The Project Engineer will notify the Contractor that a Work Order is ready and fax or email the Contractor a copy of the Work Order notification. The Contractor is to provide his contact information to the Project Engineer at the pre-construction conference. Single or several Work Orders may be issued at one time. The Contractor shall initiate work on an improvement within ten {10} calendar days of the date the Work Order is faxed or emailed to the Contractor, and continue work on the Work Order until it has been completed, not including paving. The Contractor shall furnish and supply sufficient equipment and personnel to complete the Work Order in the amount of time provided for in the Work Order. Should the Contractor fail to start any Work Order within the time specified, he shall add the necessary work crews and equipment to prosecute the work to complete the Work Order or Work Orders in the time provided therefore. 36 WORK ORDER COMPLETION TIME: Should the contractor fail to complete an individual work order in the given amount of days as specified on each individual work order, liquidated damage charges will be subtracted from the final pay estimate of that particular work order. The estimated amount for each particular work order will be used for determining the amount of damages charged per day of time exceeding the specified amount. The time of completion of each individual work order is an essential element of this contract. Each work order issued will have the maximum allowed number of days allowed for the completion of that specific work. The number of days specified will generally be calculated as follows: The total estimated cost for the specific work order divided by 2000 (rounded up) + 10 days = Number of Days allowed for Construction of Individual Work Order. 37 LIQUIDATED DAMAGES: The Contractor shall pay liquidated damages of one hundred dollars ($100.00) per day per Work Order, for failure to begin a Work Order within ten (10) calendar days of the date the Work Order is faxed to the Contractor. Failure to complete project within the stipulated construction time on the Work Order, the Contractor will pay liquidated damages in the amount stipulated in these contract documents. 38 PAYMENT: Whenever the improvements prescribed by an individual Work Order have been completed, the Contractor shall notify the Project Engineer or City representative. The Project Engineer or other appropriate official of the Owner will, within a reasonable time, perform the inspections. If such inspection reveals that the improvements are in an acceptable condition and have been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Project Engineer will recommend acceptance of the work under that particular Work Order and recommend payment therefore . If the Project Engineer or representative finds that the work has not been completed as required, he shall so advise the Contractor in writing, furnishing him an itemized list of all known items which have not been completed or which are not in an acceptable condition. When the Contractor has corrected all such items, he shall again notify the Project Engineer that the improvements are ready for inspection, and the Project Engineer shall proceed as outlined above. Whenever the improvements prescribed by the individual Work Order have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, an estimate showing the value of the work will be prepared by the Project Engineer or representative as soon as the necessary measurements, computations, and checks can be made. The amount of the estimate will be paid to the Contractor after acceptance by the Owner , provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows: Prior to submission of the estimate for payment, the Contractor shall execute an affidavit, as furnished by SP-14 the City, certifying that all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials under that Work Order have been paid in full , that the wage scale established by the City Council in the City of Fort Worth has been paid , and that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the individual payment as aforesaid shall operate as and shall release the Owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under that Work Order or any act or neglect of said City relating to or connected with the Contract. The making of the payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. Bidder's Initials _______ _ 39 LIFE OF CONTRACT: It is contemplated that Work Orders will be issued to the Contractor for work to be performed under this Contract for not to exceed 365 calendar days following the date of the Contract nor to exceed the limit of the bid price, whichever should occur first. The Contractor shall be required to complete any work covered by a Work Order issued prior to that date of termination but will not be required to accept any work order for execution dated after that date of termination. If the cost of the work performed under this Contract is less than the limit of the bid price at the end of the 365 calendar day period , at the City's option and the Contractor's concurrence, the Project may be extended to the limit of the bid price . 40 TERMINATION: The City reserves the right to abandon, without obligation to the Contractor , any part of the project, or the entire project, at anytime before the contractor begins any work authorized by the City. SP-15 CONSTRUCTION ITEMS 41 NON-PAY ITEM -SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control " shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. 42 NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL : All property along and adjacent to the Contractor's operations including lawns, yards, shrubs, trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys . This permit can be obtained by calling the Forestry Office at 871-5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association . A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture . Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus , all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. 43 NON-PAY ITEM -CONCRETE COLORED SURFACE : Concrete wheelchair ramp surfaces, excluding the side slopes and curb, shall be colored with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M. Scofield Company or equal, shall be used in accordance with manufacturer's instructions. Contractor shall provide a sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specifications . The sample, upon approval of the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this Non-Pay Item. No direct payment will be made for this item and it shall be considered incidental to this contract. The method of application shall be by screen, sifter, sieve, or other means in order to provide for a uniform color distribution . 44 ON-PAY ITEM -PROJECT CLEAN-UP: The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean up shall be done on a daily basis. Clean up work shall include, but not be limited to : • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Project Engineer or representative does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. SP-16 45 NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any work order, 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 res idence 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, DOE No., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name of the Contractor's foreman and his phone number , the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction notification ' flyer is attached. 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 work order until the flyer is delivered to all residents and/or businesses that will be impacted by construction of the work order . An electronic version of the sample flyer can be obtained from the construction office at 392- 8306. All work involved with the pre-construction notification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made . 46 NON-PAY ITEM -PRE -CONSTRUCTION NEIGHBORHOOD MEETING: After the pre-construction conference has been held but before construction is allowed to begin on individual work orders , a public meeting will be held as determined by the Project Engineer. The Contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions . In no case will construction be allowed to begin until this meeting is held. 47 NON-PAY ITEM -WASHED ROCK : All washed rock used for embedment or backfill or as otherwise directed by the Project Engineer shall be washed, crushed stone and shall meet the following gradation and abrasion: (Actual washing not required if gradation is met) Sieve Size % Retained 1" 0-10 1/2" 40-75 3/8 " 55-90 #4 90-100 #8 95-100 Los Angeles Abrasion Test: 50% Maximum wear per A.S .T .M. Designation C-131 . 48 NON-PAY ITEM-SAWCUT OF EXISTING CONCRETE : When existing concrete or H.M.A.C. is cut, such cuts shall be made with a concrete saw . The Contractor may break out curb and gutter to the nearest joint if he chooses. All sawing shall be subsidiary to the unit cost of the respective item. 49 NON PAY ITEM -TIE IN INTO STORM DRAIN STRUCTURE: The cost for making lateral tie-ins (subdrains not included) to the storm drain structure shall be subsidiary to the bid price for the respective lines. SP-17 50 NON PAY ITEM -TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE): A. DESCRIPTION : This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measure unless otherwise directed by the engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations . The temporary measures shall include dikes, dames , berms, sediment basins , fiber mats , jute netting, temporary seeding, straw mulch , asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other devices. B. CONSTRUCTION REQUIRMENTS: The Project Engineer has the authority to define erodible earth and the authority to limit the surface are of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible -earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution -control measures to prevent contamination of adjacent streams , other water course , lakes , ponds or other areas of water impoundment. Such work may involve the construction of temporary berms , dikes, dams, sediment basins , slope drains and use of temporary mulches , mats , seeding or other control devices or methods directed by the Project Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features , but are not associated with permanent control features on the project. The Project Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR 'S capability and progress in keeping the finish grading, mulching, seeding , and other such permanent pollution-control measures current in accordance with the accepted schedule . Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Project Engineer. 1. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams . 2. Frequent fording of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossing are necessary. Unless otherwise approved in writing by the Project Engineer , mechanized equipment shall not be operated in live streams . 3 . When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream . Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 4. All waterways shall be cleared as soon as practicable of false work , piling , debris or other obstructions placed during construction operations that are not part of the finished work . 5. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumens, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams , lakes and reservoirs and to avoid interference with movement of migratory fish . C . SUBMITTAL: Prior to the start of the applicable construction, the Contractor shall submit for approval his schedules for accomplishment of soil-erosion-control work and his plan to keep the area of erodible -earth material to a minimum. He shall also submit for acceptance his proposed method of soil-erosion control on construction and haul roads and material sources and his plan for disposal of waste materials. No work shall be started until the soil-erosion SP-18 control schedules and methods of ope rations have been reviewed and approved by the Engineer. D. MEASUREMENT AND PAYMENT : All work , materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be g iven for this work . 51 NON PAY ITEM -TRAFFIC CONTROL: The Contractor may be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit " a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways (TxMUTCD)" 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. A traffic control plan shall be submitted for review to Mr. Charles R. Burkett , City Traffic Engineer at (817) 392-8712 , at the pre-construction conference. Although work will not begin until the traffic control plan has been reviewed , the Contractor's time will begin i n accordance with the time frame established in the Notice to the Contractor. The Contractor will not remove any regulatory sign , instructional sign , street name sign or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required const ruction , the Contractor shall contact the Transportation and Public Works Department , Signs and Markings Division , (Phone Number 871-7738) to remove the sign . In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign . If the temporary s ign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled , the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Work shall not be performed on certain locations/streets during "peak traffic pe ri ods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." 52 NON PAY ITEM -SILICONE JOINT SEALING FOR CONCRETE PAVEMENT : CITY OF FORT WORTH , TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING (Revision 1, October 18 , 1989) (Revision 2 , May 12, 1994) 1. SCOPE Th is specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314 .2 . (11) "Joint Sealing Materials" of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH , and Item 2.210 "Joint Sealing" of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH TEXAS COUNCIL OF GOVERNMENTS. SP-19 2. MATERIALS 2.1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for Class A sealant except as modified by the test requirements of this specification. Before the installation of the joint sealant, the Contractor shall furnish the Engineer certification by an independent testing laboratory that the silicone joint sealant meet these requirements. 2.2 The manufacturer of the silicone joint sealant shall have a minimum two-year demonstrated , documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems . Verifiable documentation shall be submitted to the Engineer. Acetic acid cure sealants shall not be accepted. The silicone sealant shall be cold applied. 2.3 Self-Leveling Silicone Joint Sealant The joint sealant shall be Dow Corning 890-SL self-leveling silicone joint sealant as manufactured by Dow Corning Corporation , Midland , Ml 48686-0994, or an approved equal. Test Method AS SUPPLIED **** MIL-S-8802 ASTM D 1475 **** **** **** AS CURED -AFTER ASTM D 412 , Die C ASTM D 3583 (Sect. 14 Mod.) ASTM C 719 ASTM D 3583 (Sect. 14 Mod.) ASTM D 3583 (Sect. 14 Mod.) Self-Leveling Silicone Joint Sealant Test Non Volatile Content, % min. Extrusion Rate, grams/minute Specific Gravity Skin-Over Time, minutes max. Cure Time, days Full Adhesion, days Mod. Elongation, % min. Modulus @ 150% Elongation, psi max . Movement, 10 cycles @ + 100/-50% Adhesion to Concrete , % Elongation min . Adhesion to Asphalt, % Elongation min. Requirement 96 to 99 275 to 550 1.206 to 1.340 60 14 to 21 14 to 21 1400 9 No Failure 600 600 2.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them . Reference is made to the "Construction Detail " sheet for the various joint details with their respective dimensions. SP-20 3. TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement , the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the "Construction Detail " sheet or as directed by the Engineer within 12 hours of the pavement placement. (Note that for the "dummy'' joints , the initial 1/4 inch width "green " saw-cut and the "reservoir" saw cut are identical and should be part of the same saw cutting operation. Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints.) The pavement shall be allowed to cure for a minimum of seven (7) days . Then the saw cuts for the joint sealant reservoir shall be made , the joint cleaned , and the joint sealant installed . During the application of the joint sealant , the weather shall not be inclement and the temperature shall be 40F (4C) and rising. 4. EQUIPMENT 4.1 All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the Engineer prior to the beginning of the work . The minimum requirements for construction equipment shall be as follows : 4.2 Concrete Saw: The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. 4.3 High Pressure Water Pump: The high pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw-cut joint. 4.4 Air Compressors : The delivered compressed air shall have a pressure in excess of 90 psi and 120 cfm. There shall be suitable reaps for the removal of all free water and oil from the compressed air. The blow-tube shall fir into the saw-cut joint. 4.5 Extrusion Pump: The output shall be capable of supplying a sufficient volume of sealant to the joint. 4.6 Injection Tool : This mechanical device shall apply the sealant uniformly into the joint. 4. 7 Sandblaster : The design shall be for commercial use with air compressors as specified in Paragraph 5.4 . 4.8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and free of contamination . They shall be compatible with the join depth and width requirements . 5. CONSTRUCTION METHODS 5.1 General: The joint reservoir saw cutting, cleaning , bond breaker installation , and joint sealant placement shall be performed in a continuous sequence of operations 5.2 Sawing Joints : The joints shall be saw-cut to the width and depth as shown on the "Construction Detail " sheet. The faces of the joints shall be uniform in width and depth along the full length of the joint. 5.3 Clean ing Joints: Immediately after sawing, the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high pressure water. The water flushing shall be done in one-direction to prevent joint contamination. SP-21 When the Contractor elects to saw the joint by the dry method , flushing the joint with high pressure water may be deleted. The dust resulting from the sawing shall be removed from the joint by using compressed air. (Paragraph Rev. 1, October 18 , 1989) After complete drying , the joints shall be sandblasted . The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate , one directional passes. Upon the termination of the sandblasting , the joints shall be blown -out using compressed air. The blow tube shall fit into the joints. The blown joint shall be checked for residual dust or other contamination . If any dust or contamination is found, the sandblasting and blowing shall be repeated until the joint is cleaned . Solvents will not be permitted to remove stains and contamination. Immediately upon cleaning, the bond breaker and sealant shall be placed in the joint. Open , cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape : The bond breaker rod and tape shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions. 5.4 Joint Sealant: Upon placement of the bond breaker rod and tape, the joint sealant shall be applied using the mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less than 40F (4C). Joints shall not be sealed unless they are clean and dry. Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints. The pavement surface shall present a clean final condition . Traffic shall not be allowed on the fresh sealant until it becomes tack-free. Approval of Joints: A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and the Project Engineer the acceptable method for sealant installation. The manufacturer's representative shall approve the clean, dry joints before the sealing operation commences. 6. WARRANTY The Contractor shall provide the Project Engineer a manufacturer's written guarantee on all joint sealing materials. The manufacturer shall agree to provide any replacement material free of charge to the City. Also , the Contractor shall provide the Project Engineer a written warranty on all sealed joints. The Contractor shall agree to replace any failed joints at no cost to the City. Both warranties shall be for two years after final acceptance of the completed work by the Project Engineer. 53 NON PAY ITEM -REINFORCED CONCRETE COLLARS For Poured Concrete Pipe Collars, provide a pipe collar as shown on plans at locations requiring replacement of pipes for repair (point repair or otherwise) and at all changes in pipe sizes in the conduit line except at manholes . Concrete collars shall be constructed and installed as shown in standard details. Collar cost is considered subsidiary to bid price for furnishing and installing SP-22 reinforced concrete pipe . No extra payment will be made for installation of concrete pipe collars shown on the Plan-Profile Sheets. Where Plan -Profile sheets are not provided (i.e. field judgments), collars shall be called out and installed as needed to make the repair to the pipe . 54 PRE -BID ITEM TRAFFIC PERMITS FOR UTILITY STREET CUTS : A fee for street use permits is in effect. The street permit fee is $50.00 per permit with payment due at the time of permit application . The price bid per each for "Traffic Permits for Utility Street Cuts " as shown in the Proposal will be considered full paymen t. 55 PAY ITEM -TOP SOIL : The proposed quantities shown are calculated to provide topsoil 4 to 6 inches in depth (compacted) over the parkway area and do not include deeper than design depth behind the curb. The pay item is intended to pay for topsoil that must be imported where suitable material is either not available on the job or cannot reasonably be stored on -site. Payment will be made on the basis of loose truck volume (full truck with sideboards up) tickets and material must meet City of Fort Worth standards for topso il. Only the volume imported will be paid for and may be substantially less than the proposal quantities listed. 56 PAY ITEM - 6" & 7" CONCRETE CURB: The Contractor may, at his option , construct either integral or superimposed curb. Standard Specification Item 502 shall apply except as follows : Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab . The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab. If the Contractor fails to backfill behind the curb within seven (7) calenda r days of pouring the curb and gutter , the amount paid for the curb shall be reduced by 25% until the backfill operation is complete. 57 PAY ITEM -TRENCH SAFETY: Description: This item will consist of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench . The Contractor shall develop, design and implement the trench excavation safety protection system . The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing "a safe place to work" for the workman . The trench excavation safety protection system shall be used for all trench excavations deeper than five (5) feet. The Excavating and Trenching Operation Manual of the Occupational Safety and Health Administration , U.S. Department of Labor, shall be the minimum governing requirement of this item and is hereby made a part of this specification. The Contractor shall , in addition , comply with all other applicable Federal , State and local rules , regulations and ordinances. Measurement and Payment: All methods used for trench excavation safety protection shall be measured by the linear foot of trench and paid at the unit price in the Proposal, which shall be total compensation for furnishing design, materials, tools, labor, equipment and incidentals necessary, including removal of the system . Trench depth for payment purposes for Trench Safety Systems is the vertical depth as measured from the top of the existing ground to the bottom of the pipe. 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 SP-23 CFR Part 1926, Subpart P-Excavations, 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. 58 PAY ITEM -CONCRETE FLAT WORK (CURB. CURB & GUTTER. SIDEWALKS. LEADWALKS. WHEELCHAIR RAMPS AND DRIVEWAYS): Concrete flatwork is defined as curb, curb and gutter , sidewalks, leadwalks , wheelchair ramps and driveways as shown in the plans . This provision governs the sequence of work related to concrete flatwork and shall be considered a supplement to the specifications governing each specific item . Required backfilling and finished grading adjacent to flatwork shall be completed in order for the flatwork to be accepted and measured as completed. No payment will be made for flatwork until the pay item has been completed, which includes backfilling and finished grading . 59 PAY ITEM -REMOVE EXISTING CURB AND GUTTER: Where shown on the plans or where designated by the Engineer, existing curb and or gutter and existing laid down curb shall be removed and disposed of in a manner satisfactory to the Project Engineer . Measurement will be by the linear foot for curb and gutter, laydown curb removed , and for all labor , tools , and incidentals necessary to complete the job. 60 PAY ITEM-REMOVE EXISTING CURB INLET : This item shall include all labor, materials, and equipment necessary to remove and dispose of the existing inlet and removal and connection of the existing RCP lead pipe inlet as shown on the Plans and as directed by the Project Engineer. 61 PAY ITEM-CONCRETE DRIVEWAY REPLACEMENT: See Standard Specification Item No. 504 , "Concrete Sidewalks and Driveways " for specifications governing this item as well as details S-S5 and S-S5A. The price bid per square foot for "CONCRETE DRIVEWAY REPLACEMENT" as shown in the Proposal will be full payment for materials including all labor , equipment , tools and incidentals necessary to complete the work . The Contractor shall salvage all brick pavers behind driveway approaches and secure them in a proper location, which will be re-used after new driveway approaches are constructed. 62 PAY ITEM -STANDARD CONCRETE SIDEWALK. LEADWALK AND ADA WHEELCHAIR RAMP: All applicable provisions of standard Specifications Item 104 "Removing Old Concrete " and Item 504 "Concrete Sidewalk Driveways " shall apply except as herein modified. The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed details , or as directed by the Project Engineer. The Contractor shall not remove any regulatory sign, instruction sign , street name and sign or other sign , which has been erected by the City. The Contractor shall contact Signs and Marking Division , TPW (Phone 871-7738). All concrete flared surfaces shall be colored with LITHOCHROME color hardener as manufactured by L.M. Scofield Company or equal. The color hardener shall be brick red color and dry-shake type, and shall be used in accordance with manufacturer's instructions. "Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specification. The sample , upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item. SP-24 The method of application shall be by screen , sifter, sieve or other means in order to provide for a uniform color distribution ." 63 PAY ITEM-CONCRETE CURB AND GUTTER REPLACEMENT: All provisions of Standard Specification No . 502 'Concrete Curb and Gutter' shall apply except as modified herein: Subsidiary to the unit price bid per linear foot shall be the follow i ng : a. A minimum of 5" or greater as required depth of stabilized subgrade properly compacted under the proposed curb and gutter as shown in the construction details. b. If the Contractor fails to backfill either in from of the gutter or behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb and gutter shall be reduced by 25% until the backfill operation is complete . Standard Specifications Item No . 502 , shall apply except as herein modified. Concrete shall have min imum compressive strength of three thousand (3 ,000) pounds per square inch in twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) gallons per sack (94 lbs .) of Portland Cement. The slump of the concrete shall not exceed three (3) inches. A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required . 64 PAY ITEM-NEW 8' CONCRETE VALLEY GUTTER : This item shall include the construction of concrete valley gutters at various locations to be determined in field. Removal of existing, asphalt pavement, concrete base , curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsidiary to this Pay Item. See standard specification Item No . 314", Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No . 104, "Removing Old Concrete", Item No. 106 , "Unclassified Street Excavation" Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included . Contractor may substitute 5" non-reinforced (2 :27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". 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. 65 PAY ITEM -STORM DRAIN INLETS : An alternative method of construction for these items will be "Pre-Cast" manholes and inlets. If the Contractor desires to use this method, he must submit details for the construction to the Transportation and Public Works Department Storm Water Management Division for review and approval if said details are acceptable . The Pre-Cast construction must be equal or superior to the strength requirements for this item as set out in Item 444 , "Manholes and Inlets" and said construction shall be in compliance with all other requirements of Item 444 where applicable. 66 PAY ITEM-TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN : Work under this item includes all the proposed excavation and backfill in the project area and the necessary fill area. Payment will be made for the quantity of earth excavated/backfilled. The placing of fill shall be subsidiary to the trench excavation/backfill price . Excess material which is SP-25 obtained from excavating the trench shall be used for fill placement subject to the provis ions of Item 114 of the City of Fort Worth Standard Specifications. All excavated material which is unacceptable as fill material shall become the property of the Contractor to be hauled off the site and disposed of properly. Unacceptable material shall be , but not lim ited to: rocks , concrete , asphalt , debris , etc . The cost for removal and disposal of unacceptable material shall be subsidiary to the un it prices . 67 PAY ITEM -BRICK PAVEMENT REPAIR : Contractor shall take all precautions to carefully remove all existing brick pavers . The brick pavers shall be handled with extreme care to avoid chipping and/or breaking of pavers . Until insta ll ed , they shall be cleaned and neatly stacked on pallets (not to exceed 3 feet in height). If necessary , all new brick pavers used on this project shall meet the specifications for ASTM C1272. The brick shall be a Type F heavy vehicular paving brick a min imum 2 5/8 " thick , with spacer nibs or lugs , and match the existing brick in size , shape, and color. The brick pavers will be set on a %-inch sand/cement bedding mixture . The sand used shall conform to ASTM C33 excluding all stone screenings that may pass the C33 sieve analysis . The cement sand ratio shall be 1 sack of cement per 1 CY of sand or as directed by the Engineer. Filter fabric 12-inches wide will be installed over every construction , and /or expansion joint as well as all vertical surfaces. Once the brick pavers have been installed they will be vibrated into the sand bed. Sand conforming to C33 will then be swept into joints and vibrated again . All brick shall be installed per the manufacturer's recommendations . The resulting repair shall provide a smooth driving surface and match all applicable street grades , cross slopes , and crowns . The price bid per linear foot for "BRICK PAVEMENT REPAIR " as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work . 68 PAY ITEM-DEHOLES : The Contractor excavates for existing storm drain improvements as detailed by work order together with a sketch. The location and dimensions shown on the plans relative to othe r existing utilities are based on the best information available. Omiss ion from , or the inclusion of utility locations on the Plans is not to be considered as the nonexistence of , or a definite location of, existing underground util ities . It shall be the Contractor's responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the dehole process to provide adequate clearances . The Contractor shall take all necessary precautions in order to protect all services encountered . Any damage to utilities resulting from the Contractor's operations , shall be restored at his expense . Payment for work such as backfill and all other associated appurtenants required , shall be included in the price of the appropriate bid item . 69 PAY ITEM -MOVE IN CHARGES: A Work Order may contain one or more locations. One move-in fee will pa id to the contractor per Work Order issued. Locations for multiple sites per Work Order will be in the same general vicinity, if possible , and if so , only one mobilization charge will be paid. 70 PAY ITEM-FLOWABLE FILL : 1. Description : The flowable fill material shall be mixed on site , free flowing and self-leveling and shall have a consistency enabling it to fill all vo ids without tamping , vibrating or compacting. Material shall be capable of supporting foot traffic in less than twenty (20) minutes after the pour reaches finished SP-26 grade and shall be ready to receive a concrete cap in less than eighty (80) minutes, regardless of site and weather conditions. The flowable fill material shall have an in place density of not less than 95 and not more than 115 lbs ./cu. ft., with a maximum twenty-eight (28 ) day compression strength of not less than 60 and not more than 85 PSI allowing the material to be removed with hand tools such as picks and shovels . The height of free fall of the flowable fill shall not exceed four (4) feet. 2. Material Specifications : Flowable fill shall consist of : A. An appropriate amount of Portland Cement meeting ASTM C-150 (with other additives as necessary). B. Aggregates meeting ASTM C-33 C. Sand or fine aggregates as per City of Ft. Worth Standard Specifications for Street and Storm Drain Construction Item 406 D. Flyash, Class C or F, meeting ASTM C-618 E. Admixtures 1) Mineral admixtures will be pozzolanic 2) Chemical admixtures shall be in liquid or powder form used in standard ready - mix concrete products unless specifically designed for flowable fill. Permissible types of admixtures are : a . High air generators , as manufactured by Grace Construction Products or approved equal , which are spec ifically 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 For 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 . 71 PAY ITEM -EMERGENCY SITUATION JOB MOVE IN : The Owner or Engineer shall determine when an emergency situation shall exist. When emergency work is required , the Contractor shall mobilize to the said location within twenty-four (24) hours after given notification from the Inspector and/or Project Manager. The Contractor shall make all necessary arrangements for setting up barricades, notifying citizens , etc ., while waiting for other utilities to be located as directed by the Engineer . The Contractor shall work continuously until the emergency work order has been completed at a time agreed to by the Project Manager, Inspector, and Contractor. After the emergency work order has been completed, there will be no additional "Job Move-In " charges paid to remobilize back to the previous project location site . 72 PAY ITEM -GABION BASKETS AND GABION MATTRESSES : Gabion structures consist of rectangular, compartmented , woven wire mesh baskets filled with stone used to build earth retaining and erosion control structures such as : retaining walls , channel linings , headwalls and flexible aprons for pipes, slope protection , bridge revetme nts and we irs as shown in the plans or as directed by the Engineer. 1.0 MATERIALS: 1.1 Gabions shall be prefabricated in accordance with ASTM A975-97 to the size called for on the plans , or as otherwise approved. Gabions shall consist of galvanized wire or galvanized wire with an additional PVC coating woven into a uniform , hexagonal-shaped double twist pattern with openings approximately 3-1/4 " x 4-1/2". The mesh shall be fabricated in such a manner as to be non-raveling and to provide the required flexibility and strength . SP -27 All wire used for gab ions , includ ing lacing wire , shall have a tensile strength of 54 ,039 -68 ,259 psi in accordance with ASTM A641 -92 Class 3 , soft temper. Elongation shall not be less than 12% in accordance with ASTM A370-92 . The zinc coating shall meet the requirements of ASTM A641 -92 , Class 3 , soft temper coating and shall be a minimum quantity of 0. 70 oz/ft2 for wire 0.087" in diameter, 0.80 oz/ft2 for wire 0.106 " in diameter , 0.85 oz/ft2 for wire 0.120" and 0.134" in diameter and 0.90 oz/ft2 for wire 0.154 " in diameter. Mesh wire , selvage wire and lacing wire diameters for galvan ized gabions and galvanized gabions with a PVC coating shall be in accordance with the nominal diameters listed below. Tolerances of all wire diameters shown shall be +/-0.004". All testing of wire diameters shall be prior to fabrication. NOMINAL GABION WIRE DIAMETERS : Galvanized Wire Galvanized Wire with PVC Coating Mesh Wire 0.120" (US 11 gauge) 0.106" (US 12 gauge) Selvage Wire 0.154" (US 9 gauge) 0.134" (US 10 gauge) Lacing Wire 0.087 " (US 13-1/2 gauge) 0.087" (US 13 -1/2 gauge) Polyvinyl Chloride (PVC) used to coat gabion wire shall meet the following specifications: Color -gray; Nominal Thickness -0.020 inches ; Minimum Thickness -0.015 inches ; UV Resistance -3000 hours us ing apparatus Type E when tested according to ASTM D1499 and ASTM G23 ; Salt Spray Test -3000 hours when tested according to ASTM 8117 ; Abrasion Resistance -weight loss not more than 12% according to ASTM D1242. The PVC coating shall be uniformly applied and shall be free from cracks , splits , stretched or stressed areas . Assembled gabions will form a rectangular unit with a minimum thickness of twe lve inches (12"). The base and sides are to be woven into a single unit. The bottom of the end panels shall be factory connected to the body in such a manner that the strength and flex ibility at the point of connection is approximately equal to that of the mesh. The lid for spec ially fabricated gabions may be separate construction . The gabion shall be divided into cells of approximately equal size by factory connected diaphragm panels using mesh of the same type and gauge as the body of the gabion. The diaphragm panels shall be secured in proper position on the base in such a manner that no additional tying is necessary. The length of the cell shall not exceed its horizontal width . All perimeter edges of the wire mesh forming the body, end and diaphragm panels shall have a heavier gauge selvage wire woven into the edge of the mesh panel. All cut edges of the mesh panels fo rming the body , tops of ends and diaphragms shall be securely attached to a heavier gauge selvage wire by a minimum of two complete turns of the wire mesh around the selvage wire . Lacing wire shall be supplied for securely fastening the gabions during all steps of assembly and construction. Lacing wire shall be included with the gabions in sufficient quantity for tying gabions in accordance with the specifications . No other wire except of the type supplied with the gabions may be used . Gabions furnished by a manufacturer shall be of uniform size and subject to dimension tolerance limits of +/-5%. The gabions shall be cert ified by a notarized , sworn affidavit from the manufacturer showing compliance with the specification requirements. 1.2 Gabion Rock used to fill the gabions shall be clean , hard , durable , 4" to 8" well-graded crushed limesto ne. Not more than 15% of the rock (by weight) shall pass a 4" opening . For 12" gabions, 4" to 6" well-graded crushed limestone may be used. The rock shall be clean and shall be stored and handled in a manner to prevent contamination. Prior to placing the rock , samples shall be del ivered to site and shall be approved for gradation and appearance by the engineer . SP-28 2.0 CONSTRUCTION: 2.1 General -The gabions shall be installed in accordance with the size, type, and alignment as shown on the plans . PVC coated gabions shall be used in the areas as specified and shown on the plans. The placement of the gabions shall be in close conformity to the lines and grades shown on the plans and shall be in strict accordance with these specifications . 2.2 Geotextile Fabric Placement -After excavation to the subgrade elevation has been performed , the geotextile fabric (when specified) shall be placed to the limits as shown on the plans . Care shall be taken not to place the fabric in a manner exceeding the limits shown on the plans. Where splices occur , adjacent pieces of geotextile shall be overlapped a minimum of eighteen inches (18"). Fabric shall be secured , when necessary, by pins or other suitable means before placing the gabions. Excess fabric protrud ing past the finished gabions shall be cut off. 2.3 Gabion Assembly -Gabions are assembled in the following steps : 1. Unfold the baskets on a hard , flat surface and stamp out all kinks . 2. Fold up the front , back , and end panels and fasten the panels together with the projecting heavy gauge selvage wire by twisting the selvage wire around the selvage wire of the other panel two complete turns . 3. Fold the inner diaphragm panels up and secure in the same manner. 4. Tie all edges of the diaphragms and end panels to the sides of the gabion by the tying method as specified below. 2.4 Tying Method -PROPER TYING OF GABIONS AT ALL STEPS IN THE ASSEMBLY AND CONSTRUCTION OF THE GABION STRUCTURE IS CRITICAL TO THE PERFORMANCE OF THE FINISHED GABION STRUCTURE . 1. Gabions must be tied in the specified manner at each step of construction : a.) Initial assembly b.) Tying to adjacent gabions along all contacting edges c.) Tying of lid to sides d.) Tying of lid to top of diaphragms e.) Re-tying of cut gabions 2. All tying of gabions shall be performed in the following manner (See Fig .1 ): (1 .) Cut a length of lacing wire approximately five feet long. (2.) Secure the lacing wire onto the gabion at the end by looping and twisting the tie wire together. (3 .) Proceed tying with double loops (made at the same point) every five inches apart. The basket pieces should be pulled tightly together during the tying operation . (4 .) Secure the other end of the lacing wire by again looping and twisting the wire around itself. No other wire except of the type supplied with the gabions may be used for tying the gabions. 2 .5 Gabion Placement -After each gabion has been assembled , it shall be placed in position empty and shall be tied to adjacent gabions along all contacting edges in order to form a continuously connected structural unit. 2.6 Filling Gabions -IT IS CRITICAL TO THE PERFORMANCE OF THE FINISHED GABION STRUCTURE THAT GABIONS ARE FILLED TO THEIR MAXIMUM DENSITY WITH VOIDS IN THE GABION MINIMIZED. When the assembled empty gabions have been installed and tied together , the gabions shall be filled in the following manner: 1. The gabions may be filled by machine , but shall be filled in layers or lifts not exceeding twelve inches (12"). Care shall be taken when plac ing the rock into the gabions to insure that the gabions are not damaged or bent. Do not drop rock from a height greater than three feet (3'). Suitable sized and appropriate machinery will help prevent SP-29 damage to the gabions during the filling operation. Edges of gabions and diaphragms may be protected when necessary by tying steel reinforcement to the edges of the gabions or other suitable guard mechanisms to prevent damage or deformation of the gabions. 2. After a twelve inch (12") layer of rock has been placed in the cell, sufficient hand manipulation for the rock shall be performed to minimize vo ids and result in a maximum density of rock in the gabion. 3. Gabions that are three feet (3') high shall have a looped inner tie wire installed in each cell connecting the front and back faces of any unsupported face at the vertical third points , or 12" and 24" from the base of the gabions (See Fig.2). Individual cells may not be filled to a height greater than twelve inches (12") above any adjacent cell unless looped inner tie wires are installed in both directions . 4. Each gabion shall be filled to its maximum density, which is slightly higher than the sides and the surface smoothly leveled minimizing voids. 2. 7 Closing Gabions -After the rock has been leveled , the lids shall be pried down and over with a bar or lid closing tool until the edge of the lid and the edge of the gabion are together. Care shall be taken so that the mesh is not excessively deformed. It should require a light stretching in order to bring the two gabion pieces together. The heavy projecting selvage wire of the lid shall then be twisted around the heavy selvage wire on the sides two (2) complete turns. The lid shall then be tied to the sides of the gabions and the tops of the diaphragms in the specified tying method. The lids of the gabions shall also be tied to adjacent gabions along all contacting edges to insure the formation of a continuous, connecting structural unit. Special attention shall be given that all projecting sharp ends of wire are turned in on the completed gabion structure. 2.8 Cutting Gabions -Gabions may be cut to form curves or bevels. Overlap the cut pieces and re-tie in the specified manner. Re-tying shall be in a manner so as to produce a closed cell when completed. Excess mesh wire shall be cut off or shall be tightly and neatly laced down. Care shall be taken that all projecting wire ends are turned inwards or cut off. 73 PAY ITEM -SUBDRAINS: Pipe shall be perforated Schedule 40 PVC. Where subdrains are installed by boring or otherwise installed under pavement, non-perforated Schedule 40 PVC shall be used. Cleanouts shall be installed at upper end of system and at intervals no greater than 200 '. Cleanouts shall line up with lot lines and be placed in a vault similar to a water meter box or placed flush with a concrete collar 2-3 inches beyond the edge of the pipe. Any cleanouts in the pavement need to have traffic-rated covers. Private trench drains shall be plumbed into the subdrain anywhere it is practical. In all cases , a cleanout shall be provided ay the private trench drain connection or as directed by the Engineer. In the event of multiple pipes at one location or other unusual configuration, a box or vault or a small grate inlet may be used as a junction structure to tie into the public storm drain . 74 PAY ITEM-REMOVE AND REPLACE EXISTING FENCES: Contractor shall furnish all labor, materials and equipment necessary to remove and replace fences within the street right of way as noted in the Special Provisions . Within 14 days (unless an earlier notice in needed) prior to any construction in the area the Contractor shall contact the property owners . If the property owners do not remove the fences, the Contractor shall do so in accordance with these special provisions. Existing material shall be reused if not damaged in the process of removal. The Contractor is to furnish any additional material required to fulfill the special provisions. The contractor shall remove existing fences and post to prevent damage and shall reconstruct fences at the locations specified. When completed the fence shall be in proper alignment with the post , plumb , and all wire taut. SP-30 -- This item will be measured by the linear foot of fence, in place , for all fences necessary to be removed and relocated to clear the construction area. The amount of completed and accepted work measured as provided above will be paid for at the contract price of "Fence -Up To 6' Height -All types -Remove and Replace Existing " for all labor , materials , tools , equipment and incidentals necessary to complete the work as shown on the plans and specified therein . The Contractor will provide temporary fences during period of time required for fence construction . The temporary fence will be constructed to prov ide security and contain pets within the yard. 75 PAY ITEM-TREES 6" TO 18 " AND TREES GREATER THAN 18 " -REMOVAL AND DISPOSAL "Desirable Trees " generally. include , but are not limited to, any tree with a trunk diameter of six inches (6 ") or more that is determined to be of environme ntal and aesthetic value. To preserve the natural environment and protect wildlife habitat, bor ing or tunneling may be required when underground utility lines are place within the "protected root area" of "desirable trees " located within the right of way or utility easement. Perform all required boring underneath trees or other vegetation designated for preservation at a minimum depth of three feet (3 '). The protected root area is defined as the area between the trunk and five feet (5 ') from the tree trunk or 2/3 the actual distance from the tree trunk to the dripline , whichever is greater. In the event of a tree or trees needing to be removed 76 PAY ITEM-FILL MATERIAL-BORROW -INSTALL: The non-expansive earth fill should consist of soil materials with a liquid lim it of 35 or less , a plasticity index between 8 and 20 , a minimum of 35 percent passing the No. 200 sieve, a minimum of 85 percent passing the No. 4 sieve, and which are free of organics or other deleterious materials . When compacted to the recommended moisture and density, the material should have a maximum free swell value of 0.5 percent and a max imum hydraulic conductivity (permeability) of 1 E-05 cm/sec, as determined by laboratory testing of remolded specimens of the actual materials proposed for the non-expansive earth fill. 77 PAY ITEM-POST CONSTRUCTION TELEVISION INSPECTION (CCTV): After construction , ALL sections of storm drain lines shall have a television inspection performed by an independent sub-contractor hired by the prime Contractor. Work shall consist of furnishing labor , material, and equipment necessary for inspection of the storm drain lines by means of closed circuit television (CCTV). The television camera used for the inspection shall be one specifically designed and constructed for such inspection . The camera , television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Project Engineer or representative , and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. Television inspection logs shall be made available upon completion of the inspections . SP-31 • 8 • PROJECT SIGN & DETAILS (To be printed on Co nt rac tor's Letterh ead ) Date : ____ _ DOE No: PROJECT NAME: Water/Sanitary Sewer and Paving/Storm Drain Improvements for: MAPSCO LOCATION: __ LIMITS OF CONST.: ____________ _ Estimated Duration of Construction on your Street : _ days THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL< REPLACE WATER AND/OR SEWER AND/OR STORM DRAIN LINES -RECONSTRUCT THE STREET> ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HA VE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR 'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT <TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. SP-32 2.25" 2.25" C 4.5" r-PMS 725 (Brown) I I 3" 3' -1.5" I I I I I / ~PMS 288 (Blue) 8' -O" 3" I I I I I I ~PMS 288 (Blue) I \ I \ \ 4' -1.5" -FoRr\WoRru I \ Your~Storm Water \ \ '--White \ Funds In Action \ \ \_PMS 288 (Blue) Fonts Used Your Storm Water Funds In Action (Cheltenham Bold Italic) Project Block of text (Cheltenham Bold) 3" 3.75" ~ ~ I ~ 3.75" ~ I ~ N I ~ 4.5" STORM DRAIN DETAILS FIGURE I TITLE SD-001 ! Standard 1 O' Storm Drain Inlet ------!-----·-·-·----·-·--·-·-----·--·-·-·--·-·--·----·----·-·-·-·-·--·-·--·--·--·-·-·---·-·---·-----·----··-·-·--·--·-·-·-·--·-·-----·-·-·---·----·-·-·-·-·-·-·-·-·--"--·--·-·-· SD-002 i Standard Double 1 O' Storm Drain Inlet __ SD-003 _ l_ Recessed _ Double 1 O' _Storm _ Drain _In let ___________________________________________________________ _ S D-004 I Standard Storm __ Ora in _ Drop In let ------------·----·----------·--·------------·-·--------------·------·---·--- S D-005 1. Two-Stage . Constructed . Cu rb _l nlet ----·---·---------------·----------·-·--·-·---·---·--------·---------- ~~~~~~ ---1-~~=~~=~~ :: .~}~=~=~: ~=~~~:=:=:::~~=::~==::~=:=::=~=:=:~==::~==:::===::::==::==:=~=~~:=:=:=:===:=:~===:== S D-008 I_ Standard 6' Square _ Manhole ----------·---------·--------------·--------------------------------·------ S D-009 L Manhole _ Detail T}'.'p~s 1_ thru _ 7 -------------------------------------------------------------------- SD-010 I Stacked Manhole SD-011 1 Reinforced Concrete Collar SD-012 I Standard Cast Iron Frame & Cover -~g~~ ~ H~: ~=f~f~~c:~~~~~~:t!t~;e :: Plug ·-=~:~=~==:~:::=:=:~~:~::==~:=:=:::~:~:~:=:::~:=~~~~=::===~::===:~~:=:==~: SD-015 i Con _crete Ap;on .-Sloping __ Headwall_ ______________________________________________________________ _ S D-016 I Concrete Apron -Vertical _ Headwall ___ ·--·-·-·---·--·----------·---·----·-----------·--·--··------·-------- SD-017 I Concrete Headwall SD-018 I Concrete Headwall Dimensions --·---·-----·---------·---·-·--·------------·---·--··----·------------------~g~~~6 ~-~:~~o~~:~ ~~~~~~e;~fn~*let··---·---·---------·-------·----·--·------·----·----·-----·------·------- SD-021 I Standard 20' Storm Drain Inlet ~g~~~; I ~~~~~~~e1~~~l~~t:~1~:~~~~o~astic PiP.e Trench Installation Detail so-024--rRes"icfonHaTRoilove _r _curb·-a·n·,fGutier------·----·---------·-·------·-----·------·------------ 8" USE #3 BARS X 3'-2" @ 22" O.C., UNLESS CONNECTING TO PAVEMENT, THEN USE #3 BARS X 5'-3" @ 22" O.C. 24" A~ A ::=_j PLAN VIEW #3 BARS @ 12" 0.C. (REAR FACE, REAR WALL) #3 BARS @ 18" O.C. (NEAR FACE, REAR WALL) 8"~ #4 BAR X 11'-0" NOTES: 1. DIMENSION "D" (DEPTH) FOR ALL STANDARD 10' INLETS SHALL BE 4' -0" AT THE UPPER END AND 4' -8" AT THE OUTLET END (MEASURED FROM THE TOP OF CURB). FOR NON-STANDARD INLETS THE DEPTH WILL BE SHOWN ON THE PLANS . 2. DIMENSION "A" SHALL BE THE GUTIER DIMENSION IN USE ON THE PROJECT. (2) #4 BARS X 15'-9" 3. IF MANHOLE DEPTH IS OVER 5'-0", STEPS WILL BE REQUIRED AND SHALL BE CONSTRUCTED PER DRAWING SD-013. B J 4. GUTTER CONSTRUCTION IN FRONT OF INLET (AS SHOWN) IS TO BE CONSIDERED AS PART OF SAME. 5 . ALL EXPOSED SURFACES ARE TO BE WELL FINISHED. EXCAVATION FOR INLET IS TO BE INCLUDED IN PRICE BID FOR SAME . #3 BARS @ 18" 0.C. (FRONT FACE, FRONT WALL) A 1 · -0" ---4----~ VARIES (SEE FACE OF CURB #3 BAR X 15'-9" RADIUS AND- SLOPE AS STD. CURB NOTE 2) }.. 34" CHAMFER TOP OF CURB END OF INLET TO BE NEAR CURB CORNER 7" GRADE OF GUTIER AT INLET C/L co 3'-0" 10'-0" OPENING 3'-0" PAY LIMIT OF INLET ELEVATION VIEW TOP OF GUTIER \ 2 • TOP OF CURB ~ OO~~ED~ \ : _ I ~ ] r: L J_ 1:o T -' =====-=+ -----==rFL~ u:,---:~~-;_·~-[,. STD . CURB AND GUTTER -#3 BARS BENT INTO WALL #4 BARS AT 8" O.C. ~ BOTH WAYS 1 "x4" KEYWA Y --- OR #3 L-BAR @ 3'-4 8" 0.C. IN LIEU OF KEYWAY SECTION A-A ~ ~ 0 0 z (/) w w w a:: e ~ 8" OF GUTIER REVISED DATE: 11-2009 CITY OF FORT WORTH, TEXAS STANDARD 10' STORM DRAIN INLET DATE : 06-2007 SD-001 0 I N RING AND COVER TO BE CONSTRUCTED OVER OUTLET _....L_--+~---------------'--1 ________________ ___,__ } (SEE NOTE 3) , .. FACE OF CURB EDGE OF GUTTER (2) #3 BARS @ 6" o.c . A 3'-0" 8" THICK WALL AT CENTER OF DOUBLE 10' INLET .__ __ __,_____,__ (2) #6 BARS @ 6" O.C . ONLY IN CENTER WALL OF DOUBLE 10' INLET 3'-4" .. , SECTION A-A . CD I LA PLAN VIEW 20'-8" 3'-0" TOP OF CURB iJ I I 10'-o" I 8"~ -------- ELEVATION VIEW NOTES: 1. ONE DOUBLE 10' INLET SHALL CONSIST OF TWO STANDARD 10' REINFORCED CONCRETE INLETS CONSTRUCTED TOGETHER AS A SINGLE UNIT WITH THE ADJACENT ENDS OF THE TWO INLETS REMOVED AND JOINED TOGETHER SO AS TO FORM A CONTINUOUS BOX INLET HAVING A 20'-8" LENGTH OPENING . PROVIDE AN 8" CENTER WALL AS SHOWN IN SECTION A-A. 2 . SEE DRAWING NO. SD-001 FOR FINISHED INLET DETAILS. 3 . DIMENSION 'A' SHALL MATCH GUTTER DIMENSION IN USE ON THE PROJECT. REVISED DATE: 07-2009 CITY OF FORT WORTH, TEXAS DATE: 06-2007 STANDARD DOUBLE 1 O' STORM DRAIN INLET SD-002 RING AND COVER TO BE CONSTRUCTED OVER OUTLET 0 I N FACE OF CURB I· (2) #3 BARS @ 6" o.c. 3'-4" -1 SECTION A-A ------1-------------- 18" DEPRESSED } (SEE NOTE 3) 18" PLAN VIEW 5'-0" A (SEE NOTE 3) FACE OF CURB 8" THICK WALL AT CENTER OF DOUBLE 1 O' INLET (2) #6 BARS @ 6" O.C. ONLY IN CENTER WALL OF DOUBLE 10' INLET 20'-8" 5'-0" TOP OF CURB iJ I I 10'-Q" I 8"-j i.--.. ------ ELEVATION VIEW NOTES: 1. ONE DOUBLE 10' INLET SHALL CONSIST OF TWO STANDARD 10' REINFORCED CONCRETE INLETS CONSTRUCTED TOGETHER AS A SINGLE UNIT WITH THE ADJACENT ENDS OF THE TWO INLETS REMOVED AND JOINED TOGETHER SO AS TO FORM A CONTINUOUS BOX INLET HAVING A 20'-8" LENGTH OPENING . PROVIDE AN 8" CENTER WALL AS SHOWN IN SECTION A-A. 2. SEE DRAWING NO . SD-001 FOR FINISHED INLET DETAILS . 3 . DIMENSION "A" SHALL MATCH GUTTER DIMENSION IN USE ON THE PROJECT. CITY OF FORT WORTH, TEXAS RECESSED DOUBLE 1 O' STORM DRAIN INLET DATE: 06-2007 SD-003 4'-0" -....... W+2T w (OPENING) TROWEL FINISH 7 (TYP . ALL SIDES) 4'-o" #4 BARS X 3'-0" @ 18" O.C. (TYP .) CONSTRUC TION JOINT AT CORNERS #4 BARS @ 18" O.C.B.W . (TYP . ALL SIDES) SECTION A-A NOTES : 1. MATERIAL AND WORKMANSHIP SHALL CONFORM WITH THE REQUIREMENTS OF FORT WORTH STANDARD SPECIFICATIONS FOR STANDARD CONCRETE MANHO LES. 2. ALL STEEL RE INFORCING SHALL HAVE A 2" CONCRETE COVER (MINIMUM), UNLESS OTHERWISE NOTED. 3 . EXCAVATION FOR MANHOLE TO BE INCLUDED IN THE UNIT PRICE BID FOR MANHOLE . 4 . FOR DETAILS OF REINFORCING OF LOWER PORTIONS OF INLET, SEE APPROPRIATE SQUARE MANHOLE DETAIL. 5 . DEPTH OF DROP INLET FROM FINISHED GRADE TO FLOW LINE OF INLET IS VARIABLE . APPROXIMATE DEPTH WILL BE SHOWN ON PLANS AT LOCATION OF INLET. 6 . ALL STANDARD DROP INLETS SHALL HAVE ONE OPENING ON EACH SIDE UNLESS SHOWN ON PLANS. 7 . DECK MAY BE REINFORCED SAME AS 4' SQUARE MANHOLE (SEE DRAWING NO. SD-006). 8 . IF DEPTH OVER 5'-0" AT MANHOLE, STEPS SHALL BE CONSTRUCTED PER DRAWING NO. SD-013). I- N + 3: I- S' A z L 3: z w Q. 0 '-' I- I W + 2T I ~~1-•~(-0P-E:-IN-G)~--1~i-- PLAN VI EW INLET SIZE T w 2 ' SQUARE 7" 2'-0" 4' SQUARE 7• 4'-0" 5' SQUARE 8 " 5'-o" 6' SQUARE g" 6'-0" 7' SQUARE g • 7 '-0" 8' SQUARE g • 8'-0" A J TOOLED EDGES (TYP . ALL SIDES) REVISED DATE: 11-2009 CITY OF FORT WORTH, TEXAS STANDARD STORM DRAIN DROP INLET DATE: 06-2007 SD-004 2" X 8" X 10'-3" 12" (TYP .) 10'-3" (FOR 10' INLET) 2 " X 8 " X 2 '-3" WOOD TIES 8 (TYP. 3) J_ WOOD PLANKS ~-~--...-.o----r--------.--,..-., ~ -~--r,1 1 r, J A Ill Ill A 2" (TYP.) tt:i:t====::~:::::==::::jc:jt:t::t==============t:t:t:l L l+++=r--rr ~=====rt=~===-==-==:::p:::t::1 J ~ I N --'---L...J I 2 " (TYP .) J 2" I 1 2 14" SPACE -l 1-2" (TYP .) B 2 " X 4 " X 1'-11 " WOOD TIES (TYP . 2) WOOD GRATE 2" X 8" X 2'-3" WOOD TIES (TYP. 3) 4 '-9 3,(' 2 " X 8" X 10'-3" WOOD PLANKS 2" X 4 " X 1'-11" WOOD TIES 2" (TYP. 2) 7 ~ .. SECTION A-A 2" x 8" WOOD PLANK BEND REINFORCING BARS DOWN TO HOLD WOOD GRATE IN PLACE z oO ~G ~ I:::> ~. t5~ " <( U) t--Z U)Q u 1" x 4" KEYWAY (TYP . 4) 2'-0" NOTES: 1. THE TWO-STAGE CONSTRUCTION SHALL BE USED WHEN DENOTED ON THE PROJECT PLANS , OR WHEN DIREC TED BY THE ENGINEER. THIS SHALL BE A SUBSIDIARY ITEM TO THE PROJECT CONTRACT. 2. THE WOOD GRATE SHALL BE MADE OF NEW, NO. 2 YELLOW PINE LUMBER, OR MA TERI AL APPROVED BY THE ENGINEER. ROUGH LUMBER MAY BE USED. 3 . THE 2" x 4 " WOOD TIES SHALL BE CONNECTED TO EACH PLANK WITH (4) 16d NAILS . THE 2 x 8 WOOD TIES SHALL BE CONNECTED TO EACH PLANK WITH AT LEAST FOUR 16d NAILS. ALL NAILS TO BE CEMENT COA TED. 4 . THE REINFORCING STEEL USED FOR THE FIRST STAGE SHALL BE BILLET-STEEL DEFORMED BARS, INTERMEDIATE GRADE, ASTM DESIGNA TI ON A-15-57T. SECTION 8-8 5 . SEE STANDARD INLET CONSTRUCTION DE TAIL FOR FINISHED INLET DETAILS (SD-001 ). CITY OF FORT WORTH, TEXAS TWO-STAGE CONSTRUCTED CURB INLET REVISED DATE: 11-2009 DATE : 06-2007 SD-005 'ix> ~ b I I in ~ 3-#4 BARS, AS SHOWN 'ix> CITY STANDARD MANHOLE FRAME AND COVER FINISHED STREET TOP OF PIPE #4 BARS c-- 8 " O.C.8 .W. 5'-4" 4'-0" 8"-------8" PLAN VIEW 8" BARS T #4 BARS C 6 " O.C.B .W. HOOKED AT EACH END 8" 2 ~· TYP ICAL--! f-- TYPICAL CORNER DETAIL PLAN VIEW BARS E--~ #4 BARS C 18" OUTSIDE FACE @IES; 1. MATERIALS AND WORKMANSHIP SHALL CONFORM WITH THE REQUIREMENTS OF CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STANDARD CONCRETE MANHOLES. 2 . LAYERS OF REINFORCING STEEL NEAREST THE INTERIOR AND EXTERIOR SURFACE SHALL HAVE A COVER OF 2" TO THE CENTER OF BARS, UNLESS OTHERWISE NOTED . 3 . EXCAVATION FOR MANHOLE TO BE INCLUDED IN THE UNITS PRICE BID FOR MANHOLE. ~--BARS C #4 BARS C 18" INSIDE FACE T 18" MAX. J BARS T-#4 BARS C 6 " O.C.B .W. ~ 0 z BARS D ----+.+++-+-, #4 BARS C 18" ..L.LI..L.....1-!---.J'--+--'_._..~ SECTION 8-8 . U) VERTICAL BARS #4 BARS AT 18" (IF WALL HEIGHT IS OVER 6 ' USE STEEL REBAR SPACERS) SLOPE 3.~;" TO DRA IN w w en . p NOTE: DEPTH "D" SHALL BE SHOWN ON STORM DRAIN P L AN AND PROFILE SHEETS . OUTSIDE FAC E 4------1.-..--+----'---4--#4 DOWELS C 18" ALL AROUND EXCEPT IN WAY OF PIPE -J12 ·f--j12·~ #4 BARS 0 6 " O.C.B .W. SECTION A-A NOTE : SLOPE INVERT OF M.H. AS IND ICATED ON PLAN & PROFI LE SHEET. CITY OF FORT WORTH, TEXAS STANDARD 4' SQUARE MANHOLE DATE : 06-2007 SD-006 . ID ;;. b I I "' in 3 -/14 BARS, AS SHOWN CX) CITY STANDARD MANHOLE FRAME AND COVER FINISHED STREET MORTAR COVER ONE OR MORE C.I. MANHOLE STEPS COURSES 2 ~· AT 12"-12" SPREAD VITRIFIED BRICK 6'-4" PLAN VIEW STAGGERED (REINF. BARS F-#4 PLASTIC STEPS MAY J---"-'BA..;;.R.;..:S_A'-'-Tc..;...;;.18"--"--......,i':== BE USED) TOP OF PIPE 8 " BARS T 2 W TYPICAL--j 1--- TYPICAL CORNER DETAIL PLAN VIEW /15 BARS 0 8" O.C.B.W. HOOKED AT EACH END 5-#4 x 9 " BARS TO BIND BRICK TO TOP SLAB ,n-----VERTICAL BARS /14 BARS AT 18" (IF WALL HE IGHT IS OVER 6' USE STEEL REBAR SPACERS) SLOPE 3-'" TO DRAIN ~ 0 z w w V) BARS E--- /14 BARS C 18" OUTSIDE FACE BARS D -----l-++++-, /14 BARS C 18" OUTSIDE FACE ~ 1. MATERIALS AND WORKMANSHIP SHALL CONFORM WITH THE REQUIREMENTS OF CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STANDARD CONCRETE MANHOLES. 2. LAYERS OF REINFORCING STEEL NEAREST THE INTERIOR AND EXTER IOR SURFACE SHALL HAVE A COVER OF 2 " TO THE CENTER OF BARS, UN LESS OTHERWISE NOTED . 3. EXCAVATION FOR MANHOLE TO BE INCLUDED IN THE UNITS PRICE BID FOR MANHOLE. .----BARS C #4 BARS C 18" INSIDE FACE p _ t~i----tt----++--t--t+t--+---+-#4 DOWELS @ 18" ALL AROUND EXCEPT IN WAY OF PIPE /15 BARS C ---1 "x4" KEY OR #4 BARS O ~ ~ 8 " O.C.B. W. 8" c-c IN LIEU OF KEYWA y ID NOTE: DEPTH "D" SHALL BE SHOWN ON STORM DRAIN PLAN AND PROFILE SHEETS . NOTE : SLOPE INVERT OF M.H. AS INDICATED ON PLAN & PROFILE SHEET. SECTION B-B SECTION A-A CITY OF FORT WORTH, TEXAS STANDARD 5' SQUARE MANHOLE DATE : 06-2007 SD-007 • ' a, 8 ' '° I a I L i--'° I 3-#5 BARS, _;- AS SHOWN ' a, ' . NOTE. 60 DIAMETER PIPE SHOWN CITY STANDARD MANHOLE FRAME AND COVER MORTAR COVER ONE OR MORE COURSES 2 ~- VITRIFIED BRICK C.I. MANHOLE STEPS AT 12"-12" SPREAD STAGGERED (REINF. PLASTIC STEPS MAY BE USED) REINFORCING TYPICAL ALL WALLS #4 BARS C 18" VERT. #4 BARS @ 12" HOR. #5 BARS c-- 12" O.C.B . W. 7'-6" 9" 6-0 ~A I V I I I ,--,.... I/ ~I~ / L// ~ / , __ ........ j I\. / ~ I/ -r .., ,I ----I/ J -"' I ( --~1 I I I I 1:= A 9" l- 8 u ~ ~ BARS T #5 BARS C 8" O.C.B.W. HOOKED AT EACH END 9• 2 W TYPICAL--j f-- TYP IC AL CORNER DETAIL PLAN VIEW t:iQIES; 1. MATERIALS AND WORKMANSHIP SHALL CONFORM WITH THE REQUIREMENTS OF CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STANDARD CONCRETE MANHOLES. 2. LAYERS OF REINFORCING STEEL NEAREST THE INTERIOR AND EXTERIOR SURFACE SHALL HAVE A COVER OF 2" TO THE CENTER OF BARS, UNLESS OTHERWISE NOTED . 3 . EXCAVATION FOR MANHOLE TO BE INCLUDED IN THE UNITS PRICE BID FOR MANHOLE. PLAN VIEW 5-#4 x 9" BARS TO BIND BRICK TO TOP SLAB ~---BARS C SECTION 8-8 18" MAX . ~ VERTICAL BARS ~ #4 BARS AT 18" w (IF WALL HEIGHT IS ~ OVER 6' USE STEEL 1 REBAR SPACERS) BARS E---,. #4 BARS @ 18" OUTSIDE FACE BARS D ----++++---+-o #4 BARS @ 18" ~~..._--.,~-~-~~ OUTSIDE FACE #4 BARS @ 18" INSIDE FACE p _l__~'!::::~'!::::=*°'!:::l:=*''!::±::=+----+-#4 DOWELS @ ' '° NOTE: DEPTH "D" SHALL BE SHOWN #4 BARS @ 6" 0 .C.B.W. ON STORM DRAIN PLAN AND PROFILE SHEETS . SECTION A-A CITY OF FORT WORTH, TEXAS STANDARD 6' SQUARE MANHOLE 18" ALL AROUND EXCEPT IN WAY OF PIPE NOTE : SLOPE INVERT OF M.H. AS INDICATED ON PLAN & PROFILE SHEET. DATE: 06-2007 SD-008 9"-TYPICAL---... ALL WALLS 1 PIPE DIA . 18"-24" A 4'-11 ~ .. z B 3'-3 ~fo" 0 vi z C 2'-5" w ::. i5 D 3'-0" E 4'-2" 2 27"-33" 4 '-11 !ls " 3'-9 ~ .. 2'-8" 3'-10 ~ .. 5'-1" B PLAN VIEW MANHOLE TYPE 3 4 5 36"-42" 48"-54" 60"-66" 5'-5 !ls .. 5·-1 ~-6'-9 7-fi" 4'-3 'l\s " 4'-11 w 5 '-7 !ls" 2·-11 · 3'-3" 3'-7" 4'-9" 5 '-11" 7'-1 " 5'-11 14" 7 '-1 14" 8 '-3 14" 0 w 3-#5 BARS AT OPENING AS SHOWN 6 7 72"-78" 84"-96" 7'-6" 8'-6 ~- 6'-3 ~ .. 7'-3 7-{i" 3'-11" 4'-5 w 8'-3" 10'-o" 9'-5 14" 11·-2 14" a w en :) ~ :,,:: () ~ en w z ..J CD w -ct J: a:: 3:: ~ ::. :) ::. z :Si ~ Cl I t:, FINISHED STREET SURFACE • I I I I #5 BARS AT 5 • C-C EACH WAY 2 DIAGONAL #4 BARS OVER PIPES, EACH FACE x_ ~ ~ #5 BARS AT 12" C-C EACH WAY CITY STANDARD MANHOLE FRAME AND COVER 6" MINIMUM MORTAR COVER 5-#4 x O' -9" BARS AROUND RING TO BIND BR ICK TO TOP SLAB C.I. MANHOLE STEPS AT 12" C-C STAGGERED 12" C-C (REINF. PLASTIC STEPS MAY BE USED) REINFORCING TYPICAL ALL WALLS : #4 BARS AT 18" VERT. EACH WAY #4 BARS AT 18" HORIZ . EACH WAY IF WALL HEIGHT IS OVER 6 ' USE STEEL REBAR SPACERS #4 BARS AT 8 " C-C IN LIEU OF KEYWAY SECTION A-A NOTE : THE 2' -8" DIMENSION SHALL IN ALL CASES BE THE CONTROL DIMENSION AND ANY DEVIATION IN OTHER DIMENSIONS ENCOUNTERED IN THE FIELD SHALL BE ADJUSTED BY THE ENGINEER . CITY OF FORT WORTH, TEXAS MANHOLE DETAIL TYPES 1 thru 7 DATE : 06-2007 SD-009 CITY STANDARD MANHOLE FRAME AND COVER FIN ISHED STREET 2 OR MORE COURSES OF 2 ~ .. VITRIFIED BRICK #4 BARS @ 12" EACH WAY TOP #4 BARS @ 6 " EACH WAY BOTTOM 48" EXTRA STRENGTH REINFORCED CONCRETE CULVERT PIPE #4 BARS AT 6" EACH WAY SEE NOTE 3 08" 2'-0" MANHOLE FRAME ONLY NOTES : 2'-9" 1'-3" 2'-0" (5) #4 x 0'-9" BARS AROUND RING TO BIND BRICK TO TOP SLAB MORTAR COVER C) I U) 18" MAX. _-MANHOLE FRAME & COVER T. V.I.B .S. CO . w _J CD <( a::: <( > 6" PATTERN N-4607 OR EQUAL. NOTE: REBAR 2" CLEAR FROM FACE TYPICAL r-COLLAR AROUND PIPE (2) #4 BARS CIRCUMFERENTIALLY DOWELS-#4x24" @ 12" AROUND PIPE 1. STACK CONSTRUCTION SHALL BE OPTIONAL WITH THE CONTRACTOR IN THE CASE WHERE DEPTH OF THE M.H . FROM FINISHED GRADE TO F.L. IS 12' -0" OR LESS . IN CASES WHERE M.H. DEPTH IS GREATER THAN 12'-0", STACK CONSTRUCTION IS REQUIRED . 2 . INTERMEDIATE SLAB AND MANHOLE COVER AND FRAME TO BE USED ONLY WHEN DEPTH FROM FINISHED GRADE TO TOP OF PIPE EXCEEDS 12' -0". 3 . ON STACKED MANHOLE, THE REINFORCED CONCRETE TOP SHALL BE INCREASED TO 12" THICKNESS, AND THE REINFORCED STEEL INCREASED TO #7 BARS. CITY OF FORT WORTH, TEXAS STACKED MANHOLE DATE: 06-2007 SD-010 1/4 I.D . (LARGE PIPE) 1/8 CIRCUMFERENCE (TYP .) ,______._ 1/4 I.D. (LARGE PIPE) O.D. (LARGE PIPE) + 1'-0" • • • a.. (0 >-t:, 3" (TYP .) ,-... w a.. a:: wo c., I a::: • <{ ~ .2-+ Cl ci #3 BARS BEN T AS SHOWN • Cl ci #3 BARS @ 14" O.C. (CIRCUMFERENTIAL) 1'-6" • g" g" SECTION A-A CITY OF FORT WORTH, TEXAS REINFORCED CONCRETE COLLAR -1 I- I I I DATE: 06-2007 SD-011 MANHOLE FRAME & COVER SHOWN, (NEENAH R-1688 OR EQUAL 280 LBS .) FOR INLET, COVER MAY BE 20" (NEENAH R-1737 OR EQUAL, 185 LBS.) PLAN OF FRAME 22 ~ .. 32" SECTION C-C 14" CORRUGATION CITY OF FORT WORTH, TEXAS STANDARD CAST IRON FRAME & COVER DATE: 06-2007 SD-012 A L : ~ lO L.. ~6" _·1· 51..i" -11..i" 1" 1" 1" I· ·I· -I· -I 16666 ~ SECTION A-A 12" 6" 5 1..i" i------------+-----=------1..i" 3 1..i" 7 " ~----"--... J4" r----------- PLAN VIEW ~ .. ]_ NOTE : AL TERNA TE DESIGNS MAY BE SUBM ITTED FOR APPROVAL BY THE ENGINEER . ~6 1~ CITY OF FORT WORTH, TEXAS CAST IRON MANHOLE STEPS A J DATE: 06-2007 SD-013 1----------~--~.-----·--1-·-·-, I 11-6" I ~+-~i-. II f L. ~3" l+-~L, #4 BAR (SEE NOTE) I I I I 1,.,..-SEE REINFORCEMENT FOR -H !/1 s CONCRETE PLUG Irr I .. I ·I T 0 I I I ~-----L-----L_L_J T = LENGTH OF PIPE GROOVE ~--------____ -_-_:::J_ REINFORCEMENT FOR CONCRETE PLUG PIPE SIZE REINFORCED DISTANCE s BAR c-c 18"-33" #2 12" BOTH WAYS 1/2 T 36"-54" #3 12" BOTH WAYS 1/3 T 60"-84" #4 12" BOTH WAYS 1/4 T NOTE: STEEL HANDLE FOR REINFORCED CONCRETE PIPE PLUG SHALL BE LOCATED 1/4 I.D . ABOVE CENTER POINT OF PLUG . TWO STEEL HANDLES WILL BE REQUIRED ON PLUGS OF 36" PIPES OR LARGER AND SHALL BE PLACED 1/4 1.0. APART AND 1/4 1.0. ABOVE CENTER OF PLUG . CITY OF FORT WORTH, TEXAS REINFORCED CONCRETE PIPE PLUG DATE: 06-2007 SD-014 ........ ~ a... • w _<t:. 0 "I ~u oz w Cl::'. I-..__, MUST BE GREATER WITH LATERALS UNDER PAVEMENT NOTES : : (0 I 1'-6" MIN . WASHED ROCK PER ITEM 402 , L~ SEE NOTE 1 ~~~ DIM . 'B ' (TRENCH WIDTH) SEE TABLE 1 TABLE 1 LIMITS OF EXCAVATION DIM. A DIM. 8 2 .5' TO 6' 1'-7" 6 ' TO 10' 2'-1" 10' TO 15' 2'-7" OVER 15' 3 '-1" 1. FIELD INSTALLATION SHALL BE IN ACCORDANCE WITH STORM WATER DETAIL SD-023. 2 . PIPE SHALL BE : (A) 6" DIAMETER PERFORATED SCHEDULE 40 PVC; (B) 6" DIAMETER PERFORATED TYPE S (DUAL-WALL) HDPE PIPE PER AASHTO M252; OR, (C) CORRUGATED PVC PIPE PER ASTM F949 . NOTE THAT CORRUGATED POLYETHYLENE TUBING (ASTM F405) IS NO LONGER PERMITTED FOR SUBDRAINS . CURB & GUTTER REVISED: 11-2009 CITY OF FORT WORTH, TEXAS SUBDRAIN DATE: 08-2006 STR-015 #4 @ 12" c-c 5" ~-B C A ---jJ -------, r-+ ___ _J ----- FLOW --------- 1· [ 20+2.o· #3 BARS @ 18" C-C BOTH WAYS OR 6x6-#6 WIRE MESH 5" SEE DETAIL "D" -e--c -j f-5" L__-B PLAN VIEW #4 @ 12" C-C #3 BARS @ 18" #3 BARS @ 18" C-C BOTH WAYS OR 6x6-#6 WIRE MESH C-C BOTH WAYS OR 6x6-#6 WIRE MESH SECTION A-A MAX . SLOPE 2 : 1 0+2.0· SECTION 8-B #3 BARS @ 18" C-C BOTH WAYS OR 6x6-#6 WIRE MESH 5" MAX . SLOPE 2: 1 ~ + 0 5" D MINUS 4" ---+-1--<1-.l 6" DETAIL D CONSTRUCTION JOINT CITY OF FORT WORTH, TEXAS CONCRETE APRON -VERTICAL HEADWALL SECTION C-C DATE: 06-2007 SD-016 <( l ____ , ____ J__ ---~ ._._1 __.__ _____ -1,-_____ ...L......LJI 1 ELEVATION t co w __ _§ARS_A _14_ BARS D #4 BARS C 4"@ 12" c-c ------i---+->-----t-o.-t-+-+-BARS V #4 12"@ C-C BARS F 4" ~6"f- BARS B 4" @ 12" c-c PROVIDE A 12" FOOTING AS SHOWN WHERE REQUIRED TO MAINTAIN 4" MIN . COVER FOR PIPES I 3"1 I ~\ ~t 15,(6 "\;112 BARS C BAR DETAIL TYPICAL WING ELEVATION -----= A1 = W+4 ~" THIS DIMENSION REDUCED 1'-1 7..f!," FOR EACH SUCCESSIVE BAR . BARS A1-A2 _.._B_=_Y_+_4_"__.--i ~ l 8 1 = 8" I I THIS DIMENSION INCREASED 2' -7" FOR EACH SUCCESSIVE BAR. BARS B & 8 1 -8 2 NOTES : 1. ALL CONCRETE SHALL BE CLASS A. ALL EXPOSED CORNERS SHALL BE CHAMFERED 74". 2 . REINFORCING STEEL SHALL BE PLACED WITH THE CENTER OF THE OUTSIDE LA YER OF BORE 2" FROM THE SURFACE OF THE CONCRETE. 3 . SEE SUPPLEMENTAL DRAWING SD-018 FOR VARIABLE DIMENSIONS. REVISED DATE: 11-2009 CITY OF FORT WORTH, TEXAS CONCRETE HEADWALL DATE: 06-2007 SD-017 CONCRETE HEADWALLS DIMENSIONS HEADWALL A 8* C D E SIZE 18" 2'-6" 4 1 -0 7,a" 18" 4 '-0" 24" 3 '-0" 5'-9 34" 24" 6'-0" 30" 3'-6" 7'-6 5,a" 30" 8'-0" 36" 4'-0" 9'-3 ~ .. 36" 10 '-o" 39" 4'-3" 10'-2" 39" 11 '-o" 42 " 4 '-6" 11 ·-o 14" 42" 12·-o" 48" 5'-3" 12'-9 1,a" 48" 15'-o" 54" 5'-9" 14'-6" 54" 17'-0" 60" 6'-3" 16'-2 7,a" 64" 19'-0" 66" 6'-9" 17' -11 34" 66" 21'-o" 72" 7'-3" 19'-8 5,a" 72 " 23'-o" NOTE: THIS DRAWING SUPPLEMENTS DRAWING SD-017. * LENGTH OF B TO BE DETERMINED BY STEEL FABRICATOR REVISED DATE: 11-2009 foRT.;oRTQ CITY OF FORT WORTH, TEXAS DATE: 06-2007 CONCRETE HEADWALL DIMENSIONS SD-018 ct SYM . 0 w Li: u w Cl.. en en <( I I- Cl.. w 0 3" • • g" g" 1--3" #3 BARS @ 18" C-C BOTH WAYS • CONCRETE (5 SACK) #3 BAR NOTE: 1. CONCRETE SHALL BE CLASS 'A' PER SPECIFICATIONS ITEM 406 CONCRETE FOR STRUCTURES . CONSTRUCTION JOINT #3 L BAR @ 18" c-c 2. RIPRAP TO BE FORMED ON UNDISTURBED SOIL CUT TO GRADE. IF TO BE PLACED ON FILL, ALL FILL SHALL BE PLACED ON BENCHES CUT IN UNDISTURBED SOIL AND FILLED IN 8" LOOSE LIFTS, EACH COMPACTED TO 957. STANDARD PROCTOR NOTE: DENSITY. THE FILL SO COMPACTED SHALL THEN BE CUT TO GRADE. TYPICAL TRANVERSE SECTION (SEE BOTH FOR COMPLETE DETAIL) TRANSVERSE EXPANSION JOINTS ARE REQUIRED 100' ON CENTERS OR LESS; SAME SHALL INCLUDE 3,f' REDWOOD COMPLETELY COVERING THE JOINT FACES (EXCEPT 34" EDGE RELIEF FOR DEALING COMPOUND) AND 24" #8 SMOOTH DOWELS ON 18" CENTERS COATED 16" AND CAPPED WITH 1 14" MIN . CLEARENCE ON ONE END AND WITH 12" SPAN DOWEL SUPPORT AND HOT POURED RUBBER TYPE SEALING COMPOUND 3,('' THICK ct SYM . SLOPE UNLESS~~~ SPECIFIED OTHERWISE 2" PROJECTION @ 20' C-C 2" SCH 40 P. V.C. CUT FLUSH AS SHOWN 6" MIN.--j AS REQUIRED FOR 1 SQ FT. 14• PER FT. 1,4" PER FT. (1 CU . FT. PER FT. CONTINUOUS; 12" FOR 2: 1 SIDE SLOPE) --- 6" MIN. BOTTOM WIDTH AS SPECIFIED -~- NOTE : 12" WASHED ROCK TO BE COVERED WITH STAKED BURLAP OR OTHER SUITABLE MEANS , APPROVED BY THE ENGINEER, TO HOLD IN PLACE WHILE CONCRETE IS BEING PLACED . TYPICAL TRANVERSE SECTION (SEE BOTH FOR COMPLETE DETAIL) CITY OF FORT WORTH, TEXAS REINFORCED CONCRETE RIPRAP DATE: 06-2007 SD-019 o· I~ °N~ . en #3 BARS AT 6" C-C 3" 6" \ ..,,.__2-#6 BARS AT 6" C-C \ ONLY IN CENTER OF 15' INLET ,_-____ -_.I\_ 8" THICK WALL AT CENTER OF 15' INLET SECTION A-A .-----A -A 15'-8" 8" CENTER WALL SEE SECTION A-A AND NOTE T ,·-o· ·1 I .... I -----------. PLAN NOTE: ONE 15' INLET SHALL CONSIST OF TWO 7 .5' REINFORCED CONCRETE INLETS CONSTRUCTED TOGETHER AS A SINGLE UNIT WITH THE ADJACENT ENDS OF THE TWO INLETS REMOVED AND JOINED TOGETHER SO AS TO FORM A CONTINUOUS BOX INLET HAVING A 15' -8" LENGTH OPENING . PROVIDE AN 8" CENTER WALL AS SHOWN IN SECTION A-A SEE DRAWING SD-001 FOR FINISHED INLET DETAILS. REVISED DATE: 07-2009 CITY OF FORT WORTH. TEXAS STANDARD 15' STORM DRAIN INLET DATE: 03-2009 SD-020 RING AND COVER TO~ BE CONSTRUCTED OVER OUTLET I -_ -_ -_ -_ -_ --- 1 C.I. -~ COVER _____ v ---.,---11 3'-0" . - "' #3 BARS AT s• C-C I I I 10'-0" 7"-s·- \ -2-#6 BARS AT 6 " C-C I\. ONLY IN CENTER OF 15' I\ INLET SECTION A-A 8 " THICK WALL AT CENTER OF 15' INLET REPEAT AS REQUIRED FOR LONGER INLETS 8" CENTER WALL SEE SECTION A-A AND NOTE 1---~.I. T ------~.I. l COVER COVER I J-- - - - - -Ld-- - - - --i----1-r-- --A 8" 31'-4" 3'-o· 10'-0" 8" 10'-0" PLAN NOTE: ONE 30' INLET SHALL CONSIST OF THREE 1 O' REINFORCED CONCRETE INLETS CONSTRUCTED TOGETHER AS A SINGLE UNIT WITH THE ADJACENT ENDS OF THE TWO INLETS REMOVED AND JOINED TOGETHER SO AS TO FORM A CONTINUOUS BOX INLET HAVING A 31 '-4 • LENGTH OPENING . PROVIDE AN 8" CENTER WALL AS SHOWN IN SECTION A-A SEE DRAWING SD-001 FOR FINISHED INLET DETAILS . REVISED DATE: 07-2009 CITY OF FORT WORTH, TEXAS STANDARD 30' STORM DRAIN INLET DATE: 03-2009 SD-021 UNDISTURBED EARTH MIN. DISTANCE TO SIDE WALL 6" (15"-18" PIPEi 9" (24" -36" PIPE 12" ( 42" -60" PIP ) THERMOPLASTIC PIPE FOUNDATION MIN . TRENCH WIDTH FINAL BACKFILL INITIAL BACKFILL, 6" ABOVE TOP OF PIPE OUTSIDE OF PAVEMENT, 12" ABOVE TOP OF PIPE UNDER PAVEMENT . HAUNCHING TO SPRINGUNE OF PIPE BEDDING MATERIAL TYPICAL TRENCH CROSS-SECTION (N.T .S.) GENERAL NOTES : 1. ALL CONTRACTORS SHALL BE TRAINED AND CERTIFIED BY THE MANUFACTURER PRIOR TO INSTALLING THERMOPLASTIC PIPE . A COPY OF THE TRAINING CERTIFICATION AND PROOF OF INSURANCE SHALL BE PROVIDED TO THE CITY BEFORE ANY WORK SHALL COMMENCE. 2. AT THE ENGINEER'S DISCRETION, ALL PIPE EXCEEDING 7 .5% DEFLECTION (AS PER AASHTO SECTION 30) WILL REQUIRE REPLACEMENT OR RE-COMPACTION AT THE CONTRACTOR'S EXPENSE WHEN MEASURED OR INSPECTED NOT LESS NQIE5.; 1. ALL PIPE SYSTEMS SHALL BE INSTALLED IN ACCORDANCE WITH ASTM D2321, "STANDARD PRACTICE FOR UNDERGROUND INSTALLATION OF THERMOPLASTIC PIPE FOR SEWERS AND OTHER GRAVITY FLOW APPLICATIONS", LATEST ADDITION, AND IN ACCORDANCE WITH TEXAS DEPARTMENT OF TRANSPORTATION SPECIAL SPECIFICATION 7609, ''THERMOPLASTIC PIPE" ( ftp://ftp.dot.state.tx.us/pub/txdot-info/cmd/cserve/specs/1993/spec/es7609.pdf ) t:XCEPT AS NOTED BELOW . CORRUGATED THERMOPLASTIC PIPE WITH SMbOTH INNER WALL SHALL MEET THE REQUIREMENTS OF AASHTO M294, TYPE S AND ASTM F2306. 2 . BEDDING AND BACKFILL MATERIAL : PIPE EMBEDMENT SHALL BE CRUSHED STONE OR ROCK, OR CRUSHED GRAVEL, 100% PASSING 1-1 /2 INCH SIEVE , < 10% PASSING N0.4 SIEVE AND <5% PASSING N0 .200 SIEVE, NON-PLASTIC EQUAL TO NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS AGGREGATE GRADE 4 OR CITY OF FORT WORTH SPEC IFICATION 402 .2. 3 . FOUNDATION WHERE THE TRENCH BOTTOM IS UNSTABLE, THE CONTRACTOR SHALL EXCAVATE TO A DEPTH REQUIRED BY THE ENGINEER AND REPLACE WITH A FOUNDATION OF BEDDING AND BACKFILL MATERIAL. AS AN ALTERNATIVE AND AT THE DISCRETION OF THE ENGINEER . THE TRENCH BOTTOM MAY BE STABILIZED USING A WOVEN GEOTEXTILE FABRIC . 4. MEASURES SHOULD BE TAKEN TO PREVENT MIGRATION OF NATIVE FINES INTO BACKFILL MATERIAL, WHEN REQUIRED AND AS DIRECTED BY ENGINEER. 5. BEDDING : UNLESS OTHERWISE SPECIFIED BY THE ENGINEER, MINIMUM BEDDING THICKNESS SHALL BE 6 INCHES . 6 . HAUNCHING: FOR PIPE DIAMETER 36 INCH AND LARGER, EMBEDMENT MATERIALS SHOULD BE WORKED UNDER THE HAUNCHES BY HAND . 7 . MINIMUM TRENCH WIDTHS : NOMINAL PIPE SIZE TRENCH WIDTH (INCHES) (INCHES) 15*** 36 18*** 24 30 39 48 56 ***DRIVEWAY CULVERTS ONLY NOMINAL PIPE SIZE TRENCH WIDTH (INCHES) (INCHES) 36 64 42 72 48 80 54 88 60 96 8. FILTER FABRIC : FILTER FABRIC MEETING TXDOT SPECIFICATION DMS-6200 SHALL BE INSTALLED ALONG THE TOP OF THE INITIAL BACKFILL FOR THE FULL TRENCH WIDTH PRIOR TO THE PLACEMENT OF FINAL BACKFILL. 9. MINIMUM COVER : SURFACE UVE LOAD CONDITION UNPAVED (GRASS, LANDSCAPE) H25 (FLEXIBLE PAVEMENT) H25 (RIGID PAVEMENT) HEAVY CONSTRUCTION MINIMUM COVER CINCHES} 18" TO TOP OF GROUND 24" TO .6.0ilQ.M OF ASPHALT COURSE 24" TO TOP OF PAVEMENT 48" TO TOP OF GROUND THAN 30 DAYS FOLLOWING COMPLETION OF INSTALLATION . DEFLECTION IS REVISED DA TE: 11-2009 DEFINED PER ASTM D 2321 . r---------------C-ITY--0-F_F_O_R_T_W_O_RTH-.-TE-X_A_S ________ T"""_D_A_T_E_: _0_8 ___ 2_0..,0 ... 9-4 ) fORT,jl'IJ CORRUGATED DUAL WALL THERMOPLASTIC PIPE TRENCH INSTALLATION DETAIL SD-022 Ol Ol 0 0 0 0 N N C") I I I N 1. USE SUBDRAIN DETAIL DRAWING STR-015. ~ I") 0 ~ 0 I ACCEPTABLE PIPE MATERIAL INCLUDES : I ci 8 Cl (A) 6" DIAMETER PERFORATED SCHEDULE Lu (/) 40 PVC; (B) 6" DIAMETER PERFORATED U) <( I 5 Cl 1YPE S (DUAL-WALL) HOPE PIPE PER Lu AASHTO M252; OR, (C) CORRUGATED a::: PVC PIPE PER ASTM F949. NOTE THAT I CORRUGATED POLYETHYLENE TUBING (ASTM F405) IS NO LONGER PERMITIED I (/) FOR SUBDRAINS . w I z 2. CLEANOUTS SHALL BE INSTALLED AT _J UPPER END OF SYSTEM AND AT I w U) Cl INTERVALS NO GREATER THAN 200'. <( CLEANOUTS SHALL LINE UP WITH I X ::J LOT LINES AND BE PLACED IN A VAULT Lu (9 I- SIMILAR TO A WATER METER BOX ._ z OR PLACED FLUSH WITH A CONCRETE I 0 ~--I-COLLAR 2-3 INCHES BEYOND THE a::: ~ EDGE OF THE PIPE . --0 3: I- ) a::: _J 0 ~ LL LL (/) 3. IF PAVEMENT IS BEING REPLACED AND 0 z THERE ARE OBSTRUCTIONS IN THE >- PARKWAY SUCH AS BRICK MAILBOXES I-z OR TREES, A SUBDRAIN CAN BE c3 ~ ROUTED UNDER THE CURB . ANY CLEANOUTS IN THE PAVEMENT Cl NEED TO HAVE TRAFFIC-RATED CD COVERS . ::J (/) ~ 4. WHERE SUBDRAINS ARE INSTALLED BY BORING UNDER EXISTING DRIVEWAYS , NON-PERFORATED SCHEDULE 40 PVC 1 SHALL BE USED . OTHER PIPE MATER IALS WILL BE CONSIDERED ON A CASE-BY-CASE BASIS USING THE REQUEST FOR VARIANCE FORM CFW-7 FOUND IN THE STORM WATER j MANAGEMENT DESIGN MANUAL. DRIVEWAY I I 5 . PRIVATE FRENCH DRAINS OR YARD l_ DRAINS SHALL BE PLUMBED INTO THE SUBDRAIN WHERE IT IS PRACTICAL. IN ALL CASES, A CLEANOUT SHALL BE PROVIDED ON THE PRIVATE DRAIN . IN -- THE EVENT OF MULTIPLE PIPES AT ONE LOCATION OR OTHER UNUSUAL CONFIGURATION, A BOX OR VAULT OR A 0 SMALL GRATE INLET MAY BE USED AS A JUNCTION STRUCTURE TO TIE INTO THE PUBLIC SUBDRAIN . 0 !"R I t 'I, "I I I L1 . t') !"R 4" CURB HIGHT ' <] .. <] <] L'l • L'l ·<] . ~-2-#3BARS~· .. L1. . . . <] . . (0 '- . _/ 15" GUTIER FACE OF CURB PLANE ~--.-:..:"--'::.=..=-----i 30" FORT WORTH ~ CITY OF FORT WORTH, TEXAS RESIDENTIAL ROLLOVER CURB AND GUTTER 1 DATE: 03-2009 SD-024 MUST BE GREATER WITH LATERALS UNDER PAVEMENT NOTES : DIM . 'B ' (TRENCH WIDTH) SEE TABLE 1 TABLE 1 LIMITS OF EXCAVATION DIM. A DIM . B 2 .5' TO 6' 1'-7" 6' TO 10' 2'-1" 10' TO 15' 2 '-7" OVER 15' 3'-1 " 1'-6" MIN. WASHED ROCK PER ITEM 402 1. FIELD INSTALLATION SHALL BE IN ACCORDANCE WITH STORM WATER DETAIL SD-023. 2. PIPE SHALL BE : (A) 6" DIAMETER PERFORATED SCHEDULE 40 PVC ; (B) 6" DIAMETER PERFORATED TYPE S (DUAL-WALL) HDPE PIPE PER AASHTO M252; OR, (C) CORRUGATED PVC PIPE PER ASTM F949 . NOTE THAT CORRUGATED POLYETHYLENE TUBING (ASTM F405) IS NO LONGER PERMITTED FOR SUBDRAINS . CURB & GUTTER REVISED: 11-2009 CITY OF FORT WORTH, TEXAS SUBDRAIN DATE: 08-2006 STR-015 -9 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 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 Project No . 01635 STATE OF TEXAS COUNTY OF TARRANT § § § Title: ----------- Date : -~3_-_z~9_-..... l,_I ___ _ me , the undersigned authority, on this day personally appeared ---ll..jL..Jll,,=:::........Wl£.....!:"~Loa<J.-' known to me to be the person whose name is subscribed to the for ,going instrume t , a d .ac~n wledg d to m~ that e executed the same as the act and deed o ,' --.-.e. V, nJ c..-for the purposes and considerat ion there in expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this M day ai r e 4 011 . d~,,n.) t,~"-JJ Notary Public in and for the State of Texas -10 - CERTIFICATE OF INSURANCE • -11 - MAINTENANCE BOND Bond No. 8219-05-97 MAINTENANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS: That -"""T ....... r.;..i-""""T""'e"""c"""h"""C __ o ___ n ...... s ___ t __ ru ___ c ___ t ___ io ....... n ..... 1 __ 1 ..... n"""c __ . __ ("Contractor"), as principal, and Vigilant Insurance Company ,a corporation organized under the laws of the State of New York , ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas , ("City") in Tarrant County, Texas , the sum of Two Million Dollars and No Cents Dollars ($2,000,000.00), lawful money of the United States ,for payment of which sum well and truly be made unto sa id City and its successors, said Contractor and Surety do hereby bind themselves , the ir heirs , executors , administrators, assigns and successors, jointly and severally. This obligation is conditioned , however, that: WHEREAS , said Contractor has this day entered into a wr itten Contract with the City of Fort Worth , dated the 22"d of March , 201:L, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements : MISCELLANEOUS STORM DRAIN IMPROVEMENTS -2011 the same being referred to herein and in said contract as the Work and being designated as project number(s) 01635 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 the 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 cond ition for said term of 2 (Two) Year(s); and WHEREAS, said Contractor binds itself to repair or reconstruct the work in whole or in part at any time within said period , if in the opinion of the Director of the City of Fort Worth Department of Engineer ing, 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. Bond No. 8219-05-97 This obligat ion shall be a continuing one and successive recoveries may be had hereon for success ive breaches until the-fu ll amount hereof is exhausted. IN WITNESS WHEREOF, th is ins trument is executed in Eight counterparts , each of which shall be deemed an original , this 22"d day of _---"M=a=r;..;;c;.:.;h;...__, A.O . 2011_. ATIEST: ATIEST: (SE AL) Secretary Tri -Tech Construction, Inc. Contractor Sur ty By : --~~..a....:,..c::..~.......i......=:~L....-~~- Name :---"~~..;;;.a....;..;;.;...;.;.:.;;;~:.a.......------- Title: ---a...;.;;.;;.~1-"--&-....a.a.a....;....;;=.a.-------- 2001 Bryan Street, Suite 3400 Dallas, Texas 75201 Address -12 • PAYMENT BOND THE STATE OF TEXAS COUNTY OF TARRANT § § § Bond No. 8219-05-97 PAYMENT BOND KNOW ALL BY THESE PRESENTS: That we, (1) Tri-Tech Construction, Inc. , as Principal herein, and (2) Vigilant Insurance ..:C..::o.a.:mc:.ip;;.;:a;;:.:,n.:...,y.__ _____________ , a corporation organized and existing under the laws of the State of (3) ___ N;..;..;.ew.;.:_Y.:...o=r:..;..k=----· as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of Two Million Dollars and No Cents Dollars ($ 2,000,000.00 ) 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 22nd day of ---=-M=a=r-=-c.:.:.h __ , 2011.._, 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: MISCELLANEOUS STORM DRAIN IMPROVEMENTS -2011 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED , HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 22"d day of -----=-M=-=-a=r-=-c..:.:h ____ , 2011_. Bond No. 8219-05-97 Tri-Tech Construction, Inc. PRI~ By: ~ N~ Title : Vice President (SEAL) Address : 650 Tower Drive Kennedale, Texas 76060 Witness as to Principal ATIEST: Secretary Address: 2001 Bryan Street, Suite 3400 Dallas, Texas 75201 Witness as to Surety Gala Harris Telephone Number: 214-754-0777 NOTE : ( 1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated. In addition , an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. -13- PERFORMANCEBOND THE STATE OF TEXAS COUNTY OF TARRANT Bond No. 8219-05-97 PERFORMANCE BOND § § § KNOW ALL BY THESE PRESENTS: That we, (1) Tri-Tech Construction, Inc. ,as Principal herein , and (2) Vigilant Insurance Company , a corporation organized under the laws of the State of (3) New York , and who is authorized to issue surety bonds in the State of Texas , Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties , Texas , Obliges herein , in the sum of Two Million Dollars and No Cents Dollars ($2,000,000.00) 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 Obliges dated the 22nd day of March , 2011_, a copy of which is attached hereto and made a part hereof for all purposes, for the construction of MISCELLANEOUS STORM DRAIN IMPROVEMENTS -2011 NOW , THEREFORE, the condition of this obligation is such , if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents and shall fully indemnify and hold harmless the Obliges from all costs and damages which Obliges may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obliges 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. SIGNED and SEALED this 22nd day of ____ M_a_rc_h ___ , 2011_. (SEAL) ATIEST: Secretary Bond No. 8219-05-97 Tri-Tech Construction, Inc. Title : Vice President Address : 650 Tower Drive Kennedale, Texas 76060 Vigilant Insurance Company (SE UD ~ . 0. ~ Witness as to Suretya1a Harris Address : 2001 Bryan Street, Suite 3400 Dallas, Texas 75201 Telephone Number: 214-754-0777 NOTE: ( 1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated . In addition , an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Policyholder Information Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call Chubb's toll-free telephone number for information or to make a complaint at 1-800-36-CHUBB You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 FAX# (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent fir st. If the dispute is not resolved , you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Fo rm 99-10-0299 (Rev. 1-08) AV/SO IMPORTANTE Para obtener informaci6n o para someter una queJa: U sted puede llamar al numero de telefono gratis de Chubb's para informaci6n o para someter una queja al 1-800-36-CHUBB Puede comunicarse con el Departamento de Seguros de Texas para obtener informaci6n acerca de compafifas, 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 agente primero. Si no se resueve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AV/SO A SU POLIZA: Este aviso es solo para prop6sito de informaci6n y no se convierte en parte o condici6n del documento adjunto. Chubb Surety POWER OF ATTORNEY Federal Insurance Company Vigilant Insurance Company Pacific Indemnity Company Attn: Surety Department 15 Mountain View Road Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York. corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Jennifer R. Marsh, Charles D. Sweeney, Kyle W. Sweeney and Michael A. Sweeney of Fort Worth, Texas ----- each as their true and lawful Attorney-In-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any Instruments amending or altering the same, and consents to the modification or alteratiOn of any Instrument referred to In said bonds or obllgatfons . In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested -;;:·~~~;:; ,~m Sep~mber, 2009. (__/ ennethC.Wendel, Assistant Secretary STATE OF NEW JERSEY ss . County of Somerset On this 3rd day of September, 2009 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel , to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By-Laws of said Companies ; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that he i s acquainted with David B. Norris, Jr., and knows him to be Vice President of said Companies ; and that the Signature of David B. Norris, Jr., subscribed to said Power of Attorney is in the genuine handwriting of David B. Norris, Jr., and was thereto subscribed by authority of said By- laws and in deponent's presence . Notarial Seal KATHERINE J. ADELMR NOTARY PUBLIC OF NEW JERSEY No 2316685 Commission Expires July 16, 201 ~ CERTIFICATION ~ ~ . , ~P Jt'vjV----r Notary Public Extract from the By-Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACiFIC INDEMNITY COMPANY: "Ali powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chainnan or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designaUons . The signature of such officers may be engraved , printed or lithographed . The signature of each of the following officers : Chairman, President. any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesUng bonds and undertakings and other writings obligatory In the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached ." I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY , and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that (i) the foregoing extract of the By-Laws of the Companies Is true and correct, {II) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treas,..ry Departmert; further, Federal and Vigilant are licensed In Puerto Rico and the U.S. Virgin Islands, and Federal is licensed In American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and (iii) the foregoing Power of Attorney Is true, correct and In full force and effect Given under my hand and seals of said Companies at Warren, NJ this March 22, 2011 ~ad~ ~ Ken~e,Assln!Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATIER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903-3493 Fax (908) 903-3656 e-mail: surety@chubb.com Form 15-10-02258-U (Ed . 5-03) CONSENT -14 - CITY CONTRACT THE STATE OF TEXAS COUNTY OF TARRANT CITY OF FORT WORTH, TEXAS CONTRACT § § § KNOW ALL MEN BY THESE PRESENTS: MAR 22 2011 This agreement made and entered into this the day of , 20_, by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, A.O . 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city, and the City of Fort Worth being hereinafter termed Owner , and Tri-Tech Construction, Inc. , HEREINAFTER CALLED Contractor. WITNESSETH : That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith , the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows : MISCELLANEOUS STORM DRAIN IMPROVEMENTS -2011 Designated as project number, 01635 . 2. That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth , which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein . 3 . The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 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 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 365 (Three Hundred Sixty Five) working days . If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated , plus any additional time allowed as provided in the General Conditions , there shall be deducted from any monies due or which may thereafter become due him, the sum of $ _$630.00_per calendar 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 the 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 iniurv, 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, on the execution of this Contract, and before beginning work, to make , execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Texas Government Code Section 2253, as amended, in the form included in the Contract Documents, and such bonds shall be OF FICIAL RECOR D CITY SECRETARY FT. WORTH, TX 100 percent ( 100%) of the total contract price, and the said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth . 8 . Said City agrees and binds itself to pay, and the said agrees to receive , for all of the aforesaid work, and for all additions thereto or deductions therefrom , the price shown on the Proposal subm itted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates N/A , shall be $ TWO MILLION DOLLARS AND NO CENTS $2,000,000.00. 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering . 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified , promulgated and set out by the City of Fort Worth , Texas , a copy of which is attached hereto and made a part hereof the same as if it were copies verbatim herein. 11 . The Contractor shall procure and shall maintain during the life of this contract insurance as specified in paragraph 8 of Special Instruction to Bidders of this contract documents. 12 . 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 WHEREOF, the City of Fort Worth has caused this instrument to be signed in Six (6) 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 Six (6) counterparts with its corporate seal attached . OF FICIAL RECO RD CITY SECRETARY FT. WORTH, TX HAR 22 2011 Done in Fort Worth, Texas, this the _____ day of , 20 . (Contractor) (Addr ss) /~~IL, ~1ttJ t ti (City/State/Zip) November 1960 Revised May 1986 Revised September 1992 Revised January 1993 Revised April 1999 Revised June 1999 Revised June 2001 CITY OF FORT WORTH 5i ... :.-'a ASSIST ANT CITY MANAGER ATTEST: OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX