Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 42189
CITY SECRef~ ( ~ CONTRACT NO. --fo.. \, ... FORT ORTH Cl1Y SECRETARY v 0.0.E. FILE CONTRACTOR'S B0f\lD1!\JG CO. CONSTRUCTIO~l:ttif'tcATIONS AND CONTRACT DOCUMENTS CLIENT DEPARTMENT WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2009 WSM-F MIKE MONCRIEF MAYOR OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX PROJECT NUMBERS: W ATER-P253-541200-602170138883 SEWER-P258-541200-702170138883 CITY PROJECT NO. 01388 T/PW D.O.E. NO. 6265 APRIL 2011 S. FRANK CRUMB, P.E. -DIRECTOR WATER DEPARTMENT PREPARED BY: WATER DEPARTMENT 08-30-11 p o 1:32 IN THOMAS M. HIGGINS DEPUTY CITY MANAGER M&C -Council Agenda Page 1 of 3 . . City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 8/2/2011 -Ordinance No. 19817-08-2011 DATE: Tuesday , August 02 , 2011 REFERENCE NO.: **C-25085 LOG NAME: 6009WSMF-MEBURNS SUBJECT: Authorize Execution of a Contract in the Amount of $976,600 .00 with M.E. Burns Construction , Inc., for Water and Sanitary Sewer Replacements Contract , 2009 WSM-F on Bluebonnet Drive , Dalford Street , Goldenrod Avenue, Highcrest Avenue and Westbrook Avenue and Adopt Appropriation Ordinance (COUNCIL DISTRICT 2) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $1 ,069,416.00 from the Water and Sewer Operating Fund in the amounts of $686 ,290 .00 to the Water Capital Projects Fund and $383 ,126.00 to the Sewer Capital Projects Fund ; 2 . Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund by the amount of $686 ,290 .00 and the Sewer Capital Projects Fund by the amount of $383,126 .00 from available funds; and 3 . Authorize execution of a contract with the lowest responsive and responsible bidder , M .E. Burns Construction, In c ., in the amount of $976,600.00 for Water and Sanitary Sewer Replacements Contract 2009 , WSM-F . DISCUSSION: This project consists of the replacement of the severely deteriorated water and/or sanitary sewer mains as indicated on the following streets : ania Avenue water water Highcrest Avenue Braswell Drive Crabtree Street water/sewer Westbrook Avenue Dalford Street N. Sylvania Avenue water/sewer The project was advertised for bid on April 21 , 2011 and April 28 , 2011 , in the Fort Worth Star-Telegram . On May 19 , 2011 , the following bids were received : Bidders Amount of Completion .E. Burns Construction , Inc . $ 976 ,600 .00 180 Calendar Days Cleburne Utility Construction Company , lnc .1$1 ,026 ,295 .60 1 http://apps.cfwnet.org/ ecouncil/printmc.asp ?id= 154 99&print=true&Doc Type= Print 8/3/2011 M&C -Council Agenda Page 2 of 3 .. !Tri-Tech Construction, Inc. 11$1,063 ,672 .SO I !Conatser Construction TX, LP 11$1 .066 ,sos .oo l William J. Schultz, Inc. d/b/a Circle "C" 11$1 ,120 ,783.00 1 Construction Company Gra-Tex Utilities , Inc. l$1. 145 ,oas .oo l Burnsco Construction , Inc. l$1, 149, 113.oo l TNT's Pipeline Corporation 1$1,302 .0?0 .oo l Gin-Spen , Inc. 11$1.424.473 .00 1 M/WBE - M.E. Burns 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 project is 17 percent. Additionally , M .E. Burns Construction , Inc ., is a certified M/WBE firm . In addition to the contract amount, $50 ,500 .00 (water: $31,000 .00 ; sewer : $19,500.00) is required for construction survey , project management , material testing , inspection, mapping and as-built drawings and $42 ,316 .00 (water: $25,000 .00; sewer: $17 ,316 .00) is provided for change order contingencies . This project is located in COUNCIL DISTRICT 2. FISCAL INFORMATION/ CERTIFICATION: The Finance Management Services Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance , funds will be available in the current capital budgets , as appropriated , of the Water Capital Projects Fund and the Sewer Capital Projects Fund . FUND CENTERS: TO Fund/Account/Centers 1&2) P253 476045 6021701388ZZ ~686,290 .00 1&2) P258 476045 7021701388ZZ ~383, 126. 00 2) P253 531350 602170138852 ~6,000 .00 2) P253 511010 602170138880 ~3,000 .00 2) P253 541200 602170138883 ~655,290 .00 2) P253 531350 602170138884 ~2 ,000 .00 2) P253 53 1200 602170138884 ~5,000 .00 2) P253 531350 602170138885 ~12,000 .00 2)P253 531350 602170138892 ~1,000 .00 2) P253 511010 602170138893 ~1 ,000 .00 2) P253 531350 602170138894 ~1 ,000 .00 2) P258 531350 702170138852 ~4,000 .00 2) P258 511010 702170138880 ~1 ,500.00 2) P258 541200 702170138883 ~363,626 .00 2) P258 531350 702170138884 ~1 ,000 .00 2) P258 531200 702170138884 ~2,000 .00 2) P258 531350 702170138885 ~8,000.00 2) P258 53 13 50 702170138892 ~1 ,000 .00 2) P258 511010 702170138893 ~1,000 .00 2) P258 531350 702170138894 ~1 ,000 .00 CERTIFICATIONS: Submitted for City Manager's Office by: Originating Department Head: FROM Fund/Account/Centers 1) PE45 538040 0609020 1) PE45 538040 0709020 3) P253 541200 602170138883 3) P258 541200 702170138883 Fernando Costa (6122) S. Frank Crumb (8207) http:// apps . cfwnet. org/ecouncil/printmc.asp ?i d= 154 99&print=true&Doc T y pe= Print ~686,290 .00 ~383 126 .00 ~630 ,290 .00 ~346,310 .00 8/3/2011 M&C -Council Agenda Page 3 of 3 Additional Information Contact: J . Chris Underwood (2629) ATTACHMENTS 1. 60 09WSMF-MEBURNS .doc (Public) 2 . 6009WSMF-MEBURNS Sewer FAR.pdf (CFW Internal) 3. 6009WSMF-MEBURNS Water FAR.pdf (CFW Internal) 4. 6009WSMF-MEBURNS .pdf (CFW Internal) 5. 6009WSMF-MEBURNS 1 OF 4 .pdf (Public) 6 . 6009WSMF-MEBURNS 2 OF 4 .pdf (Public) 7 . 6009WSMF-MEBURNS 3 OF 4 .pdf (Public) 8 . 6009WSMF-MEBURNS 4 OF 4 .pdf (Public) 9. PE45-538040-0609020.doc (CFW Internal) 10 . PE45-538040-0709020 .doc (CFW Internal) http://apps.cfwnet.org/ecouncil/printmc .asp ?id= 15499&print=true&Doc Type= Print 8/3/2011 FORT WORTH SPECIFICATIONS AND CONTRACT DOCUMENTS FOR WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2009 WSM-F Bluebonnet Drive (Daisy Ln. to Goldenrod Ave.) Dalford Street (Westbrook Dr. to N. Sylvania Ave.) Goldenrod Avenue (Bluebonnet Dr. to Chandler Ave.) Highcrest Avenue (Braswell Dr. to Crabtree St.) Westbrook Avenue (Dalford St. to N. Sylvania Ave.) CITY PROJECT No. 01388 TPW / DOE No. 6265 Water No. P253-541200-602170138883 Sewer No. P258-541200-702170138883 APRIL 2011 Michael J. Moncrief Mayor Thomas M . Higgins Deputy City Manager S. Frank Crumb, P .E. Director, Water Department PREPARED BY: The City of Fort Worth WATER DEPARTMENT 1.1 BLUEBONNET DRIVE (DAISY LN. TO GOLDENROD AVE.) MAPSCO : 63-K DALFORD STREET GOLDENROD A VENUE (WESTBROOK AVE. TO N. SYLVANIA AVE.) (BLUEBONNET OR. TO CHANDLER AVE.) MAPSCO: 63-0 MAPSCO : 63-K/L/M COUNCIL DISTRICT: 2 COUNCIL DISTRICT: 2 COUNCIL DISTRICT: 2 N.T.S . HIGHCREST A VENUE (BRASWELL OR. TO CRABTREE ST.) MAPSCO: 63-B/C COUNCIL DISTRICT: 2 LOCATION MAP WESTBROOK A VENUE (DALFORO ST. TO N. SYLVANIA AVE.) MAPSCO : 63-L COUNCIL DISTRICT: 2 CITY OF FORT WORTH WATER DEPARTMENT WATER & SEWER REPLACEMENTS CONTRACT 2009 WSM-F BLUEBONNET DRIVE (DAISY LN. TO GOLDENROD DR) DALFORD STREET (WESTBROOK AVE. TON. SYLVANIA AVE.) GOLDENROD A VENUE (BLUEBONNET DR . TO CHANDLER A VE .) HIGHCREST A VENUE (BRASWELL DR. TO CRABTREE ST) WESTBROOK AVENUE (DALFORD ST . TON . SYLA VNIA AVE.) WATER DEPARTMENT ENGINEERING AND FISCAL SERVICES DIVISION PRIMARY COUNCI L DISTRICT : 2 MAPSCO PAGE : 63-B C K L M Q WATER PROJECT NO.: P253-541200-602 170 138883 SEWER PROJECT NO .: P258-541200-702170138883 CITY PROJECT NO : OOE NO : 01388 6265 DATE: APRIL 2011 EXHIBIT 1.2 TABLE OF CONTENTS 01 -Project Information 0 1.1 -Title Page 0 1.2 -Location Maps 02 -Front End Documents 2.1 -Table of Contents 0 2.2 -Notice to Bidders 0 2.3 -Special Instructions to Bidders (water-sewer) 03 -MWBE Documentation 0 3.1 -MWBE Special Instructions 0 3.2-MWBE Subcontractors/Suppliers Utilization Form 0 3.3 -MWBE Prime Contractor Waiver 0 3.4-MWBE Good Faith Effort 0 3.5 -MWBE Joint Venture 04 -Bid Package 0 4.1 -Bid Proposal Workbook 0 4.2 -Vendor Compliance to State Law 05 -General and Special Conditions 0 5.1 -Part C General Conditions (water -sewer) 0 5.2 -Supplementary Conditions to Part C (water - sewer) 0 5.3 -Part D -Special Conditions (water -sewer) 0 5.4 -Part DA -Additional Special Condition (water - sewer) 0 5.5 -Part E Specifications 5.6 -Compliance with and Enforcement of Prevailing Wage Rates 0 5.7 -Copy of Wage Rate M&C 0 5.8 -Standard Details (water- sewer) 06 -Contracts, Bonds and Insurance 0 6.1 -Certificate of Insurance 0 6.2 -Contractor Compliance With Workers' Compensation Law D 6.3 -Conflict of Interest Questionnaire D 6.4 -Performance Bond D 6.5 -Payment Bond D 6.6 -Maintenance Bond D 6.7 -City of Fort Worth Contract City of Fort Worth , Texas Table of Conten ts PMO Re lease Date : 06 .1 0 .201 0 Page I of 2 07 -Appendices OS-Addenda City of Fort Worth , Texas Table of Contents PMO Rele as e Date: 06 .10.2010 Page 2 of 2 TABLE OF CONTENTS D 7.1 Pavement Coring Summary D 7.2 Permits Index D Addenda Index COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: FOR: WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2009 WSM-F Water Project Number: P253-602170138883 Sewer Project Number: P258-702170138883 City Project Number: 01388 T/PW DOE Number: 6265 Addressed to: CI TY OF FORT WORTH PURC HASING DIV I S I ON 1 000 THROCKMORTON S T FORT WORTH TX 76102 -6311 will be received at the Purchasing Office until 1 :30 p.m., Thursday May 19, 2011 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. Plans, General Contract Documents and Specifications for this project may be obtained in the office of the Water Department, Design Services, 927 Taylor St., Fort Worth, Texas 76102 . These documents contain additional information for prospective bidders. The major work will consist of the (approximate) following: WATER IMPROVEMENTS SEWER IMPROVEMENTS 960 L.F. 1,577 L.F. 3,229 L.F. 1,954 L.F. 1,810 L.F. 1,175 L.F. 1,872 L.F. 617 L.F. 8" Water Line Replacement (Bluebonnet Drive) 8" Water Line Replacement (Dalford Street) 8" Water Line Replacement (Goldenrod Avenue) 8" Water Line Replacement (Highcrest Avenue) 8" Water Line Replacement (Westbrook Avenue) 8" Sewer Line Replacement (Bluebonnet Drive) 8" Sewer Line Replacement (Highcrest Avenue) 8" Sewer Line Replacement (Westbrook Avenue) Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. NOTICES All bidders will be required to comply with Provision 5159a of "Vernon 's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no. 7400 (Fort Worth City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment practices . Bid security may be required in accordance with Special Instructions to Bidders. The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities. No bid may be withdrawn until the expiration ofninety (90) days from the date bids are opened. The award ofcontract, if made, will be within ninety (90) days after the opening of bids, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the Addenda Index and Receipt form(s). Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive . Information regarding the status of addenda may be obtained by contacting the Water Department at (817) 392-2629 . COMPREHENSIVE NOTICE TO BIDDERS Bidders, using the printed copy, shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders must complete the proposal section(s) and submit the complete specification book or face rejection of the bid as non-responsive. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time deadline stated below or the bidder may request a copy of said forms from the City of Fort Worth Project Manager named in this solicitation . In accordance with the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City of Fort Worth contracts. A copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WANER FORM, GOOD FAITH EFFORT FORM (with "Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received no later than 5 :00 p.m., five (5) City of Fort Worth business days after the bid opening date . The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made . Such receipt shall be evidence that the City of Fort Worth received the Documentation. Failure to comply shall render the bid non- responsive. Bidders are hereby informed that the Director of the Water Department reserves the right to evaluate and recommend to the City of Fort Worth City Council the bid that is considered to be in the best interest of the City of Fort Worth. The managing department for this project is the Water Department. The Water and Sanitary Sewer improvements, if applicable, must be performed by a contractor who is pre-qualified by the Water Department at the time of bid opening. The procedure for the pre-qualification is outlined in the "Special Instruction to Bidders (Water / Sewer) For additional information, please contact J. Chris underwood, Project Manager, City of Fort Worth-Water Department at Telephone Number: (817) 392-2629 or by email: john.underwood@ fortworthgov .org and/or Jim Deeter, P.E., Project Manager, City of Fort Worth-Water Department at (817) 392-7803. THOMAS M. HIGGINS DEPUTY CITY MANAGER Advertising Dates : April 21, 2011 April 28, 2011 By :_(Ti'n_i~D["""""--eter, -=--p E ~----~- ~! Design Services MARTY HENDRIX CITY SECRETARY - - - - - - - - - - - - - - FORTW°ORTH e· ,-" City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable. If the total dollar value of the contract is less than $25 ,000, the M/WBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid . M/WBE PROJECT GOALS The City's M/WBE goal on this project is J7 % of the total bid (Base bid applies to Parks and Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25 ,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following : 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable 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 . 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date, exclusive of the bid opening date . 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form , if participation is less than opening date, exclusive of the bid opening date. stated goal : 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no M/WBE participation: opening date, exclusive of the bid opening date . 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work : opening date, exclusive of the bid opening date . 5. Joint Venture Form, if utilize a joint venture rece ived by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date . FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at (817) 392-6104. Rev. 11/1/05 - - - - - - - - - - - - - - ATTACHMENT 1A Page 1 of 4 FORT WORTH ~ City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime Ms {I; \fa,(~':> ~ tw-v-h~ ~<-JI M/W/DBE I I NON-M/W/DBE PROJECT NAME: \J,Jc..~ G. "'-cA_ Sc."'. I -tu_,"') \'.'.2e,pkc~ s ..e.M.) .R.r BID DATE ~kcJ-;;}._oC)ct 1....) 5 M -,:; 5-19-J I City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER 11 % P.2.5'3 -S"'fJ z_,=,c_1,,o;i q i)J3'f&i3 % P.l)~-5'1 \'LO<.) -"70Z l 70J-lii3 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening , exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications . The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule , conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geograph ic area of Tarrant , Parker, Johnson, Collin , Dallas , Denton , Ellis, Kaufman and Rockwall counties . Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 151 tier, a payment by a subcontractor to its supplier is considered 2"d tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms , located or doing business at the time of bid opening within the Marketplace , that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hau.ling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract . The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators , and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev . 5/30/03 - - - ' - - - - - ATTACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppl iers , regard less of status ; i.e ., Minority, Women and non-M/WBEs. Please list M/WBE firms fi rst , use add it ional sheets if necessary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER n T T Detail Detail Company Name i N C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T E A \(.,\ c.,\,-i o<..4 \ ~ 4-e. \ J)1c.)e-\ \~QI Q...>)o.,\ fhrLv>~ Q £ lA\.t>S 1 '1X , l>o~ 0 I / ~I ff 10)000- i\'1-::t1..c<l,-SG 1-0 G,._ \(_-t_ K-,W)~ ~ l Lt:h-~\heh'-"" ~~/Jew~ 3A\'L P-<t-')~ \he, II Q w, QJ. 1)0 '\](-u..)3 /ts (,J f.\-w~+..'i)'-7<PI 0~ } v s) C)Jl,w«, le__ /~cro-- i n-q ~\ ~ o°'C\ u Cv--r-1o *'~ dtt£Ar \11'.-l\tJ-L- Lorr) ~o ~"'5 \-tr..,., I 6 #-~ u? 5"0 I A~\Y'J"""' 40)001:> --c;J ¥t' W'-'.N~ 1)., 7\q14D c., 5~ h J / ')>ooO -,/ :) ) ) DX> ---(..J 1)\1-<;c; I -loc; ?:i'l ' ;).oiooo- Ho-+ /Vt!)(.. LRr~ ~o ?Jo ,COO ~ / A~~ µJ-J, l1--k..h.-.. IV J£ ~ 7 ·\) 0~ 5q 1'11.. ~\\_as ,-n< ,11..,1.,,Ci . ti d10o0 \ q,).-y 1~-~o~1 1')w I~ sc..-bk~ 1) \J..-~ ;0G-<"Y1Y<W-O ! ~)~_J .1£ e,:) J D)Oci.) .._., 310 <$ ~ I:!-Si-I -r:::+-l,v ,s( ..:vl.-1)v 71Plll "1\-,-s 3 ~ .,5q3q ~c~w "y~~_J~S J$ r . o -frJvfv t.f ?:> ~ w / z,ooo -- (i..-\~~ \?{ 11o0,J'f ' 1> 11 V ~\o°'-q~ 1 i Rev . 5/30/03 - - - - - - FoRTWORTH ~ ATIACHMENT 1A Page 3 of 4 Primes are requ ired to identify ALL subcontractors/supplie rs, regardless of status ; i.e., Minority, Women and non-M/WBE s. Please list M/WBE firms first , use additi onal sheets if necessary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER n T T Detail Detail Company Name i N C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D Vi Telephone/Fax r B B R 0 B E E C T E A \.Jll)1 µ ~1~ £~ SG?>0 '[ Ll»f 'i, Z. o 5 / . ~l-t-1 10)00/ f0' W\fY--0----ix lb 119 I V cS,qohr-~ q, \ ,---~i 'J ,, l,'f 11 ik">'-"' {) ,'{)e "" /J'(( ~ ) +- f1.G.~ks Qv'6~ ~,.r2 ~) ii f5 £8 yQ.J \_(,) 1')L '7'? 1/1) i ) ;OJO "1)11 -l .. :~°) ~ )o 11 \\.)-al Gyr1., e.- ~D~lj A~+ 1,C), le~~ ~ ck \_e,.._A H;\ \ c; ; ~4~s 1r I <Jo I OtiJ cP ""f 4-\)) \5'< ~ T)<., 'l (.p II '6 I 1>n-s-cis--tl5iu W ,1\ \>LwJ/~ V .. ------------t--+-+----+---+--+--+---------+---------+----------l - - - Rev . 5/30/03 - - - - - - - - - - FORT WORTH ~ ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ } "91> ,O OD ~ Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ ~ oC\ ~ tJOO J TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $) 7 ry ~ Ooo The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the . submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offerer further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offerer also agrees to allow an audit and/or examination of any books, records and files held by their company . The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City .. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action urider Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offerer and barred from participating in c· work for a period of time not less than one ( 1) year . Printed Signature Title Contact Name/Title (if different) M ~ DUYY\) lrr-<;-r ~c._ Company Name Address E-mail Address 'i~ J 'i>-I I Date Rev . 5/30/03 - - - - - - - - - - - - - - - FORTW'ORTH '-z w City of Fort Worth Prime Contractor Waiver Form ATIACHMENT 18 Page 1 of 1 PRIME COMPANY NAME: Check applicable block to describe prime PROJECT NAME: I M/W/DBE I I NON-M/W/DBE BID DATE City's M/WBE Project Goal: PROJECT NUMBER % If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided , if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes . Failure \o complete this form iri its en'tfr~ty and be receiv.ed by the Mahaging Department on or before ,, 5:00 p.m:1 five (5) City business days after bid .opening, e~clusive of the bid opening da~e. will resuJt in ttie bid being considered non-responsive to bid sj:>ecificatiqns. · · Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanat ion that proves based on the size and scope of th is project, this is your normal business practice and prov ide an inventory profile of your business . NO The bidder further agrees to prov ide , directly to the City upon request , complete and accurate information regarding actual work performed by all subcontractors, including M/WBE(s) on this contract, the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books , records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract , by an authorized officer or employee of the City . Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements . Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offerer and barred from participating in City work for a period of time not less than one ( 1) year. Authorized Signature Printed Signature Title Contact Name (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev. 5/30/03 - - - - FORTW'ORTH e· PRIME COMPANY NAME: PROJECT NAME: City's M/WBE Project Goal: % City of Fort Worth Good Faith Effort Form PROJECT NUMBER ATTACHMENT 1C Page 1 of 3 Check applicable block to describe prime I MIW/DBE I I NON-MIW/DBE BID DATE If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your DBE participation is less than the City's project goal, you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. {DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2"0 tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev. 05/30/03 - - - ATTACHMENT1C Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. __ Yes __ No Date of Listing ,. ___ , __ 3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? __ Yes (If yes, attach M/WBE mail listing to include name of finn and address and a dated copy of letter mailed.) __ No 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? __ Yes (If yes, attach list to include n!!!!.! of M/WBE finn, person contacted, phone number and date and time of contact.) __ No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. · NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- !brul! (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? __ Yes __ No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include . a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessarv, and attach.J Company Name Telephone Contact Person Scope of Work Reason for Rejection Rev. 05130£03, __ _ - - - - - - - - - - - ADDITIONAL INFORMATION: ATTACHMENT 1C Page 3 of 3 Please provide additional information you feel will further explain your good and honest efforts to obtain · M/WBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Authorized Signature Printed Signature Title Contact Name and Title (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev. 05/30/03 - - - -- - - - - - - - -- - - FORT WORTH ~ CITY OF FORT WORTH Joint Venture Eligibility Form All questions must be answered; use "NA" if applicable. Joint Venture 1 of 4 Name of City project:--------------------------------- Ajoint venture form must be completed on each project RFP/Bid/Purchasing Number: --------------- 1. Joint venture information: Joint Venture Name: Joint Venture Tax ID#: Joint Venture Address: (If applicable) Telephone: Facsimile: Cell: E-mail address: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide the same firm information and detailed explanations of work to be erformed b each firm com risin the ·oint venture M/WBE firm Non-M/WBE name: Tax ID#: Business Address : City, State, Zip : Telephone Facsimile Cell E-mail Certification Status: If pending, date completed packet submitted to agency: Name of Certifying Agency: M/WBEfirm name: Tax ID#: Business Address: City, State , Zip : Telephone E-mail Facsimile Certification Status: Cell If pending, date completed packet submitted to agency: Name of Certifying Agency: firm name: Tax ID#: Business Address: City, State , Zip : Telephone E-mail Non-M/WBE firm name: Tax ID#: Business Address: City, State, Zip: Telephone E-mail Facsimile Cell Facsimile Cell Rev. 05-04-1 0 - - - - - - - 2 S f k ti cope o wor per orme db th J . t V t ,y e om en ure: Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE: Joint Venture 2 of 4 3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Date of Joint Venture Agreement: --------- 5. Attach a copy of the joint venture agreement. 6. List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions, including equipment : Other applicable ownership interests: 7. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day -management and decision making of the joint venture: - - - - Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating ----------------------------------------------+-------~~~~~~~~~-~~~~~~~~~~~~~---, b. Marketing and Sales ·-·····-···--····························--·--+--~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ Rev. 05-04-10 - - - - - - - - - - - - - - Joint Venture 3 of 4 ---------------------------------------------- C. Hiring and Firing of management personnel ----------------------------------------------d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of contract award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's M/WBE Ordinance. · Rev . 05-04-10 - - - - - - - - - - - - -- - - AFFIDAVIT Joint Venture 4 of4 The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein . The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books , records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts . ------------------------------------------------------------------------------------------------Name ofM/WBE firm Name ofnon-M/WBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner. Signature of Owner Title Title Date Date Notarization State of __________________ County of _____________ _ On this _____________ day of _______ _, 20 __ , before me appeared and ------------------------------------------ to me personally known and who , being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public --------------------------Print Name Notary Public ______________________ _ Signature Commission Expires ------------------------(seal Rev. 05-04-10 TO: MR. THOMAS M. HIGGINS Deputy City Manager City of Fort Worth, Texas PROPOSAL FOR: WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2009 WSM-F BLUEBONNET DRIVE (DAISY LN. TO GOLDENROD A VE.) DALFORD STREET (WESTBROOK DR. TON. SYLVANIA A VE.) GOLDENROD A VENUE (BLUEBONNET DR. TO CHANDLER AVE.) HIGHCREST A VENUE (BRASWELL DR. TO CRABTREE ST.) WESTBROOK A VENUE (DALFORD ST. TO N. SYLVANIA A VE.) T/PW DOE NO . 6265 City Project No.: 01388 UNITS /SECTIONS: UNIT I: Water Project No. P253-541200-602170138883 UNIT II: Sewer Project No. P258-541200-702170138883 Pursuant to the foregoing "Notice to Bidders", the undersigned has examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director, Water Department of the City of Fort Worth. The Contractor must be pre-qualified in accordance with the Water Department of the City of Fort Worth. Upon acceptance of this Proposal by the City Council and required by this project, the bidder is bound to execute a contract and furnish Performance, Maintenance Bond for the water replacement contract only, and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated for the following sums, to wit: Total quantities given in the bid proposal may not reflect actual quantities, by represent the best accuracy based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. 1 UNIT I -WATER REPLACEMENT PAY BID ESTIMATED UNIT NAME OF ITEMS WITH UNIT PRICE ITEM CPMS QUANTITY UNIT PRICES IN WORDS No. (Furnish and install, including all appurtenant work, complete in place, the following items) # 1. BID-100 LF. Pipe -Pressure -6 inch PVC (3 y--DJ f> 00616 Install by Open Cut; Per Linear Foot: 2. BID- 00618 3. BID- 00588 4. BID- 00745 9,600 30 8 LF. IW eV\, :hJ --+l-,re<. Dollars 5V -an~d---+---f:;--0_!,___ Cents $ ;). 3 ~ ~ Pipe -Pressure -8 inch PVC--0 f"::DJ'. P Install by Open Cut; Per Linear Foot: IIN~=t1J -SN: Dollars sv ~an~d~----+-~~-+_h:J_,_____ Cents $ ZAo ~ LF. Pipe-Pressure -10 inch PVC Q(W P «-,A...,- Install by Open Cut; Per Linear Foot: 1',_J__;___,v_~-+--S_e,_v_e..,, ____ Dollars and ~ Cents EA. Valve-6 Inch-Gate Valve with Box -Install; Per Each: $57D~ TOTAL AMOUNT <.)? $ I. ) J b / Dollars c..,.:, t..o 5. BID- 00749 6. BID- 00751 7 . BID- 00717 14 2 1 Cents $ l]OO~ $ S: /o00~ EA. Valve-8 Inch-Gate Valve with Box -Install; Per Each: Dollars Cents EA. Valve-8 Inch-Gate Valve with Box -Remove; Per Each: 6@b-k4--~ uY) drco/ ana ~ Dollars Cents EA. Valve-12 Inch-Gate Valve with Box -Cut-In; Per Each: twe d y :b2t. r: 'h v 1t1rlr-c.d Dollars and ~ Cents 2 c.J v' $ ~! 'i Q).,.,.. $ 2 LfOO - UNIT I -WATER REPLACEMENT PAY BID ESTIMATED UNIT NAME OF ITEMS WITH ITEM CPMS QUANTITY UNIT PRICES IN WORDS No. UNIT PRICE (Furnish and install, including all appurtenant work, complete in place, the following items) 8. BID- 00568 6.0 TN. Pipe Fittings-Cast Iron/ Ductile Iron Less than 16 Inch Diameter -Install; Per Ton: TOTAL AMOUNT Dollars lJ.I (..v Cents $ 3 (0 CO-$ Z{ lo CX) ~ 9. BID- 00546 10. BID- 00547 11. BID- 00548 12. BID- 00762 13. BID- 00758 8 8 8 250 4,400 EA. Fire Hydrant -Install; Per Each: EA. Fire Hydrant -Remove; Per Each: Dollars Cents J / vv O h u..h dre._/ Dollars ()) and ~ Cents $ Z..Oo- VF. Fire Hydrant-Barrel & Stem Extension -Install; Per Vertical Foot ;::iv( Dollars -~------- and ~ Cents EA. Water Service -1 Inch -Tap to Main -Install; Per Each: LF. Water Service -1 Inch -Copper - Install; Per Linear Foot: ]cj cfl= Dollars and ~ Cents --------- 3 oi) $ 5-$ fa 00 LO $ 35' 2-vo - UNIT I -WATER REPLACEMENT PAY BID ESTIMATED UNIT NAME OF ITEMS WITH ITEM CPMS QUANTITY UNIT PRICES IN WORDS No. UNIT PRICE TOTAL AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) 14. BID- 00759 15. BID- 00550 16. BID- 00768 17. BID- 00442 18. BID- 00443 19. BID- 00444 8 250 1 13,000 170 500 EA. Meter Service -1 Inch -Relocate; Per Each: Dollars v Cents $ ~cf)- EA. Meter Box -Class 'A' Plastic - Install; Per Each: OlA--e_ ~u_k(iruj' Dollars ---------and ~ Cents LS. Water Service-2 Inch Temporary- Furnish & Lay; Per Lump Sum: -=tS N:tJ +'l-Lo ~uJi..d Dollars and ~ Cents LF. Pavement-2 Inch HMAC on 6-inch Flex Base -Temporary (STR-030) -Install; Per Linear Foot Gi x._ Dollars _an_d_5_e_u_~~-;g-\J:!___ Cents LF . Pavement -Min. 2 Inch HMAC on 2:27 Concrete Base -Permanent (STR-028) -Install; Per Linear Foot __ '--[0___,__----'~-__,,_ __ Dollars and ~ Cents SF. Pavement -Min. 2 Inch HMAC Replacement on Existing Base Beyond Trench Width-Permanent - Install; Per Square Foot C>O (j) $ /DD -$ ~5 .C1)0 } (j) ui) $3 SCDD~ $ 3b,CCO'- L0 $ 5 Joo~ ,/ oO 0 ~-( Dollars $ } _, (.,{) $ 5'00 - -an-d---=~-----Cents ----~---- 4 UNI T I -WATER REPLACEMENT PAY BID ESTIMATED UNIT NAME OF ITEMS WITH UNIT TOTAL ITEM CPMS QUANTITY UNIT PRICES IN WORDS PRICE AMOUNT No . (Furnish and install, including all appurtenant work, complete in place, the following items) 20 . BID -20 SY. Pavement -Concrete Valley Gutter 00473 Repair (STR-001)-Install ; Per Square Yard: O\t\ehUn~~ Dollars G) G) and ~ Cents $/Zo -$ 2, <Joo - 21. BID -30 CY. Concrete -Type 'B' -Install; 00837 Per Cubic Yard: OV)r Dollars oo (j) and ~ Cents $ I -$ 3o - 22. BID-20 CY. Concrete -Type 'E' -Install; 00839 Per Cubic Yard : QV\-f Dollars \..) lJ-0 20 and ~ Cents $ l --$ ' 23 . BID -20 CY. Subgrade -Crushed Limestone for 00493 Misc. Placement -Install; Per Cubic Yard : DV\.{ Dollars / (JO c.P and ~ Cents $ -$ ~o ~ 24. BID-500 SF. Concrete Driveway -Remove 00402 and Rep lace; Per Square Foot: Sev~ Dollars tJO \)c:, and ~ Cents $ r; -$ 3 . ~oo- > 25 . BID -200 SF . Concrete Sidewalk -Remove 00529 and Replace; Per Square Foot: ~ Dollars ~v w -----and #~ Cents $ ~ .-/ $ ~ 3w 5 UNIT I -WATER REPLACEMENT PAY BID ESTIMATED UNIT ITEM CPMS QUANTITY No. NAME OF ITEMS WITH UNIT PRICES IN WORDS UNIT PRICE (Furnish and install , including all appurtenant work, complete in place, the following items) 26. BID- 00425 27. BID- 01189 20 1 LF . Curb & Gutter -6 Inch w/18 Inch Gutter -Install; Per Linear Foot: ~_,____tY_:J-=1-_b_"'-_-e ____ Dollars and ~ Cents LS. Traffic Control Plan -Design and Install as Required; Per Lump Sum: TOTAL AMOUNT WATER BID *Type of Pipe Used ~- PVC DR-14: ------""'-c___ __ DIP Class 51: ------ TRANSFER TOTAL OF UNIT I -WATER REPLACEMENT TO SUMMARY OF BIDS ON PAGE 13 6 TOTAL AMOUNT oo $ ~zo ~ UNIT II -SEWER REPLACEMENT PAY BID ESTIMATED UNIT ITEM CPMS QUANTITY No. NAME OF ITEMS WITH UNIT PRICES IN WORDS UNIT PRICE - (Furnish and install, including all appurtenant work, complete in place, the following items) ~ 1. BID-20 LF. Pipe -Sewer-8 Inch SDR 26 PVC or-'"J)l:,O 00350 (All Depths) -Install; Per Linear Foot: 2. BID- 00351 3 . BID- 00222 4. BID- 00213 5. BID- 00214 3,250 420 16 6.0 ~l'r±;J Dollars 0) and ~ Cents $3o ~ ~ LF. Pipe -Sewer - 8 Inch SDR 35 PVC o,--:!)I(J (All Depths) -Install; Per Linear Foot: t w ~ -h-y-~ vf Dollars and ~ Cents LF. Pipe -Sewer - 8 Inch HDPE -By 6 Inch to 8 Inch Pipe Enlargement -Install; Per Linear Foot: r-:-:-I-~ !'.'.1~ Dollars and ~ Cents EA. Manhole -Std. 4 Foot Diameter - 30" Clear Opening & 32" Cover to 6 Foot Depth -Install ; Per Each: I we~:h -#tV'(c_ l-.__w.""'-J,..e_e/ and ~ Dollars Cents VF . Additional Depth Over 6 Foot- Std. 4 Foot Diameter Manhole - Install; Per Vertical Foot: I w 0 h.. 4 "' J lrl-o/ Dollars and ~ Cents ---~----- 7 cJ) $ J5 - LO $ 50 ~ TOTAL AMOUNT oo $ tooo- w $ )?/ 1 Z5"o - ) <-f Oo $ d 78 0 - UNIT II -SEWER REPLACEMENT PAY BID ESTIMATED UNIT NAME OF ITEMS WITH ITEM CPMS QUANTITY UNIT PRICES IN WORDS No . UNIT PRICE (Furnish and install, including all appurtenant work, complete in place, the following items) 6. BID -4 EA. Manhole -Fiberglass 4 Foot 00209 Diameter-30" Clear Opening & 32" Cover to 6 Foot Depth- Install; Per Each: lh1v:q -e 1# lu"cl~sh±'.t) Dollars v and ~ Cents $ 3 :g S-o- 7 . BID -1.7 VF. Additional Depth Over 6 Foot - 00210 Fiberglass 4 Foot Diameter Manhole -Install; Per Vertical Foot: -rw0 h. k Qol~ -k++v Dollars uJ and ~ 7 Cents $~~0- 8. BID-16 EA. Concrete Collar-Sewer Manhole - 00196 Install; Per Each: lhirc C-~U-vtclrul Dollars UJ and ~ Cents $ 2:J:::D '-' 9. BID-20 EA. Manhole -Vacuum Test -Services; 0021 7 Per Each: O"e t..lL..cJ.~J ~£;, Dollars <..P /2,(-and ~ Cents $ 10. BID-20 EA. Watertight Insert-Sewer Manhole - 002 18 Install ; Per Each: Vie_ ~U,vid-~ Dollars Lu and ~ Cents $)DO- 11. BID -1 EA. Manhole -Abandon; 00205 Per Each: -,Wo ~u tid rco<' ~-+:21 Dollars (,<} and ~() Cents $d)O .,, 8 TOTAL AMOUNT v $ J 5' L/,oo - $ l..fl[) t)z :;-- w $ ~ ')?Do- Lo $ ZL So() - ;, (µ $ ~ceo _., vJ - $ ZSD UNIT II -SEWER REPLACEMENT PAY BID ESTIMATED UNIT NAME OF ITEMS WITH UNIT TOTAL ITEM CPMS QUANTITY UNIT PRICES IN WORDS PRICE AMOUNT No . (Furnish and install, including all appurtenant work, complete in place, the following items) 12. BID-10 EA. Manhole -Remove; 00206 Per Each: jW D ~ U-1-i_(J,j't':O--{; _[ -!;z. Dollars (...U (.,:> and ~ Cents $J5o -$2 5'DO- 13. BID -103 EA. Sewer Service -4 Inch Service Tap - 00355 Install; Per Each: ----rh (t'(_ ~\U-\J~e,l ~+±) Dollars lJ.) L,0 and ~ Cents $ 350-$ 3i, oS-o - 14 . BID-800 LF. Sewer Service-4 Inch SDR 35 PVC 00354 Service Line -Install; Per Linear Foot: /weJv<>-Dollars <JO (j) and ~ Cents $ /I, -$ 9 boo - 15 . BID-1,650 LF. Sewer Service-4 Inch SD R 26 PVC 00354 Service Line -Install ; Per Linear Foot: -(h i\r--t. ~ Dollars oo (.>J and ~ Cents $ /3 -/ $]I <Js-o- 16. BID-90 EA. Sewer Service -4 Inch Std. 2 -way 00356 Cl eanout -Install; Per Each: Dnz ~Uh('lr ed~J;if Dollars I..Y v and ~ Cents $ J 0<; / $11 , Z,~D _, J 17 . BID-13 EA. Sewer Ser vice -4 Inch 2-way 00356 Cleanout w /C.I. Cap Below Grade -Install ; Per Each: ---fw., ht..__d~ ~-£~ Dollars J) uJ and ~ Cents $ J;;J~ -$ 2, qz,_i/ - 7 9 UNIT II -SEWER REPLACEMENT PAY BID ESTIMATED UNIT NAME OF ITEMS WITH ITEM CPMS QUANTITY UNIT PRICES IN WORDS No. UNIT PRICE (Furnish and install, including all appurtenant work, complete in place, the following items) 18 . BID-4 ,700 LF. Pavement-2 InchHMAC on 00442 6-inch Flex Base -Temporary (STR-030) -Install; Per Linear Foot 19. BID- 00425 500 I S If Dollars _an_d_S_-e_ieJ;..,___~-+J_,........\.J"'___ Cents LF . Curb & Gutter - 6 Inch w/18 Inch Gutter -Install; Per Linear Foot: :Jh ,v !) O\.'--Z Dollars u..J _an_,d~-__._~-----Cents $ 3 / - 20. BID- 00837 21. BID- 00839 22. BID- 00493 23. BID- 00201 30 20 20 3,700 CY. Concrete -Type 'B' -Install; Per Cubic Yard: _____ C ...... 9'---'----A.,~f~_ Dollars and ~ Cents ____ __:::....._::....._ __ CY. Concrete -Type 'E' -Install; Per Cubic Yard: 01A-e Dollars --------- and ~ Cents --------- CY. Subgrade -Crushed Limestone for Misc. Placement -Install; Per Cubic Yard: 0 "-P Dollars ---------and ~ Cents --------- LF. Inspection-Post-Construction T.V. -Study; Per Linear Foot: __, ---+-f -\lv--=- 0 ____ Dollars and C,-v Cents --------- 10 \)() $ I - TP $ ) ---- TOTAL AMOUNT l0 $ 3) 7ZS - w $ 3o '- UNIT II -SEWER REPLACEMENT PAY BID ESTIMATED UNIT NAME OF ITEMS WITH ITEM CPMS QUANTITY UNIT PRICES IN WORDS No . UNIT PRICE (Furnish and install, including all appurtenant work, complete in place, the following items) 24. BID-1,800 LF. Inspection -Pre-Construction 00202 Cleaning & T.V. -Study; Per Linear Foot: 25. BID- 00402 26. BID- 00402 27. BID- 01174 28. BID- 00224 29. BID- 00372 30. BID- 01189 1,500 1,000 185 31 3,300 1 JW o Dollars -an-d--*-; -+~±)-----Cents SF. Concrete Driveway -Remove and Replace; Per Square Foot: S-e lJ e.-.,,, Dollars -~------- and ~ Cents SF. Gravel Driveway-Remove and Replace; Per Square Foot: -.--I vJ o Dollars -an-d--,~~~----Cents CY. Fill Material -Cement Stabilized Backfill -Install; Per Cubic Yard: -~f;w-__ ::J ____ Dollars and ~) Cents CY. Abandon Pipe-Grout Non-Shrink - Install; Per Cubic Yard: +-P ----.tB..,,..._h_f) ___ ~.c..-v+' ___ Dollars and ~-Cents LF . Trench Safety System Over 5 Foot Depth-Install; Per Linear Foot: Ovt.,e.. Dollars ---------an d ___ ___.6'.\?_=--. ___ Cents LS. Traffic Control Plan -Design and Install as Required; Per Lump Sum: 11 ()0 $ l '-' w $4 D- $ I '!: TOTAL AMOUNT ()0 $7-t:,3S- UNIT II -SEWER REPLACEMENT PAY BID E STIMATED UNIT NAME OF ITEMS WITH ITEM CPMS QUANTITY UNIT PRICES IN WORDS No . UNIT PRICE (Furnish and install, including all appurtenant work , complete in place, the following items) TOTAL AMOUNT (.,0 TOT AL AMOUNT SEWER BID $ 3 l/L. 1 3 / 0 ~ J * Type of Pipe Used: PVC Pipe (SDR-35, Per El-25 , 6 -15 inch) PVC Pipe (PS-46 , Per El-27, 6 -15 inch) PVC Pipe (Composite Pipe , Per El-29, 8 -15 inch) PVC Pipe (Corrugated Pipe, Per El-31, 6 -15 inch) DIP Class 51: TRANSFER TOTAL OF UNIT II -SEWER REPLACEMENT TO SUMMARY OF BIDS ON PAGE 13 12 SUMMARY OF BIDS UNIT I: WATER REPLACEMENT TOTAL AMOUNT BID UNIT I Water (from Page 6) UNIT II: SEWER REPLACEMENT TOTAL AMOUNT BID UNIT II Sewer (from Page 12) TOT AL BID (UNITS I AND II) = 13 $ 0.3 0 I Z9D ~ ) 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. As a requirement of this project, the undersigned bidder certified that they have been furnished at least one set of the General Contract Documents and General or Special Specifications for Projects, and that they have read and thoroughly understand all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within ten (10) calendar days after issue of the work order and to complete the contract within 180 calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. (Complete A or B below, as applicable:) __ A. The principal place of business of our company is in the State of ___ _ Nonresident bidders in the State of , our principal place of business, are required to be __ percent lower than resident bidders by state law. A copy of the statute is attached. Non resident bidders in the State of , our principal place of business, are not required to underbid resident bidders. \/ B. The_ principal place of business of our company or our parent company or + maJdnty owner 1s m the State of Texas. 14 I (we) acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration on preparation of the forgoing bid: Addendum No. 1 (Initials) ~ Addendum No. 3 (Initials) ___ _ Addendum No. 2 (Initials) __ _ Addendum No. 4 (Initials) ___ _ ::spm\\S[' Title: V . {Jres1 ~ Company: M L 6 u.r YIJ 4m...s-;---i:J;i,, c_ Address: ]?. U 0U>{ / ¥ J 3\J/kJ~7)(~<.oeft 7 Telephone: -Z ) I Y "{ I ---0 L 9 ~ t;:? __ c;_-_,_7_./~I _,___J _ 15 CITY OF FORT WORTH WATER DEPARTMENT ENGINEERING SERVICES DMS ON ADDENDUM NO. 1 WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2009 WSM-F TPW I DOE NO. 6265 RELEASE DATE: May 4, 2011 INFORMATION TO BIDDERS: CITY PROJECT NO. 01388 The Spec ifications and Contract Documents for the above mentioned proj ect are revised and amended as follow s: l. In the Proposal UNIT I -WATER REPLACEMENT, Page 2 REVISE Pay Item No. l to read: 1. 2 . 3. BID- 00616 BID- 00615 100 LF . Pipe* -Pressure - 6 inch PVC or DIP -Install by Open Cut ; Per Linear Foot Dollars ----------and Cents $ ------------- 7 . In the Proposaf UNIT I -WATER REPLACEMENT, Page 2 REVISE Pay Item No.2 to read: BID- 00618 BID- 00617 9,600 LF. Pipe* -Pressure - 8 inch PVC or DIP -Install by Open Cut; Per Linear Foot: Dollars ----------and Cents $ ------------- 3. In the Proposal UNIT I -WATER REPLACEMENT, Page 2 REVISE Pay Item No . 3 to read: BID- 00588 BID- 00589 30 LF. Pipe * -Pressure -10 inch PVC or DIP -Install by Open Cut; P er Linear Foot: D ollars ----------and Cents $ ------------- $ __ _ $ __ _ $ __ _ 1. 2. 4 . In the Proposal UNIT II -SEWER REPLACEMENT Paoe 7, REVISE Pay Item No. 1 to read: BID- 00350 BID- 00332 20 LF. Pipe * -Sewer-8 inch SDR 26 PVC or DIP (All Depths)-Install; Per Li near Foot: Dollars -------~-- and Cents $ ------------ 5 . In the Proposal UNIT II -SEWER REPLACEMENT Page 7, REVISE Pay Item No. 2 to read: BID- 00351 3,250 LF. Pipe* -Sewer - 8 inch PVC (All Depths),,., Install ; Per Linear Foot: Dollars ----------and Cents $ ------------ $ ___ _ $ ---- 6. In the PART DA -ADDITIONAL SPECIAL CONDITIONS Page ASC-23, REVISE DA-119 PAYMEN T FOR WATER SERVICES to read: DA -120 PAYMENT FOR WATER SERVICES 7 . In the PART DA -ADDITIONAL SPECIAL CONDITIONS Page ASC-23 , ADD as follows : DA-121 WATER AND SEWER MAIN PIPE MATERIA L The purpose of this item is to clarify the water and sanitary sewer main pipe material called out in the plans and proposal. The contractor has the option of using Ductile Iron Pipe Class 51 in lieu of Polyvinyl Chloride (PVC} Water Pipe. The contractor also has the option of using Ductile Iron Pipe Class 51 in lieu of Polyvinyl Chloride (PVC) SDR- 26 Sewer Pipe. The bid item for 8-incb PVC Sewer Pipe allows for the contractor's option of using the four ( 4) different types of PVC as listed on the last page of the UNIT II -SEWER REPLACEMENT section of the proposal. The contractor's bid proposal shall be submitted with the type of pipe material to be used. Failure to specify the type of pipe material to be used may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. P lease acknowledge receipt of the Addendum in the bid proposal and on the outside of the sealed envelope. RECEIPT ACKNOWLEDGED: S . FRANK CRUMB, P.E. ::~z~ Deeter, P.E..... Water Department Engineering Services ---------·· ·-. , ___ ,, ___ ._ .. __ .. -----·-------- SPECIAL INSTRUCTIONS TO BIDDERS 1) PREOUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids . This prequalification process will establish a bid limit based on a technical evaluation and financial analys is of the contractor. It is the bidder 's responsibility to submit the following documentation : a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification . b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received . c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification . 2 . BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth, in an amount of not less than five (5%) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (10) days after the contract has been awarded To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion , will determine the adequacy of the proofrequired herein. 3 . BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred (100 %) percent of the contract price will be required, Reference C 3-3 .7 . 09/10 /04 1 4 . WAGE RATES: Section C3·3 .13 of the General Conditions is deleted and replaced with the following : (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Right to Audit, under paragraph L of Section Cl : Supplementary Conditions To Part C -General Conditions, pertain to this inspection . (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above . (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. 5 . AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas . 7. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located. "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds . The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the bid amount is $25 ,000.00 or less, the contract amount shall be paid within forty- five ( 45) calendar days after completion and acceptance by the City. 9. AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Gqvernment, Contractor covenants that neither it nor any of its officers, members, agents employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions 09/10/04 2 or privileges of their employment, discriminate against persons because of their age except on the bases of a bona fide -occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members , agents , employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements . Contractor warrants it will fully comply with the policy and will defend , indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10 . DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors . Contractor warrants it will fully comply with ADA's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11 . MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No . 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m ., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive . Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal , State or local laws or ordinances relating to false statements. Further, any such misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3) years. 12. FINAL PAYMENT, ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. 09/10/04 3 -- b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable . f. In the event that the Bills Paid Affidavit and Consent of Surety have been deli vered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days . 09 /10/04 4 ,,.. ..... ..- - - - - - ,,... - PART C -GENERAL CONDITIONS TABLE OF CONTENTS OCTOBER 19, 2009 TABLE OF CONTENTS Cl-1 DEFINITIONS Cl-1.1 Definition of Terms Cl-1.2 Contract Documents Cl-1.3 Notice to Bidders Cl-1.4 Proposal Cl-1.5 Bidder Cl-1.6 General Conditions Cl-1.7 Special Conditions Cl-1.8 Specifications Cl-1.9 Bonds Cl-1.10 Contract Cl -1.11 Plans Cl -1.12 City Cl -1.13 City Council Cl-1.14 Mayor Cl-1.15 City Manager Cl-1.16 City Attorney Cl-1.17 Director of Public Works Cl-1.18 Director, City Water Department Cl-1.19 Engineer Cl -1.20 Contractor Cl-1.21 Sureties Cl -1.22 · The Work or Project Cl-1.23 W~rkingDay Cl-1.24 Calendar Days Cl-1.25 Legal Holidays Cl-1.26 Abbreviations Cl -1.27 Change Order Cl -1.28 Paved Streets and Alleys Cl-1.29 Unpaved Streets or Alleys Cl-1.30 City Stre'et Cl-1.31 Roadway Cl-1.32 Gravel Street C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2 .l C2-2 .2 C2-2 .3 C2-2.4 Proposal Form Interpretation of Quantities Examination of Contract Documents and Site of Project Submitting of Proposal (1) Cl-1 (1) Cl-1 (1) Cl-1 (2) Cl -1 (2) Cl-1 (2) Cl-1 (2) Cl-1 (2) Cl-1 (2) Cl-1 (2) Cl-1 (2) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (5) Cl-1 (5) Cl-1 (6) Cl-1 (6) Cl-1 (6) Cl-1 (6) C2-2 (1) C2-2 (1) C2-2 (2) C2-2 (2) C2-2 .5 Rejection of Propos als C2-2 (3) C2-2.6 Bid Security C2-2 (3) C2-2.7 Delivery of Proposal C2-2 (3) C2-2 .8 Withdrawing Proposals C2-2 (3) C2-2 .9 Telegraphic Modifications of Proposal s C2-2 (3) C2-2 .10 Public Opening of Proposal C2-2 (4) C2-2 .11 Irregular Proposals C2-2 (4) C2-2.12 Disqualification of Bidders C2-2 (4) C3-3 AW ARD AND EXECUTION OF DOCUMENTS : C3-3.1 Consideration of Proposals C3-3 (1) C3-3 .2 Minority Business Enterprise/Women Bu siness C3-3 (1) Enterprise Compliance C3-3.3 Equal Employment Provisions C3-3 (1) C3-3.4 Withdrawal of Proposals C3-3 (1) C3-3.5 Award of Contract C3-3 (2) C3-3.6 Return of Proposal Securities C3-3 (2) C3-3 .7 Bonds C3-3 (2) C3-3 :8 Exec ution of Contract C3-3 (3) C3-3.9 Failure to Execute Contract C3-3 (3) · C-3-3 .10 Beginning Work C3-3 (4) C3-3.11 fusurance C3-3 (4) C3-3 .12 Contractor's Obligations C3-3 (6) C3-3.13 Weekly Payrolls C3-3 (6) C3-3.14 Contractor's Contract Administration C3-3 (6) C3-3.15 Venue C3-3 (7) C4-4 SCOPE OF WORK C4-4.l futent of Contract Documents C4-4 (1) C4-4.2 Special Provisions C4-4 (1) C4-4.3 fucreased or Decreased Quantities C4-4 (1) C4-4.4 Alteration of Contract Documents C4-4 (2) C4-4.5 Extra Work C4-4 (2) C4-4.6 Construction Schedule C4-4 (3) C4-4.7 Schedule Tiers Special Instructions C4-4 (6) CS-5 CONTROL OF WORK AND MATERIALS CS-5.1 Authority of Engineer CS-5 (1) CS-5.2 Conformity with Plans CS-5 (1) CS-5.3 Coordination of Contract Documents CS-5 (1) CS-5.4 Cooperation of Contractor CS-5 (2) CS-5 .5 Emergency and/or Rectification Work CS-5 (2) CS-5 .6 Field Office CS-5 (3) CS-5.7 Construction Stakes CS-5 (3) (2) - .-... CS-5.8 Authority and Duties of City Inspector C5-5 (3) CS-5.9 Inspection C5-5 (4) CS-5.10 Removal of Defective and Unauthorized Work C5-5 (4) CS-5.11 Substitute Materials or Equipment C5-5 (4) C5-5.12 Samples and Tests of Materials C5-5 (5) C5-5.13 Storage of Materials C5-5 (5) C5-5 .14 Existing Structures and Utilities C5-~ (5) CS-5 .15 Interruption of Service CS-5 (6) -C5-5 .16 Mutual Responsibility of Contractors C5-5 (7) C5-5.17 Clean-Up C5-5 (7) C5-5.18 Final Inspection C5-5 (8) -· .... C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY -C6-6 .l Laws to be Observed C6-6 (1) C6-6.2 Permits and Licenses C6-6 (1) C6-6.3 Patented Devices, Materials, and Processes C6-6 (1) n C6-6.4 Sanitary Provisions C6-6 (1) C6-6.5 Public Safety and Convenience C6-6 (2) C6-6.6 Privileges f Contractor in Streets , Alleys, C6-6 (3) _ .. and Right-of-Way C6-6.7 Railway Crossings C6-6 (3) C6-6.8 Barricades , Warnings and Flagmen C6-6 (3) C6-6.9 Use of Explosives , Drop Weight, Etc . C6-6 (4) C6-6.10 Work Within Easements C6-6 (5) C6 .6 .11 Independent Contractor C6-6 (6) ,-C6-6 .12 Contractor's Responsibility for Damage Claims C6-6 (6) C6-6 .13 Contractor's Claim for Damages C6-6 (8) C6-6 .14 Adjustment or Relocation of Public Utilities, Etc . C6-6 (8) -· C6-6 .15 Temporary Sewer and Drain Connections C6-6 (8) C6-6.16 Arrangement and Charges for Water Furnished by the City C6-6 (9) C6-6.17 Use of a Section or Portion of the Work C6-6 (9) ....... C6-6 .18 Contractor's Responsibility for the Work C6-6 (9 ) C6-6.19 No Waiver of Legal Rights C6-6 (9) C6-6.20 Personal Liability of Public Officials C6-6 (10) """ C6-6.21 State Sales Tax C6-6 (10) -C7-7 PROSECUTION AND PROGRESS C7 -7.l Subletting C7-7 (1) C7-7.2 Assignment of Contract C7-7 (1) -C7-7.3 Prosecution of The Work C7-7 (1) C7-7.4 Limitation of Operations C7-7 (2) C7-7 .5 Character of Workmen and Equipment C7-7 (2) ...... C7-7 .6 Work Schedule C7-7 (3) C7-7.7 Time of Commencement and Completion C7-7 (3) C7-7 .8 Extension of Time Completion C7 -7 (3) ,,.,_ (3) .5 . • ~ "'~. < • C7-7.9 Delays C7-7 (4) C7-7.10 Time of Completion C7-7 (4) C7-7 .ll Suspension by Court Order C7-7 (5) C7-7.12 Temporary Suspension C7-7 (5) C7-7 .13 Termination of Contract due to National Emergency C7-7 (6) C7-7.14 Suspension or Abandonment of the Work C7-7 (6) and Annulment of the Contract: C7-7.15 Fulfillment of Contract C7-7 (8) C7-7 .16 Termination for Convenience of the Owner C7-7 (8) C7-7.17 Safety Methods and Practices C7-7 (11) C8-8 MEASUREMENT AND PAYMENT C8-8 .1 Measurement Of Quantities C8-8 (1) C8-8 .2 Unit Prices C8-8 (1) C8-8.3 Lump Sum C8-8 (1) C8-8.4 Scope of Payment C8-8 (1) C8-8.5 Partial Estimates and Retainage C8-8 (2) C8-8.6 Withholding Payment C8-8 (3) '. C8-8 .7 Final Acceptance C8-8 (3) C8-8 .8 Final Payment C8-8 (3) C8-8.9 Adequacy of Design C8-8 (4) C8-8.10 General Guaranty C8-8 (4) C8-8.ll Subsidiary Work C8-8 (4) C8-8.12 Miscellaneous Placement of Material C8-8 (4) C8 -8.13 Record Documents C8-8 (4) (4) - - -- - -- - - PART C -GENERAL CONDITIONS Cl-1 DEFINITIONS SECTION Cl-1 DEFINITIONS Cl-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the following terms or pronouns in place of them are used , the intent and meaning shall be understood and interpreted as follows: C 1-1.2 CONTRACT DOCUMENTS: The Contract Documents are in all of the written and drawn documents , such as specifications, bonds , addenda, plans , etc., which govern the terms and performance of the contract. These are contained on the General Contract Documents and the Special Contract Documents. a . GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and Include the following Items b .. PART A-NOTICE TO BIDDERS PART B -PROPOSAL PART C -GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART E-SPECIFICATIONS PERMITS/EASEMENTS PART F-BONDS PART G-CONTRACT (Sample) (Sample) (CITY) (Developer) (Sample) (Sample) White White Canary Yellow Brown Green El-White E2-Golden Rod E2A-White Blue White White SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A-NOTICE TO BIDDERS (Advertisement) same as above PART B -PROPOSAL (Bid) PART C -GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART E-SPECIFICATIONS PERMITS/EASEMENTS PART F-BONDS PART G-CONTRACT PART H -PLANS (Usually bound separately) Cl-1 (1) Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. C 1-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. Cl-1.5 BIDDER: Any person , persons, firm, partnership , company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents, constitutes a bidder. Cl-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes , and requirements of the City of Fort Worth's charter and promulgated ordinances. Whenever there may be a conflict between the General Conditions and the Special Conditions, the latter shall take precedence .. Cl-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. Cl-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which set forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed an useful project. Whenever reference is made to standard specifications, regulations, requirements, statutes , etc., such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. · Cl-1.9 BONDS: The bond or bonds are the written guarantee or security furnished by the Contractor for prompt and faithful performance of the contract and include the following : a. b. C. d. C2-2 .6) Performance Bond (see paragraph C3-3 .7) Payment Bond (see paragraph C3-3.7) Maintenance Bond (see paragraph C3-3 .7) Proposal or Bid Security (see Special Instructions to Bidders, Part A and Cl-1 (2) - - - ,,.- -- - - - C 1-1.10 CONTRACT: The Contract is a formal signed agreement between the owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. C 1-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the location, dimension and position of the various elements of the project, including such profiles, typical cross-sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The plans are usually bound separately from the other parts of the Contract Documents, but they are part of the Contract Documents just as though they were bound therein. C 1-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Manager, each of which is required by charter to perform specific duties. Responsibility for final enforcement of the Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous. Cl-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. Cl-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tern of the City of Fort Worth, Texas. Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. Cl-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative . Cl-1.17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of the City of Fort Worth, Texas, referred to in the charter as the City Engineer, or his duly authorized representative. Cl-1.18 DIRECTOR. CITY WATER DEPARTMENT: The officially appointed Director of the City Water Department of the City of Fort Worth, Texas, or his duly authorized representative, assistant, or agents. Cl-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. Cl-1.20 CONTRACTOR: The person, person's, partnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of work, acting Cl-1 (3) directly or through a duly authorized representative. A sub-contractor is a person, firm, corporation, supplying labor and materials or only labor, for the work at the site of the project. Cl-1.21 SURETIES: The Corporate bodies which are bound by such bonds as are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. Cl-1.22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. Cl-1.23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 a.m . and 6:00 p.m., with exceptions as permitted in paragraph C7-7.6 Cl-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days being excepted. Cl-1.25: LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: 1. 2 . 3 . 4. 5. 6. 7. 8. 9. New Year's day M.L. King, Jr. Birthday Memorial Day Independence Day Labor Day Thanksgiving Day Thanksgiving Friday Christmas Day Such other days in lieu of holidays as the City Council may determine January 1 Third Monday in January Last Monday in May July4 First Monday in September Fourth Thursday in November Forth Friday in November December25 When one of the above named holidays or a special holiday is declared by the City Council, falls on a Saturday, the holiday shall be observed on the preceding Friday, or if it falls on Sunday, it shall be observed on the following Monday, by those employees working on working day operations. Employees working calendar day operations will consider the calendar as the holiday. Cl-1.26 ABBREVIATIONS: Whenever the abbreviations defined herein appear in the Contract Documents, the intent and meaning shall be as follows : Cl-1 (4) ....- - , - .... - - -- - AASHTO -American Association of State MGD Million Gallons Highway Transportation Officials per Day ASCE American Society of Civil CFS Cubic Foot per Engineers Second IAW In Accordance With Min . Minimum ASTM American Society of Testing Mono. Monolithic Materials % Percentum AWWA American Water Works R Radius A s sociation I.D . Inside Diameter ASA American Standards Association O .D. Outside Diameter HI Hydraulic Institute Elev. Elevation Asph. Asphalt F Fahrenheit Ave. Avenue C Centigrade Blvd . Boulevard In. Inch CI Cast Iron Ft. Foot CL Center Line St. Street GI Galvanized Iron CY Cubic Yard Lin . Linear or Lineal Yd . Yard lb . Pound SY Square yard MH Manhole L.F. Linear Foot Max . Maximum D .I. Ductile Iron Cl-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25 % of the amount of the particular item or items in the original proposal. AU "Change Orders " shall be prepared by the City from information as necessary furnished by the Contractor. Cl-1.28 PAVED STREETS AND ALLEYS : A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: 1. 2. 3 . 4 . 5 . Any type of asphaltic concrete with or without separate base material. Any type of asphalt surface treatment, not including an oiled surface, with or without separate base material. Brick, with or without separate base material. Concrete, with or without separate base material. Any combination of the above. Cl-1 (5) ,, ' • '< ,. ,. Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined for "Paved Streets and Alleys." Cl-1.30 CITY STREET: A city street is defined as that area between the right-of-way lines as the street is dedicated. C 1-1.31 ROADWAY: The roadway is defined as the area between parallel lines two (2') back of the curb lines or four ('4) feet back of the average edge of pavement where no curb exists. Cl-1.32 GRAVEL STREET: A gravel street is an unimproved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. '. \ > Cl-1 (6) ,• '.e •¥ J ,, - SECTION C -GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 PROPOSAL FORM: The Owner will furnish bidders with Proposal form , which will contain an itemized li st of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder's general understanding of the project to be completed, provide a space for furni shing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder 's "Experience Record ," "Equipment Schedule," and "Financial Statement," all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids . The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current and no more than one (1) year old . In the _case that bidding date falls within the time a new statement is being prepared , the previous statement shall be updated by proper verification . Liquid assets in the amount of ten (10) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it mu st reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received , and such experience must have been completed not more than five (5) years prior to the date on which Bids are to be received. The Director of the Water Department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans . The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. C2-2 (1) C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which the Owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. Bidders are required, prior to filing of proposal, to read and become familiar with the Contract Documents, to visit the site of the project and examine carefully all local conditions, to inform themselves by their own independent research and investigations, tests, boring, and by such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during construction of the project. They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to make an intelligent proposal. No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings, if any, on the plans are for general information only and may not be correct. Neither the Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices, written in ink in both words and numerals, for which he proposes to do work contemplated or furnish the materials required. All such prices shall be written legibly. In case of discrepancy between price written in words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member of the firm, association, or partnership, or by person duly authorized. If a proposal is submitted by a company or corporation, the company or corporation name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power C2-2 (2) - . - - - -- of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if they show -any alteration of words or figures, additions not called for, conditional or uncalled for alternate bids, erasures, or irregularities of any kind, or contain unbalanced value of any items . Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened . C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and the amount indicated in the "Notice to Bidders" and the "Proposal." The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the · Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The bid security of all other bidders may be returned promptly after the canvass of bids . C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marker with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas . C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration must be made in writing, addressed to the City Manager, and filed with him prior to the time set for opening of proposals. After all proposals not requested for non-consideration are opened . and publicly read aloud, the proposals for which non- consideration requests have been properly filed may , at the option of the Owner, be returned unopened. C2-2.9 TELEGRAHIC MODIFICATIONS OF PROPOSALS: Any Bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal . C2-2 (3) C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no "Non-consideration Request" has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the "Notice to Bidders." All proposals which have been opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids . C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as "Irregular" if they show any omissions, alterations of form, additions, or conditions not called for, unauthorized alternate bids, or irregularities of any kind . However, the Owner reserves the right to waive any all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which can not be waived . C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of, but not limited to, the following reasons: a) Reasons for believing that collusion exists among bidders. b) Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated . c) · The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d) The bidder being in arrears on any existing contract or having defaulted on a previous contract. e) The bidder having performed a prior contract in an unsatisfactory manner. f) Lack . of competency as revealed by financial statement, experience statement, equipment schedule, and such inquiries as the Owner may see fit to make. g) Uncompleted work which, in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded . h) The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder as specified in Part "A" -Special Instructions 2. A current experience record showing especially the projects of a nature similar to the one under consideration, which have been successfully completed by the Bidder. 3 . An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of the bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. C2-2 (4) , . - - PART C -GENERAL CONDITIONS C3-3 AW ARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AW ARD AND EXECUTION OF DOCUMENTS: C3-3 .l CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of the unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. · Until the ward of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as may be considered for the best interest of the Owner. C3-3 .2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman-owned Business Enterprise (WBE) on the contract and the payment therefor. Contractor further agrees, upon request by the Owner, to allow and audit and/or an examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWE or WBE. Any material misrepresentation of arty nature will be grounds for termination of the contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future Contracts with the Owner for a period of time of not less than six (6) months. C3-3 .3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinances prohibiting discrimination in. employment practices . The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAW AL OF PROPOSALS: After a proposal has been read by the Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on which the proposals were opened. C3-3 (1) C 3-3.5 AW ARD OF CONTRACT: The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed forty-five (45) days after the date of opening proposals, and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee. The award of the contract, if award is made, will be to the lowest and best responsive bidder. The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award . C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have been determined for comparison of bids , the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids , after which they will be returned by the City Secretary. C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the owner in the amounts herein required, the following bonds: a. b. C. PERFORMANCE BOND: A good and sufficient performance bond in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the Contractor, or improper execution of the work or use of inferior materials. This performance bond shall guarantee the payment for all labor, materials, equipment, supplies , and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph C8-8. l 0 . PAYMENT BOND: A good and sufficient payment bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the propos al tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all claimants as defined in Article C3-3 (2) - - d. 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill 344, Acts 561h Legislature, Regular Session, 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made . OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the Owner. All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth, Texas, and which is acceptable to the Owner. In order to be acceptable, the name of the surety shall be included on the current U .S. Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties, as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute and file with the Owner, the Contract and such bonds as may be required in the Contract Documents . No Contract shall be binding upon the Owner until it has been attested by the City Secretary, approved as to form and legality by the City Attorney, and executed for the Owner by either the Mayor or City Manager. C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10) days after the contract is awarded shall be considered by the owner as an abandonment of his proposal, and the owner may -annual the Award . By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occurring to the owner by reason of said awardee's failure to execute said bonds and contract within ten (10) days, the proposal security accompanying the proposal shall be the agreed amount of damages which the Owner will C3-3 (3) suffer by reason of such failure on the part of the Awardee and shall thereupon immediately by forfeited to the Owner. The filing of a proposal will be considered as acceptance of this provision by the Bidder. C-3-3 .10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner. Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed "Work Order" or "Proceed Order", it is agreed that the Surety Company will, within ten (10) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. C3-3. l 1 INSURANCE: The Contractor shall not commence work under this contract until he has obtained all insurance required under the Contract Documents , and such , insurance has been approved by the Owner. The prime Contractor shall be responsible for delivering to the Owner the sub-contractor's certificate of insurance for approval. The prime Contractor shall indicate on the certificate of insurance included in the documents for execution whether or not hi s insurance covers sub-contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. a. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Worker's Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Worker's Compensation Statute, the Contractor shall provide adequate employer 's general liability insurance for the protection of such of his employees not so protected. b. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor Shall procure and shall maintain during the life of this contract, Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in the amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence on account of property damage with $2,000 ,000 umbrella policy coverage. c. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as a separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance : 1. Contingent Liability (covers General Contractor's Liability for acts of sub-contractors). C3-3 (4) .... 2. Blasting, prior to any blasting being done. 3. Collapse of buildings or structures adjacent to excavation ill excavation are performed adjacent to same). 4. Damage to underground utilities for $500,000. 5. Builder's risk (where above-ground structures are involved). 6. Contractual Liability ( covers all indemnification requirements of Contract). d. AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain during the life of this Contract, Comprehensive Automobile Liability Insurance in an amount not less than $250,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500,000 on account of one accident, and automobile property damage insurance in an amount not less than $100,000. e . SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the-Contractor and his sub-contractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the owner with satisfactory proof of coverage by insurance required in these Contract Documents in the amounts and by carriers satisfactory to the Owner. (Sample attached.) All insurance requirements made upon the Contractor shall apply to the sub-contractors, should the Prime Contractor's insurance not cover the sub-contractor's work operations. g . LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's insurance and C3-3 (5) \ performance, payment, maintenance and all such other bonds are written, shall be represented by an agent or agents having an office located within the city limits of the City of Fort Worth . Tarrant County, Texas . Each such agent shall be a duly qualified, one upon whom authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, and claims that the City of Fort Worth or other claimant or any property owner who has been damaged, may have against the Contractor, insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort Worth- Dallas area . The name of the agent, or agents shall be set forth on all such bonds and certificates of insurance . C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor and services when due. C3-3.13 WEEKLY PAYROLLS: A certified copy of each payroll covering payment of wages to all persons _ engaged in work on the project at the site of the project shall be furnished to the Owner's representative within seven (7) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3 .14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person , persons, partnership, company, firm, association, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth-Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office ( or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or other wise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditure, all claims against work or any other mater associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for the administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor's principal base of operations be other than in the Fort Worth- Dallas metropolitan area, notification of the Contractor's assignment of local authority shall be made in writing to the Engineer in advance of any work on the project, all C3-3 (6) ,. r - appropriately signed and sealed , as applicable, by the Contractor's responsible offices with the understanding that this written assignment of authority to the local representative shall become part of the project Contract as though bound directly into the project documents . The intent of these requirements is that all matters as sociated with the Contractor's administration, whether it be oriented in furthering the work, or other, be governed direct by local authority. This same requirement is imposed on insurance and surety coverage . Should the Contractor's local representative fail to perform to the satisfaction of the Engineer , the Engineer, at his sole discretion, may demand that such local representative be replaced and the Engineer may, at his sole discretion , stop all work until a new locral authority satisfactory to the Engineer is assigned . No credit of working time will be allowed for periods in which work stoppages are in effect for this reason . C3-3 .15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant County, Texas. C3-3 (7) SECTION C4 -4 SCOPE OF WORK PART C -GENERAL CONDITIONS C4-4 SCOPE OF WORK C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project. C4-4.2 SPECIAL PROVISIONS : Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents , the "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for any such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" shall be considered to be part of the Contract Documents just as though they were originally written therein. C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than twenty-five (25) percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon w_ritten request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work." No allowance will be made for any changes in anticipated profits not shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted herein as applying to overall quantities of sanitary sewer pipe in each pipe size, but not to the various depth categories . C4-4 (1) C4-4.4 ALTERATION OF CONTRACTDOCUMENTS: By Change order, the owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole . Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents . C4-4.5 EXTRA WORK: Additional work made neces sary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents , shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided however, that before any extra work is begun a "Change order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a. Unit bid price previously approved. b . An agreed lump sum. c. The actual reasonable cost of (1) labor, (2) rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates, (3) materials entering permanently into the project, and ( 4) actual cost of insurance, bonds , and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10 percent of the actual cost of such extra work . The fixed fee is not to include any additional profit to the Contractor for rental of equipment owner by him and used for extra work. The fee shall be full and complete compensation to cover the co st of superintendence, overhead , other profit, general and all other expense not included in (1), (2), (3), and (4) above. The Contractor shall keep accurate cost records on the form and in the method suggested by the Owner and shall give the Owner access to all accounts, bills, vouchers, and records relating to the Extra Work. No "Change Order" shall become effective until it has been approved and signed by each of the Contracting Parties . No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In case any orders or instructions , either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation, he shall make written request to the Engineer for written orders authorizing such Extra Work, prior to beginning such work. C4-4 (2) Should a difference ari se as to what does or dose not constitute Extra Work, or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof as provided under method (Item C). Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five (5) days before the time for making the first estimate after such work is done and unless the cla,im is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon said Extra Work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for "Extra Work" whether or not initiated by a "Change Order" shall be a full , complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown , foreseen or unforeseen at that time, including without limitation , any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or extra work. C4-4.6 CONSTRUCTION SCHEDULE: Before commencing any work under this contract, the CONTRACTOR shall submit to the OWNER a draft detailed baseline construction schedule that meets the requirements described in this specification, showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Contract. All submittals shall be submitted in PDF format, and schedule file s shall also be submitted in native file format (i.e. file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are: Primavera (Version 6.1 or later or approved by OWNER) Primavera Contractor (Version 6 .1 or later or approved by OWNER) Prim aver a SureTrak (Versio n 3 .x or later or approv ed by OWNER) Microsoft Project (Version 2003/2007 or later or approved by OWNER) It is suggested that the CONTRACTOR employ or retain the services of a qualified Project Scheduler to develop the required schedules . A qualified Project Scheduler would have the following minimum capabilities and experience. a. Experience preparing and maintaining detailed schedules , as well as 1 year of experience using approved scheduling software systems as defined in this specification. b . Knowledge of Critical Path Method of scheduling and the ability to analyze schedules to determine duration, resource allocation, and logic issues. C4-4 (3) c. Understanding of construction work processes to the extent that a logical critical path method schedule can be developed , maintained, and progressed that accurately represents the scope of work performed. C4-4.6(a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR shall develop, submit and review the draft detailed baseline construction schedule with the OWNER to demonstrate the CONTRACTOR's understanding of the contract requirements and approach for performing the work. The CONTRACTOR will prepare the final detailed baseline construction schedule based on OWNER comments, if any. The CONTRACTOR's first (1st) payment application will only be processed after the detailed baseline construction schedule has been submitted by the CONTRACTOR and accepted by the OWNER. The following guidelines shall be adhered to in preparing the baseline construction schedule. a. Milestone dates and final project completion dates shall be developed to conform to the time constraints, sequencing requirements, and completion time . b . The construction progress shall be divided into activities with time durations no greater than 20 work days. Fabrication, delivery and submittal activities are exceptions to this guideline. c. Activity durations shall be in work days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the \ duration of each activity . d. The critical path shall be clearly shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the late start date u sing CPM. Float time is a shared and expiring resource and is not for the exclusive use or benefit of the CONTRACTOR or OWNER. f. Thirty days shall be used for submittal review unless otherwise specified . The construction schedule shall be divided into general act1v1t1es as indicated in the Schedule Guidance Document and each general activity shall be broken down into sub- activities in enough detail to achieve sub-activities of no greater than 20 days duration. The Schedule Guidance Document is located on Buzzsaw and is hereby made a part of this contract document by reference for all purposes, the same as if copies verbatim herein. For each general activity, the construction schedule shall identify all trades or subcontracts applicable to the project whose work is represented by activities that follow the guidelines ofthis section. For each of the trades or subcontracts applicable to the project, the construction schedule shall indicate the following : procurement, construction, pre-acceptance activities, and C4-4 (4 ) events in their logical sequence for equipment and materials. Include applicable activities and milestones such as : 1. Milestone for formal Notice to Proceed 2. Milestone for Final Completion or other completion dates specified in the contract documents 3. Preparation and transmittal of submittals 4. Submittal review periods 5. Shop fabrication and delivery 6 . Erection and installation 7 . Transmittal of manufacturer's operation and maintenance instructions 8 . Installed equipment and material testing 9 . Owner's operator instructions (if applicable) 10. Final inspection 11. Operational testing C4-4.6(b) PROGRESS CONSTRUCTION SCHEDULE: The CONTRACTOR shall prepare and submit monthly to the OWNER for approval the updated schedule in accordance with C4 -4 .6 and C4-4.7 and the OWNER's Schedule Guidance Document inclusive. As the Work progresses, the CONTRACTOR shall enter into the schedule and record actual progress as described in the Schedule Guidance Document. The updated schedule submittal shall also include a concise narrative report that highlights the following, if appropriate and applicable : • Changes in the critical path, • Expected schedule changes , • Potential delays , • Opportunities to expedite the schedule, • Coordination issues the OWNER should be aware of or can assist with , • Other schedule-related issues that the CONTRACTOR wishes to communicate to the OWNER. a . The CONTRACTOR's monthly progress payment applications will not be accepted and processed for payment without monthly schedule updates, submitted in the time and manner required by this specification and the Schedule Guidance Document, and which accurately reflects the allowable costs due under the Contract Documents and is accepted by the OWNER. b. Only one schedule update will be required per month in accordance with the Schedule Guidance Document and this specification . c. Failure to maintain the Schedule in an accepted status may result in the OWNER withholding payment to the CONTRACTOR until the schedule is accepted. C4-4 (5) C-4-4.6(c) PERFORMANCE AND CONSTRUCTION SCHEDULE: If, in the opinion of the OWNER, work accomplished falls behind that scheduled , the CONTRACTOR shall take such action as necessary to improve his progress. In addition, the OWNER may require the CONTRACTOR to submit a revised schedule demonstrating his program and proposed plan to make up lag in schedule progress and to ensure completion of the Work within the allotted Contract time. Failure of the CONTRACTOR to comply with these requirements shall be considered grounds for determination by the OWNER that the CONTRACTOR is failing to execute the Work with due diligence as will ensure completion within the time specified in the Contract. C4-4.7 SCHEDULE TIERS SPECIAL INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule for all projects shall be Tier 3 unless otherwise stated in the contract documents . The requirements for each Tier are described below. CONTRACTOR shall submit each schedule relying on the Schedule Guidance Document provided in the Contract Documents . TIER 3 COST LOADING SPECIAL INSTRUCTIONS : 1. At a minimum, each Activity Breakdown Structure (ABS) in the scheduling software shall be cost-loaded with the total contract dollars associated with the respective ABS elements . TIER 4 COST LOADING SPECIAL INSTRUCTIONS: 1. Adhere to all Tier 3 requirements, and additionally the following: 2. Work (Schedule of Values Pay Items using the OWNER' s standard items) shall be loaded into the scheduling software using the "NON- LABOR" resource type showing the quantity of work to be done along with the corresponding value of the work measured in dollars. It is intended that Earned Value will be calculated as the schedule resources are progressed. TIER 5 COST LOADING SPECIAL INSTRUCTIONS: 1. Adhere to all Tier 4 requirements, and additionally the following : • Labor resources (Man-Hours) shall be loaded into the scheduling software using the "LABOR" resource type with man-hours and without cost. C4-4 (6) PART C -GENERAL CONDITIONS CS-5 CONTROL OF WORK AND MATERIALS SECTION CS-5 CONTROL OF WORK AND MATERIALS CS-5.1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. The Engineer shall decide all questions which arise as to the quality and acceptability of the materials furnished, work performed, rate of progress of the work, overall sequence of the construction, interpretation of the Contract Documents, acceptable fulfillment of the Contract, compensation, mutual rights between Contractor and Owner under these Contract Documents, supervision of the work, resumption of operations, and all other questions or disputes which may arise. Engineer will not be responsible for Contractor's means, methods, techniques, sequence or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor's failure to perform the work in accordance with the contract documents. The Engineer shall determine the amount and quality of the work completed and materials furnished , and his decisions and estimates shall be final. His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters , the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the owner and Contractor, a written decision on the matter in controversy. CS-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines, grades, cross-sections, finish , and dimensions shown on the plans or any other requirements other wise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. CS-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of several sections, which , taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections . In case of discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern over specifications, special conditions shall govern over general conditions and standard specification, and quantities shown on the plans shall govern over those shown in the proposal. The Contractor shall not take advantage of any apparent error or omission in the CS-5 (1) Contract Documents, and the owner shall be permitted to make such correction s or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in drawings , specifications , or other portions of the Contract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive re solution of the conflict. C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of Contract Documents and shall have available on the site of the project at all times, one set of such Contract Documents. The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer, his inspector, and other Contractors in every possible way . The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent, English-speaking superintendent and an as sistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or his authorized representatives . Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent, to act as the Contractor's agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas , and shall be subject to call, as is the project superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to adequately provide for the safety or convenience of the traveling public or the owners of property acro ss which the project extends or the safety of the property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. CS-5 .5 EMERGENCY AND/OR RECTIFICATION WORK: When , in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work , the Contractor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. Such a response shall occur day or night, whether the project is scheduled on a calendar-day or a working-day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies , omissions, or correction necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed . The written notice shall direct attention to the C5-5 (2 ) discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not shoe just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due the Contractor on the project. C5-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called for. The field office shall be not less than 10 x 14 feet in floor area, substantially constructed, well heated, air conditioned, lighted, and weather proof, so that documents will not be damaged by the elements. C5-5.7 CONTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor with all lines, grades, and measurements necessary to the proper prosecution and control of the work contracted under these Contract Documents, and lines, grades and measurements will be established by means of stakes or other customary method of marking as may be found consistent with good practice. These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings as may be established for Contractor's use or guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them . Whenever, in the opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost of replacing such stakes or marks plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. C5-5.8 AUTHORITY AND DUTIES OF CITY INSPECTOR : City Inspectors will be authorized to inspect all work done and to be done and all materials furnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed, to report any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents, and to call the attention of the Contractor to any such failure or other infringements. Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents. In case of any dispute arising between the Contractor and the City Inspector as to the materials or equipment furnished or the manner of performing the . work, the City Inspector will have the authority to reject materials or equipment, and/or to suspend work until the question at issue can be referred to and decided by the Engineer. The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents, nor to approve or accept any portion or section of the work, nor to issue any instructions contrary tot he requirement s of the C5 -5 (3) \ " - .... .... Contract Documents. The City Inspector will in no case act as superintendent or foreman or perform any other duties for the Contractor, or interfere with the management or operation of the work. He will not accept from the Contractor any compensation in any form for performing any duties . The Contractor shall regard and obey the directions and instructions of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents of the Contract Documents, provided , however, should the Contractor object to any orders or instructions or the City Inspector, the Contractor may within six days make written appeal to the E_ngineer for his decision on the matter in Controversy. C5-5.9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents . If the Engineer so requests , the Contractor shall, at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed. After examination , the Contractor shall restore said portions of the work to the standard required by the Contract Documents . Should the work exposed or examined prove acceptable , the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should Work so exposed or examined prove to be unacceptable , the uncovering or removing and replacing of all adjacent defective or damaged parts shall be at the Contractor's expense. No work shall be done or materials used without suitable supervision or inspection. CS-5 .10 REMOVAL OF EDEFCTIVE AND UNAUTHORIZED WORK:All work , materials, or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at this expense . Work done beyond the lines and grades given or as shown on the plans, except as herein specially provided , or any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor 's expense . Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed , and the cost thereof may be deducted from any money due or to become due tot he Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such work. CS -5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications , law , ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if Contractor wishes to furni sh or use a proposed substitute, he shall, prior to the preconstruction conference , make written application to ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the function called for by the general design, be similar and of equal substance to that specified and be suited to the same use and C5-5 (4) capable of performing the same function as that specified ; and identifying all variations of the proposed substitute from that specified and indicating available maintenance service . No substitute shall be ordered or installed without written approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent. No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor's expense. Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employees by either of them from and against the claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. CS-5.12 SAMPLES AND TESTS OF MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless other wise specifically provided. The failure of the Owner to make any tests of materials shall in no way relieve the contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling of materials, unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer, use materials represented by the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge to the Owner. In case of concrete, the aggregates, design minimum , and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contractor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents. Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of new materials. CS-5.13 STORAGE OF MATERIALS : All materials which are to be used in the construction contract shall be stored so as to insure the preservation of quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the ground , and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. CS-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the plans relative to the existing utilities are based on the best information available. Omission from, the inclusion of utility locations on the Plans is not to be considered as nonexistence of, or a definite location of, existing underground utilities. The location of many gas mains, water mains, conduits, sewer lines and service lines for CS-5 (5) - -- ..... all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all such structures and utilities on the plans or to show them in their exact location. It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for Extra Work or for increasing the pay quantities in any manner whatsoever, unless an obstruction encountered is such as to necessitate changes in the lines and grades of considerable magnitude or requires the building of special works, provision of which is not made in these Contract Documents, in which case the provision in these Contract Documents for Extra Work shall apply . It shall be the Contractor's responsibility to verify locations of the adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances . The Contractor shall take all necessary precautions in order to protect all existing utilities, structures, and service lines . Verification of existing utilities, structures, and service lines shall include notification of all utility companies at least forty -eight (48) hours in advance of construction including exploratory excavation if necessary. All verification of utilities and their adjustment shall be considered subsidiary work. CS-5.15 INTERRUPTION OF SERVICE: a. Normal Prosecution: In the normal prosecution of work where the interruption of service is necessary, the Contractor, at least 24 hours in advance, shall be required to: I. Notify the Water Department's Distribution Division as to location, time, and schedule of service interruption. 2. 3 . Notify each customer personally through responsible personnel as to the time and schedule of the interruption of their service, or In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer's door knob . The tag shall be durable in composition, and in large bold letters shall say : C5-5 (6) b . "NOTICE" Due to Utility Improvement in your neighborhood, your (water) (sewer) service will be interrupted on ____ _ between the hours of and ___ _ This inconvenience will be as short as possible. Thank You, Contractor Address Phone Emergency: In the event that an unforeseen service interruption occurs , notice shall be as above, but immediate. C5-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS : If, through act or neglect on the part of the Contractor, or any other Contractor or any sub-contractor shall suffer loss or damage of the work, the Contractor agrees to settle with such other Contractor or sub -contractor by agreement or arbitration . If such other Contractor or sub- contractor shall assert any claim against the owner on account of damage alleged to have been sustained , the owner will notify the Contractor, who shall indemnify and save harmless the owner against any such claim . C5-5.17 CLEAN-UP : Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be accomplished in keeping with a daily routine established to the satisfaction of the Engineer. Twenty-four (24) hours after written notice is given the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the Contractor fails to correct the unsatisfactory procedure , the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice , and the costs of such direct action , plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. Upon the completion of the project as a whole as co vered by these Contract Documents , and before final acceptance and final payment will be made , the Contractor shall clean and remove from the site of the project all surplus and discarded materials, temporary structures , and debris of every kind. He shall leave the site of all work in a neat and orderly condition equal to that which originally existed . Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new appearing condition. No extra compensation will be made to the Contractor for any clean-up required on the project. C5-5 (7 ) - - ...... C5-5.18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final clean-up performed, the Engineer will notify the proper officials of the Owner arid request that a Final Inspection be made. Such inspection will be made within 10 days after such notification . After such final inspection, if the work and materials and equipment an~ found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work. C5-5 (8) PART C -GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6. l LAWS TO BE OBSERVED:The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea or misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemmfy and save harmless the City and all of its officers , agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation, or order , whether it be by himself or his employees. C6-6 .2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges, costs and fees , and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6.3 PATENTED DEVICES, MATERIALS, AND PROCESSES: If the Contractor is required or desires to use any design , device, material , or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract price shall include all royalties or cost arising from patents, trademarks , and copyrights in any way involved in the work. The Contractor and his sureties shall indemnify and save harmless the Owner from any and all claims for infringement by reason of the use of any such trade-mark or copyright in connection with the work agreed to be performed under these Contract Documents, and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work, provided, however, that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon the design, type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits. C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor and their use shall be strictly enforced by C6-6(1) - -\ - ... - -•. - the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. C6-6 .5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work shall be placed and used, and the work shall at all times be so conducted, as to cause no greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including, but not limited to, safe and convenient ingress and egress to the property contiguous tot he work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic , except during actual trenching or pipe installation operations, at all driveway crossings. Such provisions may include bridging, placement or crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate. Such other means may include the diversion of driveway traffic, with specific approval by the Engineer, If diversion of traffic is approved by the Engineer at any location, the Contractor may make arrangements satisfactory to the Engineer for the diversion of traffic, and shall, at his expense, provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed except by special permission of the Engineer. The materials excavated and the construction materials such as pipe used in construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes, police call boxes, water valves, gas valves, or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which may come to its attention, after twenty-four hours notice in writing to the Contractor, save in cases of emergency · when it shall have the right to remedy any neglect without notice, and in either case, the cost of such work or materials furnished by the Owner or by the City shall be deducted from the monies due or to become due to the · Contractor. The Contractor, after approval of the Engineer, shall notify the Fire Department Headquarters, Traffic Engineer, and Police Department, when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus. The Contractor shall promptly notify, the Fire Department Headquarters when all such obstructed streets, alleys, or hydrants are placed back in service. Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or streams, his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures of such crossings. C6-6(2) The Contractor shall at all times conduct his operation and use of construction machinery so as not to damage or destroy trees and scrubs located in close proximity to or on the site of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of property owners, and no payment will be made by the Owner in settlement of such claims. The Contractor shall file with the Engineer a written statement showing all such claims adjusted . C6-6 .6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND RIGHT-OF-WAY: For the performance of the contract, the Contractor will be permitted to use and occupy such portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the Engineer. A reasonable amount of tools , materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations . Excavated and waste materials shall be piled or staked in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. If the street is occupied by railroad tracks, the work shall be carried on in such manner as not to interfere with the operation of trains, loading or unloading of cars , etc. Other contractors of the Owner may, for all purposes required by the contract, enter upon the work and premises used by the Contractor and shall be provided all reasonable facilities and assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. C6-6 .7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railroad, the City will secure the necessary easement for the work. Where the railroad tracks are to be crossed, the Contractor shall observe all the regulations and · instructions of the railroad company as to the methods of performing the work and take all precautions for the safety of property and the public. Negotiations with the railway companies for the permits shall be done by and through the City. The Contractor shall give the City Notice not less than five days prior to the time of his intentions to begin work on that portion of the project which is related to the railway properties. The Contractor will not be given extra compensation for such railway crossings unless specifically set forth in the Contract Documents. C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is carried on in or adjacent to any street, alley, or public place, the Contractor shall at his own expense furnish, erect, and maintain such barricades, fences, lights, and danger signals, shall provide such watchman , and shall take all such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away from , and vehicles from being driven on or into, any work under C6-6(3) - - - - construction or being maintained. The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to protect the work and prevent accident or damage . All installations and procedures shall be consistent with provisions set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways ", codified as Article 6701d Veron 's Civil Statues , pertinent section being Section Nos . 27 , 29 , 30 and 31. The Contractor will not remove any regulatory sign , instructional sign, street name sign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number 871-8075), to remove the sign . In case of regulatory signs , the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referred manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re- installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. The Contractor will be held responsible foe all damage to the work or the public due to failure of barricades, signs, fences, lights, or watchmen to protect them . Whenever evidence is found of such damage to the work the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor's own expense. The Contractor's responsibility for the maintenance of barricades, signs , fences and lights, and for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation , except as specifically provided in these Contract Documents, will be paid to the Contractor for the Work and materials involved in the constructing, providing , and maintaining of barricades , signs, fence s, and lights or salaries of watchmen, for the subsequent removal and disposal of such barricades , signs, or for any other incidentals necessary for the proper protection, safety, and convenience of the public during the contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal . C6-6.9 USE OF EXPLOSIVES, DROP WEIGHT, ETC .: Should the Contractor elect to use explosives, drop weight, etc ., in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation, any company, individual , or utility, and the Owner, not less than twenty-four hours in advance of the use of any C6-6(4) activity which might damage or endanger their or his property along or adjacent to the work. Where the use of explosives is to be permitted on the project, as specified in the Special Conditions Documents, or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives. C6-6.10 WORK WITHIN EASEMENTS: Where the work passes over, through , or into private property, the Owner will provide such right-of-way or easement privileges, as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work area considered necessary by the Contractor shall be provided by him at his expense. Such additional rights-of-way or work area shall be acquired for the benefit of the City. The City shall be notified in writing as to the rights so acquired before work begins in the affected area . The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the work as a part of the project construction operations. The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage to, all tress , shrubbery, plants, lawns, fences, culverts , curbing, and all other types of structures or improvements , to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the work . The Contractor shall notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the work. Such notice shall be made at least 48 hours in advance of the beginning of the work . Notices shall be applicable to both public and private utility companies or any corporation , company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the work. The Contractor shall be responsible for all damage or injury to property of any character resulting from any act , omission, neglect, or misconduct in the manner or method or execution of the work, or at any time due to defective work, material, or equipment. When and where any direct or indirect or injury is done to public or private property on account of any act , omission, neglect, or misconduct in the execution of the work, or in consequence of non-execution thereof on the part of the Contractor, he shall restore or have restored as his cost and expense such property to a condition at least equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise C6-6(5) - - - - - - - - - replacing and restoring as may be directed by the Owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. All fences encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross brace posts on either side of the permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross-braced posts at the point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits, before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost for fence removal, temporary closures and replacement shall be subsidiary to the various items bid in the project proposal . Therefore, no separate payment shall be allowed for any service associated with this work. In case of failure on the part of the Contractor to restore such property or to make good such damage or injury, the Owner may, upon 48 hour written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results, proceed to repair, rebuild, or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any monies due to or to become due to the Contractor under this contract. C6.6.11 INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that the Contractor shall perform all work and services hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the Owner. Contractor shall have exclusive control of and exclusive right to control the details of all work and services performed hereunder, and all persons performing the same, and shall be solely responsible for the acts and omissions of its officers, agents, servants, employees, contractor, subcontractors, licensees and invitees. The doctrine of respondeat superior shall not apply as between Owner and Contractor, its officers, agents, employees, contractors and subcontractors, and nothing herein shall be construed as creating a partnership or joint enterprise between Owner and Contractor. C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to, and does hereby indemnify, hold harmless and defend Owner, its officers, agents, servants, and employees from and against any and all claims or suits for property damage or loss and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused , in whole or in apart, by alleged negligence on the part of officers, agents, employees, contractors, subcontractors, licensees or invitees of the C6-6(6) Owner; and said Contractor does hereby covenant and agree to assume all liability and responsibility of Owner, its officers, agents, servants, and employees for property damage or loss, and/or personal injuries, including death, to any and all person of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers , agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence of officers, agents, employees, contractors, subcontractors, licensees or invitees of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and against any and all injuries, loss or damages to property of the Owner during the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from, in whole or in apart, any and all alleged acts of omission of officers, agents, employees, contractors, subcontractors, licensees, or invitees of the Owner. In the event a written claim for damages against the contractor or its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Water Department, as evidenced by a final inspection, final payment to the Contractor shall not be recommended to the Director of the Water Department for a period of 30 days after the date of such final inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. If the claims concerned remains unsettled as of the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in the amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of performance of such work, and such semi-final payment may then be recommended by the Director. The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory tot he Director that: 1. The claim has been settled and a release has been obtained from the claimant involved, or 2. Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have failed. If condition (1) above is met at any time within the six month period, the Director shall recommend that the final payment to the Contractor be made. If condition (2) above is met at any time within the six month period, the Director may recommend that final payment to the Contractor be made. At the expiration of the six month period, the C6-6(7) - - - - - - - Director may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction of the Director. The Director may , if he deems it appropriate, refuse to accept bids on other Water Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. C6~6.13 CONTRACTOR 'S CLAIM FOR DAMAGES: Should the Contractor claim compensation foe any alleged damage by reason of the acts or omissions of the Owner, he shall within three days after the actual sustaining of such alleged damage, make a written statement to the Engineer, setting out in detail the nature of the alleged damage, and on or before the 25 1h day of the month succeeding that in which ant such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of the details and the amount of such alleged damage and, upon request, shall give the Engineer access to all books of account, receipts , vouchers, bills of lading, and other books or papers containing any evidence as to the amount of such alleged damage . Unless such statements shall be filed as hereinabove required, the Contractor's claim for compensation shall be waived, and he shall not be entitled to payment on account of such damages. C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC.: fu case it is necessary to change , move, or alter in any manner the property of a public utility or others, the said property shall not be moved or interfered with until orders thereupon have been issued by the Engineer. The right is reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to the property that may be necessary by the performance of this Contract. C6-6 .15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing sewer lines have to be taken up or removed, the Contractor shall, at his own expense and cost, provide and maintain temporary outlets and connections for all private or public drains and sewers . The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers, and for this purpose he shall provide and maintain, at his own cost and expense, adequate pumping facilities and temporary outlets or divisions . The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other structures necessary, and be prepared at all times to dispose of drainage and sewage received from these temporary connections until such times as the permanent connections are built and are in service . The existing sewers and connections shall be kept in service and maintained under the Contract, except when specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. C6-6(8) C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing . City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main. All piping required beyond the point of delivery shall be in stalled by the Contractor at his own expense. The Contractor's responsibility in the use of all existing fire hydrant and/or valves is detailed in Section E2-1.2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges , if any , for water will be made at the regular established rates. When meters are not used, the charges , if any , will be as prescribed by the City ordinance , or where no ordinances applie s, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C 6-6 .17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written notice of the Engineer, and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents. All necessary repairs and removals of any section of the work so put into use , due to defective materials or workmanship, equipment, or deficient operations on the part of the Contractor, shall be performed by the Contractor at his expense. C6-6.18 CONTRACTOR 'S RESPONSIBILITY FOR THE WORK: .Until written acceptance by the Owner as provided for in these Contract Documents, the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work . The Contractor shall rebuild , repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove causes. C6-6.19 NO W AIYER OF LEGAL RIGHTS: Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents . Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents. C6-6(9) ( - - - - - C6-6 .20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrymg out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representative of the Owner, either personally or other wise as they are agents and representatives of the City. C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth, and organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor may purchase, rent or lease all materials , supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State · Comptroller's Ruling .011 , and any other applicable State Comptroller's rulings pertaining to the Texas Limited Sales , Excise, and Use Tax Act. On a contract awarded by a developer for the construction of a publicly-owner improvement in a street right-of-way or other easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor can probably be exempted in the same manner stated above. Texas Limited Sales, Excise, and Use Tax Act permits and information can be obtained from : Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX C6-6(10) PART C -GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7 .1 SUBLETTING: The Contractor shall perform with his own organization, and with the assistance of workmen under his immediate superintendance, work of a value of not less than fifty (50%) percent of the value embraced on the contract. If the Contractor sublets any part of the work to be done under these Contract Documents, he will not under any circumstances be relieved of the responsibility and obligation assumed under these Contract Documents. All transactions of the Engineer will be with the Contractor. Subcontractors will be considered only in the capacity of employees or workmen of the Contractor and shall be subject tot he same requirements as to character and competency. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times, when the work is in operation, be represented either in person or by a superintendent or other designated representatives. C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer, sublet, or otherwise dispose of the contract or his rights, title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in by the Sureties. If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to any person or persons, partnership, company, firm, or corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any states, attempt to dispose of the contract may, at the option of the Owner be revoked and annulled, unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retained by the Owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages. C7-7 .3 PROSECUTION OF THE WORK: Prior to beginning any construction operations, the Contractor shall submit to the Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step the manner of prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. There shall be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period. The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials, and labor as is necessary to insure its completion within the time limit. C7-7(1) - - - - - - - The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents. Any Deviation from such sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the Engineer . Such specification or approval by the Engineer shall not relieve the Contractor from full responsibility of the complete performance of the Contract. The contract time may be changed only as set forth in Section C7-7 .8 EXTENSION OF TIME OF COMPLETION of this Agreement, and a progress schedule shall not constitute a change in the contract time. C7-7.4 LIMITATION OF OPERATIONS: The working operations shall at all times be conducted by the Contractor so as to create a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way greater than is necessary for proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on any additional section or street. C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor when it is available. The Contractor may bring from outside the City of Fort Worth his key men and his superintendent. All other workmen, including equipment operators, may be imported only after the local supply is exhausted. The Contractor shall employ only such superintendents, foremen, and workmen who are careful, competent, and fully qualified to perform the duties and tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner, shall misconduct himself or to be found to be incompetent, disrespectful, intemperate , dishonest, or otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglect or refuses to comply with or carry out the direction of the owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have sufficient skill, ability, and experience to properly perform the work assigned to them and operate any equipment necessary to properly carry out the performance of the assigned duties. The Contractor shall furnish and maintain on the work all such equipment as is consi~ered to be necessary for the prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition . Equipment on any portion of the work shall be such that no injury to the work. Workmen or adjacent property will result from its use. C7-7(2) C7-7.6 WORK SCHEDULE: Elap sed working day s shall be computed startin g with the first day of the work completed as defined in Cl-1.23 "WORKING DAYS " or the date stipulated in the "WORK ORDER" for beginning work , whichever comes first. Nothing in the se Contract Documents shall be construed as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays, pro viding that the following requirements are met: a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later that the preceding Thursday. b. Any work to be done on the project on such a specific Saturday, Sunday or Legal Holiday must be, in the opinion of the Engineer , essential to the timely completion of the project. The Engineer's deci sion shall be final in response to such a reque st for approval to work on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be allowed to the Contractor for an y work performed on such a specific Saturday, Sunday or Legal Holiday . Calendar Days shall be defined in C 1-1 .24 and the Contractor may work as he so desires. C7-7 .7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall commence the working operations within the time specified in the Contract Documents and set forth in the Work Order. Failure to do so shall be considered by the owner as abandonment of the Contract by the Contractor and the Owner ma y proceed as he sees fit . The Contractor shall maintain a rate of progress such as will insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time established in such documents and such exten sion of time as may be properly authorized . C7-7.8 EXTENSION OF TIME COMPLETION : The Contractor's request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for appro val. In adju sting the contract time for completion of work, consideration will be given to unforeseen causes beyond the control of and without the fault or negligence of the Contractor , fire, flood, tornadoes , epidemics , quarantine restrictions, strikes , embargoes, or delays of sub-contractors due to such causes. C7-7(3) - - - - - -, - When the date of completion is based on a calendar day bid , a request for extension of time because of inclement weather will not be considered. A request for extension of time due to inability to obtain supplies and materials will be considered only when a review of the Contractor's purchase order dates and other pertinent data as requested by the Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on schedule . This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery. If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents, then the contract time mat be increased by Change Order. C7-7 .9 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 Engineer and if by the Engineer found correct, shall be approved and referred by the Engineer to the City Council for final approval or disapproval ; and the action thereon by the City Council shall be final and binding. If delay is caused by specific orders given by the Engineer to stop work, or 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 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 from all his obligations hereunder which shall remain in full force until the discharge of the contract. C7-7.10 TlME OF COMPLETION: The time of completion is an essential element of the Contract. Each bidder shall indicate in the appropriate place on the last page of the proposal, the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the proposal section of the Contract Documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon . The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents , or increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is signed , the sum per day given in the following schedule, unless otherwise specified in other parts of the Contract Documents , will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the Owner . C7-7(4) AMOUNT OF CONTRACT AMOUNT OF LIQUIDATED DAMAGES PER DAY Less than $ 5 ,000 inclusive $ 35.00 $ 5,001 to $ 15 ,000 inclusive $ 45.00 v$ 15,001 to $ 25,000 inclusive $ 63.00 $ 25,001 to $ 50,000 inclusive $ 105.00 $ 50 ,001 to $ 100,000 inclusive $ 154.00 $ 100,001 to $ 500,000 inclusive $ 210.00 $ 500,001 to $1,000,000 inclusive $ 315.00 $1,000,001 to $2,000,000 inclusive $ 420.00 $2,000,000 and over $ 630.00 The parties hereto understand and agree that any harm to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the Contract Documents would be incapable or very difficult to calculate due to lack of accurate information, and that the "Amount of Liquidated Damages Per Day", as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay . C?-7.11 SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court, and will not be entitled to additional compensation by virtue of such court order. Neither will he be liable to the City in the vent the work is suspended by a Court Order. Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible. C?-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unsuitable conditions which in the opinion of the Owner or Engineer-cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of the work covered by this contract, for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews . If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary . Should the Contractor not be able to complete a portion of the project due to causes beyond the control of and without the fault or negligence of the Contractor as set forth in Paragraph C7-7 .8 EXTENSION OF THETIME OF COMPLETION, and should it be C7-7(5) """' I -- - determined by mutual consent of the Contractor and the Engineer that a solution to allow construction to proceed is not available within a reasonable period of time, then the Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. · No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth. The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations. C7-7 .13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency, so declared by the president of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials , and equipment for the prosecution of the work with reasonable continuity for a period of two months, the Contractor shall within seven days notify the City in writing, giving a detailed statement of the efforts which have been made and listing all necessary items of labor, materials, and equipment not obtainable. If, after investigations, the owner finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contractor, than if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials, and equipment within thirty days, the Contractor my request the owner to terminate the contract and the owner may comply with the request, and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include. But not be limited to the payment for all work executed but not anticipated profits on work which has not been performed. C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF THE CONTRACT: The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared canceled by the City Council for any good and sufficient cause. The following, by way of example, but not of limitation, may be considered grounds for suspension or cancellation: a. Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner. b. Substantial evidence that progress of the work operations by the Contractor is insufficient to complete the work within the specified time. C7-7(6) c. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. d. Substantial evidence that the Contractor has abandoned the work. e. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work satisfactorily. f. Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or Owner provided for in these Contract Documents. g. Failure of the Contractor promptly to make good any defect in materials or workmanship, or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. h. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract. 1. A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose . J. If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. k. If the Contractor commences legal action against the Owner. A Copy of the suspension order or action of the City Council shall be served on the Contractor's Sureties . When work is suspended for any cause or causes, or when the contract is canceled, the Contractor shall discontinue the work or such part thereof as the · owner shall designate, whereupon the Sureties may, at their option, assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue, and may perform the same or may, with written consent of the owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents. The Sureties, in such event shall assume the Contractor 's place in all respects, and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contract Documents. All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses, subject to all of the terms of the Contract Documents . C7-7(7) - - - In case the Sureties do not, within the hereinabove specified time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner has ordered the Contractor to discontinue, then the Owner shall have the power to complete, by contract or otherwise, as it may determine, the work herein described or such work thereof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials, plants, tools, equipment, supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools, equipment, materials, labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense for labor, materials, tools , equipment, and all expenses incidental thereto. The expense so charged shall be deducted by the owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be the actual cost of the owner of such work In case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contract, then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with the performance of the work by the Owner. C7-7 .15 FULFILLMENT OF CONTRACT:The Contract will be considered as having been fulfilled, save as provided in any bond or bonds or by law, when all the work and all sections or parts of the project covered by the Contract Documents have been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner. C7-7 .16 TERMINATION FOR CONVENIENCE OF THE OWNER: The performance of the work under this contract may be terminated by the Owner in whole , or from time to time in part, in accordance with this section, whenever the Owner shall determine that s uch termination is in the best interest of the Owner. A. NOTICE OF TERMINATION: Any Termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of work under the contract is terminated, and the date upon which such termination becomes effective . Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the Owner. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any C7-7(8) claim, demand or suit shall be required of the Owner regarding such discretionary action B . CONTRACTOR ACTION: After receipt of a notice of termination, and except as otherwise directed by the Engineer, the Contractor shall: J 1. Stop work under the contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by notice of termination; 4. transfer title to the Owner and deliver in the manner, at the times, and to the extent, if any , directed by the Engineer: 5 .. a. the fabricated or unf abricated parts , work in progress, completed work, supplies and other material produced as a part of, or acquired in connection with the performance of, the work terminated by the notice of the termination; and b. The completed, or partially completed plans, drawings, information and other property which, if the contract had been completed, would have been required to be furnished to the Owner. complete performance of such work as shall not have been terminated by the notice of termination ; and 6. Take such action as may be necessary, or as the Engineer may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the Engineer a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of C7-7(9) •• which has been directed or authorized by Engineer, Not later than 15 days thereafter, the owner shall accept title to such items provided, that the list submitted shall be subject to verification by the Engineer upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. C. TERMINATION CLATht1: Within 60 days after the notice of termination, the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more extensions in writing are granted by the Owner upon request of the Contractor, made in writing within such 60-day period or authorized extension thereof, any and all such claims shall be conclusively deemed waived. D. AMOUNTS: Subject to the prov1S1ons of Item C7-7.l(C), the Contractor and the Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of the work pursuant hereto ; provided, that such agreed amount or amounts shall never exceed the total contract price reduced by the amount of payments otherwise made and as further reduced by the contract price work not terminated . The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. No amount shall be due for lost or anticipated profits> Nothing in C7-7.16(E) hereafter, prescribing the amount to be paid to the Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. E. F . FAILURE TO AGREE: In the event of the failure of the Contractor and the Owner to agree as provided in C7-7.16(D) upon the whole amount to be paid to the Contractor by reason of the termination of the work pursuant to this section, the Owner shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. No amount shall be due for lost or anticipated profits. DEDUCTIONS: In arriving at the amount due the Contractor under this section there shall be deducted; 1. all unliquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract; C7-7(10) G. H. 2. any claim which the Owner may have against the Contractor in connection with this contract; and 3. the agreed price for , or the proceeds of the sale of, any materials, supplies or other things kept by the Contractor or sold, pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. ADWSTMENT: If the termination hereunder be partial , prior to the settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or prices; noting contained herein, however, shall limit the right of the owner and the Contractor to agree upon the amount or amounts to be paid tot he Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion . NO LIMITATION OF RIGHTS: Noting contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7-7 .14 hereof entitled "SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT" or any other right which the Owner may have for default or breach of contract by Contractor. C7-7 .17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. The Contractor shall comply with federal, state, and local laws, ordinances, and regulations so as to protect person and property from injury, including death, or damage in connection with the work. C7-7(11) - - _-.. - PART C -GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8-8.1 MEASUREMENT OF QUANTITIES: The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights of the materials and item installed. C8-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials , machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents. The "Unit Price" shall include all permanent and temporary protection of overhead, surface, and underground structures, cleanup, finishing costs, overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other clauses, delays, profits, injuries, damages claims, taxes, and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in a satisfactory condition for operation. C8-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all subsidiary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, C8-8(1) and for completing the work in an acceptable manner according to the terms of the Contract Documents . The payment of any current or partial e stimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the .: Contractor to repair, correct, renew , or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material u sed or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the one year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects , imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the 1st and the 5th day of each month, the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month, or estimate period under the Contract Documents . Not later than the 10th day of the month , the Engineer shall verify such estimate , and if it is found to be acceptable and the value of the work performed since the last partial payment was made exce~ds one hundred dollars ($100.00) inn amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount is less than $400,000.00, or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400,000 .00 or greater, within twenty-five (25) days after the regular estimate period . The City will have the option of preparing estimates on forms furnished by the City. The partial estimates may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work as a permanent part thereof, but which at the time of the estimate have not been installed (such payment will be allowed on a basis of 85% of the net invoice value thereof). The Contractor shall furnish the Engineer such information as he may request to aid him as a guide in the verification or the preparation of partial estimates . It is understood that partial estimates from month to month will be approximate only, all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate, and such estimate shall riot, in any respect, be taken as an admission of the Owner of the amount of work done or of its quantity of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents . The City reserves the right to withhold the payment of any monthly estimate if the Contractor fails to perform the work strictly in accordance with the specifications or provisions of this Contract. C8-8(2) C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents. C8-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents shall have been completed and all requirements of the Contract Documents shall have been fulfilled on the part of the Contractor, the Contractor shall notify the Engineer in writing that the improvements are ready for final inspection . The Engineer shall notify the appropriate officials of the Owner, will within a reasonable time make such final inspection, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment thereof as outlines in paragraph C8-8 .8 below. C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. All prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. The amount of the final estimate, less previous payments and any sums that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after the final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the owner satisfactory evidence of compliance as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit as furnished by the City, certifying that; A. all persons, firms, associations, corporations , or other organizations furnishing labor and/or materials have been paid in full, B. that the wage scale established by the City Council in the City of Fort Worth has been paid, and C. that there are no claims pending for personal injury and/or property damages . The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of said City relating to or connected with the Contract. C8-8(3) The making of the final payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. C8-8 .9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has employed competent engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents . It is, therefore, agreed that the Owner shall be responsible for the adequacy of its own design features, sufficiency of the Contract Documents, the safety of the structure, and the practicability of the operations of the completed project, provided the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereof approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the Contract Documents, approved modifications thereof, and all alterations thereof. C8-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of the work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to the other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. C8-8 .11 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. C8-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions . Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one- tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the Project. C8-8 .13 RECORD DOCUMENTS: The Contractor shall keep on record a copy of all specifications, plans, addenda, modifications , shop drawings and samples at the C8-8(4) ... '· ,' f site, in good order and annotated to show all changes made during the construction process . These shall be delivered to the Engineer upon completion of the work. I C8-8(5) - - - SECTION Cl: SUPPLEMENT ARY CONDITIONS TO PART C -GENERAL CONDITIONS A. General B. These Supplementary Conditions amend or supplement the General Condit ions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE : Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof: but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts ofless than $400,000 at the time of execution, retainage shall be ten per cent (10%). For contracts of $400,000 or more at the t ime of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. C. Part C -General Conditions: Paragraph C3-3.11 of the General Conditions is deleted and replaced with D-3 of Part D -Special Conditions. D. C3-3. l 1 INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised 10/24/02 Pg. 1 E. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS : Page C6-6 (8), is deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence . In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out ot: or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents , employees, subcontractors, licensees or invitees, whether or not any such iniury. damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. F . INCREASED OR DECREASED QUANTITIES: Part C -General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4 .3 INCREASED OR DECREASED QUANTITIES to read as follows: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. G . C3-3 .11 INSURANCE: Page C3-3 (7): Add subparagraph ''h. ADDITIONAL Revised 10/24/02 Pg. 2 - - - - - INSURANCE REQUIREMENTS" a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c . Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d . Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewai and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of :financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. 1. Contractor's liability shall not be limited to the specified amounts of insurance required herein. Revised 10/24/02 Pg.3 m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. H . CS-8.4 SCOPE OF PAYMENT: Delete CS-8.4, Scope of Payment at page CS-8(1) is deleted in its entirety and replaced with the following: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph CS-5.14) for all 'risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of sucJ:i prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attnbuted to such defects , which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. I. C8-8.10 GENERAL GUARANTY: Delete CS-8.10 , General Guaranty at page C8-8(4) is deleted in its entirety and replaced with the following: Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness . Revised 10/24/02 Pg.4 - - - - J. K. Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. Part C -General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2.7, C2-2.8 and C2-2.9 with the following: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, P.O. Box 17027, Fort Worth, Texas 76102. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration ofa proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight ( 48) hours after the proposal opening time, no further consideration will be given to the proposal C3-3.7 BONDS {CITY LET PROJECTS): Reference Part C, General Conditions, dated November 1, 1987; (City let projects) make the following revisions: 1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: Revised 10/24/02 Pg. 5 In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City , in its sole discretion , will determine the adequacy of the proof required herein . 2. Pg. C3-3(5) Paragraph C3-3 . l 1 INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3.l 1 INSURANCE delete subparagraph "g . LOCAL AGENT FOR INSURANCE AND BONDING". L. RIGHT TO AUDIT: Part C -General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: C8-8.14 RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract , have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities , and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits. ( c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: Revised 10/24/02 1. 50 copies and under -10 cents per page Pg.6 - M. 2, More than 50 copies -85 cents for the first page plus fifteen cents for each page thereafter SITE PREPARATION: The Contractor shall clear rights-of-way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project construction operations. The contractor's attention is directed to paragraph C6-6.10 work within easements, page C6-6(4), part C -General Conditions of the Water Department General Contract Document and General Specifications . Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe. N. Reference Part C-General Conditions, Section C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: 1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the word flagmen. 2. In the first paragraph, lines five (5) and six (6), change the phrase take all such other precautionary measures to take all reasonable necessary measures. 0. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federai state or local laws or ordinances relating to false statements; further, any such misrepresentation ( other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years. Revised 10/24/02 Pg. 7 P . WAGE RATES: Section C3-3.13 of the Gen~ral Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258 , Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, · Texas Government Code. Such prevailing wage rates are included in these contract documents . (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker .employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Section C-1, L. Rig_!it to Audit (Rev. 9/30/02) pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and(!>) above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has comnlied with the reguir~ernents ofChamer 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the· pIQject a1 all tin!es. Revised 10/24/02 Pg.8 PART D -SPECIAL CONDITlONS D-1 GENERAL ............................................................................................................................ 3 D-2 COORDINATION MEETING ................................................................................................ 5 D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ...................... 5 D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT ...................................... 7 D-5 CROSSING OF EXISTING UTILITIES ................................................................................ 7 D-6 EXISTING UTILITIES AND IMPROVEMENTS .................................................................... 8 D-7 CONSTRUCTION TRAFFIC OVER PIPELINES .................................................................. 8 D-8 TRAFFIC CONTROL ........................................................................................................... 9 D-9 DETOURS .............................................................................. .' .......................................... 10 D-10 EXAMINATION OF SITE .................................................................................. : ........... AO D-11 ZONING COMPLIANCE ................................................................................................ 10 D-12 WATER FOR CONSTRUCTION .................................................................................... 10 D-13 WASTE MATERIAL ....................................................................................................... 10 D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE ........................................................ 10 D-15 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES .............................. 11 D-16 BID QUANTITIES ................................................................ ; ......................................... 11 D-17 CUTTING OF CONCRETE ............................................................................................ 11 D-18 PROJECT DESIGNATION SIGN ................................................................................... 11 D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ........................................ 12 D-20 MISCELLANEOUS PLACEMENT OF MATERIAL. ......................................................... 12 D-21 CRUSHED LIMESTONE BACKFILL .............................................................................. 12 D-22 2:27 CONCRETE ........................................................................................................... 13 D-23 TRENCH EXCAVATION , BACKFILL, AND COMPACTION ........................................... 13 D-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS .............. 14 D-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) .................. 15 D-26 SANITARY SEWER MANHOLES .................................................................................. 16 D-27 SANITARY SEWER SERVICES .................................................................................... 19 D-28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES .................. 20 D-29 DETECTABLE WARNING TAPES ................................................................................. 23 D-30 PIPE CLEANING ........................................................................................................... 23 D-31 DISPOSAL OF SPOIUFILL MATERIAL ......................................................................... 23 D-32 MECHANICS AND MATERIALMEN'S LIEN ................................................................... 23 D-33 SUBSTITUTIONS ........ : ................................................................................................. 23 D-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER .............. 24 D-35 VACUUM TESTING OF SANITARY SEWER MANHOLES ............................................ 27 D-36 BYPASS PUMPING ....................................................................................................... 28 D-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............ 28 D-38 SAMPLES AND QUALITY CONTROL TESTING ........................................................... 30 D-39 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................................................................. 31 D-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES .......................... 32 D-41 PROTECTION OF TREES , PLANTS AND SOIL ........................................................... 32 D-42 SITE RESTORATION .................................................................................................... 32 D-43 CITY OF FORT WORTH STANDARD PRODUCT LIST ................................................ 33 D-44 TOPSOIL, SODDING, SEEDING & HYDROMULCHING ............................................... 33 D-45 CONFINED SPACE ENTRY PROGRAM ....................................................................... 38 D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION .............................. 39 D-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ........................ 39 D-48 CONCRETE ENCASEMENT OF SEWER PIPE ........................................................... .40 D-49 CLAY DAM ..................................................................................................................... 40 02/09/2010 SC-1 PART D -SPECIAL CONDITIONS D-50 EXPLORATORY EXCAVATION (D-HOLE) .................................................................. .40 D-51 INSTALLATION OF WATER FACILITIES ..................................................................... .40 51.1 Polyvinyl Chloride (PVC) Water Pipe ........................................................................... 40 51 .2 Blocking ....................................................................................................................... 41 51.3 Type of Casing Pipe ..................................................................................................... 41 51.4 Tie-lns .......................................................................................................................... 41 51.5 Connection of Existing Mains ....................................................................................... 41 51.6 Valve Cut-Ins ............................................................................................................... 42 51.7 Water Services ............................................................................................................ 42 51.8 2-lnch Temporary Service Line .................................................................................... 44 51.9 Purging and Sterilization of Water Lines ...................................................................... 45 51.10 Work Near Pressure Plane Boundaries ...................................................................... .45 51.11 Water Sample Station .................................................................................................. 46 51.12 Ductile Iron and Gray Iron Fittings ................................................................................ 46 D-52 SPRINKLING FOR DUST CONTROL. .......................................................................... .47 D-53 DEWATERING .............................................................................................................. 47 D-54 TRENCH EXCAVATION ON DEEP TRENCHES .......................................................... .47 D-55 TREE PRUNING ............................................................................................................ 47 D-56 TREE REMOVAL ........................................................................................................... 48 D-57 TEST HOLES ................................................................................................................ 48 D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION ......................................................................................................................... 49 D-59 TRAFFIC BUITONS .................................................... ~ ................................................. 49 D-60 SANITARY SEWER SERVICE CLEANOUTS ................................................................ 50 D-61 TEMPORARY PAVEMENT REPAIR ........................................................................ : ..... 50 D-62 CONSTRUCTION STAKES ........................................................................................... 50 D-63 EASEMENTS AND PERMITS ........................................................................................ 50 D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING .................................................. 51 D-65 WAGE RATES .............................................................................................................. 51 D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ...................................... 53 D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) ............................................................................................................................. 53 D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS ...................................................................................................... 55 D-69 ADDITIONAL SUBMIITALS FOR CONTRACT AWARD ................................................... 56 D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION ....................................................... 56 D-71 AIR POLLUTION WATCH DAYS ....................................................................................... 57 D-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ............................................ 57 02/09/2010 SC-2 - 5 PART D -SPECIAL CONDITIONS This Part D -Special Conditions is complimentary to Part C -General Conditions and Part C1 - Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is additive to any provision in Part C -General Conditions and part C1 -Supplementary Conditions to Part C of the Contract are to be read together. Any conflict between Part C -General Conditions and Part C1 -Supplementary Conditions of the Contract and this Part D, Part D shall control. FOR: WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2009 WSM-F FORT WORTH, TEXAS CITY PROJECT NO. 01388 WATER DEPARTMENT PROJECTS NO. D-1 GENERAL D.O.E. NO. 6265 P253-541200-602170138883 P258-541200-702170138883 The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2. Contract Documents 3. Special Conditions The following Special Conditions shall be applicable to this project under the provisions stated above. The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes. Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions, are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers name, or identification include therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though -required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications, which general specifications shall govern performance of all such work. This contract and project, where applicable, may also be governed by the two following published specifications, except as modified by these Special Provisions: 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 02/09/2010 SC-3 PART D -SPECIAL CONDITlONS 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents. A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated by the call-out for the pay item by the designer. If not shown, then ·applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered . Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and the name or description of the project as designated in the "Notice to Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102. B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non- consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened . C. TELEGRAPHIC MODIFICATION OF PROPOSALS : Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. 02/09/2010 SC-4 PART D -SPECIAL CONDITIONS D-2 COORDINATION MEETING For coordination purposes, weekly meetings at the job site may be required to maintain the project on the desired · schedule. The contractor shall be present at all meetings. D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions: 1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors , leasing companies , motor carriers, owner operators , employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing , hauling , or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements , which meets the statutory requirements of Texas Labor Code, Section 401.011(44) or all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental ent ity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 1. A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 02/09/2010 SC-5 PART D -SPECIAL COND ITlONS 2. No later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage . I. The contractor shall contractually require each person with whom it contracts to provide services on a project , to: 1. Provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code , Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project ; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a .) A certificate of coverage , prior to the other person beginning work on the project; and b .) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 5. Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 6. Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known , of any change that materially affects the provision of coverage of any person providing services on the project; and 02/09/2010 SC-6 PART D -SPECIAL CONDITIONS 7. Contractually require each person with whom it contracts, to perform as required by paragraphs ( 1 )-(7), with the certificates of coverage to be provided to the person for whom they are providing services. 8. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a · self-insured, with the commission 's Division of Self-Insurance Regulation . Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. J. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials , or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." Call the Texas Worker's Compensation Commission at (512) 463-3642 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage , or to report an employer's failure to provide coverage". D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project,. it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. D-5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be 02/09/2010 SC-7 PART D -SPECIAL CONDITIONS constructed of ductile iron pipe . The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. Backfill, fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the cost of which shall be included in the price bid in the Proposal for each bid item . D-6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures . However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans , or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property exposed by his construction operations. Contractor shall make all necessary provisions (as approved or authorized by the applicable utility company) for the support, protection and/or temporary relocation of all utility poles, gas lines, telephone cables, utility services , water mains, sanitary sewer lines, electrical cables, drainage pipes , and all other utilities and structures_ both above and below ground during construction . It is understood that the Contractor is not responsible for the permanent relocation of existing utilities in direct conflict with the proposed construction. The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED. Where existing utilities or service lines are cut , broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or better, unless otherwise shown or noted on the plans , at his own cost and expense. The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location , and depth; they are shown on the plans as the best information available at the t ime of design, from the owners of the utilities involved and from evidences found on the ground . D-7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions . It will be the responsibility of the Contractor to protect both the new 02/09/2010 SC-8 - - PART D -SPECIAL CONDITIONS line and the existing lines from these possibly excessive loads. The Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the site . Any damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense , to the satisfaction of the City. In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more frequent crossings of the pipes are allowed. It still is, however, the responsibility of the Contractor to repair any damage to the existing or proposed lines , if the damage results from any phase of his construction operation. D-8 TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permit" prior to starting work . As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701 d Vernon 's Civil Statutes , pertinent sections being Section Nos. 27, 29 , 30 and 31. Unless otherwise included as part of the Construction documents, the Contractor shall submit a traffic control plan (duly sealed, signed and dated by a Registered Professional Engineer (P .E.) in the state of Texas), to the City Traffic Engineer [Tel (817)392-8770] at or before the preconstruction conference. The P.E. preparing the traffic control plan may utilize standard traffic reroute configurations posted as "Typicals" on the City's Buzzsaw website. Although work will not begin until the traffic control plan has been reviewed and approved, the Contractor's time will begin in accordance with the timeframe mutually established in the 'Notice to Proceed ' issued the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 817-392-7738) to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." The lump sum pay item for traffic control shall cover design and/ or installation, and maintenance of the traffic control plan . 02/09/2010 SC-9 PART D -SPECIAL CONDITIONS D-9 DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. D-10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions , which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions, which may give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. D-11 ZONING COMPLIANCE During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. D-12 WATER FOR CONSTRUCTION The Contractor at his own expense will furnish water for construction. D-13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property. D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as all construction has been completed. No more than seven days shall elapse after completion of construction before the roadway, right- 02/09/2010 SC-10 PART D -SPECIAL CONDITIONS of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative . This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance . The City of Fort Worth shall give final acceptance of the completed project work. D-15 SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 1. A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks , power shovels, drilling rigs , pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows : "WARNING -UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." 2. Equipment that may be operated within ten feet of high voltage lines shall have insulating cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hook connections. 3. When necessary to work within six feet of high voltage electric lines , notification shall be given the power company (ONCOR) who will erect temporary mechanical barriers, de- energize the lines, or raise or lower the lines. The work done by the power company shall not be at the expense of the City of Fort Worth . The notifying department shall maintain an accurate log of all such calls to ONCOR, and shall record action taken in each case. 4 . The Contractor is required to make arrangements with the ONCOR company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. 5. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). D-16 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities . To the extent that C4-4.3 conflicts with this provision , this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. D-17 CUTTING OF CONCRETE When existing concrete is cut, such cuts shall be made with a concrete saw. All sawing shall be subsidiary to the unit cost of the respective item. D-18 PROJECT DESIGNATION SIGN . 02/09/2010 SC-11 PART D -SPECIAL CONDITIONS Project signs are required at all locations. It shall be in accordance with the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts . The Engineer shall approve the exact locations and methods of mounting . In addition to the 4 ' x 8 ' project signs , project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades. Barricade signs shall be in accordance with Figure 30, except that they shall be 1 '-0 " by 2'-0 " in size. The information box shall have the following information: For Questions on this Project Call : (817) 392-8306 M-F 7:30 am to 4:30 p .m. or (817) 392-8300 Nights and Weekends Any and all cost for the required materials , labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT . At locations in the project where mains are required to be placed under existing sidewalks and/or driveways , such sidewalks and/or driveways shall be completely replaced for the full existing width, between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works Department Standard Specifications for Construction, Item 504. At locations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced to match type and geometry of the removed curb and gutter shall be installed in accordance with City of Fort Worth Public Works Department Standard Specification for Construction, Item 502. Payment for cutting, backfill, concrete, forming materials and all other associated appurtenances required, shall be included in the square yard price of the bid item for concrete sidewalk or driveway repair. D-20 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used , measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. D-21 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208 .2 -Materials and Division 2 Item 208.3 -Materials Sources . Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill, Construction Specifications , General Contract Documents. 02/09/2010 SC-12 - r PART D -SPECIAL CONDITIONS Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-2 .16 Measurement of Backfill Materials , Construction Specifications, and General Contract Documents. D-22 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts Figures STR-028,STR-029 and STR-031refer to using 2:27 Concrete as base repair. Since this call-out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete. D-23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within easements, and within existing or future R.O.W. shall be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein. 1. TRENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise , and if the Engineer determines that the design loadings of the pipe will be exceeded , the Contractor will be required to support the pipe with an improved trench bottom . The expense of such remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights-of-way, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. 2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas, with a map showing the location and depth of the various test holes. If excavated material is obviously granular in nature, containing little or no plastic material , the Engineer may waive the test report requirement. See E1-2 .3, Type "C" or "D" Backfill , and E2-2.11 Trench Backfill for additional requirements. When Type "C" back-fill material is not suitable, Type "B" backfill material shall be used only with the consent and approval of the Engineer. In general, all backfill material for trenches in existing paved streets shall be in accordance with Figure WTR-029. Sand material specified in WTR-029 shall be obtained from an approved source and shall consist of durable particles free of thin or elongated pieces, lumps of clay, soil, loam or vegetable matter and shall meet the following gradation: 02/09/2010 SC-13 PART D -SPECIAL CONDITIONS • Less than 10% passing the #200 sieve • P.I. = 10 or less Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following: Sieve Size 1" 1/2" 3/8" #4 #8 % Retained 0-10 40-75 55-90 90-100 95-100 All other provisions of this section shall remain the same. 3 . TRENCH COMPACTION: All trench backfill shall be placed in lifts per E2-2 .9 Backfill. Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90% Standard Proctor Density (A.S.T.M. 0698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted as described above must be within +-4% of its optimum moisture content. The City , at its own expense, will perform trench compaction tests per A.S.T.M . standards on all trench backfill. Any retesting required as a result of fa ilure to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City. These soil density tests shall be performed at two (2) foot vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City. 4. MEASUREMENT AND PAYMENT: All material, with the exception of Type "B" backfill, and labor costs of excavation and backfill will be included in the price bid per linear foot of water and sewer pipe. D-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing pavement repair equal to or superior in composition , thickness, etc., to existing pavement as detailed in the Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures STR-028 through STR-031 . The results of the street cores that were conducted on the project streets, to determine HMAC depths on existing streets, are provided in these specifications and c9ntract documents. 02/09/2010 SC-14 PART D -SPECIAL CONDITIONS All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be backfilled and the top nine (9) inches shall be filled with required ·materials as shown on paving details, compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All residential driveways shall be accessible at night and over weekends. It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less in width . Therefore, at the locations in the project where the trench wall is three (3) feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter line. The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will permit repaving. If paving conditions are not su itable for repaving, in the opinion of the Owner, the repaving shall be done at the earliest possible date. A permit must be obtained from the Construction Services Section by the Contractor in conformance with Ordinance No. 3449 and/or Ordinance No. 792 to make utility cuts in the street. The Construction Services section will inspect the paving repair after construction. This permit requirement may be waived if work is being done under a Performance Bond and inspected by the Construction Services section . D-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins. The requirements of this item govern all trenches for mains , manholes, vaults, service lines , and all other appurtenances. The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas . The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. B. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Sub-Part P -Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS: 1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen (15) feet. 2. BENCHING SYSTEM -Benching means excavating the sides of a trench to form one or a series of horizontal level or steps, usually with vertical or near-vertical surfaces between levels. 02/09/2010 SC-15 PART D -SPECIAL COND ITIONS 3. SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are inclined away from the excavation. 4. SHIELD SYSTEM -Shields used in trenches are generally referred to as "trench boxes " or "trench shields ". Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses . Shields can be either pre-manufactured or job-built in accordance with OSHA standards. 5. SHORING SYSTEM -Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave- ins. Shoring systems are generally comprised of cross-braces, vertical rails, (uprights), horizontal rails (wales) and/or sheeting. D. MEASUREMENT -Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation. The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. E. PAYMENT -Payment shall be full compensation for safety system design, labor, tools , materials, equipment and incidentals necessary for the installation and removal of trench safety systems. D-26 SANITARY SEWER MANHOLES A. GENERAL: The installation, replacement , and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes , Valve Vaults , Etc., and E2-14 Vault and Manhole Construction of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. For new sewer line installations, the Contractor shall temporarily plug all lines at every open manhole under construction in order to keep debris out of the dry sewer lines. The plugs shall not be removed until the applicable manhole complete with cone section has been constructed and the lid installed to keep out debris as a result of additional construction. 1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per COFW Standard Detail SAN-009. 2 . DELETED 3. LIFT HOLES : All lift holes shall be plugged with a pre-cast concrete plug. The lift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout. 4. FINAL RIM ELEVATIONS: Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one ( 1) nor less than one-half ( 1 /2) inch above the surrounding ground . Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground . The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regarded near the manhole. 02/09/2010 SC-16 PART D -SPECIAL CONDITIONS Manholes in open fields , unimproved land, or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade. 5. MANHOLE COVERS : All lids shall have pick slots in lieu of pick holes . Manhole frames and covers shall be PAMREX, or approved equal, with 30-inch clear opening. Covers shall set flush with the rim of the frame and shall have no larger than 1 /8-inch gap between the frame and cover. Bearing surfaces shall be machine finished. Locking manhole lids and frames will be restricted to locations within the 100-year floodplain and areas specifically designated on the plans. 6. SHALLOW CONE MANHOLES: Shallow manhole construction will be used when manhole depth is four (4) feet or less. All shallow cone manholes shall be built in accordance with Figure 105. All shallow cone manholes shall have a cast iron lid and frame with pick slots. NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED . 7. MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole . 8. EXTERIOR SURFACE COATING: Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black" Tnemec "46- 450 Heavy Tnemecol," or equal to, a minimum or 14 mils dry film thickness. 9. MANHOLE JOINT SEALING: All interior and/or exterior joints on concrete manhole sections constructed for the City of Fort Worth Water Department, excluding only the joints using a trapped type performed 0-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent-Seal, Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross-sectional area or flat-tape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or any other chemical action for either its adhesive properties or cohesive strength. The Joint sealer shall remain totally flexible without shrinking, hardening , or oxidizing regardless of the length of time it is exposed to the elements. The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre-formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years. B. EXECUTION: 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above-specified materials . All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in accordance with the recommendations. The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench . After removal of the protective wrapper, the joint sealant shall be kept clean. Install frames and cover over manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer. 02/09/2010 SC-17 PART D -SPECIAL CONDITlONS 2. SEALING AND/OR ADJUSTING EXISTING MANHOLES: Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. Remove manhole frame from the manhole structure and observe the condition of the frame and grade rings. Any frame or grade ring that is not suitable for use as determined by the Engineer shall be replaced. Grade rings that are constructed of brick, block materials other than pre-cast concrete rings, or where necessary and approved by the Engineer, shall be replaced with a pre-cast flattop section. Pre-cast concrete rings, or a pre-cast concrete flattop section will be the only adjustments allowed. In brick or block manholes, replace the upper portion of the manhole to a point 24 inches below the frame . If the walls or cone section below this level are structurally unsound, notify the Engineer prior to replacement of the grade rings and manhole frame. Existing brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense. Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface. If the inside diameter of the manhole is too large to safely support new adjustment rings or frames, a flat top section shall be installed. Joint surfaces between the frames, adjustment rings, and cone section shall be free of dirt, stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable material in lieu of pre- formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface . The top of the casting shall be 1/8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. 3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"; Tnemec "46- 450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness . 4. The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling. C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. 02/09/2010 SC-18 - PART D -· SPECIAL CONDITIONS The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole, including , but not limited to, excavation, backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating . Payment shall not include pavement replacement, which if required, shall be paid separately . The price bid for adjusting and/or sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting and/or sealing the manhole, including but not limited to, joint sealing, lift hole sealing, and exterior surface coating. Payment for concrete collars will be made per each. Payment for manhole inserts will be made per each . D-27 SANITARY SEWER SERVICES Any reconnection, relocation, re-routes, replacement, or new sanitary sewer service shall be required as shown on the plans, and/or as described in these Special Contact Documents in addition to those located in the field and identified by the Engineer as active sewer taps. The service connections shall be constructed by the Contractor utilizing standard factory manufactured tees. City approved factory manufactured saddle taps may be used, but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case basis. The Contractor shall be responsible for coordinating the scheduling of tapping crews with building owners and the Engineer in order that the work be performed in an expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be required. Severed service connections shall be maintained as specified in section C6-6.15. D. SEWER SERVICE RECONNECTION : When sewer service reconnection is called for the Contractor shall vertically adjust the existing sewer service line as required for reconnection and furnish a new tap. The fittings used for vertical adjustment shall consist of a maximum bend of 45 degrees. The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four (4) feet of service line which is included in the price bid for Sanitary Sewer Taps. Payment for work such as backfill, saddles, tees, fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps . E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line. If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line, all work shall be performed by a licensed plumber. The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as approved by the Engineer. For situations involving sewer service re-routing, whether on public or private property, the City shall provide line and grade for the sewer service lines as shown on the project plans. Prior to installing the applicable sewer main or lateral and the necessary service lines , the Contractor shall verify (by de-holing at the building clean-out) the elevations 02/09/2010 SC-19 PART D -SPECIAL CONDITlONS (shown on the plans) at the building clean-out and compare the data with the elevation at the proposed connection point on the sewer main, in order to ensure that the two (2) percent minimum slope (or as specified by the Engineer) requirement is satisfied. Elevations shall also be verified at all bend locations on the service re-route. All applicable sewer mains, laterals and affected service lines that are installed without pre-construction de-holing at the affected residences (to verify design elevations) shall be removed and replaced as necessary at the Contractor's expense in the event grade conflicts are brought to light after de-holing is conducted. All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that the two (2) percent minimum slope is not satisfied . If the Contractor determines that a different alignment for the re-route is more beneficial than shown on the plans , the Contractor shall obtain and submit all relevant elevation information for the new alignment to the Inspector and shall be responsible for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is satisfied . Prior to backfilling, the Contractor shall double check the grade of the installed service line and submit signed documentation verifying that the line has been installed as designed to the Engineer. The Contractor, at its sole expense, shall be required to uncover any sewer service for which no grade verification has been · submitted . All re-routes that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense. The Contractor shall ensure that the service line is backfilled and compacted in accordance with the City Plumbing Code. Connection to the existing sewer service line shall be made with appropriate adapter fittings. The fitting shall be a urethane or neoprene coupling A.S.T.M. C-425 with series 300 stainless steel compression straps . The Contractor shall remove the existing clean-out and plug the abandoned sewer service line . The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property. Furthermore , the contractor shall utilize the services of a licensed plumber for all service line work on private property. Permit(s) must be obtained from the City of Fort Worth Development Department for all service line work on private property and all work related to the service line must be approved by a City of Fort Worth Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-route . Payment for work and materials such as backfill, removal of existing clean-outs, plugging the abandoned sewer service line , double checking the grade of the installed service line, pipe fittings, surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of way. Payment for all work and material involving the "tap " shall be included in the price bid for sanitary sewer service taps. D-28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any removal , salvaging and/or abandonment of exist ing facilities will necessarily be required as shown on the plans, and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with Section E2-1 .5 Salvaging of Material and E2-2. 7 Removing Pipe, of the General Contract Documents and Specifications , unless amended or superseded by requirements of this Special Condition. 02/09/2010 SC-20 PART D -SPECIAL CONDITlONS A. SALVAGE OF EXISTING WATER METER AND METER BOX : Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials . B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water meter and concrete vault lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The concrete vault shall be demolished in place to a point not less than 18 inches below final grade. The concrete vault shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade . D. SALVAGE OF EXISTING GATE VALVE : Existing gate valve and valve box and lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void area caused by the valve removal shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade . If the valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18" below final grade. E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position and demolishing the valve box in place to a point not less than 18 inches below final grade. Concrete shall then be used as backfill material to match existing grade. F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top slab and lid removed and vault walls demolished to a point not less than 18" below final grade. The void area caused shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible w ith the existing surrounding grade. G. ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes entering or exiting the structure plugged with lean concrete . Manhole top or cone section shall be removed to the top of the full barrel diameter section, or to point not less than 18 inches below final grade. The structure shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be either clean washed sand of clean , suitable excavated material approved by the Engineer. Surface restoration shall be compatible with surrounding service surface. Payment for work involved in backfilling, plugging of pipe(s) and all other appurtenances required, shall be included in the appropriate bid item -Abandon Existing Sewer Manhole. 02/09/2010 SC-21 PART D -SPECIAL CONDITIONS H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting the structure disconnected. The complete manhole, including top or cone section, all full barrel diameter section, and base section shall be removed. The excavation shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be with Type C Backfill or Type B Backfill, as approved by the Engineer. Surface restoration shall be compatible with surrounding surface. I. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be required to cut, plug, and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines. Cutting and plugging existing mains and/or services shall be considered as incidental and all costs incurred will be considered to be included in the linear foot bid price of the pipe, unless separate trenching is required. J . REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required, it shall be the Contractor's responsibility to properly dispose of all removed pipe. All removed valves, fire hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage Yard. C. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe, except as follows : separate payment will be made for removal of all fire hydrants, gate valves, 16 inch and larger, and sanitary sewer manholes , regardless of location. Payment will be made for salvaging, abandoning and/or removing all other existing facilities when said facility is not being replaced in the same trench (i.e., when removal requires a separate trench). L. ABANDONMENT OF EXISTING SEWER LINES: Where plans call for abandonment of existing sewer mains after the construction of a new sewer main, the Contractor shall be responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a final determination that all existing service connections have been relocated to the new main . Once this determination has been made, the existing main will be abandoned as indicated above in Item I. 02/09/2010 SC-22 / PART D -SPECIAL CONDITlONS D-29 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pipe . The detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5 .5 mils, and the width shall not be less than two inches with a minimum unit weight of 2Yz pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows: Type of Utility Color Code Water Safety Blue Sewer Safety Green Legends Caution! Buried Water Line Below Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the pipe. Payment for work such as backfill, bedding, blocking , detectable tapes, and all other associated appurtenances required shall be included in the unit price bid for the appropriate bid item(s). D-30 PIPE CLEANING Joints shall be wiped and then inspected for proper installation by the inspectors. Each joint shall be swept daily and kept clean during installation. A temporary night plug shall be installed on all exposed pipe ends during any period of work stoppage. D-31 DISPOSAL OF SPOIL/FILL MATERIAL Prior to the disposing of any spoil/fill material , the Contractor shall advise the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain . Any expenses associated with obtaining the fill permit, including any necessary Engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site , Contractor shall remove the spoil/fill material at his expense and dispose of such materials in accordance with the Ordinances of the City and this section. D-32 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men's liens upon receipt of payment. D-33 SUBSTITUTIONS 02/09/2010 SC-23 PART D -SPECIAL CONDITIONS The specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material, which has been specified. Where the term "or equal ", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable , as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute . Where the term "or equal ", or "or approved equal " is not used in the spec ifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is , in fact, equal, and the Engineer, as the representative of the City , shall be the sole judge of the acceptability of substitutions. The provisions of this sub-section as related to "substitutions " shall be applicable to all sections of these specifications. D-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: Prior to the reconstruction , ALL sections of existing sanitary sewer lines to be abandoned, removed (except where being replaced in the same location), or rehabilitated (pipe enlargement, cured-in-place pipe, fold and form pipe, slip-line, etc.), shall be cleaned, and a television inspection performed to identify any active sewer service taps, other sewer laterals and their location . Work _shall consist of furnishing all labor, material, and equipment necessary for the cleaning and inspection of the sewer lines by means of closed circuit television . Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. 1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line cleaning equipment shall be constructed for easy and safe operation . The equipment shall also have a selection of two or more high-velocity nozzles . The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter around the outer periphery to ensure removal of grease. If sewer cleaning balls or other equipment, which cannot be collapsed, is used , special precautions to prevent flooding of the sewers and public or private property shall be taken. The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible . 2. CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using high- velocity jet equipment. The equipment shall be capable of removing dirt, grease , rocks, sand, and other materials and obstructions from the sewer lines and manholes. If cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning again attempted . If, again, successful cleaning cannot be performed or equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists, and the cleaning effort shall be abandoned . 02/09/2010 SC-24 - - PART D -SPECIAL CONDITIONS When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before using any water from the City Water Distribution System, the Contractor shall apply for and receive permission from the Water Department. The Contractor shall be responsible for the water meter and related charges for the setup, including the water usage bill. All expenses shall be considered incidental to cleaning. 3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease , and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned . Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells , or damage pumping equipment, shall not be permitted. 4. All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from the site no less often than at the end of each workday and disposed of at no additional cost to the City. 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES . 6. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. B. EXECUTION: 1. TELEVISION INSPECTION : The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps.· In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection videotapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like , which would require interpolation for depth of manhole, will not be allowed. Accuracy 02/09/2010 SC-25 PART D -SPECIAL CONDITlONS of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost of retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service taps observed during inspection. In addition, other points of significance such as locations of unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded, and a copy of such records will be supplied to the City . 3. PHOTOGRAPHS : Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS : The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days . Equipment shall be provided to the City by the Contractor for review of the tapes . The Engineer will return tapes to the Contractor upon completion of review . Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections , the Contractor shall be required to re-televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also , no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera . THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer are to be corrected. The Engineer will return tapes to the Contractor upon completion of review. All costs associated with this work shall be incidental to unit prices bid for items under Television Inspection of the Proposal. C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for Pre-Construction Cleaning and Television Inspection of sanitary sewers shall be per linear foot of sewer actually televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily 02/09/2010 SC-26 - PART D -SPECIAL GONDITlONS evaluated as to existing sewer conditions and for providing appropriate means for review of the tapes by the Engineer including collection and removal, transportation and disposal of sand and debris from the sewers to a legal dump site. Television . inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The primary purpose of cleaning is for television inspection and rehabilitation ; when a portion of a line is not or cannot be televised or rehabilitated , the cleaning of that portion of line shall be incidental and no payment shall be made. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included in the bid price for TV Inspections. The cost of retrieving the TV Camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to TV Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D-35 VACUUM TESTING OF SANITARY SEWER MANHOLES A. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes . B. EXECUTION: 1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with all connections in place. Lift holes shall be plugged, and all drop-connections and gas sealing connections shall be installed prior to testing. The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole. The plugs shall be installed in the lines beyond the drop-connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuum of ten inches of mercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time . The required test time shall be determined from the Table I below in accordance with ASTM C1244-93: 02/09/2010 Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (10"Hg • 9"Hg) (SEC) Depth of MH. 48-lnch Dia. 60-lnch Dia . (FT.) Manhole Manhole 0 to 16' 40 sec. 52 sec. 18' 45 sec. 59 sec. 20' 50 sec. 65 sec. SC-27 PART D -SPECIAL CONDITIONS 22' 55 sec. 72 sec. 24' 59 sec. 78 sec. 26' 64 sec. 85 sec. 28' 69 sec. 91 sec. 30' 74 sec . 98 sec. For Each 5 sec . 6 sec. Additional 2' 1. ACCEPTANCE: The manhole shall be considered acceptable, if the drop in the level of vacuum is less than one-inch of mercury (1" Hg) after the required test time. Any manhole, which fails to pass the initial test, must be repaired by either pressure grouting through the manhole wall or digging to expose the exterior wall of the manhole in order to locate the leak and seal it with an epoxy sealant. The manhole shall be retested as described above until it has successfully passed the test. Following completion of a successful test, the manhole shall be restored to its normal condition, all temporary plugs shall be removed, all braces, equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material, labor, equipment, and all incidentals, including all bypass pumping, required to complete the test as specified herein. D-36 BYPASS PUMPING The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated and/or replaced. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size - to handle the flow without sewage backup occurring to facilities connected to the sewer. - Provisions shall be made at driveways and street crossings to permit safe vehicular travel without interrupting flow in the bypass system . Under no circumstances will the Contractor be permitted to discharge sewage into the trenches. Payment shall be incidental to rehabilitation or replacement of the sewer line. D-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television inspection performed by an independent sub-Contractor hired by the prime Contractor. Work shall consist of furnishing all labor, material, and equipment necessary for inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the 02/09/2010 SC-28 - PART D -SPECIAL COND ITl,ONS satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. C. EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line . No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew . The importance of accurate distance measurements is emphasized. All television inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. Sanitary sewer mains must be laced with enough water to fill all low pints. The television inspection must be done immediately following the lacing of the main with no water flow. If sewer is active, flow must be restricted to provide a clear image of sewer being inspected. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection. All television logs shall be referenced to stationing as shown on the plans. A copy of these television logs will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. , 4. VIDEOTAPE RECORDINGS : The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection 02/09/2010 SC-29 PART D -SPECIAL CONDITIONS and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes . Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re- televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for post-construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The quantity of TV inspection shall be - - - measured as the total length of new pipe installed. All costs associated with this work shall be - included in the appropriate bid item -Post-Construction Television Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required - to provide reliable , regular sewer service to the area residents . All bypass pumping shall be incidental to the project. D-38 SAMPLES AND QUALITY CONTROL TESTING A The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto . B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement , and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. C. Quality control testing of in-place material on this project will be performed by the city at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing . The Contractor shall provide access and trench safety system (if required) 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. 02/09/2010 SC-30 - - - - - PART D -SPECIAL CONDITIONS E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. D-39 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations . The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other devices. B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right- of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams , other water courses , lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. 2. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sedtment entering streams. 3. Frequent fordings of live streams will not be permitted ; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 4. When work areas or material sources are located in or adjacent to live streams , such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 5. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. 02/09/2010 SC-31 PART D -SPECIAL CONDITIONS 6 . The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams , lakes and reservoirs and to avoid interference with movement of migratory fish. C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. D-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES The Contractor shall provide ingress and egress to the property being crossed by this construction and adjacent property when construction is not in progress and at night. Drives shall be left accessible at night, on weekends, and during holidays. The Contractor shall conduct his activities to minimize obstruction of access to drives and property during the progress of construction. Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. D-41 PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to the Contractors ' operations including lawns, yards, shrubs, trees, etc., shall be preserved or restored after completion of the work, to a condition equal to or better than prior to start of work. Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or replaced at the Contractor's expense. Trimming or pruning to facilitate the work will be permitted only by experienced workmen in an approved manner (No trimming or pruning without the property owners' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal, or root pruning) can be done on trees or shrubs growing on public property including street Rights-of-Ways and designated alleys. This permit can be obtained by calling the Forestry Office at 817-392-5738. All tree work shall be in compliance w ith 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 the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live .Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. No separate payment will be made for any of the work involved for this item and all costs incurred will be considered a subsidiary cost of the project. D-42 SITE RESTORATION The contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one-tenth (0.1) of a foot. 02/09/2010 SC-32 - - - - PART D -SPECIAL CONDITIONS D-43 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List, for the bid to be considered responsive. Products and processes listed in the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements. D-44 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Specifications for Topsoil, Sodding and Seeding. 1. TOPSOIL DESCRIPTION: This item will consist of furnishing and placing a minimum of six (6) inches of topsoil, free from rock and foreign material, in all parkways and medians to the lines and grades as established by the Engineer. CONSTRUCTION METHODS: Topsoil will be secured from borrow sources as required to supplement material secured from street excavation . All excavated materials from streets which is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a borrow source. Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. 2. SODDING DESCRIPTION: Sodding will consist of furnishing and planting Bermuda, Buffalo or St. Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on embankments or cut slopes, or in such areas as designated on the Drawings and in accordance with the requirements of this Specification. Recommended Buffalo grass varieties for sodding are Prairie and 609. MATERIALS: Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass secured from sources where the soil is fertile. Sod to be placed during the dormant state of these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots. The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn. Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug until planted. When so directed by the Engineer, the sod existing at the source shall be 02/09/2010 SC-33 PART D -SPECIAL CONDITIONS watered to the extent required prior to excavating. Sod material ~hall be planted within three days after it is excavated. CONSTRUCTION METHODS : After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of the contract , sodding of the type specified shall be performed in accordance with the requirements hereinafter described. Sodding shall be either "spot" or "block"; either Bermuda, Buffalo or St. Augustine grass . a. Spot Sodding Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the dimensions shown on the Drawings, shall be opened on areas to be sodded. In all furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the finished grade. Holes of equivalent depth and spacing may be used instead of furrows. The soil shall be firm around each block and then the entire sodded area shall be carefully rolled with a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds per square inch compression. Hand tamping may be required on terraces . b. Block Sodding. At locations on the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas . The sod shall be so placed that the entire designated area shall be covered, and any voids left in the block sodding shall be filled with additional sod and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass. Surfaces of block sod, which, in the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil, shall, upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the firm earth , sufficiently close to hold the block sod firmly in place. When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. The sodded areas shall be thoroughly watered immediately after they are planted and shall be subsequently watered at such times and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth. 3. SEEDING DESCRIPTION: "Seeding" will consist of preparing ground, providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance with these Specifications. MATERIALS: 02/09/2010 SC-34 - - - PART D -SPECIAL CONDITIONS a. General. All seed used must carry a Texas Testing Seed label showing purity and germination, name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers . A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. The specified seed shall equal or exceed the following percentages of Purity and germination: Common Name Purity Germination Common Bermuda Grass 95% 90% Annual Rye Grass 95% 95% Tall Fescue 95% 90% Western Wheatgrass 95% 90% Buffalo Grass Varieties Top Gun 95% 90% Cody 95% 90% Table 120.2.(2)a. URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS) Dates Feb 1 to May 1 Mixture for Clay or Tight Soils (Eastern Sections) Bermudagrass 40 Buffalograss 60 (Western Sections) Buffalograss 80 Bermudagrass 20 Total : 100 Total: 100 Table, 120.2.(2)b Mixture for Sandy Soils (All Sections) Bermudagrass 60 Buffalograss 40 Total: 100 TEMPORARY COOL-SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS) Dates (All Sections) Aug 15 Tall Fescue 50 to Western Wheatgrass 50 May 1 Annual Rye 50 Total: 100 CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of this Contract, seeding of the type specified shall be performed in accordance with the requirements hereinafter described . a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed. 02/09/2010 SC-35 PART D -SPECIAL CONDITlONS b. Finishing. Where applicable, the shoulders, slopes, and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time planting operations were begun. BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed. If the sowing of seed is by hand, rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained. "Finishing" as specified in Section D- 45, Construction Methods, is not applicable since no seed bed preparation is required. DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed . The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods. The seed, or seed mixture, specified shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately one-eight (1/8) inch. The planted area shall be rolled with a corrugated roller of the "Cultipacker" type. All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods. Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened. After the watering, when the ground has become sufficiently dry to be loose and pliable, the seed, or seed mixture specified, shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is obtained. After planting, the seed shall be raked or harrowed into the soil to a depth of approximately one-quarter (1/4) inch . The planted surface area and giving a smooth surface without ruts or tracks. In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth . The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included, then MS-2 shall be used. Applications of the asphalt shall be at a rate of three-tenths (0.3) gallons per square yard. It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth. 02/09/2010 SC-36 - - PART D -SPECIAL COND ITIONS RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES : Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)a . The re-seeding will be achieved in the following manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil penetration. * Slit-seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4. HYDROMULCH SEEDING: If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes. 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications . MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law . A pelleted or granulated fertilizer shall be used with an analysis of 16-20- 0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists. In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted or granulated fertilizer with a lower concentration . Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and proposal , pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry and in good physical condition. Fertilizer that is powdered to caked will be rejected . Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of "Seeding". MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in place on the project site. Measurement will be made only on topsoils secured from borrow sources. Acceptable material for "Seeding" will be measured by the linear foot, complete in place. 02/09/2010 SC-37 PART D -SPECIAL CONDITIONS Acceptable material for "Sodding" will be measured by the linear foot, complete in place. Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding. PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work. Its price shall be full compensation for excavating (except as noted below), loading, hauling, placing and furnishing all labor, equipment, tools, supplies, and incidentals necessary to complete work. All labor, equipment, tools and incidentals necessary to supply, transport, stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and will not be paid for directly. "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard, complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping; for all watering; for disposal of all surplus materials; and for all materials, labor, equipment, tools and incidentals necessary to complete the work, all in accordance with the Drawings and these Specifications . The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case may be, which price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the work accepted as follows: Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding. 0-45 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and subcontractors at all times during construction. All active sewer manholes, regardless of depth, are defined by OSHA, as "permit required confined spaces". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM " for all applicable manholes and maintain an active file for these manholes. The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces. 02/09/2010 SC-38 PART D -SPECIAL CONDITIONS D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 7. Prior to the final inspection being conducted for the project, the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete . 8. The inspector along with appropriate City staff and the City's consultant shall make an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected. 9. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected . 10. Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price . Contractor shall still be required to address all other deficiencies, which are discovered at the time of final inspection. 11. Final inspection shall be in conformance with general condition item "C5-5 .18 Final Inspection" of PART C -GENERAL CONDITIONS. D-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) 1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs , tree trunks, and tree roots at each work site . All such measures shall be considered as incidental work included in the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering. 2. Any and all trees located within the equipment operating area at each work site shall , at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the construction area. 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations. The Engineer shall be notified at least 24 hours prior to any tree trimming work. No trimming work will be permitted within private property without written permission of the Owner. 4. Nothing shall be stored over the tree root system within the drip line area of any tree. 5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. 6. At designated locations shown on the drawings, the "short tunnel" method using Class 51 0.1. pipe shall be utilized. 7. Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense. 8. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. 02/09/2010 SC-39 PART D -SPECIAL CONDITIONS 9. Short tunneling shall consist of power augering or hand excavation. The tunnel diameter shall not be larger than 1-1 /2 times the outside pipe diameter. Voids remaining after pipe installation shall be pressure grouted. D-48 CONCRETE ENCASEMENT OF SEWER PIPE Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of concrete encasement as measured in place along the centerline of the pipe for each pipe diameter indicated. The Contract Unit Price shall include all costs associated with installation and reinforcement of the concrete encasement. D-49 CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Construction, figure in the Drawings in these Specifications, at locations indicated on the Drawings or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an impervious barrier to reduce groundwater percolation through the pipeline trench. Construction material shall consist of compacted bentonite clay or 2:27 concrete. Payment for work such as forming, placing and finishing shall be subsidiary to the price bid for pipe installation . D-50 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of all existing utilities prior to construction, in accordance with item D-6 . At locations identified on the drawings, contractor shall conduct an exploratory excavation (D-Hole ), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the -proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole ). Payment shall not be made for verification of existing utilities per item D-6. Payment for exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer, shall include full compensation for all materials, excavation, surface restoration, field surveys, and all incidentals necessary to complete the work, shall be the unit price bid. No payment shall be made for exploratory excavation(s) conducted after construction has begun. D-51 INSTALLATION OF WATER FACILITIES 51.1 Polyvinyl Chloride (PVC) Water Pipe POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance with the material standard contained in the General Contract Documents. Payment for work such as backfill, bedding, blocking, detectable tapes and all other associated appurtenant required, shall be included in the linear foot price bid of the appropriate BID ITEM(S). 02/09/2010 SC-40 PART D -SPECIAL CONDITIONS 51.2 Blocking Concrete blocking on this Project will necessarily be required as shown on the Plans and shall be installed in accordance with the General Contract Documents. All valves shall have concrete blocking provided for supporting. No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the linear foot bid price of the pipe or the bid price of the valve. 51.3 Type of Casing Pipe 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1 -15, E1-5 and E1.-9 in Material Specifications of Genera l Contract Documents. and Specifications for Wate r Department Proj ects. The steel casing pipe shall be supplied as follows : For the inside and outside of casing pipe , coal-tar protective coating in accordance with the requirements of Sec. 22 and related sections in AWWA C-203. Touch-up after field · welds shall provide coating equal to those specified above. C. Minimum th ickness for casing pipe used shall be 0.375 inch . Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company or an approved equal shall be used on all non- concrete pipes when installed in casing . Installation shall be as recommended by the Manufacturer. 2. SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. 3. PAYMENT: . Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. 51.4 Tie-Ins The Contractor shall be responsible for making tie-ins to the existing water mains. It shall be the responsibility of the Contractor to verify the exact location and elevation of the existing line tie-ins. And any differences in locations and elevation of existing line tie-ins between the contract drawings and what may be encountered in the field shall be considered as incidental to construction. The cost of making tie-ins to existing water or sanitary sewer mains shall be included in the linear foot bid price of the pipe. 51.5 Connection of Existing Mains The Contractor shall determine the exact location, elevation , configuration and angulation of existing water or sanitary sewer lines prior to manufacturing of the connecting piece . Any differences in locations, elevation, configuration, and or angulation of existing lines between the contract drawings and what may be encountered in the said work shall be considered as incidental to construction . Where it is required to shut down existing mains in order to make proposed connections, such down time shall be coordinated with the 02/09/2010 SC-41 PART D -SPECIAL CONDITlONS Engineer, and all efforts shall be made to keep this down time to a minimum . In case of shutting down an existing main, the Contractor shall notify the City Project Manager, Construction Services, Phone 817-392-8306, at least 48-hours prior to the required shut down time . The Contractor's attention is directed to Paragraph CS-5.15 INTERRUPTION OF SERVICE , Page CS-5(5), PART C -GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS. The Contractor shall notify the customer both personally and in writing as to the location, time, and schedule of the service interruption . The cost of removing any existing concrete blocking shall be included in the cost of connection. Unless bid separately all cost incurred shall be included in the linear foot price bid for the appropriate pipe size. 51.6 Valve Cut-Ins It may be necessary to cut-in gate valves to isolate the water main from which the extension and/or replacement is to be connected . This may require closing valves in other lines and putting consumers out of service for that period of time necessary to cut in the new valve; the work must be expedited to the utmost and all such cut-ins must be coordinated with the engineer in charge of inspection . All consumers shall be individually advised prior to the shut out and advised of the approximate length of time they may be without service. Payment for work such as backfill, bedding, fittings, blocking and all other associated appurtenants required, shall be included in the price of the appropriate bid items. 51. 7 Water Services The relocation , replacement, or reconnection of water services will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All service's shall be constructed by the contractor utilizing approved factory manufactured tap saddles (when required) and corporation stops, type K copper water tubing, curb stops with lock wings, meter boxes, and if required approved manufactured service branches . All materials used shall be as specified in the Material Standards (E1-17 & E1-18) contained in the General Contract Documents. All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade . All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1- inch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from the main line to the meter box. All services which are to be replaced or relocated shall be installed with the service main tap and service line being in line with the service meter unless otherwise directed by the Engineer. A minimum of 24 hours advance notice shall be given when service interruption will be required as specified in Section CS-5.15 INTERRUPTION OF SERVICE. 02/09/2010 SC-42 - PART D -SPECIAL CONDITIONS All water service meters shall be removed, tagged, and collected by the contractor for pickup by the Water Department for reconditioning or replacement. After installation of the water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 1. WATER SERVICE REPLACEMENTS: Water service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street reconstruction. The contractor shall replace the existing service line with Type K copper from the main to the meter, curb stop with lock wings, and corporation stop. Payment for all work and materials such as backfill, fittings, type K copper tubing, curb stop with lock wings , service line adjustment, and any relocation of up to 12-inches from center line existing meter location to center line proposed meter location shall be included in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the service installation. Payment for all work and materials such as tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. 1. WATER SERVICE RECONNECTION: Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction. The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop. The contractor will be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. 2. WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve (12) inches, as measured from the center line of the existing meter to location to the center line of the proposed meter location, separate payment will be allowed for the relocation of service meter and meter box. Centerline is defined by a line extended from the service tap through the meter. Only relocations made perpendicular to this centerline will be paid for separately. Relocations made along the centerline will be paid of in feet of copper service line. When relocation of service meter and meter box is required, payment for all work and materials such as backfill, fittings, five (5) feet of type K copper service and all materials, labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation. All other costs will be included in other appropriate bid item(s). This item will also be used to pay for all service meter and meter box relocations as required by the Engineer when the service line is not being replaced . Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment at any time. Locations with multiple service branches will be paid for as one service meter and meter box relocation. 02/09/2010 SC-43 PART D -SPECIAL CONDITlONS 4 . NEW SERVICE: When new services are required the contractor shall install tap saddle (when required), corporation stop, type K copper service line, curb stop with lock wings, and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided for all 2 inch water meters or smaller. The reinforced plastic water meter boxes shall comply with section E 1-18A -Reinforced Plastic Water Meter Boxes . Payment for all work and materials such as backfill, fittings, type K copper tubing, and curb stop with lock wings shall be included in the Linear Foot price bid for Service Line from Main to Meter five (5) feet behind the meter. Payment for all work and materials such as tap saddle, corporation stops, and fittings shall be included in the price bid for Service Taps to Mains. Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box. 1. MULTIPLE SERVICE BRANCHES : When multiple service branches are required the contractor shall furnish approved factory manufactured branches. Payment for multiple service branches will include furnishing and installing the multiple service branch only and all other cost will be included in other appropriate bid item(s). 2. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service line that is applicable for the size of the existing service meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid item(s). 51.8 2-lnch Temporary Service Line A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide temporary water service to all buildings that will necessarily be required to have severed water service during said work. The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and the Engineer in order that the work be performed in an expeditious manner. Severed water service must be reconnected within 2 hours of discontinuance of service . A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to the City water supply. The 2-inch temporary service main and 3/4-inch service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2" temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to installation. The out-of-service meters shall be removed, tagged and collected by the Contractor for delivery to the Water Department Meter Shop for reconditioning or replacement. Upon restoring permanent service, the Contractor shall re-install the meters at the correct location . The meter box shall be reset as necessary to be flush with the existing ground or as otherwise directed by the Engineer. 02/09/2010 SC-44 PART D -SPECIAL CONDITIONS The temporary service layout shall have a minimum available flow rate of 5 GPM at a dynamic pressure of 35 PSI per service tap . This criteria shall be used by the Contractor to determine the length of temporary service allowed, number of service taps and number of feed points. When the temporary service is required for more than one location the 2-inch temporary service pipes, 3/4-inch service lines and the 2-inch meter shall be moved to the next successive project location. Payment for work such as fittings, 3/4-inch service lines, asphalt, barricades, all service connections , removal of temporary services and all other associated appurtenants required , shall be included in the appropriate bid item . B. In order to accurately measure the amount of water used during construction , the Contractor will install a fire hydrant meter for all temporary service lines. Water used during construction for flushing new mains that cannot be metered from a hydrant will be estimated as accurately as possible. At the pre-construction conference the contractor will advise the inspector of the number of meters that will be needed along with the locations where they will be used. The inspector will deliver the hydrant meters to the locations . After installation, the contractor will take full responsibility for the meters until such time as the contractor returns those meters to the inspector. Any damage to the meters will be the sole responsibility of the contractor. The Water Department Meter Shop will evaluate the condition of the meters upon return and if repairs are needed the contractor will receive an invoice for those repairs. The issued meter is for this specific project and location only. Any water that the contractor may need for personal use will require a separate hydrant meter obtained by the Contractor, at its cost, from the Water Department. 51.9 Purging and Sterilization of Water Lines Before being placed into service all newly constructed water lines shall be purged and sterilized in accordance with E2-24 of the General Contract Documents and Specifications except as modified herein. The City will provide all water for INITIAL cleaning and sterilization of water lines . All materials for construction of the project, including appropriately sized "pipe cleaning pigs ", chlorine gas or chlorinated lime (HTH) shall be furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to provide a chlorine residual of fifty (50) PPM. The residual of free chlorine shall be · measured after 24 hours and shall not be less than 10 parts per million of free chlorine. Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary sewer not be available , chlorinated water shall be "de-chlorinated" prior to disposal. The line may not be placed in service until two successive sets of samples, taken 24 hours apart, have met the established standards of purity. Purging and sterilization of the water lines shall be considered as incidental to the project and all costs incurred will be considered to be included in the linear foot bid price of the pipe. 51.10 Work Near Pressure Plane Boundaries Contractor shall take note that the water line to be replaced under this contract may cross or may be in close proximity to an existing pressure plane boundary. Care shall be taken to ensure all "pressure plane" valves installed are installed closed and no cross connections are made between pressure planes 02/09/2010 SC-45 PART D -SPECIAL CONDITIONS 51.11 Water Sample Station GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main . Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. 51.12 Ductile Iron and Gray Iron Fittings Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe, fittings, and Specials, Sub section E2-7.11 Cast Iron Fittings: E2-7.11 DUCTILE-IRON AND GRAY-IRON FITTINGS: All ductile-iron and gray-iron fittings shall be furnished with cement mortar lining as stated in Section E1-7 . The price bid per ton of fittings shall be payment in full for all fittings, joint accessories, polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle necessary for construction as designed. All ductile-iron and gray-iron fittings, valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E1-13 and Construction Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle. Payment for the polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle shall be included in bid items for vales and fittings and no other payments will be allowed. 02/09/2010 SC-46 PART D -SPECIAL CONDITlONS D-52 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkl ing for Dust Control " shall apply. However, no direct payment will be made for this item and it shall be considered to this contract. D-53 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations . The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. Dewatering shall be consi'dered as incidental to a construction and all costs incurred will be considered to be included in the project price. D-54 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction. Contractor shall not leave excavated trench open overnight. Contractor shall fill any trench the same day of excavation. No extra payment shall be allowed for this special condition. D-55 TREE PRUNING A. REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees ". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2 . Vermeer V-1550RC Root Pruner C. NATURAl RESOURCES PROTECTION FENCE 3. Steel "r = Bar stakes, 6 feet long. 4. Smooth Horse-Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 5. Surveyor's Plastic Flagging : "Tundra" weight, International fluorescent orange or red color. 6. Combination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. D. ROOT PRUNING 7. Survey and stake location of root pruning trenches as shown on drawings. 8. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. 02/09/2010 SC-47 PART D -SPECIAL CONDITlONS 9. Backfill and compact the trench immediately after trenching. 10. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 11. Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity. Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation . 12. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection . E. MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price . D-56 TREE REMOVAL Trees to be removed shall be removed using applicable methods , including stump and root ball removal, loading, hauling and dumping . Extra caution shall be taken to not disrupt existing utilities both overhead and buried. The Contractor shall immediately repair or replace any damage to utilities and private property including, but not limited to, water and sewer services ,. pavement, fences , walls, sprinkler system piping, etc., at no cost to the Owner. All costs for tree removal, including temporary service costs, shall be considered subsidiary to the project contract price and no additional payment will be allowed. D-57 TEST HOLES The matter of subsurface exploration to ·ascertain the nature of the soils, including the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders , and any bidder on this project shall submit his bid under this condition. Whether prospective bidders perform this subsurface exploration jointly or independently, and whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective bidders. If test borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location , or elevation ; as shown on the boring logs. It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated. The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site . The cost of all rock removal and other associated appurtenances, if required , shall be included in the linear foot bid price of the pipe. 02/09/2010 SC-48 PART D -SPECIAL CONDITIONS D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction . The notice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, City Project No (CPN)., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name of the contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction notification' flyer is attached. The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed . The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as follows: The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption . The flyer shall be prepared on the contractor's letterhead and shall include the following information: Name of the project, City Project Number, the date of the interruption of service, the period the interruption will take place, the name of the contractor's foreman and his phone number and the name of the City's inspector and his phone number. A sample of the temporary water service interruption notification is attached. A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed. The contractor shall not be permitted to proceed with interruption of water service until the flyer has been delivered to all affected residents and businesses . Electronic versions of the sample flyers can be obtained from the Project Construction Inspector .. All work involved with the notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made. D-59 TRAFFIC BUTTONS The removal and replacement of traffic buttons is the responsibility of the contractor and shall be considered a subsidiary item. In the event that the contractor prefers for the Signals, Signs and Markings Division (SSMD) of the Transportation/Public Works Department to install the markings, the contractor shall contact SSMD at (817) 392-8770 and shall reimburse SSMD for all costs incurred, both labor and material. No additional compensation shall be made to the contractor for this reimbursement. 02/09/2010 SC-49 PART D -SPECIAL CONDITIONS D-60 SANITARY SEWER SERVICE CLEANOUTS Whenever a sanitary sewer service line is installed or replaced, the Contractor shall install a two- way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high traffic areas such as driveways , streets, sidewalks , etc. whenever possible. When it is not possible, the cleanout stack and cap shall be cast iron. Payment for all work and materials necessary for the installation of the two-way service cleanout which are required to provide a complete and functional sanitary sewer cleanout shall be included . in the price bid for Sanitary Sewer Service Cleanouts. D-61 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base . The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideability on the street as well as provide a smooth transition between the existing pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary pavement repair pay item. The contractor shall be responsible for maintaining the temporary pavement until the paving contractor has mobilized . The paving contractor shall assume maintenance responsibility upon such mobilization . No additional compensation shall be made for maintaining the temporary pavement. D-62 CONSTRUCTION STAKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary method of markings as may be found consistent with professional practice , establishing line and grades for roadway and utility construction, and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of excavation/or stabilization stakes , and one set of stakes for curb and gutter/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain , transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If the City or its agent determines that a sufficient number of stakes or markings provided by the City, have been lost, destroyed, or disturbed, to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. D-63 EASEMENTS AND PERMITS The performance of this contract requires certain temporary construction, right-of-entry agreements, and/or permits to perform work on private property. The City has attempted to obtain the temporary construction and/or right-of-entry agreements for properties where construction activity is necessary on City owned facilities, such as sewer lines or 02/09/2010 SC-50 PART D -SPECIAL CONDITIONS manholes. For locations where the City was unable to obtain the easement or right-of-entry, it shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject property. This shall be subsidiary to the contract. The agreements, which the City has obtained, are available to the Contractor for review by contacting the consultant who distributes the plans for the project. Also , it shall be the responsibility of the Contractor to obtain written permission from property owners to perform such work as cleanout repair and sewer service replacement on private property. Contractor shall adhere to all requirements of Paragraph C6-6.10 of the General Contract Documents . The Contractor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these agreements, by the property owners. The easements and/or private property shall be cleaned up after use and restored to its original condition or better. In event additional work room is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required . No additional payment will be allowed for this item. The City has obtained the necessary documentation for railroad and/or highway permits required for construction of this project. The Contractor shall be responsible for thoroughly reviewing, understanding and complying with all provisions of such permits, including obtaining the requisite insurance, and shall pay any and all costs associated with or required by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. For railroad permits, any and all railroad insurance costs and any other incidental costs necessary to meet the conditions associated with permit(s) compliance, including payment for flagmen, shall be included in the lump sum pay bid item for "Associated Costs for Construction within Railroad / Agency Right-of-way". No additional compensation shall be allowed on this pay item. 0-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. 0-65 WAGE RATES Compliance with and Enforcement of Prevailing Wage Laws Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents . 02/09/2010 SC-51 · PART D -SPECIAL CONDITlONS This penalty shall be retained by the City to offset its administrative costs , pursuant to Texas Government Code 2258 .023. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258 .023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred . The · City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City 's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258 , the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. Arbitration Required if Violation Not Resolved . ., An issue relating to an alleged violation of Section 2258 .023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons . The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. Records to be Maintained . The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. Pay Estimates. With each partial payment estimate or payroll period , whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. (Wage rates are attached at the end of this section.) (Attached) 02/09/2010 SC-52 - PART D -SPECIAL CONDITIONS D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR Part 61, Subpart M. This specification will establish procedures to be used by all Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with NESHAP . Nothing in this specification shall be construed to void any provision of a contract or other law, ordinance, regulation or policy whose requirements are more stringent. B. ACP is defined under NESHAP as a Category II, non-friable material in its intact state but which may become friabie upon removal , demolition and/or disposal. Consequently, if the removal/ disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61.150. A NESHAP notification must be filed with the Texas Department of Health. The notification must be filed at least ten days prior to removal of the material. If it remains in its non -friable state, as defined by the NESHAP, it can be disposed as a conventional construction waste. The Environmental Protection Agency (EPA) defines friable as material, when dry, which may be crumbled, pulverized or reduced to powder by hand pressures. C. The Generator of the hazardous material is responsible for the identification and proper handling, transportation, and disposal of the material. Therefore, it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable. The Excavator is responsible to employ those means , methods, techniques and sequences to ensure this result. E. Compliance with all aspects of worker safety and health regulations including but not limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs, which are the responsibility of the Excavator. (Copy of forms attached) F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe unless otherwise stated or indicated on the project plans or contract documents. D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the 02/09/2010 SC-53 PART D -SPECIAL CONDITlONS permit can be obtained through the Internet at http ://www.tnrcc.state.tx.us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater than 5 acres, the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requi rements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOi shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee. The NOi shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O . Box 13087 Austin, TX 78711-3087 A copy of the NOi shall be sent to : City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrat ive defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Copies of the project SWPPP's are available for viewing at the office of the Consultant disbursing the plans for the project. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. 02/09/2010 SC-54 PART D -SPECIAL COND ITIONS LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES : A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOi form is not required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities . The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents . The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution . control. The controls may include , but not be limited to, silt fences , straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching , soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the pro.posed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project, the Contractor must coordinate this activity through the appropriate City representative. The Contractor shall not operate water line valves of existing water system. Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. 02/09/2010 SC-55 V PART D -SPECIAL CONO ITlONS D-69 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame . Based upon the City 's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken : 1. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time . 2. . The Project Manager and the Directors of Water Department, and Department of Transportation and Public Works will be made aware of the situation . If necessary, the City Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may, in the City 's sole discretion, be required to be provided to interested individuals will distributed by the Water Department's Public Information Officer. 4. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified . The Water Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. 5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. 0210912010 SC-56 - PART D -SPECIAL CONDITIONS 0-71 AIR POLLUTION WATCH DAYS The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS ". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. -10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION .. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3 :00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m . if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting ", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m . -6:00 p.m ., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. 0-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS Contractor is required to secure a Street Use Permit, issued by the City of Fort Worth Transportation and Public Works Permit Center (817-392-6594) prior to any work in public right of way. Permit will not be issued without a traffic control plan sealed and signed by a registered professional engineer licensed to practice in the State of Texas. Failure to acquire the proper permit and permission may result in a fine of $500/day to the contractor performing the work. Payment by the contractor for all Street Use Permits shall be considered subsidiary to the contract cost and no additional compensation shall be made . END OF PART D -SPECIAL CONDITIONS 02/09/2010 SC-57 PART D -SPECIAL CONDITIONS (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction : THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON WATER AND/ OR SEWER LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE 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 (817) 392 8306 PLEASE KEEP THIS FL YER HANDY WHEN YOU CALL 02/09/2010 SC-58 02/09/2010 PART D -SPECIAL CONDITIONS fORTWORTH ,,,.,.... ,., Dete: ____ _ DOENO.XXXX Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON-------- BETWEEN THE HOURS OF _______ AND ______ . IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT ________________ _ (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. __________________ AT __________________ _ (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, __________ _,CONTRACTOR SC-59 PART D -SPECIAL COND ITIONS 'F TEXAS DEPARTMENT OF HEAL TH OEMOUTION / RENOVATlON o N OT IFICATION FORM r • NOU: CJRCLE ITEMS THAT ARE AJA EN DEO T D H . NOT IFICATION#_. -~--,------ff f) Ab!!i emen t C o,ntrect-0 r. TO H Lice.,se Nurnber; 1: Ad dress : ·--------c-_-ity-,---~-----Sta1e : ··-__ ·_--_,Zii= .• -p-: ::::::: ; Offl co Phone Num ber. . Job Si te Phone Num bet ~ e. Site Supervis 1Jr. ....... L....,. ________ m 1i'ucense N~rnber: ·-----------.,..-------, i.l Slte Sup,c ~r: TOH 1.rcense Nllmber: i Trained On-S iEe NESHAP l nd fvid u'81 ,_· ____ ....._ __ ~ ____ ::;c_e_rii_1i_<;a_ti_.o_n_D_:;1_t,e_:.:::::::::::::: & , Domolitlo.n conl ra ctor: ______ ~~=~"!"!""--omce Phono N'urn oo . ..._....._ ____ -=----- n Adr;tn,rs,s; Cit~·: State ; Zip ; ___ _ t . y , 2) Ptoject Cons1,Jl ~nt or Ope:rator.._ _____________ -__ TOH U:$$r1$(;!, Num ber:. _____ _ '" : Mruling Ad dr.ess ; Clty:.~--~~::.:.:.:.:.:.:.-s-~-iba-:.:::::-=._-?iP'-.--=----o-·"'."'.'.ffi,---ce----=-P,_ho-n_e_N.,..u-·ri-1b-e-.~-.--~----~~~~~ b t , A 3} Faoill t>JOwner:._ ____ ~---------------------------- tt · Atte ntion:~--------------------=~------------- ? Ma fili ngAdd resa::.~------------------------------~--A . City; ··· ··•··· ...... ............................ . .. . Siat1;1: Z°l.P'' ... Ovm e.r Ph one Numbe r£ L ............... . ""Noto: Tho 1n vo i cc for Oto n otification file will bo sent to th e QWn~ Qf the. ~1>1!(!ln.g a nd !h o bflilM Qefdtc:$$ for t he Invak11 will be b obt alru~d from the lnfotmouon mat i s provided in ffiis se c1fon . · NJ . 4) Oescri'p ti ori or Facil:it.y Name=·---------~=~-----------~-------£; Phys ical M dlress ;.--:-----:---:=-=------.. ~Cou riiy: Ciflf ........ Zip;,---- $ Fac:ll ily Phooe N um'be Fa;1 Giffi ty Co niact Person.:,--------------~ H Oi8scr'ip :1on of Areaffi.aom Nu mbe:r.:. ___ ~=------------------------ .~ Prio r !Jse ;.~=------------Fu !uto Ustt=---------~------------ •p Ag:e of 8uil din,g/Facll ll)':. _____ Srza:. ____ Nu mber of Roars .. ·~-----· School {K . 12): IJ YES CT NO =57 5) Type of Work C Dem<:Jlition Work will be duri ng: u Oay u Renovatio n (Abatement) o Annual consptidated o Evool n.g o Nfght o Phased Project ' Oescliµiicm o:fwork s.ch ed ute •• ·_ -----------~-----------------=~ 6) ts ilh:1s a P'u'bllc B uifdfn g? o YES NESHAP-Onl y Faomty? 0 YE'S D NO Federa l F-a c !Uty? O YES D NO Ind ustrial Site? fJ YES O NO D NO I s Bllifd,ng/Facil iity Ott:Upied'? 0 YES O NO 7) Nolimcatioo Type CHECK ONLY ONE V O Origl na,I (10 Working Days) O cancell,nion DAmemlme:nt D Emergency/Ordered !, 02/09/2010 If lh is is an ante ndrn etif, wh ich .imood'Jnen t numbe r rs this?_ (Enclose ,copy of orig lnal and/or las t aim endnumt) If en ernergenc)'; v,ho did you tal k wJth at IDH? Errmgency#: ...... ------ Date an d Hour of Eme:tge ncy (HHtM M.IDD/YY): __ . _ D~iption Of lhi':! s ui:klen, un~1ected eve nt and explanatlo n of how tM event caused unsafe com;iif ii;ms or Woukl cause ,equip r:n~nt dam~e (comp·utors . machinery, etc. _________________________ _ a) Ooscription of proced~ to be followed in the event that w1expec t8d a.sbesto s is found or previQ l,,!$1)1' no.1~rneb le eslrestos rn alerfal becom es ctum blad , pul;,,eti~. (ll' itEidu c.-ed 10 po~r; --------------~- 9) was e.a Asbesfos S!lrvey performed?' u YES o NO Da te: I TD H ln!iipec~QT Lfcense No; _____ _ An ~ical Method : D PLM D T EM D Ass umed TDH ~bor.a lor/Lfcens;e No:------- (For i AHPA (p ublic buf!Kling) projed s: an assu mption mus t be made by a TDH Ucoosect Inspector) 10~ Descrip,00111 of pfanned <teroolitio n or renova tion work, bJP~ of meterial, eJnd meU'lod(s) to !Joe us.sad.,..· -----~- 11) Dasetiplion of w-0rk praclices and engineermg eontrofs 10 be used to pro-vent emissions of asbes1oi. al ttie de 11i olitii:mlren01,a;io n·,.. ---------~--------'-'-------------- SC-60 .---PART D -SPECIAL CONDITlONS 1 :2) AU. appllcab'.ti il~s in !hie !oun,,il'ing t3ble. mu:!;.t ~ wmpleW: IF NO ASBESTOS PRESENT CHECK HERE o Approximate amount of Check unit C>f measurement Asbe.stos-Containing B1,1ilding l!!'ll;lterial As'bestQ$ r:rype it---.-, ................. ------1--. -. ---i--. ..,---..--r-"'"'"i Pipes. Suriac;:e .Area Ln SQ Ft M 'Ft RACM to oe removed J RACM NOT removed lnt~rti:;irCat,egorv I non,.,fifabffi. ramov~ Exledot Calagory .I non-friable removed U flOn•ftiabfiB removed txhE!rior category II non-friabre removed CaregpJYJLnon•frlableflOT :remo~·ad RACM 0€(..f='anilny Component 13) Waste Transporter Name: TOH License Number.:---------Address: Cify: Stal.e: _ Zip:,..· -----Contact P'er$On; Phone Number: ... · --''----------14) Waste Disposal Site Name:. _______ --:c:-c-=-=·-=· __________ ...._ ____ ....,.. ____ _ Addr,ess: . Ctty: state: ___ Zip;----Te$ephone: t ..... ) .. ThlRCC Permtt Numl;ler. · · · 15) For slruclmally unsound ta.cllltles, attach a copy of dcmolruon order ;mdl i<l~tify GQ\fernmenU:11 Official belg,.v; NM'lll!i! R,eglstration No: _ , ___ _ Tille:,__,,.-,......,,,.,....,,,..,..,..,..--,-......,..---= Date of order {MM.10DfYY1 ..... I . J Date Qn;!er (Q begin (MM/00.IYY) f I 16) Scheduled Dav>..s of AsbestOS; Abalemenl (MMJDDIYY) Start I f Complede: I I 17) Schetfulati Dates Demolitlon/Renmration{MM/ODNY) Start: /. l . Complet~_~f-· -'~----... Note: If the. start. date on ihl:s nolifl~~Ofl ~1!1n 1lot b9 mot. Cho TDH Reg['Onal ,or Local Program office Must be< contacted by phone· prior to the start data. Falluro to do so ts: a vtotation i.n acco1d;anco to TAKP.A. S~ion 295,61. I l:lere'by oertffy ttist all Information I have provided is correct. complete, and' 1rua to. 1h13 best of my knowf$tfge, I ecknow..'.edge thaU am responsllble for all as;;iect:s orttte notifi~ion fQrm, including, but not limiting, content and submlssfon dates. Tho maximum penalty is $10,000 per day per wolatloo. (Signature of 61.iildiing Owner! Operator ·OC Delegated Coosultat111/Condra.ctor} MAILTO: •Faes: aro not aceeptetr {Printed Namof (Da1e} ASBESTOS NOTIFICATlON SECTION TOXl'C SUBSTANCES CONTROL DIVISION TEXAS OEPAA1'Mi:NT OF HEALTH PO BOX 143538 AUSTlN, TX 16114-3.538 PH: 512-834-6600, 1-800~72-5548 (Telephone) {Fax Numtrer) "'Faxes are not acecpterJ•' Form APB#5, dated 07129/02. Rr:plac~s TOH form dated O'tlt3lfJ1. Fat assfstance in compt11!fng form, r;~I H#XJ.572-5548 02/09/2010 SC-61 PART D -SPECIAL CONDITIONS 02/09/2010 SC-62 -. --. PART D -SPECIAL CONDITIONS -· .. Clas:sifications Air Tool Operator Asfihalt Raker Asphalt Shoveler As~hali Dfsiribu!cs Operator Asphalt P\:lvmg Msclli:.,e O;perator Bat<iili.ng Ptant \.'il~e,\g:hsr Bimcm a. Slli.<eeper Opera'!or 8ulldozar Opaaror Carpecnt2r (Roog;h) City of fort Wortfi-" Hi()hway (Heavy) Construction Prevailing Wage Rates For 2008 Hourly Rates Class:ificatio.ns $10.06 &:ra,ei:rO~ramr ~13.Ba ~·leer SS..00 Slip Fmm M:ach:ine 0:p,arator $13.~ I Soreader Box Ope<1 a!or $12.78 Trado.-operator. Cra'f,iEr Type $14.'15 Tractar opera.tor, Pneumatic ~9.aa Tra..,elii;g M.ixerOperatoo $13.22 Truck Dri'la-Sin;gte Axle (Ug'.ht) $12JID Truck Ori~•er-S1ngfce Axle {Heavy} ·. Concret-e Fi:nishEr-Pi3/\i"irl!ll S12.S5 Truck Drive.-Tarn!Elll Axle S:mi-Trai!a Cf:m::re"..E Fi:nisher -Structlll"es C-oncrete Pavi.n5:1 Curbing Mach. OjD_Er. Coru:rete Paving Flnisnil)Q, Mach. Ope:r. Concre1e Pavin~ Jixnt Sealer O~r:-C~:mcreie Pavin_g_ Saw O.ier. Concrete Pa,,vm~~_p_reader Oper. Cancretll! Rubber Crane. Clamslr.e!l. Backhoe .. Derrick. !Jr~!ine. Shovei Electrician flagg:er Form Builder-Slrucnue·s Form Setter-Pavtng & C\Jrbs Fou:nc!...tion Drill Operafar,. Crawler Mounted Fo1.mdauo11 Drill Operator. Truc.k Mcnmit~ Front End loader La.borer-Commrm Laborer-Utilitz M~aniic MilfinQ_ Machine Opeerat:or, Fine Grade MJ:,:er Operator Motor Grader O_eeraior (Fin:e Grade) MDl:or Grader Ope1.a!or. Roogll Oiler Pair.ler. StruidtlJres Pa,v.;merr! Marking Maclline O_p_a. Pip_elayser Romer. St:eel Wheel Plant-Mix Pa~·emen!s RDl?e.r, st1:el Wheel Other Flat,'!lheel or Tampf;ng Roller, fn_eumatia. Selt-?rapemed Scraper Rer:nio.-cing Steel Se~ll:av'if§ll. R-ei.nfo:cing steel Sett.er (Structu,e} .Soarce is AGC of Texas {Hwy. H'<,Y. utilt1ies lndustiial Branch) w•1n11.aceess..gpogovi'da•,•is!:laco:nf 02/09/2010 }13.27 }12.00 $13.63 $12.50 $.13.5:6 $14.00 $'10.61 114.12 $18.12 $8-43 _§_11.63 S1Ul3 $'13.61 $16.30 i12.B2 SB<.1.S. $10.65 $16.97 $11-83 S1L58 $'1520 $14.50 $13.17 $10.04 $1UJ4 $11.2'8 S10.!?2 $11.D7 $14.&a $'1629 SC-63 Truck Drr;er-Lov.'boyl'Floa:t Truck Drl'Ja-Transii Moc Vlfag:on Drill. Boring Machine. Post Hole Drill-er v,refder Work Zon'i:< !Bamcade Senoicer HrivRts $11.42 $12.32 S12.3l S10.92 $12.60 $'12.91 S12.0l $10.91 $11.47 S11.75 S14.9l ~12.08 S14.00 S13.57 S10.130 - DA-1 DA-2 DA-3 DA-4 DA-5 DA-6 DA-7 DA·8 DA-9 DA-10 DA-11 DA-12 DA-13 DA-14 DA-15 DA-16 DA-17 DA-18 DA-19 DA-20 DA-21 DA-22 DA-23 DA-24 DA-25 DA-26 DA-27 DA-28 DA-29 DA-30 DA-31 DA-32 DA-33 DA·34 DA.:.35 DA-36 DA-37 DA-38 DA-39 DA-40 DA-41 DA-.42 DA-43 DA-44 DA-45 DA-46 DA-47 DA·48 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS .......................... 4 PIPELINE REHABILITATION CURED-EN-PLACE PIPE ................................................ 4 PIPE ENLARGEMENT SYSTEM ................................................................................... 4 FOLD AND FORM P·IPE ................................................................................................ 11 SLIPLINING ................................................................................................................. 12 PlPE INSTALLED BY OTHER THAN OPEN CUT ....................................................... 12 TYPE O·F CASING PIPE ............................................................................................... 12. SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR. .............................................. 12 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ................... 12 MANHOLE REHABILITATION .................................................................................... 12 SURFACE PREPARATl;ON FOR. MANHOLE REHABILITATION ................................ 12 INTERIOR MANHOLE COATING .. MICROSILICATE MORTAR SYSTEM ................. 12 INTE.RIOR MANHOLE COATING-QUADEX SYSTEM .............................................. 12 INTERIOR MANHOLE COATING· SPRAY WALL SYSTEM .................................... ,. 12 INTERIOR MANHOLE COATING-RAVEN LINING SYSTEM .................................... 12 INTERIOR MANHOLE. COATING: PERMACAST SYSTEM WITH EPOXY Ll:NER .... 12 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM ..................................... 13 RIGID FIBERGLASS MANHOLE L,INERS ............................................ ,. .................... 13 PVC LINED CONCRETE WALL RECONSTRUCTION ................................................ 13 PRESSURE GROUTING ................................................................................................ 1.3 VACUUM TESTING OF REHABILITATED MAN'HOLES ............................................. 13 FIBERGLASS MANHOLES ............................................................................................ 13 LOCATION AND EXPOSURE OF MANHOLES AND WATERVALVES ...................... 13 REPLACEMENT OF CONCRETE CURB AND GUTTER ............................................ 13 _ REPLACEMENT OF 611 CONCRETE DRIVEWAYS .................................................... 13 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE .............................................. 13 GRADED CRU.SHED STONES ..................................................................................... 13 WEDGE MILUNG al• TO 0'' DEPTH 5.0' WIDE ........................................................... 13 BUTT J·OIN·TS -MILLED ................... , ........ .-.................................................................. 14 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIXL ................................................... 14 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER ............................................ 14 NEW7'' CONCRETE VALLEY GUTTER .................................................... ; ................ 14 NEW 4" STANDARD WHEELCHAIR RAMP ............................................................... 14 8"' PAVEM.ENT PU.LVERIZA-TION ................................................................................ 14 REIN~ORCED COtJCRETE PAVEMENT OR BASE (UTILITY CUT) .......................... 14 RAISED PAVEMENT MARKERS ................................................................................ 14 POTENTIAL,LY PETROLEUM CONTAMINATED MATERIAL HANDLING ................. 14 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL ........ 14 ROCK RIPR/4.1> -GROUT-FILTER FABRIC .............................................................. 14 CONCRETE RIPRAP .................................................................................................... 14 CONCRETE CYLINDER PIPE AND FITTINGS ........................................................... 15 CONCRETE PIPE FITTINGS AND SPECIALS ............................................................ 15 UNCLASSIFlED STREET EXCAVATION .................................................................... 15 5n P·ERFORA TED Pf PE s .UBDRAIN ........................................................................... 15 REPLACEMENT OF 4" CONCRETE SIDEWALKS ..................................................... 15 RECOMMENDED SEQUENCE OF CONSTRUCTION ................................................ 15 PAVEMENT REPAIR IN PARKING AREA ................................................................... 15 EASEMENTS AND PERMITS ...................................................................................... 1.5 ASC-1 DA-49 DA-50 DA-?1 DA-52 DA-53 DA-54 DA-55 DA-56_ DA-57 DA-58 DA-59 DA-60 DA-61 DA-62 DA-63 DA-64 DA:-65 DA·66 DA-67 DA-68 DA-69 DA ... 70 DA-71 DA-72 DA-73 DA-74 DA-75 DA~76 DA .. 77 DA-78 DA-79 DA-80 DA-81 DA-82 DA-83 DA-84 DA-8.S DA-86 DA-87 DA~as DA-89 DA-90 DA-91 DA-92 DA-93 DA-94 DA-95 10/23/08 PART DA -ADDITIONAL SPECIAL CONDITIONS H:IGHWAY REQUIREMENTS ...................................................................................... 16 CONCRETE ENCAS.EMENT ....................................................................................... 16 CONNECTION TO EXISTING STRUCTURES ............................................................. 16 TURBO METER WITH VAULT AND BYPASS 1.NSTALLATION .................................. 16 OPEN FIRE LINE INSTALLATrONS ............................................................................ 16 WATER SAMPLE STATION· ......................................................................................... 16 CURB ON CONCRETE PAVEMENT ........................................................................... 16 SHOP DRAWINGS ...................................................................................................... 16 COST BREAKDOWN ............................ : ..................................................................... 17 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY .................................. 17 H.M.A.C. MORE TH.AN 9 tNCHES DEEP .................................................................... 17 ASPHALT DRIVEWAY REPAIR .................................................................................. 17 TOP SOIL ..................................................................................................................... 17 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT .................. 17 BID QUANTITIES ......................................................................................................... 17 WORK IN HIGHWAY RIGHT OF WAY ........................................................................ 17 CRUSHED LIMESTONE (FLEX-BASE) ...................................................................... 17 OPTION TO RENE.W ........................................ -........................................................... 17 NON-EXCLUSIVE CONTRACT .................................................................................... 17 CONCRETE VALLEY GUTTER. .................................................................................. 18 TRAFFIC BUTTONS ...................................................................................................... 18 PAVEMENT STRIPING ................................................................................................ 18 H.M.A.C. TESTING PROCEDURES ............................................................................ 18 SPECIFICATION REFERENCES ................................... : ............................................ 18 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX ......................................................................................................... 18 RESILIENT-SEATED GATE VALVES ......................................................................... 18 EMERGENCY SITUATION, JOB MOVE-IN ................................................................. 18 1 Y2n & 2n COPPER SERVICES .................................................................................. 18 SCOPE OF WORK (UTIL .. CUT) .................................................................................. 18 CONJR.4CJOR'S RE:~PONSIBIL TY (LJTIL CUT) ....................................................... 19 CONTRACT TIME (UTIL. CUT) ................................................................................... 19 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) ................................. 19 TIME ALLOWE.D FOR UTILITY CUTS (UTlL. CUT).. .................................................. 19 LIQUIDATED DAMAGES {UTIL CUT) ........................................................................ 19 PAVING REPAIR EDGES (UTIL. CUT) ........................................................................ 19 TRENCH BACKFILL (UTIL.GUT) ............................................................................... 19 CLEAN .. UP (UTIL. CUT) .. : .. · .......................................................................................... 19 PROPERTY ACCE~S {UTH .... ~UT} ............................................................................. 19 SUBMISSION OF BIDS (UTIL. CUT) .......................................................................... 19 STANDARD BASE REPAIR FOR UNIT I fUTlL. CUT) ................................................ 19 CONCRETE BASE REPAIR FOR UNIT Ii & UNITm (UTtL. CUT) .............................. 19 2"JO 9•• H.M.A.C. PAVEMENT (UTIL. CUT) ............................... : .............................. 20 ADJUST WATER VAi.VE BOXES, MANHOLES. AND VAULTS {UTIL. CUTI ............ 20 MAINTENANCE BOND {UTIL. CUT) ........................................................................... 20 BRICK PAVEMENT {UTIL..CUT) ................................................................................. 20 LIME STAl31LIZED SUBCiRADE {UTIL. CUT} ............................................................. 21 CEMENT STABl~LIZED SUBGRADE(UTIL.. cun ....................................................... 21 ASC-2 DA-96 DA-9'7 DA-98 DA·99 DA-100 DA .. 101 DA-102 DA-103 DA~104 DA-105 DA~106 DA·107 DA-108 DA .. 109 DA-110 DA-111 DA-112 DA-113 DA-11'4 DA-115 DA-116 DA-117 DA-118 DA-119 DA-120 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) ......................................... 21 "QUICK..SET" CONCRETE {UTIL. CUT} ..................................................................... 21 lJTILIT'(Al).JUSTMENf(lJTIL. <;UT} .......................................................................... 21 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS fUTIL. CUT) ...... 21 LIMITS OFGONCRETEPAVEM Er-JT REPAIR (UTIL. CUT} .................................... 21 CONCRETE CURB AND GUTTER {UTIL. CUT).. .................................................... 21 PAYMl;N'I" (UTIL~ CUl] ........................................................................................... 21 DEHO.LES {M.ts.c. EXT.) .......................................................................................... 21 CONS'fRUCTlON LIMITATIONS{l\4]1SC. EXT.) ....................................................... 21 PRESSURE CLEANtNG AND TESTING (MISC. EXT.) ........................................... 22 E31D QUANT11JES {Mt~C. EX'I".) .............................................................................. 22 LIFE OF CONTRACT {MISC. EXT.).. ....................................................................... 22 FLOWABLE FILL {MISC. EXT.) .............................................................................. 22 BRICK PAVEMENT REPAIR (MISC. REPL.) .......................................................... 22 DETERM_INA Jl()N ~t-lt) INITIATIQN QF WORKJMlSC. REPL) ............................. 22 WORK ORDER COMPLETION TIME {MISC. REPL.) ............................................. .22 MOVE IN CHARGES{MJSC. REPL) ....................................................................... 22 PROJECT SIGNS {MISC. REPL.) ............................................................................ 22 Ll(lUIDATEDDAMAGES (MISC~ REPL.) ................................................................ 22 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) ............................................. 22 FIELD OFFICE ............................................................................................................ 23 TRAFFIC CONTROL PLAN ..................................................... :······ .......................... 2.3 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS .............. 2.3 CATHODlC PROTECTION SYSTEM PAYMENT FOR WATER SERVICES ASC-3 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS Not Used. DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE Not Used. DA-3 PIPE ENLARGEMENT SYSTEM A. GENERAL:. 10/23108 1. Description: This specification incl.udes requirements to rehabilitate existing sanitary sewers by the pipe enlargement system, herein called Pipe Bursting or Pipe Crushing (Pipe Bursting/Crushing). This system includes splitting or bursting the existing pipe to install a new polyethylene pipe and reconnect existing sewer service connections. 2. Methods: This section specifies the approved system method or process to include all labor, materials, tools, equipment and incidentals necessary to provide for the complete rehabi.litation of deteriorated gravity sewer lines by the Pipe Bursting/Crushing systems. Approved methods include: the PIM Corporation (PIM System), Piscata Way, New J.ersey; Mclat Construction (McConnell System for Pipe Crushing), Houston, Texas; and Trenchless Replacement Systems, (TRS System), Calgary, Canada. Refer ta Part D -SPECIAL CONDITIONS D-34 SIBSTITUTIONS for information regarding pre-approval procedures for alternative processes. 3. Definition: The Pipe Bursting/Crushing system is defined as the reconstruction of gravity sewer pipe by installing an approved pipe material, by means of one of the pre-approved methods set forth in Section A.2 of this specification. The process involves the use of a static, hydraulic or pneumatic hammer "molingff device, suitably sized to break out the aid pipe or using modified boring "knife" with a flared plug that implodes and crushes the existing sewer pipe. Forward progress of the "mole" or the "knife" may be aided by the use of hydraulic equipment or other apparatus, as specified in the approved methods. The replacement pipe is either pulled or pushed into the bore. The method allows for replacement of pipe sizes from 8" through 21" and/or upsizing in varying increments up to 21". This specification is based on the precedent that the Pfpe Bursting/Crushing system used has been pre-approved by the Fort Worth Water Department 4. Quality Assurance: The Contractor shall be certified by the particular Pipe Bursting/Crushing system manufacturer that such firm is a licensed installer of their system. No other Pipe Bursting/Crushing system other than those listed in Section A.2. of these specifications is acceptable. a. Personnel directly involved with installing the new pipe shall receive training in the proper methods for joint fusing, handling, and installing the ASC-4 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS polyethylene pipe. Training shall be performed by a qualified representative as determined by the pipe manufacturer. b. Personnel directly involved with installing the new pipe shall receive training in the proper methods for joint fusing, handling, and installing the polyethylene pipe. Training shall be performed by a qualified representative as determined by the pipe manufacturer. 5. Submittals: Submit for review and acceptance, the following Contractor's Work Plan and Drawings to the City: a. Shop drawings, catalog data, and manufacturer's technical data showing complete information on material composition, physical properties, and dimensions of new pipe and fittings. Include manufacturer's recommendation for handling, storage, and repair of pipe and fittings if damaged. b. Location and number of insertion or access pits shall be planned by Contractor and submitted in writing prior to excavation for approval by the City . c. Method of construction and restoration of existing sewer service connections. This shall include: 1) Detail drawings and written description of the entire construction procedure to install pipe, bypass sewage flow and reconnection of sewer service connections. 2) Working drawings for information only showing sewage flow bypass, and maintenance of traffic. Contractor shall provide for continuous sewerage flow. Dewatering shall be the Contractor's responsibility. 3) Certification of workmen training for installing pipe. 4) Television inspection reports and video tapes made after new pipe installation . 6. Delivery, Storage, and Handling: a. b. c. Transport, handle, and store pipe and fittings as recommended by manufacturer. If new pipe and fittings become damaged before or during installation, it shall be repaired as recommended by the manufacturer or replaced as required by the Project Manager at the Contractor's expense, before proceeding further. Deliver, stare and handle other materials as required to prevent damage. ASC-5 PART DA -ADDITIONAL SPECIAL CONDITIONS B. MATERIALS: 1. Polyethylene Piping Material: The pipe and fitting material shall be high density, extra molecular weight (EHMW) polyethylene pipe material conforming to ASTM D1248, Type Ill, Class C, Category 5, Grade P34, and have a PPI (Plastic Pipe Institute) recommended designation of PE3408 and cell classification 345434C per ASTM D3350. The molecular weight category shall be extra high (250,000 to 1,500,000) as per the Gel Permeation Chromatography determination procedure with a typical value of 330,000. a. The interior of the pipe shall be a light reflective color to facilitate closed circuit television inspection. b. The pipe material shall be listed by the Plastic Pipe Institute (PPI) in PPI TR-4. The pipe material shall have as hydrostatic design basis of 1600 psi at 73 F and 800 psi at 140 F. c. The manufacturer's certification shall state that the pipe was manufactured from one specific resin and shall state the resin used and its source. All pipe shall be made of virgin material. No rework, except that obtained from the manufacturer's own production of the same formulation, shall be used. d. Pipe supplied under this specification shall have a nominal Ductile Iron Pipe Size inside diameter. The Standard Dimension Ratio (SOR) and minimum pressure rating of the pipe shall be SDR 17 -1. 00 psi. Pipe with a lower SDR ratio and higher pressure rating may be used in lieu of the minimum specified. 2.. Tests: The Contractor shall be required to send submittals to the City of Fort Warth on the production material. a. The pipe manufacturer shall provide certification that samples of the production product meets these specifications. The certification will state that production product has been tested in accordance with ASTM 02837, and validated in accordance with the latest revision of PPI TR-3. b. The pipe manufacturer shall provide certification that stress regression testing has been performed on the specific product. Certification shall include a stress life curve per ASTM 02837 and testing shall have been performed in accordance with ASTM D2837. c. Rejection: Polyethylene plastic pipe and fittings may be rejected for failure to meet any of the requirements of this specification. C. SEWER SERVICE CONNECTIONS: 1. 10/23108 Sewer Service Connections: Sewer service connections shall be connected to the new pipe by mechanical or fusion methods. Once the saddle is secured, a hole shall be drilled in the pipe the full inside djameter of saddle outlet. ASC-6 PART DA -ADDITIONAL SPECIAL CONDITIONS 2. Pipe Saddles: Mechanical saddles shall be made of polyethylene pipe compound that meets the requirements of ASTM D1248, Class C, have stainless steel straps and fasteners, neoprene gasket and backup plate. Mechanical saddles shall be Strap-on-Saddle Type as manufactured by Driscopipe or Tapping Saddle manufactured by DuPont, or approved equal. Fusion saddles shall be electrofusion branch saddles as manufactured by Central Plastics Company, or approved equal. 3. Connection to Existing Service: Connections to the existing sewer service connections pipe shall be made using flexible couplings. All flexible couplings shall conform to ASTM C425 and shall be as manufactured by Femco Joint Sealer Co., DFW Plastics, Inc. or approved equal. Backfill at service connections shall be cement stabilized sand (2 sacks per cubic yard) to a point 12 inches above the service lateral to trench intersection and shall be in accordance with these specifications. The Contractor shall, upon request, permit the Engineer to take elevations on bath the existing and new portions of the service connection pole to determine final grade and invert elevations. Elevation changes greater than 0.10 feet from the house lateral piping .and shall be reconnected as directed by the Engineer. 4. Service Interruptions: Service interruptions to homes shall not exceed 18 hours. D. PREPARATION: 10/23108 1. Bypassing Sewage: 2. a. The Contractor shall bypass the sewage around the section or sections of sewer ta be rehabilitated. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. b. The Contractor shall be responsible for continuity of sanitary sewer service to each facility connected to the section of sewer during the execution of the work. If sewage backup occurs and enters buildings, the Contractor shall be responsible for clean-up, repair, property damage costs and claims. Line Obstructions: If pre-installation (TV) inspection reveals an obstruction in the existing sewer (heavy solids, dropped joints, protruding . service taps or collapsed pipe} which will prevent completion of the pipe bursting/crushing process, and cannot be removed by conventional sewer cleaning equipment, then an obstruction removal shall be made by the Contractor, with the approval of the Engineer. ASC-7 PART DA -ADDITIONAL SPECIAL CONDITIONS 3. Sags in Sewer Line: AL.L SAGS AND GRADE PROBLEMS IN EXISTING SEWER LINES SHALL BE CORRECTED AS PART OF THIS CONTRACT. If the pre- construction television inspection reveals a sag in the sewer line, the Contractor shall be responsible for bringing the proposed sewer pipe to an acceptable grade without a sag. A sag is defined as any sewer line segment more than 3 feet in length which ponds water in the absence of sewage flow. The contractor shall take the necessary measures to eliminate the sag by the method of: pipe replacement, digging a sag elimination pit and bringing the bottom of the pipe trench to a uniform grade in line with the existing pipe invert or by other measures that shall be acceptable to the Engineer and the City. a. Identification of Sags: Sags shall be identified by television inspection in the absence of sewage flow. If available, the Contractor shall be furnished television tapes from the City identifying the sag location. Flow shall be blocked at an upstream manhole and diverted to another sewer line or downstream manhole below the segment of pipe to be inspected. TV inspection shall be performed in accordance with television inspection of sanitary sewer lines. Video tapes shall be submitted to the City for review. b. Correction of Sags: Sags shall be corrected by open cut and by adding additional bedding material to bring the sag back to grade where access is available. For pipe enlargement methods, all sags identified on the pre- construction video tapes shall be corrected prior to commencing with pipe enlargement. In instances where sags are located under existing structures, the existing sewer line may be relocated using open cut or boring methods. The City shall specifically review potential relocation's and evaluate the constructability. economics and engineering feasibility prior to construction work. c. Measurement and Payment: Measurement and payment to correct sags shall be per linear foot of pipe construction to correct the sag. For pipe bursting methods, open-cut or bore construction, the applicable bid prices in the proposal section shall apply. 4. Television Inspection: Inspection of the pipelines shall be performed by experienced personnel trained in locating · breaks, obstacles and service connections by closed circuit color television. Television inspection shall be in accordance with the specifications contained herewith for nPre-and Post- Construction Television Inspection of Sanitary Sewer Lines", Part D -Special Conditions D-35 and D-38, respectively. E. PIPE ENLARGEMENT SYSTEM AND PIPE INSTALLATION: 10/23108 1. Site Organization: a. Insertion · or access pits shall be located such that their total number shall be minimi.zed and the length of replacement pipe installed in a single pull shall be maximized. ASC-8 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS b. Existing manholes shall be utilized wherever practical. Manhole inverts and bottoms may be removed to permit access far installation equipment c. Equipment used to perform the work shall be located away from buildings so as not to create a noise impact. Provide silencers or other devises to reduce machine noise as needed to meet requirements. d. The actual pipe enlargement procedure shall commence prior to 11 :00 AM in order to afford the contractor ample time to complete all related work within the allotted workday, which is defined as the hours between 7:00 AM and 6:00 PM, so as not to impose on the peace and comfort of persons in the immediate vicinity. No actual pipebursting work shall be started after 11 :00 AM; all actual pipebursting activity shall cease at 6:00 PM. Other activities other than the actual pipebursting may continue after 6:00 PM. 2. Finished Pipe: The installed replacement pipe shall be continuous over the entire length of each pipe segment from manhole to manhole and shall be free from visual defects such as foreign inclusions, concentrated ridges, discoloration, pitting, varying wall thickness, pipe separation, other deformities. Replacement pipe with gashes, nicks, abrasions, or any such physical damage which may have occurred during storage and/or handling, which are larger/deeper than 10% of the wall thickness shall not be used and shall be removed from the construction site. The replacement pipe passing through or terminating in a manhole shall be carefully cut out in a shape and manner approved by the Engineer. The invert and benches shall be streamlined and improved for smooth flow. The installed pipe shall meet the leakage requirements of the pressure test specified later. 3. Pipe Jointing: a .. b. C. Sections of polyethylene replacement pipe shall be assembled and joined on the job site above the ground. Jointing shall be accomplished by the heating and butt-fusion system in strict conformance with the manufacturer's printed instructions. The butt-fusion system for pipe jointing shall be carried out in the field by operators with prior experience in fusing polyethylene pipe with similar equipment using proper jigs and tools per standard procedures outlined by the pipa manufacturer, These joints shall have a smooth, uniform, double rolled back bead made while applying the proper melt, pressure, and alignment. It shall be the sole responsibility of the Contractor to provide an acceptable butt-fusion joint. All joints shall be made available for inspection by the Engineer before insertion. The replacement pipe shall be joined on the site in appropriate working lengths near the insertion pit The maximum length of continuous replacement pipe which shall be assembled above ground and pulled on the job site at any one time shall be 600 linear feet. For situations where the replacement pipe is not pulled all the way to the manhole or if it is impossible to pull the missle all the way through, the ASC-9 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS following shall apply: At the direction of the Engineer, a 12n-18" full circle steel clamp shall be utilized to connect segments of the HDPE pipe. 4. New Pipe Installation: a. Thread winch cable o.r chain and associated lines through sewer section to be rehabilitated. Keep lines away from pedestrian and vehicular traffic. b. Existing manholes may be used for launch and receiving access. Remove manhole invert and bottom as required. Pull winch chain through sewer section and attach to cutter and machine head. Lower into launching manhole, apply winch tension pulling the cutter and head into the sewer until the rear of the machine is flush with the manhole wall. Attach steel starter pipe and advance assembly until the rear of the steel starter pipe is flush with the manhole wall. Lower hydraulic jack into the manhole and align. Insert new pipe by simultaneous operation of the jack and winching the cutter and head forward. 5. Anchoring New Pipe and Sealing Manholes: a. After the new pipe has been installed in the entire length of the sewer section, anchor the pipe at manholes. The new pipe shall protrude in the manholes for enough distance to all.ow sealing and trimming. b. Sealing the new pipe at manholes shall not begin for a minimum of ten (10) hours after installation. Provide a flexible gasket connector in the manhole wall at the end of the new pipe, centered in the existing manhole wall. Grout flexible connector in the manhole, filling all voids the full thickness of the manhole wall. c. Restore manhole bottom and invert. 6. Field Testing: a. Low Pressure Air Test of Replacement Pipe: After a manhole-to-manhole section of sanitary sewer main has been pipe burst/crushed and prior to any service lines being connected to the replacement pipe, the pipe shall be plugged at each manhole with pneumatic plugs. The design of the plugs shall be such that they will hold against the test pressure without requiring external blocking or bracing. One of the plugs shall have three air hose connections; one for the inflation of the plug , one for reading the air pressure in the sealed line, and one for introducing air into the sealed line. Low pressure air shall then be introduced into the sealed line until the internal air pressure reaches 4.0 psig greater than the average back pressure resulting from any ground water that may be over the pipe. At least two minutes shall elapse to allow the pressure to stabilize. The time required for the internal pressure to decrease from 3.5 to 2.5 psig greater than the average back pressure resulting from any ground water that may be over the pipe, shall not be less than the time shown for a given pipe diameter in the fallowing table: ASC-10 PART DA -ADDITIONAL SPECIAL CONDITIONS Carrier Pipe Minimum Elapsed Diameter (inches} Time (minutes) 8 4 10 5 12 6 15 7 b. Post-Construction Television Inspection of New Pipe: Refer to Special Condition for Post-Construction Television Inspection of Sanitary Sewer. F. MEASUREMENT AND PAYMENT: 1. Pipe Installation: Pipe installation will be measured for payment by the linear foot of pipe actually installed in the ·various diameters of sewers measured along the centerline of the sewer from centerline to centerline of manholes. Payment will be made for the quantities measured at the unit price per linear foot for the various sewer diameters listed. 2. Service Reconnections: Installation of sewer service connections will be measured for payment by each actually reconnected to the installed pipe. Payment will be made for the quantities measured at the unit price per each listed. Payment shall include required excavation and backfill, saddles, flexible connections, and all other incidentals necessary to successfully reconnect sewer service lines to the rehabilitated sewer. Payment shall not include pavement replacement, which if required, shall be paid separately. 3. Sewer Cleaning by Bucket Machine: Heavy cleaning requiring more than hydraulic jet cleaning shall b~ performed by bucket machines. The payment for such cleaning shall be included in the bid item for Pre-Construction Television Inspection of Sanitary Sewer Lines,. 4. By-pass Pumping: The Contractor shall provide diversion for the flaw of sewage around the section or sections of pipe designated for rehabilitation . The pumps and by-pass lines shall be of adequate capacity and size to handle all flows. All costs for by-pass pumping required during installation of the pipe shall be subsidiary to pipe enlargement. 5. Subsidiary Work: Any damage to utilities and property, resulting repairs, temporary service costs, etc. shall be bome by Contractor. Repair and/or replacement of fences, sprinkler system piping and other such restoration work resulting from Contractor activities shall be considered subsidiary to the cost of the project and no additional payment will be allowed. Testing : All cost for testing the replacement pipe by a pressure method will be incidental to pipe installation. · DA-4 FOLD AND FORM PIPE Not Used. 10/23108 ASC-11 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-5 SLIPLINING Not Used . DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT Not Used. DA-7 TYPE OF CASING PIPE Not Used . DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR Not Used . DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION Not Used. DA-10 MANHOLE REHABILITATION Not Used. DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION Not Used. DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM Not Used . DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM Not Used . DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM Not Used .. DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM Not Used. DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER Not Used ... 10/23/08 ASC-12 , PART DA -ADDITIONAL SPECIAL CONDITIONS DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM Not Used. DA-18 RIGID FIBERGLASS MANHOLE LINERS Not Used. DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION Not Used. DA-20 PRESSURE GROUTING N ot Used. DA-21 VACUUM TESTING OF REHABILITATED MANHOLES Not Used. DA-22 FIBERGLASS MANHOLES Not Used. DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES Not Used. DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER Not Used. DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS Not Used. DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE Nat Used. DA-27 GRADED CRUSHED STONES Not Used. DA-28 WEDGE MILLING 2" TO O" DEPTH 5.0' WIDE Nat Used. 10/23/08 ASC-13 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-29 BUTT JOINTS • MILLED Not Used. DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) Not Used. DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER Not Used. DA-32 NEW 7" CONCRETE VALLEY GUTTER Not Used .. DA-33 NEW 4" STANDARD WHEELCHAIR RAMP Not Used. DA-34 811 PAVEMENT PULVERIZATION Not Used . DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) Not Used. DA-36 RAISED PAVEMENT MARKERS Not Used. DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING Not Used. DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL Not Used . DA-39 ROCK RIPRAP • GROUT· FILTER FABRIC Not Used. DA-40 CONCRETE RIPRAP Not Used. 10/23108 ASC-14 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-41 CONCRETE CYLINDER PIPE AND FITTINGS Not Used. DA-42 CONCRETE PIPE FITTINGS AND SPECIALS Not Used. DA-43 UNCLASSIFIED STREET EXCAVATION Not Used. DA-44 6" PERFORATED PIPE SUBDRAIN Not Used. DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS Not Used. DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION In order to facilitate timely reconstruction of the affected roadway surfaces (subsequent to water/sewer installation) under the City's roadway maintenance program, it is recommended that the proposed water and/or sanitary sewer improvements be conducted on the project streets based upon the following sequence: 1. Bluebonnet Drive (Daisy Ln to Goldenrod Ave) 2. Goldenrod Ave (Bluebonnet Dr to Chandler Ave) 3. Dalford Street (Westbrook Ave to N Sylvania Ave) 4. Westbrook Avenue (Dalford St to N Sylvania Ave) 5. Highcrest Avenue (Braswell Dr to Crabtree St) After the work start date has been established, the selected contractor shall be required to submit the beginning and ending dates for all work (including pavement repair) on each of the project streets. Please be advised that the contractor has the option of submitting a different sequence of construction than stated above. The contractor shall not be allowed to begin work (but time charges will begin on the project) until. the preferred sequence of construction and the start and end work dates far each street have been submitted to the City. DA-47 PAVEMENT REPAIR IN PARKING AREA Not Used. DA-48 EASEMENTS AND PERMITS Easements and permits, both temporary and permanent, have been secured for this project at this time and made a part thereto. Any easements and/or permits, bath temporary and permanent, that have not been obtained by the time of publication shall be secured before 10/23108 ASC-15 PART DA -ADDITIONAL SPECIAL CONDITIONS construction starts. No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained. The Contractor's attention is directed to the easement description and permit requirements, as contained herein , along with any special conditions that may have been imposed on these easements and permits. Where the pipeline crosses privately owned property, the easements. and construction areas are shown on the plans. The easements shall be cleaned up after use and restored to their original conditions or better. In the event additional. work room or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be al.lowed for this item. DA-49 HIGHWAY REQUIREMENTS Not Used. DA-50 CONCRETE ENCASEMENT Not Used. DA-51 CONNECTION TO EXISTING STRUCTURES All connections between proposed and existing facilities, shall consist of a watertight seal. Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements of Section E1-20 and E2-20 of the General Contract Documents. Prior to concrete placement. a gasket, RAM-Nek or approved equal shall be installed around penetrating pipe. Payment for such work as connecting to existing facilities including all labor, tools, equipment, and material necessary ta complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM. DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION Not Used . DA-53 OPEN FIRE LINE INSTALLATIONS Not Used. DA-54 WATER SAMPLE STATION Not Used. DA-55 CURB ON CONCRETE PAVEMENT Not Used. DA-56 SHOP DRAWINGS Not Used. 10/23108 ASC-16 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-57 COST BREAKDOWN Not Used. DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY Not Used. DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP Not Used. DA-60 ASPHALT DRIVEWAY REPAIR Not Used. DA-61 TOP SOIL Not Used. DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT Not Used. DA-63 BID QUANTITIES Not Used. DA-64 WORK IN HIGHWAY RIGHT OF WAY Not Used .. DA-65 CRUSHED LIMESTONE (FLEX-BASE) Crushed limestone required for us.e as a flexible base material shall conform to Specification Item No. 208 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. DA-66 OPTION TO RENEW Not Used. DA-67 NON-EXCLUSIVE CONTRACT Not Used . 10/23108 ASC-17 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-68 CONCRETE VALLEY GUTTER This item shall include the repair/replacement of existing concrete valley gutters as directed by the Eng,ineer. The proposed valley gutters will be constructed according to the detail included in these documents as we ll as conforming to Specification Item No. 314 of the Standard Specifications for Street and Storm Dra in Constructi on for the City of Fort Worth Transportation and Pub li c Works Department. The un it price b id for this item shall be full compensati on far all materials (including applicable sub-base), labor, equipment and incidentals necessary to complete the work. DA-69 TRAFFIC BUTTONS Not Used. DA-70 PAVEMENT STRIPING Not Used. DA-71 H.M.A.C. TESTING PROCEDURES Not Used . DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other specification, it shall be understood that the latest revis.ion of such specification, prior to the date of these general specifications or revisions thereof, shall apply. DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX Not Used . DA-74 RESILIENT-SEATED GATE VALVES Not Used. DA-75 EMERGENCY SITUATION, JOB MOVE-IN Not Used . DA-76 1 %" & 2" COPPER SERVICES Not Used. DA-77 SCOPE OF WORK (UTIL. CUT} Not Used. 10/23108 ASC-18 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-78 CONTRACTOR'S RESPONSIBIL TY {UTIL. CUT) Not Used. DA-79 CONTRACT TIME (UTIL. CUT) Not Used. DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT {UTIL. CUT) Not Used. DA-81 TIME ALLOWED FOR UTILITY CUTS {UTIL. CUT) Not Used. DA-82 LIQUIDATED DAMAGES {UTIL. CUT) Not Used. DA-83 PAVING REPAIR EDGES (UTIL. CUT) Not Used. DA-84 TRENCH BACKFILL {UTIL. CUT) Not Used. DA-85 CLEAN-UP {UTIL. CUT) Not Used. DA-86 PROPERTY ACCESS {UTIL. CUT) Not Used. DA-87 SUBMISSION OF BIDS {UTIL. CUT) Not Used. DA-88 STANDARD BASE REPAIR FOR UNIT I {UTIL. CUT) Not Used. DA-89 CONCRETE BASE REPAIR FOR UNIT 11 & UNIT Ill {UTIL. CUT) Not Used. 10/23/08 ASC-19 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) Not Used. DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) Not Used. DA-92 MAINTENANCE BOND (UTIL. CUT) Not Used. DA-93 BRICK PAVEMENT . This item shall include: 1. Removal and salvage of existing brick pavers for the purpose of relaying, in such a manner that no damage occurs during handling of the brick. 2. Supply additional brick pavers as necessary that meets size, shape and color of existing brick, as approved by engineer. 3. Mortar bed shall be leveled to the desired elevation, as directed by Engineer and shall not be disturbed in any way. · The mortar setting bed shall consist of: a. 1. part Portland cement-ASTM C150, Type 1 b. 1/4 part hydrated lime by volume -ASTM C207, Type 5 c. 3 parts damp sand -ASTM C-144 (for high-bond mortar, gradation in accordance with additive manufacturer's recommendation} d. Add water to obtain stiff mix -water shall be potable quality The dry joint filler shall consist of: a. 1 part Portland cement-ASTM C150, Type 1 b. 6 parts dry sand -ASTM C-144 c. Do not add water High bond mortar mix shall consist of: a .. 1 sack Portland cement-ASTM C150, Type 1 b. 50 pounds workability additive -..,A" Marble Dust by Armco Steel Corp., Piqua Quarries., or Ute Dolomite Limestone by U.S. Lime Divis.ion of Flintk.ote Corp., or Micro Fill No./2 by Pure Stone Ca., of Marble Falls, Texas. c. 3 1/4 cubic feet of sand -ASTM C-144 d. 4 gallons of high bond additive -Sarabond Liquid Mortar Additive by the Dow Chemical Co. e. Mix with water in accordance with High Bond Add.itive manufacturer's recommendations Concrete surfaces to receive pavers shall be dry, clean fee of oily or waxy films and firm and level. Pavers with chips, cracks, or voids shall not be used. The setting bed mixture shall be 10/23108 ASC-20 - PART DA -ADDITIONAL SPECIAL CONDITIONS spread and screeded to a true plane and shall be limited to that amount that can be covered with pavers before initial set DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) Not Used . DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) Not Used. DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) Not Used. DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) Not Used. DA-98 UTILITY ADJUSTMENT (UTIL. CUT) Not Used. DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) Not Used . DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) Not Used . DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) Not Used . DA-102 PAYMENT (UTIL. CUT) Not Used. DA-103 . DEHOLES (MISC. EXT.) Nat Used . DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) Not Used . 10/23/08 ASC-21 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) Not Used .. DA-106 BID QUANTITIES (MISC. EXT.) Not Used. DA-107 LIFE OF CONTRACT (MISC. EXT.) Not Used .. DA-108 FLOWABLE FILL (MISC. EXT.) Not Used. DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) Not Used. DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) Not Used. DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) Not Used. DA-112 MOVE IN CHARGES (MISC. REPL.) Not Used. DA-113 PROJECT SIGNS (MISC. REPL.) Project Signs are required at all locations which will be under construction for more than thirty (30) calendar days as indicated in Part B Proposal. Project Signs shall be in accordance with Figure 30 (dated 9-18-96) of the General Contract Documents. The signs may be mounted on skids or on posts. The exact locations and methods of mounting shall be approved by the engineer. Any and all costs for the required materials, labor, and equipment neces.sary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. DA-114 LIQUIDATED DAMAGES (MISC. REPL.) Not Used. DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) Not Used. 10/23108 ASC-22 - - PART DA -ADDITIONAL SPECIAL CONDITIONS DA-116 FIELD OFFICE Not Used. DA-117 TRAFFIC CONTROL PLAN Not Used. DA-118 Not Used . DA-119 Not Used. DA-119 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS CATHODIC PROTECTION SYSTEM PAYMENT FOR WATER SERVICES The purpose of this item is to clarify D-51 Installation of Water Facilities. The contractor will be paid for copper service line installed from the main to the meter. Payment for all copper service lines shall be based on the horizontal measurement of copper installed from the main to the meter regardless of any vertical adjustments required to complete the installation. If additional copper is. required on the customer side of the meter to reconnect to the existing service line, the Contractor wiU be paid far the copper installed as directed by the Engineer. All other provisJons of D-51 shall apply. 10/23108 ASC-23 - - :1 ... ··:"·_.:· . : . . ,·· .... ~ './ ·-· . ···. .. SECTION E SPECIFICATIONS JANUARY 1, 1978 All materials, construction methods and procedures used in this project shall conform to Sections El, E2, and E2A of the Fort Worth Water Department General Contract Documents and General Specifications, together with any additional material specification(s), construction(s) or later revision(s). (See revisions listed on this sheet). Sections El, E2 and E2A of the Fort Worth Water Department General Contract Documents and General Specifications are hereby made a part ofthis contract document by reference for all purposes, the same as if copies verbatim herein, and such Sections are filed and kept in the office of the City Secretary of the City of Fort Worth as an official record of the City of Fort Worth. El E2 E2A INDEX MATERIAL SPECIFICATIONS CONSTRUCTION SPECIFICATIONS GENERAL DESIGN DETAILS Revisions as of April 20, 1981, follow: El-2.4 Backfill: (Correct minimum compaction requirement to 95% Procter density and correct P.I. values as follows:) c. Additional backfill requirements when approved for use in streets: 1. Type B Backfill ( c) Maximum plastic index (PI) shall be 8 2 . Type C Backfill (a) Material meeting requirements and having a PI of 8 or less shall be considered as suitable for compaction by wetting (b) Material, meeting requirement and having a PI of 9 or more shall be considered for use only with mechanical compaction E2-2.11 Trench Backfill: (Correct minimum compaction requirement wherever it appears, in this section to 95% Procter density except for paragraph a .L where the "95% modified Procter density" shall remain unchanged). El00-4 WATERTIGHT MANHOLE INSERTS . SECTIONElOO-MATERIAL SPECIFICATIONS MATERIAL STANDARD El00-4 JANUARY 1, 1978 (ADDED 5/13 /90) E 100-4.1 GENERAL: This standard covers the furnishing and installation of watertight gasketed manhole inserts in the . Fart Worth sanitary sewer collection system. E 100-4 .2 MATERIALS AND DESIGN : a. The manhole insert shall be of corrosion-proof high density polyethelene that meets or exceeds the requrrements of ASTM D1248 , Category 5, Type III. b. The minimum thickness of the manhole insert shall be 1/8". c. The manhole insert shall have a gasket that provides positive seal in wet or dry conditions. The gasket shall be made of closed cell neoprenerubberandmeetthe requirement of ASTM D 1056, or equal . d. The manhole insert shall have a strap for removing the insert. The strap shall be made of minimum 1 wide woven polypropalene or nylon webbing, with the ends treated to prevent unravelling . Stainless steel hardware shall be used to securely attach strap to the insert . e. The manhole insert shall have one or more vent holes or valves to release gasses and allow water inflow at a rate no greater than 10 gallons per 24 hours. El00-4.3 INSTALLATION: a. The manhole frame shall be cleaned of all dirt and debris before placing the manhole insert on the rim. b. The manhole insert shall be fully seated around 1:1:ie manhole frame rim to retard water from seeping between the cover and the manhole frame rim . ElOO (1) 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 infortnation, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. (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 ~tial 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 jurisdictio°:. · ( 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, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 7/8/2008 DATE: Tuesday , July 08, 2008 LOG NAME: 30WAGE RA TES SUBJECT: REFERENCE NO.: **G-16190 Adopt 2008 Prevailing Wage Rates for City-Awarded Public-Works Projects RECOMMENDATION: It is recommended that the City Council adopt the attached 2008 Prevailing Wage Rates for City-awarded public works projects. DISCUSSION: Texas Government Code Chapter 2258 requires that a public body awarding a contract for public works shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to execute the contract, and shall specify In the bid documents and in the contract the prevailing wage rates in that locality . Each year The Quoin Chapter of the Associated General Contractors, in conjunction with the Association of Bu il ders and Contractors (ABC) and the American Sub-Contractors Association (ASA), conducts a wage rate survey for North Texas construction. The attached 2008 Prevailing Wage Rate data was compiled from that survey. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that this action will have no material effect on City funds . TO Fund/Account/Centers Submitted for City Manage.r's Office by: Originating Department Head: Additional Information Contact: FROM Fund/Account/Centers Fernando Costa (8476) A. Douglas Rademaker (6157) Eric Bundy (7598) HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Tool Operator 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 Jo int Sealer Operator Concrete paving Saw Operator Concrete Paving Spreader Operator Concrete Rubber Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator Electrician Flagger Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator Laborer, Common Laborer, Util ity Mechanic Milling Machine Operator, Fine Grade Mixer Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rou!tli 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/Tamping 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, Heavy Truck Driver, Single Axle, Light Truck Driver, Tandem Axle, Semi-Trailer Truck Driver, Transit-Mix Wazon 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 Classification AC Mechanic AC Mechanic Helper Acoust ical Ceiling Mechanic Bric klayer/Stone Mason Br icklayer/Stone Mason Helper Carpenter Carpenter Helper Concrete Finisher Concrete Form Builder Drywall Mechanic Drvwall Heloer Drywall Taper Drywall Taoer Heloer Electrician (Journeyman) Electrician Helper Electronic Technician Electronic Technician Helper Floor Laver !Resilient) Floor Laver Helper Glazier Glazier Heloer Insulator Insulator Heloer Laborer Common Laborer Skilled Lather Painter Painter Heloer Pipefitter Pioefitter Heloer Plasterer Plasterer Helper 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY HdyRate I Classification $21.69 Plumber $12.00 Pl umber Helper $15.24 Reinforcinl! Steel Setter $19 .12 Roofer $10.10 Roofer Heloer $16.23 Sheet Metal Worker $11.91 Sheet Metal Worke r Helper $13.49 Sorinkler Svstem Installer $13.12 Sorinkler Svstem Installer Helper $14.62 Steel Worker Structural $10.91 Concrete Pump Crane, Clamsheel, Backhoe, Derrick, D"Line $13.00 Shovel $9.00 Forkl ift $20.20 Front End Loader $14.43 Truck Driver $19.86 Welder $12.00 Welder Heloer $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 $17.43 $20.50 $17.76 $12.63 $10 .50 $14.91 $16.06 $9.75 WATER GENERAL NOTES 1. Water Systems have been designed in accordance with the "Policy and Procedure for Processing Water and Sewer design" dated Apr il 1999 , with the latest revisions, as established by the City of Fort Worth Water Department for water and sewer projects. 2. Applicable design and details shall conform to Part E of the General Contract documents and specifications for Water Department projects an d/o r any current updates of these . 3. Existing utility data is provided for information only . Although this data is shown as accurately as possible, the contractor is cautioned that the City and the Engineer neither assumes nor implies any responsibil ity for the accuracy of this data. 4 . The contractor is to verify location and elevation of ex isting utilities prior to construct ion . 5. The contractor shall keep at least one lane of traffic open at all times during construction . 6. Horizontal blocking for water lines has been omitted for clarity , however blocking shall be constructed in accordance with WTR-008, Section E1-20 and E2-20 of the "General Contract Documents and specification for Water Department Proj ects ." 7. Trenches which lie outside existing pavements shall be backfilled above the top of the embedment with Type "C" backfill material when Type "C" backfill material is not suitable and at the direction of the Engineer, Type "B" material shall be used. All backfill material shall be compacted to a minimum of 95% proctor density by means of tamping only . Trenches , which cross under existing pavement , shall be backfilled per WTR-029 and compacted to 95% of standard proctor density at a moisture content of -2% to +4% of optimum mo isture content. 8 . Top of water lines shall be a minimum of 3'-6 " below top of curb except where shown otherwise in these plans . 9. Valves shall be installed where designated on these plans . 10 . Fire hydrants shall be a minimum of 3'-0" behind the face of curb and in line w ith property/lot lines except where shown otherwise in these plans. 11 . Insert cleaning PIG in water main where directed . "Cleaning PIG " shall be provided by Contractor. 12. Install chlorination and sampling points at designated locations per WTR-21 of the "General Contract Documents and specifications for Water Department Projects." 13. Corporation stops shall be tested for full flow when the system is pressure tested . 14. Contractor is responsible for all trench safety . The contractor shall construct the proposed work util izing a trench safety plan prepared by a professional engineer for this project. A trench safety plan shall be submitted at the pre-construction meeting . 15 . All water lines crossing below storm sewer lines shall be ductile iron pipe unless noted otherwise. 16. All water services shall be installed over storm sewers , except where shown otherwise . 17. Elevation adjustment at connections may be made with bends , offsets, or joint deflections (Joint deflections not to exceed manufacture 's recommendations or as deemed appropriate by the engineer). 7/12/10 -City Funded Projects 1 18 . All non-standard bends shall be made by using the closest standard MJ fittings or fittings with the required joint deflections ( deflection not to exceed the manufacturer's recommended deflection per joint). 19 . All existing 3/4-inch water service lines shall be replaced with 1-inch Type K Copper service lines, with 1-inch corporation stops and if required 1-inch tapping saddle and 1- inch x 3/4-inch reducer at the 3/4-inch curb stop as directed by the Engineer. 20 . All existing water meters shall be relocated 3' behind curb or as directed by the Engineer. 21. Existing utility crossing shown on profile are from reference plans, and from information obtained from the utility companies. It shall be the contractor's responsibility to field- verify the horizontal and vertical locations of the existing utilities . 22. The contractor shall install a 2" temporary water service main. 23 . The contractor personnel shall wear identifying clothing or hats at all times. The contractor shall also have identification on all vehicles. 24. Construction activities shall be limited to the hours of 7 :00 AM to 6:00 PM unless otherwise approved or directed by the engineer. In the case of arterial streets , 9:00 AM and 4:00 PM only . 25. Contractor is responsible for maintaining water connections to all homes and businesses in working order at all times , except for brief pre-notified interruptions in water services . In no case shall services be allowed to remain unreinstated overnight. 26 . The contactor shall saw cut existing curb and gutter pavement , driveways and sidewalks in areas where pavement or concrete is to be removed. Saw cutting will be considered subsidiary to the price per linear foot of pipe. Contractor shall provide compacted select material as needed to repair damaged drives, streets, walks and patios . 27. The contractor shall remove all fences , located within easements and parkway , interfering with construction operations and provide temporary fencing during construction . Removed fences , wooden or chain link , shall be replaced with a new fence or undamaged original fencing. All affected property owners shall be notified prior to construction. Removal and replacement of existing and temporary fences shall be considered subsidiary to the project cost and must be reflected in the unit bid prices for various items listed in the proposal. 28. The contractor is responsible for keeping streets and sidewalks adjacent to the project free of mud and debris arising from the construction activity. 29 . All barricades, warning signs , light devices, etc . for the guidance and protection of traffic and pedestrians must conform to the installation shown in the 1980 Texas Manual of Uniform Traffic Control Devices as currently amended , Texas State Department of Highways and Public Transportation . 7/12/10-City Funded Projects 2 ~I :JI ?= 85 I Q 0 O:'.: Q WATER MAIN BEHIND CURB E1-17 MATERIAL E2-17 CONSTRUCTION 20" CURB PAVEMENT MATERIAL LIST WATER MAIN IN STREET @ STANDARD CORPORATION @ BLUE VINYL TAPE, 3" WIDE , 6" ABOVE GROUND © STANDARD CURB STOP & 90' ELBOW @ AREA TO BE BACKFILLED WITH SAND CITY OF FORT WORTH, TEXAS ONE-INCH WATER SERVICE DETAIL DATE : FEB . 2009 WTR-001A NOTE: PAVEMENT OR OTHER SURFACE MATERIAL DETAIL PERTAINS TO ALL GATE VALVE SIZES 4" THRU 12" OR LARGER, AS DIRECTED. WATER MAIN E1-10 MATERIAL E2-10 CONSTRUCTION r=, I I .J---1.... """--r,-~ I I I I I I I I I CONCRETE COLLAR PER DETAIL WTR-004 ._.--#-----IF VALVE OPERATING NUT IS MORE THAN 3' BELOW PAVEMENT SURF ACE, PROVIDE EXTENSION STEM TO 1' BELOW PAVEMENT SURFACE. (SEE DETAIL WTR-003) a---MCKINLEY IRON AND STEEL CO ., NO. YB5 THREE PIECE VALVE BOX OR APPROVED EQUAL. i---~-GATE VALVE TORQUE BOLTS PR IOR TO BACKF ILL CITY OF FORT WORTH, TEXAS GATE VALVE AND BOX DATE : FEB. 2009 WTR-002 2" 121 SQUARE STOCK W/ 1" HOLE DRILLED THROUGH. 2"121 SQUARE STOCK W/ DIA. HOLE DR ILLED THROUGH . 212"¢ TU BING W/ ~ .. TH ICK WALL Jfi"x45' CHAMFER VARIES 2 "+* -0 NOTES: 1. 1" ROUND SOLID BAR & 2" SQUARE PER ATSM A-108-81 , SAE 1020, COLD DRAWN OR BETTER . 2. 212" TUBING PER ATSM A-512-79, SAE 1020, COLD DRAWN OR BETTER. 3. ALL WELDS SHALL COMPLY WITH A.W .S. COD E FOR PROCEDURE, APPEARANCE, AND QUALITY OF WELDS . CITY OF FORT WORTH, TE XAS VALVE STEM EXTENSION DATE: FEB . 2009 WTR-003 COLLAR CONFIGURATION FOR PAVED AREA A L 4000 PSI CONCRETE 8-#4 REBARS TYP . CASE 1 CASE 1 ················· ................. CASE 2 COLLAR SHALL EXTEND TO TOP OF 2:27 CONCRETE (REBAR REQUIRED) CASE 2 COLLAR SHALL BE 8" THICK (REBAR REQUIRED) E1-20, E1-21 MATERIAL E2-20, E2-21 CONSTRUCTION 2'-0" SECTION A-A COLLAR CONFIGURATION FOR UNPAVED AREA A J 0 I N 3" TYP. G) *" CHAMFER (TYP .) Cf) Cf)---:-w z ~~ u. :coo I-.._, Cl:'. Cf) <( '==! _J Cl:'. _J <( 0> u REBAR SHALL BE PLACED 3" MIN. FROM TOP AND BOTTOM OF CONCRETE COLLAR . CITY OF FORT WORTH , TEXAS DATE: FEB. 2009 GATE VALVE CONCRETE COLLAR WTR-004 CONCRETE -- BLOCKING ~- 6" LEAD FROM MAINS EXISTING OR PROPOSED CURB CONCRETE BLOCKING EXERCISE CARE TO AVOID PLUGGING DRAIN HOLE WITH CONCRETE 18" MINIMUM FROM GROUND, PER FIRE DEPT. FIRE HYDRANT TO BE SET PLUM B EXISTING OR PROPOSED PAVEMENT OR OTHER M.J ANCHOR TEE OR M.J. ANCHOR COUPLING E1-12 MATERIAL E2-12 CONSTRUCTION 6" FIRE HYDRANT f LEAD LINE ;.,, BREAKER RING w/ BREAKER STEM PARKWAY ._...,..,.._ EXTENSION BARREL AND STEM FOR EXTRA BURY DEPTH IF NECESSARY f--+-+++--MINIMUM 7 C.F. GRAVEL PROPORTIONALLY AROUND BASE ----tt--_\:,¢f!:i:::rj±"-CONCRETE BLOCKING '--'-'--'--' .. ,_........,..-CONCRETE REST MAIN C ITY OF FORT WORT H, TE XAS STANDARD FIRE HYDRANT 12"x12"x6" CONCRETE BLOCKING BOTTOM REST DATE: FEB . 200 9 WTR-006 - I~ "E" NOTE: BEARING AREAS SHOWN ARE BASED ON 150 P.S.I.G TEST PRESSURE AND 3000 P.S .F. SOIL BEARING VALUE. TEE X 3000 PSI CONCRETE (TYP.) * DIMENSION "X" MAY VARY IF NECESSARY TO PROVIDE BEARING AGAINST UNDISTURBED TRENCH WALL HORIZONTAL BLOCKING TABLE PIPE "X" 11.25" 22.5" 45 · 90" SIZE (FT.) "A" MIN. MA X "B" MIN. MAX "C" MIN. MAX "D" MIN. AREA VOL AREA VOL AREA VOL AREA 4" 1.0 0.90 0.80 0.05 0 .95 0 .90 0 .05 0 .95 0.90 0.05 0 .91 0 .82 6" 1.5 0 .90 0.80 0 .05 0 .95 0 .90 0.05 1.05 1.10 0 .05 1.73 1.99 8" 1.5 0 .90 0 .80 0 .05 0 .95 0 .90 0.05 1.41 2 .00 0 .05 1.86 3 .47 10" 1.5 0 .90 0 .80 0 .05 1.26 1.60 0.05 1.79 3 .20 0 .10 2 .18 5 .62 12" 1.5 1.10 1.20 0 .05 1.48 2 .30 0.10 2 .1 4 4 .50 0 .20 2 .83 8 .00 16" 2.0 1.41 2 .00 0 .10 2 .00 4 .00 0.10 2.83 8.00 0 .40 3 .75 14.10 20" 2 .0 1.77 3 .10 0.20 2 .54 6.20 0 .30 3.52 12.40 0.60 4 .70 22.00 24" 2.0 2 .14 4 .50 0 .25 3 .00 9 .00 0 .50 4.25 18.10 0 .95 5.65 32.00 30" 2 .5 2 .66 7 .10 0 .55 3.78 14.20 1.00 5.30 28.20 1.75 7 .05 49 .80 36" 2 .5 3 .33 10.00 0.75 4 .50 20.40 1.40 6 .36 40.80 2.65 8 .50 72.00 42" 3 .0 3.72 13.80 1.20 5.25 27.60 2 .20 7 .41 55.30 4.10 9 .90 97.50 48" 3.0 4.38 18.30 1.60 6.00 36 .00 2 .90 8 .48 72.00 5 .40 11 .14 126.50 54" 4.0 4.0 22.50 4.0 6.70 45.00 7 .00 9 .40 88.00 10.00 13.00 162.00 NOTES : MAX VOL 0 .05 0 .05 0 .10 0 .20 0 .30 0 .65 1.15 1.85 3 .40 5 .10 7 .90 10.40 16 .00 MINIMUM AREAS SHOWN ARE IN SQUARE FEET. VOLUMES SHOWN ARE IN CUBIC YARDS. VERTICAL DIMENSIONS OF ALL BLOCK BEARING AREAS SHALL BE IDENTICAL TO THE HORIZONTAL DIMENSION SHOWN . E1-20 MATERIAL E2-20 CONSTRUCTION CITY OF FORT WORTH, TEXAS HORIZONTAL BLOCKING TEE & PLUG "E" MIN. MA X AREA VOL 1.16 0.58 0 .05 1.19 1.41 0 .05 1.57 2.46 0 .10 1.99 3 .98 0 .15 2 .38 5 .56 0 .20 3.16 10.00 0 .50 3 .94 15.55 0.75 4.76 22.60 1.05 5 .91 35.33 2.10 7 .20 51 .00 2 .95 8 .30 69 .00 4 .75 9.50 90.03 6.15 10 .70 115.00 12.00 DATE : FEB . 2009 WTR-008 - 3000 PSI CONCRETE BELL-BELL BEND lr-o"I --1rYP .1 TRENCH WIDTH: 1. PIPE 24" I.D. AND SMALLER = 24" OR O.D. + 12" WHICHEVER IS GREATER. 2 . PIPE LARGER THAN 24" = O.D. OF PIPE + 18". 3 . CRADLE SHALL EXT END A MIN. OF 6 " BEYOND EACH SIDE OF PIPE . J_ RUBBER GASKET JOINT BELL-BELL BEND 3000 PS I CONCRETE KEEP A MIN . OF 1'-0" CLEARANCE BETWEEN CONCRETE AND JOINTS OR BOLTS ON C.I. PIPE, OR IN EXCESS OF 1'-0" AS DETAILED . E1 -20 MA TERI AL E2-20 CONSTRUCTION M.J.-M .J. BEND . 11·-o·I --iTYP.1- MECHANICAL JOINT MAIN --------~-- ~ TYP . BELL AND SPIGOT JOINT CITY OF FORT WORTH , TEXAS CONCRETE CRADLE NOTE: WHEN CRADLE IS SHOWN OR SPECIF IED FOR INSTALLATION ON CONCRETE PIPE, THE FULL JOINT LENGTH OF THE PIPE OR FITTING SHALL BE CRADLED. DATE: FEB. 2009 WTR-009 CLASS "8 " (2500 PSI) CONCR ETE #4 STEEL BAR NOTE: CD KEEP CONCRETE CLEAR OF PIPE JO IN TS AND BOLTS WRAP PIPE WITH 15# ROOFING FELT FORM AS NECESSARY 6 ,..--... ~ '-' a::: w f-8 w ~ <i:: 0 _J <i:: z ~ 10 0 z w 0... 0::: 12 go· *VOL . REQ'D . (C.F .) 39 .99 A (FT.) 2 .50 8 (FT .) 4 .00 C (FT .) 4 .00 *VOL . REQ'D. (C .F.) 71.09 A (FT.) 2 .83 B (FT.) 5 .00 C (FT.) 5 .00 *VOL . REQ'D . (C .F.) 111.07 A (FT.) 3.25 B (FT.) 5 .90 C (FT.) 5 .90 *VOL. REQ'D. (C .F.) 159 .94 A (FT.) 4.17 B (FT.) 6 .20 C (FT.) 6 .20 BE NDS 45· 22.5" 21 .64 11 .03 1.42 1.00 3 .88 3.36 3 .88 3.36 38 .47 19 .61 1.67 1.50 4 .80 3.66 4 .80 3.66 60 .11 30.65 1.92 1.75 5 .60 4 .25 5 .60 4 .25 86 .56 44.1 3 2.42 1.42 6 .00 5 .54 6 .00 5 .54 *VOLUME CALCULATED ON THE BASIS OF CONCRETE REACTING 11.25 · 5 .54 0 .75 2 .75 2.75 9 .85 1.00 3 .20 3 .20 15.40 1.50 3 .25 3 .25 22.17 1.25 4 .20 4 .2 0 THRUST ON THE RESPECTIVE BENDS UNDER AN INTERNAL PRESSURE E1-20 MATER IAL E2-20 CONSTRUCTION OF 150 PSIG AT THE RATE OF 150 LB . WT. PER CUBIC FEET OF CONCRETE . CITY OF FO RT WORTH , TEXAS EXAMPLE A VERTICAL TIE-DOWN BLOCK DATE : FE B. 2009 WTR-010 ~-- L EXI STING SEWER LINE -==i==] PROPOSED WATER MAIN G) VARIABLE TRE NCH WIDTH. PIPE LENGTH SHALL BE MEASURED AS STA NDA RD TRE NCH WIDTH , (REF . E2-2.16), PLUS FOUR FEET (4'). NO JOINTS WILL BE ALLOWED WITHIN THI S DIMENS ION . A MINIMUM BEARI NG OF 24" SHALL BE REQUIRED ON EACH SIDE OF THE TRENCH. @ SEWER LINES LESS THAN TWELVE INCHES (12") IN DIAMETER SHALL BE REPLACED WITH CLASS 150 CAST IRON PIPE. THE JOINING OF DUCTILE IRON PIPE WITH PROTECTOR 401 INTERIOR COAT IN G A.W .W.A. C-900, CONCRETE PIPE OR SDR-26 , AS DIRECTED BY THE ENGINEER , SHALL BE MADE WITH URETHANE OR NEOPRENE COUPLING ASTM C-425 SER IES 300 STAINLESS STEEL COMPRESSION STRAPS OR WITH APPROVED ADAPTORS . © THE MINIMUM CLEARANCE OF SEWER TO WATER LINES SHAL L BE EIGHTEEN INCHES (18"). E1-7 MATERIAL E2-2 CONSTRUCTION CITY OF FO RT WORT H , TEXAS SANITARY SEWER PIPE REPLACEMENT DAT E: FEB . 2009 WTR-018 CD 0 ® ® NOTES: 6" BLIND FLANGE TAPPED 2" WITH 2" BRASS PLUG WITH C.C. THREAD . 125# PATTERN BLIND FLANGE DRILLED AND TAPPED FOR 6" BLIND FLANGE . 6" BLIND FLANGE ATTACHED WITH BRONZE BOLTS. GASKETS SHALL BE FULL FACED AS OTHERWISE REQUIRED IN E 2-4. LIFTING LUGS SHALL BE PROVIDED IN QUANTITIES SUFFICIENT TO LOFT AND HANDLE THE FLANGE AS A BALANCED LOAD. ATTACH THE 125# PATTERN BLIND FLANGE WITH STEEL BOLTS AND BRONZE NUTS THEN COVER WITH CEMENT GROUT AFTER INSTALLATION . 125# PATTERN FLANGE, UNLESS REQUIRED OTHERWISE. FLANGES AND BLIND FLANGES TO BE DESIGNED TO WITHSTAND PRESSURE RA TING OF PIPE. WYE BRANCH TO BE ONE SIZE LARGER THAN, BUT TAPERED TO STANDARD RUN NORMAL DIAMETER UNLESS OTHERWISE SPECIFIED . (j) STANDARD RUN DIAMETER E1-4 MATERIAL E2-4 CONSTRUCTION CITY OF FORT WORTH , TEXAS STANDARD CLEANING WYE DATE : FEB . 2009 WTR-022 LOOPED SYSTEM FLOW SLEEVE EXISTING GATE VALVE 1. INSTALL M.J. WYE AT EN D OF IMPROVEMENTS. 2. RECONNECT TO EXISTING USING M.J. SLEEVE. 3. AFTER CLEAN ING WITH POLY-PIG, REMOVE CLEANING WYE. - NON-LOOPED SYSTEM FL OW 1. INSTALL M.J. WY E AT TERMINAL END OF MAIN. 2 . PLUG THE STRAIGHT RUN OF THE WYE AS SHOWN . 3. AFTER CLEANING WITH POLY-PIG, REMOVE CLEANING WYE. E1-7 MATERI AL E2-7 CONSTRUCTION CITY OF FORT WORTH , TEXAS DATE : FEB . 2009 CLEANING WYE DETAIL FOR LOOPED AND NON-LOOPED SYSTEM 12" AND UNDER WTR-023 11 )a" I ·[283mm]• I COVER SECTION 12 ~ .. [327mm ] 14" LE TTERING (RECESSED FLU SH) 11 %" 1 ~ .. ~'-'"[_28_9_mm_J_ .. _I SJ I 9 ~.. I ~ 12" [251mm j [305mm ] ~_l I-c~:1~:] .. 1 18 %" [ 476mm] BOX SECTION %" [16 m m ] 18 " 20" [508mm ] , .. 18 \" .. , [ 464mm] 1 .. 16 %" -I [ 425mm] 1 .. 21" -I [533mm] 24" [610mm] BOX SECTION 1 ~"R [R38mm ] NOTE : FORT WORTH LOGO IS OPTIONAL. *FOR NON -PAVED AREAS ONLY . CITY OF FORT WORTH , TEXAS CLASS 'A' STANDARD PLASTIC METER BOX FOR %11 & 1" METERS DAT E : FEB . 200 9 WTR-026 - - 11 1 1 1 111 1 11 111 1 ---~--+--1YPE "C" BACKF ILL MINIMUM 6" INITIAL ---~--· SEE SPEC . E1 -2 .4 G.C .D. BACK FILL COVER _._.....,__ SAND MATERIAL EMBEDMENT & INITIAL BACKF ILL SEE SPEC . E1 -2 .3 G.C.D. MIN IMUM 6 "----1--H+,...,..,,,,~- EM BED MEN T WATER: SIZES UP TO AND INCLUDING 12" MIN IMUM 6" --!==!-Jl~~~~n~f== EMB ED MENT 1YPE "c" BACKF ILL SEE SPEC . E1 -2.4 G.C .D. FILTER FABR IC- SUPAC -HEAVY GRADE 8NP (UV) OR APPROVED EQUAL . CRUSHED STONE SEE SPEC. E1 -2 .3 G.C.D. WATER: SIZES 16 " AND LARGER SANITARY SEWER: ALL SIZES NOTE : SPECI FICATION REFERENCE S AR E FOR WATER AND SANITARY SEWER ONLY. SAND GRADATION • LESS THAN 10% PASSING #200 SIEVE • P .I. = 10 OR LESS CRUSHED STON E GRADATION SIEVE SIZE 1 .. ~ .. ~ .. #4 #8 RETAINED 0-10 40-75 55-90 90 -100 95-100 MATERI AL SPECIFICATIONS THE EMBEDM ENT AND BACKFILL DETAILS PROVIDED ON THIS SHEET SHAL L REPLACE APPRO PRIATE PROVISIONS OF E1-2.4(b) AND E1 -2 .3 OF THE GENERAL CONTRACT DOCUMENTS AND SPECIFICATIONS FOR WATER DE P AR TMENT PROJECTS (G .C.D.) ALL OTHER PROVISIONS OF THESE ITEMS SHALL APPLY. CITY OF FORT WORTH , TEXAS DATE: JUN E 2009 WATER AND SANITARY SEWER EMBEDMENT AND BACKFILL DETAILS WTR-029 - EXISTING CURB TEMP. SERVI CE -------<1ot11 2" GAL V. PIP E TO F.H. OUTLET FOR TEMP ---WATER SUPPLY. TEMP . SERVICE 2" GAL V. PIP E ~-+---EXISTING METER VAULT. SEE DETAIL WTR-031 FOR TEM P . SERVICE CONNECTION . ---+---TEMP. SERVICE 2" GAL V. PIPE SEE DETAIL WTR-032 FOR INTERSECTION CROSSING EXISTING CURB CITY OF FORT WORTH , TEXAS TYPICAL MAIN BY-PASS LAYOUT DATE: FEB . 2009 WTR-030 - *" TUBING CUT -OFF 2" GA LV. PIP E NOTE: CONTRACTOR SHAL L BE REQUIRED TO COVER METER VAULT WITH PROTECTIVE GUARD. NOTE: ADAPT AS REQUIRED EXISTING PRIVAT E SERVICE TO HOUS E OR BUILDING . METER SHALL BE REMOVED BY THE CONTRACTOR. CONNECTION FROM BY -P ASS TO PRIVAT E SERVICE SHALL BE MADE BY CONTRACTOR . EXISTING CO PPER SERVICE LINE CITY OF FORT WORTH , TEXAS TEMPORARY SERVICE CONNECTION DATE : FEB . 2009 WTR-031 - EXISTING PAVIN G 36" MAX . ASPHALT COVER 15# ROOFING FELT, 36" WIDE 2" GALV . PIPE 2-STANDARD FINISHED 2"x6" WOODEN PLANK S / CITY OF FORT WORTH , TEXAS DATE : FEB . 2009 INTERSECTION & DRIVEWAY APPROACH CROSSING FOR TEMPORARY WATER SERVICE WTR-032 - MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN-009 WITH "SEWER" CAST IN LID. 2 COATS OF BITUMASTIC COATING JOINTS RECOA TED AFTER SECTIONS PUT TOGETHER t.·: .. . ~·. ;' APPLY INTERIOR CORRO ION PROTE TION AS REQUIR D. ASTM C-76, CLASS Ill RCP PRECAST MANHOLE SECTIONS OR EQUAL . (REF. E2-14) REFER TO SAN-009 TRENCH WIDTH CONC . CRADLE TO EXTEND TO PIPE BELL 0-RING GASKETS @ JOINTS (TYP.) 8 * * VARIES WITH PIPE DIA. r + l SEC TI ON A-A A ~: .. ~··.i-------1 ·· .. : ~ .... 1------..i .;: .i •.·.·· -~ :~:· A : z CD -~ T : z co-~ USE 4000 PSI CONCRETE t E1-14 MATERIAL E2-14 CONSTRUCTION G) 4' DIA. FOR SEWER PIPE UP TO 21" DIA. 5' DIA. FOR SEWER PIPE 24" TO 36" DIA. C ITY OF FORT WO RTH , T EXAS STANDARD 4' DIAMETER MANHOLE ··.~- ' ~ .. : ) ~. t·,.~ .t -~:::. ~ ...... ·. SEC TION 8-8 DATE : F EB. 2 009 SAN-003 - COLLAR CONFIGURATION FOR PAVED AREA ... I ... COLLAR CONFIGURATION FOR UNPAVED AREA 5'-0" MANHOLE FRAME AND-._.,.__,. _ __, __ ...,.......,,.,...,.._.,..........,...,.....,._,_,....,.,,.--.-----~ 32" DIA. DUCTILE IRON COVER. (REFER TO STD . PRODUCT LIST) 4000 PSI CONCRETE A L 8-#4 REBARS TYP . CD 2" X 8" X 30" 1.0. CONCRETE PRECAST GRADE RINGS PER ASTM C478. REBAR SHALL BE PLACED 3" MIN . FROM TOP AND BOTTOM OF CONCRETE COLLAR. E1-14, E1-20, E1-21 MATERIAL E2 -14, E2 -20, E2-21 CONSTRUCTION ® © SECTION A-A WHERE MANHOLES ARE IN THE STREET, IN STALL 2 OR MORE GRADE RINGS, AS NEEDED, BETWEEN CAST ING AND TOP OF PAVEMENT. HINGED LIDS INSTALLED IN STREETS SHALL OPEN AGAINST THE FLOW OF TRAFFIC . ® C ITY O F FORT W O RTH, TEXAS MANHOLEFRAME ,COVER,GRADE RINGS AND CONCRETE COLLAR A J Cl I l['J %" CHAMFER (TYP .) GROUND CONCRETE COLLAR HEIGHT VARIES HINGED LIDS ARE REQUIRED ON ALL ELEVATED MANHOLES, JUNCTION BOXES AND WHERE SPECIFIED ON PLANS . (REFER TO STD . PRODUCTS LIST) LOCKS TO BE INSTALLED ON ALL MANHOLE LIDS BELOW THE 100-YEAR FLOOD ELEV. AND WHERE SPECIFIED ON PLANS. DATE : O CT. 2009 SAN-009 8 l - PLAN VIEW X <( ~ 12" MIN . °N #3 DOWEL 8 J SECTION A-A CITY OF FORT WORTH , TEXAS HYDRAULIC SLIDE SECTION 8-8 NOTE : DROP TROUGH WILL BE POURED MONOLITHICALLY WITH CAST IN PLACE BENCH, OR DOWELED AND GROUTED TO PRECAST BENCH . DATE : FEB . 2009 SAN-010 FOR NEW ------,f"-'-,~'""1"-, DEVELOPMENT **CITY OF FORT WORTH STANDARD CLEANOUT w/ CAST IRON CAP CAP RISER 1' ~~~~.,,..---- l CLEANOUT NOTES 1. THE SWEEP TEE AND PIPE FITTINGS INSTALLED SHALL BE SDR -35 OR SDR-26 PVC MA TERI AL . 2. CONNECTIONS TO THE EXISTING SERVICE SHALL BE MADE USING RUBBER SLEEVE COUPLINGS WITH STAINLESS STEEL DOUBLE BAND REPAIR SLEEVES. THE SLEEVES SHALL BE TIGHTENED TO THE TORQUE RECOMMENDED BY THE MANUFACTURER . 3. SLOPE OF THE SANITARY SEWER SERV ICE SHALL BE A MINIMUM OF 2 PERCENT. CONCRETE COLLAR (PLAN VIEW) BELOW GRADE. (CAST IRON) MARK w/RED VINYL TAPE , ._.,...,,,r--BACKFILL CLEANOUT STACK WITH 4 . CONCRETE USED AROUND CLEANOUT ASSEMBLY SHALL BE 5 SACK, 3 ,000 PSI MIX . EXISTING OR PROPOSED SEWER SERVICE FERNCO FLEXIBLE COUPLING REQUIRED IF EXISTING SERVICE IS PRESENT, OTHERWISE PLUG . 3" WIDE & 6" ABOVE GROUND PAID FOR AS CLEANOUT PRODUCT INFORMATION ** From Stanley Roberts & Assoc ., Information Subject To Change . DESCRIPTION WEIGHT PART NO . H.D .P .E. Lateral Cleanout w/S.S. Bolts and C.I. Lid. Y.z" SS BOLTS\ 1.5"l ~CAST IRON rn---~O RING T 7.5" L H.D.P.E. P .V.C. RISER NATIVE TOPSOIL COMPACTED TO 95% STANDARD PROCTOR DENSITY 4" STACK (PVC) TWO WAY CLEANOUT TEE SOR-35 OR SDR-26 SERVICE, SLOPE -VARIES 27. MIN. SEWER MAIN CAST IRON CLEANOUT LID. SIDEWALK STREET PROPERTY LINE [CURB H.D.P.E. CLEANOUT BOOT w /CAST IRON LID FOR NON-PAVED AREAS CITY OF FORT WORTH, TEXAS TWO WAY SERVICE CLEANOUT FOR NON-PAVED AREAS DATE : FEB . 2010 SAN-011 PROPERTY LINE~ 4" CONCRETE I COLLAR **CITY OF FORT WORTH CLEANOUT w/ CAST IRON CAP CLEANOUT NOTES 1. THE SWEEP TEE AND PIPE FITTINGS INSTALLED SHALL BE SDR-35 OR SDR-26 PVC MATERIAL . j_ ...,\l---+.>..,...........,--,1-,--....,....,,.,.,,~ t=-,-,-~=rn==rn=~~~ 2. CONNECTIONS TO THE EXISTING SERVICE SHALL BE MADE USING RUBBER SLEEVE COUPLINGS WITH STAINLESS STEEL DOUBLE BAND REPAIR SLEEVES. THE SLEEVES SHALL BE TIGHTENED TO THE TORQUE RECOMMENDED BY THE MANUFACTURER. FOR NEW DEVELOPMENT CAP RISER 1' _,_..._,.,_c;.:.:...;:..a..,i,-,..:.:.""""'""-"'...._ DOUBLE BAND STAINLESS STEEL COUPLING 3. SLOPE OF THE SANITARY SEWER SERVICE SHALL BE A MINIMUM OF 2 PERCENT. BELOW GRADE. CONCRETE COLLAR (CAST IRON) ·~.-1----BACKFILL CLEANOUT STACK WITH 4. CONCRETE USED AROUND CLEANOUT ASSEMBLY SHALL BE 5 SACK, 3,000 PSI MIX. DOWEL INTO MARK w/RED VINYL TAPE, p A VED AREA 3" WIDE & 6" (PLAN VIEW) ABOVE GROUND EXISTING OR PROPOSED SEWER SERVICE FERNCO FLEXIBLE COUPLING REQUIRED IF EXISTING SERVICE IS PRESENT, OTHERWISE PLUG . PAID FOR AS CLEANOUT PRODUCT INFORMATION ** From Stanley Roberts & Assoc., Information Subject To Change. DESCRIPTION WEIGHT PART NO. Cast Iron Lateral Cleanout 18 lbs ATL-424 W/ SS Bolts and Coupling ~ .. SS BOLTS\ 1.5"l ~CAST IRON ~--~ORING T 7 .5" CAST IRON L .._____.. NATIVE TOPSOIL COMPACTED TO 95% STANDARD PROCTOR DENSITY 4" STACK (IRON) TWO WAY CLEANOUT TEE SOR-35 OR SDR-26 SERVICE, SLOPE-VARIES 2% MIN. SEWER MAIN DRIVEWAY SIDEWALK CURB / I CAST IRON / CLEANOUT ¥ . DRIVEWAY APPROACH STREET \ PROPERTY LINE \ \ '::r CAST IRON CLEANOUT BOOT FOR PAVED AREAS CITY OF FORT WORTH, TEXAS TWO WAY SERVICE CLEANOUT FOR PAVED AREAS DATE: FEB. 2010 SAN-011A - COMPACTED BENTONITE CLAY OR 2:27 CONCRETE 1 .. 2' ·I EXISTING GROUND 4' OR TO BOTTOM OF PAVEMENT BASE OR TOP SOIL MINIMUM TRENCH WIDTH --.-::J1_.---._1:~_/II = PIPE DIA. + 1' I ...TRENCH· I WIDTH TYPICAL SECTION CITY OF FORT WORTH , TEXAS CLAY DAM 200' MIN . SPACING PER CITY OF FORT WORTH TREE ORDINANCE . DATE: FEB . 2009 SAN-019 4' 1-" ----+-2 •1·-CFORT WORTH====i' s t ~~~~~ 1 .. 4 3" 3"~_.____Project Title _t- 1 .. I a1" 2 Funding f-3" ______ Contractor:;=;=====~::-;_ 1 .. +----Contractor's Name 2 11" 2 ....__ Questions on this Project Call:__ 1 .. +----(817) 392 -XXXX ___ ,__ 1,, After Hours Call: (817) 392 -XXXX R1 " TYP . FONTS: FORT WORTH LOGO IN CHEL TINGHAM BOLD ALL OTHER LETTERING IN ARIAL BOLD COLORS: FORT WORTH • PMS 288 • BLUE LONGHORNLOGO-PMS725-BROWN LETTERING • PMS 288 -BLUE BACKGROUND -WHITE BORDER • BLUE NOTES: IF APPLICABLE TO THE PROJECT, CONTRACTOR SHALL OBTAIN VINYL STICKER "CITY GAS LEASE REVENUE IN ACTION"/ LOGO AT CDRSIGN AND ENGRAVING , 6311 EAST LANCASTER AVE (817-451-4684), PEEL AND PLACE IN FUNDING SECTION. PROJECT DESIGNATION SIGN CITY OF FORT WORTH -CONSTRUCTION STANDARD DRAWING NO. 1 · H DATE: - - NOTE : GUTTER TO BE SHAPED TO CONFORM WITH CONCRETE VALLEY (OR PAVEMENT) EXPANSION JOINTS 0 I I EXPANSION JOINTS ---------1 TRANSITION A~ I SECTION co INTERSECTING VALLEY PLAN VIEW SECTION A-A (FOR VALLEYS CROSSING MAJOR STREETS) THE 7" REINFORCED CONCRETE VALLEY SHALL REPLACE THE TOP 7" OF THE PAVEMENT WITH THE REMAINING PORTION OF PAVEMENT TO BE CONSTRUCTED INCLUDING SUBGRADE TREATMENT, IN ACCORDANCE WITH THE DISTANCE FROM ~ OF DIP o' 5' 10' 20' 30' 40' so· CROWN 0 .000' 0 .041' 0.083' 0.208' 0.333' 0.458' 0 .500' TYPICAL PAVING SECTION. THE CONCRETE VALLEY WILL BE GOVERNED ACCORDING TO CITY STANDARDS FOR CONCRETE CURB & GUTTER. THE CONCRETE SHALL CONSIST OF WASHED AND SCREENED AGGREGATE WITH A MIN IMUM OF FIVE (5) SACKS OF CEMENT PER CUBIC YARD OF CONCRETE IN PLACE WITH A MINIMUM FLEXURAL STRENGTH OF 550 POUNDS PER SQUARE INCH AT SEVEN DAYS WITH CENTER LOADING. CITY OF FORT WORTH , TEXAS CONCRETE VALLEY GUTTER DA TE: 06-2007 STR-001 EXISTING CURB & GUTTER > NOTES: ( TRENCH REPAIR LIMITS ·~'-'ffi--BACKFILL MA TERI AL PER DETAIL WTR-029 (SEE NOTE 3) 1. ALL EXISTING ASPHALT COURSE SHALL BE REPLACED TO THE ORIGINAL DEPTH. PLACE A MINIMUM OF 2" HMAC SURF ACE COURSE (TYPE "D" MIX) TO MATCH EXISTING GRADE AS SHOWN. 2 . PLACE A MIN . OF 8" 2: 27 CONCRETE AS SHOWN . 3 . FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS. IF FLOWABLE FILL IS REQUIRED, A SEPARATE PAY ITEM WILL BE PROVIDED FOR SUCH . 4 . ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION. CITY OF FORT WORTH , TEXAS PERMANENT ASPHALT PAVEMENT TRENCH REPAIR ) DATE : JULY 2009 STR-028 J ) TRENCH REPAIR LIMITS NOTES: EXISTING CURB & GUTTER 1. CONCRETE BASE SHALL BE REPLACED TO ORIGINAL THICKNESS OR TO A MINIMUM THICKNESS OF 5", WHICHEVER IS GREATER. 2. IF STEEL EXISTS IN CONCRETE BASE TO BE CUT, THE STEEL SHALL BE CUT AND SA LVAGE AS POSSIBLE. A MINIMUM LAP SPLICE DISTANCE OF 12" SHALL BE PROVIDED . 3. REINFORCED CONCRETE BASE WILL BE REPLACED OVER TRENCH, AS SHOWN, IN THE EVENT NON-REINFORCED CONCRETE BASE IS REMOVED . 4. ALL EXISTING ASPHALT COURSE SHALL BE REPLACED TO THE ORIGINAL DEPTH. PLACE A MINIMUM OF 2 " HMAC SURF ACE COURSE (TYPE "D" MIX) TO MATCH EXISTING GRADE AS SHOWN . CLASS 'A' REINFORCED CONCRETE BASE ~,,,!:!,a!,;---BACKFILL MA TERI AL PER DETAIL WTR-029 (SEE NOTE 6) 5. 2: 27 CONCRETE MAY BE DELETED IF HALF THE SPECIFIED THICKNESS OF 2: 27 IS ADDED TO THE CLASS "A" CONCRETE . 6 . FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS . IF FLOWABLE FILL IS REQUIRED, A SEPARATE PAY ITEM WILL BE PROVIDED FOR SUCH . 7 . ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION . CITY OF FORT WORTH, TEXAS DATE : JULY 2009 PERMANENT ASPHALT PAVEMENT TRENCH REPAIR WITH EXISTING CONCRETE BASE STR-029 EXISTING CURB & GUTTER NOTES: TRENCH REPAIR LIMITS --'-'++..---BACKFILL MATERIAL PER DETAIL WTR-029 (SEE NOTE 3) 1. PLACE A MINIMUM OF 2" HMAC SURFACE COURSE (TYPE "D" MIX) TO MATCH EXISTING HMAC PAVEMENT GRADE AS SHOWN. 2. PLACE COMPACTED FLEX BASE MATERIAL AS SHOWN. 3. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS. IF FLOWABLE FILL IS REQUIRED, A SEPARATE PAY ITEM WILL BE PROVIDED FOR SUCH . 4. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION . CITY OF FORT WORTH, TEXAS TEMPORARY ASPHALT PAVEMENT TRENCH REPAIR DATE : JULY 2009 STR-030 EXISTING SUBGRADE (IF ANY) 5' MIN . DITCH NOTES: CLASS 'A' REINFORCED CONCRETE PAVEMENT REPLACEMENT TO THE NEAREST JOINT OR CURB . EXISTING CONCRETE 1. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS . IF FLOWABLE FILL IS REQUIRED, A SEPARATE PAY ITEM WILL BE PROVIDED FOR SUCH . 2 . REINFORCED CONCRETE PAVEMENT SHALL BE REPLACED TO ORIGINAL DEPTH, OR TO A MINIMUM OF 6", WHICHEVER IS GREATER . 3. PLACE 6" OF 2 : 27 CONCRETE AS SHOWN. 1" OF REINFORCED CONCRETE MAY BE SUBSTITUTED FOR EVERY 2" OF 2 : 27 CONCRETE . 4. REINFORCEMENT OF CONCRETE MUST MEET CITY STANDARD OR MATCH EXISTING, WHICHEVER IS GREATER. 5. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION . CITY OF FORT WORTH, TEXAS REINFORCED CONCRETE PAVEMENT TRENCH REPAIR EXISTING CURB & GUTTER DATE : JULY 2009 STR-031 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. _..._Q .......... 1_3"'"""'"8: .... ¥------- STATE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR By ~ Na ~~lcf_ !3 UJttS Title: V P~,,.~w Date: __ 7~---1 +-.g_--_f_l __ Beforb me, the undersigned authority, on this day personally appeared W\(\a ld l>--r>'-) , known to me to be the person whose name is subscribed to the foregoing instr,Gien~ and6cknowledged to me that he executed the same as the act and deed of l:;-L>-r h $ G,,.cyr :J;nc for the purposes and consideration therein expressed and in the capacity therein stated . Given Under My Hand and Seal of Office this Ji day of h· 201l_. ® SHELLI HAZELWOOD Notary Publ ic STATE OF TEXAS My Comm. Exp . May .30 .2012 Rev 4-15-10 THE STATE OF TEXAS COUNTY OF TARRANT PERFORMANCE BOND BOND NUMBER: 4384092 § § § KNOW ALL BY THESE PRESENTS : That we, (1) ___ M_.E_._B_u_rn_s_C_o_n_st_r_u_c_ti_o_n_, _In_c_. ____ , as Principal herein, and (2) __ S_u_r_e'f_, e_c_I_n_s_u_ra_n_c_e_C_o_mp=--a_n"""""y ___________ , a corporation organized under the laws of the State of (3) __ T_X ____ , and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of Nine-Hundred-Seventy-Six Thousand, Six Hundred Dollars and No Cents ($976,iOO.OO) for the payment of which sum we bind ourselves , our heirs, executors , administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the __ day of __ !\,,_, ~11 ,+-=0 ~z~J~Dl~_, 20_ a copy of which is attached hereto and made a part hereof for all purposes, for the construction of: Water and Sanitarv Sewer Replacements Contract 2009 WSM-F NOW, THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans , specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal 's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise , to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this ___ day of ___ AU_G_0 _2_2_D1_1 ___ , 20_. 1 ATTEST: (Principal) Secretary (SE AL) itn~~ ATTEST: Secretary ~ ciJ~ Witness as to Surety CONSTRUCTIO N, INC. By : ~l},.L:::::::::==::::::::::. ____ _ Name : ::b< fb-P:-.:: ~-_p1J..,~) - Title : _....:;_V_f-=-----~..:...s--'~""'---"-/-==--- Address : P. o. Bo x 783 Burleson, T~ 76097 ______ __;__~----_,, SURETEC I NSURANCE s y By : _:r::::~~~~·~~~~l~~~ Name: Linda W. Sinku Attorney in Fact Address: soo w. 13th St. Ft. Worth, TX 7610 2 Telephone Number: 8 17-347-7077 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. 'l PAYMENT BOND BOND NUMBER: 4384092 THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS: That we , (1 ), M.E. Burns Construction, Inc. (2) SureTEc Insurance Compan y as Principal herein, and a corporation organized and existing under the laws of the State of (3) _T_X _____ , as surety, are held and firml y bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties , Texas, Obligee herein, in the amount of Nine-Hundred- Seventv-Six Thousand, Six Hundred Dollars and No Cents ($976,600.00) for the payment whereof, the said Principal and Surety bind themselv es and their heirs , executors, administrators , successors and assigns , jointly and severally, firml y by these presents: WHEREAS , the Principal has entered into a certain written contract with the Obligee dated the __ day of AUG O 2 ?011 , 20_, 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: Water and Sanitarv Sewer Replacements Contract 2009 WSM-F NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and ev ery claimant (as defined in Chapter 2253 , Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED , HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety hav e executed this instrument. AUG O 2 2011 SIGNED and SEALED this ___ day of __________ , 20_. ATTEST: W§'. E. --· PRII ~.·. By : ,· .. Name:'-=t?~Y. lcJ .:C~~ ~-. - (Principal) Secretary Title : \} {Jy-e\\~ (SE~~ Witness as to Principal Address : P · O • Bo x 7 8:-3- Burleson, TX 76091 ATTEST: Secretary NOTE: ( 1) (2) (3) SURETEC INSURANCE COMPANY Name: Linda W. Sinku Attorney in Fact Address: 500 w. 1 3 th St. Ft. Worth, TX 76102 Telephone Number: 817-347-7077 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. Cl THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL BY THESE PRESENTS : § § § MAINTENANCE BOND That M.E. Burns Construction, Inc. BO ND NUMBER: 438409 2 ("Contractor"), as principal , and , ___ s_u_r_eT_e_··c_I_n_s_u_ra_n_c_e_C_o_mp~a_n~y _______ a corporation organized under the laws of the State of __ T_x _____ , ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth , a Municipal Corporation charte red by v irtue of Const itution and laws of the State of Texas , ("City ") in Tarrant County , Te xas , the sum of Nine-Hundred-Seventy-Six Thousand, Six Hundred Dollars and No Cents ($976,600.00) , lawful money of the United States , for payment of which sum well and truly be made unto said City and its successors , said Contractor and Surety do hereby bind themselves , their heirs , executors , administrators , assigns and successors , jointly and severally . This obligation is conditioned , however, that: WHEREAS , said Contractor has this day entered into a written Contract with the City of Fort Worth , dated the --of rAUG Oz 2011, 20_, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Water and Sanitary Sewer Replacements Contract 2009 WSM-F the same being referred to herein and in said contract as the Work and be i ng designated as project number(s) WATER P253-602170138883 / SEWER P258-702170138883 and said contract , including all of the specifications , conditions , addenda , change orders and written instruments referred to there in 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 condit ion for and during a period of after the date of the final acceptance of the work by the City ; and WHEREAS , said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) years ; and WHEREAS , said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within sa id per iod , if in the opinion of the Director of the City of Fort Worth _ ~-~e_p _art_m_~n_! '?_f --_-_-_-_....;;V!_..;;..a=_!_=e _..;...r _______ ~---·~t_b~ 12_ecess~111 ; _~nd , WHEREAS , said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided . NOW THEREFORE , if said Contractor shall keep and perform its said agreement to maintain , repair or reconstruct said Work in accordance with all the terms and conditions of said Contract , these presents shall be null and void , and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF , this instrument is executed in eig ht (8) counterparts , each of . - which shall be deemed an original , this_ day of AUG O 2 2011 , AD . 20_-_" _. ATTEST: (SE AL) Secretary M. E. BURNS CO N$TRUCTIO N, I NC. ::n~ ~- Nam~~ Title: \[ fu-s. ~J_,.~ SURETEC I NSURANCE COMP ANY Name : Linda W. Sinku -------------- Title : ___ A_t_t_o_r_n_e.._y_-1_· n_-_F_a_c_t ___ _ 500 W. 13th St. Ft. Worth, TX 7610 2 Address SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain info rmation or ma ke a complaint: You may call the Surety 's toll free telephone number for information or to make a compla i nt at: 1-866-732-0099 You may a lso write to the Surety at: SureTec Insurance Company 5000 Plaza on the Lake , Suite 290 Austin , TX 78746 You may contact the Tex as Department of Insurance to obtain information on companies , coverage , rights or complaints at 1-800-252-3439. You may write the Te xas Department of Insurance at PO Bo x 149104 Austin , TX 78714-9104 Fa x#: 5 12-475-1771 PREMIUM OR CLAIM DISPUTES : Should you have a dispute concern ing your premium or about a cla im , yo u should contact the Surety first. If the dispute is not resolved , you may contact the Texas Department of Insurance . Important Notice Regarding Terrorism Risk Insurance Act of 2002 In accordance w ith the Terrorism Risk Insurance Act of 2002 (the "Act"), this disclosure notice is provided for surety bonds on wh ich one o r more of the fo ll ow ing compa nies is the issuing su ret y: SureTec Insu rance Company , U. S. Specialty Insura nce Compan y , and an y ot he r co m pany that is added to SureTec lnsu_rance Com pan y for which surety business is underwr itt en by SureTec Insurance Company ("Issuing Su ret ies "). The prem ium attr ibutable to any bond coverage for "acts of terrorism " as defi ned in Se ction 102 (1) of the Act is Zero Do ll ars ($0 .00 ). The Un ited States w i ll reimburse the Issu ing Sureties for ninety percent (90 %) of any covered losses from terrorist acts certified under the Act exceeding the applicable surety deductible . The actual coverage provided by your bond for acts of terrorism , as is true for all coverages , is lim ited by the terms , conditions , exclusions , penal t ies , lim its , other provis ions of your bond and the underly i ng contract , any endorsements to the bond and generally applicable rules of law. This Importan t Notice Regarding Terrorism Insurance Risk Act of 2002 is for informational purposes only and does not create coverage nor become a part or condition of the attached document. Exclusion of Liability for Mold, Mycotoxins, and Fungi The Bond to which this Rider is attached does not prov ide coverage for, and the surety thereon shall not be liable for , molds , living or dead fungi , bacteria, allergins , h istamines , spo res , hyphae , or mycotox ins , or their related products or parts , nor the remediation thereof, nor the consequences of their occurrence , ex istence , or appearance . Rev 11 .11 .03 ' . POA#: 4221178 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organi zed and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Kyra M. Reed , Tra cy L . Gingras , Li nda W. Sinku, Gary 8. McElroy its true and lawfu l Attorney-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknow ledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for: Five Million and 00/100 Dollars ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney-in-Fact may do in the premises . Said appointment shall continue in force until 12/3 1/2013 and is made under and by authority of the following resolutions of the Board of Directors of the Sure Tee Insurance Company: Be it Resolved, that the President, any Vice-President, any Assistan t Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and autho rity to appoint any one or more suitable persons as Attomey(s)-in-Fact to repre sent and act for and on behalf of the Compan y subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of th e Company, to execute, acknowledge and del iver, any and all bonds, recognizances, contracts, ag reements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any suc h instruments so executed by any such Attorney-in-F act shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it R esolved, that the signature of any authorized officer and sea l of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimi le, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a me eting held on 20'h of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 3rd day of September, A.D. 2010. State of Texas County of Harris ss : ~\llU"llU1'r1t/~ \)P.ANc"""-.,, ............ _/: 0'\. iu, .,,, f ~i .J. i-J ~· ',I ···;··'~/ l'llrltc ll\Ht# PANY On this 3rd day of September, AD. 2010 before me personally came John Knox Jr., to me known, who, being by me duly sworn, did depose and say, that he resides in Hou sto n, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed h is name thereto by like order. ,,,,t~¥.\'~t;~,,, JACQUELYN MALDONADO f~~'X-'!'l Notary Pub lic, State of Texas \~-.~-:~! My Commiss ion Expi res ',,,~~f,~t~}~,,,.. Ma y 18, 2013 I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMP ANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in fu ll force and effect; and furthermore, the resolutions of the Board of Directors , se t out in the Power of Attorney are in full force an d effect. AU~ 0 2 201 Given under m y h and and the seal of said Company at Houston, Texas this ___ _ Any instrument issued in excess of t he penalty stated above is totally void and without any validity . --For verification of the-authoFity of-this power you-may call (713)-812-0800 any-business day between 8:00 am and 5 :00 pm CST . - CITY OF FORT WORTH, TEXAS CONTRACT THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL MEN BY THESE PRESENTS AUG O 2 2011 Th is Contract made and entered into this the_ day of , 20 by and between the C ity of Fort Worth , a home-rule municipal corporation situated in Tarrant, Denton , Parker, and Wise Counties , Texas , by and through its duly authorized Ass istant C ity Manager, ("Owner"), and M.E. Burns Construction , Inc. , ("Contractor"). Owner and Contractor may be referred to herein individually as a "Party" or collectively as the "Parties." WITNESSETH : That said Parties have agreed as follows : 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith , the said Contractor hereby agrees with the sa id Owner to commence and complete the construction of certain improvements described as follows : FOR: Water and Sanitary Sewer Replacements Contract 2009 WSM-F That the work here i n contemplated shall consist of the Contractor 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 or on behalf of the City of Fort Worth for the Water Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth , which Plans and Specifications and Contract Documents are hereto attached and made a part of this Contract the same as if written herein . 3 . The Contractor hereby agrees and binds itself to commence the construction of sa id work within ten (10) days after being notified in writing to do so by the Water Department of the C ity of Fort Worth. 4 . The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Water Department of the C ity of Fort Worth and City Council of the City of Fort Worth with in a period of One Hundred-Eighty (180) Calendar 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 6/17/09 C-1 become due him , the sum of$ 315 .00 per working day , not as a penalty but as liquidated damages , the Contractor and its 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 mean ing of the intent and terms of said Plans , Specifications and Contract Documents , then the Owner shall have the right to either demand the Surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such manner as it may deem proper, and if in the completion thereof, the cost to the Owner shall exceed the contract price or prices set forth in the Plans and Specifications made a part hereof, the Contractor and/or its Surety shall pay Owner 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 the Owner, Owner's Engineer and Architect, and their personnel at the project s ite for Contractor's sole negligence. In addition , Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers , servants and employees , from and against any and all claims or suits for property loss, property damage , personal injury , including death , arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees , subcontractors , licensees or invitees , whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, 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 injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees . In the event Owner rece ives 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 w ith 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 C ity 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 of Fort Worth contract. 6/17/09 C-2 7 . The Contractor agrees , upon the execution of this Contract, and before beg inning work , to make , execute and de li ver to City of Fort Worth the follow ing bonds in the name of the City of Fort Worth in a sum equal to the amount of the Contract. The form of the bond shall be as herein provided and the surety must first be acceptable to the City of Fort Worth . All bonds furn ished hereunder shall meet the requi rements of Chapter 2253 of the Texas Government Code , as amended . A. If the total contract price is $25 ,000 or less , payment to the contractor shall be made in one lump sum . Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the Owner. B. If the contract amount is in excess of $25 ,000 , a Payment Bond shall be executed , in the amount of the Contract, so lely for the protection of all claimants supply ing labor and material in the prosecution of the work. C. If the Contract amount is in excess of $100 ,000 , a Performance Bond sha ll be executed , in the amount of the Contract conditioned on the fa ithful performance of the work in accordance w ith the Plans , Spec ifications , and Contract Documents . Said bond shall solely be for the protection of the Owner. D. A Two-year Maintenance Bond in the name of the Owner is required for all projects to insure the prompt, full and fa ithful performance of the general guarantee contained in the Contract Documents . 8 . The Owner agrees and binds itself to pay , and the Contractor agrees to receive , for all of the afo resaid work , and for all additions thereto or deductions therefrom , the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by Contractor and accepted by the Owner and rece ipt of invo ice from the Contractor. The agreed upon total Contract amount (including/excluding) alternates n/a , shall be Nine-Hundred-Seventy-S ix Thousand , Six Hundred Dollars , ($976 ,600 .00). 9 . It is further agreed that the performance of this Contract, whether in whole or in part, shall not be sublet or assigned to anyone else by said Contractor w ithout the written consent of the Owner. Any request for any sublease or assignment shall be made in writing and submitted to the Director of the Water Department. 10 . The Contractor agrees to pay at least the m inimum wage per hour for all labor as the same is classified , promulgated and set out by the City of Fort Worth , Texas , a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein . 11 . It is mutually agreed and understood that th is Contract 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. 6/17/09 C-3 IN WITNESS THEREOF , the City of Fort Worth has caused this instrument to be signed in counterparts in its name and on its behalf by the City Manager and attested by its Secretary , with the corporate sea l of the City of Fort Worth attached . The Contractor has executed this instrument through its duly authorized officers in _ counterparts with its corporate seal attached . d f AUC0i201t Done in Fort Worth , Texas , this the ______ ay o , AD., 20_ ?(;;P DIRECTOR , WATER DEPARTMENT JJ1P~~ ~+- CONTRACTOR TITLE 'l)v 'D {J,;v'/,' f3 Y: \.)-,"'l~ > V':-:: ~ 7 (@t ~DRESS 6/17/09 CITY OF FORT WORTH BY : ?i:,: .. ,4a , ASSIST ANT CITY MANAGER ATIEST: C-4 MAC C -Z ) cJ 8 $ 'l . 1-' 1.0 Vl OFFICIAL RECORD CITY SECRETARY PT. WORTH, TX CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX Project : Water & Sewe r Replac . Contract 2009 WSM -F DOE No : 6265 Fund Code : 03 HOLE # 1 LOCATION : 2578 Highcrest Av e C/4 3 .50 " HMAC 8.00 " TAN Stab i l i zer 6 .50 " Brown Sandy Clay , w/rocks & gravel HOLE # 2 LOCATION : 2571 Highcrest Ave C/4 3 .50 " HMAC 7 .50 " TAN Stabilizer 5 .00 " Brown Sandy Clay , w/rocks & gravel HOL E # 3 LOCATION : 2561 Highcrest Ave C/4 4 .00 " HMAC 6 .00 " TAN Stabilizer 4 .00 " Brown Sandy Clay , w/rocks & gravel 3 .00 " Dark Brown Clay w/gravel HO L E # 4 LOCATION:2553 Highcrest Ave C/4 3 .00 " HMAC 6. 00 " TAN S t abi l izer 4. 00" Brown Sandy C l ay , w/rocks & gravel 4 .00 " Dark Brown Clay w/gravel HOL E #5 LOCATION : 2529 Highcrest Ave C/4 3 .50 " HMAC 8 .00 " TAN Stab il izer 6 .500 " Brown Sandy Clay , w/rocks & gravel HOLE # 6 LOCAT I ON :2522 Highcrest Ave C/4 3 . 00 " HMAC 7 .00 " TAN Stabilizer 4 .00 " Lt . Br own Sandy Clay , w/rocks & grave l 3 .00 " Brown Clay w/gravel HOL E # 7 LOCATION : 2517 Highcrest Ave C/4 3 .25 " HMAC 6 .75 " TAN Stabil i zer 4 .00 " Brown Sandy Clay , w/rocks & gravel 3 .00 " Dark Brown Clay w/gravel 1 2 HOLE # 8 LOCATION : 2510 Highcrest Ave C/4 3 .00 " HMAC 5 .00 " TAN Stabilizer 6 .00 " Brown Sandy Clay, w/rocks & gravel 4 .00" Dark Brown Clay w/gravel HOLE # 9 LOCATION : 2507 Highcrest Ave C/4 3.50 " HMAC 8 .00 " TAN Stabilizer 6 .00 " Brown Sandy Clay , w/rocks & gravel HOLE # 10 LOCATION : 2500 Highcrest Ave C/4 3.00 " HMAC 6 .00 " TAN Stabilizer 4 .00 " Brown Sandy Clay , w/rocks & gravel 4 .00 " Dark Brown Clay w/gravel HOLE # 1 LOCATION : 1709 Bluebonnet Dr C/4 3 .00 " HMAC 7 .00" TAN Stabilizer 4 .00 " Lt . Brown Sandy Clay, w/rocks & gravel 3 .00 " Brown Clay w/gravel HOLE # 2 LOCATION : 1728 Bluebonnet Dr C/4 2.00 " HMAC 8.00" TAN Stabilizer 4 .00 " Lt. Brown Sandy Clay , w/rocks & gravel 3 .00" Brown Clay w/gravel HOLE # 3 LOCATION : 1725 Bluebonnet Dr C/4 3 .25 " HMAC 6 .75 " TAN Stabilizer 6 .00 " Lt . Brown Sandy Clay , w/rocks & gravel HOLE # 4 LOCATION: 1804 Bluebonnet Dr C/4 3 .50" HMAC 5 .00" TAN Stabilizer 5.00 " Lt . Brown Sandy Clay , w/rocks & gravel 3.50" Brown Clay w/gravel HOLE # 5 LOCATION : 1820 Bluebonnet Dr C/4 3.00" HMAC 7 .00 " TAN Stabilizer 6.00" Lt . Brown Sandy Clay , w/rocks & gravel HOLE # 6 LOCATION : 1800 Bluebonnet Dr C/4 4 .00" HMAC 5.00" TAN Stabilizer 3 5 .00" Lt . Brown Sandy Clay , w/rocks & gravel 3 .00" Brown Clay HOLE# 1 LOCATION: 2213 Goldenrod Ave C/4 2 .00" HMAC 8.50 " Concrete 6.50" Orange Sand HOLE # 2 LOCATION: 2233 Goldenrod Ave C/4 2 .00" HMAC 8.00 " TAN Stabilizer 6 .00 " Orange Sand HOLE # 3 LOCATION : 2315 Goldenrod Ave C/4 3.00 " HMAC 5.00 " TAN Stabilizer 8 .00" Orange Sand HOLE # 4 LOCATION: 2328 Goldenrod Ave C/4 2.25 " HMAC 5 .75 " TAN Stabilizer 6.00 " Orange Sand w/rock & gravel 3 .00" Brown Clay HOLE # 5 LOCATION : 2341 Goldenrod Ave C/4 3 .25" HMAC 4.75" TAN Stabilizer 6 .00" Orange Sand 3 .00 " Brown Clay HOLE # 6 LOCATION: 2513 Goldenrod Ave C/4 2.50 " HMAC 6.50" TAN Stabilizer 4.00" Orange Sand 3 .00" Brown Clay HOLE # 7 LOCATION : 2529 Goldenrod Ave C/4 2 .00" HMAC 8.00 " TAN Stabilizer 6.00" Orange Sand w/rock & gravel 2.00" Brown Clay HOLE # 8 LOCATION : 2500 Goldenrod Ave C/4 3.00" HMAC 8 .00" TAN Stabilizer 6.00" Orange Sand HOLE # 9 LOCATION: 2725 Goldenrod Ave C/4 5 .00" HMAC 4 7.00" TAN Stabilizer 5 .00" Orange Sand HOLE # 10 LOCATION: 2713 Goldenrod Ave C/4 4.00" HMAC 5 .00" TAN Stabilizer 4 .00" Orange Sand w/gravel 4 .00" Brown Clay HOLE # 11 LOCATION: 2622 Goldenrod Ave C/4 5.00" HMAC 8 .00" TAN Stabilizer 6. 50 " Orange Sand w/gravel HOLE # 12 LOCATION: 2600 Goldenrod Ave C/4 3.00" HMAC 5.00" TAN Stabilizer 6. 00" Orange Sand w/gravel 3 .00" Brown Clay HOLE # 1 LOCATION : 2209 Westbrook Ave C/4 2 .75" HMAC 9.00" TAN Stabilizer 5.25" Lt . Brown Sandy Clay , w/rocks & gravel HOLE # 2 LOCATION: 2315 Westbrook Ave C/4 3.00" HMAC 6 .00" TAN Stabilizer 5 .00" Lt . Brown Sandy Clay, w/rocks & gravel 3.00" Brown Clay w/gravel HOLE # 3 LOCATION : 2400 Westbrook Ave C/4 2 .50" HMAC 7.00" TAN Stabilizer 4 .00" Lt. Brown Sandy Clay , w/rocks & gravel 3.50" Brown Clay w/gravel HOLE # 4 LOCATION : 2508 Westbrook Ave C/4 2.00" HMAC 8.00" TAN Stabilizer 5.00" Lt. Brown Sandy Clay, w/rocks & gravel 2.00" Brown Clay HOLE # 5 LOCATION: 2500 Westbrook Ave C/4 2.25" HMAC 6.75" TAN Stabilizer 4.00" Lt . Brown Sandy Clay , w/rocks & gravel 4.00" Brown Clay w/gravel HOLE # 1 LO CA TIO N : 2240 Dalford St C/4 2 .00" HMAC 9 .00" TAN Stabilizer 6 .00" Brown Sandy Clay , w/rocks HOLE# 2 LOCATION: 2309 Dalford St C/4 2 .00 " HMAC 8.00" TAN Stabilizer 6 .00 " Brown Sandy Clay , w/rocks HOLE # 3 LOCATION : 2336 Dalford St C/4 2.25" HMAC 7 .75 " TAN Stabilizer 6 .00" Brown Sandy Clay, w/rocks HOLE # 4 LOCATION: 2400 Dalford St C/4 4 .25" HMAC 5 .75" TAN Stabilizer 4 .00" Brown Sandy Clay, w/rocks 3 .00 " Light Brown Clay HOLE # 5 LOCATION : 2505 Dalford St C/4 2.50 " HMAC 7.00" TAN Stabilizer 5.00 " Brown Sandy Clay , w/rocks 3.00" Lt . Brown Clay HOLE # 6 LOCATION: 2528 Dalford St C/4 2 .00 " HMAC 9 .00" TAN Stabilizer 6 .00 " Br own Sandy Clay, w/rocks Approval: Ryan Jeri Routing : Date Tested : 1/10/11 -1/18/11 Requested by: J. Chris Underwood Tested by : Soil Lab & & & & & & gravel gravel gravel gravel gravel gravel Superintendent File 5