Loading...
HomeMy WebLinkAboutContract 424120. CITY SECRETARY CONTRACT NO. Y ~tJ /~ 0 . SPECIFICATIONS AND CONTRACT DOCUMENTS FOR FOREST PARK-PARKVIEW STORM DRAINAGE IMPROVEMENTS FROM THE TRINITY RIVER TO THE WEST FREEWAY (IH 30) Michael J. Moncrief Mayor CITY PROJECT No. 0067 4 DECEMBER 2010 William A. Verkest, P .E. Dale A. Fisseler, P .E. City Manager Director, Transportation And Public Works Department S. Frank Crumb, P.E. Director, Water Department PREPARED FOR: The City of Fort Worth TEXAS FIRM REG. No. 3162 URS CORPORATION 1300 Summit Avenue, Suite 600 Fort Worth, TX 76102 (817) 390-1000 10-00-1 '1 Pu2: 35 1 N ...... ,,,,,, •'"',t. OF rr-,, '"'-\ I>-••••••••••• c..j-,, \ •c., •"*"•"'.SI ,:' •••• "•,,. I .-. ... •, .,, "•: · .. , :-.. : ......................... ~ ... , I THERON DARR ~ ,, ................................. , . . ,, ',-o\ 41817 .. ~,, I -9-•• ,f> ~<:;) ··~ ti tf ;<-;:.{_c IS Tt. \\~····· ~ .:' ' {s toNi;t·t~ · ~ ,,,,,,... (,,;w'V'-- l 'Z.. _ o e .. 2CJ1 o URS NO. 25337785 ,-. . M&CReview Page 1 of 2 Official site of the City of Fort Wortl1, Texas CITY COUNCIL AGENDA FORTWORTH ~ COUNCIL ACTION: Approved on 8/9/2011 DATE: 8/9/2011 REFERENCE C-25101 LOG 20CONSTRUCTION_FOREST _PARK_PARKVIEW NO.: NAME: CODE: NON-PUBLIC C TYPE: CONSENT HEARING: NO SUBJECT: Authorize Execution of a Contract with BAR Constructors, Inc., in the Amount of $5,734 ,876 .65 for the Forest Park -Parkview Storm Drain Improvements (COUNCIL DISTRICT 9) RECOMMENDATION: It is recommended that the City Council authorize execution of a contract with BAR Constructors, Inc ., in the amount of $5 ,734,876 .65 for construction of the Forest Park -Parkview Storm Drain Improvements . DISCUSSION: The construction contract recommended by this M&C will correct a serious dra inage problem at the intersection of Forest Park Boulevard and Parkview Drive by the installation of additional pipe to drain storm water runoff in that area to the Trinity River. On February 15, 2011 , (M&C G-17211) the City Council authorized the City Manager to execute an lnterlocal Agreement with The Fort Worth Transportation Authority (The T) for acceptance of $2 ,000,000 .00 towards the construction of this project and a five year interest bearing inter-fund loan from the Aviation Endowment Gas Lease Fund to the Storm Water Utility Fund in the amount of $3 ,500 ,000 .00 . The balance of the funding to award the contract , $234,876 .65 will come from the Storm Water Capital Projects Bond 2009 Fund . The project was advertised for bid on De cember 9, 2010 and December 16, 2010 in the Fort Worth Star-Telegram . On January 27 , 2011 , the following bids were received : BIDDERS AMOUNT TIME OF COMPLETION BAR Constructors, Inc. $5,734,876.65 270 Calendar Days SJ Louis $6,270,318 .16 AUi $6,405,688.47 Conatser $7 ,136,043.00 ARK $7 ,620 ,892 .00 It is recommended that the contract be awarded in the amount of $5,734 ,876 .65 to BAR Constructors, Inc . I I Funding in the amount of $574,000.00 is included in the project budget for associated construction survey, project management , materials testing and inspection costs . The contingency fund for possible change orders is $172 ,046 .30 . BAR Constructors, Inc., is in compliance with the City's M/WBE Ordinance by committing to 25 percent M/WBE participation . The City's goal on this project is 22 percent. This project is located in COUNCIL DISTR ICT 9, Mapsco 76F . http://apps.cfwnet.org/council_packet/m c _re v ie w .asp?ID= 15209&councildate=8/9/2011 10 /3/2011 M&CReview Page 2 of2 FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget , as appropriated , of the Storm Water Capital Projects Fund and Storm Water Capital Projects Bond 2009 Fund . TO Fund/Account/Centers Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: FROM Fund/Account/Centers P228 541200 209280067483 $5,500,000 .00 P227 541200 209280067483 $234,876 .65 Fernando Costa (6122) Doug Wiersig (7801) Michael Owen (8079) ------------------------·- ATTACHMENTS M AND C 00674 .pdf http ://apps.cfwnet.org/council_packet/mc _review.asp?ID= 15209&councildate=8/9/2011 10/3/2011 CITY OF FORT WORTH, TEXAS TRANSPORTATION & PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 to the Specifications & Contract Documents for FOREST PARK -PARKVIEW STORM DRAINAGE IMPROVEMENTS FROM THE TRINITY RIVER TO THE WEST FREEWAY (IH 30) CITY PROJECT NO. 00674 Bid Submittal Due Date : January 13, 2011 Addendum No. 1 Issued: December 27, 2010 The Specifications, Contract Documents and Drawings for the above mentioned project are revised and amended as follows : GENERAL Contractors bidding this project are not required to submit the whole specifications and contract documents book with their bid . Bidders are instructed to copy the Proposal form from the City's Buzzsaw site, complete the Proposal form electronically and print out the completed Proposal form and submit the signed printed form as their bid . The completed Proposal form of 13 pages includes the introductory pages describing the project (Sheets P-1 and P-2), the six bid sections listing the items of work in this project (Sheets P-3 thru P-8), the Final Bid Summary sheet (Sheet P-9), the List of Ductile Iron Fittings sheet (Sheet P-10), the Pre-Qualified Sub-Contractor List sheet (Sheet P-11), the Vendor Compliance To State Law sheet (Sheet P-12), and the company signature sheet at the end (Sheet P-13). DRAWINGS 1. Sheet 2 -Sheet Index, Location Map & Survey Control -The sheet index has been revised to add two sheets, Sheet 3A and 43A. Sheet 3A has been added to include revised Sanitary Sewer Construction Notes . Sheet 43A has been added to show a separate Sanitary Sewer Layout sheet. The title for Sheet 43 has been changed to Water Line Layout. 2 . Sheet 3 -Construction Notes And Legend -The Water Construction Notes have been rev ised on this sheet. The Sanitary Sewer Construction Notes have been revised and moved to Sheet 3A. The notes for Construction Within Trinity River (Fort Worth) Floodway have been moved to Sheet 3A. 3. Sheet 3A -Construction Notes -Sheet 3A has been added to include revised Sanitary Sewer Construction Notes . The notes for Construction Within Trinity River (Fort Worth) Floodway have been moved from Sheet 3 to Sheet 3A. 4. Sheet 37 -Precast Option -Culvert Connection Plan -Detail B And C -For Detail 8 , in the center of the detail, the outside edge of the walls of the two precast boxes did not show up well on the original drawing . The outside walls, which define the area where cement stabilized backfill will be placed, have been darkened to show clearly the limits of the 1 O" thick walls . Addendum No. 1 1 of 4 December 27, 2010 5. Sheet 43 -Water Line Layout -Sheet 43 has been rev ised to show only a layout of water li nes to be removed and replaced on th is project. The title of the sheet has been changed. 6. Sheet 43A -Sanitary Sewer Layout -Sheet 43A has been added to show a separate layout of sanitary sewers to be removed and replaced . 7. Sheet 45 -Forest Park Water Line Removal & Replacement -Sheet 45 has been revised to show the proposed 2 -8 ' X 7' box storm drain that the proposed 12" PVC water line along Forest Park Boulevard w ill cross . 8. Sheet 46 -Parkview Sanitary Sewer Removal & Replacement -Sheet 46 has been revised to delete the references calling for installation of watertight inserts on the two manholes. A symbol and description have been added to the Legend for Manholes. The description makes reference to Sanitary Sewer Manhole Detail SAN-003 on Buzzsaw. 9. Sheet 47 -Forest Park Sanitary Sewer Removal & Replacement-Sheet 47 has been revised to delete the references calling for installation of watertight inserts on the two manholes . A symbol and description have been added to the Legend for Manholes . The description makes reference to San itary Sewer Manhole Detail SAN-003 on Buzzsaw. Fo r Sanitary Sewer M-70-R, the 12" PVC pipe has been changed to 12" ductile iron pipe (DIP) and 60 LF of Concrete C radle per City Of Fort Worth Detail SAN-014 has been added in profile . A printed copy of the revised Drawings are included with this Addendum No . 1 for reference . The rev ised DWF electron ic versions of the Drawings have been added to the Addendum No. 1 folder for this project in Buzzsaw . SPECIFICATIONS AND CONTRACT DOCUMENTS : 02 -Front End Documents 1. NOTICE TO BIDDERS -In the list of bid items for Section D -San itary Sewer Replacements , the 12" PVC , SOR 35, Sanitary Sewer Pipe bid item description has been changed to 12 " DI San itary Sewer Pipe . The quantity of 98 LF is unchanged . Also, in the list of bid items for Section D -Sanitary Sewer Replacements , the Miscellaneous Bid Item Watertight Inserts for manholes is hereby deleted . 2. COMPREHENSIVE NOTICE TO BIDDERS -In the list of bid items for Section D -Sanitary Sewer Replacements, the 12 " PVC, SOR 35, San itary Sewer Pipe bid item description has been changed to 12 " DI Sanitary Sewer Pipe . The quantity of 98 LF is unchanged . Also, in the list of bid items for Section D -Sanitary Sewer Replacements , the Miscellaneous Bid Item Watertight Inserts for manholes is hereby deleted. A printed copy of the rev ised Notice To Bidders and Comprehensive Notice To Bidders are included w ith this Addendum No . 1 for reference . The rev ised electronic versions of the Notices have been added to the Addendum No . 1 folder for this project in Buzzsaw 04 -Bid Package PROPOSAL 1. Sheet P-3 -Section A1 -STORM DRAINAGE IMPROVEMENTS-ALTERNATE N0.1 -CAST IN PLACE (CIP) OPTION -Bid Item 2-A1 -Construct 2 -8' X 7' Reinforced Concrete Box (Precast Sections) original ly had a O LF quantity and is hereby deleted . Bid Item 6-A 1 . -Furnish and Install Flowable Backfill -Cement Stabil ized Backfill originally had a O CY quan ti ty and is hereby deleted. The remaining bid items in this section have been renumbered . Addendum No . 1 2 of 4 December 27, 2010 2. Sheet P-4 -Section A2 -STORM DRAINAGE IMPROVEMENTS -ALTERNATE NO. 2 - PRECAST OPTION -Bid Item 1-A2. -Construct 2 -8' X 7' Reinforced Concrete Box (Cast-In-Place) originally had a O LF quantity and is hereby deleted. The remaining bid items in this section have been renumbered . 3. Sheet P-6 -Section C-WATER LINE REPLACEMENTS -Bid Item 12-C -Install and Maintain Temporary 2" Water Service originally had a 2 LS quantity . The quantity is hereby changed to 1 LS (lump sum). 4. Sheet P-7 -Section D-SANITARY SEWER REPLACEMENTS - a. The description for Bid Item 2-D has been changed from Furnish and Install 12" SOR 35 PVC Sanitary Sewer Pipe (by Open Cut, All Depths) to Furnish and Install 12" DI Sanitary Sewer Pipe (by Open Cut, All Depths). The pipe material has been changed from PVC pipe to ductile iron pipe. The quantity remains the same at 98 LF. b. Bid Item 6-D -Furnish and Install Watertight Sanitary Sewer Manhole Insert is hereby deleted and is being replaced with Bid Item 6-D -Furnish and Install Concrete Cradle Per City of Fort Worth Detail SAN-014 . The quantity is 60 LF. A printed copy of the revised Proposal is included with this Addendum No . 1 for reference. The revised electronic version of the Proposal has been added to the Addendum No. 1 folder for this project in Buzzsaw. 05 -General and Special Conditions and Special Provisions Following is a summary of revisions that have been made to three Special Provisions sections : 1. 76. PAY ITEM -GRASS SOD -INSTALL (BID-00137)-The referenced specification for grass sod has been changed from Item 440 -Sodding of the STANDARD SPECIF/CA T/ONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH to Section 02840 -Turf Sodding which is being added to Part 06 -Technical Specifications in the Specifications And Contract Documents and is included as part of this Addendum No. 1. Grass Sod shall be installed per this specification . 2. 77. PAY ITEM -GRASS-HYDROMULCH SEEDING -INSTALL (BID-00137) -The referenced specification for grass-hydromulch seeding has been changed from Section 2.15.3 -Hydro Mulch Materials and Section 3 .10 . 7 -Hydro Mulching of the STANDARD SPECIF/CATIONS FOR PUBLIC WORKS CONSTRUCT/ON -NORTH CENTRAL TEXAS to Section 02930 -Seeding which is being added to Part 06 -Technical Specifications in the Specifications And Contract Documents and is included as part of this Addendum No . 1. Grass -Hydromulch Seeding shall be installed per the applicable sections of this specification . 3. 82. PAY ITEM -6" TOP SOIL -INSTALL (BID-00147) -This section has been revised to make reference to Section 02300 -Earthwork which is being added to Part 06 -Technical Specifications in the Specifications And Contract Documents and is included as part of this Addendum No . 1. 6" Top Soil shall be installed per the applicable sections of this specification . A copy of the revised Sheets SP-30 and SP-34 of the Special Provisions section is included as part of this Addendum No . 1. The complete revised Special Provisions section has been added to the Addendum No . 1 folder for this project in Buzzsaw. 06 -Technical Specifications Three new specification sections have been added to Part 06 -Technical Specifications. The Technical Specifications Index sheet has been revised to include the three new specifications sections . The three new specifications sections are : Addendum No. 1 3 of 4 December 27, 2010 1. Section 02300 -Earthwork 2. Section 02840 -Turf Sodding 3. Section 02930 -Seeding A copy of the revised Technical Specifications Index and the three new Technical Specifications sections are included as part of this Addendum No. 1 . Word files of the Index and the three new Technical Specifications sections have been added to the Addendum No . 1 folder for this project in Buzzsaw. For reference, a pdf version of this complete Addendum No. 1 has been placed in the Addendum No. 1 folder for this project in Buzzsaw. Word and Excel electronic files of Addendum No. 1 and the changed referenced sections of the Specifications and Contract Documents have been placed in the Addendum No . 1 folder in Buzzsaw. DWF files of the revised Drawings have also been placed in the Addendum No. 1 folder in Buzzsaw. This Addendum No . 1, forms part of the Specifications & Contract Documents for the above referenced project and modifies the original Specifications & Contract Documents of the same . Acknowledge your receipt of this Addendum No. 1 by completing the requested information at the following locations: ( 1) In the space provided on the signature page of the Proposal (2) Indicate in upper case letters on the outside of your sealed bid envelop : "RECEIVED & ACKNOWLEDGED ADDENDUM NO. 1" (3) Execute acknowledgement below and submit signed copy with your proposal at the time of bid submitta l Failure to acknowledge receipt of the Addendum No . 1 could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification . RECEIPT ACKNOWLEDGED William A. Verkest, P.E. DIRECTOR TRANSPORTATION & PUBLIC WORKS DEPT. By:U ·~ ~A-() ~Q -B . --rz,1 .. ~-~~r ~ Company: U 1" D nsh:: U.C..tt}<S J r:C_ y ._""""'"M-i-ch-a-el_O_w.....,e'n,,__.-P-.E-. ----- Project Manager Addendum No . 1 4 of 4 December 27, 2010 CITY OF FORT WORTH, TEXAS TRANSPORTATION & PUBLIC WORKS DEPARTMENT ADDENDUM NO. 2 to the Specifications & Contract Documents for FOREST PARK -PARKVIEW STORM DRAINAGE IMPROVEMENTS FROM THE TRINITY RIVER TO THE WEST FREEWAY (IH 30) CITY PROJECT NO. 00674 Bid Submittal Due Date: January 20, 2011 (Date changed by this addendum) Addendum No. 2 Issued: January 10, 2011 The Specifications, Contract Documents and Drawings for the above mentioned project are revised and amended as follows : GENERAL 1. The date for opening bids for this project has been changed from Thursday , January 13 , 2011 , at 2 :00 P .M . to Thursday, January 20, 2011, at 2:00 P.M. 2 . Contractors will NOT be required to submit their bids in electronic form on a CD. SPECIFICATIONS AND CONTRACT DOCUMENTS 02 -Front End Documents 1. NOTICE TO BIDDERS -The date for receiving and opening bids has been changed to Thursday, January 20 , 2011 . 2. COMPREHENSIVE NOTICE TO BIDDERS -The date for receiving and opening bids has been changed to Thursday , January 20, 2011 . In the section on "Submission Of Bid And Award Of Contract" , in the first paragraph , the second sentence has been changed to include Section F and reads as follows : "In order to be considered an acceptable bid , the Contractor is required to submit a bid for one or both alternates in Section A and for Sections B, C, D, and E." The revised electronic versions of the Notices have been added to the Addendum No . 2 folder for this project in Buzzsaw. 04 -Bid Package PROPOSAL 1. Sheet P-13 -In the fourth paragraph, the number of calendar days for completion of this project was omitted . The number, 270 calendar days , has been added to this paragraph . The revised electronic versions of the Proposal has been added to the Addendum No . 2 folder for this project in Buzzsaw. Addendum No. 2 1 of 3 January 10 , 2011 ANSWERS TO QUESTIONS RECEIVED VIA EMAIL BY 5:00 P.M.1 FRIDAY, JANUARY 7, 2011 Some questions are not answered in this addendum . Another addendum will be issued later this week addressing any remaining questions . 1 . Question : W ill tunneling be allowed for installation of the precast boxes? Answer: Tunneling and jacking of the precast concrete boxes In order to install the 2 -8' X l' box storm drain will NOT be allowed for this project. 2 . Question : TCEQ -other than the 40CFR 61.154 U), is there any other possible permits that need to be brought to TCEQ 's attention? Also the form 40CFR must be turned into TCEQ 45 days prior to beginning work . Not sure if that was known or not. Answer: See Part G -Special Environmental Provisions and Specifications, page SEPS-11 in the project Specifications and Contract Documents package. 3 . Question : The specifications mention that the engineer will appoint a designated landfill/disposal site . Has that been determined? Or will it be left to the contractor to submit after the bid has been awarded? Answer: The designated landfill/disposal site will be chosen by the contractor. However, the landfill/disposal site must be approved by the TCEQ to accept the types of waste material removed from the project site. 4. Question : Richard Carmichael works directly with who? What are his relations in this project? Answer: Richard Carmichael works In the TCEQ Municipal Solid Waste Permits section. The MSW should be contacted prior to the start of excavation in order to coordinate the completion and approval of an Application to Disturb Final Cover over a Closed Municipal Solid Waste Landfill. 5 . Question: It is unclear as to what to do with the ground water coming out of the site . Should this water be manifested as well? Or is the City go ing to allow for this to be disposed of into the storm sewer? Answer: It is up to the contractor to decide on the appropriate method for disposal of contaminated groundwater and get approval of the City of Fort Worth (if using the storm or sanitary sewers) for the disposal of the groundwater encountered during excavation/construction activities. 6 . Question : Does the Jet Grout Contractor have to submit his submittal with the bid? If so what information would the engineer like to see in this submittal? Answer: For bidding, the City only needs to know the Contractor's amount bid for the lump sum bid item in the Proposal. During construction, the contractor will have to submit to the Engineer, for review and approval, information on the materials and methods he plans to use to complete the jet grouting work. For reference , a pdf version of this complete Addendum No . 2 has been placed in the Addendum No. 2 folder for this project in Buzzsaw. Word and Excel electronic files of Addendum No . 2 and the changed referenced sections of the Specifications and Contract Documents have been placed in the Addendum No. 2 folder in Buzzsaw. This Addendum No . 2 , forms part of the Specifications & Contract Documents for the above referenced project and modifies the original Specifications & Contract Documents of the same . Acknowledge your receipt of this Addendum No . 2 by completing the requested information at the following locations: (1) In the space provided on the signature page of the Proposal (2) Indicate in upper case letters on the outside of your sealed bid envelop : Addendum No . 2 2 of 3 January 10, 2011 "RECEIVED & ACKNOWLEDGED ADDENDUM NO. 2" (3) Execute acknowledgement below and submit signed copy with your proposal at the time of bid submittal Failure to acknowledge receipt of the Addendum No . 2 could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification . RECEIPT ACKNOWLEDGED By µ~ Company: J?~ (1 nS\f w:\nrs .T vc Addendum No . 2 3 of 3 William A. Verkest , P.E. DIRECTOR TRANSPORTATION & PUBLIC WORKS DEPT. January 10 , 2011 CITY OF FORT WORTH, TEXAS TRANSPORTATION & PUBLIC WORKS DEPARTMENT ADDENDUM NO. 3 to the Specifications & Contract Documents for FOREST PARK -PARKVIEW STORM DRAINAGE IMPROVEMENTS FROM THE TRINITY RIVER TO THE WEST FREEWAY (IH 30) CITY PROJECT NO . 00674 Bid Submittal Due Date : January 27, 2011 Addendum No. 3 Issued: January 19, 2011 The Specifications , Contract Documents and Drawings for the above mentioned project are revised and amended as follows: GENERAL The date for submitting and opening bids for this project has been changed from Thursday , January 20 , 2011 , at 2 :00 P .M . to Thursday, January 27, 2011, at 1 :30 P.M. and 2:00 P.M., respectively. SPECIFICATIONS AND CONTRACT DOCUMENTS 02 -Front End Documents 1. NOTICE TO BIDDERS -The date for receiving and opening bids has been changed to Thursday , January 27 , 2011 . 2. COMPREHENSIVE NOTICE TO BIDDERS -The date for receiving and opening bids has been changed to Thursday, January 27 , 2011 . The revised electronic versions of the Notices have been added to the Addendum No . 3 folder for this project in Buzzsaw. 04 -Bid Package PROPOSAL 1. Sheet P-3 -Section A1 -STORM DRAINAGE IMPROVEMENTS -ALTERNATE NO. 1 -CAST IN PLACE (CIP) OPTION -Bid Item 14-A 1 -Test, Load and Dispose of Contaminated Fluids had a 5 ,580 ,000 GAL quantity. The quantity is hereby changed to 1,000,000 GAL (gallons). 2. Sheet P-3 -Section A1 -STORM DRAINAGE IMPROVEMENTS -ALTERNATE NO. 1 -CAST IN PLACE (CIP) OPTION -Bid Item 27-A 1 -Test , Load and Dispose of Contaminated Fluids into City's Sanitary Sewer System at a quantity of 4 ,580,000 GAL has been added . 3. Sheet P-4 -Section A2 -STORM DRAINAGE IMPROVEMENTS -ALTERNATE NO. 2 - PRECAST OPTION -Bid Item 15-A2 -Test , Load and Dispose of Contaminated Fluids had a 2 ,790 ,000 GAL quantity. The quantity is hereby changed to 500 ,000 GAL (gallons). Addendum No . 3 1 of 3 January 19 , 2011 4. Sheet P-4 -Section A2 -STORM DRAINAGE IMPROVEMENTS -ALTERNATE NO. 2 - PRECAST OPTION -Bid Item 28-A2 -Test , Load and Dispose of Contaminated Fluids into City's San itary Sewer System at a quantity of 2 ,290 ,000 GAL has been added . The revised Proposal Sheets are attached . The revised electronic version of the Proposal has been added to the Addendum No . 3 folder for th is project in Buzzsaw. 05 -General and Special Conditions and Special Provisions PART D-SPECIAL CONDITIONS 1. Sheet SC-46-Section D-53-DEWATERING -The provisions of this section will not apply if the Contractor obtains a permit from the City to allow discharging of all or portion of the dewatering fluids into the City's sanitary sewe r system . Filtering of the dewatering fluids may be required by the permit before the dewatering fluids may be discharged into the City's sanitary sewer system . Test analysis of water sample(s) shall be performed and provided to Water Pre-treatment conforming to EPA Waste Water Methods , including a full scan of the list of analytes provided (see Attachment 1 ). The contractor shall bore all costs of water sampling, testing, and published disposal charges associated with permit to dispose groundwater into City sewer system. If any water does not meet the requirements of the permit, it must be disposed of at an appropriate off-site facility and shall be paid for by Bid Item 14-A1 or 15-A2. 06 -Technical Specifications Part G -Special Environmental Provisions and Specifications -On Sheet SEPS-2 , two changes are being made and are described as follows : 1. The title of the sheet is being changed to "ENVIRONMENTAL SCOPE OF WORK, FOREST PARK- PARKVIEW STORM DRAINAGE IMPROVEMENTS, FROM THE TRINITY RIVER TO STATION 9+20 , FORT WORTH , TARRANT COUNTY, TEXAS ". 2. In the last paragraph on the sheet , near the bottom of the sheet, the following sentence was changed to add contact information for Alphonse Newton at the City : "The on site disposal of groundwater encountered during excavation activities will require a pe rmit for approval from the City of Fort Worth (contact Pre-Treatment Supervisor, Alphonse Newton, 817.925.2231) to dispose of the water in the sanitary sewer." This Addendum No . 3 , forms part of the Specifications & Contract Documents for the above referenced proj ect and modifies the original Specifications & Contract Documents of the same. Acknowledge your receipt of this Addendum No . 3 by completing the requested information at the following locations : (1) In the space provided on the s ignature page of the Proposal (2 ) Indicate in upper case letters on the outside of your sealed bid envelop: "RECEIVED & ACKNOWLEDGED ADDENDUM NO . 3" (3) Execute acknowledgement below and submit signed copy with your p roposal at the time of bid subm ittal Addendum No . 3 2 of 3 January 19, 2011 Failure to acknowledge receipt of the Addendum No. 3 could cause the subject b idder to be considered "NONRESPONSIVE", resulting in disqualification . RECEIPT ACKNOWLEDGED Addendum No. 3 3 of 3 William A. Verkest , P .E . DIRECTOR TRANSPORTATION & PUBLIC WORKS DEPT . "'""7 A A~ By : __ //_,,,_/'"~-~~-~~----- Michael Owen , P .E . Project Manager January 19, 2011 City of Fort Worth Project Manager: Michael Owen, P.E. Pro ject 00674 -FOREST PARK -PARKVIEW STOR M DRAINAGE IMPROVEMENTS FROM THE TR INITY RIVER TO THE WEST FREEWAY (IH 30) Unit/Section DIie City Pro)ect rour Vendor Number our Company Name Bid Items Li ne Number 1-Al . 2-Al. 3-Al . 4-Al . 5-Al. 6-Al. 7-Al. 8·A1. 9-Al . 10-At. 11-Al . 12-At. 13-At. 14-Al . 15-Al . 16-Al . 17-Al. 18-At. 19-Al . 20-Al. 21-Al. 22-Al. 23-Al . 24-AI. 25-Al . 26-Al. 27-Al. Section A1 -STORM DRAINAGE IMPROVEM ENTS -ALTERNATE NO. 1 -CAST IN PLACE (CIP) OPTION CPMS 1/19/2011 674 Record Number 810-00891 810-00070 810-00069 810-00054 81D-00545 810--00543 NIA NIA NIA NIA 8 10--00145 810--00145 810-00145 BID-00146 NIA NIA 81D-00124 810-00100 810-00540 810-00082 810-00504 810-00414 81D--00147 BID-00137 81D-00134 8 10-00372 810--00146 Material Concrete ServiceCS Concrete ServiceCS Soil Soil ServiceCS ServiceCS ServiceCS ServiceCS ServiceCS ServiceCS ServiceCS Concrete Steel ServiceCS Soil Vegetation Veoetation ServiceCS ServiceCS Contractor Instructions: FW In gree n ceUs with your CFW Vendor ID, your Company Name and your btd amounts. When your bid Is com plete, HVe and close, start BuuHw and Add your Pf"Oposal to the folder with your Company Name within project's Bid ResponH loldera. Description Construct 2-8'x7' Reinforced Concrete Box (Cast-In-Place) Remove and Disoose of a Portion of Existina Reinforced Concrete Headwall, Winawall and Aoron Construe! Reinforced Concrete Structure -Headwall, Wingwall, Aoron, Walk Above Headwall Remove and Disoose of Portions of Existino 2 -8' X 7' Reinforced Concrete Box Select (Type 8 ) 8acklill Material· Borrow -Install and Compact Non-Select (General) Backfill Material -Borrow ... Install and Compact Furnish and Install Temporary Excavation Support Jet Groutina Soil Stabilizatton Stone Fascia For Headwall At Trinity River (To Be Determined by City of Fort Worth) Stone Fascia Support System (By Heckman or Approved EQuivalent) Management and Disposal of Class II Non-Hazardous Soil Material Management and Disposal of Class I Non-Hazardous Soil Material Management and Disposal of Hazardous Soil Material Test, Load and Dispose of Contaminated Fluids Prepare, Manaae and Close-out Site Specific Health and Safety Plan for Proiecl Duration Prepare, ManaQe and Close-out Site Waste Management/Disposal Plan for Proiect Duration Mobilization Storm Water Pollution Prevention Plan, > 1 Acre Explora10ry Excavation Dehole (10' to 20' Depth) Furnish and Install 24 inch (C lass Ill) RCP SiQn -Project DesiQnation -Install Utility Adjustment .. Repair 6 Inch Top Soil -Install Grass-Sod -Install Grass-Hvdromulch Seedino -Install Furnish and Install Trench Safety System for Trenches Deeper Than 5' Depth Test, Load and Dispose of Contaminated Fluids into City's Sanitary Sewer System P-3 Un it of Measure Quantity LF 1 ,074 LS 1 CY 18 LF 194 CY 6 ,745 CY 16,000 SF 64,450 LS 1 SF 637 LS 1 TON 39 ,600 TON 400 TON 40 GAL 1,000,000 LS 1 LS 1 LS 1 LS 1 EA 5 LF 30 EA 2 LS 1 CY 1,079 SY 2 ,252 SY 4221 LF 895 GAL 4 ,580,000 Total B id This Section Your Un it Pri ce Your Bid ---------- Addendum No. 3 City o f Fort Worth Project Manager: Mi c hael Owen, P.E. Project 00674 -FOREST PARK -PARKVIEW STORM DRAINAGE IMPROVEMENTS FROM THE TRINITY RI VER TO THE WEST FREEWAY (IH 30) Unit/Section Date CllyPToject Your Vendor Number Your Company Name Bid Items Line Number 1·A2. 2-A2. 3-A2. 4·A2. 5-A2. 6-A2. 7-A2. 8·A2. 9-A2. 10-A2. 11·A2. 12-A2. 13-A2. 14-A2. 15·A2. 16-A2 . 17·A2 . 18-A2. 19·A2. 20-A2. 2 1-A2 . 22-A2. 23-A2. 24-A2. 25-A2. 26-A2. 27-A2. 28·A2. Section A2 -STORM DRAINAGE IMPROVEMENTS -ALTERNATE NO . 2 -PRECAST OPTION CPMS 1/19/2011 674 Record Number BID-00891 BID-00070 BID-00069 BID-00054 BID-00544 BID-00545 B ID-00543 N/A N/A NIA N/A NIA N/A N/A NIA N/A N/A BID-00124 BID-00100 BID-00540 BID-00082 BID-00504 B ID-00414 BID-00147 BID-00137 BID-00134 BID-003 72 N/A Material Concrete ServiceCS Concrete ServiceCS Cement Soil Soil ServiceCS ServiceCS ServiceCS ServiceCS ServiceCS ServiceCS ServiceCS Concrete Steel ServiceCS Soil Veoetatio n Veoetation ServiceCS ServiceC S Contractor ln 11ructions: FIii in green ceUs with your CFW Vendor ID , your Company Name and your bid amounts. When your bid Is complete, save a nd dose, start Buzzsaw and Add your proposal to the folder wil h your Company Name within project's Bid Response folders. De script ion Construct 2-8'x7 Reinforced Concrete Box (Precast Sections) Remove and Dispose of a Portion of Existing Reinforced Concrete Headwall , Wingwall and Aoron Construct Reinforced Concrete Structure· Headwall, Winawall, Apron , Walk Above Headwall Remove and Oisoose of Portions of Existina 2 -8' X T Reinforced Concrete Box Furnish and Install Flowable Backfill -Cement Stabilized Backfill Select (Type 8) Backfill Material -Borrow -Install and Compact Non-Select (General) Backfi ll Material -Borrow -Install and Compact Furnish and Install Temporary Excavatio n Suooort Jet Groutina Soil Stabili zat+on Stone Facia For Headwall At Trinity River (To Be Determined by City of Fort Worth) Stone Facia Sunnnrt System (By Heckman or Approved Equivalent) Manaaement and Disposal of Class II Non-Hazardous Soil Material Manaaement and Disposal of Class I Non-Hazardous Soil Material Management and Disposal of Hazardous Soil Material Test, Load and Dispose of Contaminated Fluids Preoare, Manaae and Close-out Site Soecific Health and Safetv Plan for Proiect Duration Preoare, Manaae and Close-out Site Waste ManaaemenVOisposal Plan for Project Duration Mobilization Storm Water Poll ution Prevention Plan, > 1 Acre Exploralorv Excavation Dehole (1 O' to 20' Depth) Furnish and Install 24 inch (Class Ill ) RCP Sign -Project Designation -Install Uti lity Adiustments 6 Inch Too Soil Grass-Sod -lnstafl Grass-Hydromulch Seedinq -Install Furnish and Install Trench Safety System for Trenches Deeper Than s· Depth Test, Load and Dispose of Conlaminated Fluids into Citv's Sanitary Sewer System P-4 Unit of Your Unit Measure Quantity Price Your Bid LF 1 ,074 LS 1 CY 18 LF 194 CY 173 CY 6 ,707 CY 16,418 SF 64,450 LS 1 SF 638 LS 1 TON 39,600 TON 400 TON 40 GAL 500,000 LS 1 LS 1 LS 1 LS 1 EA 5 LF 30 EA 2 LS 1 CY 1 ,079 SY 2 252 SY 4 ,221 LF 895 GAL 2 ,290,000 Total Bid Thi s Section _________ _ Addend um No. 3 ATTACHMENT No. 1 Parameter Analytical Method Preservation Metals Arsenic, Total 200.7 or 200 .8 HN03 topH<2 Cadmium, Total 200.7 or 200 .8 HN03 to pH<2 Chromium, Total 200.7 or 200 .8 HN03 to pH<2 Copper, Total 200 . 7 or 200.8 HN03 to pH<2 Lead, Total 200.7 or 200.8 HN03 to pH<2 Nickel , Total 200 .7 or 200 .8 HN03 to pH<2 Silver, Total 200 .7 or 200 .8 HN03 to pH<2 Zinc, Total 200 . 7 or 200 .8 HN03 to pH<2 245 .2, 245 .1, 245 .7, Mercury, Total Rev . 2.0 HN03 to pH<2 on, & GREASE OIL & GREASE (TPH or SGTHEM EPA 1664 HCl or H2S04 to H<2, COOL<6 ° C OIL & GREASE (TOTAL EPA 1664 HCl or H2S04 to H<2, COOL<6 ° C Cyanide 4500-CN-C, D, or E; Cyanide, Total 335.4 Rev . 1.0 COOL .'.S6 ° C, NaOH to H>l2 TTO's ( Combination of EPA 624 & EPA 625 analysis) VOLATILE COMPOUNDS Analytical Method Acrolein EPA 624 Cool to 4° C , .5 ml 1: 1 HCL Acrylonitrile EPA624 Cool to 4° C, .5 ml 1 :1 HCL Benzene EPA 624 Cool to 4° C, .5 ml 1:1 HCL Bromofom1 EPA 624 Cool to 4° C, .5 m1 l: 1 HCL Carbon tet rachloride EPA 624 Cool to 4° C, .5 ml I :1 HCL Chlorobenzene EPA 624 Cool to 4° C, .5 ml 1: l HCL Chlorodibromomethlll1e EPA624 Cool to 4° C, .5 ml 1:1 HCL Chloroethane EPA624 Cool to 4° C, .5 ml 1:1 HCL 2-chloroethylvinyl ether EPA 624 Cool to 4° C, .5 ml 1: I HCL Chloroform EPA 624 Cool to 4° C, .5 ml 1: 1 HCL Dichlorobromomelhane EPA 624 Cool to 4° C, .5 ml l: 1 HCL I, 1-dichloroethane EPA 624 Cool to 4° C, .5 ml l : l HCL 1,2-dich loroelhane EPA 624 Cool to 4° C, .5 ml 1: l HCL 1.1-d ic hloroethylcne EPA 624 Cool to 4° C, .5 ml 1:1 HCL I ,2-dichloropropanc EPA 624 Cool to 4° C, .5 ml 1:1 HCL I ,3-tlichloropropylene EPA 624 Cool to 4° C, .5 ml 1: I HCL Ethylben.i:ene EPA624 Cool to 4° C, .5 ml 1:1 HCL Methyl bromide EPA624 Cool to 4° C, .5 ml 1:1 HCL Methyl chloride EPA624 Cool to 4° C, .5 ml 1:1 HCL Page 1 of 4 Parameter Analytical Method Preservation Methylene chloride EPA 624 Cool to 4° C, .5 ml 1:1 HCL I, 1,2,2-tetrach loroethane EPA624 Cool to 4° C, .5 ml 1:1 HCL Tt:trachlorocthylene EPA 624 Cool to 4° C, .5 ml I :1 HCL Toluene EPA624 Cool to 4° C, .5 ml I :1 HCL l ,2-trans-dichforoelhyl ene EPA 624 Cool to 4° C, .5 ml 1: 1 HCL l, ! , !-trichloroethane EPA 624 Cool to 4° C, .5 ml 1:1 HCL I, l ,2-trichloroethane EPA 624 Cool to 4° C, .5 ml 1:1 HCL Trichloroethylcne EPA624 Cool to 4° C, .5 ml 1 :1 HCL Vinyl chloride EPA 624 Cool to 4° C, .5 ml I: I HCL BTEX ( including MTBE) EPA624 Cool to 4° C, .5 ml 1:1 HCL ACID COMPOUNDS Analytical Method 2-chlorophenol EPA625 Cool to 4o C 2,4-dichlorophenol EPA 625 Cool to 4o C 2,4-dimethylphenol EPA 625 Cool to 4o C 4,6-dinitro-o-cresol EPA625 Cool to 4o C 2,4-d in ilropheno I EPA 625 Cool to 4o C 2-nitrophenol EPA 625 Cool to 4o C 4-nitrophenol EPA625 Cool to 4o C p-ch loro-m-cresol EPA 625 Cool to 4o C Pentachlorophenol EPA625 Cool to 4o C Ph enol EPA 625 Cool to 4o C 2, 4, 6-tri chi oropheno I EPA 625 Cool to 4o C BASE/NEUTRAL COMPOUNDS Analytical Method Acenaphthene EPA 625 Cool to 4o C Acenaphthylene EPA 625 Cool to 4o C Anthracene EPA 625 Cool to 4o C Benzidine EPA625 Cool to 4o C Benzo(a)anthracene EPA625 Cool to 4o C Ben zo(a)pyrene EPA 625 Cool to 4o C 3,4-benzotluoranthene EPA 625 Cool to 4o C Benzo(ghi )pery Jene EPA625 Cool to4o C Benzo(k)fluoranthene EPA 625 Cool to4o C Bis(2-chloroethoxy)methanc EPA 625 Cool to 4o C Bis(2-chlorocthyl)ether EPA 625 Cool to 4o C Bis(2-chloroisopropyl)ether EPA 625 Cool to 4o C Bis (2-cthylhexyl)phthalate EPA625 Cool to 4o C 4-bromophcnyl phenyl ether EPA625 Cool to 4o C Butylbcnzyl phthalate EPA625 Cool to 4o C 2-ch loronaphthalene EPA625 Cool to 4o C 4-chlorophenyl phenyl ether EPA 625 Cool to 4o C Chrysene EPA 625 Cool to 4o C Dibenzo(a,h)anthracene EPA 625 Cool to 4o C l ,2-dichlorobenzene EPA 625 Cool to 4o C I ,3-dichlorobenzcne EPA625 Cool to 4o C 1,4-dichlorobenzene EPA625 Cool to 4o C Page 2 of 4 Parameter Analytical Method Preservation 3,3T-dichlorobenzid in e EPA 625 Cool to 4o C Diethyl phthalate EPA 625 Cool to 4o C Dimethyl phthalatc EPA 625 Cool to 4o C Di-n-butyl phthalate EPA625 Cool to 4o C 2,4-dinitrotoluene EPA 625 Cool to 4o C 2,6-dinitrotoluene EPA 625 Cool to 4o C Di-n-octyl phthala _te EPA 625 Cool to 4o C 1,2-diphenylhydrazine (as nzobenzene) EPA 625 Cool to 4o C Flur oranthene EPA 625 Cool to 4o C f'luorcne EPA 625 Cool to 4o C Hexachlorobcnzene EPA 625 Cool to 4o C Hexachlorobutadiene EPA 625 Cool to 4o c Hexachlorocyclopcntadiene EPA625 Cool to 4o C Hexachloroethane EPA 625 Cool to 4o C J ndeno( 1,2,3-cd)pyrene EPA 625 Cool to 4o C lsophorone EPA 625 Cool to4o C Napthalcne EPA 625 Cool to 4o C Nitrobenzene EPA 625 Cool to 4o C N-nitrosodimethylamine EPA 625 Cool to 4o C N-n it rosodi-n-propylamine EPA 625 Cool to 4o C N-nitrosodiphenylamine EPA 625 Cool to 4o C Ph enan threne EPA 625 Cool to4o C Pyrene EPA 625 Cool to4o C 1,2,4 -lrichlorobenzene EPA 625 Cool to 4o C Cresols EPA 625 Cool to 4o C Hexachlorophene EPA625 Cool to 4o C N-Nitrosodiethylamine EPA 625 Cool to4o C N-Nitro-di-n-Butylnminc EPA625 Cool to 4o C Pentachlorobenzene EPA625 Cool to 4o C Pyridine EPA625 Cool to 4o C 1,2,4,5-Tetrachlorobenzene EPA 625 Cool to 4o C 2,4,5 -Trichlorophenol EPA 625 Cool to 4o C PESTICIDES ( Combination of EPA 608& 1657) Aldrin EPA 608 Cool to 4o C Alpha-BHC EPA608 Cool to 4o C Beta-BHC EPA608 Cool to 4o C Gamma-BHC EPA608 Cool to 4o C Delta-BHC EPA608 Cool to 4o C Chlordane EPA 608 Cool to4o C 4,4T-DDT EPA608 Cool to 4o C 4,4T-DDE EPA 608 Cool to 4o C 4,4T-DDD EPA 608 Cool to 4o C Dieldrin EPA 608 Cool to 4o C Alpha-cndosulfan EPA 608 Cool to 4o C Beta-endosulfan EPA608 Cool to 4oC Endosulfan sulfate EPA 608 Cool to 4o C Endrin EPA 608 Cool to 4o C Endrin aldehyde EPA608 Cool to 4o C Hcptachlor EPA 608 Cool to 4o C Page 3 of 4 • p arame er A If IMthd P na1y rca e 0 r reserva ton Heptachlor epoxide EPA 608 Cool to 4o C PCB, Total EPA608 Cool to 4o C PCB-1242 EPA 608 Cool to 4o C PCB-1254 EPA 608 Cool to 4o C PCB-1221 EPA 608 Cool to 4o C PCB-1232 EPA 608 Cool to 4o C PCB-1248 EPA 608 Cool to 4o C PCB-1260 EPA608 Cool to 4o C PCB-1016 EPA 608 Cool to 4o C Toxaphene EPA 608 Cool to 4o C Dicofol (kelthane) EPA608 Cool to 4o C Methoxychlor EPA608 Cool to 4o C Mirex EPA 608 Cool to 4o C Chloropyrifos EPA 1657 Cool to4o C Demeton EPA 1657 Cool to 4o C Diazinon EPA 1657 Cool to 4o C Guthion EPA 1657 Cool to 4o C Malnthion EPA 1657 Cool to 4o C Parathion EPA 1657 Cool to4o C Page 4 of 4 .... PART1 PROJECT INFORMATION .... - URS No. 25337785 FORTWOR SPECIFICATIONS AND CONTRACT DOCUMENTS FOR FOREST PARK -PARKVIEW STORM DRAINAGE IMPROVEMENTS FROM THE TRINITY RIVER TO THE WEST FREEWAY (IH 30) Michael J. Moncrief Mayor CITY PROJECT No. 0067 4 DECEMBER 2010 William A. Verkest, P .E. Dale A. Fisseler, P .E. City Manager Director, Transportation And Public Works Department 5. Frank Crumb, P .E. Director, Water Department PREPARED FOR: The City of Fort Worth TEXAS FIRM REG. No. 3162 URS CORPORATION 1300 Summit Avenue, Suite 600 Fort Worth, TX 76102 (817) 390-1000 ''"'""" ....... t. OF T '-\ -" 1>-\ .......... r~,,\, •s •' * '•'YJ' I ,:' •• •• •••• I "'* .· · .• ,, ,,, . . ,•:· \•I ,, ................................. , I THER ON DARR ~ ~···~·· ....................... :···ti I • • ,, ' --0 \ 41 8 1 7 .-:Q:,,, 1 -9-. 1' <::) .~,,, 1f_,.:?·{CJ ST't.~lf\··.·~,:- I Ss1·········c~ ·7' \ ONAL <--<::::::i.J ~ ,,,,,,... v-"- l 'Z. -0 et ., 201 0 URS NO . 25337785 PART2 FRONT END DOCUMENTS URS No. 25337785 TABLE OF CONTENTS 01 -Project Information D 1.1 -Title Page MS-Word D 1.2 -Location Map pdf 02 -Front End Documents D 2.1 -Table of Contents MS-Word D 2.2 -Notice to Bidders MS-Word D 2.3 -Comprehensive Notice MS-Word to Bidders D 2.4 -Special Instructions to pdf Bidders (Water-Sewer) D 2.5 -Special Instruction to pdf Bidders (Paving-Drainage) 03 -MWBE Documentation D 3.1 -MWBE Special Instructions D 3.2-MWBE pdf Subcontractors/Suppliers Utilization Form D 3.3 -MWBE Prime Contractor pdf Waiver D 3.4 -MWBE Good Faith Effort pdf D 3.5 -MWBE Joint Venture pdf 04 -Bid Package D 4.1 -Bid Proposal Workbook MS-Excel D 4.3 -Bid Schedule MS-Excel D 4.4 -List of Fittings MS-Excel D 4.5 -Pre-Qualified Contractor MS-Excel List 05 -General and Special Conditions D 5.1 -Part C General pdf and Special Provisions Conditions (water -sewer) D 5.2 -Supplementary pdf Conditions to Part C (water - sewer) D 5.3 -Part D -Special MS-Word Conditions (water -sewer) D 5.4 -Part DA -Additional MS-Word Special Condition (water - sewer) D 5.5 -Part E Specifications pdf D 5.6 -Special Provisions MS-Word (paving -drainage) D 5.7 -Wage Rates pdf D 5.8 -Compliance with and pdf Enforcement of Prevailing Wage Rates D 5.9 -Standard Details (water-dwf sewer) D 5.10 -Standard Details dwf (paving-drainage) 06 -Technical Specifications D Technical Specs Index City of Fo rt W orth , Texas Table of Conte nts PMO Re lease Date : 06 .10.2 0 10 Page I of 2 TABLE OF CONTENTS 07 -Contracts, Bonds and Insurance 08 -Appendices 09-Addenda C ity of Fort Worth , Texa s Tabl e of Contents PMO Re lease Date : 06 .10.2010 Page 2 of 2 D D D D D D D D D D D 7.1 -Certificate of Insurance 7.2-Contractor Compliance With Workers' Compensation Law 7 .3 -Conflict of Interest Questionnaire 7 .4 -Performance Bond 7 .5 -Payment Bond 7 .6 -Maintenance Bond 7.7 -City of Fort Worth Contract Easements Index Permits Index Reports Index Addenda Index MS-Word pdf pdf pdf pdf pdf pdf NOTICE TO BIDDERS URS No. 25337785 NOTICE TO BIDDERS Sealed proposals for the following : FOREST PARK -PARKVIEW STORM DRAINAGE IMPROVEMENTS FROM THE TRINITY RIVER TO THE WEST FREEWAY (IH 30) City Project No. 00674 Addressed to the CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON STREET FORT WORTH , TEXAS 76102 will be received at the Purchasing Office until 1:30 PM, Thursday, January 13, 2011 and then publicly opened and read aloud at 2 :00 PM in the Council Chambers. Contract documents, including plans and specifications for th is project may be obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http ://www .fortworthgov .org/purchasing/ and cl icking on the project link . This link will take you to the advertised project folders on the City 's Buzzsaw site , where the plans and contract documents may be downloaded, viewed , and printed by interested contractors an~/~r suppliers . Hard copies of plans and contract documents are available at the office of the design engineer, URS Corporation, 1300 Summit Avenue , Suite 600, Fort Worth , Texas 76102 , at a cost of $100 .00 per set (non-refundable). The major work will consist of the (approximate) following : SECTION A -STORM DRAINAGE IMPROVEMENTS 1,074 LF 18 CY 194 LF 22,745 CY 64,450 SF 1 LS 637 SF 1 LS 39,600 TN 400 TN 40 TN 5,580,000 GL 1,079 CY 2,252 SY 4,221 SY Misc. 2 -8' X 7' Reinforced Concrete Box (either Cast-In-Place or Precast) Reinforced Concrete for Outfall Headwall, Wingwall, Apron Remove and Dispose of Exist. 2 -8' X 7' Reinforced Concrete Box Various Grades of Backfill Temporary Excavation Support Jet Grouting Soil Stabilization Stone Fascia For Headwall Stone Fascia Support System Class I Non-Hazardous Soil Material Management and Disposal Class II Non-Hazardous Soil Material Management and Disposal Hazardous Material Soil Management and Disposal Test, Load and Dispose of Contaminated Fluids 6" Topsoil Grass Sod Hydromulch Grass Seeding Mobilization, SWPPP, Exploratory Excavation SECTION B -PAVEMENT RECONSTRUCTION 1,789 SY 8" Lime Stabilized Subgrade 31 TN Lime for Stabilization (32 Lbs/SY) 1,677 SY 8" Reinforced Concrete Pavement 996 LF 7" Reinforced Concrete Curb 530 SF 6" Reinforced Concrete Driveway 2,700 SF 4' Wide Reinforced Concrete Sidewalk 100 LF Metal Beam Guard Fence Rev 2-2-10_ TPW NB-1 NOTICE TO BIDDERS SECTION C -WATER LINE REPLACEMENTS 65 LF 8" DI Water Line 96 LF 8" PVC C900 DR 14 Water Line 85 LF 12" PVC C900 DR 14 Water Line 1 EA 8" Gate Valve 1.3 TN Ductile Iron Fittings Misc. Connections to Existing Water Lines, Temporary 2" Water Service, Exploratory Excavation D-Hole SECTION D -SANITARY SEWER REPLACEMENTS 168 98 5 17.3 266 Misc. LF 8" PVC, SDR 35, Sanitary Sewer Pipe LF 12" PVC, SDR 35, Sanitary Sewer Pipe EA 4' Diameter Sanitary Sewer Manhole EA Added Depth for 4' Dia. San. Sewer Manhole > 6' Depth LF Trench Safety System for Trenches Deeper Than 5' Depth Concrete Collar, Watertight Insert, Vacuum Test, Post Construction TV Inspection, Exploratory Excavation D-Hole SECTION E -TRAFFIC CONTROL 1,115 SY 1,115 SY 4,270 LF 1,120 LF 1,120 LF 1,120 LF 1 LS Misc. Temporary 2" HMAC Type D Detour Pavement Temporary 6" HMAC Type B Detour Pavement 4" Temporary White Pavement Marking 4" Temporary Double Yellow Pavement Marking 24" Temporary White Stop Bar Pavement Marking 4" Temporary White (Broken) "Puppy Tracks" Pavement Marking Signs, Barricades and Traffic Routing Lane Markers of Various Types, 7" Curb, Unclassified Street Excavation, Fill Material, Grass Sod, Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. Bid security is required in accordance with the Special Instruction to Bidders. Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form . Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive . All addenda will be made available on-line with the contract documents . Contractors and/or suppliers are requested to register as plan holders on-line (on Buzzsaw site) in order to receive notifications regarding the issuance of addenda. It shall be the bidding contractor's sole responsibility to verify they have received and considered all addenda, prior to submitting a bid. The water and sanitary sewer work must be performed by a contractor that is pre-qualified by the Water Department at the time of the bid opening . A general contractor, who is not pre- qualified by the Water Department, must employ the services of a subcontractor who is pre- qualified. The procedure for pre-qualification is outlined in the "Special Instructions to Bidders (Water-Sewer)". For additional information, please contact Theror;i Darr, P.E. with URS Corporation at Telephone Number: 817-390-1061 or by email: theron_darr@urscorp .com, and/or Michael Owen . P.E., Project Manager, TPW Department at 817-392-8079 or by email: Michael .Owen@fortworthgov .org. Rev 2-2-10_TPW NB-2 NOTICE TO BIDDERS A MANDATORY pre-bid conference will be held on Monday, December 20, 2010 at 10:00 a.m., in TPW Conference Room 289 located on the 2nd Floor of City Hall, 1000 Throckmorton Street, Fort Worth, TX. Bids from contractors who were not represented at the conference will NOT be considered. Bidders are encouraged to review the plans and specifications prior to the pre-bid conference. Advertising Dates: December 9, 2010 December 23 , 2010 Rev 2-2-10_ TPW NB-3 COMPREHENSIVE NOTICE TO BIDDERS .... URS No. 25337785 COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following : FOREST PARK -PARKVIEW STORM DRAINAGE IMPROVEMENTS FROM THE TRINITY RIVER TO THE WEST FREEWAY (IH 30) City Project No. 00674 Addressed to: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until 1 :30 PM, Thursday, January 13, 2011 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Contract documents, including plans and specifications for this project may be obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http ://www.fortworthgov .org/purchasing/ and clicking on the project link. This link will take you to the advertised project folders on the City's Buzzsaw site, where the plans and contract documents may be downloaded, viewed , and printed by interested contractors and/or suppliers. Hard copies of plans and contract documents are available at the office of the design engineer URS Corporation , 1300 Summit Avenue, Suite 600, Fort Worth, Texas 76102, at a cost of $100.00 per set (non-refundable). The major work will consist of the (approximate) following : SECTION A -STORM DRAINAGE IMPROVEMENTS 1,074 LF 18 CY 194 LF 22,745 CY 64,450 SF 1 LS 637 SF 1 LS 39,600 TN 400 TN 40 TN 5,580,000GL 1,079 CY 2,252 SY 4,221 SY Misc. 2 -8' X 7' Reinforced Concrete Box (either Cast-In-Place or Precast) Reinforced Concrete for Outfall Headwall, Wingwall, Apron Remove and Dispose of Exist. 2 -8' X 7' Reinforced Concrete Box Various Grades of Backfill Temporary Excavation Support Jet Grouting Soil Stabilization Stone Fascia For Headwall Stone Fascia Support System Class I Non-Hazardous Soil Material Management and Disposal Class II Non-Hazardous Soil Materi al Management and Disposal Hazardous Material Soil Management and Disposal Test, Load and Dispose of Contaminated Fluids 6" Topspoil Grass Sod Hydromulch Grass Seeding Mobilization, SWPPP, Exploratory Excavation SECTION B -PAVEMENT RECONSTRUCTION 1,789 SY 8" Lime Stabilized Subgrade 31 TN Lime for Stabilization (32 Lbs/SY) 1,677 SY 8" Reinforced Concrete Pavement 996 LF 7" Reinforced Concrete Curb 530 SF 6" Reinforced Concrete Driveway 2,700 SF 4' Wide Reinforced Concrete Sidewalk 100 LF Metal Beam Guard Fence Rev 212110_ TPW CNB-1 COMPREHENSIVE NOTICE TO BIDDERS SECTION C -WATER LINE REPLACEMENTS 65 LF 8" DI Water Line 96 LF 8" PVC C900 DR 14 Water Line 85 LF 12" PVC C900 DR 14 Water Line 1 EA 8" Gate Valve 1.3 TN Ductile Iron Fittings Misc. Connections to Existing Water Lines, Temporary 2" Water Service, Exploratory Excavation D-Hole SECTION D -SANITARY SEWER REPLACEMENTS 168 LF 8" PVC, SOR 35, Sanitary Sewer Pipe 98 LF 12" PVC, SOR 35, Sanitary Sewer Pipe 5 EA 4' Diameter Sanitary Sewer Manhole 17.3 EA Added Depth for 4' Dia. San. Sewer Manhole> 6' Depth 266 LF Trench Safety System for Trenches Deeper Than 5' Depth Misc. Concrete Collar, Watertight Insert, Vacuum Test, Post Construction TV Inspection, Exploratory Excavation D-Hole SECTION E -TRAFFIC CONTROL 1,115 1,115 4,270 1,120 1,120 1,120 1 Misc. SY Temporary 2" HMAC Type D Detour Pavement SY Temporary 6" HMAC Type B Detour Pavement LF 4" Temporary White Pavement Marking LF 4" Temporary Double Yellow Pavement Marking LF 24" Temporary White Stop Bar Pavement Marking LF 4" Temporary White (Broken) "Puppy Tracks" Pavement Marking LS Signs, Barricades and Traffic Routing Lane Markers of Various Types, 7" Curb, Unclassified Street Excavation, Fill Material, Grass Sod, 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 is required in accordance with the Special Instruction to Bidders . The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities . No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of contract, if made, will be within ninety (90) days after the opening of bids, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. All addenda will be made available on-line with the contract documents. Contractors and/or suppliers are requested to register as plan holders on-line (on Buzzsaw site) in order Rev 212110_ TPW CNB-2 COMPREHENSIVE NOTICE TO BIDDERS to receive notifications regarding the issuance of addenda . It shall be the bidding contractor's sole responsibility to verify they have received and considered all addenda, prior to submitting a bid. Bidders must complete the PROPOSAL section, including the "Vendor Compliance to State Law", and submit these executed documents or face rejection of the bid as non-responsive. In accord with the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City of Fort Worth contracts . A copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM (with "Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received no later than 5:00 p.m ., five (5) City of Fort Worth business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the 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. The water and sanitary sewer work must be performed by a contractor that is pre-qualified by the Water Department at the time of the bid opening. A general contractor, who is not pre-qualified by the Water Department, must employ the services of a subcontractor who is pre-qualified . The procedure for pre- qualification is outlined in the "Special Instructions to Bidders (Water-Sewer)". SUBMISSION OF BID AND AWARD OF CONTRACT The proposal, including Section A , Alternates No. 1 and No. 2, for Storm Drainage Improvements, Section B for Pavement Removal and Replacement, Section C for Water Line Removal and Replacement, and Section D for Sanitary Sewer Removal and Replacement, within this document is designed as a package. In order to be considered an acceptable bid, the Contractor is required to submit a bid for both alternates in Section A and for Sections B, C and D. A bid proposal submittal for a multi-unit project with only a single proposal unit complete will be rejected as being non-responsive. The Contractor who submits the bid with the lowest price, will be the apparent successful bidder for the project. Bidders are hereby informed that the Director of the Transportation and Public Works 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. For additional information, please contact Theron Darr, P.E., with URS Corporation at Telephone Number: 817-390-1061 or by email: theron_darr@urscorp.com, and/or Michael Owen, P.E., Project Manager, TPW Department at 817-392-8079 or by email: Michael.Owen@fortworthgov.org . A MANDATORY pre-bid conference will be held on Monday, December 20, 2010 at 10:00 a.m., in TPW Conference Room 289 located on the 2nd Floor of City Hall, 1000 Throckmorton Street, Fort Worth, TX. Bids from contractors who were not represented at the conference will NOT be considered. Bidders are encouraged to review the plans and specifications prior to the pre-bid conference. DALE A. FISSELER, P.E. CITY MANAGER Advertising Dates : December 9, 2010 December 23, 2010 Rev 212110_ TPW By: _ _..,__-L....-.---+---ea--=---- Michael wen, P.E. Transportation & P blic Works Department CNB-3 MARTY HENDRIX CITY SECRETARY URS No . 25337785 SPECIAL INSTRUCTIONS TO BIDDERS WATER DEPARTMENT SPECIAL INSTRUCTIONS TO BIDDERS I) 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 analysis of the contractor. It is the bidder's responsibility to submit the following documentation : a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one (I) year old . In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification . b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work 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 (IO) 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 (I) 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$ I 00 ,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion , will determine the adequacy of the proof required herein . 3 . BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred (100%) percent of the contract price will be required, Reference C 3-3 .7 . 09/10/04 4. WAGE RATES: Section C3-3 . I 3 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment ofnot 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 C 1: 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 Government, Contractor covenants that neither it nor any of its officers, members, agents employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions 09/10/04 2 or privileges of their employment, discriminate against persons because of their age except on the bases of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification , retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10 . DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors . Contractor warrants it will fully comply with AD A's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORJTY AND WOMEN BUSINESS ENTERPRISES: In accord with City offort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR 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 oftime of not less than three (3) years . 12. FINAL PAYMENT, ACCEPTANCE AND WARRANTY: a . The contractor will receive full payment (less retainage) from the city for each pay period. 09/10/04 3 b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d . The warranty period shall begin as of the date that the final punch list has been completed . e . Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated dam a ges , 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 d amages, the parties shall attempt to resolve the differences within 30 calendar days . 09/10/04 4 .... SPECIAL INSTRUCTIONS TO BIDDERS TRANSPORTATION/ PUBLIC WORKS DEPARTMENT URS No. 25337785 SPECIAL INSTRUCTION TO BIDDERS (TRANSPORTATION AND PUBLIC WORKS) 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than five percent (5%) of the total of the bid submitted must accompany the bid , and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten ( 10) days after the contract has been awarded . To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the 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 United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. In this connection, the successful bidder shall be required to furnish a performance bond and a payment bond, both in a sum equal to the amount of the contract awarded . The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253, Texas Government Code . In order for a surety to be acceptable to the City, the surety must (I) 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 rein surer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of 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 . 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 . The City will accept no sureties who are in default or delinquent on any bonds or who have an interest in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the contract amount is in excess of$ I 00,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth . All contracts shall require a maintenance bond in the amount of one hundred percent (100%) of the original contract amount to guarantee the work for a period of two (2) years after the date of acceptance of the project from defects in workmanship and/or material. Rev 3-13-09 3. LIQUIDATED DAMAGES: The Contractor's attention is called to Part I, Item 8, paragraph 8 .6, of the "General Provisions" of the Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. 4. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 5 . EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278 as amended by City Ordinance No. 7400 (Fort Worth City Code Section 13-A-2 l through l 3-a-29) prohibiting discrimination in employment practices . 6. WAGE RATES: Section 8 .8 of the Standard Specifications for Street and Storm Drain Construction is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258 , Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of 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 the special provision titled "Right to Audit" pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. (d) With each partial payment estimate or payroll period, whichever is less , an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (e) The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times . Section 8 .9 of the Standard Sp ec ifications for Street and Storm Drain Construction is hereby deleted . 7. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Transportation and Public Works if required for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 8 . INSURANCE: Within ten ( 10) days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Worker's Compensation and Comprehensive General Liability (Bodily Injury-$500,000 each person , $1 ,000,000 each occurrence ($2,000,000 aggregate limit); Property Damage -$250,000 each occurrence). The City reserves the right to request any other insurance coverages as may be required by each individual project. Rev 3-13-09 9 . ADDITIONAL INSURANCE REQUIREMENTS: a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents , 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein . d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal , and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium . e . Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A : Vil or equivalent measure of financial strength and solvency. f. Deductible limit s, 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. 1. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss . Contractor's liability shall not be limited to the specified amounts of insurance required herein. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 10. N ONRESIDENT BIDD ERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located . Rev 3-13-09 "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds . The appropriate blanks of the Proposal must be filled out by all non resident bidders in order for its bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder . 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In a accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts . A copy of the Ordinance can be obtained from the Office of the City Secretary . The bidder shall submit the MBE/WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM , PRIME CONTRACTOR WAIVER FORM, and /or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m ., five (5) City business days after the bid opening date . The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a minority business enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less that three (3) years. 12. AWARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of ninety (90) days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM, and/or the JOINT VENTURE FORM ("Documentation") as appropriate is received by the City. The award of contract, if made, will be within ninety (90) days after this documentation is received, but in no case will the award be made until all the responsibility of the bidder to whom it is proposed to award the contract has been verified. 13 . PAYMENT: The Contractor will receive full payment (minus retainage) from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project. Rev 3-13-09 14. ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained on-line on City's Buzzsaw site or by contacting the City Project Manager . Bids that so not acknowledge all applicable addenda may be rejected as non-responsive . 15 . CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a . Definitions : Rev 3-13-09 Certain of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory worker's compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096)-includ es a ll persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes , without limitation , independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or toner services related to a project. "Services" does not include activities unrelated to the project , such as food/beverage vendors, office supply deliveries, and delivery of portable toilets . b. The contractor shall provided coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) or all employees of the contractor providing services on the project, for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: ( 1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project ; and (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 ( I 0) 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 wiring by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (I) -(7), with the certificates of coverage to be provided to the person for whom they are providing services . Rev 3-13-09 J By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative , criminal, civil penalties or other civil actions. k . The contractor's failure to comply with any of these provisions is a breach of contract by the contractor does not remedy the breach within ten days after receipt ofnotice of breach from the governmental entity. B. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules . This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker" compensation insurance. This includes persons providing, hauling or delivering equipment or materials , or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee". Contact the Texas Workers ' Compensation Commission to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". 16 . NON DISCRIMINATION: The contractor shall not discriminate against any person or persons because of sex, race, religion, color, or national origin and shall comply with the provisions of City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13A-21 through 13A-29), prohibiting discrimination in employment practices . 17 . AGE DISCRIMINATION: In accordance with the policy(" Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any of its officers, members , agents, or employees, will engage in performing this contract, shall , in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against person because of their age except on the basis ofa bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, or employees, or person acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this Contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations asserted by third parties against City arising out of Rev 3-13-09 Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this Contract. 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or current employees of Contractor. Contractor warrants it will fully comply with AD A's provisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this Contract. 19. PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete . c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d . The warranty period shall begin as of the date that the final punch list has been completed . e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable . g . In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days . Rev 3-13-09 PART3 M/WBE DOCUMENTATION URS No . 25337785 FORT WORTH -. ~ City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY , If the iotal 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 ST A TEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Bus iness Enterprises (M/WBE) in the procurement of all goods and services to the C ity 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 t his proje ct is __ 2_2 __ % of the total bid (Base bid applies to Parks and Community Serv ices). 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 , with in the following times allocated, in order for the entire bid to be considered responsive to the specifications . The Offerci r shiill delivert h'rii MW..BE d8"ct1 rnen i ai ion .,_ .c-:• · ~-.,. · r., ,....,.·r,~• .. -:· ·:,:~· --"":"' '.; .-~,--·~. · .,·-···.;: ·.. , r. , .. • ~.··.:1· ·;•,.,.: " ·., ···,. ~· . :· : :1 ··, ., .·-.:-.. , ... ,,.-·-:'.-• .,.~ . ;,. :··-';-: · · · · · · -· . · • -:_:,,'. , ·. ~-· :!:.· · · '.:-_i.'-:' r' -.::-:::·~r,.~~--.1~ <":"·~,' _',. ,. ··--:·--~·-• ·.r:.r..::~ •, . ·.~.-: · .. : . •·-· .,.•, iri j:J e1:,son J o . the":app~opriate employee. of the ,ma11agir.ig -department and obta iilia date./tinJ e rfci:iipt{:Si.ich :rif c_eii:,t _shall · ·-,.11:':<·~ ".:;-." i, · •,::~;,:.'::_c,. ,, .:·.;:: :~;; ''.. ; --~; ... :· :· · . · :,. -:.-.• ·. ·;-... ·:. · . · . · ··-,:·: .. ,,_..::·•i,;·:-:-.,;:t ·:~ .,. =;:,~~ ,~···.'.-1';.i-.··.:;,;!;':1i·~--~:, ,·. •• b~ e.vi_i;l ~11 t e.J1:i at;_t he ;C1ty_,rece1ve.dth e. doqumentat1 9,n }n, thet1me allocated _:-· A fa?(ed •c_opy;,VJ,!1!:~ot.t?e.:~cc!(!,PJ~ci , 1. Subcontractor Utilization Fonn, 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 openinq date . 2. Good Faith Effort and Subcontractor received by 5 :00 p.m ., five (5) City bus iness days after the bid Utilization Form , if participation is less than opening date, exclusive of the bid open ing date . stated qoal : 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 : openinq date , exclusive of the bid openinq date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m ., five (5) City bus iness days after the bid perform all subcontractinq/supplier work : openinq date, exclusive of the bid open ing date. 5. Joint Venture Form , if utilize a joint venture received 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 COMPLYWITH 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 FO R T WORTH ---. _, PRIME COMPANY NAME: BAR Constructors, Inc . PROJECT NAME: City of Fort Worth Good Faith Effort Form Forest Park -Parkview Storm Drainage Improvements City's M/WBE Project Goal: I PROJECT NUMBER 22 % 00674 ' '-' p ATTACHMENT 1C Page 1 of 3 1: ) <:, I Check applicable block to describe prime xi Mtw1osE I I NON-M/W/DBE BIO DATE 01/27/2011 If you have failed to secure M/WBE parti cipation 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 2nd tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Pavin Fencing Drilling Concrete Seeding/Sodding Pipe and Valves Traffic Stripping/Marking Aggregate TV Testing Lime Jet Grouting Rev. 05/30/03 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. l_Yes __ No Date of Listing ...Q1_t 03 /_jj_ 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? (via email) ~ Yes (If yes , attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.) __ No 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? __x_Yes __ No (If yes , attach list to include~ of M/WBE firm, person contacted, phone number and date and time of contact.) Dirt Trucking -Javier -817-261-3478 -1/24/2011 Andrews Paving -Donna Russel -972-735-8830 -1/25/2011 NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? ~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 necessary, and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection Texas Environmental Mgmt 940-648-3640 Not provided Seeding/ErosionControi Not low bid Brock Environmental 214-394-6757 Ron Brock Erosion Control Not low bid Buyers Barricades 817-535-3939 Blake Tuggle Traffic Control Not low bid Cowtown Traffic Control 817-924-4524 Roosevelt Burrell Traffic Control Not low bid Road Master Striping 93 0-326-4530 Dino Vasquez Stripping Not low bid Clemons Trucking 214-794-1645 Thelma Clemons Hauling Not low bid Texas Sand & Gravel 817-225-0059 Debra Green Aggregates Not low bid Rev. 05/30/03 ADDITIONAL INFORMATION: , · ATTACHMENT 1C Page 3 of 3 Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements . Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the ity's /WBE 0 Pres ident Title BAR Constructors , Inc. Company Name PO Box 10 Address Lancaster TX 75146 City/State/Zip Isidro Arrambide Jr. Printed Signature Nata lie Pruitt / Sr. Accoun tant Contact Name and Title (if different) 972-227-3287 972-227-9043 Phone Number Fax Number nataliep@barconstructors.com Email Address 01/31/2011 Date Rev. 05/30/03 FORT WORTH ------.---- PRIME COMPANY NAME: BAR Constructors, PROJECT NAME: City of Fort Worth Subcontractors/Suppliers Utilization Form 7 . '-< ATTACHMENT 1A Page 1 of 4 Check applicable block to describe prime Inc . xi M/WtDBE I I NON-M/W/DBE Forest Park -Parkview Storm Drainage Improvements BID DATE 01/27/2011 City's M/WBE Project Goal: I Prime's M/WBE Project Utilization: PROJECT NUMBER 2 2 % 59. 5 % 00674 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 MM/BE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth . The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker , Johnson , Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties . Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace , that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the MM/BE 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 aqreement. Rev. 5/30/03 fORTWORTH ---...,-..-- ATIACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers , regardless of status ; i.e ., Minority , Women and non-MiWBEs . SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax BAR Constructors, Inc. PO Box 10 Lancaster, TX 75146 972-227-3287 972-227-9043 fax Action Services PO Box 850 Rockwall,TX 75087 972-771-3832 972-771-6525 fax Magnum Manhole & Underground, Inc. 3828 Cavalier Dr. Garland, TX 972-276-2048 972-276 -5318 fax Andrews Paving PO Box 7001 Dallas, TX 75209 972-735-8830 972-636-3684 fax Pirt Trucking ~407-D W Arkansas Ln ~rlington, TX 76013 817-261-3478 8 1 7 -4 6 9 -916 9 ( fax) JTM Materials PO Box 2496 Denton, TX 76202 940-243-8530 Please list M!WBE firms first , use additional sheets if necessary . Certification {check one) T 1-----r--.....--r--=r-t i N N 0 n e M W C X M r B B T D W E E R O B C T E A 1 X 1 X 1 X 1 X 1 X 1 X Detail Subcontracting Work General Contractor Pavement Markings Vacuum Testing TV Testing Paving Detail Supplies Purchased :ommon Fill Embedment Dollar Amount $3,060,676 $6,500 $1,000 $24,000 $170,000 $150,000 Rev . 5/30/03 FORTWO RTH ~- ATTACHM ENT 1A Page 3 of 4 Pri mes a re required to iden ti fy ALL s ub co ntractors/su ppliers , reg ardl ess of status ; i.e ., Min ority , Wome n and no n-M/W BEs . Ple ase li st M/WBE firms first , use add iti onal sheets if necessary . SUBCONTRACTOR/SUPPLIER T Compa ny Name i Addre ss e Telephone/Fax r USA Erosion 1 237 Blackland Rd. Royse City,TX 75 1 89 972-240-9500 972-240-9300 fax Eagle Environmental 1 2520 Electronic Ln . Ste 807 Dallas, TX 75220 214-353-0400 214-353-0116 fax CrossRoads, L.P . 1 5012 David Strickland Rd. F ort Worth,TX 76119 817-634-0044 817-634-0048 fax us Lime Company 1 PO Box 201752 Dallas, TX 75320 972-991-8400 972-385-1805 fax Lattimore Materials 1 PO Box 2469 Addison , TX 75001 972 -221-4646 9 7 2-221-9647 fax Hanson Pipe ~ 1950 Stemmons Frwy Dallas, TX 75284 972-263-2181 Certification N 0 (check one) n f--~~~N~~T-1 De tail M B E C X W T D B R 0 E C T A X M Subcontract ing Work w B E See d ing X Disposa l of Con t am inated Fluids ' -' X X X X Detail Supplies Pu rchased Fence Lime Concrete Dollar Amoun t $1,100 $25,000 $2,500 $4,100 $25,000 Box Cu l verts, $1,200,000 Manholes, & Pipe Re v . 5/30/03 fORTWORTH ~ ATTACHMENT 1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status ; i.e ., Minority , Women and non-M/WBEs . Please list M/WBE firms first , use additional sheets if necessary . SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax Russo Corporation 333 Sansom Blvd. Saginaw, TX 76179 817-566-7370 817-566-7371 fax T i e r 1 Liberty Drilling Co. 1 1103 Lakeshore Dr. Mesquite, TX 75149 972-285-9111 972-285-0425 fax Eagle SWS 721 Conrad Hilton Cisco, TX 76437 254-442-1553 254-442-2390 fax 1 HD Supply Waterworks 1 PO Box 569250 Dallas, TX 75356 214-631-9410 2 14-905-0768 Certification (check one) N C M w T B B R E E C A T X D 0 T N 0 n Detail M Subcontracting Work w B E X Jet Grouting X Drilling x: Disposal of Contaminated Soils X Detail Supplies Purchased Dollar Amount $170,000 $125,000 $770,000 ~ipe,fittings $18,000 Rev . 5/30/03 FO RT WORT H ~ Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ 3,413,276 $ 2,321,600 ATIACHMENT 1A Page 4 of 4 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 5,734,876 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 Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors , including M/W/DBE(s) arrangements subm itted with the bid. The Offeror also agrees to allow an audit and/or examination of any books , records and files held by their company . The bidder agrees to allow the transmission of interviews with owners , principals, officers , employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract , by an authorized officer or employee of the City . Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Isidro Arrambide, Jr. Printed Signature President Natalie Pruitt /Sr. Accountant Title Contact Name/Title (if different) BAR Constructors, Inc 972-227-3287 Company Name Telephone and/or Fax PO Box 10 nataliep@barconstructors.com Address E-mail Address Lancaster TX 75146 1-31-11 City/State/Zip Date Rev . 5/30/03 PROPOSAL TO: The Purchasing Department Ci ty of Fort Worth , Texas Fort Wo rth, Texas 13-Jan-11 FOR: FOREST PARK· PARKVIEW STORM DRAINAGE IMPROVEMENTS From The Trinity River To The West Freeway (IH 30) City Project No .: 00674 SECTIONS: Section A1 -Storm Drainage Improvements -Alternate 1 -Cast In Place Option Section A2 -Storm Drainage Improvements -Alternate 2 -Precast Option Section B -Pavement Reconstruction Section C -Water Line Replacements Section D -Sanitary Sewer Replacements Section E -Traffic Control 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 a ll 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. If required by this project, Contractor must be pre-qualified in accordance with the projects sponsoring Departments of the City of Fort Worth requirements . Upon acceptance of this Proposal by the City Council and required by thi s 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 n ot reflect actua l quantities, by represent the best accuracy based on a reasonabl e effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. Special Note: All contractors_are advised that one contract wi ll be awarded to the lowest combined bid for all Units/Sections. Sections Al and A2 each propose a different method of constructing portions of the reinforced concrete drainage boxes: Section Al -Alternate 1 -Cast In Place Option proposes the construction of the proposed parallel boxes, the required transition sections and the replacement of damaged sections of the existing RCB by the cast in place method . The use of precast boxes shall not be considered in this alternate. P-1 Adde ndum No. 1 Section A2 -Alternate 2 -Precast Option proposes the furnishing and installation of precast boxes for the construction of the parallel boxes and the replacement of the damaged sections of the existing RCB; the transition sections would continue to be constructed by the cast in place method. The precast sections shall include (a) the section between Sta. 0+40 and Sta. 9+20 of the new parallel 2 -8' X 7' boxes, and (b) the section between Sta. 2+86.59 and Sta. 4+68.79 of the 2 -8' X 7' replacement boxes. The Bidder shall submit a bid for both Bid Alternate No. 1 (Cast In Place Option for Storm Drainage Improvements) and for Bid Alternate No. 2 . (Precast Option for Storm Drainage Improvements). The City of Fort Worth (Owner) will select the bid alternate most advantageous to the City or may reject all bids in accordance with the provisions of Section C3-3 .l CONSIDERATION OF PROPOSALS of PART C - GENERAL CONDITIONS. P-2 Addendum No . 1 City of Fort Worth Project Manager: Michael Owen , P.E. Project 00674 -FOREST PARK -PARKVIEW STORM DRAINAGE IMPROVEMENTS FROM THE TRINITY RIVER TO THE WEST FREEWAY (IH 30) UniUSection Date City Project Your Vendor Number Your Company Name Bid Items Line Number 1-A1 . 2-A1. 3-A1 . 4-A1 . 5-A1 . 6-A1 . 7-A1 . 8-A1 . 9-A1 . 10-A1 . 11-A1 . 12-A1 . 13-A1 . 14-A1 . 15-A1 . 16-A1 . 17-A1 . 18-A1 . 19-A1 . 20-A1 . 21 -A1 . 22-A1 . 23-A1. 24 -A1 . 25-A1 . 26-A1 . 27-A1 . Section A1 -STORM DRAINAGE IMPROVEMENTS -Al TERNATE NO. 1 -CAST IN PLACE (CIP) OPTION 111912011 674 6684783397 BAR Constructors, Inc. CPMS Record Number BID-00891 810-00070 8 10-00069 81D-00054 BID-00545 BID-00543 NIA NIA NIA NIA BID -00145 BID-00145 BID-00145 BID-00146 NIA NIA BID -00124 BID -00100 BID -00540 BID -00082 81D-00504 BID-00414 BID-00147 BID-00137 BID-00134 BID -00372 BID -00146 Material Concrete ServiceCS Concrete ServiceCS Soil Soil Se rvi ceCS Se rvice CS ServiceCS ServiceCS ServiceCS ServiceCS Se rvi ceCS Concrete Steel Se rviceCS Soil Vegetation Vegetation ServiceCS ServiceCS Contractor Instructions: Fill in green cells with your CFW Vendor ID, your Company Name and your bid amounts. When your bid is complete, save and close, start Buzzsaw and Add your proposal to the folder with your Company Name within project's B id Response folders . Description Construct 2-8'x7' Re inforced Concrete Box (Cast-In-Place} Remove and Dispose of a Portion of Existing Reinforced Co ncrete Headwall , Wingwall and Apron Constru ct Reinforced Concrete Structure -Headwall, Wingwall , Apron, Walk Above Headwall Remove and Dispose of Portions of Existing 2 -8' X 7' Reinforced Concrete Box Select (Type B } Backfill Material -Borrow -Install and Compact Non-Select (General) Backfill Material -Borrow -Install and Compact Furnish and Install Temporary Excavation Support Jet Grouting Soil Stabilization Stone Fascia For Headwall At Trinity River (To Be Determined by City of Fort Worth} Stone Fascia Support System (By Heckman or Approved Equivalent) Management and Disposal of Class II Non-Hazardous Soil Material Management and Disposal of Class I Non-Hazardous Soil Material Management and Disposal of Hazardous Soil Material Test, Load and Dispose of Contaminated Fluid s Prepare , Manage and Close-out Site Specific Health and Safety Plan for Project Duration Prepare , Manage and Close-out Site Waste ManagemenVDisposal Plan for Project Duration Mobilization Storm Water Pollution Prevention Plan, >1 Acre Exploratory Excavation Dehole (10' to 20' Depth} Furni sh and In stall 24 inch (Class Ill) RCP Sign -Project Designation -Install Utility Adjustment -Repair 6 Inch Top So il -Ins tall Grass-Sod -In stall Grass-Hvdromulch See dino -Install Furni sh and In stall Trench Safety System for Trench es Deeper Than 5' Depth Test, Loa d and Di spo se of Contaminated Fluids into City's Sa nitary Sewer System P-3 Unit of Measure Quantity LF 1,074 LS 1 CY 18 LF 194 CY 6,745 CY 16,000 SF 64,450 LS 1 SF 637 LS 1 TON 39,600 TON 400 TON 40 GAL 1,000 ,000 LS 1 LS 1 LS 1 LS 1 EA 5 LF 30 EA 2 LS 1 CY 1,079 SY 2 ,252 SY 4 ,221 LF 895 GAL 4 ,580 ,000 Total Bid This Section Your Unit Price Your Bid NIB NIB Nl8 NIB Nl8 NIB NIB NIB NIB NIB NIB NIB NIB NIB NIB NIB NIB NIB NIB NIB NIB NIB NIB NIB NIB NIB NIB NIB NIB Nl8 NIB Nl8 NIB NIB NIB NI B NIB NIB NIB NIB Nl8 NIB Nl 8 NIB Nl8 NIB NIB NI B NIB NIB NIB NIB NIB NI B NB ----------- Addendum No . 3 City of Fort Worth Project Manager: Michael Owen, P.E . Project 00674 -FOREST PARK -PARKVIEW STORM DRAINAGE IMPROVEMENTS FROM THE TRINITY RIVER TO THE WEST FREEWAY (IH 30) UniUSection Date City Project Your Vendor Number Your Company Name Bid Items Line Number 1-A2 . 2-A2. 3-A2 . 4-A2. 5-A2 . 6-A2. 7-A2. 8-A2 . 9-A2 . 10-A2. 11-A2. 12-A2. 13-A2. 14-A2 . 15-A2. 16-A2. 17-A2 . 18-A2 . 19-A2. 20-A2 . 21 -A2. 22-A2 . 23-A2 . 24-A2 . 25-A2 . 26-A2 . 27-A2 . 28-A2 . Section A2 -STORM DRAINAGE IMPROVEMENTS -ALTERNATE NO. 2 -PRECAST OPTION 111912011 674 6684763397 BAR Constructors, Inc . CPMS Record Number BID -00891 BID -00070 BID-00069 BID-00054 810-00544 810-00545 810-00543 NIA NIA NIA NIA NIA NIA NIA NIA NIA NIA 810-00124 BI0-00100 810 -00540 810-00082 810-00504 810-00414 810-00147 810-00137 810-00134 810-00372 NIA Material Concrete ServiceCS Concrete ServiceCS Cement Soi l Soil ServiceCS ServiceCS ServiceCS Se rviceCS ServiceCS ServiceCS ServiceCS Concrete Steel Servi ceCS Soil Vegetation Vegetation ServiceCS ServiceCS Contractor Instructions : Fill in green cells with your CFW Vendor 10, your Company Name and your bid amounts. When your bid is complete, save and close, start Buzzsaw and Add your proposal to the folder with your Company Na me within project's B id Response folders. Description Construct 2-8'x7' Reinforced Concrete Box (Precast Sections) Remove and Dispose of a Portion of Existing Reinforced Concrete Headwall , Wingwall and Apron Construct Reinforced Concrete Structure -Headwall , Wingwall, Apron, Walk Above Headwall Remove and Dispose of Portions of Existing 2 -8' X 7' Reinforced Concrete Box Furnish and Install Flowable Backfill -Cement Stabilized Backfill Select (Type B ) Backfill Material -Borrow -Install and Compact Non-Select (General) Backfill Material -Borrow -Install and Co mpact Furnish and In stall Temporary Excavation Support Jet Grouting Soil Stabi lization Stone Facia For Headwall At Trinity River (To Be Determined by City of Fort Worth) Stone Facia Support System (By Heckman or Approved Equivalent) Management and Disposal of Class II Non-Hazardous Soil Material Management and Disposal of Class I Non-Hazardous Soil Material Management and Disposal of Hazardous Soil Material Test , Load and Dispose of Contaminated Fluids Prepare , Manage and Close-out Site Specific Healt h and Safety Plan for Project Duration Prepare , Manage and Close-out Sile Waste ManagemenUDisposal Plan for Project Duration Mobilization Storm Water Pollution Prevention Plan , >1 Acre Exploratory Excavation Oehole (10' to 20' Depth) Furnish and In stall 24 inch (Class Ill) RCP Sign -Project Designation -Install Utility Adjustments 6 Inch Top Soil Grass-Sod -Install Grass-Hydromul ch Seeding -Install Furni sh and In stall Trench Safety System for Trenches Deeper Than 5' Depth Test , Load and Di spose of Contaminated Fluids into City's Sanitary Sewer System P-4 Unit of Your Unit Measure Quantity Price Your Bid LF 1,074 $3 ,309.00 $3 ,553,866.00 LS 1 $8,170.00 $8 ,170.00 CY 18 $719 .00 $12 ,942 .00 LF 194 $127 .00 $24,638 .00 CY 173 $71 .50 $12 ,369 .50 CY 6 ,707 $17.20 $115 ,360.40 CY 16,418 $5 .00 $82,090.00 SF 64,450 $0 .50 $32 ,225 .00 LS 1 $188 ,900.00 $188,900 .00 SF 638 $25.00 $15 ,950 .00 LS 1 $9,000.00 $9,000.00 TON 39,600 $19 .70 $780,120 .00 TON 400 $51.50 $20,600 .00 TON 40 $450 .00 $18,000 .00 GAL 500 ,000 $0 .23 $115 ,000 .00 LS 1 $2,000 .00 $2 ,000 .00 LS 1 $2,000.00 $2 ,000.00 LS 1 $250,000.00 $250,000.00 LS 1 $9,790.00 $9 ,790 .00 EA 5 $525.00 $2,625 .00 LF 30 $69.00 $2,070 .00 EA 2 $530 .00 $1,060 .00 LS 1 $5 ,000.00 $5,000 .00 CY 1,079 $16 .30 $17 ,587 .70 SY 2 ,252 $3 .50 $7,882 .00 SY 4 ,221 $0 .75 $3 ,165.75 LF 895 $3 .50 $3 ,132.50 GAL 2 ,290 ,000 $0 .04 $91 ,600 .00 Total Bid This Section -------'$'--5-'-,3_8_7-'-, 1_4_3_.a_s Addendum No . 3 City of Fort Worth Project 00674 • FOREST PARK · PARKVIEW STORM DRAINAGE IMPROVEMENTS FROM THE TRINITY RIVER TO THE WEST FREEWAY (IH 30) Unit/Section Date City Project Your Vendor Number Your Company Name Bid Items Line Number 1-B . 2-B. 3-B . 4-B . 5-B . 6-B . 7-B . 8-B . 9-B . 10-B. 11-B. 12-B. 13-B. 14-B. Section B · PAVEMENT RECONSTRUCTION 1/19/2011 674 6684783397 BAR Constructors , Inc. CPMS Record Number BID-00472 BID-00486 BID-00499 BID-00453 BID-00843 BID-00404 BID-00528 BID-00402 BID-00529 BID-00847 BID -00849 BID-00405 BID-00406 BID- Material ServiceCS Lime Lime Concrete Concrete Concrete Concrete ServiceCS ServiceCS ServiceCS ServiceCS Assembly ServiceCS Contractor Instructions: Fill in green cells with your CFW Vendor ID, your Company Name and your bid amounts. When your bid is complete, save and close, start Buzzsaw and Add your proposal to the folder with your Company Name within project's Bid Response folders. Description Unclassified Street Excavation , Including Pavement Removal Construct 8" Thick Lime Stabilized Subgrade Furnish Lime for Lime Stabilization (32Lbs/SY) Construct 8" Thick Reinforced Concrete Pavement Construct 7" Reinforced Concrete Curb Construct 6" Thick Reinforced Concrete Driveway Construct 4' Wide Reinforced Concrete Sidewalk Driveway -Remove Walk -Remove Adjust Existing Water Valve Box To Finished Grade Adjust Existing Sanitary Sewer Manhole To Fiinished Grade Metal Beam Guard Fence Per TxDOT Detail MBGF-09 Remove Metal Beam Guard Fence Remove and Replace Existing Iron Pipe Fence Project Manager: Michael Owen, P.E . Unit of Your Unit Measure Quantity Price Your Bid CY 379 $9 .00 $3,411 .00 SY 1,789 $11 .50 $20 ,57 3.50 TON 31 $142 .00 $4,402.00 SY 1,677 $50 .00 $83,850 .00 LF 996 $6 .00 $5,976 .00 SF 530 $5.00 $2 ,650 .00 SF 2 ,700 $4 .00 $10 ,800 .00 SF 530 $0.50 $265 .00 SF 2 ,700 $0 .25 $675.00 EA 2 $295.00 $590 .00 EA 2 $525.00 $1 ,050 .00 LF 100 $25.00 $2 ,500 .00 LF 100 $3 .00 $300 .00 LF 360 $15.00 $5,400 .00 15-B . BID -00447 Asphalt Pavement -2 Inch-Surface Course-Type D Mix -Install (For Parking Lot Replacement) SY 3 ,020 $9.50 $28 ,690 .00 Total Bid This Section _______ s'-1_1_1.:., 1_J_2_.s_o P -5 Addendum No. 3 City of Fort Worth Project Manager: Michael Owen, P.E . Project 00674 -FOREST PARK -PARKVIEW STORM DRAINAGE IMPROVEMENTS FROM THE TRINITY RIVER TO THE WEST FREEWAY (IH 30) UniUSection Date City Project Your Vendor Number Your Company Name Bid Items Line Number 1-C . 2-C . 3-C . 4-C . 5-C . 6-C . 7-C . 8-C . 9-C. 10-C . 11 -C . 12-C. Section C -WATER LINE REPLACEMENTS 1119/2011 674 668-4783397 BAR Constructors, In c. CPMS Record Number BID-00618 BID-00591 BID-00617 BID-00220 BID-00749 BID-00751 BID-00372 BID-00541 BID-00121 BID-00121 BID-00121 BID-00768 Material PVC PVC Iron Iron Iron ServiceCS ServiceCS ServiceCS Other Other Other Steel Contractor Instructions: Fill in green cells with your CFW Vendor ID, your Company Name and your bid amounts. When your bid is complete, save and close, start Buzzsaw and Add your proposal to the folder with your Company Name within project's Bid Response folders. Description Furnish , Install and Backfill 8" PVC C900 DR 14 Water Pioe Cbv Ooen Cut , All Deothsl Furnish , Install and Backfill 12" PVC C900 DR 14 Water Pioe (bv Ooen Cut , All Deothsl Furnish , Install and Backfill 8" DI Water Pioe (bv Ooen Cut , All Deothsl Furnish and Install Cast Iron/Ductile Iron Fittinas Furnish and Install 8" Gate Valve wNalve Box & Lid Remove and Salvaae Existina Gate Valve Furni sh and In stall Trench Saftev Svste m for Trenches Deeoer Than 5' Deoth Exoloratorv Excavation Dehole (5 ' to 1 O' Deothl Connect to Existina 8 In ch Water Line , lncludina Solid Sleeve Connect to Existina 12 Inch Water Line, lncludina Solid Sleeve Cut and Plua Existina 8 Inch Water Line Install and Maintain T emoorarv 2" Water Service P -6 Unit of Your Unit Measure Quantity Price Your Bid LF 96 $45.00 $4 ,320.00 LF 85 $69 .00 $5 ,865.00 LF 65 $50 .50 $3 ,282 .50 TON 1.3 $2,000 .00 $2 ,600 .00 EA 1 $1,145 .00 $1 ,145.00 EA 1 $245.00 $245 .00 LF 85 $1 .00 $85 .00 EA 3 $525.00 $1 ,575.00 EA 3 $967.00 $2 ,901 .00 EA 2 $997 .50 $1,995 .00 EA 2 $205 .00 $410 .00 LS 1 $7,400 .00 $7,400 .00 Total Bid This Section _______ $;..3_1 ... ,8..;2_3_.s_o Addendum No . 3 City of Fort Worth Project 00674 • FOREST PARK -PARKVIEW STORM DRAINAGE IMPROVEMENTS FROM THE TRINITY RIVER TO THE WEST FREEWAY (IH 30) UniUSection Date City Project Your Vendor Number Your Company Name Bid Items Line Number 1-D. 2-0 . 3-0. Section D -SANITARY SEWER REPLACEMENTS 1/19/2011 674 6684783397 BAR Constructors, In c. CPMS Record Number BID-00351 BID-00247 BID-00213 Material PVC Iron Concrete Contractor Instructions: Fill in green cells with your CFW Vendor ID, your Company Name and your bid amounts. When your bid is complete, save and c lose, start Buzzsaw and Add your proposal to the folder with your Company Name within project's Bid Response folders. Descri ption Furnish and Install 8" SOR 35 PVC Sanitary Sewer Pipe (by Open Cut , All Depths) Furni sh and Install 12" DI Sanitary Sewer Pipe (by Open Cut, All Depths) Furnish and In stall Standard 4' Diameter Sanitary Sewer Manhole (0'-6' Depth) Project Manager: Michael Owen , P.E. Unit of Your Unit Measure Quantity Price Your Bid LF 168 $87.00 $14 ,616 .00 LF 98 $110.00 $10,780.00 EA 5 $5,010.00 $25,050 .00 4-0. BID-00214 Concrete Furni sh and In stall Added Depth for Standard 4 ' Diameter Sanitary Sewe r Manhole > 6' Depth VF 17.3 $116.00 $2,006.80 5-0. BID-00196 Concrete Furni sh and Install Concrete Collar for Sanitary Sewer Manhole EA 5 $310.00 $1 ,550 .00 6-0. BID-Concrete Furni sh and Install Concrete Cradle Per City of For Worth Detail SAN-014 LF 60 $20.00 $1,200.00 7-0. BID-00217 ServiceCS Vacuum Test Sanitary Sewer Manhole EA 5 $33.00 $165 .00 8-0 . BID-00206 ServiceCS Remove and Dispose of Existing Sanitary Sewer Manhole EA 1 $825.00 $825.00 9-0. BID-00201 ServiceCS Furnish Post Construction Cleaning and TV Inspection of New Santiary Sewer Pipe LF 266 $5.50 $1,463.00 10-0. BID-00372 ServiceCS Furnish and Install Trench Safety System for Trenches Deeper Than 5' Depth LF 266 $1 .00 $266.00 11 -0 . BID-0054 1 ServiceCS Exoloratorv Excavation Oehole (5' to 10' Depth) EA 3 $525.00 $1 ,575.00 Total Bid This Section _______ .;.$5;;..;9;.:.,4.;.9;;..;6;.;..8.;.;.0 P-7 Addendum No . 3 City of Fort Worth Project 00674 -FOREST PARK· PARKVIEW STORM DRAINAGE IMPROVEMENTS FROM THE TRINITY RIVER TO THE WEST FREEWAY (IH 30) Unit/Section Section E • TRAFFIC CONTROL Date CHy Project Your Vendor Number Your Company Name 1/19/2011 674 eee-4783397 BAR Constructors, Inc. Section E -TRAFFIC CONTROL CPMS Item Record Number Number 1-E. BID-00447 2-E. BID-00451 3-E . BID-00432 4-E . BID-00439 5-E . BID-00439 6-E . BID-00439 7-E . BID- 8-E . BID- 9-E . BID-00501 10-E . BID-00843 11-E . BID-00424 12-E . BID-00472 13-E . BID-00543 14-E . BID-00137 15-E . BID-00433 16-E . BID-00434 17-E . BID-00435 18-E. BID-00436 Asphalt Asphalt Other Other Other Other Steel Concrete ServiceCS ServlceCS Soil Vegetation Assembly Assembly Assembly Assemblv Contractor Instructions: FIii in grNn cells with your CFW Vendor ID, your Company Name and your bid amounts. When your bid 11 complete, ave and clon, start Buzz.saw and Add your proposal to the folder with your Company Name within projecf1 Bid RHponse folders. Description Temporary Pavement -2 Inch HMAC , Tvoe D Surface Course -Install Temporary Pavement -6 Inch HMAC , Type B Base Course -Install 4" Temporary White Pavement Marking 4" Temporary Double Yellow Pavement Marking 24" Temporary White Stop Bar 4" Temporary White (Broken) Punnv Tracks Pavement Marklna Low Profile Tvoe I Barricade Low Profile Tvoe II Barricade Sign-Barricades & Traffic Routing -Install Curb-7 Inch -Install Curb & Gutter -Remove Pavement-Unclassified Street Excavation -Remove Fill Material <For Temoorarv Detours) -Borrow -Install Grass Sod Pavement Markina -Lane Markers TVOP. 11-AA-4 Pavement Marking -Lane Markers TVOP. 1-C-4 Pavement Marking -Lane Markers TVOP. W-4 Pavement Markina -Lane Markers Tvoe Y-4 P-8 Project Manager: Michael Owen, P.E. Unit of Unit Your Measure Quantltv Cost Bid SY 1,115 $8 .25 $9 198 .75 SY 1,115 $26.25 $29 268 .75 LF 4,270 $1.25 $5 337 .50 LF 1120 $2 .50 $2 800 .00 LF 45 $12 .50 $562 .50 LF 160 $2 .00 $320 .00 LF 120 $84 .50 $10140.00 LF 120 $84 .50 $10,140.00 LS 1 $7 ,675 .00 $7,675 .00 LF 320 $6.00 $1 ,920 .00 LF 520 $1 .00 $520.00 CY 12 $20.00 $240 .00 CY 285 $15 .00 $4 275.00 SY 315 $3 .50 $1 102 .50 EA 5 $20 .00 $100.00 EA 12 $20 .00 $240.00 EA 60 $18 .00 $1 080 .00 EA 20 $18.00 $360 .00 Total Bid This Section _______ $8_._5_,2_a_o_.o_o Adden dum No . 3 0 ,�,. � , � i � ! � � i [ � # ti 1 [ I L t � 1 � - FINAL BID SUMMARY AL TERNA TE BID NO. 1 -CAST IN PLACE OPTION FOR STORM DRAINAGE IMPROVEMENTS Section A1 -Storm Drainage Improvements -Cast In Place (CIP) Section B -Pavement Reconstruction Section C -Water Line Replacements Section D -Sanitary Sewer Replacements Section E -Traffic Control TOTAL BID -ALTERNATE NO. 1 AL TERNA TE BID NO. 2 -PRECAST OPTION FOR STORM DRAINAGE IMPROVEMENTS Section A2 -Storm Drainage Improvements -Precast Section B -Pavement Reconstruction Section C -Water Line Replacements Section D -Sanitary Sewer Replacements Section E -Traffic Control TOTAL BID -ALTERNATE NO. 2 P-9 $1l1 ,132.SO $:31 ,au.,o $i9, mo.so 185,~89.98 NB $3-47 ,i'S~O $5,387,143 .85 $171 ,132.50 $31,823.50 $59,496.80 $85,280.00 $5,734,876.65 Addendum No . 3 WT PER FITTING QTY SIZE OF FITTING TYPE OF FITTING (lb) 2 8" 90° Bend 125 1 8" Cleaning Wye 225 2 8" Solid Sleeve 46 1 12" X8" Anchor Tee 123 1 12" Cleaning Wye 535 2 12" Solid Sleeve 76 TOTALS Total Weight= 1377 lbs or IUIAL WEIGHT COST (lb) 250 $160.00 225 $300.00 92 $200.00 123 $200.00 535 $400.00 152 $600.00 1377 $1,860.00 0.6885 Tons Contractor shall fill in blanks for "Wt per Fitting", "Total Weight" and "Cost" as a part of the bid. Contractor is responsible for correct quanity total of all fittings and specials. PRE-QUALIFIED SUB-CONTRACTOR LIST SUB-CONTRACTOR Indicate Detail Company Name Unit(s)/Section(s) Subcontracting Address Telephone/Fax Working Work BAR Constructors , Inc . All Units/Sections General Contractor PO Box 10 Lancaster, TX 75146 972-227 -3287 972-227 -9043 P-11 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or nonresident bidders in order for your bid to meet specifications. The failure of out-of-state or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. (Check One Box and complete , as applicable) 0 The principal place of business of our company is in the State of BIDDER: By: Title: a. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached . b . Nonresident bidders in the State of , our principal place of business , are not required to underbid resident bidders. The principal place of business of our company or our parent company or majority owner is in the State of Texas. BAR Constructors, Inc. ~ L~sidro Arrambide, Jr . President Company: BAR Constructors, Inc . Address: PO Box 10, Lancaster, TX 75146 Date : January 27 , 2011 THIS FORM MUST BE RETURNED WITH YOUR QUOTATION P-12 Within ten (I 0) days after notification by the City of Fort Worth , the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby . If as a requirement of this project, the undersigned bidder certifies that they have been furnished at least one set of the General Contract Documents and General or Special Specifications for Projects, and that they have thoroughly read and completely understand a ll the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assured that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction with ten (10) calendar days after issue of the work order and to complete the contract within days after beginning construction as set forth in the written work order to be furnished by the Owner. (Check One Box and complete, as applicab le) D The principal place of business of our company is in the State of a. Nonresident bidders in the State of , our principal place of business , are required to be percent lower than resident bidders by state law. A copy of the statute is attached. b. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. IX) The principal place of business of our company or our parent company or majority owner is in the State of Texas. Receipt is acknowledged of the following addenda: Addendum No . I :~/;f Addendum No . 2: Addendum No . 3: Addendum No. 4 : Addendum No. 5 : Addendum No. 6: ,a-a,-10 0/ -10 -11 OJ -/q -I / Company: BAR Constructors, Inc. Address : PO Box 10 Lancaster, TX 75146 Date: January 27 , 2011 P-13 - - - URS No . 25337785 PARTS GENERAL AND SPECIAL CONDITIONS AND SPECIAL PROVISIONS - PART C -GENERAL CONDITIONS URS No. 25337785 ,,.,,, ... ; ; ,I 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 CI-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-l.I4 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 Working Day 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 Street 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-I (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-I (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-I (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-I (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 Proposals 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 Proposals C2-2 (3) C2-2.10 Public Opening of Proposal C2-2 (4) C2-2.l 1 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 Business 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 A ward of Contract C3-3 (2) C3-3.6 Return of Proposal Securities C3-3 (2) t .. _ C3-3.7 Bonds C3-3 (2) C3-3.8 Execution of Contract C3-3 (3) '' (' - C3-3.9 Failure to Execute Contrac t. C3-3 (3) C-3-3.10 Beginning Work C3-3 (4) C3-3.1 l Insurance C3-3 (4) C3-3.12 Contractor's Obligations C3-3 (6) C3-3.13 Weekly Payrolls '-C3-3 (6) C3-3.14 Contractor's Contract Administration C3-3 (6) C3-3.15 Venue C3-3 (7) • ' > C4-4 SCOPE OF WORK C4-4.1 Intent of Contract Documents C4-4 (1) C4-4.2 Special Provisions C4-4 (1) C4-4.3 Increased 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 C5-5 (2) CS-5.6 Field Office C5-5 (3) C5-5.7 Construction Stakes C5-5 (3) (2) C5-5.8 Authority and Duties of City Inspector C5-5 (3) C5-5.9 Inspection C5-5 (4) C5-5.10 Removal of Defective and Unauthorized Work C5-5 (4) C5-5.11 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 (5) C5-5.15 Interruption of Service C5-5 (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 C6-6.1 Laws to be Observed C6-6 (1) C6-6 .2 Permits and Licenses C6-6 (1) C6-6 .3 Patented Devices , Materials, and Proce sses C6-6 (1) 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 .l 1 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 C7-7.1 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) ;., t~ ~~ ~J '\-i {, ";6 " ' • , 1 'y'•' } ll ,l~ ,, ::tr': :,.: i' ... " ' , < ,, t' •• 1 l · .- C7-7.9 C7-7.10 C7-7.1 l C7-7.12 C7-7.13 C7-7.14 C7-7.15 C7 -7.I6 C7-7.17 C8-8 C8-8.l C8-8.2 C8-8.3 C8-8.4 C8-8.5 C8-8.6 C8-8 .7 C8-8 .8 C8-8.9 C8-8.10 C8-8 .l 1 C8-8.12 C8-8.13 .. ,. ,, ... ,,, , ' '. ' ' ' . . . '':, !,. ~· l' '\ ...... t ~ l ''" t .. • Delays Time of Completion Su spension by Court Order , ,'• Temporary Suspension , . ) •,, l ' ,. ;,-::: '>-, ... , Termination of Contract due to National Emergency Suspension or Abandonment of the Work and Annulment of the Contract: Fulfillment of Contract Termination for Convenience of the Owner Safety Methods and Practices MEASUREMENT AND PAYMENT Measurement Of Quantities Unit Prices Lump Sum Scope of Payment Partial Estimates and Retainage Withholding Payment Final Acceptance Final Payment Adequacy of Design General Guaranty Subsidiary Work 1 , f . '. Miscellaneous Placement of Material Record Documents •,/ \-.,, ',_ ' . ' f. . '· , • I;; ,, ' \ 1: t. ~:l. ,, (4) \ • . ,, ' .. " ,r; . \ .} C7-7 (4) C7-7 (4) C7-7 (5) C7-7 (5) C7-7 (6) C7-7 (6) C7-7 (8) C7-7 (8) C7-7 (11) C8-8 (1) C8-8 (1) C8-8 (1) C8-8 (1) C8-8 (2) C8-8 (3) C8-8 (3) C8-8 (3) C8-8 (4) C8-8 (4) C8-8 (4) C8-8 (4) C8-8 (4) 1 ' h' ll ' 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: Cl-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 te1ms and perf01mance 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 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 Yell ow Brown Green El-White E2-Golden Rod E2A-White Blue White White b. SPECIAL CONTRACT DOCUMENTS : The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A -NOTICE TO BIDDERS (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) '· '' ' - . ., . ' . ,. ,, , . ,• . l ,!' ,. :• .. . ' , ' 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. Cl-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. C 1-1.8 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) I, Performance Bond (see paragraph C3-3.7) Payment Bond (see paragraph C3-3.7) Maintenance Bond (see paragraph C3-3.7) x.• " Proposal or Bid Security (see Special Instructions to Bidders, Part A and Cl-1 (2) , .. •, ; ;i \ '' ..... .-s 'j "'-'1 • r:· '· ," ' ;-"'-~f;: . ,· J-. ~-... ,;.. . . . '' ' {' ' .' Cl-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. Cl-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. C 1-1.13 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. C 1-1.16 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 C 1-1 .24 CALENDAR DAYS: A calendar day is any day of the week or month, no days being excepted. I'' Cl-1.25 : LEGAL HOLIDAYS: Legal holidays sh all be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: '' ; ..... "' J .... 1. New Year's day January 1 : 2. M.L. King, Jr. Birthday Third Monday in January 3. Memorial Day Last Monday in May 4 . Independence Day July 4 5. Labor Day First Mond ay in September 6. Thanksgiving Day Fourth Thursday in November 7 . Thanksgiving Friday Forth Friday in November 8 . Christmas Day December 25 '• 9. Such other days in lieu of holidays as the City Council may determine t ,-! ~t 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) • , t ' 1 J,. ,,, ' ·J ' ·' ' ' , I '( , ' I ~ 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 Association 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 SUf>plemental 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. All "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 surf ace: 1. Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment, not including an oiled surface, with or without separate base material. 3. Brick, with or without separate base material. 4. Concrete, with or without separate base material. 5. Any combination of the above . Cl-1 (5) • t ~ ",., .. i " ; I ~ ... -.,, I ' .. ·'· ' ' •, Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, all ey, roadway other surface is any area except those defined for "Paved Streets and Alleys ." or ~ 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 th e curb lines or fo ur ('4) feet back of the average edge of pavement where no curb exists . Cl-1.32 GRAVEL ST REET: A gravel street is an unimproved street to which has been added one or more appl ications of gravel or similar material other than the natural material found on the street surface before any improvement was made . ·, ,j~I, ('.~"j • °' / ~~ 4' ...I, -r·· ~,~ •• ,. • J ,,. '' .i:.).;,.:.,..-'t'~ .. ,· ¥ ·~ ,. "' .• "-•, ''J.'ft' •. {!,- ·• •' ·' .... , .... i., .. {:h ,, ' >' ' ,t )'.. ,, .. ·f.; .a ,.•i" .~ <I ~,.. ' • ,,. _,. i •.. ' ' > • . . '.P• . ,, . ' < .. " • .,. 'f'' l' ... ~ ~ ~ ,, . ', • l ' . ~ l, .;,. ,; ., " ( "7f :i... ~' " ·(~1:. t ,, ~ ,t "'t i-+ ! ' "; •. .... ,.. ,#J .i:"' ,,, ,/ .: r .... , , ! t ~-i~~..,... .,,·' ;i., ·r/·" r ~·· l..,. _; !,.:·1· C l-1 (6) . ",". t> f.. " "'t'" .. ,,. ,• •' .. . . SECTION C -GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2. l PROPOSAL FORM: The Owner will furnish bidders with Proposal form, which will contain an itemized list of the 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 furnishing the amount of bid security, and state the basis for entering into a fonnal 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 ( l 0) percent of the estimated project cost will be required . For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received, and such experience must have been completed not more than five (5) years prior to the date on which Bids are to be received. The Director of the Water Department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid . C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for th e 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, e~asures, 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. l 1 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 e) f) g) h) a previous contract. The bidder having performed a prior contract in an unsatisfactory manner. Lack of competency as revealed by financial statement, experience statement, equipment schedule, and such inquiries as the Owner may see fit to make . Uncompleted work ·which, in the judgment of the' Owner, will prevent or hinder the prompt completion of addi_tional work if awarded. 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) 1 • 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 any nature will be grounds for termination of the contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future Contracts with the Owner for a period of time of not less than six (6) months. C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinances prohibiting discrimination in employment practices. The Contractor shall post the required notice to that effect on the project site , and at his request, will be provided assistance by the City of 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 reserve s the right to withhold final action on the proposals for a reas onable 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 re sponsive 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 propos ed 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 it s 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, material s, 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 suffic ient 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 C8-8.10 . PAYMENT BOND: A good and suffic ient payment 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 payment of all claimants as defined in Article C3-3 (2) ,, . . . ,. \ '' 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill 344, Acts 56th 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. d . 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 intere sted 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 sati sfactory 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) day s 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 propo sal 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 A wardee 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 sh a ll 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. C3-3.11 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 his 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. b. C. 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 . 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. 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 le ss than $100,000. e . f. g. SCOPE OF INSURANCE AND SPECIAL HAZARD: The msurance 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. 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. 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.l 3 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) '·,'~ ·, .. 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 associated 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 local 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) • f .j, •: • '> < SECTION C4-4 SCOPE OF WORK PART C -GENERAL CONDITIONS C4-4 SCOPE OF WORK C4-4.l 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 written 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 . ...... , . ,, •• • ' ( .. ::., r ' 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 CONTRACT DOCUMENTS: 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 necessary 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 IO 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 cost 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 arise 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 claim 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 files 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) ;-Primavera SureTrak (Version 3.x or later or approved 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 I 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) '· I : , \ .. , 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 using 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 of this 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 C5-5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 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. C5-5 .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. C5 -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 C5-5 (1) " > t ,f: • lit I . .. ] ' ' .. '' ' Contract Documents, and the owner shall be permitted to make such corrections 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 resolution 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 assistant 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 across 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 CS-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. CS-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. CS-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. CS-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 CS-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 Engineer 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 ad j acent defective or damaged parts shall be at the Contractor's expense. No work shall be done or materials used without suitable supervision or inspection. C5-5 .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. C5-5.l l 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 furnish 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 C5-5 (5) • 1 ,, ' 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. C5-5.15 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: 1. Notify the Water Department 's Distribution Division as to locati on, time, and schedule of service interruption . 2 . Notify each customer personally through responsible personnel as to the time and schedule of the interruption of their service, or 3 . 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) I • L :• "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 b . Emergency: In the event that an unforeseen service interruption occurs, notice shall be as above, but immediate. CS-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. CS -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 covered 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. CS-5 (7) ~' ' ' .. » •. .. ' . !'. , , : 't >$,. '· r , . .. ,~ '. . "" ... • ~ f I ""' ... , . ' \· • ' J 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 and request that a Final Inspection be made . Such inspection will be made within IO days after such notification. After such final inspection, if the work and materials and equipment are 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 C6-6.1 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 indemnify 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 1s 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 pemrnnent 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, fences, 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) l •' ' . ,, .,..,. I• .•. ~ .. ;,; ·~ J ;:.- ' ' 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) ,. . ' v; .~ ' .• ,r .. I" /.-,:J : r" . ,.r-• ~ """"' a\ .. ~ . . . { .. . ~ ' I ,, 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) . ' ~ ·~ '' . ~~' ''· r > , ,. -1!: I -' ,, 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 25th 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.: In 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 installed 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-l .2 USE OF FIRE HYDRANTS AND VAL YES 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 applies, 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, rn 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.l 9 NOW 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 carrying 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. C6-6.2I 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 Cjty 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 operntions 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 considered to be necessary for the prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools, and machinery used for handling materials and 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: Elapsed working days shall be computed starting 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 these Contract Documents shall be construed as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays, providing 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 decision shall be final in response to such a request for approval to work on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be allowed to the Contractor for any 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 may 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 extension 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 approval. In adjusting 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 TIME 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 ,, ' f PER DAY Less than $ 5,000 inclusive $ 35.00 $ 5,001 to $ 15,000 inclusive $ 45.00 $ 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. C7-7.l l 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. C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods ot 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 th~ 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 shaH store all materials in such manner that they will not ob stru ct 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 ~ /•, ! t .. 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. d. e. f . g. h . 1. J . k. ' . . . . / Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations . Substantial evidence that the Contractor has abandoned the work. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work satisfactorily. 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. 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. .,. 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. 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. ' , If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. .. ' 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) '> '~ ' . ' . . . . ~ " ~11~ ~:~ ,t.Yff .~ ~ '>\ ,l t "'" {1' E.? .. • ,-r"' ; ,,. ' ..... '., r V ';, \,. 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 rriay determine, the work h!!rein 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 perfonnance of the work by the Owner. C7-7.l5 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 such 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) B. J - r ; ,, $ : claim, demand or suit shall be required of the Owner regarding such discretionary action CONTRACTOR ACTION: After receipt of a notice of termination, and except as otherwise directed by the Engineer, the Contractor shall: 1. 2. 3. 4. 5 . 6. Stop work under the contract on the date and to the extent specified in the notice of termination; •' 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; terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by notice of termination; transfer title to the Owner and deliver in the manner, at the times, and to the extent, if any, directed by the Engineer: a . b. the fabricated or unfabricated parts, work in progress, completed work, supplies and other material produced as a part of, or acquired m connection with the performance of, the work terminated by the notice of the termination; and 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 ' < " 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. ,I 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) ,, . '. .,. \ ' ',, ' ' '· I - ' I 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 CLAIM: 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 provisions 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 lo st or anticipated profits> Nothing in C7-7. l 6(E) here after , 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 . 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. F. DEDUCTIONS: In arriving at the amount due the Contractor under this section there shall be deducted; I. 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. ADJUSTMENT: 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 . ' 1 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) ·J .. '•,-c ,., . ',' ' ,I .. ' . , ' ' ., .f , PART C -GENERAL CONDITIONS CS-8 MEASUREMENT AND PAYMENT SECTION CS-8 MEASUREMENT AND PAYMENT CS-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. CS-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 m an acceptable manner according to the terms of the Contract Documents . The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct , renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the 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 151 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 10 1 h 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 exceed s 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 foi:ms 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 reque st 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 not, in any respect, be taken as an admission of the Owner of the amount of work done or of its quantity of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of 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) :' . ,_ ' . ~· .. ~ ... .. .... * ..... r ._ / 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. C8-8.1 l 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: Matenal 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) < - . ' ,, 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 . C8-8(5) - SECTION C1 -SUPPLEMENTARY CONDITIONS TO PART C - - URS No. 25337785 SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS A. General B. These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below . Provisions which are not so amended or supplemented remain in full force and affect. 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 of less than $400,000 at the time of execution, retainage shall be ten per cent (10%). For contracts of$400,000 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in 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. C3-3.1 I INSURANCE : Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised 10/24/02 Pg. 1 E . F . G. ' . C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence . In addition, Contractor covenants and agrees to indemnify, hold harmless and defend , at its own expense, the Owner, its officers , servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage , loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written 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 acc ept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. INCREASED OR DECREASED QUANTITIES : Part C -General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4.3 INCREASED OR DECREASED QUANTITIES to read as follows: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered , increased or decreased at the unit prices as established in the contract documents . No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. C3-3. l 1 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-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e . Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f Deductible limits, or self-funded retention limits , on each policy must not exceed $10,000 .00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage . h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j . Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k . In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss . l. Contractor's liability shall not be limited to the specified amounts of insurance required herein . Revised 10/24/02 Pg.3 H. I. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8( 1) 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 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, and for completing the work in an acceptable manner according to the terms of the Contract Documents . The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or dai;nage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.10 GENERAL GUARANTY : Delete C8-8.10, 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. 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, Tex as 76102 . C2-2 .8 WITHDRAWING PROPOSALS: Proposals actually filed with th e 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 h im prior to the tin1e 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 re~eived within forty-eight ( 48) hours after the proposal opening time , no further consideration will be given to the proposal K. C3-3 .7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated November 1, 1987 ; (City let projects) make the following revisions : 1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read : Revised 10/24/02 Pg. 5 In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein . 2. Pg. C3-3(5) Paragraph C3-3 .11 INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3. Pg . C3-3(6), Paragraph C3-3 .11 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 th e expiration of three (3) years after fmal payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents , papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that t he City shall have access during normal working hours to all necessary Contractor fac ilities and shall be provided adequate and appropriate work space in order to conduct aud its 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 . l 2, More than 50 copies -85 cents for the first page plus fifteen cents for each page thereafter M . SITE PREPARATION: The Contractor shall clear rights-of-way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project construction operations. The contractor's attention is directed to paragraph C6-6 . l O work within easements, page C6-6(4), part C -General Conditions of the Water Department General Contract Document and General Specifications . Clearing and restoration shall be considered as incidental to construction and all cost s 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: l. Wherever the word Watchmen appears in this paragraph, it shall be chang ed to the word flagmen. 2 . In the first paragraph, lines five (5) and six (6), change the phrase take all such other prec autionary 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 misrepre sentation of fa c ts ( other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements ; further, any such misrepresentation ( other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years . Revised 10/24/02 Pg. 7 (. ') t, : {f '· '' , r ,~ s. ... ~ f"i ,,. ' ' r • ? ~""' . '.' f' f~ 1 ... ~~ \~,,. ~ "'-~ • r4 ' ' ' ;;,; ·, P . • J ~,,i ... ! • ' ' ' WAGE RATES: Section C3-3 .13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258 , Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Section C-1, L. Right to Audit (Rev. 9 /30/02) pertain to this inspection. . ,- ( c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above . ( d) With each partial payment estimate or payroll period, whichever is less , an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times . ) "' 'l a ~·Jt.'., ' ' ' J • f, '· < ; ~ ( -t.', .," , ', , ......... 11< Jr- ~i-r. '}.. -. . . ~' t. ff :-· ·~--\~ ~: t • C -..!' ".::: •"' \r'·'-r,. \.,~ .. ' ;f A' >' • + ', ,;. ' ,. 1 ' ""' .... < ' ~ • J"' • •' I. ~ I ' ii z' r • •. ,. ... 1-._ ~ Revised 10/24/02 h Pg. 8 , ' ' ... ..... "' lt : 1 ' {..-• .,.. i',t..,... I . .: ~ ·,:. ,, ' J j ;,l i I., .. 1 • '. f PART D -SPECIAL CONDITIONS URS No. 25337785 PART D -SPECIAL CONDITIONS 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 ............................................................................................... 10 D-11 . ZONING COMPLIANCE ................................................................................................. 10 D-12 WATER FOR CONSTRUCTION .................................................................................... 10 D-13 WASTE MA TE RIAL ....................................................................................................... 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 ................................................................................... 12 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 ................................................................................. 22 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. .............. 23 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) ................................................................................. 30 D-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES .......................... 31 D-41 PROTECTION OF TREES, PLANTS AND SOIL ........................................................... 32 D-42 SITE RESTORATION .................................................................................................... 32 D-43 CITY OF FORT WORTH STANDARD PRODUCT LIST ................................................ 32 D-44 TOPSOIL, SODDING , SEEDING & HYDROMULCHING ............................................... 32 D-45 CONFINED SPACE ENTRY PROGRAM ....................................................................... 38 D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION .............................. 38 D-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ........................ 38 D-48 CONCRETE ENCASEMENT OF SEWER PIPE ............................................................ 39 D-49 CLAY DAM ..................................................................................................................... 39 02/09/2010 SC-1 PART D -SPECIAL CONDITIONS 0-50 EXPLORATORY EXCAVATION (0-HOLE) ................................................................... 39 0-51 INSTALLATION OF WATER FACILITIES ..................................................................... .40 51 .1 Polyvinyl Chloride (PVC) Water Pipe ......................................................................... 40 51.2 Blocking ....................................................................................................................... 40 51 .3 Type of Casing Pipe ..................................................................................................... 40 51.4 Tie-lns .......................................................................................................................... 41 51.5 Connection of Existing Mains ....................................................................................... 41 51 .6 Valve Cut-Ins ............................................................................................................... 41 51 . 7 Water Services ............................................................................................................ 41 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 .................................................................................................. 45 51 .12 Ductile Iron and Gray Iron Fittings ............................................................................... .46 0-52 SPRINKLING FOR DUST CONTROL ........................................................................... .46 0-53 DEWATERING .............................................................................................................. 46 0-54 TRENCH EXCAVATION ON DEEP TRENCHES ........................................................... 46 0-55 TREE PRUNING ............................................................................................................ 46 0-56 TREE REMOVAL ........................................................................................................... 47 0-57 TEST HOLES ................................................................................................................. 48 0-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION ....................................................................... : ........................................ , ........ 48 0-59 TRAFFIC BUTTONS ...................................................................................................... 49 0-60 SANITARY SEWER SERVICE CLEANOUTS ............................................................... .49 0-61 TEMPORARY PAVEMENT REPAIR ............................................................................. .49 0-62 CONSTRUCTION STAKES .......................................................................................... .49 0-63 EASEMENTS AND PERMITS ........................................................................................ 50 0-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ................................................... 51 0-65 WAGE RATES ....................................................................... , ...................................... 51 0-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ...................................... 52 0-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) .......................... , .................................................................................................. 53 0-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS ...................................................................................................... 55 0-69 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ................................................... 55 0-70 EARLY WARNING SYSTEM FOR CONSTRUCTION ....................................................... 55 0-71 AIR POLLUTION WATCH DAYS ........................................................... : ........................... 56 0-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ..... : ...................................... 56 02/09/2010 SC-2 PART D -SPECIAL CONDITIONS This Part D -Special Conditions is complimentary to Part C -General Conditions and Part C1 - Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is additive to any provision in Part C -General Conditions and part C1 -Supplementary Conditions to Part C of the Contract are to be read together. Any conflict between Part C -General Conditions and Part C1 -Supplementary Conditions of the Contract and this Part D, Part D shall control. FOR: FOREST PARK -PARKVIEW STORM DRAINAGE IMPROVEMENTS (FROM THE TRINITY RIVER TO THE WEST FREEWAY (IH 30) FORT WORTH, TEXAS CITY PROJECT NO. 00674 FILE NO. X-21253 FILE NO. SD-0245 D-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily , follow the guidelines listed below: 1. Plans 2 . Contract Documents 3 . Special Conditions The following Special Conditions shall be applicable to this project under the provisions stated above . The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at h is 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 CONDITIONS 2 . STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents . A copy of 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 enve lope 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 publ icly 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 t ime 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 entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide 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 CONDITIONS 2. No later than seven days after receipt by the contractor , a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G . The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the 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 proj ect; 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 02/0912010 SC-6 - PART D -SPECIAL CONDITIONS 7. Contractually require each person with whom it contracts , to perform as required by paragraphs (1)-(7), w ith the certificates of coverage to be provided to the person for whom they are provid i ng services. 8. By signing this contract or providing or causing to be provided a certificate of coverage , the contractor is representing to the governmental ent ity 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 rece ive 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 san itary 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 fitt ings 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 ext ra 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 time of design , from the owners of the utilities involved and from evidences found on the ground . D-7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the 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 t ime, cross the existing or new pipe with a truck delivering new pipe to the site . Anv 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- 02109/2010 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 w ith black letters that are legible at twelve feet shall be placed inside and outside veh icles 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 OPERA TE 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 mechanica l 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 conc rete saw. All sawing shall be subsidiary to the unit cost of the respective item. 02/09/2010 SC-11 PART D -SPECIAL CONDITIONS D-18 PROJECT DESIGNATION SIGN Project signs are required at all locations. It shall be in accordance with the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting . In addition to the 4 ' x 8' project signs, project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that s igns 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 comJI)ensation 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 0210912010 SC-12 - PART D -SPECIAL CONDITIONS 208 .3 -Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill, Construction Specifications, General Contract Documents . Payment for crushed limestone backfill in place shall be made at the unit price b id in the Proposal multiplied by the quantity of material used measured in accordance with E2-2.16 Measurement of Backfill Materials, Construction Specifications , and General Contract Documents . D-22 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts Figures STR-028,STR-029 and STR-031 refer to using 2:27 Concrete as base repair . Since this call-out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete . D-23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lots, driveways , gravel surfaced roads , within easements, and within existing or future R.O.W. shall be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specificat ions 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, contain ing 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 , l umps of clay, soil, loam or vegetable matter and shall meet the following gradation : • 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 : 02/09/2010 SC-13 PART D -SPECIAL CONDITIONS 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 . D698) 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 AS. T.M. standards on all trench backfill. Any retesting required as a result of failure to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City . These 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 contract documents. 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. 02/09/2010 SC-14 - PART D -SPECIAL CONDITIONS It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less in width . Therefore, at the locations in the project where the trench wall is three (3) feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter line. The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will permit repaving. If paving conditions are not suitable for repaving, in the opinion of the Owner, the repaving shall be done at the earliest possible date . A permit must be obtained from the Construction Services Section by the Contractor in conformance with Ordinance No . 3449 and/or Ordinance No. 792 to make utility cuts in the street. The Construction Services section will inspect the paving repair after construction . This permit requirement may be waived if work is being done under a Performance Bond and inspected by the Construction Services section . 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. 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. 0210912010 SC-15 PART D -SPECIAL CONDITIONS 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 . 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 02/09/2010 SC-16 - - PART D -SPECIAL CONDITIONS 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 p ipe 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. 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 02/09/2010 SC-17 PART D -SPECIAL CONDITIONS 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 . 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 . 02/09/2010 SC-18 PART D -SPECIAL CONDITIONS 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 exped itious 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. San~tary 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 serv ice 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 (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 02/09/2010 SC-19 PART D -SPECIAL CONDITIONS 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 compress ion 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 serv ice 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 w ill 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 . 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 02/09/2010 SC-20 - PART D -SPECIAL CONDITIONS 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. 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 . 02/0912010 SC-21 PART D -SPECIAL CONDITIONS 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 requ ired . J . REMOVAL OF EXISTING PIPE : Where removal of the exist ing 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 ma in. Once this determination has been made , the existing main will be abandoned as indicated above in Item I. 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 wate r and sanitary sewer pipe . The detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc . or approved equal , and shall consist of a minimum thickness 0.35 mils solid alum inum foil encased in a protective inert plastic jacket that is impervious to all known alkalis , acids , chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall not be less than two inches with a minimum unit weight of 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). 02/09/2010 SC-22 PART D -SPECIAL CONDITIONS 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 SPOIUFILL MATERIAL Prior to the disposing of any spoil/fill material, the Contractor shall adv ise 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 mater ial men's liens upon receipt of payment. D-33 SUBSTITUTIONS The specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to 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 furn ished, 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 specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However , the Contractor shall have the full responsibility of proving that the 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 reconstruct ion, 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 02/09/2010 SC-23 PART D -SPECIAL CONDITIONS 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 d irt , 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 . 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 s~ction 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. 02109/2010 SC -24 - PART D -SPECIAL CONDITIONS 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 td 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 inspect ion . 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 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 : Pr inted 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. 02/09/2010 SC-25 PART D -SPECIAL CONDITIONS 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 comp letion 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 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 maintain ing any bypass pumping required to provide reliable , regular sewer service to the area residents . All bypass pumping shall be incidental to the project. 02/09/2010 SC-26 PART D -SPECIAL CONDITIONS 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 (1 O"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 C 1244-93: Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (1 O"Hg -9"Hg) (SEC) Depth of MH . (FT.) Oto 16' 18' 20' 22' 24' 26' 28' 30' For Each Additional 2' 48-lnch Dia. Manhole 40 sec. 45 sec. 50 sec. 55 sec. 59 sec. 64 sec. 69 sec. 74 sec. 5 sec. 60-lnch Dia. Manhole 52 sec. 59 sec. 65 sec. 72 sec. 78 sec. 85 sec . 91 sec . 98 sec. 6 sec. 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. 02/09/2010 SC-27 PART D -SPECIAL CONDITIONS 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. 0-36 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 . 0-37 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 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 te levision 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 02/09/2010 SC-28 PART D -SPECIAL CONDITIONS like , which would require interpolation for depth of manhole, will not be allowed . Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost 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 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 02/0912010 SC-29 PART D -SPECIAL CONDITIONS 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 Telev ision Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer seNice 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 m ix 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 . 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 02/09/2010 SC-30 - - - PART D -SPECIAL CONDITIONS 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. 1. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 2 . Frequent fordings of live streams will not be permitted ; therefore , temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary . Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams . 3. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 4. All waterways shall be cleared as soon as practicable of false work , piling , debris or other obstructions placed during construction operations that are not a part of the finished work . 5. 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 avo id 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. 02/09/2010 SC-31 PART D -SPECIAL CONDITIONS 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 with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture . Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due 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 consider_ed 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 complet ion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one-tenth (0 .1) of a foot. D-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 sha ll 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. 02/09/2010 SC-32 PART D -SPECIAL CONDITIONS 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 cons ist 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 watered to the extent required prior to excavating . Sod material shall be planted within three days after it is excavated. CONSTRUCTION METHODS : After the designated areas have been 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 02/09/2010 SC-33 PART D -SPECIAL CONDITIONS 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: 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 separa te 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 follow ing percentages of Purity and germination : 0210912010 Common Name Common Bermuda Grass Annual Rye Grass Tall Fescue Western Wheatgrass Buffalo Grass Varieties Top Gun Cody SC-34 Purity 95% 95% 95% 95% 95% 95% Germination 90% 95% 90% 90% 90% 90% PART D -SPECIAL CONDITIONS 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 . 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 0- 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 0-45, 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. 02/09/2010 SC-35 PART D -SPECIAL CONDITIONS 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 0-45, 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 compact ing 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 . RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES : Areas where temporary cool season spec ies 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 wh ich 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 . 02/09/2010 SC-36 PART D -SPECIAL CONDITIONS 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 figµres 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 . 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. 02/09/2010 SC-37 PART D -SPECIAL CONDITIONS The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "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 . D-45 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM " which must meet OSHA requirements for all its employees 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 appl icable manholes and maintain an active file for these manholes . The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces. D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 1. 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 . 2. 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 . 3. 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 . 4 . 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 . 5 . Final inspection shall be in conformance with genera l cond ition item "CS-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 02/09/2010 SC-38 PART D -SPECIAL CONDITIONS least 24 hours prior to any tree trimming work. No trimming work will be permitted within private property without written permission of the Owner. 4 . Nothing shall be stored over the tree root system within the drip line area of any tree. 5 . Before excavation (off the roadway) within the drip line area of any tree , the earth shall be sawcut for a minimum depth of 2 feet. 6 . At designated locations shown on the drawings , the "short tunnel" method using Class 51 0.1. pipe shall be utilized . 7. Except in areas where clearing is allowed , all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense . 8 . Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. 9 . Short tunneling shall consist of power augering or hand excavation . The tunnel diameter shall not be larger than 1-1/2 times the outside pipe diameter. Voids rema ining 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 p ipe diameter indicated . The Contract Unit Price shall include all costs associated with installation and reinforcement of the concrete encasement. D-49 CLAYDAM 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 benton ite 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 fill existing utilities prior to construction, in accordance with item D-6 . At locations identified on the drawings , contractor shall conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing ut ility is in conflict with the proposed facility , the contractor shall contact the engineer immediately for appropriate design modifications. 02/09/2010 SC-39 PART D -SPECIAL CONDITIONS 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). 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 General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203 . Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch . Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company or an approved equal shall be used on all non- concrete pipes when installed in casing . Installation shall be as recommended by the Manufacturer. 2 . SEWER: Boring used on this project shall be in accordance with the material standard E 1-15 and Construction standard E2-15 as per Fig . 11 O of the General Contract Documents. 02/09/2010 SC-40 PART D -SPECIAL CONDITIONS 3 . PAYMENT: Payment for all materials , labor, equipment, excavation, concrete grout , backfill , and incidental work shall be included in the unit price bid per 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 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. 02/09/2010 SC-41 PART D -SPECIAL CONDITIONS All service's shall be constructed by the contractor ut iliz ing approved factory manufactured tap saddles (when required) and corporation stops , type K copper water tubing , curb stops with lock wings , meter boxes, and if required approved manufactured service branches. All materials used shall be as specified in the Material Standards (E 1-17 & 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. AU existing 3/4-inch water service lines which are to be replaced shall be replaced with 1- inch Type K copper, 1-inch diameter tap saddle when required , and 1-inch corporation from the main line to the meter box . All services which are to be replaced or relocated shall be installed with the service main tap and service line being in line with the service meter unless otherwise directed by the Engineer. A minimum of 24 hours advance notice shall be given when service interruption will be required as specified in Section C5-5 .15 INTERRUPTION OF SERVICE. All water service meters shall be removed , tagged , and collected by the contractor for pickup by the Water Department for reconditioning or replacement. After installation of the water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as 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. 2. 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. 02/09/2010 SC-42 PART D -SPECIAL CONDITIONS 3 . 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 serv ice meter and meter box relocation. 4 . NEW SERVICE : When new services are required the contractor shall install tap saddle (when required), corporation stop, type K copper service line , curb stop with lock wings, and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided for all 2 inch water meters or smaller. The re inforced plastic water meter boxes shall comply with section E1-18A-Reinforced Plastic Water Meter Boxes. Payment for all work and materials such as backfill , fittings , type K copper tubing, and curb stop with lock wings shall be included in the Linear Foot price bid for Service Line from Main to Meter five (5) feet behind the meter. Payment for all work and materials such as tap saddle , corporation stops , and fittings 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. 5 . 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). 6 . 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). 02/09/2010 SC-43 PART D -SPECIAL CONDITIONS 51.8 2-lnch Temporary Service Line A The 2-inch temporary service ma in 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. The temporary service layout shall have a minimum ava ilable flow rate of 5 GPM at a dynamic pressure of 35 PSI per service tap . This criter ia 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, aspha lt , barricades , all service connections, removal of temporary services and all other associated appurtenants required , shall be included in the appropriate bid item . 8. In order to accurately measure the amount of wate r 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 w ill 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. 02/09/2010 SC-44 PART D -SPECIAL CONDITIONS 51.9 Purging and Sterilization of Water Lines Before being placed into service all newly constructed water lines shall be purged and steril ized 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 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 fitt ings shall be included in the price bid for Service Taps to Main. 02/09/2010 SC-45 PART D -SPECIAL CONDITIONS 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 Specia ls, Sub section E2-7 .11 Cast Iron Fittings : E2-7 .11 DUCTILE-IRON AND GRAY-IRON FITTINGS : All ductile-iron and gray-iron fittings shall be furnished with cement mortar lining as stated in Section E1-7. The price bid per ton of fittings shall be payment in full for all fittings , joint accessories, polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle necessary for construction as designed . All ductile-iron and gray-iron fittings , valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E 1-13 and 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 . D-52 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control " shall apply . However, no direct payment will be made for this item and it shall be considered to this contract. D-53 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations . The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers . Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price . 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". 02/09/2010 SC-46 PART D -SPECIAL CONDITIONS B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2 . Vermeer V-1550RC Root Pruner C . NATURAL RESOURCES PROTECTION FENCE 3 . Steel "T" = Bar stakes, 6 feet long. 4 . Smooth Horse-Wire : 14-1/2 gauge (med ium 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. 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 . 02/09/2010 SC-47 PART D -SPECIAL CONDITIONS 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 . 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 02/09/2010 SC-48 PART D -SPECIAL CONDITIONS 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 obta ined 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 i nstall 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. 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. 0-62 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 02/0912010 SC-49 PART D -SPECIAL CONDITIONS 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 , ma intain, 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 manholes . For locations where the City was unable to obtain t he 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 requ ired by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way . For railroad permits, any and all railroad insurance costs and any other incidental costs necessary to meet the conditions associated with permit(s) compliance, including payment for flagmen, shall 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 . 02/09/2010 SC-50 PART D -SPECIAL CONDITIONS D-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. D-65 WAGE RA TES 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. 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. 02/0912010 SC-51 PART D -SPECIAL CONDITIONS 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) 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 friable upon removal, demolition and/or disposal. Consequently, if the removal/ disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61.150 . A NESHAP notification must be filed with the Texas Department of Health. The notification must be filed at least ten days prior to removal of the material. If it remains in its non -friable state, as defined by the NESHAP, it can be disposed as a conventional construction waste. The Environmental Protection Agency (EPA) defines friable as material, when dry, which may be crumbled, pulverized or reduced to powder by hand pressures. C. The Generator of the hazardous material is responsible for the identification and proper handling, transportation, and disposal of the material. Therefore, it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable. The Excavator is 02/09/2010 SC-52 PART D -SPECIAL CONDITIONS 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 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 requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site . The NOi shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee. The NOi shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O . Box 13087 Austin, TX 78711-3087 A copy of the NOi shall be sent to: City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth , TX 76119 02/09/2010 SC-53 PART D -SPECIAL CONDITIONS NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity , the contractor shall sign, prior to final payment , a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to : Texas Commission on Environmental Quality Storm Water & General Permits Team ; MC-228 P.O . Box 13087 Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. 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. 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 activ it ies 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 proposed control measures must be submitted to the engineer for approval. 02/09/2010 SC-54 PART D -SPECIAL CONDITIONS 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 . 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 ab ility 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 recommendat ion regarding the award of a contract will be made to the City Council. Failure to submit the additional informat ion 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 bas is 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 ensu re 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. 0210912010 SC-55 PART D -SPECIAL CONDITIONS 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 . D-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 Pollut ion Watch Day , that day will be considered as a weather day and added onto the allowable weather days of a given month. D-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. 02109/2010 SC-56 PART D -SPECIAL CONDITIONS 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 FORT WORTH '-',,. ,-" J Date: ____ _ 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 F 0 r 0 ff i e e u s a n I y 'j T A H p A J N E s H A p T u H .] L V ' 0 I 3 li 0 n ? PART D -SPECIAL CONDITIONS 0 DEMOLITION/ RENOVATION " -NOTIFICATION FORM T n H NOTIFICATION# ________ _ TEXAS DEPARTMENT OF HEALTH NOTE: CIRCLE ITEMS THAT ARE AMENDED 1) Aba te:nent Contractor: ___________________ TDH License Number:. _____ _ Adcress: City: Stale: Zip: ___ _ Ollicu Phone Numb-er: ~.__ _________ Job Site Phone Number: _____________ _ Sile Superv:s or: TOH License Number:--------------- Site Sup-01\t ·sor: TOH l.icen.se Num~er: _____________ _ Trained O:i-Site NESHAP l ndi11idual : _______________ Certiflcation Dale :. _______ _ Demolition Contractor: ______________ Oflice Phcnc Nurnbt1r..__.__ _________ _ Adcres.s : ________________ Cil:,o : __________ .Sta1e: Zip: ___ _ 2) Project Consultan t or Operator:. _________________ TDH License Number: _____ _ Ma i ling Address: ________________ 'C""C:',----------------------- Clty: State: ____ Zip : ____ Office Phone Number:..___.__ _____ _ 3) Facilit;• O·J.·ner:_. ------------------------------------Attent ion : _____________________________________ _ Ma ii ing Address:----------------------:,----------,------------- Ciry: State : Zip: Owner Phone Numbcr~----- ··Noto; Thu lnvoh;o for tho notification foo wlll bo sent to the owner of tile building and the billing addrou for tho invoice will be obtained from the lnformatioll th.:it Is provided In thli. &action. 4} Descri,:>liO."'I or Facility Name=-----------------·------------,,:------ Physical Adcress:_--:,...-:-----------Counly: Cit~·: _______ Zip; ___ _ Facll ,ty Phcne Number' Facility Contact Person: ______________ _ Ocscrip·ion of Area/Room Numoer=-----------------------------Prior Use : _______________ Futu r c: Us.a: __________________ _ Age of Bui ldi1~91Facili11,.: Si.w: Number or Floors: _____ Sd'loot (K • 12): ;-: YES C. NO 5) Type of Work: i Demolitlon :1 Renovallon {Ab:1tcmcnt) .J Annual Consolidated Work will be during: ._: Day o faening n Niglll -Phased Project Description of work scnoou i c : ______________________ , 6} Is 1h is a Pul>lic Building? : YES NESHAP-Only Facility? n YES II NO Federal Facility?_ YES ::. NO Industrial Site? Ci YES I ! NO n NO ts Buildirrg.'FacililyOccu;:,ied? .i YES l NO 7) N1;11ification Type CHECK ONLY ONE :.: Original (10 Working Day&) ~ Cancellation 1 • Amendment n Emergency/Ordered II 1t1is is an amer.dment, which amendmeni number is this?_ (Enclose copy of original and/or last amendment) If an emergency, v,ho did you talk w itn ~t TOH? Emergency#;, ______ _ Dale and Hour of En1er1j1mcy {HHIMM.iDDIYY}:. _______ _ Description of lhe su<!den, une,cpected even1 end explene lion or 110w t11c event caused unsafe conditicns or Would cause equ ipment damage (co.'l'lputors. mach inery, etc ________________________ _ '.J 8) D0scrip1ion of procedures to he followed in 1he e~·ent 1hat uncxpcctQd asbestos is found or previously non-fr ia!>le Y asbestos ma1erial beccm es crumbled. pu lve rized. or reduced to powder;----------------- E s 9) 'Was an Asbes·os smvey performed? ..: YES L NO Date : I TOH Inspector License No: _____ _ G Analytical Melhod ; PLM r, TEM r Assumed TOH Laboratory License No:------ N (For TAHPA (public bu ilding) projec1s: an assumption musi be ma(le by a TDH Licon scd Inspector) 10) De&eript:on of planned ccmol it:on or renovation work, fype of materi al, enc metnod{s) io l>e used._·------- 11} Duscriplion of work practices and engineering con1rols 10 !le used to pro•,c:"lt emissions of asbes1os at the demoliti~'llrenovation :_. ____________________________ _ 02/09i2010 SC-60 PART D -SPECIAL CONDITIONS 12) ALL applicab l e items in the following table must be completed: IF NO ASBESTOS PRESENT CH.ECK HERE : Approximate amount of Check unit of measurement Asbestos-Containing Building Material Asbesto.s Type Pipes Suriace Area Lil . Ln SQ SQ Cu Cu F1 .M fl M Ft M RACM to be removed I\ ~t _, t~t '·f'·''t {;~~ RA.CM NOT removed .~: Interior Cateaor1 I non-h iab '.e rarnoved lit'~'.~!; ,,~i!1 \··,1~ >,· ·., "~ Exterior Category I non-friabl e removed ,~ . ' ;,, ..... ~J "p;j..,, 11-'' d, t:'tt Catecorv I non-fri3ble NOT remo;,•oo I :\ ·' '·" - Interior Catooor;• !I non-lriable remo\·l!'d .l:}r" .,~~ ' ''·.«, Jl "~ I> ·-:" . ''? ~· Exterior Cateoorv II non-friable removed ' ,_.:;-:~ I '•;' h "" ' Cateqory JI ncn•f(l3ble NOT (ClllO\'C<I l ; ' ,,): ,, i":it,~' .,:; ' I ., RACM Off-Facil ity Component ' ,,, ' w ·,· " 13) Waste Transpor:cr Name: ___________________ TOH Licen!>P. Nu mher: ------ AdcJrnss : ____________ City : __________ Sta:e: ___ Zip: Ccntaci Person: PhanB Number: ~~---------- 14) Wasto Disposal Site Name:. _______________________________ _ Address : _______________ Cily : ----------Stale: ___ Zip: ___ _ Te:ephone: ' TNRCC Pe:m:t Number:--------- 15) For s:n i cturally unsour,d facilities , attach a copy o f demal il :on order and :deni ify Governmental Official oelow: NwM: Registmt ion No:---------------Ti'.le: ________________ _ Dale of order (MM/DDJYY) ! Dale order to begin {MMiDD/YY) l 16) Sched uled Dares of Asbestos Abate,,1en: (MM/DDIYY} St.art :--~--~--Ccmplete : -~-~- 17) Sched .uled Dates Demolition/Renovation (MM/DDfYY) S:art: / Complete : _ _,_/ _ _,/ ____ _ •• Note : If tne start date on thl.s nolific~Uon c:iin not bo mat, 1h~ TOH F«!gional or Local Program office Must bo contactod by phone prior to the &tart date. Failure lo do so is a viol3tlon In :iiccordanc::o to TAHPA, Scciion 295.61. I hereb;• r,erlify lh s1 all informat:on I ha\le pro'Jldcd is co rrect. complete. and 1rue 1o tI,e best of my knowledge . I acknD'Nl edge that I a:n respons i t>Je for all asp<alcts of the notification form, includi ng, but not limiting . co.1tent and sub m ission dales. Tho maximum penally is S10,000 per day per violation . (Signature of Building Owner/ Operator O." Delegated COl'lsunanL'Con1rac:or) MAIL TO: ~Faxes aro not accopted' (Prinlcd Na m e) {Dale} ASIJESTOS NOTIFICATION SECTION TOXIC SUBSTANCES CONTROL DNISION TEXAS DEPARTMENT OF t-lEAL TH PO BOX 1 t.35.18 AUSTIN , TX 78714·353B Pl·t 512-83't-fl600. 1-800-572-5548 (Telephone) (Fax Numbor) ·Faxes arc not accepted· Form APB#5, dated 07129/02. Repl8ces TOH form datod 07113/01. For assistance in compfeling form. c;aJl 1-800-572-5548 02/0912010 SC-61 PART D -SPECIAL CONDITIONS 02/09/2010 SC-62 PART D -SPECIAL CONDITIONS City of Fort Wo rth Hig hw ay (He avy) Cons tr uc ti on Preva iling Wage Rate s For 2008 C lassificati ons Air -col Oper 3t o· A s p hal: R.;ke• Asph.;.I: S ,o,·e e · A s o h.;I: D i stril:..i:c • Co.;,r.;t or A s p hal: P:i,·,i ,c M a oh i ,e O oer.1to r ;at",i,1, P l 3rt ',",·e Q'lH -;r oom o· S·,1o·eei;.er Op e•a'ior .;ulldoz er Ope•at o r Car oente-r (Ro .1c h :, Con c~te =1'li s 'le-r-?a .,·ing Con crete =i "l i s~e-r ·Stru ct ures Con c re te P av n a C u rbir.:i ~13,:h. Oo !!'. Con c ret e =>a v n,J F i n ishi11 :i \13ch . Ooer. ·:on oret e P av n,g Jc n, 2eale r O~r. C or.ore t e => a·, n-;i 2 a•,.. O p e•. •:on oret e ?av n ;i Spr e.;der O p e ·. ·:on orete .~..i b t:er -:·a'le, :1amsr,e I. 5 ;.ckt:,Je. Ce ·rio:k. C •a g l.ne . Sh cv el =1ec tnc ,an = ag1,e r =or-n B:.i il .jer-S:11.1 c :u·es =o r -n S,!,tter -Fa\'1"\9 & C.J r O's =0 1. nd at en D r II O p er 3:o •• : r .;,wle r 1\-l o u nt':'d =01.nd at •c n Dr,11 Op erate•. T r1..ok Mc.1 n t ed =·o ,: E'lc L o ade r ,_a :,ori?r-Ccr.""nlon i_a oo r e-r-J t li:i' \f eo:'lJ nic '.!il l ng M .;,ol" n e C per;.:or . =·ne Grade '.fo:er C i:er.;tc • '.lo:,::>r G rader <)p e•a:or (= n e Gr.1 de; '.lo:or Grader O o e·a:or . Rouo l-Oi e· 0 ,1 ir 1er . ::-t ·1."1-..i r es ,:>,1 ,,ef"l e 'lt Marki ,i;: M acni 'le :J p e•. ?io e L aver ~ol er . S t ee l W h ee l Pan t · M ,, Pa •,e "n e,:s ~ol er . Ste-e l VV h ee l Ctr,e r Flat,\'h e el or T 3n,01'lC ~o! er . P r e•.J m J :ic . Sel~-P r coe le d :2cr.a c er R e1'lfc•cin ;i :3 t eel S et:':'r /,:>a ..-ir,J :• ~ei ,fo·cin :i Ste el S er.er ,:~,tn.J ct ur e :, so,J rce is AGC o~ T e)t as (H'o\"/, h y U tiliti es l nd1.st-ia l 8 '.a,ch ) ,.,..,.w.acces!.. g oo go,..:d a•,1 s.oa cc n: 02/09/2010 Hou r i·, Rat es C la ss ificatio ns $10 .Cd ~ era per Oi:-er 3:or $13.1.d S ervicer ss .e:i Slip For m r•.hchine Op er3:or $13 r;;i S pr e.;;der ,;ex Ooe r.Ho r $12 .7S T r:i,ctcr op e •.1to r . C r a•,..,e • T~·s:-: $14 .15 Tr.1cto" ope "ator, F neu m a t ,c s;;.es Tr:i,1/e lin ;:i Mix er Cpe r.;t or $13 .~ Truck D rive ·-Single A :<le {l ,g 'l::1 $12 .e J Tr:.i ck Drive•-.S ir :i:e A :<le •Hea-.,;) $1 2 .e S T r:.i ck Dri·,e ·-T.111-:fem A.x le Semi-Trail er $13.27 Tr:.i ck D r i11 e ·-l owboy/Flo at $12 .C·J Tr..ick Dr ive ~-Tran si: M i,. 'Nas on D r ·II . Bo r n,;, llfach ,ne . P o st Hole $13.e3 Or lier $12 .::,J •Neld e · $13 .Ed '.'vork Zone Oa"ri CJ d e SE"'.'ice-r $14 .EJ $1•J e 1 $14 .12 $13 .12 S8 .4 3 $11.e3 $1U3 $13 .e, $1'5 .2J s 1:.e 2 S9 . t 8 $T•)_e 5 $1•3 r;7 $11.23 $ 1 1.::3 $1 5 .2·:J $14 .EJ $13.17 $10 .C4 $1 l .C4 $1 1.23 $11),r;~ $11.07 $14 .E5 $13 .2d SC-63 Hdv R ts S. 1.4 2 s·2 .32 s ·2 .3 2 s ·o.,;,2 s ·2 .6 C s ·H ,i S ~ 2 .tJ~ s ·:i .,;,1 s·1.4, S · 1.7:: s ·1.:..1;.2 s;2.oe S'4.C>C s·3 .E•i s·J.Oli PART DA -ADDITIONAL SPECIAL CONDITIONS - URS No. 25337785 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 10123/08 PART DA -ADDITIONAL SPECIAL CONDITIONS AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS ............ OMITTED PIPELINE REHABILITATION CURED-IN-PLACE PIPE .................................. OMITTED PIPE ENLARGEMENT SYSTEM ..................................................................... OMITTED FOLD AND FORM PIPE .................................................................................. OMITTED SLIPLINING ..................................................................................................... OMITTED PIPE INSTALLED BY OTHER THAN OPEN CUT ........................................... OMITTED TYPE OF CASING PIPE .................................................................................. OMITTED SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR. .............................................. .4 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ..................... 7 MANHOLE REHABILITATION ........................................................................ OMITTED SURFACE PREPARATION FOR MANHOLE REHABILITATION .................... OMITTED INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM ..... OMITTED INTERIOR MANHOLE COATING -QUADEX SYSTEM .................................. OMITTED INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM .......................... OMITTED INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM ........................ OMITTED INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER OMITTED INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM .......................... OMITTED RIGID FIBERGLASS MANHOLE LINERS ................................................ , ...... OMITTED PVC LINED CONCRETE WALL RECONSTRUCTION .................................... OMITTED PRESSURE GROUTING ................................................................................. OMITTED VACUUM TESTING OF REHABILITATED MANHOLES ................................. OMITTED. FIBERGLASS MANHOLES ............................................................................. OMITTED LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ..................... 11 REPLACEMENT OF CONCRETE CURB AND GUTTER ............................................ 11 REPLACEMENT OF 6" CONCRETE DRIVEWAYS .................................................... 12 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE ............................................. 12 GRADED CRUSHED STONES .................................................................................... 13 WEDGE MILLING 2" TOO" DEPTH 5.0' WIDE ............................................... OMITTED BUTT JOINTS -MILLED ................................................................................. OMITTED 2" H.M.A.C. SURFACE COURSE {TYPE "D" MIX) ......................................... OMITTED REPLACEMENT OF 7" CONCRETE VALLEY GUTTER ............................................ 13 NEW 7" CONCRETE VALLEY GUTTER ......................................................... OMITTED NEW 4" STANDARD WHEELCHAIR RAMP ................................................... OMITTED 8" PAVEMENT PULVERIZATION ................................................................... OMITTED REINFORCED CONCRETE PAVEMENT OR BASE {UTILITY CUT) .......................... 14 RAISED PAVEMENT MARKERS ................................................................................ 15 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING ..... OMITTED LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL OMITTED ROCK RIPRAP-GROUT-FILTER FABRIC .............................................................. 16 CONCRETE RIP RAP ................................................................................................... 19. CONCRETE CYLINDER PIPE AND FITTINGS ................... : ........................... OMITTED CONCRETE PIPE FITTINGS AND SPECIALS ................................................ OMITTED UNCLASSIFIED STREET EXCAVATION .................................................................... 20 6" PERFORATED PIPE SUBDRAIN ........................................................................... 20 REPLACEMENT OF 4" CONCRETE SIDEWALKS ..................................................... 21 RECOMMENDED SEQUENCE OF CONSTRUCTION .................................... OMITTED ASC-1 DA-47 DA-48 DA-49 DA-50 DA-51 DA-52 DA-53 DA-54 DA-55 DA-56 DA-57 DA-58 DA-59 DA-60 DA-61 DA-62 DA-63 DA-64 DA-65 DA-66 DA-67 DA-68 DA-69 DA-70 DA-71 DA-72 DA-73 DA-74 DA-75 DA-76 DA-77 DA-78 DA-79 DA-80 DA-81 DA-82 DA-83 DA-84 DA-85 DA-86 DA-87 DA-88 DA-89 DA-90 DA-91 DA-92 DA-93 10123/08 PART DA -ADDITIONAL SPECIAL CONDITIONS PAVEMENT REPAIR IN PARKING AREA. .................................................................. 22 EASEMENTS AND PERMITS ...................................................................................... 22 HIGHWAY REQUIREMENTS ...................................................................................... 22 CONCRETE ENCASEMENT ....................................................................................... 22 CONNECTION TO EXISTING STRUCTURES ............................................................. 23 TURBO METER WITH VAULT AND BYPASS INSTALLATION ...................... OMITTED OPEN FIRE LINE INSTALLATIONS ................................................................ OMITTED -WATER SAMPLE STATION ........................................................................................ 23 CURB ON CONCRETE PAVEMENT ........................................................................... 24 SHOP DRAWINGS ...................................................................................................... 24 COST BREAKDOWN ., .................................................................................... OMITTED STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY ....................... OMITTED H.M.A.C. MORE THAN 9 INCHES DEEP ........................................................ OMITTED ASPHALT DRIVEWAY REPAIR ...................................................................... OMITTED TOP SOIL .................................................................................................................... 25 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT ................... 25 -BID QUANTITIES ........................................................................................................ 25 WORK IN HIGHWAY RIGHT OF WAY ........................................................................ 26 CRUSHED LIMESTONE (FLEX-BASE) ...................................................................... 26 OPTION TO RENEW ................................................................................................... 26 NON-EXCLUSIVE CONTRACT ................................................................................... 26 CONCRETE VALLEY GUTTER ................................................................................... 26 TRAFFIC BUTTONS .................................................................................................... 27 PAVEMENT STRIPING ................................................................................................ 27 H.M.A.C. TESTING PROCEDURES ............................................................................ 27 SPECIFICATION REFERENCES ................................................................................ 28 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX ............................................................................................ OMITTED RESILIENT-SEATED GATE VALVES ......................................................................... 28 EMERGENCY SITUATION, JOB MOVE-IN ..................................................... OMITTED 1 1/z" & 2" COPPER SERVICES .................................................................................. 28 SCOPE OF WORK (UTIL. CUT) ...................................................................... OMITTED CONTRACTOR'S RESPONSIBILTY (UTIL. CUT) ........................................... OMITTED CONTRACT TIME (UTIL. CUT) ....................................................................... OMITTED REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) ..................... OMITTED TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) ........................................ OMITTED LIQUIDATED DAMAGES (UTIL. CUT) ............................................................ OMITTED PAVING REPAIR EDGES (UTIL. CUT) ........................................................... OMITTED TRENCH BACKFILL (UTIL. CUT) ................................................................... OMITTED CLEAN-UP (UTIL. CUT) .................................................................................. OMITTED PROPERTY ACCESS (UTIL. CUT) ................................................................. OMITTED SUBMISSION OF BIDS (UTIL. CUT) ............................................................... OMITTED STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) .................................... OMITTED. CONCRETE BASE REPAIR FOR UNIT. II & UNIT Ill (UTIL. CUT) .................. OMITTED 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) .................................................. OMITTED ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) OMITTED MAINTENANCE BOND (UTIL. CUT) ............................................................... OMITTED BRICK PAVEMENT (UTIL. CUT} ..................................................................... OMITTED ASC-2 DA-94 DA-95 DA-96 DA-97 DA-98 DA-99 PART DA -ADDITIONAL SPECIAL CONDITIONS LIME STABILIZED SU BG RADE (UTIL. CUT) ................................................. OMITTED CEMENT STABILIZED SUBGRADE (UTIL. CUT) ........................................... OMITTED REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) ............................. OMITTED "QUICK-SET" CONCRETE (UTIL. CUT) ......................................................... OMITTED UTILITY ADJUSTMENT (UTIL. CUT) .............................................................. OMITTED STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) OMITTED_ DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) ........................... OMITTED DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT} .......................................... OMITTED DA-102 PAYMENT (UTIL. CUT) ............................................................................... OMITTED DA-103 DEHOLES (MISC. EXT.) .............................................................................. OMITTED DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) ........................................... OMITTED DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) ............................... OMITTED DA-106 BID QUANTITIES (MISC. EXT.) .................................................................. OMITTED DA-107 LIFE OF CONTRACT (MISC. EXT.) ............................................................. OMITTED DA-108 FLOWABLE FILL (MISC. EXT.) .................................................................. OMITTED DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) .............................................. OMITTED DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) ................. OMITTED DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) ................................. OMITTED DA-112 MOVE IN CHARGES (MISC. REPL.) ........................................................... OMITTED DA-113 PROJECT SIGNS (MISC. REPL.) ................................................................ OMITTED DA-114 LIQUIDATED DAMAGES (MISC. REPL.) .................................................... OMITTED DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) ................................. OMITTED DA-116 FIELD OFFICE ............................................................................................. OMITTED DA-117 TRAFFIC CONTROL PLAN ......................................................................... OMITTED DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS .. OMITTED DA-119 CATHODIC PROTECTION SYSTEM OMITTED 10/23108 ASC-3 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS OMITTED DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE OMITTED DA-3 PIPE ENLARGEMENT SYSTEM OMITTED DA-4 FOLD AND FORM PIPE OMITTED DA-5 SLIPLINING OMITTED DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT OMITTED DA-7 TYPE OF CASING PIPE OMITTED DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR A. GENERAL: The work covered by this item consists of furnishing all labor, material , equipment, supervision, etc . necessary to construct a point repair on the portion of a serv ice line located within a utility easement , street right-of-way or on private property . Point repairs on private property shall only be addressed after the Contractor has received written permission from the property owner to do the work. A blank Right-of-Entry Agreement form to be completed by the Contractor and the individual property owners is included at the end of this section . The Contractor shall keep a record copy of all Right- of-Entry forms obtained and have it on hand at all times during construction . 10/23108 The street addresses and approximate location of service line repairs are shown in Table_ and the Field Survey Forms in Attachment _. It shall be the Contractors responsibility to accurately field locate the exact point of repair . ASC-4 PART DA -ADDITIONAL SPECIAL CONDITIONS B. MA TE RIALS: The pipe replacement material shall be gasketed joint, gravity PVC sewer pipe (ASTM D- 3034, SOR 26) and have a minimum cell classification of 12454 A or B as defined in ASTM D-1784. Installation shall be in strict compliance with the manufacturer, recommendations and the Uni-Bell Plastic Pipe Association . The method of jointing the ends of the replaced pipe with the existing pipe shall be water tight. C . EXECUTION : 10/23108 1. After the location of the point repair is determined , the Contractor shall excavate and remove the damaged pipe and replace with new pipe. The minimum length of pipe replaced shall be three (3) feet. All work shall be performed by a licensed plumber. Determine whether additional lengths of line beyond "minimum length" criteria need replacement. Report need for additional replacement to City and obtain approval before proceeding. 2. The Contractor shall excavate, shape the bottom of the trench and place the required pipe bedding so that the grade of the replaced pipe matches the existing service line grade. 3. Numerous service line point repairs along with lateral line point repairs and obstruction removals are located in areas which in many instances will require the removal of existing landscaping, structures, sidewalks, driveways, etc. Items removed or disturbed shall replaced or restored to original conditions or better. 4. Removal of Debris: Excess excavated material and debris are to be removed from the work site daily . Cost of hauling excess excavation and debris is to be included in the price bid for "Service Line Point Repair". 5. Roof and Yard Drains: At the locations indicated in Table of the Attachments. The Contractor shall disconnect roof and yard drains from the sanitary sewer service line. For yard drains, the Contractor shall excavate and remove the drain from the yard and plug the line at the property line. For roof drains, the Contractor shall remove the downspout from the drain line and plug the line to prevent inflow. In addition , the Contractor shall install an elbow fitting at the bottom of the downspout to direct runoff, away from the building , and a concrete splash pad to prevent erosion . 6 . Disconnected Service Lines : At the locations indicated in Table of Attachments __ to the Special Contract Documents , the Contractor shall remove the service line no longer in use by excavating at the property line and plugging the service line. 7. Abandonment of Point Repair: If a pipe is exposed and found in good condition , not requiring a point repair, notify City Engineer who will record abandonment of point repair . Backfill the excavation, replace pavement or sidewalk and repair and seed or sod unpaved areas. ASC-5 PART DA -ADDITIONAL SPECIAL CONDITIONS 8. Cleanout Repair: The Contractor shall make appropriate repairs to cleanouts as indicated in Table and as shown on the PLANS. All cleanout repair work shall be performed by a licensed plumber. a. General This special condition describes the repair of sanitary sewer cleanouts located on private property as designated on the 1/1 Elimination Repair plans. Repair of the cleanouts shall consist of replacing defective cleanout caps or installing new caps where none exist , such that inflow is eliminated . There will be no repairs made to the existing cleanouts that require excavation, other than what is required to expose the top of the cleanout so that the new caps can be installed . b. Materials Replacement cleanout caps shall be Dal-Caps as manufactured by Dallas Specialty & Mfg . Company , or equal. The rubber caps are held down by stainless steel clamps. c. Excavation 1) The Contractor shall submit shop drawings on all materials and equipment to be installed . 2) The Contractor is responsible for obtaining right of entry from the property owners prior to performing any work. Property owners should be notified 48 hours in advance of any work on their property. 3) The Contractor shall restore any disturbed surface to its original or better condition at no separate pay . D. MEASUREMENT AND PAYMENT : 1. 2 . 3 . 3. 10/23108 Payment for service line point repair shall be on a unit price basis for each repair performed on all sizes of service lines for the respective depths. The minimum length of service line point repair shall be three (3) feet. No separate pay if the work is done within the limits of a service line reconnect as defined in Special Condition, D-28, "Sanitary Sewer Services". Measurements for extra length repair is on a linear foot basis for repairs in excess of the minimum 3 foot replacement length . All pipe fittings, adapters , concrete collars, bedding, and removal and replacements of grass sodding required shall be considered incidental to service line point repair . If no pay item is included for any work required to properly complete a service line point repair as specified, the cost to perform said work, including any required ASC-6 PART DA -ADDITIONAL SPECIAL CONDITIONS removal and replacement of materials , shall be considered incidental to the service line point repair . 5 . Depth of Bury is to be measured from Natural Ground Level to the Flow Line of the Sanitary Sewer Service Line at the Point of Replacement. The minimum trench width shall be 3' -0". 6. All excavation, backfill , removal and replacement of grass sodding and landscaping, plugs, fittings, and splash pads shall be considered incidental to removal of yard drains, disconnecting roof drains and plugging disconnected service lines. 7 . No separate payment will be made for the Contractor to obtain written permission to enter private property . 8 . Payment will be made for Abandonment of Point Repairs at the Contract Unit Price for Excavation and Backfill Abandoned Point Repairs . 9 . Payment shall be made at the Contract Unit Price for each sanitary sewer cleanout successfully repaired. Payment shall be full compensation for all materials, equipment, and labor required to perform the work . DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION A. GENERAL: 1. Scope: This section governs all work , materials and testing required for the application of interior protective coating . Structures designated to received interior coating are listed on the construction drawings. The structures are to be coated, including interior wall, top and bench surfaces . Protective coating for corrosion protection shall meet the requirements of this Specification (and items DA-14 and DA-15) and the Manufacturers recommendations and specifications . 2 . Description : The Contractor shall be responsible for the furnishing of all labor, supervision , materials, equipment, and testing required for the completion of protective coating of structures in accordance with manufacturer's recommendations . 3. Manufacturer's Recommendations: Materials and procedures utilized for the lining process shall be in strict accordance with manufacturer's recommendations. 4 . Corrosion Protection : Corrosion protection may be required on all structures where high turbulence or high H2S content is expected. B. MATERIALS: 1. 10/23108 Scope: This section governs the materials required for completion of protective coating of designated structures. ASC-7 PART DA -ADDITIONAL SPECIAL CONDITIONS 2. Protective Coating: The protective coating shall be a proprietary two component , 100 percent solids , rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc . or a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405 . 3. Specialty Cement (If required for leveling or filling): The specialty cement-based coating material shall be either Quadex QM-1 s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4. Material Identification: The protective coating materia l sprayed onto the surface of the structure shall be a urethane or epoxy resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the minimum physical properties as follows: Property Tensile Strength Flexural Stress Flexural Modulus Standard ASTM D-638 ASTM D-790 ASTM D-790 Long Term Value 5,000 psi 10,000 psi 550,000 psi 5 . Mixing and Handling: Mixing and Handling of specialty cement material and protective coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating installations . C . EXECUTION : 10/23108 1. General : Protective coating shall not be installed until the structure is complete and in place. 2 . Preliminary Repairs : a . b . C. All foreign materials shall be removed from the interior of the structure using high pressure water spray (3500 psi to 4000 psi at spray tip). All unsealed lifting holes, unsealed step holes, and voids larger than approximately one-half (1/2) inch in thickness shall be filled with patching compound as recommended by the material supplier for this application . After all repairs have been completed , remove all loose material. ASC-8 PART DA -ADDITIONAL SPECIAL CONDITIONS 3. Protective Coating: a. The protective coating shall be applied to the structure from the bottom of the frame to the bench, down to the top of the trough. The top of the structure shall also be coated. b. The protective coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) The surface shall be thoroughly cleaned of all foreign materials and matter. 2) Place covers over the invert to prevent extraneous material from entering the sewers. 3) If required for filling or leveling, apply specialty cement product to provide a smooth surface for the coasting material. 4) Spray the urethane or epoxy onto the structure wall and bench/trough to a minimum uniform thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. After the walls are coated, the wooden bench covers shall be removed. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur inside the structure within 24 hours after application. 4 . Testing of Rehabilitated Manholes: Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with the Section D-36 -VACUUM TESTING OF SANITARY SEWER MANHOLES . D. MEASUREMENT AND PAYMENT: Payment shall be based on the Contract Unit Price Bid per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing required to complete the work. Pressure grouting, if necessary to stop active infiltration prior to application of the protective coating, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular structure, if required by the Engineer, shall be paid for separately, as specified in Section DA-10, MANHOLE REHABILITATION. DA-10 MANHOLE REHABILITATION OMITTED 10123108 ASC-9 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION OMITTED DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM OMITTED DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM OMITTED DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM OMITTED DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM OMITTED DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER OMITTED DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM OMITTED DA-18 RIGID FIBERGLASS MANHOLE LINERS OMITTED DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION OMITTED DA-20 PRESSURE GROUTING OMITTED DA-21 VACUUM TESTING OF REHABILITATED MANHOLES OMITTED DA-22 FIBERGLASS MANHOLES OMITTED 10/23108 ASC-10 - PART DA -ADDITIONAL SPECIAL CONDITIONS DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES The contractor shall be responsible for locating and mark ing all previously exposed manholes and water valves in each street of this contract before the resurfacing process commences for a particular street. The contractor shall attempt to include the Construction Engineer (if he is available) in the observation and marking activity . In any event a street shall be completely marked a minimum of two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a recommended procedure . It shall be the contractors responsibility to notify the utility compan ies that he has commenced work on the project. As the resurfacing is completed (within same day) the contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: Company Fort Worth Water Dept. ATMOS Gas TXU Electric SWBT Charter Communications Fort Worth Transportation and Public Works For other facilities Telephone Number 817-392-8296 1-866-332-8667 1-800-242-9113 1-800-395-0440 817-246-5538 817 -392-6594 1-800-DIG-TESS Of course , under the terms of this contract, the contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5) working days after completing the laying of proposed H.M .A.C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut down of the resurfacing operation by the Construction Engineer. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER These provisions require the contractor to remove all failed existing curb and gutter, as designated by the Construction Engineer, and replace with standard concrete curb and gutter, laydown curb and gutter, or in like kind, as governed by the standard City Specifications, Item No. 104 "Removing Old Concrete", Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-S4 . Pay limits for laydown curb and gutter are shown in Drawing No . S-S5 of the Standard Specifications . Contractor shall saw cut the curb and gutter and pavement prior to removal. Included , and figured subsidiary to this unit price, will be the required sawcut excavation, 10/23108 ASC-11 PART DA -ADDITIONAL SPECIAL CONDITIONS as per specification Item No . 106 "Unclassified Street Excavation ", into the street to aid in the construction of the curb and gutter. The pay limit will be 9" out from the gutter lip, with same day haul-off of the removed material to a suitable dump s ite . The street void shall be filled with H .M.A.C . "Type D" mix as per specification No . 300 "Asphalts , Oils and Emulsions ", Item No. 304 "Prime Coat" and Item No. 312 "Hot Mix Asphaltic Concrete " and compacted to standard City densities and top soil as per specification item No. 116 "Top Soil ", if needed , shall be added and leveled to grade behind the curb . Existing improvements within the parkway such as water meters , sprinkler system, etc. damaged during construction shall be replaced with same or better at no cost to the City . Backfill for curb and gutter shall be completed within fourteen (14) calendar days from the day of demolition to date of completion. If the contractor fails to complete t he work within fourteen (14) calendar days, a $100 dollar liquidated damage will be assessed per block per day . The unit price bid per linear foot shall be full compensation for all materials , labor, equipment and incidentals necessary to complete the work. DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS This item shall include the removal and replacement of existing concrete driveways, due to deterioration or in s ituations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site . For specifications governing this item see Item No . 104 "Removing Old Concrete", Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No . S-S5 of the Standard Specifications . The unit price bid per square yard shall be full compensation for all labor, material , equipment, supplies, and incidentals necessary to complete the work . DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE The contractor shall remove all existing deformed H.M.A.C . pavement and/or bad base material that shows surface deterioration and/or complete failure . The Engineer will identify these areas upon which time the contractor will begin work . The failed area shall be saw cut, or other similar means, out of the existing pavement in square or rectangular fashion . The side faces shall be cut vertically and all failed and loose material excavated. As a part of the excavation process, all unsatisfactory base material shall be removed, if required, to a depth sufficient to obtain stable sub-base. The total depth of excavation could range from a couple of inches to include the surface-base-some sub-base removal for which the Engineer will select the necessary depth . The remaining good material shall be leveled and ·uniformly made ready to accept the fill material. All excavated material shall be hauled off site, the same day as excavated, to a suitable dump site . After satisfactory completion of removal as outlined above , the contractor shall place the permanent pavement patch, with "Type D" surface mix . This item will always be used even if no base improvements are required . The proposed H.M.A.C . repair shall match the existing pavement section or the depth of the failed material , whichever is greater. However, the patch thickness shall be a minimum of 2 inches . Generally the existing H.M .A.C . pavement thickness will not exceed 6". Before the patch layers are applied, any loose material , mud and/or water shall be removed . A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. 10/23108 ASC-12 PART DA -ADDITIONAL SPECIAL CONDITIONS Compactions of the mix shall be to standard densities of the City of Fort Worth , made in preparation to accept the recycling process. All applicable provisions of Standard Specification Item Nos . 300 "Asphalts, Oils , and Emulsions", 304 "Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work . The unit price bid per cubic yard shall be full compensation for all materials , labor, equipment and incidentals necessary to complete the work. DA-27 GRADED CRUSHED STONES This item shall be used to repair the failed base material in areas exceed 8" deep as directed by the Engineer. The material shall be graded crushed stones. For specifications governing this item see Item No. 208 "Flexible Base". The unit price bid per cubic yard shall be full compensation for all materials , labor, equipment and incidentals necessary to complete the work. DA-28 WEDGE MILLING 2" TO O" DEPTH 5.0' WIDE OMITTED DA-29 BUTT JOINTS -MILLED OMITTED DA-30 2" H.M.A.C. SURFACE COURSE {TYPE "D" MIX) OMITTED DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER This item shall include the removal and reconstruction of existing concrete valley gutters at locations to be determined in field: Removal of existing concrete valley, asphalt pavement , concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subs idiary to this pay item . Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be subsidiary to this Pay Item . See standard specification Item No. 314 , "Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No . 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". 10/23108 ASC-13 PART DA -ADDITIONAL SPECIAL CONDITIONS Asphalt base material may be required at times as directed by the Engineer to expedite the work at locations identified in the field. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to traffic . Work shall be completed on each half within seven (7) calendar days . If the contractor fails to complete the work on each half within seven (7) calendar days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work . DA-32 NEW 7" CONCRETE VALLEY GUTTER OMITTED DA-33 NEW 4" STANDARD WHEELCHAIR RAMP OMITTED DA-34 8" PAVEMENT PULVERIZATION OMITTED DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) The following specifications are for the furnishing and placing of reinforced concrete pavement or base as shown on detail and as directed by the Engineer. A GENERAL: Reinforced concrete pavement or base shall conform to Specification Item No . 314 herein except for finishing and curing . 8. FINISHING: The reinforced concrete shall be brought to a uniform surface by working with a wooden float. The surface shall be flush with the adjacent pavement and shall have a finish similar to the surrounding pavement. The surface shall be even and shall provide a smooth ride . C. CURING: The reinforced concrete pavement surfaces shall be sprayed uniformly with a membrane curing compound conforming to the requirements of ASTM C-309, Type 2, white-pigmented compound, which shall not produce permanent discoloration of the concrete . Concrete shall be allowed to cure for seven days or test cylinders reach 3000 psi before removal of barricades . 10123/08 ASC-14 PART DA -ADDITIONAL SPECIAL CONDITIONS D. EXECUTION: Included in this item will be the removal of the existing reinforced concrete pavement. The existing pavement shall be sawed so as to maintain an even, straight pavement cut. The existing reinforcing steel at sawed line and construction joints shall be lapped 18 inches with the new reinforced concrete pavement. The existing steel shall be thoroughly cleaned before lapping. The following work method will be performed on each utility cut: 1. Place safety signs, barricades and/or other warning devices where necessary and as required. 2. Replace pavement to nearest joint. 3. Mark out the damaged area with keel , chalk line or paint being sure to include all areas requiring repair . 4 . Saw cut along marked lines a minimum of two (2) inches deep. 5. Remove existing concrete. 6. Form joints and place reinforcing steel and Dowel Bars (as required) according to standard specifications . 7. Place and finish concrete. 8. Clean up job site, removing all debris. 9. Maintain traffic control devices to protect the area until the concrete has cured seven days or concrete reaches 3000 psi compressive strength. E. PAYMENT: Payment shall be made at the unit price per linear foot as shown on the proposal and shall be full compensation for furnishing all labor, materials, equipment tools and incidentals necessary to complete the work. DA-36 RAISED PAVEMENT MARKERS All applicable provisions of Standard Specifications for Roadway Markers (Buttons) shall apply. The Contractor shall install standard roadway markers according to city specifications as shown on plan sheet or as directed by the Engineer. Please refer to "Roadway Markers Specifications". DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING OMITTED 10/23108 ASC-15 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL OMITTED DA-39 ROCK RIPRAP -GROUT -FILTER FABRIC A. GENERAL: 1. General Conditions, Supplemental Conditions, applicab le requirements of Division 1 - General Requirements and the North Central Texas Council of Governments (NCTCOG) Standard Specifications , are hereby made a part of this section . 2 . This item shall govern for the installation of rock riprap of the various sizes shown on the plans . B. DESIGN CRITERIA: 1. The toe of the riprap revetment shall be entrenched in stable channel bottoms . If the channel bottom is not stable, the design shall incorporate other requirements needed to stabilize the revetment toe . 2 . The channel side slope shall be as shown on the drawings. 3 . Engineering filter fabric material shall be placed underneath the riprap . 4 . Ri prap shall extend up the bank to an elevation where vegetation will provide adequate protection . See cross sections. C . PRODUCT: 10123108 1. RIPRAP MATERIAL: Stone for riprap shall be durable and of a suitable quality to insure permanence in the structure . It shall be free from cracks, seams and other defects that would tend to increase deterioration . Rock shall be reasonably well graded between the following prescribed limits: 24 " Riprap 18" Riprap Sieve Size (Square Mesh) 24inch 18 inch 12inch 6inch Sieve Size (Square Mesh) 18 inch 12inch 6inch 3inch ASC-16 Percent Passing 100 80-90 45-55 0-20 Percent Passing 100 60-85 15-45 0-15 .. PART DA -ADDITIONAL SPECIAL CONDITIONS 2. RIPRAP WEIGHT: Weight of rock shall be one hundred fifty five pounds per solid cubic foot (min .) calculated from the bulk specific gravity (saturated surface dry). 3. FILTER FABRIC BLANKET: Approved Manufacturer: • Supac -Heavy Grade 8NP (UV) • Trevira 011/280 • Amoco 4553 • or Equal Heavy Grade 4. RIPRAP GROUTING a. FINE AGGREGATE: Fine aggregate for grouting mix shall consist of natural sand, manufactured sand, or a combination of natural and manufactured sands . The grading and uniformity of the fine aggregate shall conform to the following requirements as delivered to the mixers: Sieve Designation, U.S. Standard Square Mesh 3/8 in . (9.5 mm) No. 4 (4.75 mm) No. 8 (2 .36 mm) No . 16 (1.18 mm) No . 30 (600 um) No. 50 (300 um) No. 100 (150 um) Permissible Limits Percent by Weight, Passing 100 95 -100 80-95 55-75 30-60 12-30 2 -10 D. EXECUTION: 10/23108 1. CONSTRUCTION: a. The channel side slope and the toe excavation shall be prepared to the required lines and grades . . b. Filter fabric and riprap shall be placed in succession to the required thicknesses and elevations. Riprap shall be hand placed around structures to prevent damage to the structures. 2. INSTALLATION OF THE FILTER FABRIC (GEOTEXTILE): The geotextile shall be placed in the manner and at the locations shown on the drawings . At the time of installation, the geotextile shall be rejected if it has defects, rips, holes, flaws, deterioration or damage incurred during manufacture, transportation or storage. The surface to receive the geotextile shall be prepared to a relatively smooth condition free of obstructions, depressions, debris, and soft or low density pockets of material. Erosion features such as rills, gullies, etc . must be graded out of the surface before geotextile placement. The geotextile shall be placed with the long dimension perpendicular to the centerline of the channel and laid smooth and free of tension, stress, folds , wrinkles, or creases . The strips shall be placed to provide a minimum width of 24-inches of overlap for each joint. Temporary pinning of the textile to help hold it in place until the rock riprap is placed . The temporary pins shall be removed as ASC-17 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS the riprap is placed to relieve high tensile stress which may occur during placement of material on the geotextile. The specified placement procedure requires that the length of the geotextile be greater than the actual slope length . The Contractor shall adjust the actual length of the geotextile used based on initial installation experience. The geotextile shall be protected at all times during construction from contamination by surface runoff and any geotextile so contaminated shall be removed and replaced with uncontaminated geotextile . Any geotextile damaged during its installation or during placement of riprap shall be replaced by the Contractor at no cost to the Owner. The work shall be scheduled so that the covering of the geotextile with a layer of the specified material is accomplished within seven (7) calendar days after placement of the geotextile. Failure to comply shall require replacement of geotextile. The geotextile shall be protected from damage prior to and during the placement of rock riprap . Before placement of gabion units , the Contractor shall demonstrate that the placement technique will prevent damage to the geotexti le . In no case shall any type of equipment be allowed on the unprotected geotextile . 3 . RIPRAP PLACEMENT: Stone for riprap shall be placed on the filter fabric blanket in such a manner as to produce a reasonably well graded mass of rock with the minimum practicable percentage of voids and shall be constructed within the specified tolerance to the lines and grades shown on the drawings . Then intent of these specifications is to require placement of riprap to the thickness shown and to allow isolated stones to extend as much as six inches above g rade. Riprap shall be placed to its full course thickness at one operation and in such a manner as to avoid displacing the fabric . The larger stones shall be well distributed and the entire mass of stones in their final position shall conform to the gradation specified hereinbefore. The finished riprap shall be free from objectionable pockets of small stones and clusters of larger stones . The desired distribution of the various sizes of stones throughout the mass shall be obtained by selective loading of the material at the quarry or other source, by controlled dumping of success ive loads during final placing, or by other methods of placement which will produce the specified results. Rearranging of individual stones, by mechanical equipment or by hand will be required to the extent necessary to obtain a reasonably well graded distribution of stone specified above . The Contractor shall maintain the riprap protection until accepted. Any material displaced by any cause shall be replaced at his erosion to the lines and grades shown on the Drawings. 4 . GROUT PLACEMENT: Grout shall be composed of cement, water and air-entraining admixture and sand mixed in the proportions of 1 part of Portland cement to 3 parts of sand, sufficient water to produce a workable mixture, and that amount of admixture which will entrain sufficient air to produce durable grout, as determined by the ENGINEER. Sand for grouting shall conform to the requirements of paragraph : FINE AGGREGATE. The grout shall be mixed in a concrete mixer in the manner specified for concrete except that the time of mixing shall be increased to that necessary to produce a mixture having a consistency such as to permit gravity flow into the interstices of the riprap with the help of limited spading and brooming. The grout shall be used in the work within a period of one (1) hour after mixing. Retempering of ground will not be permitted. Riprap shall not be grouted when the ambient temperature is below 35 degree F. or above 95 degrees F. unless approved by the ENGINEER in writing; nor when the grout, without special protection, is likely to be subjected to freezing temperatures before final set has occurred. Prior to grouting, all surfaces of riprap shall ASC-18 PART DA -ADDITIONAL SPECIAL CONDITIONS be wetted . The riprap shall be grouted in successive longitudinal strips, approximately 10 feet in width, commencing at the lowest strip and working up the slope . Grout shall be brought to the place of final deposit by approved means, and in no case will grout be permitted to flow on the riprapped surface a distance in excess of 10 feet. Immediately after dumping the batch of grout, it shall be distributed over the surface of the strip by the use of brooms and the grout worked into place between stones with suitable spades , trowels, or vibrating equipment. As a final operation, the grout shall be removed from the top surfaces of the upper stones and from pockets and depressions in the surface of the stone protection . After completion of any strip as specified, no workman or any load shall be permitted on the grouted surface for a period of at least 24 hours . The grouted surface shall be protected from rain, flowing water, and mechanical injury . The surface of all grouted riprap shall be cured by keeping the surface continuously wet for a period of not less than 7 days. E. MEASUREMENT AND PAYMENT 1. FILTER FABRIC: Filter fabric will be measu red by the square yard for material used including that required at toes and thickened edges of riprap. Payment for filter fabric will be made at the contract unit price per square yard which includes all plant, labor, material, and all installation costs in-place , complete . 2. STONE RIPRAP : Stone (rock) riprap will be measured by the cubic yard using actual plan dimensions . Payment for riprap will be made at the contract unit price per cubic yard which includes all plant, labor, material , and installation costs in-place , complete. 3. GROUT: Grout for rock riprap will be measured by the square yard using actual plan dimensions. Payment for grout will be made at the contract unit price per square yard which includes all plant, labor, material, and installation costs in-place, complete . DA-40 CONCRETE RIPRAP 1 GENERAL: The following shall govern the furnishing and placing of concrete riprap as shown on the plans or as directed by the Engineer. 2 MA TE RIALS: Concrete for riprap shall be placed in accordance with the details and to the dimensions shown on the plans or as established by the Engineer. Unless otherwise shown on the plans, concrete riprap shall be reinforced using wire or bar reinforcement. The concrete shall be 3000 PSI at 28 days, Class A. Wire reinforcement shall be six (6) by six (6) inch No . 6 plain electric welded reinforcing fabric or its equal. A minimum lap of six (6) inches shall be used at all splices . At the edge of the riprap, the wire fabric shall not be less than one (1) inch, no more than three (3) inches from the edge of the concrete and shall have no wire projecting beyond the last member parallel to the edge of the concrete. Reinforcement shall be supported properly throughout the placement to maintain its position equidistance from the top and bottom surface of the slab . 10123108 ASC-19 PART DA -ADDITIONAL SPECIAL CONDITIONS If the slopes and bottom of the trench for toe walls are dry and not consolidated properly, the Engineer may require the entire area to be sprinkled , or sprinkled and consolidated before the concrete is placed . All surfaces shall be moist when concrete is placed . After the concrete has been placed, compacted, and shaped to conform to the dimensions shown on the plans, and after it has set sufficiently to avoid slumping, the surface shall be finished with a wooden float to secure a reasonably smooth surf ace . 3. PAYMENT : Payment for concrete riprap in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used . Bid price will be full compensation for placing all materials, and for all labor, tools, equipment, and incidentals necessary to complete the work . Payment for all necessary excavation below natural ground , and bottom or slope of the excavated channel will be included in the bid price. DA-41 CONCRETE CYLINDER PIPE AND FITIINGS OMITIED DA-42 CONCRETE PIPE FITIINGS AND SPECIALS OMITIED DA-43 UNCLASSIFIED STREET EXCAVATION This item will be used if additional excavation is needed that is not covered by "8" PAVEMENT PULVERIZATION". Additional Excavation is the removal of the excessive crown and base to bring the new base to proper grade and City standard specifications for street reconstruction. All applicable provisions of Item No . 106 "Unclassified Street Excavation " shall apply , work shall be paid per cubic yard. DA-44 6" PERFORATED PIPE SUBDRAIN This item shall consist of furnishing and installing 6" perforated subdrain and filter material all as shown on the enclosed details, or as directed by the Engineer. All applicable provision of standard Specifications Item 500 "SUBDRAINS" shall apply except as herein modified . The pipe material shall be poly vinyl chloride (PVC) with the standard dimensional ratio of 35 (SDR35) and meet the ASTM D 1784 . Filter shall have the capability of passing ground water without transporting the soil placed around the filter fabric. The fabric shall be constructed exclusively of synthetic thermoplastic fibers and may be either woven or non- woven to form a mat of uniform quality . Fabric fiber may be either continuous or discontinuous and oriented in either a random or an aligned pattern throughout the fabric . The fabric shall be mildew resistant, rot proof, shall be satisfactory for use in a wet soil and aggregate environment, contain ultraviolet stabilizers and have nonravelling edges . The fabric shall meet the following requirements when sampled and tested in accordance with the methods indicated. 10123108 ASC-20 - PART DA -ADDITIONAL SPECIAL CONDITIONS Test Original Physical Properties Fabric weight, on an ambient Temperature air-dried tension free sample, expressed in oz/sq .yd . Water flow rate by falling head method , 7.9 inches (20 cm) to 3.9 inches (10 cm) on 2 inch ID cylinder with 1 inch diameter orifice, with flow rate expressed in gal/sq . ft/minute . Method SDHPT Test Method Tex-616-J "Testing of Construction Fibers" Tex-616-J Requirements 4 .0 minimum for under drains and Slope Stabilization, 6.0 minimum for Gab ions Revetment 80 minimum Breaking load in either machine or ASTM Designation : 100 minimum cross-machine direction, expressed D 1682 grab method G as in pounds . modified by Tex-616-J Equivalent opening Standard sieve no .) size (US CW-02215, US Army Corps of 70 to 100 Engineers, Civil Works Construction Guide Specification . "Plastic Filter Fabric: November, 1977. "Apparent elongation " at breaking AST, Designation : 100 maximum load in either machine or cross-D 1682 grab method G as machine direction, expressed as modified by Tex-616-J percent. The "Filter Fabric" shall be installed in accordance with the manufacturer's recommendations , as indicated or as directed by the Engineer. When lapping is required , it shall be in accordance with the manufacturer's recommendations . Backfilling around the Filter Fabric shall be done in such a way as not to damage the Filter Fabric material during the placement. The unit price bid per L.F. shall be full compensation for all labor, materials , equipments , tools, and incidentals necessary to complete the work. DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS This item shall include the removal and replacement of existing concrete sidewalk due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dumpsite. For specifications governing 10123108 ASC-21 PART DA -ADDITIONAL SPECIAL CONDITIONS this item see Item No . 104 "Removing Old Concrete", and Item No . 504 "Concrete Sidewalk and Driveways". The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the removal and replacement work . DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION OMITTED DA-47 PAVEMENT REPAIR IN PARKING AREA The unit price bid under appropriate BID ITEM(S) of the Proposal shall cover all cost for providing pavement repair equal to or superior in composition , thickness , etc., to existing pavement. All required pav ing cuts shall be made with a concrete saw in a true and straight line on both sides of the trench , a minimum of twelve (12) inches outside the trench walls . The trench shall be backfilled and the top nine (9) inches shall be filled with crushed limestone base material , compacted and level with the finished adjacent surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced . DA-48 EASEMENTS AND PERMITS Easements and permits, both temporary and permanent, have been secured for this project at this time and made a part thereto . Any easements and/or permits , both temporary and permanent, that have not been obtained by the time of publication shall be secured before construction starts . No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained . The Contractor's attention is directed to the easement description and permit requirements, as contained herein , along with any special condit ions that may have been imposed on these easements and permits . Where the pipeline crosses privately owned property , the easements and construction areas are shown on the plans. The easements shall be cleaned up after use and restored to their original conditions or better. In the event additional work room or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item . DA-49 HIGHWAY REQUIREMENTS The Texas Department of Transportation requirements pertaining to the construction of th is project are enclosed herein and made part of these specifications . DA-50 CONCRETE ENCASEMENT Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall conform to Fig . 113; for water line encasements it shall conform to Fig . 20 of the General Contract Documents . Requirements for such encasement are specified in Sections E1-20 and E2-20 of the General Contract Documents. 10/23108 ASC-22 PART DA -ADDITIONAL SPECIAL CONDITIONS Payment for work such as forming , placing, and finishing including all labor, tools , equipment and material necessary to complete the work shall be included in the linear foot price bid for Concrete Encasement. DA-51 CONNECTION TO EXISTING STRUCTURES All connections between proposed and 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 to complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM . DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION OMITTED DA-53 OPEN FIRE LINE INSTALLATIONS OMITTED DA-54 WATER SAMPLE STATION 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 Enginee r. 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 pr ice bid for Service Taps to Main . Payment for all work and materials necessary for the installation of the sampling station , concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for the water main. PAYMENT FOR FIGURE 33 INSTALLATIONS : Payment for all work and materials necessary for the installation tap saddle , gate valve , and fittings shall be included in the price bid for Service Taps to Main. 10/23108 ASC-23 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 requ ired to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. DA-55 CURB ON CONCRETE PAVEMENT Standard Specification Item 502 shall apply except as herein modified . INTEGRAL CURB : Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab . The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab. SUPERIMPOSED CURB : Concrete shall have a minimum compressive strength of three thousand (3,000) pounds per square inch at twenty-eight (28) days . The quantity of mixing water shall not exceed seven (7) U.S. gallons per sack (94 lbs .) of Portland Cement. The slump of the concrete shall not exceed three (3) inches . A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required . PAYMENT : Payment shall be made for cutting and replacing curbs and gutters required in this Project under the appropriate bid item and shall be in compliance with Public Works Department standard requirement Item 502. DA-56 SHOP DRAWINGS 1. Submit seven (7) copies of shop drawings , layouts, manufacturer's data and material schedules as may be required by the Engineer for his review. Submittals may be checked by and stamped with the approval of the Contractor and identified as the Engineer may require . Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents . Indicated actions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data . Processed shop drawing submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install , and by detailing the fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered , either prior to or after subm ittals are processed, the design drawings and specifications shall govern. The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site , fabrication processes and techniques of constriction, coordination of his work with that of other trades and satisfactory performance his work . The Contractor shall check and verify all measurements and review subm ittals prior to being submitted , and sign or initial a statement included with the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application. Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form . 10123108 ASC-24 PART DA -ADDITIONAL SPECIAL CONDITIONS 2. Shop drawings shall be submitted for the following items prior to installation : List the required submittals here Additional shop drawing requirements are described in some of the material specifications. 3. Address for Submittals -The submittals shall be addressed to the Project Manager: (Project Manager) City of Fort Worth 1000 Throckmorton Fort Worth, TX 76102 DA-57 COST BREAKDOWN OMITTED DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY OMITTED DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP OMITTED DA-60 ASPHALT DRIVEWAY REPAIR OMITTED DA-61 TOP SOIL Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction, Item 116, except as follows : All labor, equipment , tools and incidentals shall be included in the square yard bid price for the top soil. DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT This item shall include raising or lowering an existing meter box to the parkway grade specified No payment will be made for adjusting existing boxes which are within 0.001 feet of specified parkway grade. The unit price bid shall be full and sufficient payment for all labor, equipment and materials used in the adjustment of the meter box . DA-63 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities . There is no limit to which a bid item can be increased or decreased . Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls . No claim 10123/08 ASC-25 PART DA -ADDITIONAL SPECIAL CONDITIONS will be considered for lost or anticipated profits based upon diffe rences in estimated quantities versus actual quantities . In particular, the Contractor shall be aware that it is the City 's intention that the quantities in Unit I be used on an "emergency " basis only . Total quantities given in the bid proposal may not reflect actual quantities ; however, they are given for the purpose of bidding and awarding the contract. A contract in the amount of $200 ,000 (see Options to Renew) shall be awarded with final payment based on actual measured quantities and the unit price bid in this proposal. Moreover, there is to be not limit on the variation between the estimated quantities shown and actual quantities performed . It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City bit will in not case exceed $200,000 (see Options to Renew) including all change orders. DA-64 WORK IN HIGHWAY RIGHT OF WAY When the Engineer directs the Contractor to perform work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (Tex-Dot), the Contractor shall obtain approval from the Texas Department of Transportation prior to commencing any work therein . All work performed in the Tex-Dot right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation and Item E2-29 .1 "Construction Within Highway Right-of-Way " of the General Contract Documents and Specifications, effective July 1, 1978, as amended . DA-65 CRUSHED LIMESTONE (FLEX-BASE) Crushed limestone required for use as a flexible base material shall conform to Specification Item No . 208 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. DA-66 OPTION TO RENEW The City has the right to renew this contract for three (3) one year terms/expenditures of $200,000 under the same terms , conditions, and unit prices . The City shall give at least sixty (60) days notice prior to the expiration of one year from the date of execution of this contract or of an option period or a like notice at such time as there is less than $20,000 left unexpended . DA-67 NON-EXCLUSIVE CONTRACT This contract is non-exclusive . During the term of this contract or any renewal hereof, the City reserves the right to advertise and award another contract for like or similar work. If a second contract is awarded, the City further reserves the right to issue work orders under either contract as it deems in its best interest, without recourse . DA-68 CONCRETE VALLEY GUTIER This item shall include the repair/replacement of existing concrete valley gutters as directed by the Engineer. The proposed valley gutters will be constructed according to the detail included in 10/23108 ASC-26 PART DA -ADDITIONAL SPECIAL CONDITIONS these documents as well as conforming to Specification Item No . 314 of the Standard Specifications for Street and Storm Drain Construction for the C ity of Fort Worth Transportation and Public Works Department. The unit price bid for this item shall be full compensation for all materials (including applicable sub-base), labor, equipment and incidentals necessary to complete the work. DA-69 TRAFFIC BUTTONS The Contractor shall supply all materials and labor necessary to install traffic buttons of the same type as were previously installed at locations designated by the Eng ineer. The buttons to be supplied shall be generally, but not limited to Type W-4 and Type 11 C-R4 and installed with a Type 111 Epoxy . The unit price bid for this item shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-70 PAVEMENT STRIPING Pavement striping, whenever and wherever encountered , shall be replaced to match the existing striping or as directed by the Engineer. Materials used shall be of 420 Type intersection grade tape (in 18-inch width) such as Stamark as manufactured by 3M company or approved equal. The unit price . bid for this item shall be full compensation for all materials , labor, equipment and incidentals necessary to complete the work . DA-71 H.M.A.C. TESTING PROCEDURES The contractor is required to submit a Mix Design for both Type "B" and "D " asphalt that will be used for each project. This should be submitted at the Pre-Construction Confe rence. This design shall not be more than two (2) years old . Upon submittal of the design mix a Marshal (Proctor) will be calculated, if one has not been previously calculated, for the use during density testing . For type "B" asphalt a maximum of 20% rap may be used . No Rap may be used in type "D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the contractor is approved for placement of the asphalt. The contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities. The required Density for Type "B" and for Type "D" asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt test ing . After a rolling pattern is established, densities should be taken at locations not more than 300 feet apart . The above requirement applies to both Type "B" and "D " asphalt. Densities on type "B " must be done before Type "D" asphalt is applied . Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied . Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness . 10/23108 ASC-27 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-72 SPECIFICATION REFERENCES When reference is made in these specificat ions to a particular ASTM , AWWA, ANSI or other specification , it shall be understood that the latest revision of such specification , prior to the date of these general specifications or revisions thereof, shall apply . DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX OMITTED DA-74 RESILIENT-SEATED GATE VALVES Any resilient-seated gate valves supplied for this contract shall conform to Material Standard E1-26 , STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES , with the exception of size requirements in sections E-26.1 . All res ilient-seated gate valves shall be mechanical joints and be approved on the C ity of Fort Worth Standa rd Product List. DA-75 EMERGENCY SITUATION, JOB MOVE-IN OMITTED DA-76 1 1/z" & 2" COPPER SERVICES The following is an addendum to E1-17 , Copper Water Service Lines and Copper Alloy Couplings: All fittings used for 1 Yz " and 2" water services lines shall be compression fittings of the type produced with an internal "gripper ring " as manufactured by the Ford Meter Box Co ., Inc., Mueller Company , or approved equal. Approved equal products shall submit shop drawings and manufacturer's catalog information for approval. Contractor shall make all cuts to the copper tubing with a copper tubing cutter tool specifically designed for this purpose in order to provide a clean , square cut. The use of hacksaws or any other type of cutter will not be allowed . Prior to installing the compression fittings , the copper tubing will be made round by the use of a "rounding tube" specifically made for that purpose . Payment for all work and materials associated with 1 Yz " and 2" copper services shall be included in the price of the appropriate bid item. DA-77 SCOPE OF WORK (UTIL. CUT) OMITTED DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) OMITTED 10/23108 ASC-28 PART DA -ADDITIONAL SPECIAL CONDITIONS . DA-79 CONTRACT TIME (UTIL. CUT) OMITTED DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) OMITTED DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) OMITTED DA-82 LIQUIDATED DAMAGES (UTIL. CUT) OMITTED DA-83 PAVING REPAIR EDGES (UTIL. CUT) OMITTED DA-84 TRENCH BACKFILL (UTIL. CUT) OMITTED DA-85 CLEAN-UP (UTIL. CUT) OMITTED DA-86 PROPERTY ACCESS (UTIL. CUT) OMITTED DA-87 SUBMISSION OF BIDS (UTIL. CUT) OMITTED DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) OMITTED DA-89 CONCRETE BASE REPAIR FOR UNIT 11 & UNIT Ill (UTIL. CUT) OMITTED DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) OMITTED 10/23108 ASC-29 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) OMITTED DA-92 MAINTENANCE BOND (UTIL. CUT) OMITTED DA-93 BRICK PAVEMENT (UTIL. CUT) OMITTED DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) OMITTED DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) OMITTED DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) OMITTED DA-97 "QUICK-SEr' CONCRETE (UTIL. CUT) OMITTED DA-98 UTILITY ADJUSTMENT (UTIL. CUT) OMITTED DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS {UTIL. CUT) OMITTED DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR {UTIL. CUT) OMITTED DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) OMITTED DA-102 PAYMENT {UTIL. CUT) OMITTED 10/23108 ASC-30 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-103 DEHOLES (MISC. EXT.) OMITTED DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) OMITTED DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) OMITTED DA-106 BID QUANTITIES (MISC. EXT.) OMITTED DA-107 LIFE OF CONTRACT (MISC. EXT.) OMITTED DA-108 FLOWABLE FILL (MISC. EXT.) OMITTED DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) OMITTED DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) OMITTED DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) OMITTED DA-112 MOVE IN CHARGES (MISC. REPL.) OMITTED DA-113 PROJECT SIGNS (MISC. REPL.) OMITTED DA-114 LIQUIDATED DAMAGES (MISC. REPL.) OMITTED 10/23108 ASC-31 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) OMITTED DA-116 FIELD OFFICE OMITTED DA-117 TRAFFIC CONTROL PLAN OMITTED DA-118 OMITTED DA-119 OMITTED COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS CATHODIC PROTECTION SYSTEM • 10123108 ASC-32 PART E -SPECIFICATIONS URS No. 25337785 - . ,,. ,;: ..... ,, ·.· . ··. . .. SECTION E SPECIFICATIONS JANUARY I, 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 of this contract document by reference for all purposes, the same as if copies verbatim herein , and such Sections are filed and kept in the office of the City Secretary of the City of Fort Worth as an official record of the City of Fort Worth. INDEX El MATERIAL SPECIFICATIONS E2 CONSTRUCTION SPECIFICATIONS E2A 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. l l Trench Backfill: (Correct minimum compaction requirement wherever it appears, in this section to 95% Procter density except for paragraph a .I. where the "95% modified Procter density" shall remain unchanged). EI00-4 WATERTIGHT MANHOLE INSERTS. SECTION El 00 -MATERIAL SPECIFICATIONS MATERIAL STANDARD EI 00-4 JANUARY 1, 1978 (ADDED 5/13/90) EI 00-4.1 GENERAL: This standard covers the furnishing and installation of watertight gasketed manhole inserts in the. Fort Worth sanitary sewer collection system. EI00-4.2 MATERIALS AND DESIGN: a. The manhole insert shall be of corrosion-proof high density polyethelene that meets or exceeds the requirements of ASTM Dl248, 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 con d it i on s . The gasket sh a II be m ad e of c I o s e d c e 11 neoprene rubber and meet the requirement of ASlM DI 056, or equal. d. The manhole insert shall have a strap for removing the insert. The strap shall be made of minimum l 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 the manhole frame rim to retard water from seeping between the cover and the manhole frame rim. ElOO (1) SPECIAL PROVISIONS STREET AND STORM DRAINAGE IMPROVEMENTS - - URS No. 25337785 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 1. SCOPE OF WORK .................................................................................................... SP-4 2. AWARD OF CONTRACT .......................................................................................... SP-6 3. PRECONSTRUCTION CONFERENCE ..................................................................... SP -6 4 . EXAMINATION OF SITE .......................................................................................... SP-6 5. BID SUBMITTAL ....................................................................................................... SP-6 6. WATER FOR CONSTRUCTION ............................................................................... SP-6 7 . SANITARY FACILITIES FOR WORKERS ................................................................. SP-6 8. PAYMENT ................................................................................................................. SP-6 9. SUBSIDIARY WORK ................................................................................................. SP-6 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ....................................................................................................... SP-7 11 . WAGE RATES .......................................................................................................... SP-7 12. EXISTING UTILITIES ................................................................................................ SP-8 13. PARKWAY CONSTRUCTION ................................................................................... SP-8 14. MATERIAL STORAGE .............................................................................................. SP-8 15 . PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS ............................................................................................. SP-8 16 . INCREASE OR DECREASE IN QUANTITIES ........................................................... SP-9 17. CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS .................................. SP-9 18. EQUAL EMPLOYMENT PROVISIONS ...................................................................... SP-9 19 . MINORITY AND WOMENS BUSINESS ENTERPRISE (M/WBE) COMPLIANCE ......................................................................................... SP-10 20 . FINAL CLEAN UP ................................................................................................... SP-11 21 . CONTRACTOR'S COMPLIANCE WITH WORKER'S COMPENSATION LAW ......................................................................................... SP-11 22. SUBSTITUTIONS ..................................................................................................... SP-14 23. MECHANICS AND MATERIALSMEN'S LIEN ........................................................... SP-15 24 . WORK ORDER DELAY ........................................................................................... SP-15 25. CALENDAR DAYS .................................................................................................. SP-15 26. RIGHT TO ABANDON ............................................................................................. SP-15 27 . CONSTRUCTION SPECIFICATIONS ..................................................................... SP-15 28 . MAINTENANCE STATEMENT ................................................................................ SP-15 29 . DELAYS ....................................................................................................... SP-15 30 . DETOURS AND BARRICADES .................................................................... : .......... SP-16 31 . DISPOSALOFSPOIUFILLMATERIAL .................................................................. SP-16 32. QUALITY CONTROL TESTING .............................................................................. SP-16 33 . PROPERTY ACCESS ............................................................................................. SP-17 34. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ...................... SP-17 35. WATER DEPARTMENT PRE-QUALIFICATIONS ................................................... SP-18 36 . RIGHT TO AUDIT ................................................................................................... SP-18 37 . CONSTRUCTION STAKES ................................................... SP-18 38. LOCATION OF NEW WALKS AND DRIVEWAYS .................................................. SP-19 39 . EARLY WARNING SYSTEM FOR CONSTRUCTION .............................................. SP-19 40 . AIR POLLUTION WATCH DAYS ............................................................................. SP-20 Rev 2-19-10 SP-1 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents CONSTRUCTION ITEMS : 41 . PAY ITEM-PAVEMENT -UNCLASSIFIED STREET EXCAVATION -REMOVE ... SP-20 42 . PAY ITEM -CURB-7 INCH -INSTALL. .................................................................. SP-21 43 . PAY ITEM -TRENCH SAFETY SYSTEM .5 FOOT DEPTH -INSTALL ................... SP-21 44 . PAY ITEMS-SUBGRADE-8 INCH LIME STABILIZED and SUBGRADE-LIME FOR STABILIZATION-INSTALL ............................................................................ SP-21 45. PAY ITEM -PAVEMENT-8 INCH CONCRETE -INSTALL ................................... SP-22 46 . PAY ITEM -PAVEMENT - 6 INCH HMAC -INSTALL ............................................. SP-22 47 . PAY ITEM -PAVEMENT - 2 INCH HMAC -INSTALL. ............................................ SP-23 48 . PAY ITEMS-WALK-INSTALL, CURB & GUTTER -INSTALL, CONCRETE PAVEMENT HEADER-INSTALL, AND 6" DRIVEWAY-INSTALL. ....................... SP-24 49 . PAY ITEMS -WALK-REMOVE , CURB & GUTTER-REMOVE, DRIVEWAY- REMOVE ................................................................................................. SP-25 50 . PAY ITEM -METAL BEAM GUARD FENCE -REMOVE , AND METAL BEAM GUARD FENCE -INSTALL ..................................................................................... SP-25 51 . PAY ITEM -PIPE RAIL FENCE -REMOVAL AND INSTALL .................................. SP-25 52 . PAY ITEMS -LOW PROFILE TYPE I AND TYPE II BARRICADE -INSTALL ......... SP-25 53 . PAY ITEMS-4 " TEMPORARY WHITE PAVEMENT MARKING -INSTALL, 4 " TEMPORARY DOUBLE YELLOW PAVEMENT MARKING -INSTALL, 24 " TEMPORARY WHITE STOP BAR PAVEMENT MARKING -INSTALL, 4 " TEMPORARY WHITE (BROKEN) PUPPY TRACKS PAVEMENT MARKING - INSTALL ................................................................................................. SP-25 54 . PAY ITEM -2-8' X 7' REINFORCED CONCRETE BOX (CAST-IN-PLACE) - INSTALL ................................................................................................. SP-26 55. PAY ITEM -2-8' X 7' REINFORCED CONCRETE BOX (PRECAST SECTIONS) - INSTALL ................................................................................................. SP-26 56 . PAY ITEM -REMOVE AND DISPOSE OF A PORTION OF EXISTING REINFORCED CONCRETE HEADWALL, WINGWALL AND APRON ..................... SP-27 57 . PAY ITEM-CONSTRUCT REINFORCED CONCRETE STRUCTURE- HEADWALL, WINGWALL, APRON AND WALK ABOVE HEADWALL -INSTALL .. SP-27 58 . PAY ITEM-FLOWABLE BACKFILL -CEMENT STABILIZED BACKFILL - INSTALL ................................................................................................. SP-27 59 . PAY ITEM -SELECT (TYPE B) BACKFILL MATERIAL-BORROW-INSTALL ..... SP-27 60 . PAY ITEM-NON-SELECT (GENERAL) BACKFILL MATERIAL-INSTALL AND COMPACT ................................................................................................. SP-28 61 . PAY ITEM-FURNISH AND INSTALL TEMPORARY EXCAVATION SUPPORT .... SP-28 62 . PAY ITEM -JET GROUTING SOIL STABILIZATION .............................................. SP-28 63 . PAY ITEM -STONE FASCIA FOR HEADWALL AT TRINITY RIVER. ..................... SP-28 64 . PAY ITEM-STONE FASCIA SUPPORT SYSTEM ................................................. SP-28 65 . PAY ITEM -MANAGEMENT AND DISPOSAL OF CLASS II NON-HAZARDOUS SOIL MATERIAL ................................................................................................. SP-28 66 . PAY ITEM -MANAGEMENT AND DISPOSAL OF CLASS I NON-HAZARDOUS SOIL MA TE RIAL ................................................................................................ SP-29 67 . PAY ITEM -MANAGEMENT AND DISPOSAL OF HAZARDOUD SOIL MATERIAL SP-29 68 . PAY ITEM -TEST LOAD AND DISPOSE OF CONTAMINATE FLUIDS .................. SP-29 Rev 2-19-10 SP-2 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 69 PAY ITEM -PREPARE , MANAGE AND CLOSE-OUT SITE SPEC IFIC HEAL TH AND SAFETY PLAN FOR PROJECT DURATION ................................................... SP-29 70 . PAY ITEM -PREPARE , MANAGE AND CLOSE-OUT SITE WASTE MANAGEMENT/DISPOSAL PLAN FOR PROJECT DURATION .............................. SP-29 71 . PAY ITEM -MOBILIZATION .................................................................................... SP-29 72 . PAY ITEM -FILL MATERIAL -BORROW -INSTALL ........................................... SP-29 73 . PAY ITEM -EXPLORATORY EXCAVATION (D-HOLE) (5 ' TO 10' DEPTHO .......... SP-30 74 . PAY ITEM-EXPLORATORY EXCAVATION (D-HOLE) (10 ' TO 20 ' DEPTH) ......... SP-30 75 . PAY ITEM -FURNISH AND INSTALL 24 INCH CLASS Ill RCP .............................. SP-30 76. PAY ITEM -GRASS SOD ....................................................................................... SP-30 77 . PAY ITEM-GRASS-HYDROMULCH SEEDING -INSTALL. .................................. SP-30 78 . PAY ITEM -STORM WATER POLLUTION PREVENTION > 1 AC SWPPP - INSTALL ................................................................................................. SP-30 79 . PAY ITEM-SIGN -BARRICADES & TRAFFIC ROUTING -INSTALL .................. SP-33 80 . PAY ITEM-SIGN -PROJECT DESIGNATION -INSTALL. ................................... SP-33 81 . PAY ITEM-UTILITY ADJUSTMENT-REPAIR. ..................................................... SP-34 82 . PAY ITEM - 6' TOP SOIL. ........................................................................................ SP-34 83 . PAY ITEM -VALVE BOX -ADJUSTMENT -SERVICES ....................................... SP-34 84. PAY ITEM -MANHOLE -ADJUSTMENT -SERVICES .......................................... SP-35 85 . NON PAY ITEM-PAVEMENT-SILICONE JOINT SEALANT ................................ SP-35 86 . NON PAY ITEM-ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT .... SP-39 87 . NON PAY ITEM -CLEARING AND GRUBBING ...................................................... SP-40 88. NON PAY ITEM -SPRINKLING FOR DUST CONTROL ......................................... SP -40 89 . NON PAY ITEM-PROTECTION OF TREES, PLANTS AND SOIL. ........................ SP-40 90 . NON PAY ITEM -PROJECT CLEANUP .................................................................. SP-41 91 . NON PAY ITEM -PROJECT SCHEDULE ............................................................... SP-41 91 .(a) NON PAY ITEM -BASELINE CONSTRUCTION SCHEDULE ................................. SP-42 91 .(b). NON PAY ITEM -PROGRESS CONSTRUCTION SCHEDULE .............................. SP-43 91 .(c) NON PAY ITEM -PERFORMANCE AND CONSTRUCTION SCHEDULE .............. SP-43 92 . NON PAY ITEM -SCHEDULE TIERS SPECIAL INSTRUCTIONS .......................... SP-43 93 . NON PAY ITEM-NOTIFICATION OF RESIDENTS ................................................ SP-44 94 . NON PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION ..................................................................................................... SP-44 95 . NON PAY ITEM -PRE -CONSTRUCTION NEIGHBORHOOD MEETING ............... SP-45 96. NON PAY ITEM -WASHED ROCK ......................................................................... SP-45 97 . NON PAY ITEM -SAWCUT OF EXISTING CONCRETE ........................................ SP-45 98 . NON PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ................................................................................................................... SP-45 99 . NON PAY ITEM-TIE IN INTO STORM DRAIN STRUCTURE ................................ SP-46 100. NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT ............................................ SP-46 101 . NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ..... SP-46 102. NON PAY ITEM -TEMPORARY EROSION , SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................ SP-46 Rev 2-19-10 SP-3 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR: FOREST PARK -PARKVIEW STORM DRAIN IMPROVEMENTS FROM THE TRINITY RIVER TO THE WEST FREEWAY (IH 30) CITY PROJECT NO.: 00674 1. SCOPE OF WORK: The work covered by these plans and specifications consist of the following: Construction of double 8' x 7' reinforced concrete storm drainage boxes parallel to existing double 8' x 7' reinforced concrete storm drainage boxes, removal and replacement of damaged sections of the existing boxes, removal and replacement of existing pavement, water and sewer system improvements in the area of the proposed storm drainage system improvements, construction of an expanded headwall at the Trinity River and all other miscellaneous items of construction to be performed as outlined in the plans and specifications which are necessary to satisfactorily complete the work. Construction of the headwall expansion at the Trinity River and the 2 -8' X 7' reinforced concrete box storm drain shall be per the details in the plans, Part FA -Special Specifications, Street and Storm Drain Improvements and the following specification items from the latest version of the Texas Department Of Transportation (TxDOT) Standard Specifications For Construction And Maintenance Of Highways, Streets And Bridges : 1. Item 400 -Excavation And Backfill For Structures (includes Cement Stabilized Backfill specifications) 2 . Item 402 -Trench Excavation Protection 3. Item 403 -Temporary Special Shoring 4 . Item 420 -Concrete Structures 5 . Item 423 -Retaining Walls (includes Non-Select (General) Backfill and Select (Type B) Backfill specifications) 6 . Item 424 -Precast Concrete Structures (Fabrication) 7. Item 432 -Riprap 8 . Item 462 -Concrete Box Culverts And Storm Drains 9 . Item 466 -Headwalls and Wingwalls 10. Item 472 -Removing And Re-Laying Culvert And Storm Drain Pipe 11. Item 473 -Laying Culvert And Storm Drain Pipe Construction of the street pavement replacement, water line replacement and sanitary sewer replacement shall be according to the following standard specifications: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCT/ON CITY OF FORT WORTH Rev 2-19-10 SP-4 FORT WORTH WATER DEPARTMENT'S GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIF/CATIONS STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS As part of th is proj ect the Contractor shall comply with the requirements of the US Army Corps of Engineers (USACOE) and the Tarrant Regional Water District (TRWD) for work within the Fort Worth Floodway (the area north of Parkview Drive to the Trinity River). Refer to Part H -Criteria For Const r uction Within And Along The Limits Of Ex isting Federal Flood Protection Project (both the TRWD document and the USACOE document) for specific requirements for working in the floodway area . Contr actor's attention is directed to the TRWD document, Section 4 . General Criteria for Construction within and along the Fort Worth Floodway , Subsection D . Establishing Grass Post Construction . In lieu of seeded grass , contractor shall re-sod grassed areas disturbed by his construction activities to a condition as good or better than existing prior to beginning of construction . Also refer to Section 14 -Discharge St r uctures . The Contractor will not be responsible for installation of the Storm Water Collection Device (SWCD) at the expanded headwall structure at the Trinity R iver. The SWCD will be installed by the USACOE and TRWD after the Contractor has completed the headwall structure expansion , including the addition of stone facia fin ish to the headwall (and w ingwalls). Contractor's attention is directed to USACOE document, Section 4 . Gene ral Criteria for Construct ion W ithin a Floodway and Subsections e., g ., i., j ., and to Section 13 . Headwall, Chutes, Gate Valves , Flap (Automatic) Gates, etc . URS Corporation conducted a Lim ited Phase II Subsurface Invest igat ion along the storm drain alignment for the City of Fort Worth . The Limited Phase II Subsurface Investigation identified contaminants of concern (COCs) in numerous soil and groundwater samples. The Contractor is directed to Part G -Special Envirionmental Provisions and Specifications for special requirements for working with contaminated soil and water on this project. There are special requirements for personal protective equipment , disposal of contaminated so il and water, coordination with the Texas Commission on Environmental Quality (TCEQ), preparation and approval of a Contractor's Site Specific Hea lth and Safety Plan (SSHASP) and a Waste ManagemenUDisposal Plan , Hazardous Waste Operations and Emergency Response Standard (HAZWOPER) cert ification for on-site personnel , minimum qualifications for the On-Site HAZWOPER Supervisor, and other requirements. A report titled , "Deep Mechanical Testing for the Forest Pa r k-Parkview Storm Drainage Improvements Project Number 00674 , City of Fort Worth , Tarrant County , Texas", was prepared by URS Corporation and submitted by the City of Fort Worth to the Texas Historical Commission (THC) for concurrence with the report and issuance of a "Completed Permit" letter. The "Completed Permit" letter was received from the THC on July 29 , 2010. The Contracto r is hereby notified that should any human or cultural remains be observed during construction, construction will cease immediately and the Texas Historical Commission will be notified . There will be no extra payment to the contractor due to the delay of the project because of the discovery of human or cultural remains. Rev 2-19-10 SP-5 2. AWARD OF CONTRACT: Bidders are hereby informed that the Director of the Transportation and Public Works Department reserves the right to evaluate and recommend to the City Council the best bid that is considered to be in the best interest of the City. 3 . PRECONSTRUCTION CONFERENCE: The successful Contractor, Design Consultant, and City shall meet at the call of the City for a preconstruction conference before any work begins on this project. At this time , details of sequencing of the work, contact individuals for each party, request for survey, and pay requests will be covered. Prior to the meeting , the Contractor shall prepare schedules showing the sequencing and progress of their work and its effect on others . A final composite schedule will be prepared during this conference to allow an orderly sequence of project construction. 4 . 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 that may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed . Proper consideration should be given to these details during preparation of the Proposal and all unusual conditions that may give rise to later contingencies should be brought to the attention of the City prior to the submission of the Proposal. 5 . BID SUBMITTAL: Bidders shall submit a complete package, including ALL completed forms that must be submitted with the Proposal (including Vendor Compliance to State Law and List of Cast Iron Fittings , and Pre-Qualified Sub-Contractor List). Failure to provide a complete bid package may be grounds for designating bids as "non- responsive" and rejecting bids as appropriate and as determined by the Director of the Transportation and Public Works Department. 6 . WATER FOR CONSTRUCTION : Water for construction will be furnished by the Contractor at his own expense. 7 . SANITARY FACILITIES FOR WORKERS : The Contractor shall provide all necessary conveniences for the use of workers at the project site. Specific attention is directed to this equipment. 8. PAYMENT: The Contractor shall receive full payment from the City for all the work based on unit prices bid on the proposal and specified in the plans and specifications and approved by the ENGINEER per actual field measurement. 9 . SUBSIDIARY WORK: Any and all work specifically governed by documentary requirement for the projects , 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, including but not limited to surface restoration cleanup and relocation of mailboxes. All objectionable matter required to be removed from within the right-of-way and not particularly described under these specifications shall be covered by Item No . 102 "Clearing and Grubbing " and shall be subsidiary to the other items of the contract. Rev 2-19-10 SP-6 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC : The Contractor's particular attention is directed to the requirements of Item 7 , "Legal Relations and Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain Construction". 11. WAGE RA TES : 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 preva iling 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 prevail i ng wage rates st i pulated in these contract documents . This penalty shall be retained by the City to offset its adm inistrative costs , pursuant to Texas Government Code 2258 .023 . Complaints of V iolations 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 subcont ractor , the C ity shall make an initial determination , before the 31st day after the date the C ity 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 v iolated 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 , includ i ng 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 requ ired 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 Rev 2-19-10 SP-7 of each worker employed by the contractor in the construct ion 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.) 12 . EXISTING UTILITIES : The locations and dimensions shown on the plans relative to existing utilities are based on the best information ava ilab le. It shall be the Contractor's responsibility to verify location of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as are necessary in the construction process in order to provide adequate clearance . The Contractor shall take all necessary precautions in order to protect all services encountered . Any damage to utilities and any losses to the utility or City due to disruption of service resulting from the Contractor's operations shall be at the Contractor's expense. 13 . PARKWAY CONSTRUCTION : During the construction of this project , it will be required that parkways be excavated and shaped at the same time the roadway is excavated . Excess excavation will be disposed of at locations approved by the Director of the Transportation and Public Works Department, except that all material disposed of from the site shall comply with the requirements of Part G -Special Environmental Provisions and Specifications. 14. MATERIAL STORAGE : Material shall not be stored on private property unless the Contractor has obtained permission in writing from the property owner and storage of material on the private property complies with current City zoning requirements for the use of property for storage purposes . 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS : The Contractor shall take adequate measures to protect all existing structures, improvements and utilities , which may be encountered . The utility lines and conduits shown on the plans are for info r mation only and are not guaranteed by the City or the Design Consultant to be accurate as to extent, location and Rev 2-19-10 SP-8 depth, they are shown on the plans as the best information available at the time of design , from the Owners of the utilities involved and from evidences found on the ground. 16. INCREASE OR DECREASE IN QUANTITIES: The quantities shown in the Proposal are approximate. It is the Contractor's sole responsibility to verify all the minor pay item quantities prior to submitting a bid . No additional compensation shall be pa id to Contractor for errors in the quantities. Final payment will be based upon field measurements. The City reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the 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 anticipated profits or shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of storm drain pipes in depth categories shall be interpreted herein as applying to the overall quantities of storm drain pipe in each pipe size but not to the various depth categories . 17. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS : Contractor Covenants and agrees to indemnify City 's Design Engineer and Architect , and their personnel at the project site for Contractor's sole negligence. In addition , Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense , the City , its officers , servants and employees, from and against any and all claims or suits for property loss , property damage, personal injury, including death , arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers , agents, employees , subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City's officers , servants and employees and any damage, loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of City, its officers, servants or employees. In the event City receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to City satisfactory evidence that the claim has been settled and/or a release from the claimant involved , or (b) provides City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 18. EQUAL EMPLOYMENT PROVISIONS: Contractor shall comply with City Ordinance Number 7278 as amended by City Ordinance Number 7400 (Fort Worth City Code Sections 13-A-21 through 12-A-29) prohibiting discrimination in employments practices . Rev 2-19 -10 SP-9 The Contractor shall post the required notice to that effect on the project site, and at his request , will be provided by assistance by the City of Fort Worth 's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate not ices may be acquired from the Equal Employment Officer. 19. MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE: In accordance with City of Fort Worth Ordinance No . 15530, the City has goals for the participation of minority business enterprises and women business enterprises in City contracts. The Ordinance is incorporated in these specifications by reference . A copy of the Ordinance may be obtained from the Office of the City Secretary . Failure to comply with the ord inance shall be a material breach of contract. M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM, as applicable, must be submitted within five (5) City business days after bid opening. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the City complete and accurate information regarding actual work performed by a Minority or Women Business Enterprise (M/WBE) on the contract and payment thereof. Contractor further ag rees to permit an audit and/or examination of any books , records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE . The misrepresentation of acts (other than a negligent misrepresentation) and /or the commission fraud by the Contractor will be grounds for termination of the contract and/or initiat ing action under appropriate federal , state , or local laws or ordinances relating to false statement. Further , any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time not less than three years . The City will consider the Contractor's performance regard ing its M/WBE program in the evaluation of bids . Failure to comply with the City 's M/WBE Ordinance, or to demonstrate "good faith effort", shall result in a bid be ing rendered non-responsive to specifications . Contractor shall provide cop ies of subcontracts or co-signed letters of intent with approved M/WBE subcontractors prior to issuance of the Notice to Proceed. Contractor shall also provide monthly reports on utilization of the subcontractors to the City's M/WBE office . The Contractor may count first and second tier subcontractors and/or suppliers toward meeting the goals . The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed . All M/WBE Contractors used in meeting the goals must be certified prior to the award of the Contract. The M/WBE Contractor(s) must be certified by either the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TxDOT), Highway Division and must be located in the n ine (9) county marketplace or currently doing business in the marketplace at time of bid . The Contractor shall contact all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith effort forms as applicable . Failure to contact the listed M/WBE subcontractor or supplier prior to b id opening may result in the rejection of bid as non- responsive . Rev 2-19-10 SP-10 Whenever a change order affects the work of an M/WBE subcontractor or suppl ier, the M/WBE shall be given an opportunity to perform the work . Whenever a change order exceeds 10% of the original contract , the M/WBE coordinator shall determ ine the goals applicable to the work to be performed under the change order. During the term of the contract the contract shall : 1. Make no unjustified changes or deletions in its M/WBE part icipation commitments submitted with or subsequent to the bid , and , 2. If substantial subcontracting and/or substantial supplier opportun ities arise during the term of the contract which the Contractor had represented he would perform with his forces , the Contractor shall notify the City before subcontracts or purchase orders are let , and shall be required to comply with modifications to goals as determined by the City , and , 3. Submit a REQUEST FOR APPROVAL OF CHANGE FORM , if the Contractor desi res to change or delete any of the M/WBE subcont ractors or suppliers . Justification for change may be granted for the following : a . Failure of Subcontractor to provide evidence of coverage by Worker's Compensation Insurance. b. Failure of Subcontractor to provide required general liability of other insurance . c . Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his M/WBE Participation plan . d . Default by the M/WBE subcontractor or supplier in the performance of the subcontractor. Within ten (10) days after final payment from the City , the Contractor shall provide the M/WBE Office with documentation to reflect final part icipation of each subcontractor and supplier used on the project , inclusive of M/WBEs. 20 . FINAL CLEAN-UP : Final cleanup work shall be done for th is project as soon as the paving and curb and gutter has been completed. No more than seven days shall elapse after completion of construction before the roadway and ROW. is cleaned up to the satisfaction of the ENGINEER. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general restoring the worksite to an orderly appearance . 21 . CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a . DEFINITIONS: Rev 2-19-10 SP-11 b . Certification of coverage ("Cert ificate "). 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 pe rson 's or entity's employees providing services on a project, for the duration of the project. Duration of the project- includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity . Persons providing serv ices on the project ("subcontractor" in §406 .096)-includes all persons or entities performing all or part of the services t he 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, subcontracto rs, leasing companies , motor carriers , City-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without lim itation, providing , hauling , or delivering equipment or materials , or providing labor, transportation, or other services related to a project. "Services" does not include activit ies unrelated to the project , such as food/beve rage vendors, office supply deliveries , and delivery of portable toilets . The Contractor shall provide coverage , based on proper report ing of classification codes and payroll amounts and filing of any coverage agreements , which meets the statutory requirements of Texas Labor Code , Section 401 .011 (44) or all employees of the Contractor providing services on the project , for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d . If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period , file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project , so the governmental entity will have on file certificates of coverage showing coverage for all persons prov id ing services on the project; and (2) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. f . The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. Rev 2-19-10 SP-12 g . The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the Contractor knew or should have known , or any change that materially affects the provision of coverage of any person providing services on the project. h . The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation, informing all persons providing services on the project that they are required to be covered , and stating how a person may verify coverage and report lack of coverage. i. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to : Rev 2-19-10 (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 form each other person with whom it contracts, and provide to the Contractor: (a) (b) (c) (d) a certificate of coverage, prior to the other person beginning work on the project; and 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; retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 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 SP-13 B. j . k. (e) contractually require each person with whom it contracts, to perform as required by paragraphs (1)-(7), with the certificates of coverage to be provided to the person for whom they are providing services . By signing this contract or providing or causing to be provided a certificate of coverage , the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation . Providing false or misleading information may subject the Contractor to administrative, criminal, civil penalties or other civil actions . The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten day after receipt of notice of breach from the governmental entity . The Contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage . This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Commission rules . This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the Worker population . The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker's compensation insurance. This includes persons providing, hauling , or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identify of their employer or status as an employee." Call the Texas Worker's Compensation Commission at 512-463-3642 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". 22 . SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the ENGINEER to make a substitution for the material that has been specified. Where the term "or equal ", or "or approved equal" is used , it is understood that if a material , product, or piece of equipment bearing the name so used is furnished, it will be approvable , as Rev 2-19-10 SP-14 the particular trade name was used for the purpose of establ ishing a standa rd of qual ity acceptable to the City . If a product of any other name is proposed , the substitut ion must be approved by the City . Where the term "or equal ", or "approved equal " is not used in the specifications , this does not necessarily exclude alternative items or material or equ ipment which may accompl ish the intended purpose . However, the Contractor shall have the full responsibility of providing that the proposed subst itution is, in fact , equal , and the ENGINEER, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of the sub-sect ion as related to "substitutions " shall be applicable to all sections of these specifications . 23 . MECHANICS AND MATERIALMEN 'S LIEN : The Contractor shall be required to execute a release of mechanics and materialmen 's liens upon receipt of payment. 24. WORK ORDER DELAY : All utilities and right-of-way are expected to be clear and easements and/or permits obtained on this project w ithin s ixty (60) days of advertisement of this project. The work order for subject project will not be issued until all utilities, right- of-ways , easements and/or permits are cleared or obtained . The Contractor shall not hold the City of Fort Worth responsible for any delay i n issuing the work order for this Contract. 25 . CALENDAR DAYS : The Contractor agrees to complete the Contract within the allotted number of calendar days. 26 . RIGHT TO ABANDON : The C ity reserves the right to abandon , without obligat ion to the Contractor, any part of the project or the entire project at any t i me before the Contractor begins any construction work authorized by the C ity . 27 . CONSTRUCTION SPECIFICATIONS : This contract and project are governed by the two following published specifications , except as mod ified by these Special Provisions : STANDARD SPECIF/CATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS A copy of e ither of these specifications may be purchased at the Office of the Department of Transportation and Public Works, 1000 Throckmorton Street, 2 nd Floor, Municipal Building , Fort Worth , Texas 76102. The spec ifications applicable to each pay item are indicated in the call-out for the pay item by the ENGINEER. General Provis ions shall be those of the Fort Worth document rather than D ivision 1 of the North Central Texas document. 28. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in th is project due to faulty materials and workmanship , or both, for a period of two (2) years from date of final acceptance of this project and will be required to replace at his expense any part or all of the project which becomes defective due to these causes . 29 . DELAYS : The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material , if any , which is to be furnished by the Rev 2-19-10 SP-15 City . When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Director of the Transportation and Public Works Department and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the 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 which shall, however, be subject to the approval of the City Council ; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 30. DETOURS AND BARRICADES : The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area . Contractor shall protect construction as required by ENGINEER by providing barricades. Barricades , warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs," Item 524 and/or as shown on the plans. Construction signing and barricades shall conform with the latest version of the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways" 31. DISPOSAL OF SPOIUFILL MATERIAL: Prior to the disposing of any spoil/fill material , the Contractor shall advise the Director of the Department of Transportation and Public Works acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No . 10056). All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain fill Permit authorizing fill within the flood plain . Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill materials at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Transportation and Public Works, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. 32 . 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 Rev 2-19-10 SP-16 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 on site material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the Contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the Contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. ( d) Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested . (e) The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site . The ticket shall specify the name of the pit supplying the fill material. 33 . PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the ENGINEER. 34 . SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES : The following procedures will be followed regarding the subject item on this contract: (a) A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus . The warning sign shall read as follows : "WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES ." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except back hoes or dippers and insulator links on the lift hood connections . (c) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company which will erect temporary mechanical barriers , de- energize the line or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth . The notifying department shall maintain an accurate log of all such calls to the power company and shall record action taken in each case . Rev 2-19-10 SP-17 (d) The Contractor is required to make arrangements with the power company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense . (e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (c). 35 . WATER DEPARTMENT PRE-QUALIFICATIONS: Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications which general specifications shall govern performance of all such work . 36. RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Contractor reasonable advance notice of intended audits . (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, under the expiration of three (3) years after final payment under the subcontract , have access to and the right to examine and photocopy any directly pertinent books , documents, papers and records of such subcontractor involving transactions to the subcontract and further, that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c ) hereof. City shall give subcontractor reasonable advance notice of intended audits. (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City . The City agrees to reimburse Contractor for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed . 37. CONSTRUCTION STAKES: The City , through its Surveyor or agent, will provide to the Contractor construction stakes or other customary methods of markings as may be found consistent with professional practice to establish line and grade for roadway and utility construction and centerlines and benchmarks for bridgework . These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage, etc.), one set of excavation/or stabilization stakes , and one set of stakes for curb and gutter and/or paving . It shall be the sole responsibility of the Contractor to preserve , maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished . Rev 2-19-10 SP-18 If, in the opinion of the ENGINEER, a sufficient number of stakes or markings provided by the City have been lost, destroyed, or disturbed, that the proper prosecution and control of the work contracted for in the Contract Documents cannot take place, then the Contractor shall replace such stakes or markings as required. An individual registered by the Texas Board of Professional Land Surveying as a Registered Professional Land Surveyor shall replace these . stakes, at the Contactor's expense . No claims for delay due to a lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. 38 . LOCATION OF NEW WALKS AND DRIVEWAYS: The Contractor will make every effort to protect existing trees within the parkway, with the approval of the ENGINEER, the Contractor may re-locate proposed new driveways and walks around existing trees to minimize damage to trees . 39. EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the completion of this contract. In order to insure that the Contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored . On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the Contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken : 1. 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 the Department of Transportation and Public Works and the Water Department 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 Transportation and Public Works Department's Public Information Officer. 4. Upon receipt of the Contractor's response, the appropriate City departments and directors will be notified. The Transportation and Public Works Department 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 . Rev 2-19-10 SP-19 40. AIR POLLUTION WATCH DAYS : The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS ". Typically, the OZONE SEASON , within the Metroplex area , runs from MAY 1 through OCTOBER 31 , with 6:00 a .m. -10:00 a .m . being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION . The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service , will issue the Air Pollution Watch by 3:00 p.m . on the afternoon prior to the WATCH day . On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a .m . whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10 :00 a .m . if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting ", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7 :00 a .m . -6 :00 p.m ., on a designated Air Pollution Watch Day , the calendar days allowed may be adjusted . CONSTRUCTION 41 . PAY ITEM -PAVEMENT -UNCLASSIFIED STREET EXCAVATION -REMOVE (810- 00472): See Standard Specifications Item No. 106 , "Unclassified Street Excavation " for specifications governing this item . Removal of existing penetration or asphalt pavement shall be included in this item . Removal of existing concrete pavement shall be included in t his item . Operations necessary to windrow existing gravel base in order to lower or raise subgrade shall be considered as subsidiary to this item and no additional compensation shall be given as such . During the construction of this project , it is required that all parkways be excavated and shaped at the same time the roadway is excavated . Excess excavation will be disposed of at locations approved by the ENGINEER. The intention of the City is to pay only the plan quantity wi t hout measurement. Should either contracting party be able to show an error in the quantities exceeding 10 percent, then actual quantities will be paid for at the unit prices bid. The party requesting the payment of actual rather than plan quantities is responsible for bearing any survey and/or measurement costs necessary to verify the actual quantities. Rev 2-19-10 SP-20 42. PAY ITEM -CURB -7 INCH -INSTALL (BID-00843): The Contractor may , at his option, construct either integral or superimposed curb . Standard Specification Item 502 shall apply except as follows : Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab . The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab . If the Contractor fails to backfill behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb shall be reduced by 25% until the backfill operation is complete. 43. PAY ITEM -TRENCH SAFETY SYSTEM> 5 FOOT DEPTH -INSTALL (BID-00372): Description : This item will consist of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench. The Contractor shall develop, design and implement the trench excavation safety protection system . The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing "a safe place to work" for the workman . The trench excavation safety protection system shall be used for all trench excavations deeper than five (5) feet. The Excavating and Trenching Operation Manual of the Occupational Safety and Health Administration, U .S . Department of Labor, shall be the minimum governing requirement of this item and is hereby made a part of this specification . The Contractor shall, in addition , comply with all other applicable Federal, State and local rules, regulations and ordinances. Measurement and Payment: All methods used for trench excavation safety protection shall be measured by the linear foot of trench and paid at the unit price in the Proposal, which shall be total compensation for furnishing design, materials , tools, labor, equipment and incidentals necessary , including removal of the system . Trench depth for payment purposes for Trench Safety Systems is the vertical depth as measured from the top of the existing ground to the bottom of the pipe . 44. PAY ITEMS -SUBGRADE - 8 INCH LIME STABILIZED -INSTALL (BID-00486) and SUBGRADE -LIME FOR STABILIZATION -INSTALL (BID-00496): See Standard Specifications Item No . 210, "Lime Treatment (Material Manipulation)" and Specification Item No. 212, "Hydrated Lime and Lime Slurry" for specifications governing the items. Quantities for these pay item are approximate and are given only to establish a unit price for the work. The price bid per square yard for "SUBGRADE - 8 INCH LIME STABILIZED -INSTALL" as shown in the Proposal will be full payment for all labor, equipment, tools and incidentals necessary to complete the work . The price bid per ton for "SUBGRADE -LIME FOR STABILIZATION -INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work . Rev 2-19-10 SP-21 45. PAY ITEM -PAVEMENT-8 INCH CONCRETE -INSTALL (BID-00453): See Standard Specifications Item No. 314 , "Concrete Pavement And Concrete Base" for specifications governing this item . Quantit ies for these pay item are approximate and are given only to establish a unit price for the wo r k . · The price bid per square yard for "PAVEMENT -8 INCH CONCRETE -INSTALL" as shown in the Proposal will be full payment for all labor, equipment , tools and incidentals necessary to complete the work. 46 . PAY ITEM -PAVEMENT - 6 INCH HMAC -INSTALL (BID-00451): The base course for temporary detour pavement shall be two 3" deep Type "B" courses placed in two lifts . All provisions of Standard Specification No . 312 .7 'Construction Tolerance' shall apply except as modified herein : 1) After completion of each asphalt paving course, core tests will be made to determine compliance with the contract specifications . The hot-mix asphaltic concrete pavement will be core drilled by the City of Fort Worth. The thickness of the asphaltic surface will be determ ined by measurement cores taken at locations determined by the ENGINEER. The thickness of individual cores will be determined by averag ing at least three (3) measurements . If the core measurements indicate a deficiency, the length of the area of such deficient thickness shall be determined by additional cores taken along the length of the pavement in each direction until cores are obtained which are at least of specified thickness . The width of such area shall not be less than ~ of the roadway width. 2) When the thickness of the base course (as determined from core samples) is more than 15% deficient of the plan thickness, the Contractor shall remove and replace the deficient area at his own expense. If the thickness is less than 15% deficient, the Contractor shall make up the difference in the base thickness with surface course material. 3) The surface course must be the plan thickness. This does not include surface course material used to make up deficiencies in the base course as described in item 2). 4) The overall thickness of asphaltic concrete pavement must be a minimum of the plan thickness. Deficient areas (as determined in item 1) found to be less than the plan thickness will be removed and replaced at the Contractor's expense . 5) No additional payment over the contract price w ill be made for any hot-mix asphaltic concrete course of a thickness exceeding that required by the plans and specifications. 6) HMAC Testing Procedure : The Contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference. This design shall not be more than two (2) years old . Upon submittal of the design mix a Marshal (Proctor) will be calculated , if one has not been previously Rev 2-19 -10 SP-22 calculated, for the use during density testing . For type "B" asphalt a maximum of 20% rap may be used . No Rap may be used in type "D " Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the Contractor is approved for placement of the asphalt. The Contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities . The required Density for Type "B " and for Type "D" asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing . After a rolling pattern is established , densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B" and "D" asphalt. Densities on type "B " must be done before Type "D " asphalt is applied . Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied . Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness. 47. PAY ITEM -PAVEMENT - 2 INCH HMAC -INSTALL (BID-00447): The surface course shall be 2" deep Type "D" course placed in one lift. Th is item covers the surface course for temporary detour pavement and 2" asphalt parking lot pavement replacement. All provisions of Standard Specification No. 312 . 7 'Construction Tolerance' shall apply except as modified herein: 6) After completion of the asphalt paving course , core tests will be made to determine compliance with the contract specifications. The hot-mix asphaltic concrete pavement will be core drilled by the City of Fort Worth. The thickness of the asphaltic surface will be determined by measurement cores taken at locations determined by the ENGINEER. The thickness of individual cores will be determined by averaging at least three (3) measurements. If the core measurements indicate a deficiency, the length of the area of such deficient thickness shall be determined by additional cores taken along the length of the pavement in each direction until cores are obtained which are at least of specified thickness . The width of such area shall not be less than ~ of the roadway width . 7) The surface course must be the plan thickness . 8) The overall thickness of asphaltic concrete pavement must be a minimum of the plan thickness. Deficient areas (as determined in item 1) found to be less than the plan thickness will be removed and replaced at the Contractor's expense. 9) No additional payment over the contract price will be made for any hot-mix asphaltic concrete course of a thickness exceeding that required by the plans and specifications . 7) HMAC Testing Procedure: The Contractor is required to submit a Mix Design for Type "D" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference . This Rev 2-19-10 SP-23 design shall not be more than two (2) years old . Upon submittal of the design mix a Marshal (Proctor) will be calculated , if one has not been previously calculated , for the use during density testing . No Rap may be used in type "D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the Contractor is approved for placement of the asphalt. The Contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities. The required Density for Type "D" asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Lay_er Gauge will be used for all asphalt testing . After a rolling pattern is established, densities should be taken at locations not more than 300 feet apart. The above requirement applies to Type "D" asphalt. Upon completion of the application of Type "D" asphalt cores must be taken to determine the applied thickness . 48 . PAY ITEMS -WALK -INSTALL (BID-00528L CURB & GUTTER -INSTALL (BID- 00423). CONCRETE PAVEMENT HEADER -INSTALL (BID-00462). AND 6" DRIVEWAY -INSTALL (BID-00404) Concrete flatwork is defined as curb, curb and gutter, sidewalks, leadwalks , wheelchair ramps, headers and driveways as shown in the plans . This provision governs the sequence of work related to concrete flatwork and shall be considered a supplement to the specifications governing each specific item. The Contractor shall not remove any regulatory sign , instruction sign, street name and sign or other sign which has been erected by the City . The Contractor shall contact Signs and Marking Division, TPW. Required backfilling and finished grading adjacent to flatwork shall be completed in order for the flatwork to be accepted and measured as completed. No payment will be made for flatwork until the pay item has been completed, which includes backfilling and finished grading. The price bid per square foot for "WALK -INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work for that item. The price bid per linear foot for "CURB & GUTTER -INSTALL "as shown in the Proposal will be full payment for materials necessary to complete the work for that item. The price bid per linear foot for "CONCRETE PAVEMENT HEADER" as shown in the Proposal will be full payment for materials necessary to complete the work for that item. The price bid per square foot for "6" DRIVEWAY -INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work for that item. Rev 2-19-10 SP-24 49 . PAY ITEMS -WALK -REMOVE (810-00529), CURB & GUTTER -REMOVE (810- 00424), AND DRIVEWAY -REMOVE (BID-00402): These items include removal of existing concrete sidewalks, driveways, steps, leadwalks and/or wheelchair ramps at location shown on the plans or as designed by the ENGINEER. See Item No . 104 "Removing Old Concrete", for Specifications governing this item . 50 . PAY ITEM -METAL BEAM GUARD FENCE -REMOVE (810-00406) and METAL BEAM GUARD FENCE -INSTALL (810-00405): This item shall include the removal of existing metal beam guard fence and installation of new metal beam guard fence at the locations shown on the plans or where deemed necessary by the ENGINEER. The Contractor shall exercise caution in removing and salvaging the materials to they may be used in reconstructing the fence. The constructed guard fence shall be equal in every way, or superior, to the guard fence removed . The Contractor shall install the new metal beam guard fence per TxDOT Detail MBGF -09 (included in the plans). The unit price per linear foot shown on the Proposal shall be full compensation for all materials, labor, equipments, tools and incidentals necessary to complete the work for each . 51 . PAY ITEM -PIPE RAIL FENCE -REMOVE AND INSTALL (BID-): This item shall include the removal and replacement of existing welded pipe rail fence at the locations shown on the plans . The Contractor shall exercise caution in removing and salvaging the materials to they may be used in reconstructing the fence . Their constructed fence shall be equal in every way, or superior, to the fence removed . The unit price per linear foot shown on the Proposal shall be full compensation for all materials, labor, equipments, tools and incidentals necessary to complete the work for each . 52. PAY ITEMS -LOW PROFILE TYPE I AND TYPE II BARRICADE -INSTALL (810- 00505): These items shall include the installation of TYPE I and TYPE II BARRICADE for use in temporary traffic control detours. The price bid per linear foot for TYPE I and TYPE II BARRICADE as shown in the Proposal will be full payment for materials and labor necessary to install the barricades complete in place for traffic control. After their use is no longer needed in traffic detours, the barricades shall be removed by the Contractor and Contractor shall retain ownership of the barricades. Construction of the barricades shall comply with the details as shown in the plans. 53. PAY ITEMS -4" TEMPORARY WHITE PAVEMENT MARKING -INSTALL {810-00432), 4" TEMPORARY DOUBLE YELLOW PAVEMENT MARKING -INSTALL (BID-00439), 24" TEMPORARY WHITE STOP BAR PAVEMENT MARKING -INSTALL (810-00439), 4" TEMPORARY WHITE (BROKEN) PUPPY TRACKS PAVEMENT MARKING -INSTALL (810-00439), TEMPORARY LANE MARKERS TYPE 11-AA-4 -INSTALL (BID ITEM-00433), TEMPORARY LANE MARKERS TYPE I-C-4 -INSTALL (BID ITEM-00434), TEMPORARY LANE MARKERS TYPE W-4 -INSTALL (BID ITEM-00435), TEMPORARY LANE MARKERS TYPE Y-4 -INSTALL (BID ITEM-00436),: These items shall include the installation of temporary pavement markings for traffic control during construction . The pavement markings shall be removable and short-term markings in compliance with Item 662 -Work Zone Pavement Markings and Item 672 - Raised Pavement Markings, of the Texas Department Of Transportation (TxOOT) Standard Specifications For Construction And Maintenance Of Highways, Streets And Bridges. Removal of the pavement markings shall comply with Item 677 -Eliminating Rev 2-19-10 SP-25 Existing Pavement Markings And Markers of the same referenced TxDOT Standard Specifications . 54. PAY ITEM - 2 -8' x 7' REINFORCED CONCRETE BOX (CAST-IN-PLACE) -INSTALL (BID-00891 ): This item includes the construction of the new 2 - 8' X 7' Reinforced Concrete Box by cast-in-place methods and according to the details in the plans. Construction of the boxes shall be according to the following specification items from the latest version of the Texas Department Of Transportation (TxDOT) Standard Specifications For Construction And Maintenance Of Highways, Streets And Bridges : 1. Item 400 -Excavation And Backfill For Structures (includes Cement Stabilized Backfill specifications) 2. Item 402 -Trench Excavation Protection 3. Item 403 -Temporary Special Shoring 4 . Item 420 -Concrete Structures 5. Item 423 -Retaining Walls (includes Non -Select (General) Backfill and Select - Type B Backfill specifications) 6. Item 462 -Concrete Box Culverts And Storm Drains 7. Item 472 -Removing And Re-Laying Culvert And Storm Drain Pipe 8. Item 473 -Laying Culvert And Storm Drain Pipe The price bid per linear foot for 2 - 8' X 7' Reinforced Concrete Box (Cast-In-Place) shall be full payment for labor, materials and constructing the concrete boxes . 55. PAY ITEM - 2 -8' x 7' REINFORCED CONCRETE BOX (PRECAST SECTIONS) - INSTALL (BID-00891): Th is item includes the construct ion of the new 2 - 8' X 7' Reinforced Concrete Box by precast and according to the details in the plans . Construction of the boxes shall be according to the following specification items from the latest version of the Texas Department Of Transportation (TxDOT) Standard Specifications For Construction And Maintenance Of Highways, Streets And Bridges: 1. Item 400 -Excavation And Backfill For Structures (includes Cement Stabilized Backfill specifications) 2. Item 402 -Trench Excavation Protection 3. Item 403 -Temporary Special Shoring 4. Item 420 -Concrete Structures 5. Item 423 -Retaining Walls (includes Non-Select (General) Backfill and Select - Type B Backfill specifications) 6. Item 424 -Precast Concrete Structures (Fabricat ion) 7. Item 462 -Concrete Box Culverts And Storm Drains 8. Item 472 -Removing And Re-Laying Culvert And Storm Drain Pipe 9. Item 473 -Laying Culvert And Storm Drain Pipe The price bid per linear foot for 2 - 8' X 7' Reinforced Concrete Box (Precast Sections) shall be full payment for labor, materials , construction and installation . Rev 2-19 -10 SP-26 56 . PAY ITEM -REMOVE AND DISPOSE OF A PORTION OF EXISTING REINFORCED CONCRETE HEADWALL. WINGWALL AND APRON -(BID-00070): This item includes the removal of a portion of the exist i ng headwall at the Trinity River at 2 -8 ' x 7' RCB Storm Drain Sta . 0+15 .69 as shown in the plans . The price bid per lump sum shall be full payment for removal of a portion of the headwall , the south wingwall and a portion of the apron , including equipment, labor, removal and disposal. 57 . PAY ITEM -CONSTRUCT REINFORCED CONCRETE STRUCTURE -HEADWALL. WINGWALL. APRON AND WALK ABOVE HEADWALL -INSTALL (BID-00891): This item includes the construction of additional headwall structure to the existing headwall at the Trinity River at 2 -8 ' x 7' RCB Storm Drain Sta . 0+15 .69 per the details in the plans . Construction of a porti on of the reinforced concrete headwall, wingwall , apron and walk above the headwall shall according to the following specification items from the latest version of the Texas Department Of Transportation (TxDOT) Standard Specifications For Construction And Maintenance Of Highways, Streets And Bridges : 1. Item 400 -Excavation And Backfill For Structures (includes Cement Stabilized Backfill specificat ions) 2. Item 402 -Trench Excavation Protection 3. Item 403 -Temporary Special Shoring 4 . Item 420 -Concrete Structures 5. Item 423 -Retaining Walls (includes Non-Select (General) Backfill and Select - Type B Backfill specifications) 6. Item 462 -Concrete Box Culverts And Storm Dra ins 7. Item 473 -Lay ing Culvert And Storm Dra in Pipe The price bid per cubic yard shall be full payment for labor, materials , equipment and construction of the headwall expansion , including the wingwall , apron and walk above the headwall . 58 . PAY ITEM -FLOWABLE BACKFILL -CEMENT STABILIZED BACKFILL -INSTALL (BID-00544): Flowable Fill (Cement Stabilized Backfil)I shall be used in backfilling between the proposed 8' X 7' Reinforced Concrete (Precast) Boxes per the details in the plans and shall be according to the following specification item from the latest vers ion of the Te x as Department Of Transportation (TxDOT) Standard Specifications Fo r Construction And Maintenance Of Highways, Streets And Bridges : 1. Item 400 -Excavation And Backfill For St ructures (includes Cement Stab ilized Backfill specifications) The price bid per cubic yard shall be full payment for labor, materials , equipment, and placement of the cement stabilized backfill material. 59. PAY ITEM -SELECT (TYPE B) BACKFILL MATERIAL -BORROW -INSTALL (BID- 00545): Select (Type B) Backfill Material shall be used in backfilling the proposed 8' X 7' Reinforced Concrete Boxes per the details in the plans and shall be Type "B " Backfill per the following specification item from the latest version of the Texas Department Of Rev 2-19-10 SP-27 Transportation (TxDOT) Standard Specifications For Construction And Ma intenance Of Highways, Streets And Bridges : 1. Item 423 -Retaining Walls (includes Non-Select (General) Backfill and Select - Type B Backfill specifications) The price bid per cubic yard shall be full payment for labor, materials , equipment, and placement of the Select (Type B) Backfill Material. 60. PAY ITEM -NON-SELECT (GENERAL) BACKFILL MATERIAL-BORROW-INSTALL AND COMPACT (BID-00543): Non-Select (General) Backfill Material shall be used in backfilling the proposed 8' X 7' Reinforced Concrete Boxes per the details in the plans and shall be Non-Select (General) Backfill per the following specification item from the latest version of the Texas Department Of Transportation (TxDOT) Standard Specifications For Construction And Maintenance Of Highways, Streets And Bridges : 1. Item 423 -Retaining Walls (includes Non-Select (General) Backfill and Select - Type B Backfill specifications) The price bid per cubic yard shall be full payment for labor, materials , equipment, placement, and compaction of the Non-Select (General) Backfi ll Material. 61 . PAY ITEM-FURNISH AND INSTALL TEMPORARY EXCAVATION SUPPORT (BID-): The Contractor shall provide trench excavation support fo r the trenches excavated for installation of the 8' X 7' Reinforced Concrete Boxes per specification Item 402 -Trench Excavation Support from the latest version of the Texas Department Of Transportation (TxDOT) Standard Specifications For Construction And Maintenance Of Highways, Streets And Bridges , except that payment shall be at the price bid per square foot. 62 . PAY ITEM -JET GROUTING SOIL STABILIZATION (BID-): The Contractor shall provide Jet Grouting Soil Stabilization at the locations as shown on the plans and per Special Specification -Specifications For Jet Grouting For Ground Stabilization . Payment shall be per Lump Sum for all jet grouting work complete in place . 63. PAY ITEM -STONE FASCIA FOR HEADWALL AT TRINITY RIVER (BID-): The Contractor shall provide a Stone Fascia finish for the headwall at the Trinity River per the details as shown Sheets 35 , 36 and 37 . Stone fascia will be paid for at the price bid per square foot installed . 64 . PAY ITEM -STONE FASCIA SUPPORT SYSTEM (BID-): The stone fascia support system shall be a Heckman brand support system (or approved equivalent) as specified on the details on Sheet 37 . Stone fascia support system will be paid for at the price bid per lump sum installed . 65. PAY ITEM -MANAGEMENT AND DISPOSAL OF CLASS II NON-HAZARDOUS SOIL MATERIAL (BID-00145): The Management and Disposal of Class II Non-Hazardous Soil Material shall be per the provisions of the Special Environmental Provisions and Rev 2-19-10 SP -28 Specifications . Payment for Management and Disposal of Class II Non-Hazardous Soil Material shall be pa id fo r at the price bid per ton . 66. PAY ITEM -MANAGEMENT AND DISPOSAL OF CLASS I NON-HAZARDOUS SOIL MATERIAL (BID-00145): The Management and Disposal of Class I Non-Hazardous Soil Material shall be per the provisions of the Special Environmental Provisions and Specifications . Payment for Management and Disposal of Class I Non-Hazardous Soil Material shall be paid for at the price bid per ton . 67 . PAY ITEM-MANAGEMENT AND DISPOSAL OF HAZARDOUS SOIL MATERIAL (BID- 00145): The Management and Disposal of Hazardous So il Material shall be per the prov isions of the Special Environmental Provisions and Specifications. Payment for Management and Disposal Hazardous Soil Material shall be paid for at the price bid per ton . 68 . PAY ITEM -TEST LOAD AND DISPOSE OF CONTAMINATED FLUIDS (BID -00146): The pay item , Test, Load And Dispose Of Contaminated Fluids shall be done per the provisions of the Spec ial Environmental Provisions and Specifications . Payment for bid item , Test , Load And Dispose Of Contaminated Fluids shall be paid for at the price bid per gallon . 69 . PAY ITEM -PREPARE, MANAGE AND CLOSE-OUT SITE SPECIFIC HEAL TH AND SAFETY PLAN FOR PROJECT DURATION (BID-): The pay item , Prepare , Manage And Close-out Site Specific Health And Safety Plan For Project Duration , shall be per the provisions of the Special Environmental Provisions and Specifications. Payment for bid item , Prepare , Manage And Close-out Site Specific Health And Safety Plan For Project Duration shall be at the price bid per lump sum . 70. PAY ITEM PREPARE , MANAGE AND CLOSE-OUT SITE WASTE MANAGEMENT/DISPOSAL PLAN FOR PROJECT DURATION (BID-): The pay item , Prepare , Manage And Close-out Site Waste Management/Disposal Plan For Project Duration, shall be per the provisions of the Special Environmental Provisions and Specifications. Payment for bid item , Prepare, Manage And Close-out Site Waste Management/Disposal Plan For Project Duration shall be at the price bid per lump sum. 71. PAY ITEM-MOBILIZATION (BID-00124): Pay item Mobil ization shall be per Item 101 - Mobilization of the STANDARD SPECIF/CATIONS FOR STREET ANO STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH. Mobilization will be pa id for at the price bid per lump sum. 72. PAY ITEM -FILL MATERIAL (FOR TEMPORARY DETOURS) -BORROW-INSTALL (00543): The non-expansive earth fill should consist of so il materials w ith a liquid limit of 35 or less , a plasticity index between 8 and 20 , a min imum of 35 percent passing the No . 200 sieve , a minimum of 85 percent passing the No . 4 sieve, and which are free of organics or other deleterious materials. When compacted to the recommended moistu re and density , the material should have a maximum free swell value of 0.5 percent and a maximum hydraulic conductivity (permeability) of 1 E-05 cm/sec , as determ ined by laboratory testing of remolded specimens of the actual materials proposed for the non -expansive earth fill. The fill material used in detour construction shall comply with this pay item specification . Specifications for borrow material for backfilling the storm drain trench is covered elsewhere in these Special Provisions . The price bid per cubic yard for "FILL MATERIAL -BORROW- Rev 2-19-10 SP-29 INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work for that item . 73 . PAY ITEM -EXPLORATORY EXCAVATION (D-HOLE) (5 ' TO 10' DEPTH) (BID-00541) AND PAY ITEM -EXPLORATORY EXCAVATION (D-HOLE) (10' TO 20' DEPTH) (810- 00540): This pay item shall be per Special Conditions Item D-51 -Exploratory Excavation (0-Hole) and will be paid for at the price bid per each for the two depth ranges. 74 . PAY ITEM -EXPLORATORY EXCAVATION (D-HOLE) (10' TO 20' DEPTH) (810- 00541): This pay item shall be per Special Conditions Item D-51 -Exploratory Excavation (D-Hole) and will be paid for at the price bid per each . 75. PAY ITEM -FURNISH AND INSTALL 24 INCH CLASS Ill RCP (810-00082): The installation of 24 Inch Class Ill RCP shall be per Item 440 -Reinforced Concrete Culvert Pipe of the STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCT/ON -CITY OF FORT WORTH. 24 Inch RCP will be paid for at the price bid per linear foot. 76 . PAY ITEM -GRASS SOD -INSTALL (810-00137): The installation of grass sod shall be per Item 440 -Sodding of the STANDARD SPECIF/CA T/ONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH. Areas where grass sod is to be used include areas where construction activities have damaged or destroyed grassed areas on the sloped areas above the Trintiy River, the areas at the top of the slope, parkway areas along Parkview Drive and Forest Park Boulevard and the median areas of Forest Park Boulevard . Grass sod to be installed shall comply with the requirements for block sodding in the specification . Grass sod will be paid for at the price bid per square yard . 77. PAY ITEM -GRASS-HYDROMULCH SEEDING -INSTALL (810-00137): Grass- Hydromulch Seeding shall comply with the Section 2 .15 .3 -Hydro Mulch Materials and Section 3.10 .7 -Hydro Mulching of the STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCT/ON -NORTH CENTRAL TEXAS . Areas to be hydromulched include the areas where grass cover has been damaged or destroyed on the private property parcels which lie between Parkview Drive and Forest Park Boulevard. Grass hydromulch seeding will be paid for at the price bid per square yard. 78 . PAY ITEM -STORM WATER POLLUTION PREVENTION > Than 1 AC SWPPP - INSTALL (BID-00100): PERMIT: As defined by Texas Commiss ion 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. 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). 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 Rev 2-19-10 SP-30 properly utilized, can minimize the need for physical controls and possible reduce costs . The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater than 5 acres, the Contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the ENGINEER. It serves as a notification to the TCEQ of construction activity as well as a commitment that the Contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOi shall be submitted to the TCEQ at least 48 hours prior to the Contractor moving on site and shall include the required $325 application fee (if mailed) or $225 (if e- filed). The NOi shall be mailed to : BY REGULAR U.S. MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) P.O. Box 13087 Austin, TX 78711-3087 BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) 12100 Park 35 Circle Austin, TX 78753 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: BY REGULAR U .S . MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) P.O . Box 13087 Austin, TX 78711-3087 BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) 12100 Park 35 Circle Austin, TX 78753 A copy of the NOi and NOT shall be sent to: City of Fort Worth Department of Environmental Management 1000 Throckmorton Street Rev 2-19-10 SP-31 Fort Worth, TX 76102 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality . LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES : A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee . A SWPPP that meets all TCEQ requirements prepared by the ENGINEER shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents . 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 proposed control measures must be submitted to the ENGINEER for approval. PAYMENT FOR SWPPP IMPLEMENTATION : Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. Rev 2-19-10 SP-32 79 . PAY ITEM-SIGN -BARRICADES & TRAFFIC ROUTING -INSTALL (BID-00501): The contractor will be required to obtain a "Street Use Perm it" prior to starting work . As part of the "Street Use Permit" a traffic control plan is required . The Contractor shall be responsible for prov iding 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 6701d Vernon 's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. A traffic control plan for this project has been prepared and is included in the plans . The Contractor shall utilize this plan in routing traffic during each phase of the construction . If the Contractor wants to make any modifications to the traffic control plan as shown in the plans , the Contractor shall submit a plan of the modifications (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] for approval. The P.E. preparing the traffic control plan may utilize standard traffic reroute configurations posted as "Typicals " on the City's Buzzsaw website . Work will not begin until the traffic control modification plan has been reviewed and approved. 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 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 s ign 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. The lump sum pay item for traffic control shall cover design , and / or installation and maintenance of the traffic control plans. 80 . PAY BID ITEM -SIGN -PROJECT DESIGNATION -INSTALL (BID-00504): The Contractor shall construct and install two (2) Project Des ignation Signs and it will be the responsibility of the Contractor to maintain the signs in a presentable condition at all times on each project under construction . Maintenance will include painting and repairs as directed by the ENGINEER. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the pa int , painting and lettering on the signs shall be approved by the ENGINEER. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of o/4 " fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades Rev 2-19-10 SP -33 or as directed by the ENGINEER and in place at the proj ect site upon commencement of construction . The work , which includes the pa int ing of the signs, installing and removing the signs , furnishing the materials , supports and connections to the support and maintenance shall be to the satisfaction of the ENGINEER. A unit price bid per each has been assigned to this item (see Proposal). The assigned unit price will be full payment for materials including all labor, equipment, tools and incidenta ls necessary to complete the work . 81 . PAY ITEM -UTILITY ADJUSTMENT-REPAIR (BID-00414): This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine ut ility adjustments to the amount shown in the Proposal. It shall be the "Contractor" responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the ENGINEER. No payment will be made for utility adjustments except those adjustments determined necessary by the ENGINEER. Should the Contractor damage service lines due to his negligence , where such lines would not have required adjustment or repair otherwise , the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments . 82 . PAY ITEM -6" TOP SOIL -INSTALL (BID-00147): The proposed quantities shown are calculated to provide topsoil 6 inches in depth (compacted) over the parkway area and other areas as shown on the plans and do not include deeper than design depth. In addition to parkways and medians , 6" topsoil shall be replaced on disturbed areas next to the Trinity River and on private property affected by construction . The pay item is intended to pay for topsoil that must be imported where suitable material is either not ava ilable on the job or cannot reasonably be stored on-site. Payment will be made on the basis of loose truck volume (full truck with sideboards up) tickets and material must meet City of Fort Worth standards for topsoil. Only the volume imported will be paid for and may be substantially less than the proposal quantities listed . 83 . PAY ITEM -VALVE BOX -ADJUSTMENT -SERVICES (BID-00847): Contractor will be responsible for adjusting water valve boxes to match new pavement grade. The water valves themselves will be adjusted by City of Fort Worth Water Department forces . A unit price bid per each has been assigned to this item (see Proposal). The assigned unit price will be full payment for materials including all labor, equipment , tools and incidentals necessary to complete the work . Rev 2-19-10 SP-34 84 . PAY ITEM -MANHOLE-ADJUSTMENT-SERVICES (BID-00849): This item shall include adjusting the tops of existing and/or proposed manholes to match proposed grade as shown on the plans or as directed by the ENGINEER. Standard Specification Item No. 450 shall apply except as follows : Included as part of this pay item shall be the application of a cold-applied preformed flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole sections as per current City Water Department Special Conditions . A unit price bid per each has been assigned to this item (see Proposal). The assigned unit price will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 85. NON PAY ITEM-PAVEMENT-SILICONE JOINT SEALANT 1. SCOPE CITY OF FORT WORTH , TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING (Revision 1, October 18, 1989) (Revision 2, May 12, 1994) This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314.2 . (11) "Joint Sealing Materials" of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH, and Item 2.210 "Joint Sealing" of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH TEXAS COUNCIL OF GOVERNMENTS. 2. MA TE RIALS 2.1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for Class A sealant except as modified by the test requirements of this specification. Before the installation of the joint sealant, the Contractor shall furnish the ENGINEER certification by an independent testing laboratory that the silicone joint sealant meet these requirements. 2.2 The manufacturer of the silicone joint sealant shall have a minimum two-year demonstrated, documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems . Verifiable documentation shall be submitted to the ENGINEER. Acetic acid cure sealants shall not be accepted. The silicone sealant shall be cold applied . 2.3 Self-Leveling Silicone Joint Sealant Rev 2-19-10 SP-35 The joint sealant shall be Dow Corning 890-SL self-leveling silicone joint sealant as manufactured by Dow Corning Corporation, Midland, Ml 48686- 0994, or an approved equal. Self-Leveling Silicone Joint Sealant Test Method Test Requirement AS SUPPLIED **** Non Volatile Content , % min . 96 to 99 MIL-S-8802 Extrusion Rate , grams/minute 275 to 550 ASTM D 1475 Specific Gravity 1.206 to 1.340 **** Skin-Over Time , minutes max . 60 **** Cure Time, days 14 to 21 **** Full Adhesion, days 14 to 21 AS CURED- ASTM D 412, Die Mod . Elongation, % min. 1400 ASTM D 3583 Modulus @ 150% Elongation , psi max . 9 (Sect. 14 Mod .) ASTM C 719 Movement, 10 cycles@ +100/-50% No Failure ASTM D 3583 Adhesion to Concrete , % Elongation min . 600 (Sect. 14 Mod.) ASTM D 3583 Adhesion to Asphalt, % Elongation min. 600 (Sect. 14 Mod .) 2.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flow ing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. Reference is made to the "Construction Detail " sheet for the various joint details with their respective dimensions. 3. TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement, the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the "Construction Detail" sheet or as directed by the ENGINEER within 12 hours of the pavement placement. (Note that for the "dummy" joints, the initial 1/4 inch width "green" saw-cut and the "reservoir'' saw cut are identical and should be part of the same saw cutting operation . Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints.) The pavement shall be allowed to cure for a minimum of seven (7) days. Then the saw cuts for the joint sealant reservoir shall be made, the joint cleaned, and the joint sealant installed . During the application of the joint sealant, the weather shall not be inclement and the temperature shall be 40F (4C) Rev 2-19-10 SP-36 and rising . 4. EQUIPMENT 4.1 All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the ENGINEER prior to the beginning of the work. The minimum requirements for construction equipment shall be as follows : 4 .2 Concrete Saw: The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. 4.3 High Pressure Water Pump: The high pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw-cut joint. 4 .4 Air Compressors: The delivered compressed air shall have a pressure in excess of 90 psi and 120 cfm. There shall be suitable reaps for the removal of all free water and oil from the compressed air . The blow-tube shall fir into the saw-cut joint. 4.5 Extrusion Pump: The output shall be capable of supplying a sufficient volume of sealant to the joint. 4 .6 Injection Tool: This mechanical device shall apply the sealant uniformly into the joint. 4. 7 Sandblaster: The design shall be for commercial use with air compressors as specified in Paragraph 5.4. 4.8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and free of contamination. They shall be compatible with the join depth and width requirements . 5. CONSTRUCTION METHODS 5 .1 General: The joint reservoir saw cutting, cleaning, bond breaker installation, and joint sealant placement shall be performed in a continuous sequence of operations 5.2 Sawing Joints: The joints shall be saw-cut to the width and depth as shown on the "Construction Detail" sheet. The faces of the joints shall be uniform in width and depth along the full length of the joint. 5.3 Cleaning Joints: Immediately after sawing, the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high pressure water. The water flushing shall be done in one-direction to prevent joint contamination . Rev 2-19-10 SP-37 When the Contractor elects to saw the joint by the dry method, flushing the joint with high pressure water may be deleted . The dust resulting from the sawing shall be removed from the joint by using compressed air. (Paragraph Rev. 1, October 18, 1989) After complete drying, the joints shall be sandblasted . The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate , one directional passes. Upon the termination of the sandblasting, the joints shall be blown-out using compressed air . The blow tube shall fit into the joints. The blown joint shall be checked for residual dust or other contamination. If any dust or contamination is found, the sandblasting and blowing shall be repeated until the joint is cleaned . Solvents will not be permitted to remove stains and contamination . Immediately upon cleaning , the bond breaker and sealant shall be placed in the joint. Open, cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape : The bond breaker rod and tape shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions. 5.4 Joint Sealant: Upon placement of the bond breaker rod and tape, the joint sealant shall be applied using the mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less than 40F (4C). Joints shall not be sealed unless they are clean and dry. Unsatisfactorily sealed joints shall be refilled . Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints. The pavement surface shall present a clean final condition . Traffic shall not be allowed on the fresh sealant until it becomes tack-free . Approval of Joints : A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and the ENGINEER the acceptable method for sealant installation. The manufacturer's representative shall approve the clean, dry joints before the sealing operation commences. 6. WARRANTY The Contractor shall provide the ENGINEER a manufacturer's written guarantee on all joint sealing materials . The manufacturer shall agree to provide any replacement material free of charge to the City . Also, the Contractor shall provide the ENGINEER a written warranty on all sealed joints. The Contractor shall agree to Rev 2-19-10 SP-38 replace any failed joints at no cost to the City. Both warranties shall be for two years after final acceptance of the completed work by the ENGINEER. 7 . BASIS OF PAYMENT All costs associated with concrete joint sealant shall be subsidiary to the concrete item and no other compensation will be provided. 86. NON-PAY ITEM -ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT: The concrete pavement acceptance policy shall be as follows: A. Penalty for Deficient Pavement Thickness. There shall be no acceptance of deficient pavement thickness other than the tolerances specified below. 1. Pavement thickness deficiency up to 0.25-inch will be considered as satisfactory and the contract unit price will be used for payment if the average thickness within the project meets or exceeds the specified designed thickness . 2. Deficiencies of greater than 0.25-inch shall be removed and replaced w ith pavement of plan thickness at contractor's entire expense . B. Cracked Concrete Acceptance Policy. If cracks exist in concrete pavement upon completion of the project , the Project Inspector shall make a determination as to the need for action to address the cracking as to its cause and recommended remedial work . If the recommended remedial work is routing and sealing of the cracks to protect the subgrade, the Inspector shall make the determination as to whether to rout and seal the cracks at the time of final inspection and acceptance or at any time prior to the end of the project maintenance period . The Contractor shall perform the routing and sealing work as directed by the Project Inspector, at no cost to the City, regardless of the cause of the cracking . If remedial work beyond routing and sealing is determined to be necessary, the Inspector and the Contractor will attempt to agree on the cause of the cracking . If agreement is reached that the cracking is due to deficient materials or workmanship, the Contractor shall perform the remedial work at no cost to the City . Remedial work in this case shall be limited to removing and replacing the deficient work with new material and workmanship that meets the requirements of the contract. If remedial work beyond routing and sealing is determined to be necessary , and the Inspector and the Contractor agree that the cause of the cracking is not deficient materials or workmanship, the City may request the Contractor to provide an estimate of the cost of the necessary remedial work Rev 2-19-10 SP-39 and/or additional work to address the cause of the cracking , and the Contractor will perform that work at the agreed -upon price if the City elects to do so . If remedial work is necessary , and the Inspector and the Contractor cannot agree on the cause of the cracking , the City may hire an independent geotechnical engineer to perform testing and analysis to determine the cause of the cracking . The contractor will escrow 50% of the proposed costs of the geotechnical contract with the City . The Contracto r and the City shall use the services of a geotechnical firm acceptable to both parties . If the geotechnical engineer determines that the primary cause of the cracking is the Contractor's deficient material or workmanship , the remedial work will be performed at the Contractor's entire expense and the Contractor will also reimburse the City for the balance of the cost of the geotechn ical investigation over and above the amount that has previously been escrowed . Remedial work in this case shall be limited to removing and rep lacing the deficient work w ith new material and workmanship that meets the requirements of the con t ract. If the geotechnical eng ineer determines that the primary cause of the cracking is not the Contractor's deficient material or workmanship , the City will re t urn the escrowed funds to the Contractor. The Contractor, on request , will prov ide the C ity an estimate of the costs of the necessary remedial work and/or add it ional work and will perform the work at the agreed-upon price as directed by the City. 87. NON -PAY ITEM -CLEARING AND GRUBBING : All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and Grubbing." However, no direct payment will be made for this item and it shall be considered incidental to th is contract. 88 . NON-PAY ITEM -SPRINKLING FOR DUST CONTROL : All applicable provisions of Standard Specifications Item 200 , "Sprinkling for Dust Control " shall apply . However, no d irect payment will be made for this item and it shall be considered incidental to this contract. 89. NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards , shrubs, trees , etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys . This permit can be obtained by calling the Forestry Office . All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association . A copy of these Rev 2-19-10 SP-40 standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. 90. NON-PAY ITEM -PROJECT CLEAN-UP: The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the ENGINEER as the work progresses or as needed . If, in the opinion of the ENGINEER it is necessary , clean up shall be done on a daily basis . Clean up work shall include , but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off other properties . If the ENGINEER does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. · Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been constructed . No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the ENGINEER. 91 . NON-PAY ITEM -PROJECT 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 files 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) Primavera SureTrak (Version 3.x or later or approved 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 . Rev 2-19-10 SP-41 b. Knowledge of Critical Path Method of scheduling and the ab ility to analyze schedules to determine duration, resource allocation , and logic issues . c . Understanding of const ruction 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 . 91 .(a) BASELINE CONSTRUCTION SCHEDULE : The CONTRACTOR shall develop, submit and review the draft detailed baseline construct ion 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 construct ion 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 activ ities 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 hol idays 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 construct ion schedule . e . Float time is defined as the amount of time between the earliest start date and the late start date us ing CPM. Float time is a shared and exp iring 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 activities as indicated in the Schedule Guidance Document and each general activ ity 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 of this 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 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 Rev 2-19-10 SP-42 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 91 (b) PROGRESS CONSTRUCTION SCHEDULE: The CONTRACTOR shall prepare and submit monthly to the OWNER for approval the updated schedule in accordance with Section 81 and 82 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. 91 (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. 92 . 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 Rev 2-19-10 SP-43 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. 93. NON-PAY ITEM -NOTIFICATION OF RESIDENTS : In order to cut down on the number of complaints from residents due to the dust generated when saw-cutting joints in concrete pavement , the Contractor shall notify residents, in writing, at least 48 hours in advance of saw-cutting joints during the construction of paving projects. All costs involved with providing such written notice shall be considered subsidiary to this contract. 94 . NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION : Prior to beginning construction on any block in the project, the Contractor shall, on a block by block basis , prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows : 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 ., 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 . Rev 2-19-10 SP-44 The Contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed . The Contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block . An electronic version of the sample flyer can be obtained from the construction office. All work involved with the pre-construction notification flyer shall be considered subsidiary to the contract price and no addit ional compensation shall be made. 95 . NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING : After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the ENGINEER. The Contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. 96. NON-PAY ITEM -WASHED ROCK: All washed rock used for embedment or backfill or as otherwise directed by the ENGINEER shall washed, crushed stone and shall meet the following gradation and abrasion : (Actual washing not required if gradation is met) Sieve Size 1" 1/2" 3/8" #4 #8 % Retained 0-10 40-75 55-90 90-100 95-100 Los Angeles Abrasion Test: 50% Maximum wear per A.S.T .M. Designation C-131 . 97. NON-PAY ITEM-SAWCUT OF EXISTING CONCRETE: When existing concrete or H.M.A.C. is cut, such cuts shall be made with a concrete saw. The Contractor may break out curb and gutter to the nearest joint if he chooses. All sawing shall be subsidiary to the unit cost of the respective item . 98 . NON PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES: The Contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before repaving commences for a particular street. The Contractor shall attempt to include the ENGINEER (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum to two (2) working days before repaving begins on any street. Marking the curbs with paint is a recommended procedure . It shall be the Contractor's responsibility to notify the utility companies that he has commenced work on the project. As the repaving is completed (within the same day) the Rev 2-19-10 SP-45 Contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the Contractor shall notify the utilities of this completion and indicate that start of the next one in order for the utilities to adjust faci li ties accordingly . The Contractor shall be responsible for all materials , equipment and labor to perform a most accurate job and all costs to the Contractor shall be figured subsidiary to this contract. 99 . NON PAY ITEM -TIE IN INTO STORM DRAIN STRUCTURE : The cost for making lateral tie-ins to the storm drain structure shall be subsidiary to the b id price for the respective lines . 100. NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT : The adjustment and/or relocation of sprinkler heads encountered shall be paid for under "UTILITY ADJUSTMENT" in the proposal section. No other compensation will be prov ided . 101 . NON PAY ITEM -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 s igned 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 . 102. NON PAY ITEM -TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE): A. DESCRIPTION : This item shall cons ist of temporary soil erosion sediment and water pollution control measures deemed necessary by the ENGINEER for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measure unless otherwise directed by the ENGINEER and they shall not include measures taken by the CONTRACTOR to control conditions created by his construct ion 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 , slope drains and other devices . All inlet protection measures shall be designed to allow for runoff to freely overflow into the inlet during a flood event. B. Further, erosion control measures placed in front of inlets , or in channels , drainageways or barrow ditches will be at the risk of the contractor . Contractor shall remain liable for any damage caused by the measures, including flooding damage which may occur due to blocked drainage. At the conclusion of any project, all channels , drainageways and barrow ditches in the work zone shall be dredged of any sediment generated by the project or deposited as a result of as a result of erosion control measures . Any such dredging must comply with all Federal , State and local regulations . Rev 2-19-10 SP-46 C . CONSTRUCTION REQUIREMENTS : The ENGINEER has the authority to define erodible earth and the authority to limit the surface are of erodible-earth material exposed by preparing right-of-way , clearing and grubbing , the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water course , lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms , 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 so il-erosion-control measures shall be performed as directed by the ENGINEER. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 1. Frequent fordings of live streams will not be permitted ; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossing are necessary . Unless otherwise approved in writing by the ENGINEER, mechanized equipment shall not be operated in live streams . 2. 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. 3. All waterways shall be cleared as soon as practicable of false work, piling , debris or other obstructions placed during construction operations that are not part of the finished work . 4 . The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils , bitumens , calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish . D. SUBMITTAL: Prior to the start of the applicable construction , the Contractor shall submit for approval his schedules for accomplishment of soil-erosion-control work and his plan to keep the area of erodible-earth material to a minimum . He shall also submit for acceptance his proposed method of soil-erosion control on construction and haul roads and material sources and his plan for disposal of Rev 2-19-10 SP-47 waste materials . No work shall be started until the soil-erosion control schedules and methods of operations have been reviewed and approved by the ENGINEER. F. MEASUREMENT AND PAYMENT : All work , materials and equipment necessary to provide temporary eros ion control shall be considered subsidiary to the contract and no extra pay will be given for this work . Rev 2-19-10 SP-48 (To be printed on Contractor 's Letterhead) Date : -----City No: __ PROJECT NAME: Water/Sanitary Sewer and Paving/Storm Drain Improvements for: MAPSCO LOCATION: __ LIMITS OF CONST.: ------------- Estimated Duration of Construction on your Street : _ days THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL< REPLACE WATER AND/OR SEWER LINES -RECONSTRUCT THE STREET> ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HA VE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT <TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392-8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. Rev 2-19-10 SP-49 WAGE RATES URS No. 25337785 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 7/8/2008 DA TE: Tuesday, July 08, 2008 LOG NAME: 30WAGE RA TES REFERENCE NO.: **G-16190 SUBJECT: Adopt 2008 Prevailing Wage Rates for City-Awarded Public-Works Projects -rnnzm:rr:ms-,.,.,...,., 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 award ing 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 Builders 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 Manager'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 PREY AILING WAGE RA TES 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 Joint Sealer Operator Concrete paving Saw Operator Concrete Paving Spreader Operator Concrete Rubber Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator Electrician Fla1rn:er 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, Utility Mechanic Milling Machine Operator, Fine Grade Mixer Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Oiler Painter, Structures Pavement Marking Machine Operator Pipelayer Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Roller Operator, Pneumatic, Self-Propelled Roller Operator, Steel Wheel, Flat Wheel/Tamping 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, Heavv Truck Driver, Single Axle, Light Truck Driver, Tandem Axle, Semi-Trailer Truck Driver, Transit-Mix Wagon Drill, Boring Machine, Post Hole Driller Operator Welder Work Zone Barricade Servicer $10.06 $13.99 $12.78 $11.01 $ 8.80 $14 .15 $ 9.88 $13.22 $12.80 $12.85 $13 .27 $12.00 $13.63 $12.50 $13.56 $14.50 $10.61 $14.12 $18 .12 $ 8.43 $11.63 $ I 1.83 $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 Acoustical Ceiling Mechanic Bricklayer /Stone Mason Bricklayer/Stone Mason Helper Carpenter Carpenter Helper Concrete Finisher Concrete Form Builder Drywall Mechanic Drywall Helper Drywall Taper Drywall Taper Helper Electrician (Journeyman) Electrician Helper Electronic Tech nician Electronic Technician Helper Floor Layer (Resilient) Floor Layer Helper Glazier Glazier Helper Insulator Insulator Helper Laborer Common Laborer Skilled Lather Painter Painter Helper Pipefitter Pipefitter Helper Plasterer Plasterer Helper 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY Hrly Rate Classification S21.69 Plumber $12.00 Plumber Helper $15.24 Reinforcing Steel Setter $19.12 Roofer $10.10 Roofer Helper $16.23 Sheet Metal Worker $11.91 Sheet Metal Worker Helper $13.49 Sprinkler System Installer $13.12 Sprinkler Svstem Installer Helper $14.62 Steel Worker Structural $10.91 Concrete Pump Crane, Clamsheel, Backhoe, Derrick, D'Line $13.00 Shovel $9 .00 Forklift $20 .20 Front End Loader $14.43 Truck Driver $19 .86 Welder $12.00 Welder Helper $20.00 $13.00 $18.00 $13.00 $14.78 $11 .25 $10.27 $13.18 $16.10 $14.83 $8.00 $18.85 $12.83 $17.25 $12.25 $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 COMPLIANCE WITH AND ENFORCEMENT OF PREVAILING WAGE LAWS URS No. 25337785 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 Jess than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. (c) Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. (d) Arbitration Required if Violation Not Resolved . An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. (e) Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. (f) Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (g) Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. (h) Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. STANDARD DETAILS r,,IATER AND SEWER) URS No. 25337785 FIGURE STANDARD DETAILS (WATER AND SEWER) TABLE OF CONTENTS TITLE WATER DETAILS WTR-001A WTR-001B WTR-002 WTR-003 WTR-004 WTR-008 WTR-009 WTR-010 WTR-011 WTR-016 WTR-018 WTR-019 WTR-022 WTR-023 WTR-025 WTR-026 WTR-027 WTR-029 WTR-030 WTR-031 ONE-INCH WATER SERVICE DETAIL 1-1/2 & 2-INCH WATER SERVICE DETAIL GATE VALVE AND BOX VALVE STEM EXTENSION GATE VALVE CONCRETE COLLAR HORIZONTAL BLOCKIING CONCRETE CRADLE EXAMPLE A -VERTICAL TIE-DOWN BLOCKING EXAMPLE B -VERTICAL TIE-DOWN BLOCKING CONCRETE ENCASEMENT SANITARY SEWER PIPE REPLACEMENT SANITARY SEWER PIPE TRENCH CROSSING STANDARD CLEANING WYE CLEANING WYE DETAIL FOR LOOPED AND NON-LOOPED SYSTEM 12" AND UNDER WATER SAMPLING STATION CLASS 'A' STD. PLASTIC METER BOX FOR 3/4" & 1" METERS CLASS 'B' STD. PLASTIC METER BOX FOR 1-1/2" & 2" METERS WATER AND SANITARY SEWER EMBEDMENT AND BACKFILL DETAILS TYPICAL MAIN BY-PASS LAYOUT TEMPORARY SERVICE CONNECTION 1 FIGURE WTR-032 TITLE INTERSECTION & DRIVEWAY APPROACH CROSSING FOR TEMPORARY WATER SERVICE SANITARY SEWER DETAILS SAN-003 SAN-006 SAN-009 SAN-019 SAN-020 STANDARD 4' DIAMETER MANHOLE JUNCTION MANHOLE BOTTOM MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR CLAY DAM CONCRETE ENCASEMENT 2 ~I ::J I ~ ~I Cl. 0 Cl:'. Cl. "\ I •. SIDEWALK WATER MAIN BEHIND CURB E1-17 MATERIAL E2-17 CONSTRUCTION 1 · 2'-6" • 1 CURB PAVEMENT MATERIAL LIST WATER MAIN IN STREET @ STANDARD CORPORATION @ BLUE VINYL TAPE, 3" WIDE, 6" ABOVE GROUND © STANDARD CURB STOP & go· ELBOW @ AREA TO BE BACKFILLED WITH SAND CITY OF FORT WORTH, TEXAS ONE-INCH WATER SERVICE DETAIL DATE: FEB. 2009 WTR-001A WATER MAIN IN STREET E1-17 MATERIAL E2-17 CONSTRUCTION CURB PAVEMENT © MA TERI AL LIST @ STANDARD CORPORATION @ FLARE CONNECTION TO CORPORATION © COPPER TUBING (TYPE K) @ FLARE CONNECTION & 90" ELBOW © ANGLE VALVE (FEMALE J.P . TO FLG.) ~ = :::> 0~ 1--z ,,., - ~ © WATER MAIN BEHIND CURB ® BRONZE METER FLANGE © @ CD BRONZE METER FLANGE (FLG . TO M.I.P.) BRONZE METER FLANGE HORIZONTAL TYPE CHECK VALVE (FEM . I.P. TO FEM . J.P.) EQUAL TO CRANE NO. 20 COMPLETE WITH PIPE PLUG Q) 10 MIL . BLUE VINYL TAPE 3" WIDE, END OF SERVICE TO 6" ABOVE GROUND. CllY OF FORT WORTH , TEXAS DATE : FEB. 2009 1-1/2 & 2-INCH WATER SERVICE DETAIL WTR-0018 WATER MAIN IN STREET E1-17 MATERIAL E2-17 CONSTRUCTION CURB LIST STANDARD CORPORATION FLARE CONNECTION TO CORPORATION COPPER TUBING (TYPE K) FLARE CONNECTION & 90' ELBOW ANGLE VALVE (FEMALE I.P . TO FLG.) ® BRONZE METER FLANGE © ® CD BRONZE METER FLANGE (FLG. TO M.1.P.) BRONZE METER FLANGE HORIZONTAL TYPE CHECK VALVE (FEM . 1.P . TO FEM . 1.P .) EQUAL TO CRANE NO . 20 COMPLETE WITH PIPE PLUG Q) 10 MIL. BLUE VINYL TAPE 3" WIDE, END OF SERVICE TO 6 " ABOVE GROUND. CITY OF FORT WORTH, TEXAS DATE : FEB . 2009 1-1/2 & 2-INCH WATER SERVICE DETAIL WTR-0018 NOTE: PAVEMENT OR OTHER SURFACE MATERIAL DETAIL PERTAINS TO ALL GATE VALVE SIZES 4" THRU 12" OR LARGER, AS DIRECTED . E1-10 MATERIAL E2-10 CONSTRUCTION r=, I I .J-.---1... ---r.-... I I I I I I I I I I I I I I I I I I CONCRETE COLLAR PER DETAIL WTR-004 I ,__ ______ IF VALVE OPERATING : NUT IS MORE THAN Y BELOW PAVEMENT SURF ACE , PROVIDE EXTENSION STEM TO 1' BELOW PAVEMENT SURF ACE. (SEE DETAIL WTR -003) ~--MCKINLEY IRON AND STEEL CO ., NO. YBS THREE PIECE VALVE BOX OR APPROVED EQUAL. ~--GATE VALVE TORQUE SOL TS PRIOR TO BACKFILL CITY OF FORT WORTH, TEXAS GATE VALVE AND BOX DATE : FEB. 2009 WTR-002 2" Jll SQUARE STOCK W/ 1" DIA . HOLE DRILLED THROUGH . 2 "Jll SQUARE STOCK W/ DIA . HOLE DRILLED THROUGH . 2'2"¢ TUBING W/ \" THICK WALL )s"x45" CHAMFER VARIES NOTES : 1. 1 " ROUND SOLID BAR & 2" SQUARE PER ATSM A-108-81, SAE 1020, COLD DRAWN OR BETTER . 2 . 2'2" TUBING PER ATSM A-512-79, SAE 1020, COLD DRAWN OR BETTER. 3 . ALL WELDS SHALL COMPLY WITH A .W.S. CODE FOR PROCEDURE, APPEARANCE, AND QUALITY OF WELDS. CITY OF FORT WORTH, TEXAS 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 2 CASE 1 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 .) (/) (/) ~ wz ~~ u. :cio f-......, Q:'. (/) <(~ -' Q:'. -' <( 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 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 3000 PSI CONCRETE (TYP .) * DIMENSION "X" MAY VARY IF NECESSARY TO PROVIDE BEARING AGAINST UNDISTURBED TRENCH WALL HORIZONTAL BLOCKING TABLE "X" 11 .25· 22.5" 45· go· PIPE MIN . MAX MIN . MAX MIN . SIZE (FT .) "A" MIN. MAX "8" "C" "D" 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 2.14 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 MIN . MAX "E" 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 11·-0·1 . ----JTYP .I 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 EXTEND A MIN . OF 6 " BEYOND EACH SIDE OF PIPE . l_ RUBBER GASKET JOINT BELL-BELL BEND 3000 PSI 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 MATERIAL E2-20 CONSTRUCTION M.J.-M .J. BEND --~-- 11·-o·I --iTYP.t-- MECHANICAL JOINT MAIN ------~-- ~ TYP . BELL AND SPIGOT JOINT CITY OF FORT WORTH , TEXAS CONCRETE CRADLE NOTE : WHEN CRAD LE IS SHOWN OR SPECIFIED 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) CONCRETE #4 STEEL BAR : NOTE: CD KEEP CONCRETE CLEAR OF PIPE JOINTS AND SOL TS WRAP PIPE WITH 15# ROOFING FELT FORM AS NECESSAR Y 6 ,...... z ..._, ~ w f-8 w ::::E 4: 0 _J 4: z ::::E 10 0 z w Cl. a:: 12 *VOL . REQ'D . (C .F.) A (FT .) B (FT.) C (FT.) *VOL. REQ'D. (C .F.) A (FT.) B (FT.) C (FT.) *VOL. REQ 'D. (C .F.) A (FT .) B (FT.) C (FT .) *VOL. REQ'D. (C .F.) A (FT.) B (FT.) C (FT.) BENDS go· 45· 22.5" 39 .99 21 .64 11 .03 2.50 1.42 1.00 4.00 3.88 3 .36 4 .00 3 .88 3 .36 71.09 38.47 19 .61 2 .83 1.67 1.50 5.00 4 .80 3 .66 5 .00 4 .80 3 .66 111 .07 60.11 30.65 3 .25 1.92 1.75 5.90 5 .60 4 .25 5.90 5 .60 4.25 159.94 86.56 44.13 4 .17 2 .42 1.42 6.20 6.00 5 .54 6 .20 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 22.1 7 1.25 4.20 4.20 THRUST ON THE RESPECTIVE BENDS UNDER AN INTERNAL PRESSURE E1 -20 MA TERI AL E2-20 CONSTRUCTION OF 150 PSIG AT THE RA TE OF 150 LB . WT. PER CUBIC FEET OF CONCRETE. CITY OF FORT WORTH, TEXAS EXAMPLE A VERTICAL TIE-DOWN BLOCK DATE : FEB . 2009 WTR-010 NOTE: KEEP CONCRETE CLEAR OF PIPE JOINTS AND BOLTS . E1 -20 MA TERI AL E2-20 CONSTRUCTION u : #4 BAR STEEL STRAPS IN VARIABLE QUANTITY DEPENDING ON THRUST w NOTE : FORM AS NECESSARY 2500# CONCRETE DIMENSIONS WILL BE SPECIFIED . ON PLANS OR DIRECTED BY ENG INEER. CITY OF FORT WORTH, TEXAS EXAMPLE B VERTICAL TIE-DOWN BLOCK DATE : FEB. 2009 WTR-011 EXISTING SURF ACE E1 -7 MA TERI AL E2-7 CONSTRUCTION G) @ BACKFILL AS APPROPRIATE 6" MIN . DIMENSION. 6" MAX . FOR PAY PURPOSES WHEN BID PER CUBIC YARD . G) 6" MIN. DIMENSION. MAX. FOR PAY PURPOSES SHALL BE 6" ON MAINS 24" AND SMALLER, 9" ON MAINS 30" AND LARGER WHEN BID PER CUBIC YARD. 4" MIN. DIMENSION. 4" MAX . FOR PAY PURPOSES WHEN BID PER CUBIC YARD . CLASS 'E' (1500 PSI) CONCRETE. CONCRETE ENCASEMENT SHALL STOP 1' EITHER SIDE OF JOINT, AND WHEN ENCASING CONCRETE PRESSURE PIPE, FULL LENGTHS OF PIPE SHALL BE ENCASED, JOINTS EXCLUDED . CITY OF FORT WORTH, TEXAS CONCRETE ENCASEMENT DATE: FEB . 2009 WTR-016 l EXISTING SEWER LINE -==i==] PROPOSED WATER MAIN G) VARIABLE TRENCH WIDTH. PIPE LENGTH SHALL BE MEASURED AS STANDARD TRENCH WIDTH, (REF. E2-2 .16), PLUS FOUR FEET (4'). NO JOINTS WILL BE ALLOWED WITHIN THIS DIMENSION. A MINIMUM BEARING 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 COATING 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 SERIES 300 STAINLESS STEEL COMPRESSION STRAPS OR WITH APPROVED ADAPTORS . © THE MINIMUM CLEARANCE OF SEWER TO WATER LINES SHALL BE EIGHTEEN INCHES (18"). E1-7 MATERIAL E2-2 CONSTRUCTION CITY OF FORT WORTH, TEXAS SANITARY SEWER PIPE REPLACEMENT DATE : FEB. 2009 WTR-018 EXISTING SURF ACE EXISTING SEWER LINE 1~" TYP. . l_r3• TYP. tD 12" c/c TYP. : t .3" TYP. 1~" TYP. #6 GAUGE WELDED WIRE MESH, LENGTH OF ENCASEMENT MINUS .3" OUTSIDE DIAMETER OF BELL .3" TYP. 6" c/c TYP. tD PROPOSED WATER MAIN SECTION A-A G) VARIABLE TRENCH WIDTH. CLASS 'B ' (2500 PSI) REINFORCED CONCRETE SUPPORT BEAM AND ENCASEMENT LENGTH SHALL BE MEASURED AS THE STANDARD TRENCH WIDTH, (REF. E2-2.16), PLUS FOUR FEET (4'). A MINIMUM BEARING OF 24" ON UNDISTURBED EARTH SHALL BE REQUIRED ON EACH SIDE OF THE TRENCH . {l) CLASS 'B' (2500 PSI) REINFORCED CONCRETE SHALL BE USED IN CONSTRUCTION OF A SUPPORT BEAM AND ENCASEMENT FOR SEWER LINES TWELVE INCHES ( 12") DIAMETER AND LARGER. SEWER LINES LESS THAN TWELVE INCHES ( 12") DIAMETER , WITH EXCEPTION OF SEWER SERVICE LINES, SHALL BE REPLACED BY DUCTILE IRON PIPE OR SOR 26 OR SUPPORTED BY AFOREMENTIONED CONCRETE ENCASEMENT. CITY OF FORT WORTH, TEXAS SANITARY SEWER PIPE E1-20 MATERIAL E2-20 CONSTRUCTION TRENCH CROSSING DATE: FEB. 2009 WTR-019 CD @ ® ® (j) NOTES: 6" BLIND FLANGE TAPPED 2" WITH 2" BRASS PLUG WITH C.C . THREAD. 125# PATIERN 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 DES IGNED 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 . STANDARD RUN DI AMETER E1-4 MATERIAL E2-4 CONSTRUCTION CITY OF FORT WORTH, TEXAS STANDARD CLEANING WYE DATE : FEB. 2009 WTR-022 FLOW E1-7 MATERIAL LOOPED SYSTEM EXTEND PIPE RISER __ ..,, ABOVE GROUND LEVEL SLEEVE EXISTING GATE VALVE 1. INSTALL M.J. WYE AT END OF IMPROVEMENTS. 2 . RECONNECT TO EXISTING USING M.J. SLEEVE . 3 . AFTER CLEAN ING WITH POLY-PIG, REMOVE CLEANING WYE. NON-LOOPED SYSTEM EXTEND PIPE RISER __ ..,, ABOVE GROUND LEVEL FLOW 1. INSTALL M.J. WYE AT TERMINAL END OF MAIN. 2 . PLUG THE STRAIGHT RUN OF THE WYE AS SHOWN . 3 . AFTER CLEANING WITH POLY-PIG, REMOVE CLEANING WYE. E2-7 CONSTRUCTION Cl1Y OF FORT WORTH, TEXAS DATE : FEB. 2009 CLEANING WYE DETAIL FOR LOOPED AND NON-LOOPED SYSTEM 12" AND UNDER WTR-023 @ ® © @ MATERIALS STANDARD 1" CORPORATION (W / TAP SADDLE WHEN REQUIRED) STANDARD 1" CURB STOP, 90 ELBOW & 1" x 1'4" REDUCER 1" TYPE K COPPER SERVICE LINE Eclipsetw No . 88 SAMPLING STATION OR APPROVED EQUAL WITH 12" DEPTH OF BURY --@ ® 2'x2' CONCRETE PAD , CLASS 'B' CONCRETE (2500 PSI) W/ #4 REBAR @ 12" C-C EACH WAY; 3" MIN. CLEAR COVER 30" MIN . WATER MAIN SEE WTR-001 A ,:! . .'{";:: . .: 'Jff}1&ili NOTES : <.O ® 1. BACKFILL TRENCH AREA WITH SAND. 2. PLACE SAMPLING STATION NEXT TO POWER POLE, ELEVATED TANK, STREET SIGN, TREE, OR FIRE HYDRANT . 3 . PLACE SAMPLING STATION WITH DOOR FACING STREET. 4. INSTALL SAMPLING STATION ON "SHORT SIDE" OF STREET . 5. WHEN PLACING STATION NEXT TO FIRE HYDRANT, DO NOT TAP FIRE HYDRANT LEAD & MAINTAIN DISTANCE OF 4' FOR PROPER OPERATION OF FIRE HYDRANT . 6. IN LIEU OF TAPPING MAIN, CONNECT TO EXISTING LARGE VALVE COPPER RISERS WHEN POSSIBLE. CITY OF FORT WORTH, TEXAS WATER SAMPLING STATION DATE: FEB . 2009 WTR-025 11 )a" , .. [283mm( I f--1]13 COVER SECTION 12 %" [327mm] 14-" LETTERING (RECESSED FLUSH) 11 %" 1 %" 1 ·[289mm]" I SJ I 9 %" I ~ 12" [251mmj [305mm] I::==~ _l [ 476mm] BOX SECTION 1 Jf'R [R38mm] NOTE: FORT WORTH LOGO IS OPTIONAL. %" [16mm] 18" [ 457mm] [ ~.,;:: ij__ h s~!: l ~ r.~,'. [Bm~] -£ l!o" [8mm] COVER SECTION 20" [508mm] I· 18 }'4" .. , [ 464mm] ,. 16 *" .. , [ 425mm] I · 21" ·I [533mm] 24" [610mm] BOX SECIION *FOR NON-PAVED AREAS ONLY. CITY OF FORT WORTH, TEXAS CLASS 'A' STANDARD PLASTIC METER BOX FOR %11 & 1" METERS DATE: FEB . 2009 WTR-026 ij I- I 15 ~s" [386mm] PLAN VIEW 1 · ~"R [R38mm] 26 -Y.i" [679mm] 13 ~" 11 13 ~" II 1 -Y.i " [337mm] 11 [337mm] _u 44mm] ij ij ijij ij ij ij COVEB SEQTJQt:l 11.T 30 " [762mm] 27 " [686mm] -j 7'fs" [8mm] ·1 ! 12" L 1 -Y.i" [44mm] [305mm] _l 25" ., Tr ------ ----~-_L ,,, / 18" 15 ~6 .. 3" [76mm] [ 457mm] [392mm] LL ' I ' _..,.___ ------ 4" [102mm] BOX SEC]ON NOTE: FORT WORTH LOGO IS OPTIONAL. f 14" [356mm] ! [635mm] BOX SECTION *FOR NON-PAVED AREAS ONLY. CITY OF FORT WORTH, TEXAS CLASS 'B' STANDARD PLASTIC METER BOX FOR 1 ~11 & 211 METERS DATE : FEB . 2009 WTR-027 ---!H-,-.,...,+--TYPE "C" BACKFILL MINIMUM 6" INITIAL------,+-++,-,t,.,,=,=.--· SEE SPEC. E1 -2.4 G.C.D. BACKFILL COVER ~l..lnJ..u.:;:--SAND MATERIAL EMBEDMENT & INITIAL BACKFILL SEE SPEC. E1 -2.3 G.C.D . MINIMUM 6" ---........,.;:~-- EMBEDMENT WATER: 12" TYPE "C" BACKFILL SEE SPEC . E1 -2.4 G.C.D . FILTER FABRIC- SUPAC-HEAVY GRADE BNP (UV) OR APPROVED EQUAL. CRUSHED STONE MINIMUM 6" ------1==1-ll~~~~n.:::r-,J= SEE SPEC . E1 -2.3 EMBEDMENT G.C .D. SAND GRADATION • LESS THAN 10% PASSING #200 SIEVE • P.I. = 10 OR LESS CRUSHED STONE GRADATION SIEVE SIZE RETAINED 1" 0-10 .>2" 40-75 %" 55-90 #4 90-100 #B 95-100 WATER: SIZES 16" AND LARGER SANITARY SEWER: ALL SIZES MATERIAL SPECIFICATIONS NOTE : SPECIFICATION REFERENCES ARE FOR WATER AND SANITARY SEWER ONLY . THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON THIS SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF E1-2.4(b) AND E1-2.3 OF THE GENERAL CONTRACT DOCUMENTS AND SPECIFICATIONS FOR WATER DEPARTMENT PROJECTS (G .C.D.) ALL OTHER PROVISIONS OF THESE ITEMS SHALL APPLY. CITY OF FORT WORTH, TEXAS DATE: JUNE 2009 WATER AND SANITARY SEWER EMBEDMENT AND BACKFILL DETAILS WTR-029 EXISTING CURB TEMP. SERVICE-------..ott 2" GALV . PIPE TO F.H. OUTLET FOR TEMP --WATER SUPPLY. TEMP . SERVICE 2" GAL V. PIPE , , _ _J~== -,1 U) , , I- C., I ~0 ~ ',, ~~ ~ Cl..<{ w II oa... a... L t-_J o 11 ==ww== Cl'.: _J ~::l = I ~~ -, I oc <{ I ~Cl... , , CD , , 1 I I i--t--EXISTING METER VAULT. SEE DETAIL WTR-031 FOR TEMP . SERVICE CONNECTION . ----TEMP. SERVICE 2" GAL V. PIPE EXISTING CURB SEE DETAIL WTR-032 FOR INTERSECTION CROSSING CITY OF FORT WORTH, TEXAS TYPICAL MAIN BY-PASS LAYOUT DATE: FEB. 2009 WTR-030 EXISTING COPPER SERVICE LINE NOTE : CONTRACTOR SHALL BE REQUIRED TO COVER METER VAULT WITH PROTECTIVE GUARD . NOTE : ADAPT AS REQUIRED EXISTING PRIVATE SERVICE TO HOUSE OR BUILDING . METER SHALL BE REMOVED BY THE CONTRACTOR . CONNECTION FROM BY-PASS TO PRIVATE . SERVICE SHALL BE MADE BY CONTRACTOR. CITY OF FORT WORTH, TEXAS TEMPORARY SERVICE CONNECTION DATE: FEB. 2009 WTR-031 EXISTING PAVING 36" MAX . -ASPHALT COVER ..... 15# ROOFING FELT, 36" WIDE 2" GAL V. PIPE 2-STANDARD FINISHED 2"x6" WOODEN PLANKS / 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 RECOATED AFTER SECTIONS PUT TOGETHER 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.) ,:·· ...... ... 1 •·· · .... 8 * * VARIES WITH PIPE DIA . r + l SECTION A-A A =:·.~;\ -:~i~.i-------l . -·· >------~,:.i ...... ... :.~· ..... ·. \-:· .. A t :Z (!) -T = z CX) -~ USE 4000 PSI CONCRETE 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 . CITY OF FORT WORTH, TEXAS STANDARD 4' DIAMETER MANHOLE -:-:;: ~ ..-.. -: .. :•~.:- SECTION 8-8 DATE: FEB. 2009 SAN-003 NOTES : A. STANDARD PIPE FITTINGS SHALL BE USED TO FORM INVERTS OF JUNCTION MANHOLES WHEN POSSIBLE, WITH INSTALLATION AS FOLLOWS : 1. PIPE FITTlNG . 2 . POUR MANHOLE FLOOR TO SPRING LINE OF FITTING. 3 . BREAK OUT TOP OF FITTING TO SPRING LINE . 4. POUR REMAINDER OF MANHOLE INVERT TO PROVIDE VERTICAL INVERT WALL UP TO 3/4 POINT OF THE LARGER PIPE INVOLVED, AS DETAILED . 5. STEEL TROWEL FINISH INVERT OF MANHOLE. B. WHEN SPECIAL SITUATIONS PROHIBIT USE OF STANDARD PIPE FITTINGS AS ABOVE OUTLINED, THE INVERT SHALL BE FORMED OF CONCRETE AND STEEL TROWEL FINISHED TO PROVIDE SIMILAR FUNCTIONAL CHARACTERISTICS TO THOSE AFFORDED BY THE ABOVE INSTALLATION. INVERTS THUS FORMED SHALL BE CONSTRUCTED TO THE ENGINEER'S SATISFACTION . CONCRETE SLAB E1-14 MATERIAL E2-14 CONSTRUCTION .,..-- ......_ __ PLAN YIEW SECTION A-A G) WHEN PIPE SIZES DIFFER, MATCH THE PIPE CROWNS. CITY OF FORT WORTH , TEXAS JUNCTION MANHOLE BOTTOM DATE : FEB. 2009 SAN-006 COLLAR CONFIGURAT ION FOR PAVED AREA I ... COLLAR CONFIGURATION FOR UNPAVED AREA MANHOLE FRAME AND 32" DIA. DUCTILE IRON COVER. (REFER TO STD. PRODUCT LIST) A L 4000 PSI--~ CONCRETE 8-#4 REBARS TYP . s'-o" 3 " TYP . A J 0 I in ~;~\:::·i·~:~~·;··~-~·::·:~ ::: (:· :;:-:'_.:::.-~~ ;.-: .... __ ..,.,; .................... -.,....,.,_..,.-------~ G) ~I----l I ..... .. 11 32" I MIN . I 2" X 8" X 30" J.0 . CONCRETE PRECAST GRADE RINGS PER ASTM C478. REBAR SHALL BE PLACED 3" MIN . FROM TOP AND BOTIOM OF CONCRETE COLLAR . ® © SECTION A-A WHERE MANHOLES ARE IN THE STREET, INSTALL 2 OR MORE GRADE RINGS, AS NEEDED, BETWEEN CASTING AND TOP OF PAVEMENT. ® E1-14, E1-20, E1 -21 MATERIAL E2-14 , E2-20, E2-21 CONSTRUCTION HINGED LIDS INSTALLED IN STREETS SHALL OPEN AGAI N ST THE FLOW OF TRAFFIC. CITY OF FORT WORTH , TEXAS MANHOLEFRAME,COVER,GRADE RINGS AND CONCRETE COLLAR 11.." 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 : OCT. 2009 SAN-009 COMPACTED BENTONITE CLAY OR 2 :27 CONCRETE I • 2· .. J EXISTING GROUND 4' OR TO BOTIOM OF PAVEMENT BASE OR TOP SOIL MINIMUM TRENCH WIDTH ----11-"'/N·'r-=.,..,.-,,,,.. = PIPE DIA . + 1' I JRENCf-! 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 EXISllNG SURFACE E1-7 MATERIAL E2-7 CONSTRUCllON BACKFILL AS APPROPRIATE 6" MIN . DIMENSION . 6" MAX. FOR PAY PURPOSES WHEN BID PER CUBIC YARD. CD 6" MIN. DIMENSION. MAX . FOR PAY PURPOSES SHALL BE 6" ON MAINS 24" AND SMALLER, 9" ON MAINS 30" AND LARGER WHEN BID PER CUB IC YARD . 4" MIN . DIMENSION. 4" MAX . FOR PAY PURPOSES WHEN BID PER CUBIC YARD . CLASS 'E ' (1500 PSI) CONCRETE . CITY OF FORT WORTH, TEXAS CONCRETE ENCASEMENT DATE : FEB. 2009 SAN-020 STANDARD DETAILS (PAVING AND DRAINAGE) URS No. 25337785 FIGURE STANDARD DETAILS (PAVING AND DRAINAGE) TABLE OF CONTENTS TITLE PAVEMENT DETAILS STR-030 TEMPORARY ASPHALT PAVEMENT TRENCH REPAIR STR-031 REINFORCED CONCRETE PAVEMENT TRENCH REPAIR DRAINAGE DETAILS 1-H PROJECT DESIGNATION SIGN EXISTING CURB & GUTTER TRENCH REPAIR LIMITS NOTES: 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 MA TERI AL 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 6" MIN. 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 4 ' f---------------4' -------------i ~ 1_!· -... •1·-Cf ORT WORTH =~:. ·~-~ ' '-t-' / _______________ r---3" 3·-{~_Project Title ~,- s1n_ 2 Funding t--3" 1~" -______ Contractor:-=-----=-----==~-1 .. 2~"-_Contractor's Name 2 >----11 " 1~· -Questions on this Project Call:--+_; .. 1~· -(817) 392 -xxxx -" 1~" -= After Hours Call: (817) 392 -XXXX =-1 -21· 2 ~-'-,;/'-------------------------,--------' L R1"TYP . 1"TYP .J FONTS: FORT WORTH LOGO IN CHEL TINGHAM BOLO ALL OTHER LETIERING IN ARIAL BOLD COLORS: FORT WORTH • PMS 288 • BLUE LONGHORNLOGO-PMS725-BROWN LETIERING • 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 A T CDR SIGN AND ENGRAVING , 63 11 EAST LANCASTER AVE (817-451-4684), PEEL AND PLACE IN FUNDING SECT ION . PROJECT DESIGNATION SIGN CITY OF FORT WORTH -CONSTRUCTION STANDARD DRAWING NO. 1 - H loATE: URS No. 25337785 PART6 TECHNICAL SPECIFICATIONS PART& TECHNICAL SPECIFICATIONS INDEX 1. SPECIAL SPECIFICATIONS -STREET AND STORM DRAIN IMPROVEMENTS 2. SPECIFICATIONS FOR JET GROUTING FOR GROUND STABILIZATION 3. SPECIAL ENVIRONMENTAL PROVISIONS AND SPECIFICATIONS 4. CRITERIA FOR CONSTRUCTION WITHIN AND ALONG THE LIMITS OF EXISTING FEDERAL FLOOD PROTECTION PROJECTS SPECIAL SPECIFICATIONS STREET AND STORM DRAINAGE IMPROVEMENTS URS No . 25337785 SPECIAL SPECIFICATIONS -STREET AND STORM DRAIN IMPROVEMENTS Reinforced Box Culverts General: The Contractor shall construct and/or furnish and install 2-8'x7' reinforced box culverts at the locations as shown in the construction plans in accordance with all applicable provisions of Item No. 462, Concrete Box Culverts and Storm Drains of the Texas Department of Transportation (TxDOT) Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. The boxes shall be constructed either as cast-in-place or pre-cast structures in accordance with the details as shown in the project construction plans and all applicable provisions therein. Measurement and Payment: Measurement and payment for the boxes shall be by the linear foot of double box culvert section (or a pair of side-by-side individually constructed boxes) as measured along the proposed centerline of the structure or structures. Wingwalls, Headwalls and Aprons General: The Contractor shall construct the reinforced concrete wingwalls, headwalls and apron in accordance with TxDOT Standard Specification Item 466, Headwalls and Wingwalls . Construction shall be in accordance with the details and all applicable design notes/provisions as shown in the construction plans. Measurement and Payment: Measurement and payment for the reinforced concrete wingwalls, headwalls and apron shall be by the cubic yard of reinforced concrete placed as calculated from the construction plan details. Payment shall include all forming, reinforcing steel, finishing and backfill in accordance with all applicable specifications and design provisions . Forest Park -Parkview Storm Drainage Improvements 05 /07/2010 1 SPECIFICATIONS FOR JET GROUTING FOR GROUND STABILIZATION URS No. 25337785 SPECIFICATIONS FOR JET GROUTING FOR GROUND STABILIZATION PART 1 GENERAL 1.01 INTRODUCTION A. The process of creating soilcrete in place with stabilizing fluids delivered at high velocity through nozzle(s) at the end of a monitor inserted in a borehole. The soilcrete is created by rotating and lifting the ·monitor defined above at slow, smooth, constant speeds, eroding the soil with fluid (water or grout slurry) and air, and, if using water as the erosion media, tremie feeding an engineered grout slurry through the base of the monitor to achieve more thorough mixing and a consistent continuous geometry and quality. This section includes specifications for creating soilcrete for ground stabilization for tunneling, seismic stabilization, and other ground treatment. B. In situ soil types: Jet Grouting is typically very effective in cohesionless soil (s) and cohesive soil of low plasticity. Highly plastic soil requires special consideration. C. Applications: Soil stabilization, soil consolidation, bottom bracing for deep trenches in soft soil, anchorages, sealing, underpinning and excavation support, panel cutoff walls, impermeable shafts, tunnel break ins and outs, and seismic stabilization. 1.02 INTENT The intent of the Jet Grouting specified herein is to provide soil improvement within the limits indicated on sheets 3 7 and 3 8 to achieve the required degree of improvement detailed in section 3.02 of these specifications. 1.03 STANDARDS AND REFERENCES A. The most recent version of the following testing methods may be employed: 1. ASTM C 150 or AASHTO M85 Portland Cement 2. ASTM D 1633-00 Standard Test Method for Compressive Strength of Molded Soil-Cement Cylinders 3. API Recommended Practice 13B-l: Standard Procedures for Field Testing Water Based Drilling Fluids 4. CI 233R Slag Cement in Concrete and Mortar or C989-99 Standard Specification for Ground Granulated Blast-Furnace Slag for Use in Concrete and Mortars B. Reference documents as provided to the grouting contractor shall include: 1. This specification. 2. Project drawings: a. Engineer's drawings, sheets 37 and 38 b. Engineer's existing underground utilities plan in the work area. c. Grout injection point layout, as detailed in the Submittals section 1.06 of these specifications. 3. Project geotechnical report. 4. Contract documents . 1.04 DEFINITIONS A. Monitor (adjust for single, double, and triple systems): A single, double, or triple- phase fluid drill pipe designed to deliver one to three elements of the Jet Grouting process: air, water, and grout. The monitor has one or more injection points. The nozzle(s) injects fluid at high velocity into the soil to erode and mix it with cementitious slurry. The cutting action of the fluids is enhanced by surrounding it with a concentric collar of compressed air. B. Field Quality Control Representative (FQCR): The individual given specific inspection tasks identified in this specification. 1.05 SCOPE OF WORK A. The work shall consist of installation, monitoring and testing of Jet Grouting within the limits indicated on sheets 37 and 38 to meet the acceptance criteria presented in Section 3.02 of these specifications. B. In connection with the Jet Grouting program, as shown on the drawings, the Jet Grouting contractor shall provide all labor, materials and equipment to accomplish the following items of work: 1. Detect the location of reinforcing bars in existing culvert slabs. 2. Determine the location of grout holes to avoid all the existing reinforcing bars. 3. Drill grout holes to the soil below the bottom of culvert as indicated on sheets 37 and 38. 4. Perform the jet grout in accordance with this specification. 5. Seal the grout holes in accordance with TXDOT specification item 429, "Concrete Structure Repair". C. It shall be the Jet Grouting contractor's responsibility to determine and implement the systems and criteria to ensure that specified improvement is achieved. 1.06 SUBMITT ALS A. The following shall be submitted to the Owner's representative by the grouting contractor with the bid documents : 2 1. A list of at least five, previously completed projects of similar scope and purpose for approval by the Owner's representative. The list shall include a description of the project, relative size, and contact person with phone number. B. The following shall be submitted to the Owner's representative by the grouting contractor three (3) weeks prior to the start of the work: 1. Resumes of the management, supervisory, and key personnel, for approval by the Owner's representative. 2. A ground movement monitoring plan, as detailed in section 3.03 of these specifications. 3. A mix design for the project indicating sources and types of grout materials, with volumetric proportions, and field test data from previous projects indicating compressive strength achieved. If the grouting contractor intends to deviate from the material provided in Section 2.03 of this specification, it shall submit, with the bid, evidence of satisfactory use of the proposed material from past projects with similar soil conditions. 4. Work procedures, sequence, and control criteria (including parameters for each stage). 5. A general Work Procedures Plan outlining the spacing, location, depth and quantity of grout to achieve the specified criteria detailed in Section 3 .02 of this specification. Grout hole locations shall be dimensionally referenced to the contract drawings. C. The following shall be submitted to the Owner's representative by the grouting contractor during the work: 1. Accurate daily records of all Jet Grouting locations, depths of treatment, start and stop times, all jetting parameters, and grout injected for each location. 2. Any change in the predetermined grouting program necessitated by a change in the subsurface conditions. 1.07 QUALITY ASSURANCE A. The Jet Grouting program, shall be performed by a specialist grouting contractor with at least ten continuous years of documented experience in Jet Grouting. B. The grouting contractor shall provide experienced management, supervisory and key personnel as required to implement the Jet Grouting program, as follows: 1. The project manager shall have at least five years of continuous experience in Jet Grouting, with at least the last two years in the full- time employment of the grouting contractor. 2. The superintendent shall have at least five years of experience in Jet Grouting. 3 3. As detailed in Section 1.06 of these specifications , the grouting contractor shall provide: a. Evidence of previous Jet Grouting project experience. b. Evidence of management, supervisory and key personnel experience. C. The Owner's representative will ensure that procedures and documentation conform to these specifications. PART 2 EQUIPMENT AND MATERIALS 2.01 EQUIPMENT A. GENERAL: 1. All equipment used for drilling boreholes; lowering, raising and rotating jet monitors; mixing grout; supplying pressurized grout and air-water to jet monitors; and jet monitors used to perform the seepage barrier shall have proven performance records for use in Jet Grouting work, as demonstrated by the information to be submitted under Article 1.03 herein . 2. Spare parts and equipment shall be available on site to maintain Jet Grouting equipment in satisfactory operation condition at all times during execution of the Jet Grouting work. B. DRILLING EQUIPMENT: 1. Use drilling equipment of a type and capacity suitable for drilling required hole diameters and depths , and lowering, raising , and rotating jet grout monitors to the depths and at the rates required to perform the work as shown on the Contract Drawings and as specified herein. C. JET GROUTING MONITORS: 1. Use Jet Grouting monitors as described in 1.01.C.1 having capacity suitable for producing soilcrete columns in the work site soil types identified in the Geotechnical Reports, and of the size and depth shown on the Contract Drawings and as specified herein. D. GROUT MIXING AND INJECTION EQUIPMENT: 1. Use grout mixers and holding tanks , water tanks , air compressors , and pumps of sufficient capacity to ensure adequate supply of grout, air, and water at required pressure to the Jet Grouting monitors during a full work shift to produce grout columns of the quality and dimensions necessary. 4 E. QUALITY CONTRROL 1. Have available acceptable soilcrete sampling devices to collect and cast samples as required in section 3.03. 2.02 GROUTMATERIALS A. The grout slurry may consist of any of the following materials: 1. Cement, Portland, type I or II, ASTM C-150 or AASHTO M85. 2. Flyash Class C or F, ASTM C618 or AASHTO M295. 3. Potable Water or approved other source shall be free of deleterious materials that may adversely affect the grout. 4. Additives as approved by the engineer. PARTID EXECUTION 3.01 SITE EXAMINATION A. Prior to submitting a bid price for the Jet Grouting, the grouting contractor shall conduct a site inspection. B. If a building in distress is involved, a relevant building survey may be in order prior to initiating work. C. If underground utilities are anticipated, a thorough investigation may be necessary to ensure location, condition, and protection requirements. 3.02 JET GROUTING A. Jet Grouting shall be performed in accordance with the approved grout injection area layout scheme to achieve the following acceptance criteria in the in situ soil within the work area: 1. Volume coverage of 100% of the quantity shown on the drawings. 2. Strength by wet sampling/cast molds to average 150 psi after 28 day core period. Up to 5% of the test results may be less than this value 3. Strength by core sampling to average 150 psi after 28 days core period. Up to 5% of the test results may be less than this value. B. Use the same equipment, materials, and procedures as those determined in the test program to give satisfactory results to perform production Jet Grouting for underpinning and excavation support. C. Install soilcrete columns, ensuring that continuous spoil return up the borehole annulus is achieved during all work. 5 D. At completion of daily Jet Grouting operations, thoroughly clean site and dispose of all spoil debris , water, and spilled material. Spoil stockpiling overnight is permitted prior to transfer to a predetermined waste or fill location. 3.03 FIELD QUALITY CONTROL A. All Jet Grouting shall be performed under the inspection of the FQCR. B. Monitoring and logging of Jet Grouting operations for both test areas and production work shall be done by the FQCR. C. Any jet grout hole lost or damaged as the result of mechanical failure of equipment, inadequacy of grout, air, or water supplies, or improper drilling or injection procedures shall be backfilled with cement grout and replaced by another hole, drilled and injected by the Contractor at no additional cost to the Owner. D. Grout injection and monitor rotation and extraction rates shall be sufficient to produce grout columns meeting the diameter, depth, overlap, and material property requirements specified herein. E. Proportion and inject grout mix so that the soilcrete column produced meets the following requirements: 1. Cement factor of soilcrete not less than 200 kg/m3 F. Equipment for mixing, holding, and pumping grout shall be in a secure location and shall be operated to minimize spillage of material. No material will be allowed to enter storm drains or other drainage courses. G. As detailed in section l .06C , daily records shall be maintained by the grouting contractor and submitted to the Owner's representative. H. Ensure continuous spoil return during all Jet Grouting operations. I. The grouting contractor will monitor nearby structures and utilities as follows: 1. 3.04 TESTING AND INSPECTION A. To evaluate the contractor's proposed methods and the grout mix's ability to produce soilcrete columns meeting the depth, diameter, overlapping and material property requirements shown and specified herein, construct a test section of the jet-grouted soilcrete columns/panels in a location near the proposed Jet Grouting area and approved by the Engineer, prior to starting Jet Grouting production work at the site. The effectiveness of the Jet Grouting will be verified as follows: 6 1. The Owner may retain a soil testing firm or ask the Jet Grouting contractor to perform the in situ testing as directed by the Owner's engineer. Test sections will be performed before and during production work, as follows: a. Test section locations will be agreed upon by the (FQCR/grouting contractor) within the treatment area . A test section shall consist of a single module comprised of at least three grout injection points. Tests will be performed at the center of the module prior to and after grouting. Spacing and diameter of elements shall be proposed by the Jet Grouting contractor. b. All testing to determine specification compliance will be provided by an independent testing agency retained by the Owner. Regardless of the method selected, the same test method shall be utilized both before and after the soil improvement work in order to provide the most accurate assessment of the degree of improvement obtained. c. The method of installation of the test section shall comply with Section 3.02 of this specification and shall be performed using the same grout line sizes, drilling and grouting equipment and procedures as that to be used for production work. d. Prior to commencement of production grouting, one ( 1) or two (2) test columns shall be performed as necessary to confirm the required geometry. If the pre-production test sections indicate that the required ground improvement has not been achieved, the grouting contractor shall revise the Work procedure Plan and re-test. 3.05 RESTRICTIONS A. The Owner or General Contractor or Specialty Contractor shall be responsible for obtaining any State and municipal permits ( if required) and conforming to all State and local regulations. B. The owner will be responsible for the precise delineation of all above and below ground utilities and obstructions. C. The following shall also be listed within this section when applicable: 1. Environmental restrictions. 2. Work boundaries. 3. Hours for construction. 7 PART4 PAYMENT 4.01 METHOD OF PAYMENT A. Layout of grout injection locations and installation under the Contractor- proposed grout injection point layout scheme, and any required secondary grouting within the limits indicated as requiring Jet Grouting on sheets 37 and 38 shall be lump sum. B. Cementitious materials may be included in the above lump sum, or may be priced per cy of grout injected. C. Mobilization and demobilization shall be a separate lump sum item. D. Testing may be priced as a lump sum or unit price based on the methods specified . 8 - SPECIAL ENVIRONMENTAL PROVISIONS AND SPECIFICATIONS - URS No . 25337785 PARTG SPECIAL ENVIRONMENTAL PROVISIONS AND SPECIFICATIONS TABLE OF CONTENTS ENVIRONMENTAL SCOPE OF WORK ........•.•......•............................ SEPS-2 MINIMUM QUALIFICATIONS OF CONTRACTOR'S ON-SITE HAZWOPER SUPER'VI.SOR •.•••..•••.•.•••••••••••••••.••••.••••...••.••.••...•••.••.•.•••.••..•...••••• SEPS-14 SPECIAL SPECIFICATION ITEM 8724-SITE SPECIFIC HEALTH AND SAFETY PLAN" .•••.•••••.•..•.•......•••......•...•.••.•••••.••.••.••••.•••••••.•..••.•..•.• SEPS-15 SPECIAL SPECIFICATION ITEM 8725 -EN'VI.RONMENTAL REMEDIATION PROJECT REQumEMENTS •....•••....•............................•.........•......• SEPS-23 SPECIAL SPECIFICATION ITEM 8728 -REMOVAL AND DISPOSAL OF FLUIDS .••••.•...•••.••••.....•.........•.•...•....••.........•.••••••..••.••••••••••••.•••••..........•.••. SEPS-26 SPECIAL SPECIFICATION ITEM 8729 -REMEDIATION PROJECT EXCAVATION •..•.•.••••••.••••.••••••••••••.•.•..•••.••••.•••..•••.••••••••.••..••.•..... SEPS-28 SPECIAL SPECIFICATION ITEM 8731 -MANAGEMENT & DISPOSAL OF CONTAMIN'ATED MATERI.AL .•.......................•......•..••....•........•.... SEPS-29 SPECIAL SPECIFICATION ITEM 8733-WASTE MANAGEMENT/DISPOSAL PLAN" REQlJIREMENTS ........................•....•.•.•..••..•••...•..•......•....•.. SEPS-33 Forest Park -Parkv iew Stonn Drainage Improvements 05/07/2010 SEPS-1 PARTG SPECIAL ENVIRONMENTAL PROVISIONS AND SPECIFICATIONS ENVIRONMENTAL SCOPE OF WORK FOREST PARK-PARKVIEW STORM DRAINAGE IMPROVEMENTS FROM THE TRINITY RIVER TO STATION 7+40 FORT WORTH, TARRANT COUNTY, TEXAS The City of Fort Worth Department of Transportation & Public Works is providing 1) the rehabilitation of a section of an existing two barrel 8'X7' concrete box storm drain that is structurally failing and 2) adding a second two barrel 8'X7' concrete box storm drain parallel to the existing storm drain in order to match TXDOT and NIT A plans for a 4 barrel-8'X7' concrete box upstream. The location of the project is on a parcel ofland west of the Parkview Drive and Forest Park Blvd intersection. City of Fort Worth records indicate that the parcel where the project will take place is privately owned and is a closed unauthorized landfill. The proposed project will include the replacement of the failed section of storm drain and the installation of a second storm drain parallel to the fast. Based on geotechnical borings installed in December 2007 and January 2008, debris and/or trash were encountered from the surface to the top of the limestone, a depth of 20 to 27 feet. Groundwater was encountered at 12 feet. No environmental samples were collected during the geotechnical investigation. The City of Fort Worth retained URS Corporation (URS) to conduct a Limited Phase II Subsurface Investigation on the parcel of land along the storm drain alignment between Forest Park Boulevard and Parkview Drive in order to identify the presence of hazardous chemicals of concern in the soil and groundwater that will be impacted during construction activities. Contaminated soil and/or groundwater could impact the project by requiring upgrades in worker personal protective equipment and off site disposal of soil and/or groundwater encountered during excavation and construction. The Limited Phase II Subsurface Investigation identified contaminants of concern (COCs) in nwnerous soil and groundwater samples. Six metals, total petroleum hydrocarbons (TPH), and one sernivolatile organic compound (SVOC) were detected in soil samples in concentrations that could impact the groundwater. Synthetic precipitation leaching procedure (SPLP) analysis indicated that only one COC (arsenic) would leach from the soil in concentrations that could impact the groundwater. Elevated concentrations ofbenzo(a)pyrene were encountered in soil sample FPl 1-2 and elevated pH was identified in soil sample FP8-2. Both of these COCs could impact worker safety. Appropriate personal protective equipment is required when working with this soil. In addition, soil sampling by the Contractor will be required during excavation to verify that the contaminated soil is segregated and disposed of at an approved facility. Elevated concentrations oflead and arsenic were found in several groundwater samples . The on site disposal of groundwater encountered during excavation activities will require approval from the City of Fort Worth to dispose of the water in the sanitary sewer. Samples should be obtained by the Contractor during the dewatering activities to verify the concentrations of COCs in the groundwater. If the City disallows disposal to the Forest Park -Parkview Storm Drainage Improvements 05/07/2010 SEPS-2 PARTG SPECIAL ENVIRONMENTAL PROVISIONS AND SPECIFICATIONS sanitary sewer, these fluids should be disposed in accordance with the project specifications. The results of the soil vapor survey revealed that no soil vapor issues were identified. No landfill gases were identified in concentrations that would impact construction workers during construction activities. However, it is recommended that monitoring equipment be utilized by the Contractor during subsurface construction activities to verify that no landfill gases are present. The environmental samples collected and tested were from various locations across the project to allow for a general sampling of the project, as a result, there may be areas with higher or lower concentration levels of contaminants than those found or, in some cases, contaminants other than those reflected in the results may be present. Due to the presence of potentially contaminated soils, testing is required on the materials identified in the project drawings and in any other areas found to be contaminated prior to removal from the site. All soils shall remain within the storm drain easement until receipt of appropriate test results and the soils are loaded for transportation to the appropriate disposal site. Appropriate measures shall be taken to insure runoff from any soil stockpiles is contained on-site. It should be noted that prior to construction, the Contractor must contact the TCEQ and an Application to Disturb Final Cover over a Closed Municipal Solid Waste Landfill completed and approved by the TCEQ Municipal Solid Waste Permits Section prior to construction. The Contractor shall provide the Engineer with a detailed construction schedule for this project with a proposed start and finish date within seven (7) days of the Contract Award date. Within 30 days after the contract is awarded the Contractor shall provide the Engineer a copy of the Contractor's Site Specific Health and Safety Plan (SSHASP) and a written Waste Management/Disposal Plan (WM/DP). No work may begin on the project prior to the Engineer providing written concurrence with the SSHASP and WM/DP. All work for this project shall be performed in accordance with the applicable City of Fort Worth Standard Specifications, Drawings, Special Provisions, and Special Specifications identified in the Bid Sheet provided herein. Only contractors trained to perform work under conditions that require environmental remedial activities will be considered for the Project. The Contractor shall provide appropriate certifications for each worker present on the site to the Engineer as verification of training. The Contractor will determine the Health and Safety practices necessary on the project. However, the Engineer requires the Contractor and all on-site personnel to be appropriately Hazardous Waste Operations and Emergency Response Standard (HAZWOPER) certified and have each certification posted on the project with the SSHASP. When the situation dictates, the Contractor shall provide Engineer with written documentation stating that a condition of sufficient stabilization of subgrade soils has occurred. Engineer must concur in writing with this assessment before the Contractor may allow non-certified personnel on-site. At such time, non-certified personnel may work safely on the site. Information to assist in preparation of the SSHASP is available on a Compact Disc (CD) provided with the bid package. Table 1, below, lists the documents included on the CD. The scope of sampling was limited and contaminants may extend beyond the sampling Forest Park -Parkview Storm Drainage Improvements 05/07/2010 SEPS-3 PARTG SPECIAL ENVIRONMENTAL PROVISIONS AND SPECIFICATIONS limits. Such contaminants may be of higher concentrations than those measured during any sampling event performed on the site. The presence of contaminants, if any, in other areas adjacent to the project is unknown to the Engineer. The Contractor is responsible for the health and safety of workers in these adjacent areas. The Engineer can only attest to contaminants found at the locations tested and can make no representations as to the presence of or quantities of contaminants elsewhere within the project limits and adjacent to the ROW. Areas of contaminated soil may not be moved and/or relocated within the project limits; off-site fill material will be required to meet the design grade and slopes of the project. The Contractor shall manage all excavated soils and materials in accordance with all Federal, State, and local laws and applicable specifications (including Special Specifications 8731 and 8733). Excavation and disposal of material shall be performed in accordance with the Waste Management/Disposal Plan. At the conclusion of the stabilization, prior to commencement of site restoration, the Contractor shall provide the Engineer with the estimated quantity of excavated material to be removed for off-site disposal. The Contractor shall identify stockpile location(s) within project limits, and shall notify Engineer or its representatives 72 hours in advance of stockpile sampling. The Contractor will identify testing procedures in the WM/DP. The Engineer may provide information during the soil excavation and subsequent stockpiling, based upon field observations and the previous environmental investigations. The Contractor shall properly dispose of excavated soils classified as hazardous, Class I non-hazardous and/or Class II non-hazardous at a disposal facility selected by the Contractor and approved by the Engineer. Prior to removal of any excavated material or other waste from the Site, the Contractor shall obtain written approval of the disposal facility selected from the Engineer. The Contractor shall provide copies of all waste manifests, bills of lading, certified weigh tickets or other transportation documentation to the Engineer within 5 working days. Copies of completed waste manifests shall be provided to the Engineer within 20 calendar days after collection of the waste by the transporter. The Contractor shall implement a Storm Water Pollution Prevention Plan (SWPPP) for the Site and maintain all applicable storm water management controls as described therein. Table 1 Table of Contents for Compact Disc (CD) Accompanying Bid Package Forest Park-Parkview Storm Drain Rehabilitation and Improvement Fort Worth, Texas 76102 2010 . ··Title ·.· Date Prepared by:, .. : . .. Limited Phase II Subsurface November 2009 URS Corporation (URS) Investigation Forest Park -Parkview Storm Drainage Improvements 05/07/2010 SEPS-4 PARTG SPECIAL ENVIRONMENTAL PROVISIONS AND SPECIFICATIONS Summary of the Results from the Limited Phase II Subsurface Investigation Parkview Storm Drain Rehabilitation and Improvement. Fort Worth, Texas First Phase, April 2009, Analytical Results Analytical results revealed that no VOCs, PCBs, or herbicides were detected above the sample quantitation limit (SQL) in any of the soil samples. Pesticides were detected in seven of the twenty two soil samples, but not above TRRP Tier 1 Residential PCLs. TPH concentrations were detected above the TRRP Tier 1 Residential PCLs for the ow Soiling pathway in two soil samples (TP3-8 and TP4-8). The concentrations did not exceed the TRRP Tier 1 Residential PCLs for the T01 Soilcomb pathway. The soil should not have any impact on the workers that touch, ingest, or breath vapors due to TPH in the soil. In twelve of the twenty two soil samples, SVOCs were detected above the SQLs. In five of the samples, SVOCs concentrations exceeded the TRRP Tier 1 Residential Critical PCLs. Of the five samples, only one sample (FPl 1-2) had SVOC (benzo-a-pyrene) concentrations that exceeded the TRRP Tier 1 Commercial PCL. Synthetic Precipitation Leaching Procedure (SPLP) analysis indicated that benzo(a)pyrene would not impact the groundwater. Therefore, in areas where the SVOC concentrations exceed TRRP Tier 1 Residential PCLs, the excavated soil can be reused on site with the permission of the TCEQ or disposed of offsite. In the area (FP 11-2) where the SVOC concentrations exceed the TRRP Tier 1 Commercial PCLs, the soil should be disposed of off-site and the workers should have the appropriate personnel protection equipment. Metal analyses of the twenty two soil samples identified elevated concentrations of six of the eight RCRA metals. Barium and chromium were not detected above TRRP Tier 1 Residential PCLs. Of the six remaining metals, numerous samples contained concentrations of metals above the TRRP Tier 1 Residential PC Ls for the ow Soil1ng pathway, but not above the TRRP Tier 1 Residential PCLs for the T01 Soilcomb pathway. Contaminant concentrations that exceeded the TRRP Tier 1 Residential PCLs for six of the eight RCRA metals are listed below (Table ESI) along with the TCEQ TRRP Tier 1 PCLs for a residential site for the ow Soiling and To1Soilcomb pathways and Texas-Specific Soil Background Concentrations. Table ES-1 -Metals in Soil That Exceed TRRP Tier 1 Residential PCLs (30-acre source area) Chemical of Background ""Soiling '"'Soileomo Concentration Concern Location (mg/kg) (mg/kg) (mg/kg) (mg/kg) FP2-14 10.10 FP3-2 6 .84 FP5-4 7 .00 Arsenic 5.9 2.5 24 FP5-10 6 .38 FP6-10 7 .20 FP7-2 9 .52 Forest Park -Parkvicw Storm Drainage Improvements 05/07/2010 SEPS-5 PARTG SPECIAL ENVIRONMENTAL PROVISIONS AND SPECIFICATIONS Table ES-1 -Metals in Soil That Exceed TRRP Tier 1 Residential PCLs (30-acre source area) Chemical of Background ""'S0il1ng 0 Soilcomb Concentration Concern Location (mg/kg) (mg/kg) (mg/kg) (mg/kg) FP8-2 8 .53 FP8-8 6 .55 FP10-2 11.5 FP10-15 8 .50 FP11-2 8 .85 FP11-15 7 .71 FP-13-15 7 .15 Cadmium NA 0 .75 52 FP7-2 1.68 FP2-14' 39 .5 FP3-2 47.1 FP3-8 47.4 FP4-8 61.3 FP5-4 123 Lead 15 1.51 500 FP5-10 254 FPS-3 40 FP6-10 1260 FP7-2 42 FP10-2 41 .5 FP11-2 33 .3 FP1-8 0 .1030 FP2-14 0 .0751 FP3-2 0.0849 FPJ-8 0 .1651 Mercury 0 .04 0 .004 2.09 FP4-8 0.0593 FP5-4 0.1276 FP5-10 0 .0408 FP6-10 0.0918 FP8-2 1.38 FP8-8 11.8 FP10-2 1.46 FP10-15 1.61 FP11-2 1.61 Selenium 0.3 1.15 308 FP11-15 1.43 FP12-5 6 .20 FP12-20 6.38 FP13-5 6 .56 FP13-20 1.43 Silver NA 0 .71 95 FP2-4 2.10 FP2-4 1nd1cates the samples that were analyzed by SPLP Forest Park -Parkview Stenn Drainage Improvements 05/07/2010 SEPS-6 PARTG SPECIAL ENVIRONMENTAL PROVISIONS AND SPECIFICATIONS In order to provide information about the soil chemistry, chloride and sulfate analyses were conducted on the twenty two soil samples. There are no TRRP Tier 1 PeLs for chloride and sulfate. The pH was measured on the twenty two soil samples and an elevated pH value (12.5) was identified in sample FP8-2. Eight (FPI, FP2, FP4, FPS, FP7, FP9, FPIO and FPI 1) of the eleven soil borings were converted to temporary monitoring wells. Seven of the temporary monitoring wells were sampled with the eighth well (FP11) being dry . Groundwater samples were collected using low flow sampling methods and analyzed for the following potential contaminants: total ReRA metals, voes, SVOes, TPH, PeBs, chlorinated pesticides, herbicides, chlorides, sulfates, and pH. No pesticides, herbicides, PeBs or TPH were detected above the SQL. One voe (naphthalene) was detected above the SQL. Naphthalene concentrations were below the TRRP Tier 1 Residential PCL for the ow GW1ng pathway. SVOes were detected in two of the seven groundwater samples. The concentrations of these compounds identified in FP7 and FPIO were below TRRP Tier 1 Residential PCLs. Cadmiu....'ll, mercu....111, se!er...iuin, an.d si!,1er '.'.Vere not detected above the SQL. Ba...ri~rn ~11d chromium were detected in the samples, but in concentrations below the TRRP Tier 1 Residential PeLs. Arsenic and lead were detected in concentrations above the TRRP Tier 1 Residential PeLs in several of the groundwater samples. Table ES2 is shown below identifying the samples that exceeded the TRRP Tier 1 Residential PCLs. Table ES-2 -Metals in Groundwater That Exceed TRRP Tier 1 Residential PCLs Chemical of Concern -""GW,., Location Concentration(mg/L) (mg/L) FP1 0.076 FP2 0.042 Arsenic 0 .01 FP7 0.045 FP9 0.013 FP5 0.044 Lead 0.015 FP7 0.049 FP9 0.071 Analysis of chloride, sulfate and pH was also conducted on the six groundwater samples. The chloride concentrations were below 250mg/L, the secondary maximum contaminant level (MeL). All of the sulfate concentrations were below the MeL (300 mg/L) except FPS, which was 315 mg/L. The pH values ranged from 6.54 (FPI) to 10.2 (FP9). In order to assess the analytical results as related to worker protection issues, the following pathways of exposure, T01 Soilcomb and inhalation of volatiles from subsurface soil (AirS0il1nh-V) were assessed for the commercial/industrial facility. The T01 Soilcomb pathway applies to combined ingestion, dermal contact, inhalation of volatiles and particulates and ingestion of above-ground and below-ground vegetables with eoes in the soil. The AirS0il1nh-V pathway applies to inhalation of volatile eoes from the soil. For the samples that contained elevated concentrations ofTPH, metals, and SVOes, only two samples (FP6-I0-lead and FPI 1-2-benzo(a)p,ro;ene) containe~ eoe concentrations above the TRRP Tier I Residential PeLs for the 01 Soilcomb and AirSoilJnh.v pathways. Forest Park -Parkview Storm Drainage Improvements 05/07/2010 SEPS-7 PARTG SPECIAL ENVIRONMENTAL PROVISIONS AND SPECIFICATIONS Of the two samples, only FPl 1-2 had COC (Benzo(a)pyrene) concentrations that exceeded the TRRP Tier 1 Commercial PCL for the TotSoilcomb pathway. As far as disposal options, soil sampled from the storm sewer easement contained COCs that exceed TRRP Tier 1 Residential PCLs for the GWS0il1ng pathway. Additional analysis (SPLP) of the highest metal, TPH, and SVOC concentrations was conducted to detemiine if the on-site soils would leach COCs to the groundwater. The results of the SPLP analysis revealed that one of the COCs (arsenic) would leach COCs in concentrations that would impact the groundwater. Therefore, the soil excavated from the site should be disposed of offsite unless the TCEQ approves of onsite reuse of the soil. During field sampling and monitoring events, the concentration of methane gas (in percent) was measured and recorded. Any exceedance of the Lower Exposure Limit (LEL) would require work stoppage until the methane concentration has been lowered. The LEL limit is 5% by volume of methane gas in air. Soil vapor samples were collected from 8 locations (FPOI, FP02, FP04, FP05, FP06, FP07, PFIO, and PFl l) using tedlar bags. The tedlar bags were analyzed for fixed gases ( oxygen, nitrogen, carbon monoxide, mPth<>nP f'<>rhnn rl,nvirlP\ ThP rPc:mltc, <>rP chnnm 1n T<1hlP P~1 Tn <1rlrl,t1nn hun n-fthP A..l...l.-~.LI.L4.1-, '""-.&.'-"',,J.L..I. -.1.'-'4,._.l. ........... j• A.&.&-,._...,.,._,..., ..... ...,-.. ..... U&..1.'-' l'•..l..a. ......... .Jl..--..1.-A...J-.J• ............ ____ .._ ..... .._, ........ ,"'"""'-''-'.I. 11-1..1.- samples, one from each segment of the alignment with the highest field measured VOC concentrations, were sampled using Summa Canisters . The samples were analyzed for percent moisture, light hydrocarbons (Cl-C6), VOCs, mercaptans/sulfur and ammonia. The results are shown in Table ES4. Table ES-3 -Fixed Gas Analysis Results Sample# Oxygen(%) Nitrogen(%) Carbon Methane(%) Carbon Monoxide(%) Dioxide(%) FP01 17.60 81.9 ND ND 0.540 FP02 17 .30 81 .6 ND ND 1.050 FP04 19.40 80 .6 ND ND ND FP05 16.40 81.8 ND ND 1.850 FP06 17.00 81 .9 ND ND 1.140 FPO? 17.00 81.5 ND ND 1.530 FP10 19.10 80.9 ND ND ND FP11 19.40 80.6 ND ND ND The results of the Fixed Gas Analysis revealed that no methane or carbon monoxide was detected in the samples and only small concentrations of carbon dioxide were measured in five of the eight samples. Forest Park -Parkview Storm Drainage Improvements 05/07/2010 SEPS-8 PARTG SPECIAL ENVIRONMENTAL PROVISIONS AND SPECIFICATIONS Table ES-4 -voes, Mercaptans/Sulfur Gases, Ammonia Results, Percent Moisture, and Light Hydrocarbon (C1-C6) Results Analyte FP04 FP10 NIOSH Exposure Limits* a) Sulfur Gases b) ppbv / c) ppbv / d) ppmv/mg/cuM (GM/MS) ug/cu ug/cu M M 1) Carbon Disulfide 2) 13.50 / 42.0 3) 15 .60 I 48 .5 4) 1.0/3 .11 5) Dimethyl Disulfide 6) ND 7) 68.30 I 8) NL 262.6 9) Methyl ethyl Disulfide 10) ND ll) 67.80 / 12) NL 299.5 i3) Methyi propyi Disuifide i4) 1'.v i5) i6.i0 i 80.3 i 6) NL e) Ammonia f) <2.15 g) <1.85 h) 25 ppmv ppmv ppmv i) Volatile Organic j) ppbv/ k) ppbv/ I) ppmv/mg/cuM Compounds ug/cu ug/cu M M 17) Benzene 18) 5.79 /18.47 19)2.29/7.31 20) 0.1/0.319 21) 1,2-Dichlorobenzene 22) ND 23) 0.254 / 1.53 24) 50/300 25) Dichlorodifluoromethane 26) ND 27) 0.302 / 1.4 9 28) 1000/4950 (Fl2) 29) Ethylbenzene 30) 2 .59 I 11 .23 31) 2.05 / 8.89 32) 100/435 33) Styrene 34) 1.96/8.34 35) 1.14 I 4.85 36) 50/215 37) Toluene 38) 9 .77 / 36 .8 39) 5.18 / 19.5 40) 100/375 41) m) ppbv/ n) ppbv/ o) ppmv/mg/cuM ug/cuM ug/cuM 42) 1,3,5-Trimethylbenzene 44) 1.040 I 5.11 45) 0.672 I 3.30 46) 25/125 43) (4-ethyltoluene) 4 7) 1,2,4-Trimethy !benzene 48) 4.10/20.16 49) 2.85 / 14.01 50) 25 /125 51) m&p-Xylenes 52) 6.10 / 26.4 53) 3 .36 / 14 .6 54) 100/435 55) a-Xylene 56) 2.21 /9.58 57) 1.44 / 6.24 58) 100/435 59) Percent Moisture 60) <0 .14 61) <0.14 62) NL 63) Lightllydrocarbons 64) 5.6 ppmv 65) 7.8 ppmv 66) NL (Cl-C6) • -NIOSH 8-hr Time Weighted Average Exposure Limits • NL-not listed in the NIOSH Pocket Guide to Chemical Hazards, 1997 Forest Park -Parkview Storm Drainage Improvements 05/07/2010 SEPS-9 PARTG SPECIAL ENVIRONMENTAL PROVISIONS AND SPECIFICATIONS Based on comparisons to the Exposure Limits found in the 1997 NIOSH Pocket Guide to Chemical Hazards, none of the ofVOCs, mercaptans/sulfur gases, nor ammonia were detected in concentrations that exceed the listed Exposure Limits for an eight hour time weighted average. It should be noted that dimethyl disulfide, methyl ethyl disulfide, and methyl propyl disulfide were not listed in the Pocket Guide. Moisture readings for both samples were <0.14%. Light hydrocarbon (Cl-C6) analysis was also conducted on FP04 and FPIO. Only methane was detected in the two samples at 5 .6 and 7 .8 ppmv, respectively. Second Phase, October 2009, Analytical Results Based on the results of the first phase of sampling, additional sampling around soil boring locations FP-8 and FP-11 was recommended in order to delineate the extent of contamination at each of these locations . Four additional soil borings were installed to a depth often feet and were located within approximately ten feet of the original FP-8 lnl'!'lt1nn. Turn <::nil <::!:!rnplf"<:: (<::nrfol'f" !'ln/1 hnttnrn nfthf" hnring) n rf"rf" l'nllPrtPrl frnrn f"!:!rh soil boring. Analytical results revealed that none of the eight soil samples exceeded a pH of 12.0. Three additional soil borings were installed to a depth of 15 feet and located within eight feet of the original FP-11. Two soil samples were collected from each soil boring. The analytical results revealed that benzo(a)pyrene was not detected in any of the additional soil samples. FP-12 was drilled to a depth of twenty feet and samples collected from the surface (0-5 feet) and at the bottom of the boring (15-20 feet). The soil samples were analyzed for RCRA metals and SVOCs. Analytical results revealed that no SVOCs were detected, but elevated concentrations of selenium (above TRRP Tier 1 Residential Critical PCLs) were detected in the soil samples. FP-13 was drilled to a depth of twenty feet and samples collected from the surface (0-5 feet) and at the bottom of the boring (15- 20 feet). The soil samples were analyzed for RCRA metals and SVOCs . Analytical results revealed that no SVOCs were detected, but elevated concentrations of arsenic and selenium (above TRRP Tier 1 Residential Critical PCLs) were detected in the soil samples. In conclusion, COCs were detected in numerous soil and groundwater samples collected during the first and second phases of environmental sampling in areas where excavation for the proposed storm sewer would take place. Six metals, TPH, and one SVOC were detected in soil samples in concentrations that could impact the groundwater. SPLP analysis indicated that only one COC (arsenic) would leach from the soil in concentrations that could impact the groundwater. Due to the fact that the geotechnical properties of the on-site soils are unsuitable for reuse as backfill during the storm sewer installation, all of the soil excavated from the site will be disposed of in an approved disposal facility . It is anticipated that this investigation will be used by the contractor to assist with the waste characterization and disposal during construction. Elevated concentrations of benzo( a )pyrene were encountered in FP 11-2 and elevated pH was identified in FP8-2. Both of these COCs could impact worker safety. Appropriate personal protective equipment would be required when working with this soil. Additional soil samples were collected in October 2009 to further delineate the extent of the contaminated soil in the vicinity of FPS and FPl 1 and to detect COCs in adjacent TRWD property to the north and City of Fort Worth property to the south along Forest Park Forest Park -Parkview Stonn Drainage Improvements 05 /07/2010 SEPS-10 PARTG SPECIAL ENVIRONMENTAL PROVISIONS AND SPECIFICATIONS Blvd. In addition, soil sampling will be required during excavation to verify that the various contaminants are segregated and disposed of at an approved facility. Elevated concentrations of lead and arsenic were found in several groundwater samples. The on site disposal of groundwater encountered during excavation activities would require approval from the City of Fort Worth to dispose of the water in the sanitary sewer. If approval is not given by the City, all groundwater encountered during excavation would require sampling and proper off-site disposal. Samples should be obtained during the dewatering activities to verify the concentrations of COCs in the groundwater. The results of the soil vapor survey revealed that no soil vapor issues were identified. No landfill gases were identified in concentrations that would impact construction workers during construction activities. However, it is recommended that monitoring equipment should be utilized during subsurface construction activities to verify that no landfill gases are present. It should be noted that prior to construction, the TCEQ should be contacted. TCEQ Programs to be contacted should include the Municipal Solid Waste (MSW) Permits Section and Volunta.ry Clean up Progra.rn (VCP). The MSW should be contacted to coordinate the completion and approval of an Application to Disturb Final Cover over a Closed Municipal Solid Waste Landfill and the VCP should be contacted to coordinate site activities with the current TCEQ project manager. Forest Park -Parkview Stonn Drainage Improvements 05/07/2010 SEPS-11 .--------------------------------------------------------------------------------·-------····-·---·------ l (/) m I "U 560 (/) I ...... I\.) 555 550 545 540 t 535 ~ ! ~ 530 I 525 I 520 " .... ' ' ' ' ' ' ' ' -----.. / . .-FP 2 ....•. ,. -~-~ ~...c: \ ','v ·=--_),', 't'Ol.1l"7,l'G.4l0 ' ' Dll.l-"T, ' ' /. '-.-, . ./"..' /.. > \ ,,-··-···' \ '( ~~ ./· _.,/\ \ . .,,,. /... \ \ ./·· _; ... >-·: / \ \ L_ -FP e £...,..."""', • Q. PAOP,Q.A.'i'DtT ------------------ -FP 4 -FP 3 rFP 5 ,----. , ~-' ff' t-a fP .... -., ,,. ... I D"' ... ¥. I pp M D ~~ -------~ I ""-Z .. JIT-~- D1'1*1Q.)11 -"~! ' =- "'" 2400 WDT RIEIWAI' JSOl4D N'.Jri. t51"4lf 1 1.'m '°"""'° MJIIIOKT1{1'Xl'IIIWHO ---------.. ff'M ('jfP,._M ;; a -FP 1 ,,.H fP ... Ji , , , 0 I DFP- lO '° FP 9 • LEGEND SOIL BORING LOCATION C.RAl'Mlt SCA~( IN fttT \ \ 560 555 I ',:5 I a: ·" I~ I~ 540 'Q. I~ 'ti) It: ,;?; ~ 535 530 525 520 .... @ ESTIMATED EXTENT OF ELEVATED BENZO I•) PYRENE @ ELEVATED CONCENTRATIONS OF ARSENIC ® ESTIMATED EXTENT OF ELEVATED PH MATERIAL DESCRlmON III NO SAMPLE RECOVERY • ASPHALT ~ CONCRETE ~ CLAY ~ SAND Ill LIMESTONE ISEE N'f'ENOO( A • SOL SORING LOGS F'OR SOIL DESCRIPTJOHI AGURE • 2 SHEET 2 of 2 PRELIMINARY • FOR REVIEW ONLY ,,,. .. ......., ..... , .. 11 .. 1.,,11 .. 1-.,.,., 1,.,~rori;-1.--,r-. llddlnoar~,,,.,,,v,.o .... O.:,_., ..,..,...,-ea~. or~ _...hhn or, P£" Dal• ""' . .,, CJTY OP l'ORT WCtrm_ l2XAS 'n.AHR'OrfATIOtf AHO runuc WOUJ our. FOREST PARK -PARKVIEW "' STORM DRAINAGE IMPROVEMENTS SOIL SAMPLE LOCATIONS WITll FSTIMATED AREAS OF ELEVATED coa; fOJiT .;.OJili 'URS "'L_ ... ...,, ....... ,-,w,ra.T .... mn tmJ .... ,ooo {fflll.......,,., 1()(A5 fR4 R8l Na. 3162 JI!) -ea .. T[ HrT -JCR ea = 2 URS Job Na. ii!533778'-00 i !1 i f ~ I I I I ' i I (./) m ""CJ (./) I ~ w ~ ~ ~ * ~ ~ ~ I ~ • 555 550 5~5 5~0 535 530 525 ST.t. MQOQ. DC>~ IEilH:t4•f'-~IJl\'III ~IOU! [.QlZ~ I I I I / I FP 12 --- FP 'D-62'"" ---- ---r - --- --- - : ......... "' ,._,. UIIITIOICST ,.... ..... _/""""'-FP 10 • a. l"'IOP. Cl.llvan- r, FP 9 FP 8C --------------- GltAl'H IC st4t.[ IN ru1 555 5~0 535 530 525 520 U:GEND FP 9 SOIL BORING • LOCATION @ ESTIMATED EXTENT OF ELEVATED BENZO l•I PYRENE C!) ELEVATED CONCENTRATIONS OF ARSENIC @ ESTIMATED EXTENT OF ELEVATED PH MATERIAL DESCRIPTION rn NO SAMPLE RECOVERY • ASPHALT ml CONCRETE Ifill CLAY ~ SAND Iii LIMESTONE ISE[ APPENDIX It • SOIL BOR:NG LOGS FOR SOL OESCRPOONl FIGURE-2 H Io PREI.JMINARY -FOR REVIEW ONLY n.. .. ......,.uir•fOl'Oulc,,A1•t .. -tvill'tf~fort-tri.c,lon, IIOdlng..-,--1,......_ .... o.-,-. .... ~ ff, .. ~ __...,., ... ,,, ..,.,. .... ..,e 1r 1111 61200, pt. Da1• ITEM .. ,. aJY OP PORT W'Olll'H. TI!XAS '11WCPDiqATION AND P\IIUC WCR.O DIPT. FOREST PARK -PARKVIEW "' STORM DRAINAGE! IMPROVE!MEN'Ili SOIL SAMPLE LOCATIONS WITH FSI'JMATED AREAS OF ELEVATED COCS Fotr,;o!IB URS tNLWVt 111",et,l.ta.nt ""' w.ra,, r.._ 1inu 1m1no-to10 (ffTI........,, .. 10:AS fR4 RED. ND. 3162 JTl) BEL °'" HIT -JCR BEL = URS Job No. 2~JJ77B5J)() i i I Ii I I I I ' ~ I PARTG SPECIAL ENVIRONMENTAL PROVISIONS AND SPECIFICATIONS MINIMUM QUALIFICATIONS FOR THE CONTRACTOR'S ON-SITE HAZWOPER SUPERVISOR The Contractor shall provide a competent on-site HAZWOPER supervisor to oversee work that may involve hazardous materials. A Competent Person is defined as one who is capable of identifying existing and predictable hazards in the surroundings or working conditions which are unsanitary, hazardous, or dangerous to employees, and who has authorization to take prompt corrective measures to eliminate them. On-site management and supervisors directly responsible for, or who supervise employees engaged in, hazardous waste operations shall receive 40 hours initial training, and three days of supervised field experience and at least eight additional hours of specialized training at the time of job assignment on such topics as, but not limited to, the employer's safety and health program and the associated employee training program, personal protective equipment program, spill containment program, and health hazard monitoring procedure and techniques. In addition, all workers performing hazardous substance spill control work are expected to wear the proper protective clothing and equipment for the materials present and to follow the employer's established standard operating procedures for spill control. All involved workers need to be trained in the established operating procedures; in the use and care of spill control equipment; and in the associated hazards and control of such hazards of spill containment work. The Contractor shall submit copies of the proposed competent on-site HAZWOPER supervisors' certifications including: a recent 8-hour HAZWOPER refresher certificate, original HAZWOPER 8-Hour Supervisors Certificate, a statement of qualifications, and a list of projects (minimum five) where the proposed competent HAZWOPER supervisor recently provided similar services on similar projects. Forest Park -Parkview Storm Drainage Improvements 05/07/2010 SEPS-14 PARTG SPECIAL ENVIRONMENTAL PROVISIONS AND SPECIFICATIONS 8724.1.1 8724.1.2 8724.1.3 8724.1.4 SPECIAL SPECIFICATION ITEM8724 SITE SPECIFIC HEALTH AND SAFETY PLAN General Description. The Contractor shall provide all management, labor, material, equipment, and related items required to develop, implement, manage, report, and closeout a Site Specific Health and Safety Plan (SSHASP) for this project. There are known chemical hazards present on the work site. While the Contractor is expected to address all safety and health concerns, particular attention to chemical hazards is warranted. Health and Safety of Personnel. The Contractor shall be responsible for ensuring that all work activities performed under this Contract by the Contractor's, its subcontractors' or suppliers' personnel at the project site complies with all applicable standards and requirements of 29 CFR 1926 construction and service work. General Public Safety and Access Control. The Contractor shall be responsible for maintaining access control at the project site throughout the period of time that the work is being performed until its completion using any means necessary to inform and protect the public from hazards and exposure risks posed by the work. This may include, but is not limited to, the use of temporary engineering controls such as barricades, fences, danger signs and signals, or other security or control measures employed. Where applicable, temporary security barriers and signage shall be placed immediately surrounding any work area where conditions may exist which pose hazards or danger to the public (e.g., open excavations or trenches, dropped de-energized power lines, etc.). "Public" includes any individual on the project site, whether they are authorized to be present or not, pedestrians and vehicular traffic traveling adjacent to the property where the work is occurring, and any individual that may be present in any nearby business or residence. Preparation of a Site Specific Health and Safety Plan (SSHASP). The Contractor shall submit to the Engineer a written Site-Specific Health and Safety Plan (SSHASP) within 30 days after the Contract award date for its review and concurrence. Upon its concurrence, the Contractor is subject to all performance requirements and specifications of the SSHASP, as this Plan is included by reference as part of the Contract. No Forest Park -Parkview Storm Drainage Improvements 05/07/2010 SEPS-15 PARTG SPECIAL ENVIRONMENTAL PROVISIONS AND SPECIFICATIONS work shall begin prior to the Contractor receiving written concurrence from the Engineer or its representative. The SSHASP shall address the chemicals, wastes and conditions included in documents listed in Table 1 (see Environmental Scope of Work) and provided to the Contractor on the Compact Disc (CD) attached to the project manual. A copy of the SSHASP shall be maintained at the project site and made available for review at any time upon demand. At the preconstruction meeting scheduled by the Engineer, the Contractor shall review all work activities and describe how the activities will be performed consistent with the SSHASP. The Contractor shall keep the Engineer or its representative apprised of all activities throughout the duration of the project. The Contractor shall examine all aspects of the scope of work when preparing the SSHASP, the plan shall be consistent with all applicable health and safety regulations and good work practices with the objective of preventing all exposure, accidents, or injuries . The plan must, at a minimum, meet the following requirements: 1. Contain the Contractor's name, address, submission date, and reference to the specific contract for which the site-specific Health and Safety Plan applies. 2. Contain a complete list of the Contractor and jobsite contact personnel, including emergency contacts and office, home and cell phone numbers. 3. Include the name, qualifications, background and duties of the Contractors' Safety Representative. 4. Define the safety responsibilities of the project superintendent, foremen and employees. 5 . Comply with all applicable OSHA Regulations, which at a minimum include all potential physical and chemical hazards including but not limited to the following: a) OSHA C,D,E,F,G,H,I,J,K,L,M,N,O,P,Q,R,S,T,V,W,X applicable) Subparts (as 1926 Subpart C -General Safety and Health Provisions 1926 Subpart D -Occupational Health and Environmental Controls 1926 Subpart E -Personal protective equipment 1926 Subpart F -Fire Protection and Prevention 1926 Subpart G -Signs, Signals, and Barricades 1926 Subpart H -Material Handling, Storage, Use and Disposal Forest Park -Parkview Storm Drainage Improvements 05/07/2010 SEPS-16 PARTG SPECIAL ENVIRONMENTAL PROVISIONS AND SPECIFICATIONS 1926 Subpart I -Tools-Hand/Power 1926 Subpart J -Welding and cutting 1926 Subpart K -Electrical Safety 1926 Subpart L -Scaffolds 1926 Subpart M -Fall Protection . 1926 Subpart N -Cranes, Derricks, Hoists, Elevators, and Conveyors 1926 Subpart O -Motor Vehicle, Mechanized Equipment, and Marine Operations 1926 Subpart P -Excavations 1926 Subpart Q -Concrete and Masonry Construction 1926 Subpart R -Steel Erection 1926 Subpart S -Underground Construction, Caissons, Cofferdams, and Compressed Air 1926 Subpart T -Demolition 1926 Subpa.rt V -Power Tra.r1smission a.TJ.d Distribution 1926 Subpart W -Rollover Protective Structures; Overhead Protection 1926 Subpart X -Ladders 1926.1101 -Asbestos 191 0 .146 -Confined spaces Note: This list of regulations represents the major areas of concern and in no way is intended to imply that compliance with other sections of29 CFR 1910 and 29 CFR 1926 is not required. 6. Provide employee-screening procedures including policy for drug testing. 7. Provide the content of the safety orientation and hazard awareness training to be given by the Contractor to all new workers at the project site. Define records to be kept to substantiate each worker's satisfactory completion of the training. 8. Provide a list of hazardous materials to be used on site and corresponding Material Safety Data Sheets. 9 . Provide lockout-tag out precautions to deal with potential live power and utility lines ( overhead and underground). 10. Include a description of personal protective dress and equipment mandatory for use at the construction site as well as for special tasks. 11. Describe the respiratory protection program that equipment, fit testing, training in equipment familiarization with symptomatic warnings. addresses use and 12. Define essentials of the fall protection program at the job site. 13. Detail safety procedures for confined space permitting, monitoring, entry and emergency extrication. Forest Park -Parkview Storm Drainage Improvements 05/07/2010 SEPS-17 PARTG SPECIAL ENVIRONMENTAL PROVISIONS AND SPECIFICATIONS 8724.1.5 14. Describe procedures for job site security, barricades, fencing warning signs, etc. to restrict site access and provide for public safety. 15. Describes emergency communications and response plans for security, fire and rescue. 16. Prescribe site storage requirements for hazardous and flammable materials. 17. Contain copies of all appropriate and relevant (e .g. HAZWOPER) safety training and medical monitoring documentation for on-site personnel. 18. Describe the monitoring parameters, monitoring program and action levels to be implemented in view of potential chemical hazards, including but not limited to air monitoring and air and dust monitoring. 19. Include procedures for managing and reporting potential worker safety and exposure incidents . 20. Identify local hospitals that would be used in the event of an emergency and include a hospital route map from the site to those hospitals. Supervision and Applicable Training. The Contractor shall have at all times, regardless of how much of the work may be sublet, a competent, reliable HAZWOPER Supervisor on the job site to act for the Contractor. This supervisor shall be licensed in performing the type of work required under the contract and have had experience supervising similar work on at least five previous jobs of equal or greater size. At the preconstruction meeting, the Contractor shall submit the name of the supervisor(s) and their credentials to the Engineer for review and concurrence. The Contractor shall be responsible for ensuring that all of their onsite personnel, subcontractors, and suppliers are informed of foreseeable hazards and protective measures associated with the work to be performed at the project site and that all workers have received all applicable OSHA training required specifically for each work activity that they will be performing. Applicable training requirements include, but may not be limited to, the following: Forest Park -Parkview Stonn Drainage Improvements 05/07/2010 SEPS-18 PARTG SPECIAL ENVIRONMENTAL PROVISIONS AND SPECIFICATIONS 29 CFR Part 1926 Subpart C -General Safety and Health Provisions General Safety and Health Provisions Safety Training and Education Subpart D -Occupational Health and Environmental Controls Medical Services and First Aid Ionizing Radiation Non-ionizing Radiation Gases, Vapors, Fumes, Dusts , and Mists Asbestos Hazard Communication, Construction Lead in Construction Process Safety Management of Highly Hazardous Chemicals Subpart E -Personal Protective and Life-Saving Equipment Hearing Protection Respiratory Protection Subpart F -Fire Protection and Prevention Fire Protection Subpart G -Signs, Signals, and Barricades Signaling Subpart H -Hazardous Materials Process Safety Management of Highly Hazardous Chemicals Hazardous Waste Operations and Emergency Response Subpart I -Tools-Hand and Power Powder-Operated Hand Tools Woodworking Tools Subpart J -Welding and Cutting Gas Welding and Cutting Arc Welding and Cutting Fire Prevention Forest Parle -Parkview Storm Dra inage Improvements SEPS-19 05/07/2010 PARTG SPECIAL ENVIRONMENTAL PROVISIONS AND SPECIFICATIONS Welding, Cutting, and Heating in Way of Preservative Coatings Subpart K -Electrical . Ground-Fault Protection Subpart L -Scaffolding Scaffolding Guarding of Low-Pitched Roof Perimeters During the Performance of Built-Up Roofing Work Fall Protection Subpart M -Fall Protection Fall Protection Subpart N -Cranes, Derricks, Hoists, Elevators, and Conveyors Cranes and Derricks Material Hoists, Personnel Hoists, and Elevators Subpart O -Motor Vehicles, Mechanized Equipment, and Marine Operations Material Handling Equipment Site Clearing Subpart P -Excavations General Protection Requirements (Excavations, Trenching, and Shoring) Subpart Q -Concrete and Masonry Construction Concrete and Masonry ConstructionSubpart R - Steel Erection Bolting, Riveting, Fitting-Up, and Plumbing-Up Subpart S -Underground Construction, Caissons, Cofferdams, and Compressed Air Underground Construction Compressed Air Forest Park -Parhicw Stonn Drainage Improvements SEPS-20 05/07/2010 PARTG SPECIAL ENVIRONMENTAL PROVISIONS AND SPECIFICATIONS Subpart T -Demolition Preparatory Operations Chutes Mechanical Demolition Subpart V -Power Transmission and Distribution General Requirements Overhead Lines Underground Lines Construction in Energized Substations Ladders Subpart W -Rollover Protection/Overhead Protection Structures Rollover Protection Overhead Protection Subpart X -Ladders Stairways Ladders Note: This list of regulations represents the major areas of concern and in no way is intended to imply that compliance with other sections of29CFR1910 and 29CFR1926 is not required . 8724.6.1 8724.6.2 Personal Protective Equipment. All on-site personnel at a minimum shall wear personal protective equipment (hard hat, steel toe boots, hearing protection as required) while at the project site . The Contractor shall be responsible for ensuring that all safety equipment, including personal protective clothing, respiratory protective equipment, and air monitoring instrumentation described in the SSHASP is available, in proper working order, and worn or used as required by applicable laws and regulations by its employees, subcontractors, suppliers, and guests at the project site. Fire Prevention & Protection. The Contractor shall conduct all work associated with this Contract with strict consideration to fire protection, and shall notify and comply with all requirements of the local fire department with jurisdiction over the project site. Portable fire extinguishers shall be provided as required by OSHA regulations and local ordinance. Storage of flammable materials on the project site shall be coordinated in advance for concurrence by the Engineer or other authorized representative, and shall comply with all NFPA (National Fire Protection Association) requirements and applicable Forest Park -Parkview Stonn Drainage Improvements 05/07/2010 SEPS-21 PARTG SPECIAL ENVIRONMENTAL PROVISIONS AND SPECIFICATIONS 8724.6.3 8724.6.4 regulations. Smoking, if allowed by the Contractor, must be conducted in designated areas established by the Contractor. Smoking within areas that contain hazardous materials is strictly prohibited. Explosimeters or combustible gas indicators and oxygen meters shall be utilized to assess the potential for fires while work activities are being performed under this Contract as appropriate. Excavation Access Control. The Contractor shall prohibit unauthorized persons from entering into any excavation during the performance of this Contract. If entry in to an excavation becomes necessary, the Contractor shall be responsible for ensuring that all applicable OSHA requirements and standards are met before any person is allowed to enter the excavation. Payment. Payment for the Site Specific Health and Safety Plan shall be made at the lump sum amount bid. Compensation shall include all management, labor, material, equipment, and related items required to develop, implement, manage, report, and closeout the work as described above. END OF ITEM 8724 Forest Park -Parkview Storm Drainage Improvements 05/07/2010 SEPS-22 PARTG SPECIAL ENVIRONMENTAL PROVISIONS AND SPECIFICATIONS SPECIAL SPECIFICATION ITEM 8725 ENVIRONMENTAL REMEDIATION PROJECT REQUIREMENTS 8725.1 8725.2 General Public Safety and Access Control. Unless otherwise specified by Contract, the Contractor shall be responsible for maintaining access control at the project site throughout the period of time that the work is being performed until its completion using any means necessary to inform and protect the public from hazards and exposure risks posed by the work. This may include but is not limited to the use of temporary engineering controls such as barricades, fences, danger signs and signals, or other security or control measures employed. Where applicable, temporary security barriers and signage must be placed immediately surrounding any work area where conditions may exist which pose hazards or danger to the public (e.g., open excavations or trenches, dropped de-energized power lines, etc .). "Public" includes any individual on the project site whether they are authorized to be present or not, pedestrians or vehicular traffic traveling adjacent to the property where the work is occurring, or any individual that may be present in any nearby business or residence. There are known chemical hazards present on the work site. While the Contractor is expected to address all safety and access concerns, particular attention to chemical hazards is warranted. Health and Safety. The Contractor shall submit to the Engineer a written Site-Specific Health and Safety Plan (SSHASP) in accordance with Special Specification Item 8724. The Contractor shall be responsible for ensuring that all work activities performed under this Contract by the Contractor's, its subcontractors' or suppliers' personnel at the project site complies with all applicable standards and requirements of 29 CFR 1926 construction and service work. The Contractor shall submit to the Engineer a written Site-Specific Health and Safety Plan (SSHASP) within 30 days after the Contract award date for its review and concurrence. Upon its concurrence, the Contractor is subject to all performance requirements and specifications of the SSHASP, as this Plan is included by reference as part of the Contract. No work shall begin prior to the Contractor receiving written concurrence from the Engineer or its representative. The SSHASP shall address the chemicals, wastes and conditions included in documents listed in Table 1 (see Environmental Scope of Work) and provided to the Contractor on the Compact Disc (CD) attached to the project manual. A copy of the SSHASP shall be maintained at the project site and made available for review at any time upon demand. Forest Park -Parkview Stonn Drainage Improvements 05/07/2010 SEPS-23 PARTG SPECIAL ENVIRON1\.1ENTAL PROVISIONS AND SPECIFICATIONS 8725.3 8725.4 Fire Prevention & Protection The Contractor shall conduct all work associated with this Contract with strict consideration to fire protection, and shall notify and comply with all requirements of the local fire department with jurisdiction over the project site. Portable fire extinguishers shall be provided as required by OSHA regulations and local ordinance. Storage of flammable materials on the project site shall be coordinated in advance for concurrence by the Engineer or other authorized representative, and shall comply with all NFPA (National Fire Protection Association) requirements and applicable regulations. Smoking, if allowed by the Contractor, must be conducted in designated areas established by the Contractor. Smoking within areas that contain hazardous materials is strictly prohibited. Explosimeters or combustible gas indicators and oxygen meters shall be utilized to assess the potential for fires while work activities are being performed under this Contract as appropriate. General Environmental Compliance. The Contractor shall perform all work activities related to their conduct under this Contract in accordance with all applicable federal, state, and local environmental regulations. More specifically, the Contractor shall comply with all applicable regulations governing the removal, transportation, and disposal of regulated materials and all classes of wastes that the Contractor is responsible for managing under this Contract but not limited to the following (listed as examples only): • 40 Code of Federal Regulations Parts 260 through 270 (Hazardous Waste Management and TSD Facilities) • Federal Clean Water Act, Section 402 (NPDES) • 30 Texas Administrative Code (TAC) Chapter 101 (General Air Quality Rules) • 30 TAC Chapter 106 (Permits By Rule) • 30 TAC Chapter 111 (Visible Emissions and Particulate Matter) • 30 TAC Chapters 113 through 115 (NESHAPS, Motor Vehicles, and VOCs) • 30 TAC Chapter 118 (Control of Air Pollution Episodes) • 30 TAC Chapter 205 (General Permits for Waste Discharges) • 30 TAC Chapters 324 and 327 (Used Oil Standards and Spill Prevention) • 30 TAC Chapter 335 (Industrial Solid Waste and Municipal Hazardous Waste) • 30 TAC Chapter 350 (Texas Risk Reduction Program) Forest Park -Parkview Storm Drainage Improvements 05/07/2010 SEPS-24 PARTG SPECIAL ENVIRONMENTAL PROVISIONS AND SPECIFICATIONS 8725.5 8725.6 • Section 26.040 of the Texas Water Code (TPDES General Permit No. TXR 150000) The Contractor shall perform classifications and determinations of each waste stream that the Contractor generates or encounters during the course of this project. All classifications and determinations shall conform with the requirements described in 30 TAC Sections 335.501-.521 (Subchapter R). Sampling and testing results shall be provided to the Engineer or its representative for concurrence prior to removal and disposal. Waste Management/Disposal Plan. The Contractor shall submit to the Engineer a written Waste Management / Disposal Plan (WM/DP) in accordance with Special Specification Item 8733. The Contractor shall submit to the Engineer a written Waste Management/Disposal Plan within 30 days after the Contract award date for its review and concurrence . Upon its concurrence, the Contractor is subject to all performance requirements and specifications therein, as this Plan is included by reference as part of the Contract. Measurement and Payment. No direct payment will be made under this item. Include the cost in the item(s) for which the requirements of this item apply. END OF ITEM 8725 Forest Park -Parkview Storm Drainage Improvements 05/07/2010 SEPS-25 PARTG SPECIAL ENVIRONMENTAL PROVISIONS AND SPECIFICATIONS 8728.1 8728.2 8728.3 SPECIAL SPECIFICATION ITEM 8728 REMOVAL AND DISPOSAL OF FLUIDS Description. This item shall govern the removal and disposal of fluids associated with Remediation Projects that are required by plans or as directed by the Engineer to be removed, managed, and then ultimately disposed of including but not limited to any fluids generated by activities associated with the performance of the Work (e .g. rainwater that comes into contact with hazardous materials or constituents or groundwater encountered during excavation). Materials. The Contractor shall provide all required DOT-approved containers to manage all liquids and fluid residues (as product or as waste) in accordance with the applicable federal, state, and local regulations. Construction. The Contractor shall be responsible for the removal and final disposal of all fluids as described above and comply with the following requirements: • The Contractor shall obtain at their own expense all necessary analytical sampling, permits and/or licenses to accomplish the removal, transportation, and disposal of fluids. The Contractor shall furnish a copy of all licenses and permits to the Engineer prior to the start of any intrusive work at the project site; • Removal and subsequent management of all fluids shall be performed without discharges or spills or emissions to the environment; • The Contractor shall notify the Engineer immediately of spilled materials. Recovery, collection, and disposal of spilled materials shall be the responsibility of the Contractor. Spilled materials shall be treated in the same manner as, the released product for handling and disposal purposes. The Contractor shall be responsible for informing its personnel that will be performing fluid removal work on the specific properties, characteristics, and potential hazards associated with the fluids, liquids or residues contained therein. The Contractor shall manage all fluids and residues, whether it is a product or waste, in accordance with the applicable federal, state, and local regulations. All fluids shall be collected and stored in DOT-approved containers, and properly identified and labeled in accordance with DOT hazardous material labels and/or TCEQ waste labels as applicable. All fluids collected and temporarily stored at the project site must be controlled and managed securely so as to prevent any releases spills, or emissions to the environment. All documentation related Forest Park -Parkview Storm Drainage lmprovements 05/07/2010 SEPS-26 PARTG SPECIAL ENVIRONMENTAL PROVISIONS AND SPECIFICATIONS 8728.4 8728.S to the collection, management, transportation and disposal of all fluids shall be provided to the Engineer. All waste fluids shall be managed in accordance with Special Specification 8725 . Measurement. Volumes of fluids collected and disposed will be measured in gallons as detennined by the total quantity held in containers used or by the volume of fluid pumped during transfer (from one container to another) using a calibrated metering device approved by the Engineer. Payment. Fluids removed and disposed of as described above will be paid on the basis of measurements performed following the methods described above on a volume per gallon basis verified and approved by the Engineer. Forest Park -Parkview Stonn Drainage Improvements 05/07/2010 SEPS-27 PARTG SPECIAL ENVIRONMENTAL PROVISIONS AND SPECIFICATIONS 8729.1 8729.2 8729.3 8729.4 SPECIAL SPECIFICATION ITEM 8729 REMEDIATION PROJECT EXCAVATION Description. The intent of remediation excavation during this project is to remove, stage, and dispose of contaminated materials to the maximum extent possible . All remediation project excavations shall consist of the removal and management of soil and other materials as prescribed in this special specification. Construction. All remediation project excavations shall be performed in accordance with the Drawings and as specified in the Environmental Scope of Work. During construction and any required excavation, the work site shall be maintained in a condition to ensure proper drainage at all times, including appropriate measures to prevent off-site drainage . Staging and stockpiling of excavated materials shall be performed in accordance with Special Specification 8731. All excavation, stockpiling, and loading work shall conform to all applicable OSHA regulations; all excavations shall be secured with orange safety fencing or equal at the end of each work day to prevent unauthorized vehicle and foot traffic near the excavations. Backfilling. Imported clean subgrade material shall conform with. Storm Drainage Improvements Bid Item, and any special provisions thereunder. Measurement and Payment. No separate pay is provided for this item . Cost for all activities are incidental to the project or included in other bid items related to the project. END OF ITEM 8729 Forest Park -Parkview Stonn Drainage Improvements 05/07/2010 SEPS-28 PARTG SPECIAL ENVIRONMENTAL PROVISIONS AND SPECIFICATIONS SPECIAL SPECIFICATION ITEM 8731 MANAGEMENT & DISPOSAL OF CONTAMINATED MATERIAL 8731.1 8731.2 General Description. The Contractor shall furnish all labor, materials, equipment, and related items required for the proper onsite management, transportation and disposition of contaminated materials including contaminated soils. The Contractor shall comply with all Federal, State, and local regulations applicable to waste management, including but not limited to the requirements of the following: TCEQ, TXDOT, OSHA, RCRA, DOT and TSCA regulations. General Environmental Compliance. The Contractor shall perform all work activities related to their conduct under this Contract in accordance with all applicable federal, state, and local environmental regulations. More specifically, the Contractor shall comply with all applicable regulations governing the removal, transportation, and disposal of regulated materials and all classes of wastes that the Contractor is responsible for managing under this Contract but not limited to the following (listed as examples only): • 40 Code of Federal Regulations Parts 260 through 270 • Federal Clean Water Act, Section 402 • 30 Texas Administrative Code (TAC) Chapter 101 • 30 TAC Chapter 106 • 30 TAC Chapter 111 • 3 0 TAC Chapters 113 through 115 • 30 TAC Chapter 118 • 30 TAC Chapter 205 • 30 TAC Chapters 324 and 327 • 30 TAC Chapter 335 • 30 TAC Chapter 350 • Section 26.040 of the Texas Water Code (TPDES General Permit No. TXR 150000) The Contractor shall perform classifications and determinations of each waste stream that the Contractor generates or encounters during the course of this project. All classifications and determinations shall conform with the requirements described in 30 TAC Sections 335.501-.521 (Subchapter R). Sampling and testing results shall be provided to the Engineer or its representative for concurrence prior to removal and disposal. Forest Park -Parkview Stonn Drainage Improvements 05/07/2010 SEPS-29 PARTG SPECIAL ENVIRONMENTAL PROVISIONS AND SPECIFICATIONS 8731.3 8731.4 8731.S 8731.6 Existing Materials Characteristics. Refer to the Environmental Scope of Work and the attached CD for information pertaining to results of previous testing completed on the project. Subgrade. The objective is to excavate materials within the proposed projects limits to accommodate the installation of two 8'x7' storm drains and allow for the repair of the existing two 8'x7' storm drains. The excavated material should be properly characterized and disposed of in accordance with the approved Waste Management/Disposal Plan. Excavated material can be used, to the maximum extent practicable, as follows: • Stockpiles may not be placed outside of the project limits in off- site staging or storage areas outside of the project area. • There may be no agreements made for leasing or purchase of land for purposes of stockpiling excess excavated material. • Stockpiled material shall be protected from water erosion and wind dispersion, including placement on an impermeable barrier. Berms and cover shall be used, as needed. • Stockpiles shall be appropriately sized to be properly managed by the Contractor. • Stockpiled excavated material shall be isolated from any other material. Testing Requirements and Waste Characterization. The Contractor shall provide all necessary analytical testing of soils to determine waste characterization prior to removal from the site. Sampling and testing of stockpiled soil material shall not be less than 1 per 200 cubic yards of material or as required in order to characterize for disposal. The Contractor shall provide the results of analytical testing with a turn- around time as required to meet the construction schedule. The Contractor shall provide a copy of testing results to the Engineer or its representatives prior to removal from the site. The Contractor shall then perform all hazardous waste determinations and waste classifications on each waste stream generated in the course of performing the work under this Contract to ensure that the wastes are recycled or disposed of in compliance with all applicable regulations. Loading for Transport Off-Site. The Contractor shall segregate material by the waste determination and waste classification in such a manner as to insure cross contamination does not occur. In the event of cross contamination, it becomes the Forest Park -Parkview Storm Drainage Improvements 05/0712010 SEPS-30 PARTG SPECIAL ENVIRONMENTAL PROVISIONS AND SPECIFICATIONS 8731.7 Contractor's responsibility for the additional costs incurred for management and disposal of the material. The Contractor shall obtain approval from Engineer or its representatives prior to the loading of any contaminated material for transportation off the project site location to ensure that it has been properly identified and classified for treatment/disposal. All wastes intended for treatment/disposal shall be transported directly to a properly permitted treatment/disposal facility approved by Engineer. All wastes shall be transported to the destination facility in an expeditious manner. During loading, the work site shall be maintained in a condition to ensure proper drainage at all times, including appropriate measures to prevent additional drainage from entering the excavated areas and to prevent uncontrolled drainage from leaving the contaminated material stockpiles or staging areas. Loading of contaminated material for off-site transport shall be performed in accordance the following general requirements: • The Contractor shall divert surface water flm.v from loading areas; • All loading work shall conform to all applicable OSHA regulations; in addition, all staging/loading areas that contain contaminated soil shall be secured with orange safety fencing or equal at the end of each work day to prevent unauthorized vehicle and foot traffic in these areas; • The Contractor shall prohibit unauthorized persons from entering into any contaminated soil loading area. The Contractor shall be responsible for ensuring that all applicable OSHA requirements and standards are met before any person is allowed to enter the staging/loading areas; and • The Contractor shall cooperate and support the City or its representatives in performing inspections of staging/loading areas and loaded trucks. Transport and Disposal. The Contractor shall conform with all applicable requirements of the approved Waste Management / Disposal Plan. Containerized Waste. It is not anticipated that waste materials generated during construction will be stored or handled in containers, However, should the Contractor elect to utilize containers ( drums, roll off boxes, mobile tank trailers, frac-tanks, totes, etc.) for waste management, the following minimum requirements shall be employed at the project site at all times prior to transportation off-site: • Beginning date of accumulation clearly marked on each container. • Label each container with identification information describing its contents. • Containers shall be kept closed except when adding wastes. Forest Park -Parkview Stonn Drainage Improvements 05/07/2010 SEPS-31 PARTG SPECIAL ENVIRONMENTAL PROVISIONS AND SPECIFICATIONS 8731.8 • Containers shall be stored in a safe manner and maintained in good condition. • Containers stored on-site ( containing wastes) shall be inspected weekly for leakage and deterioration. • Containers holding incompatible wastes shall be separated by a physical barrier or sufficient distance. Measurement and Payment. Management and disposal of contaminated material shall be paid at the bid price using the units prescribed by the individual bid item per each waste classification type (e.g., Class II non-hazardous, Class I non-hazardous, and hazardous), as follows: For contaminated materials that are predominantly solids, including contaminated soils, the unit of measure shall be by weight in tons of material based on \Veight tickets from a certified scale provided by the Contractor that are submitted along with Waste Manifests and/or Bills of Ladings. The final quantity for the management and disposal of contaminated materials per unit shall be based on the actual ton measured. All work performed shall include full compensation for excavation of material, necessary testing, hauling, disposal, and the furnishing of all labor, tools, equipment, and incidentals necessary to complete the work. Sampling and testing of materials prior to removal from site shall be incidental to the project. Copies of completed waste manifests for each waste shall be provided to the Engineer within 20 calendar days of collection of waste by a waste transporter. END OF ITEM 8731 Forest Park -Parkview Stonn Drainage Improvements 05/07/2010 SEPS-32 PARTG SPECIAL ENVIRONMENTAL PROVISIONS AND SPECIFICATIONS SPECIAL SPECIFICATION ITEM 8733 WASTE MANAGEMENT I DISPOSAL PLAN REQUIREMENTS 8733.1 8733.2 8733.3 General Description. The Contractor shall provide all management, labor, material, equipment, and related items required to develop, implement, manage, report , and closeout a Waste Management/ Disposal Plan (WM/DP) for this project. There are known chemical hazards present on the work site. While the Contractor is expected to address all concerns related to waste management and the disposal of those wastes, particular attention to chemical hazards is warranted in the WM/DP. Waste Management/ Disposal Plan shall include requirements of Special Specification 8731 -Management & Disposal of Contaminated Material and other standard specifications as deemed necessary. \Vaste Classification and Determination. The Contractor shall perform classifications and determinations of each waste stream that the Contractor generates or encounters during the course of this project. All classifications and determinations shall conform with the requirements described in 30 TAC Sections 335.501-.521 (Subchapter R). Sampling and testing results shall be provided to the Engineer or its representative for concurrence prior to removal and disposal. Sampling frequency shall conform to Special Specification 8731 - Management & Disposal of Contaminated Material. Waste Management/Disposal Plan (WM/DP). The Contractor shall submit to the Engineer a written Waste Management/Disposal Plan within 30 days after the Contract award date for its review and concurrence. Upon its concurrence, the Contractor is subject to all performance requirements and specifications therein, as this Plan is included by reference as part of the Contract. Tilis Plan shall include but not be limited to the following: • List and description of wastes that may be generated during the course of performing the work under the subject Contract. • Description of testing program ( or other means, if applicable) that will be used in making waste determinations and classifications as required under regulations. • List (name, address, permit/authorization identification numbers) all waste handling subcontractors, including suppliers of containers, transporters, and treatment/disposal facilities that will be used; for the case of recycling or salvage, list these facilities as well. Forest Park -Parkview Storm Drainage Improvements 05/07/2010 SEPS-33 PARTG SPECIAL ENVIRONMENTAL PROVISIONS AND SPECIFICATIONS 8733.4 Measurement and Payment. Payment for the Waste Management/ Disposal Plan shall be made at the lump sum amount bid. Compensation shall include all management, labor, material, equipment, and related items required to develop, implement, manage, report, and closeout the work as described above. END OF ITEM 8733 Forest Park-Parlcview Storm Drainage Improvements 05/07/2010 SEPS-34 CRITERIA FOR CONSTRUCTION WITHIN AND ALONG THE LIMITS OF EXISTING FEDERAL FLOOD PROTECTION PROJECTS URS No. 25337785 TARRANT REGIONAL WATER DISTRICT P.O. Box 4508 Fort Worth, TX 76164 CRITERIA FOR CONSTRUCTION WITHIN AND ALONG THE LIMITS OF EXISTING FEDERAL FLOOD PROJECTION PROJECTS 1. Pamphlet Purpose. This pamphlet provides guidance to individuals, developers, architect-engineering firms, and local governmental agencies for the construction of new facilities or the modification of existing facilities within the limits of Tarrant Regional Water District's (TRWD) flood protection project. The guidance contained in this pamphlet applies to the activities described herein in most cases and serves as a supplement to the U.S. Army Corps of Engineers, Fort Worth District (CESWF) Pamphlet SWFP 1150-2-1. This pamphlet is in no way a substitution or replacement of the SWFP 1150-2-1 and should only be used for guidance on the floodway in addition to the abovementioned pamphlet. However, TRWD reserves the right to reconsider this guidance at any time due to unknown or unforeseen circumstances, technological advances, additional information, etc. 2. Applicability. This pamphlet applies to any TRWD land owned or controlled by fee ownership or easement on the Fort Worth Floodway. 3. Project Purpose. A federal flood control project is designed to safely carry floodwater within the project and through a developed area. As such, any proposed developments within the project must keep the safe passage of floodwater as the first priority. The roles of the CESWF and TRWD are to maintain the integrity of the project while preventing negative impacts to the passage of the project design flood. 4. General Criteria for Construction within and along the Fort Worth Floodway. A. Submittals (1) Five paper copies and one electronic set of 10% plans, including an aerial map, are to be submitted to TRWD. A concept plan is not sufficient for initial review. The aerial map shall show the right-of-way boundaries of TRWD with specific levee toe and channel slope limits in the portion of the project being crossed, if applicable. (2) Within the initial submittal the construction starting date, completion date, and detailed project construction schedule, including sequence of construction prior to initiation of work shall be included. (3) TRWD will make every attempt to return initial comments within 45 days of submittal. B. Security (1) Site must remain secure with all gates closed and locked at all times. (2) Cable fencing that is removed for construction purposes must be secured at the end of each work day with suitable fence to prevent motorized traffic Page 1 of 5 from entering the floodway. Specifications for replacement of security fence will be provided upon request. (3) Only vehicles and equipment required for con,struction are allowed in the construction area in accordance to and as stated in Texas Water Code Chapter 49 .21 7. (a) All vehicles within construction area should be authorized by TRWD. (b) Construction employee vehicles shall not be allowed on the floodway at any time during construction. (c) Employee parking shall be provided off site. (4) All maintenance roads shall remain unblocked to allow passage in the event of an emergency. C. Construction involving the Trinity Trail System (1) No closure of the Trinity Trail is allowed. (2))Rerouting the Trinity Trail (a) If interference to the trail is required for construction, the trail must be re-routed using compacted 3 / 8" minus flex base or asphalt. (b) A trail detour plan, including signage must be submitted with packet. (c) Signs notifying trail users of upcoming project/ detour must be placed at least 1 week, but no earlier than 3 weeks before construction begins. ( d) Posted signs must be of professional quality and not hand made. (3)Repairing/Replacing the Concrete Trail after construction (a)Replace using a minimum 6" thick 3000 psi concrete with l' perimeter beams reinforced with #4 rebar tied 100% on l' centers both ways. (b)Rebar shall be installed on plastic chairs. (c)Surface of trail shall be finished with a uniform medium-broom finish. (d)Trail must be 8' minimum width and no smaller than the existing trail. (4) Repairing/Replacing the Asphalt Trail after construction (a)Type B asphalt is required (b)# 1 flex base compacted 6" thick shall be use for the base (c)Finish grade shall have a smooth uniform surface and free of any surface defects or vertical deflection. (b)Trail must be 11' minimum width and no smaller than the existing trail. {d)Concrete may be required to replace asphalt at the discretion of the District D. Establishing Grass Post-Construction (1) All grass shall be re-established to existing or better condition. {2) A seed injected compost blanket minimum 2" depth shall be used on any slopes greater than 6: 1. (3) Seed Compositions (a) From September 1 through March 15 Common Bermuda and Wheat shall be used. (b) From March 16 through August 31 Japanese Millet and Common Bermuda shall be used. (4) The "natural areas" on the floodway shall be re-established using a specific wildflower seed mixture, approved by the District. Page 2 of 5 E. Any vaults installed within the Floodway shall be flush with the ground with no greater than a 16: 1 earthen slope away from the vault. F . Erosion protection on the Flood way (1) Cabled Articulating Revetment Systems are to be used for erosion control (2) Riprap, gabions or concrete paving are not allowed and may not be substituted for the revetment systems. (3) Revetment systems must be a natural earth tone color. 5. Crossing Over Existing Levees at Grade. A. Notwithstanding pamphlet SWFP 1150-2-1, District does not allow construction method as provided for in Paragraph 5 of SWFP 1150-2-1 .. 6. Crossing Over The Fort Worth Floodway. A. Aerial bridge structures transporting utility lines over the Fort Worth Floodway will not be allowed. 7. Crossing Under Levees with Open Excavation. A. This method is not allowed on the Fort Worth Floodway. 8. Crossing Under Levees with Boring or Jacking Sleeves. A. Please refer to pamphlet SWFP 1150-2-1. 9. Horizontal Directional Drilling Under Levees and Channels. A. Please refer to pamphlet SWFP 1150-2-1 . 10. Bridges Crossing Levees. A. All storm water runoff from bridge decks must be piped into a collection device and then to the river to prevent erosion within the flood way. B. Cabled Articulating Revetment Systems are to be installed w ithin the shadow line of the bridge where vegetation cannot be established. 11. Buried Lines Parallel to Levees and Channels. A. Please refer to pamphlet SWFP 1150-2-1. 12. River and Channel Crossing Criteria. A . Please refer to pamphlet SWFP 1150-2-1. 13. Roadway or Railroad Crossings. A . Please ref er to pamphlet SWFP 1150-2-1. 14. Discharg~ Structures. A . All new, relocated, or renovated storm drain systems are required to have a Storm Water Collection Device (SWCD) capable of containing trash, sediment and oils in accordance with the integrated Storm Water Management (iSWM) program as promulgated by North Central Texas Council of Governments (NCTCOG). Page 3 of 5 B. The bottom elevation of the SWCD shall be installed at a depth no greater than 20 feet from existing grade. C. Access to the SWCD shall accommodate an industrial size Vacuum Truck. D. All discharge points shall be installed below conservation elevation of the river (normal water suiface elevation). 15. Pump Discharge Pipelines Over Levees. A. Notwithstanding pamphlet SWFP 1150-2-1, District does not allow construction method as provided for in Paragraph 5 of SWFP 1150-2-1. 16. Electrical and Telephone Criteria for Overhead Wire Crossings. A. When possible, free standing poles should be used that do not require guy lines. B. If used, all guy wires shall be marked with a yellow or orange PVC cover. C. Poles and guy wires shall not be installed within 21 feet of any other above ground obstruction to allow for maintenance vehicle passage 17. Low Dams or Diversion of Flows. A. Please refer to pamphlet SWFP 1150-2-1 . 18. Process for Abandoning Existing Pipelines. A. Please refer to pamphlet SWFP 1150-2-1. 19. Construction of Recreation Facilities. A. Please refer to pamphlet SWFP 1150-2-1. 20. Planting of Trees along the Floodway. A. Removed trees must be replaced on a 1: 1 caliper inch basis. Replaced trees shall be 3" to 5" caliper. The sum total of replacement tree diameter shall equal the removed tree diameter. . B. Replacement trees must be irrigated for 2 years with subsurface drip irrigation. C. Trees shall be warranted for 2 years. 21. Oil and Gas Exploration Activities. A. Temporary raw water supply pumps and lines may be placed in the Floodway at the District's discretion. B. Temporary Water Lines. (1) Contractor is required to mow a 10' strip on both sides of the temporary water line on a 2-week interval basis . (2) Where temporary water lines cross maintenance roads that are not a part of the trail system, a suitable crossing shall be constructed that provides a HS20 loading. Crossings are subject to frequent traffic by large tracked and rubber tire equipment. (3) Lines 3" or smaller. (a) Line must be bored under existing trail with a minimum depth of 2'. (b) Valve boxes with lids shall be placed 5' on either side of the trail for connection points to bored lines. Page 4 of 5 (4) Lines greater than 3". (a) Lines must be constructed overhead allowing a 9' clearance and spanning the width of existing trail. (b) Overhead structure must be stable, free from leaks, adequately anchored and free standing. (c) Signs notifying trail users of overhead crossing must be placed at least 1 week, but no earlier than 3 weeks before crossing is installed. {d) Posted signs must be of professional quality and not handmade. (5) Specific means and methods regarding temporary water lines are to be submitted for approval. C. Water Pumps. (1) All water pumps must be placed in a containment structure capable of containing all liquids in the event of a pump malfunction. (2) TRWD's Temporary Raw Water Sales Agreement must be attached to all water pumps. (3) All water pumps placed below the top of the river channel must be removed each evening or at the end of each workday, unless supervision is provided 24 hours a day. (4) A containment boom must be placed in the river at a 50' radius from the extraction point. (5) Containment boom shall be 18" from top of boom to bottom of skirt. District will process and review all Project Submittals on a case by case basis and reserves the right to approve or deny any such submittal at its sole discretion. Page 5 of 5 Pamphlet No. 1150-2-1 DEPARTMENT OF THE ARMY U.S Army Corps of Engineers, Fort Worth District P.O. Box 17300 Fort Worth, Texas 76102-0300 Local Cooperation CRITERIA FOR CONSTRUCTION WITHIN TI-IE LIMITS OF EXISTIN"G FEDERAL FLOOD PROTECTION PROJECTS SWFP 1150-2-1 31 October 2003 1. Pamphlet Purpose. This pamphlet provides guidance to individuals, developers, architect-engineering firms, local project sponsors, and local governmental agencies for the construction of new facilities or the modification of existing facilities within the limits of an existing Federal flood protection project constructed by tlie U.S. Anny Corps of Engineers, Fort Worth District (CESWF) and for which local project spor..sors and/or local governmental agencies have the responsibilities for operation and maintenance . The CESWF, in accordance with Title 33 CFR, Section 208 .10, retains the right of review and approval on all proposed improvements and/or modifications that are passed over, under, or through the walls, leve es, improved channels, or floodways of such projects. The guidance contained in this pamphlet applies to the activities described herein in most cases; however CESWF reserves the right to reconsider this guidance at any time due to unknown or unforeseen circumstances, t echnological advances, additional information, etc. 2. Applicability. Thls pamphlet applies to all Federal flood protecti on projects constructed by CESWF, and for which a letter of assurance agreeing to the operation and maintenance of the flood protection project has been furnished CESWF by the project's local sponsor. 3. Project Purpose. A Federal flood control project is designed to safely carry floodwater within the project and through a developed area. As such, any proposed developments within the project must keep the safe passage of floodwater as the first priority. The roles of the CESWF and the project local sponsor are to maintain the integrity of the project while preventing negative impacts to the passage of the project design flood. The CESWF will not allow the safety of the project to be compromised or the required design carrying capacity of the project reduced. 4. General Criteria for Construction Within a J!1oodway. a. As early as possible during the planning process, discuss preliminary proposals with the CESWF and the local sponsor to avoid major revisions or project delay. The local sponsor may make any requirements of this Pamphlet more stringent than those contained herein. Concept proposals may be submitted for review. Submit the proposed construction starting date and the detailed project construction schedule, including sequence of construction prior to initiation of work. b. Construction may not start until final written contract drawings and plans have been reviewed and approved in writing by both the CESWF and the local sponsor. c. Furnish five (5) sets of plans and specifications for the proposed work to the CESWF, Operations Division, ATTN: CESWF-OD-M, via the local sponsor sufficiently in advance of proposed construction to allow adequate time for review and approval. A vicinity map shall be included in the plans showing the right-of-way boundaries of the flood protection project with specific levee toe and channel slope limits in the portion of the project being crossed, if applicable . This pamphlet supersedes SWFP I 150-2-1 dated 15 October 1985 . d. If boring, jacking, or tunneling operations are planned; detailed designs, calculations, and construction procedures must be provided for review . See subsequent paragraphs for additional details and required procedures. e. Practice approved construction methods and best management practices to minimize erosion at the construction site. All work shall be performed in such a manner as to be as environmentally friendly as possible. 1bis includes making every effort to reduce the turbidity of the water at the site, such as by limiting the amount of time construction equipment is in the water. A storm water pollution prevention plan (SWPPP) must be included in the final project submittaJ. f. When construction work is in progress in a project located downstream of a Federal dam, a request from the contractor for changes in regulated releases will be considered on individual cases only. Normally, regulated releases from upstream lakes for evacuation of floodwaters, water supply, recreation, or other purposes considered to be in the best interest of the public will have first consideration. A flood event could occur at any time during construction activities and could affect these activities. g. Construction equipment, spoil material, supplies, fonns, buildings for inspectors, !abs, or equipment and supply storage builclings, etc ., shall not be placed or stored in the floodway during construction activities. Any item that may be transported by flood flows shall not be stored within the project. Locations of construction trailers and stockpile areas shall be included on project plans and approved by the CESWF and the local sponsor. h. In addition to other requirements set forth in this Pamphlet, permits may be required under Section 10 and Section 404 for the desired work. These permits require a minimum of 90 days to process. It is recommended that contact with the CESWF Regulatory Branch be initiated in the early planning stages to prevent delays. i. Repair or replace any maintenance and operation roads disturbed during construction to a condition equal to or better than their condition before construction. All roads must be inspected by the local sponsor prior to completion of the project. j. Compact all fill and backfill in 6-inch lifts as specified in job speciiications approved by the CESWF. Compaction shall be to at least 95 percent of modified density as specified in ASTM D-1557. All backfill shall consist of impervious materials. Reestablish vegetation to its original condition or better. Remove all excess material from the limits of the floodway. k. Provide scour protection consisting of articulating revetment system protection capable of being re- vegetated at the outfall of stilling basins designed according to the issuing jet velocity. If approved by the local sponsor, riprap, gabions, or concrete paving may be substituted for the revetments. I. The crown or crest of the levee referred to in this pamphlet is the original or design levee crest elevation. This may or may not be the same as the current levee crest elevation. All modifications shall be based on the higher of the two elevations. m. Upon request, the CESWF Hydrology and Hydraulics Section may provide applicable hydraulic models to be used for design. n. Any permanent disturbance of existing recreation facilities must be mitigated. o. Sump areas adjacent to federal projects are considered an integral part of the federal project and any modifications to them will ·be reviewed and approved in accordance with this Pamphlet. SWFP 1150-2-1 2 5. Crossing Over Emting Levees At Grade. a. The local sponsor may decide to not allow any proposed crossing over existing levees at grade. b. No excavation or notching will be performed into or on the levee, or within the levee template. c. Strip topsoil from the levee and place the line up and over the levee template slopes at grade. Thls will require rather abrupt line grade changes at the levee crest. Cover the new line by placing new fill uniformly on the slopes and top of the levee to slope away from the line and parallel to the longitudinal axis of the levee. Provide a minimum of2 feet of cover over the new line. The slope of the fill shall be l vertical on 20 horizontal or flatter. Replace the topsoil, reestablish grass on all disturbed areas, and restore any roadways. d. All valves located withln 15 feet of either side of the projected toe of the levee shall be provided in a concrete box enclosure with a manhole type cover. Valve boxes located within the floodway shall be underground and flush with the surface. If the valve box is placed in the levee crest, the bottom of the excavation shall be not !ovfer than one foot above the design \.va.ter st.L..face elevation. Fill shall be UJ'.Jformly placed to slope away from the top of the valve box. If possible all valves shall be placed on the landside of levees a minimum of 15 feet from the projected levee toe. e. Provide water-tight sealed manhole covers for all manholes withln the floodway having tops below design water surface elevation. Fasten manhole covers to the manhole structures. 6. Crossing Under Levees with Open Excavation. a . Provide a temporary ring levee (cofferdam) on the riverside of the existing levee at the location of the subject crossing to the same top elevation as the existing levee. This ring levee shall have a minimum crest width of 10 feet and sides slopes of l vertical on 3 horizontal or flatter. Construct the levee of impervious materials according to the provisions specified in Paragraph 4j. b. When the temporary ring levee is complete, excavate through the existing levee using one vertical on three horizontal cut slopes. The toe of the levee and ring levee shall be a minimum of20 feet (measured horizontally) from the top edge of the excavation. c. Generally, sources for borrow materials shall not be located within the limits of the floodway right-of-ways. In addition, depending on the type of soil and whether or not pervious materials or unstable materials exist in the foundation of the existing levee, it may be desirable to limit the depth of excavation or specify a minimum distance from the land-side toe of the levee. All excavated slopes shall be properly designed and the drawings sealed by a registered professional engineer. d. After the line has been placed, the open excavation will be compacted in accordance with Paragraph 4j. When backfill operations are completed, the entire foundation area to be occupied by the replaced levee fill shall be scarified, plowed, and/or harrowed to a depth of 6 inches, and then compacted by at least 16 complete passes of the tamping roller or 95 percent modified density, whichever is more rigorous. e. Accomplish levee replacement by placing fill in 6-inch lifts and compacting by not less than eight complete passes of a tamping roller or at least 95 percent modified density. After compaction, the moisture content shall be within the limits of 3 percentage points above optimum to 2 percentage points below optimum moisture content. SWFP 1150-2-1 3 f. Determine the in-place moisture content and density of the levee fill on a frequency of about one sample for each 2500 cubic yards of backfill placed in the levee. g. When the breached levee bas been reconstructed to its original grade, remove the temporary ring levee and dress and turf the surface areas of the plugged section. h. Provide water-tight sealed manhole covers for all manholes within the flood protection project having tops below design water surface elevation. Fasten manhole covers to the manhole structures. i. For pipelines, install a positive cut-off structure to prevent water from the riverside flowing through the pipeline to the landside. If located on the riverside of a levee, extend the cut-off structure to the levee crown elevation by bridge. This structure must be accessible no matter what flood condition may exist. The closure device must be operational by manpower, if necessary. j. Provide gravity storm drains discharging into the floodway with automatic flap gate(s) at the discharge end of the line and energy dissipaters, as required. The owner or local sponsor, as per written ~~ement7 shaI1 he responsible for inspection a..T1d maintenance to ensure proper cperaticn of t.11e f13p gates. k. Use monolithic conduits or conduits with water-tight joints under the levee and levee template. 7. Crossing Under Levees with Boring or Jacking of Sleeves. The sequence of work shall be as follows : a. Excavate the boring and jacking pit (must be on the land side outside the projected toe of the levee template slope). b. Bore and jack the sleeve to a point beyond the projected riverside toe of the levee template slope. c. If the difference in the diameters of the bore and sleeve exceeds 3 inches, the annular space shall be pressure grouted with bentonite slurry. d. Place the product line in the sleeve. e. Pressure grout the product line in sleeve with bentonite slurry . f. Excavate the pit on the riverside and construct a manhole with gate valve placed on inside face of manhole away from channel. Tie line from sleeve under levee into manhole with gate valve. g. Tie line from sleeve under levee into a manhole on landside. h . During work on items a through h, a plug wil1 be required to be placed and braced at the open end of the sleeve and pipe located in the jacking pit at the close of work each day. This plug must remain in place until the gate valve is installed and connections made to ensure protection from flooding from the river. 8. Horizontal Directional Drilling Under Levees and Channels. a. Detailed contractual drawings, plans, procedures, and engineering calculations shall be provided to CESWF for review. These must include all the requirements of Paragraph 4 above and the following additional items: (I) Inside cliameter of the final bore hole and outside diameter of the product casing. SWFP 1150-2-1 4 (2) Detailed description of construction and horizontal boring methods to be utilized . (3) If the difference in the diameters of the final bore and product casing exceeds 3 inches, provide the method of pressure grouting the annular space between the outside of the product casing and the inside of the bore to prevent seepage under the levee template during maximum river stages. ( 4) A profile of the proposed line showing alignment (including location of the river and levees). (5) Location of entry and exit points, location, elevations and proposed clearances for all utility crossings and structures (6) Right-of-way lines, property, and other utility right-of-way or easement lines (7) Depth under the base of the levee, depth of the line under the river channe l, and location of both ends of the string. If the proposed depth of the string directly below the base of the levee is less than 30 feet, tlien detailed engineering calculations sealed by a registered professional engi.."1eer sha!! be provided fer review. These calculations must show a minimum 1.5 factor of safety against hydro-fracturing to be acceptable. b. Develop and provide a quality control plan for the project that includes the maximum allowable drilling pressure, gage calibration method, and responsibility for assuring that the pressure is not exceeded. c. The minimum clearance distance from the top of the pipe encasement to the original design river bottom elevation shall be 7 feet. Should the existing channel bottom elevation be lower than original design grade, the new line shall be the discussed depth below the existing bottom elevation. d. Develop and provide a quality control plan for the project that includes the maximum allowable drilling pressure, gage calibration method, and specific responsibility for assuring that the pressure is not exceeded . During the drilling process, the pressure in the borehole must be monitored to ensure that the operational drilling pressures remain within the safe limits to prevent soil fracturing . The name of the party responsible for monitoring the work must be specified. 9. Bridges Crossing Levees. a. The bottom of low steel of the bridge shall be above the design crest elevation of the levee. No notching into the levee will be allowed. b. All bents should be located to minimize the number of bents located within the template of the levee. Driving of piles within the template of the levee will not be allowed. Bents at these locations should only be designed as drilled piers. c. Bridges will not be located where their construction will block maintenance access roads presently located within the floodway . d. All storm water runoff from bridge decks must be piped to grade to prevent erosion within the floodway. e. Re-vegetated mat type slope protection must be provided from the top of the levee to the floodway bottom under the shadowline of the bridge . SWFP 1150-2-1 5 f. The bridge must be designed to minimize the number of pier bents. If the new bridge is within 500 feet of an existing bridge the new pier bents must be in alignment with the adjacent bridge. 10. Buried Lines Parallel to Levees and Channels. a. Buried lines parallel with a levee (either on the river side or land side) will not be allowed where the buried lines final location will be within the extended template of the levee. For example, a line buried 5 feet deep must be at least 15 feet away from the toe of a levee with a I vertical on 3 horizontal slope. b. Sumps, ditches, swales, or other project features crossed by the buried line shall be restored to their pre construction condition. c. Buried lines parallel with the channel bank must be at least 25 feet from the projected river channel slope template. d . When a buried line crosses a discharge channel, place the line on piers with the piers aligned so as to piovide minimal obstn.1ction to flo,'%; in the discharge chru-u,el and designed so as to catch rrili,imal debris. The preferred alternative would be to place the line under the discharge channel and encase it with concrete . Extend the encasement a minimum of 5 feet beyond the top of the channel side slopes. 11. River and Channel Crossing Criteria. a. Crossings Under Rivers and Channels by Open Excavation: (1) Bury the line a minimum of7 feet below the original design river bottom elevation. Should the existing channel bottom elevation be lower than original design grade, the new line shall be the discussed depth below the existing bottom elevation. (2) Sufficiently anchor or encase the line to prevent floatation. (3) Backfill the excavation with material similar to that excavated. If soil is excavated, backfill with compacted impervious fill material and ifrock is excavated, backfill with concrete. (4) No cofferdam fill type crossings shall be allowed in water greater than six (6) feet in depth, and will then only be allowed if geotechnical and structural designs prove that sheet piling would not be a viable method. b. Crossings Over Rivers and Channels. {l) Provide a minimum free board between the low point of the crossing and the design water surface elevation of three feet or to the top of any levee, whichever is higher. (2) The obstruction caused by the supporting bridge and its piers shall not significantly reduce the carrying capacity of the floodway. No longitudinal cross bracing will be used. (3) Submit final plans and hydraulic computations to indicate that the proposed project would not reduce the flood way capacity. (4) Projects crossing navigable waterways (Trinity River downstream from Riverside Drive in Fort Worth, Texas) shall require a United States Coast Guard pennit. Clearances and requirements shall be as directed by the Coast Guard . SWFP 1150-2-1 6 12. Roadway or Railroad Crossings. a. The low steel of a bridge shall have an elevation not lower than the crown of the levee or top of bank or 3 feet above the design water surface, whichever is higher. Contact CESWF for the current design water surface at the location oftbe proposed roadway crossing. Additional clearances shall be required for fixed spans over navigable waterways. b. Submit final plans and hydraulic computations to indicate the proposed roadway or bridge would not reduce flows or project capacity. Projects will not be approved that reduce the carrying capacity of the project. c. Any roadway over a navigable waterway will require a permit from the United States Coast Guard. d. See Paragraph 9 for special requirements for crossing levees. e. Hold temporary roadway fill to a minimum to prevent increasing the water surface elevation should a flccd occur du.."...ng the construction period. Construct all tempor:1..&-j ramps from levees go1ng 1n a downstream direction. This will prevent flows from being directed into the face of the levees . 13. Headwall, Chutes, Gate Valves, Flap (Automatic) Gates, etc. a . lnstall headwall, gate valve structures, flap (automatic) gates, and other types of outfall structures in such a manner to prevent obstruction of flow or creation of scouring conditions within the project. All headwalls must transition with the slope and flow discharge points must be at an elevation equal to the bottom of the slope or at the normal water surface. Chutes will not be allowed unless they are the only viable alternative. b. All structures shall be installed in such a manner so as to not create maintenance problems. 14. Pump Discharge Pipelines Over Levees. a. The invert of the discharge shall be at the toe of the protective works (levee) and shall be free-vented at the highest point. For very large lines deviation from this criteria may be considered, but under no condition shall excavation be permitted into the levee . See Paragraph 5 for requirements for crossing over a levee on grade. b. Flap (automatic) gates are not required at the outfall of the discharge lines. 15. Electrical and Telephone Criteria for Overhead Wire Crossings. a. The local sponsor may require directional boring under the levee as opposed to an overhead crossing. b. No structure (poles or otherwise) shall be located closer than 15 feet from the toe of any levee. c. No structure (poles or otherwise) shall be located closer than 15 feet from the top of any channel slope. d. Provide a minimum vertical clearance of28 feet between the crown of the levee and the low wire at the low point of the wire at the levee crossing computed under the most adverse conditions (temperature, wind, load, etc.). SWFP 1150-2-1 7 e. Provide a minimum vertical clearance of 28 feet between the natural ground and the low wire at the low point of the sag in the area of the project channel, or three feet above the project design water surface level, whichever is higher. (Check Electrical Code for minimum clearance of high voltage lines.) f. Locate guy wires and anchors in such a manner that they do not interfere with the operation and/or maintenance of the channel, levees, or related structures. No anchors may be placed on the levee . 16. Low Dams or Diversion of Flows. a. Submit plans, hydraulic and structural computations, and specifications for low dams or other obstructions for review and comments prior to the construction of any type dam structure in a project area. These plans will be reviewed to determine if adverse hydraulic or structural effects would occur within the project as a result of the proposed construction. Prior to an extensive engineering study for any type of water barrier in a project, the CESWF and the local sponsor will review the concept plan, proposed location, and purpose. b. Diversion of flo,.i:s into or out of a project area shall be revie,,,ed as to possible adverse hydraulic er structural effects. 17. Process for Abandoning Existing Pipelines. a . Requests to abandon existing buried pipelines within a project shall be submitted in writing to CESWF and the local sponsor. No buried line within a floodway may be abandoned without the review and approval of CESWF and the local sponsor. b . As a minimum, the portion of the abandoned pipeline under a levee shall be completely filled with concrete or grout to prevent seepage through the abandoned line during flood conditions. c. Abandoned buried pipelines that are located on floodway property, but are not located under a levee shall be plugged at each end with concrete or grout. d. Any structures associated with abandoned buried pipelines, for example, manholes, shall be removed and the resulting hole filled and compacted in accordance with the provisions in paragraph 4j. e. Above-ground abandoned pipelines shall be removed from floodway right-of-way, including any associated structures. 18. Construction of Recreation Facilities. Submit plans to the CESWF for review and approval on any proposed recreation type facilities to be constructed in an existing or approved Federal project area. Each plan shall include hydraulic computations and will be reviewed for individual and cumulative effects to determine if the proposed construction would produce adverse effects on an existing or approved project area. If adverse effects on the carrying capacity of the project are detennined, the project will be disapproved. The local sponsor may construct minor recreation improvements as needed so long as final as- built plans are provided to CESWF. 19. Planting of Trees Within a Floodway. a. The purpose of a Federal flood protection project is to carry floodwater through an urban area. Anything in the floodway that restricts flow or can catch floating debris will reduce the carrying capacity below its design limits and will not be allowed. The local sponsor is directed to remove all trees on the SWFP 1150-2-1 8 levees or adjacent to the channel and also as many other trees and obstructions within the floodway as reasonably possible. b. Planting of trees on the levees will not be allowed nor approved. c. Planting of additional trees within existing flood protection projects or adjacent to channels is not encouraged and will be evaluated only on a case-by-case basis. Only trees with deep-type root systems and high canopies may be planted in selected areas of existing flood protection projects. The plantings shall be a minimum of 50 feet away from the toe of the levee or the top of the channel bank. Trees may be placed no closer than at an average spacing of 100 feet, center-to-center. Prune trees to permit mowing immediately adjacent with tractor type mowers. No bush or vine type plants will be permitted. Minimum application of ground cover plants for slope protection will be allowed, subject to approval by the local sponsor. d. Submit a coordinated planting plan with hydraulic computations for review and approval. This plan must also show all existing trees within 1000 feet of the proposed new trees. CESWF-EC-DG DISTRIBUTION: SWFP J 150-2-1 CAROL J. SHEAD Publications Control Officer 9 PART7 CONTRACT, BONDS AND INSURANCE - URS No. 25337785 ,. - ~ -~ # , ... CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date~ NAME OF PROJECT: Forest Park -Parkview Storm Drain Improvements (Council District 9) PROJECT NUMBER: P228-541200-209280067483/P227-541200-209280067483 JS TO CERTIFY THAT: BAR Constructors. Inc. is, at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described, for the type of insurance and accordance with provisions of the standard policies used by this Company, and further hereinafter described . Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy Effective Expires Limits ofLiabilitv Worker's Compensation Comprehensive General Bodily Injury : Liability Insurance (Public Ea. Occurrence: $ Liability) Property Damage: Ea. Occurrence: $ Blasting Ea. Occurrence: $ Collapse of Building or structures adjacent to Ea. Occurrence : $ --- excavations Damage to Underground Utilities Ea . Occurrence : $ Builder's Risk Comprehensive Bodily Injury: Automobile Liability Ea . Person: $ Ea. Occurrence : $ Property Damage: Ea. Occurrence: $ Bodily Injury: Contractual Liability Ea. Occurrence: $ Property Damage: Ea. Occurrence: $ Other Locations covered :----------------------------------- Description of operations covered:----------------------------- The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or cancellation. Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be assured , the above policies contain such special requirements, either in the body thereof or by appropriate endorsement thereto attached. The City, its officers , employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer 's liability insurance coverage under Contractor's workers' compen sation insurance policy . Agency Insurance Company: ___________ _ Fort Worth Agent By __________________ _ Address ________________ _ Title ________________ _ CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Engineering No .5666 and City of Fort Worth Project No. P228- 541200-209280067 483/P227-541200-209280067 483. STATE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR BAR Constructors, Inc. By :;/L~ Name : Js;Jr~ ArrarYl6Je0' r. Title : P,es; &en+- Date : ~ · Lj -I ) -.--Before my, A the undersigned authority , on this day personally appeared >r$1&<0 Asrarn\?i1c1known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of BAR Constructors. Inc. for the purposes and consideration therein expressed and in the capacity therein stated . Given Under My Hand and Seal of Office this~ day of A4uci:: , 20 l I cJlL·t! Notary Public in and for the State of Texas ,,,,;\'~'"ti N. PRUITT /~~..~"' Notary Public, State of Texas ; \.~/ My Commission Expires ·• .. ,-:;.~ ... \~~; June 27, 2013 ,,,,,f,f.~,,,,,\: Bond Number: 46BCSGA9622 PERFORMANCE BOND ·1:i' ?f KNOW ALL BY 'I'tJESE PRESENTS: COUNTY OF TARRANT § That we ~[) BA,R Constru'Ctors, Ins, as Ptincipal herein , and (2) Hartford Fire Insurance Company '. a corporation organize.d under~the laws o( the Sta:~ o:f'.(3) Connecticut and who .is· authorize.d to issue-~ bonds in the State of'Texas, Surety herein, ar:e he(d-·and fmrily boµnd unto:fhe -City:of-'Fort Worth~ a municipal .corporation located in 1:amntand Penton Counties, Texa,s, Obligee herein,. in 'the.sum of: -FiveJ\fillion Seven Hund-r~d . Thiriy-four·Tbousand Eight Hundred Seventy-six and t,sz.1-0,t ..... ; ..... '. ................. -....•.• -...................................................... -••• -.................................... -..... . (S5,734i!,76.ffi l)oliars for the pay,ment of.which sum we binth~urselves,. out heirs, exetutots. •rrµstrators, successo.rs ,and :assigns, jointly and severally; finn]y byih~ pres-ettts ; AUG O 9 2011 WHEREAS, .Rnncipal has entered into a .certaiJi. eon~rwith qie.,ObJigi!,e ~d' tf1~ --of .... A_u __ gu_st __ _ 201.1 . a copy,o.f,whfoh · is attached hereto and made: a part h1=teof, for -tjt-e,construction · or. .Forest P.a-r-k-P'arkview.Stonn Drain Improvements (Council Distrid .9-) NOW T»EREF,0RE, the condition of this Qbligation. i-s such, if the said Principle sh~I fajtbfully per{oi:m the wo~:in :actordance with ·the plan$,, spectficatfons, and copn-a~ doc1,1I11ents anc1 shall fu.llY ind~ify :wid. bold ,fiannless the Obligee tram .au . co.sts· and damag~,S which 0Pligee. l'l:1ay suft'er by reason of Pt;incipaJ•s defaµlt, ~!;I t eiinb$e and repay 01:>lig~e for all outlay and expc;ns~ that Obligee 'inay incur in 1:ru~:king g9od suc1i de'.fatil.t then this obligati<;;n s'hafl be void; otherwise; to te'main tn full force and effect P'R.OVIDED, HOWEVER, that this bond is exCC.llted pl;l!:Suant to Chapter 22$3 of th.e Texas Government Code, as amend~ and all 11abtlities on this· bond shAU be de,t~med in· accordance with the. provisi~ns ~f sp~h statute, 10 the ,same ext~nt:,@$. ifit wet,e {;ijj:>Jw at Ieo~ h~in. IN WJTNE,SS ' WHEREOF. th~ dil_ly authorjzed representatives of the Printipal a.n:i;I the S~ ha¥e executed this instrument. AUG O 9 2011 SIGNED and SEALED ·'this __ of_A_u.._gu ... st ___ ,~2=-0-=l=.t. /- ATTEST: ~~ (SEAL) tSBAL) .W(t:µ~$ as to -Surety 8144 Walnut Hill Lane, 16th Floor, Dallas, TX 75231 --,... ....,. BAR Constructors, Inc. :~,Cl~~~-- rw/~;;.;;d~~ p~·J)o,x 1-0 Lancaster,.TX 75146·- (Address) One Hartford Planza , Hartford, CT 06155 (Ad~) 'NOTE:-Diife.(if~ond musbnit-.be pnor t'p da~ ot:Conttact: 800-392-7805 (1) Comi¢t NIJDle of-Contractor (2,) Cotre.ctllaDlC of Suney {3) SJ~te-of::mpor:pc:m1tiQn--0f .Surety T~I~nh~i;te nJJmbet oJ sun.rty;must ·be:stated. In ~dffion, an r1riginal copyot-Powerof A~bJ'll¢Y sha;tl be anac.hed-t_o -.Bond by Atto,mey-ip-Fact · The date qf bon<.t sh.all not be. prior to date.of Com:ract • THE STATE OF TEXAS § § § PAYMENT BOND Bond Number: 46BCSGA9622 irnow ALL BY THESE PRESENTS: that wet (1 );BAR Constructots, Inc,; as ~cj~'.het~~ aint(-2). Hartford F,ire Insurance Company ---· a cor,poration .oi;ganized and existing under $c l aws of the State-·of:(3•) Connecticut ,as s~~, iil:e' held and firmly bound unto the City of Fort Worth. a municipal corporation lo'Cated inTiurant and Dento~ CoUJiP,e$. Texas,· Obtlgee, h:erein , in the .amount of Five Million Seven Hundred Thirty-fo.ur Thousand EigJlt Hundrld Seventy-six ·and 65/100 ........ -......... , .... _ ..................... _m•-··-Dollats (55,134,8:76,65) ('qr the .P~YJD&mt wbereQf, ~ s.aid J>.rincip.al and S~ bind themselv~· and their, heirs, e1(ecutor$. -~i S,tratQ'f$; su~ceSSoi'$ and ~~:gns. joi:titly and .se,v~lly •. fitnify ·by ,these_ presents : AUG O g 2 11 WHEREAS j the Principal has entered into a certain written contract with tire 0bligee ~fed 'the __ · ay of __ Au_g_us_t _ _, 2011, which . contract is hereby referred to and made a part hereof as if fully a.lid to the s!lllle extent lts i f-copied at length, for the following_project: . Fore.st .Park -Parkview Storm Drain improvements,(Coun.cil Djstrict 9) NOW, tHEREFQRE, TIIE CONSITION :OF TifIS 08LIGAttl0N IS· SUCH) ,that :tf the said :PrincipaJ sh~ll f~jtfifully, ntak~ payment to ~ch <fnd every claimant (asdefine(Lin t:Mptec 2253,. Texas G01ernnt~i.eQde~ .as: amended) supplyiqg labpr qr .tna~rjals in the prpse.c~tioo of:the work under the contract, then this-0b1ig~:ion:-sha11 be voi~; otbetwr~e. to rl,':main in wll force-.and -·effect 'PR:QviQBI>; HOWEVER, t,hat tllis bond is execute.d .p,w:s.l,lallt fo Chapter 2253 of the Texas Goverrunent <;;pd.~ •. AS ;~¢ni:f.e4.. c!nd all li~iluies· <u:t this -b.Qnd shall be ·d¢ten.nfueq in ,ace.ordance -with the ,provisions .of said statute; to tbe .same ext~nras -'ifit were c.opied at lengthJ1ercein. lN WITNESS WHE~OF; the duly aqthoriz,ed .represcmW,tives of the .. Principal and the Surety have executed, this instrument. AUG O g 2 O 1 SIG'NEDMd cS EALEDthis __ . day of, August 20:11 . ---BAR-Constr;uctonr, Inc. P-RtNGIPJ.\L . . By:~~ Name~ J.s dro Arramb.Je J'r · Title: Pc e~'iden t- tS: 6A L) C/d.Buu-1/: Addras.s: PO BGJt 1-0 Lancaster; TX . 751146. Wrtne.ss as to Principal {$ EA .L) NOTE: (1) (2) ,3) Hartford Fire Insurance Company ,Name.~ V . Delene Marshall · · .A1tome.y in Fact Address: One Hartford Planza, Hartford , CT 06155 Telephone Number.. s00-392.1so5 Corrept name of Principal (Contracto(). Correct oar:ne 0f Sur~ty. Sfate ofrnoorporati.on <>f$µrety Telephone: number of suref¥ m~ be·'$~jed, Jn ~dditio11r an original -copy of Power of J\ttQm~y .:Sh~ll ~-atta~d lo lao.nEI by. the Attomey,,i(hFact; The date of bonc:I shall. not ~a prior to ciate of Contract. Bond Number: 46BCSGA9622 THE-STA~ 0FTE.:x:AS COUNTY OF TARR.ANT § That · BAR C.o~structors, Inc. econtr:aetor"), as·,prim;Jpal. ~nd . Hartford Fire Insurance Company ......... ---..... · a corparation organiz~d llnderthe Iaws:ofthe Stale of Connecticut • ,·surety"J, do herebv ~ckn~wleqge themselves-to be held .and bound. tp; pay unto the 'City of · 'F~Tt Worltt •. a .. :Munf~p$l Ce'l)otation chartered , by virtue, of' Constitution and la~ pf 'the Stal~ of ·T.exas, rcitf} in Tar,~n.t County, Texa~. th:e sum .ef Fiv.e Mi11fon $even· Hundred Tflirty~tour Thousand Eight fl.uncfted Seventy-six and :65'/1 '.00 .................................................................. Dc;Jlars {$5,·734,&78 '.65); lawfdJ maney ·.of the · Whited Sta1e,s1 for pay.merit af which s·u.m well and t.rufy be: .made:. wnto ,sai.d City .apd its. ;$tJ.¢e'Ssers. ·said :Contractpr am\1 ~i;tre:t, do here.by .bind themselves~ tl}eir' ,Mei~ exec.utors., admlnlstrators, aScSigns and sucee:ssors, Jointly and -seve~Hy. This oblig~tion is conditioned, however; that: WHEREAS, said Contractor has thi$ day entered into a writt.en Contract wifh the C:itf of Fort Worth, dated the __lY . 9 2 lJ , 201 ·1, a copy sf Wliich i.s hetete attached· and rnade ~ Jl)att' hereof, .ferlhe .pe.rformimce ofth~·foUowing described puplie improvemen~: Forest P.ark -,P-arkview Sto.nn Drain' Improvements {Council Dlslrict ~) the ·same .13eing referred to herein and itt' s.ard .contra.ct a$·'the Wolk a~d being designaled a~ p:r:Qj~ct. homber(s} P22s~541200~2092·so0.&·7483tP227·..s4.1:200102os2·aoo-&:148! and s~id cantract, inclu.dih~ au efthe specifications, conditiens;. addenda; chang~ ·orders and written instruments r-eferre'd to tl'terei!"l as Qontracr Documents being incorporated herein and being made,-a · part h~reof; and; WHEREAS; iq s~i.d C.ontraci, Contracto.r bind.s .it$e.lfto u~e .such mat'efials an~ to ·So constru~ tbe ·work:thaf It will remain in gooq repair and c.ondtti~ufer and :duriri.9 a peridd of after the d~te of tne final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain .said work ih good repair and condition tor sa.icf: term of Two (2): years; and WH~REAS, said Contractor bi.nds itself to rep~ir or reconstruct the. Work. in whofe ,or i_n palf at any time within said period, if in the opinion of the Dir-e,ctor of the City of Fort Worth Department: of Engineering, it be ne.cessary; and-i WHEREAS, said G.o.ntractor binds it~:elf, upo'n· receiving no:Uoe of the need -therefore . to repair Qr recon.struct said Work as herein provided. NOW THEREF0RE, if said ·contracto.r shall keep ,and peiform its sa.kf agreement to maintain, rep.air or reco_nst~et said Wqr:k in a.cco.n:fan® with all the t~rms and condltions of said CpntJ:ad. these pre.sents shall be ·ri'ull .and ,veld, and have ml for<:e. or ett:et:L Oth~rwise; this: 8-pmd shall b.e ~n~. ·remain in tun force and effect, and the City shall have and re.eover from Ctintracior aAd Surety damages-in thepremis.es as. p:rescri~ by said Contract. This op-ligation shall be a continuing oAe and suc.ce:ssi:Ve recoveries. may be had hereon for successive, breaches until th~ full amount trereof is ~xhauste(I. lf)J WITN.ESS WHEREOF, this in'strument is,executed in I counterpart~ ~eh of WhJ~f; -shaU-:b.e deemed an original, this __ _ day of Augu~t A0.20.11. .::.. . ..___. _, -:-- ATTEST: CS .EAL) frl_(l~bd&., Secretary --;... AUG O 9 2011 -·. _ BAR Constructors, Inc. ·-... _ -.:_-·· ......... -· G.ontractor · · _. -= a,,/_.L. ~ Name:16dro Ar@mb~e,J'r. Title; \?re6i deot= Hartford Fire Insurance Company Name: V . Delene Marshall Trtfe: Attorney-In-Fact One Hartford Planza. Hartford, CT 06155 BQ0.392-7805 Actdress Direct Inquiries/Claims to: POWER OF ATTORNEY THE HARTFORD Bond T-4 One Hartford Plaza Hartford , Connecticut 06155 call: 888-266-3488 or fax: 860-757 -5835) KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 46 461496 LI Hartford Fire Insurance Company , a corporation duly organized under the la\\'s of the State of Connec ti cut D Hartford Casualty Insurance Company, a corpora ti on du ly organized under the laws of the State oflndiana D Hartford Accident and Indemnity Company , a corporation dul y organi zed under the laws of the State of Connecticut D Hartford Underwriters Insurance Company, a coqxiration duly organ ized under the laws of the State of Connecticut D Twin City Fire Insurance Company, a coqx)ration duly organized under the laws of the State of Indiana D Hartford Insurance Company of llllnois , a corporation duly o rgani zed under the laws of the State of Illinoi s D Hartford Insurance Company of the Midwest , a corporation dul y organi zed under the laws of th e State of Indiana D Hartford Insurance Company of the Southeast, a corporation dul y organi zed under the laws of the State of Florida having their home office in Hartford , Connecticut (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, uptotheamountof UNLIMITED DENNIS DOWD , JOHN D. FULKERSON, KAE PERDUE, TOM P. ELLIS III, DONNIE D . DOAN, V. DELENE MARSHALL, DEBBIE SMITH OF DALLAS, TEXAS their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above , to sign its name as surety(ies) only as delineated above by ~. and to execute , seal and acknowledge any and all bonds, undertakings , contracts and other written instruments in the nature the reof, on behalf of the Companies in their business of guaranteeing the fide lity of persons , guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on January 22 , 2004 , the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further , pursuant to Resolution of the Board of Directors of the Companies , the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. Scott Sadowsky, Assistant Secretary M . Ross Fi sher, Assistant Vice Pr es ident STATE OF CONNECTICUT} ss . COUNlY OF HARTFORD Hartford On this 3•• day of March . 2008, before me personally came M. Ross Fisher , to me known. who being by me duly sworn . did depose and say: that he resides in the Coun ty of Hartfo rd, State of Connecticut ; that he is the Assistant Vice President of the Companies , the corporations described in and which executed the above instrument ; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals ; that they were so affixed by authority of the Boards of Directors of said corporatio ns and that he signed his name thereto by like authority . . @ ~~~~ Notary Public CERTIFICATE Jvlv Conm1i ss 1o n Expires October 3 I , 2012 I, the undersigned . Assis tant Vice President of the Companies, DO HEREBY CERTIF Y that the above and foregoing is a true and correct copy of the Po wer of Attorney executed by said Companies , which is still in full force effective as of the 4th day of August , 2011 . Signed and sealed at the City of Hartford . • Gary W . Stumper. Assistant Vice Pres ident f ~)A 20 10 IMPORTANT NOTICE · To obtain information or make a complaint: You may contact your agent who is listed on the Declarations Page of your policy , or on your binder or certificate of insurance. You may call The Hartford toll-free telephone number for information or to make a complaint at 1-800-392-7805 You may contact the Texas Department of Insurance to obtain information on companies , coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance P.O. Box 149104 Austin , TX 78714-9104 · FAX# (512) 475-1771 PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute i~ not resolved, you may contact the Texas Department of Insurance. ATIACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Form G-3116-1 Printed in U.S.A . AVISO IMPORTANTE Para obtener informacion o para someter una queja : Puede comunicarse con su agente quien esta alistado en las Paginas de Declaracion de su poliza , o en su resguardo provisional , o en el certificado de seguro. Usted puede llamar al numero de telefono gratis de The Hartford's para informacion o para someter una queja al 1-800-392-7805 Puede comunicarse con el Departamento de Seguros de Texas para conseguir informacion acerca de companias , coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas P.O. Box 149104 Austin, TX 78714-9104 FAX# (512) 475-1771 DISPUTAS SOBRE PRIMAS O RECLAMOS Si tiene una disputa concerniente a su prima o a un reclamo , debe comunicarse con · el agente o la compania primero. Si no se resuelve la disputa , puede entonces comunicarse con el departamento (TOI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto . Page 1 of 1 Producer Compensation Notice You can review and obtain information on The Hartford 's producer compensation practices at www.thehartford .com or at 1-800-592-5717. F-5267-0 HR 00 H093 00 0207 ~ 2007 , The Hartford Page 1 of 1 CITY OF FORT WORTH, TEXAS CONTRACT THE STATE OF TEXAS KNOW ALL PRESENTS COUNTY OF TARRANT AUG O 9 2011 BY THESE This Contract made and entered into this the __ day of A.D ., 20!!, by and between the CITY OF FORT WORTH, a home-rule municipal corporation situated in Tarrant County, Denton, Parker, and Wise Counties, Texas, by an through its duly authorized Assistant City Manager, ("Owner"), and BAR Constructors, Inc., ("Contractor"). Owner and Contractor may be referred to herein individually as a "Party" or collectively as th e "Parties ." WITNESSETH : That said parties have agreed as follows: I. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: Forest Park -Parkview Strom Drain Improvements (Council District 9) 2. That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools , appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth , which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. 3 . The Contractor hereby agrees and binds himself to commence the construction of said work within ten ( l 0) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. OFFICIAL OORD CITY 8 CRETARY FT. WORTH, TX 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the Ci ty of Fort Worth and the City Council of the City of Fort Worth within a period of 270 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 become due him , the sum of $840 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fi xed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Speci fi cation s 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 C ontract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence . In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss , property damage, personal injury, including death, aris ing 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 .. Al so , Contractor (and subcontractors of any tier) likewise covenant and agree that during the course of any construction activity under this Contract, they shall include the Owner and JSD/JDL OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Real Estate II, Ltd. as an additional insured party on Contractor's (and subcontractors ' of any tier) comprehensive general-liability insurance and automobile-liability insurance required by the Owner. In addition, Contractor (and subcontractors of any tier) shall provide Owner with a waiver of subrogation on the Contractor's ( and subcontractors' of any tier) workers' compensation insurance policy. Moreover, Contractor (and subcontractors of any tier) likewise covenant and agree that during the course of any construction activity under this Contract, they shall indemnify Owner and JSD/JDL Real Estate II, Ltd., its officers, agents, servants, and employees, from and against claims arising, in whole or in part, out of Contractor 's (and subcontractors ' of any tier) negligence. ln addition, they shall covenant and agree to indemnify, hold harmless, and defend at their own expense, the Owner and JSD/JDL Real Estate Il, Ltd., its officers, agents, servants, and employees, from and against all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise of, the work and services to be performed by Contractor ( and subcontractors of any tier) their officers, agents , employees, subcontractors, licensees, or invitees . And Contractor (and subcontractors of any tier) covenant and agree to indemnify, hold harmless, Owner and JSD/JDL Real Estate II, Ltd., its officers, agents, servants, and employees, from and against any and all injuries to them their officers, agents, servants, and employees, and loss or destruction of Owner and JSD/JDL Real Estate II, Ltd.'s property arising from the performance of any of the terms and conditions of this Contract. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor 's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. The Contractor agrees , upon the execution of this Contract, and before beginning work, to make, execute and deliver to City of Fart Worth the following bonds in the name of the City of Fort Worth in a sum equal to the amount of the Contract. All bonds furnish hereunder shall meet the requirements 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, solely for the protection of all claimants supplying labor and material in the prosecution of the work. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX C. If the Contract amount is in excess of $100,000, a Performance Bond shall be executed, in the amount of the Contract conditioned on the faithful performance of the work in accordance with the Plans , Specifications, and Contract Documents . Said bond shall solely be for the protection of the Owner. D. A Two-year Maintenance Bond in the Name of the Owner is required for all projects to insure the prompt, full and faithful performance of the general guarantee contained in the Contract Documents. 8. The Owner agrees and binds itself to pay, and the Contractor agrees to receive , for all of the foresaid work , and for all additions thereto or deductions therefrom , the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a , shall be Five Million Seven Hundred Thirty-four Thousand Eight Hundred Seventy-six and 65/100 Dollars, ($5 ,734,876.65). 9 . It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth , Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein . 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and govern ing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX IN WITNESS THEREOF , the City of Fort Worth has caused this instrument to be signed in~ counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in ~ counterparts with its corporate seal attached. . . AUG O 9 2011 Done m Fort Worth , Texas, this the __ day of A.O., 20!!.:. I - OFFICIAL RECORD 1 CITY SECRETARY Ft WORTH, TX APPROVAL RECOMMENDED: u .w Transportation Public Works ATTEST: BAR Constructors, Inc. P.O. Box 10 Lancaster, TX 75146 CONTRACTOR ctor BY:~~ Pr6"i&n+- TITLE Po 6oxlD L~nca~\er TX -, 9Y-Jo ADDRESS November 1960 Revised May 1986 Revised September 1992 ..... /----... ..- CITY OF FORT WORTH - FERNANDO COST A, ASST CITY MANAGER ASST . CITY ATTORNEY OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX ' . ii,-' '" ·, • " PARTS APPENDICES URS No. 25337785 EASEMENTS INDEX 1. Drainage Easement, Temporary Construction Easements (Tracts 1, 2 & 3) And Access Easement (Field Notes and Sketches Only) 1 EXHIBIT A DRAINAGE EASEMENT FIELD NOTE DESCRIPTION BEING a 0.433 acre (18,844 square foot) tract of land in Lots 1 and 2 , Block 34-R of Edward Heirs Addition, an addition to the City of Fort Worth, recorded in Volume 388-74, Page 9 of the Plat records of Tarrant County, Texas and being part of those certain tracts of land conveyed to JSD/JLD Real Estate II, Ltd. as evidenced by deeds recorded in Document No. 206205963 and Document No. 206205964 of the Deed Records of Tarrant County, Texas and being more particularly described as follows: COMMENCING at the intersection of the south line of Parkview Drive, a variab le width right-of-way, and the west line of Forest Park Boulevard , a 110-foot right-of-way, and the northeast corner of Lot 2 and the northeast corner of said JSD/JLD Real Estate tracts; THENCE along the south line of Parkview Drive and the north line of said JSD/JLD Real Estate tracts as follows: South 89°24'20" West departing the west line of Forest Park Boulevard a d istance of 238 .65 feet to the point of curvature of a curve to the left; Along said curve to the left in a westerly direction to the left having a delta angle of 18°39'49", a radius of 363.04 feet, an arc length of 118.26 feet and a chord bearing South 80°04'26" West a distance of 117.74 feet to the POINT OF BEGINNING; THENCE departing the south line of Parkview Drive over and across the JSD/JLD Real Estate tracts as follows: South 36°07'40" East a distance of 311.98 feet; South 11 °47'40" East a distance of 110.75 feet; South 78°03'45" West a distance of 22.43 feet; South 11 °56'15" East a distance of 156.54 feet in a non-tangent curve to the right in the northwest line of Forest Park Boulevard; THENCE along the northwest line of Forest Park Boulevard as follows: Along a non-tangent curve in a southwesterly direction to the right having a delta angle of 2° 42'34", a radius of 405.05 feet, an arc length of 19.15 feet and a chord bearing South 44 °25'42" West a distance of 19.15 feet; South 45°46'59" West a distance of 2.42 feet; Page 1 of 10 EXHIBIT B TEMPORARY CONSTRUCTION EASEMENT TRACT 1 FIELD NOTE DESCRIPTION BEING a 0.330 acre (14,368 square foot) tract of land in Lots 1 and 2, Block 34-R of Edward Heirs Addition, an addition to the City of Fort Worth, recorded in Volume 388-74, Page 9 of the Plat records of Tarrant County, Texas and being part of those certain tracts of land conveyed to JSD/JLD Real Estate II, Ltd. as evidenced by deeds recorded in Document No. 206205963 and Document No. 206205964 of the Deed Records of Tarrant County, Texas and being more particularly described as follows: COMMENCING at the intersection of the south line of Parkview Drive , a variable width right-of-way, and the west line of Forest Park Boulevard, a 110-foot right-of-way , and the northeast corner of Lot 2 and the northeast corner of said JSD/JLD Real Estate tracts; THENCE along the south line of Parkview Drive and the north line of said JSD/JLD Real Estate tracts as follows: South 89°24'20" West departing the west line of Forest Park Boulevard a distance of 238.65 feet to the point of curvature of a curve to the left; Along said curve in a westerly direction to the left having a delta angle of 3°54'34", a radius of 363.04 feet, an arc length of 24. 77 feet and a chord bearing South 87°27'03" West a distance of 24.77 feet to the POINT OF BEGINNING; THENCE South 36°07'40" East departing the south line of Parkview Drive and the north line of said JSD/JLD Real Estate tracts a distance of 246.39 feet; THENCE South 53°52'20" West a distance of 55.00 feet; THENCE North 36°07'40" West a distance of 27 4.13 feet to a non-tangent curve to the right in the south line of Parkview Drive and the north line of said JSD/JLD Real Estate tracts; THENCE along said non-tangent curve in an easterly direction to the right having a delta angle of 9°43'58", a radius of 363.04 feet, an arc length of 61 .67 feet and a chord bearing North 80°37'47" East a distance of 61.60 feet the POINT OF BEGINNING; CONTAINING within the metes recited 0.330 acre or 14,368 square feet, of land, more or less. Page 3 of 10 EXHIBIT B TEMPORARY CONSTRUCTION EASEMENT TRACT 2 FIELD NOTE DESCRIPTION BEING a 0.524 acre (22,802 square foot) tract of land in Lots 1 and 2, Block 34-R of Edward Heirs Addition, an addition to the City of Fort Worth, recorded in Volume 388-74, Page 9 of the Plat records of Tarrant County, Texas and being part of those certain tracts of land conveyed to JSD/JLD Real Estate 11, Ltd. as evidenced by deeds recorded in Document No. 206205963 and Document No. 206205964 of the Deed Records of Tarrant County, Texas and being more particularly described as follows: COMMENCING at the intersection of the south line of Parkview Drive, a variable width right-of-way, and the west line of Forest Park Boulevard, a 110-foot right-of-way, and the northeast corner of Lot 2 and the northeast corner of said JSD/JLD Real Estate tracts; THENCE along the south line of Parkview Drive and the north line of said JSD/JLD Real Estate tracts as follows: South 89°24'20" West departing the west line of Forest Park Boulevard a distance of 238.65 feet to the point of curvature of a curve to the left; Along said curve in a westerly direction to the left having a delta angle of 19°39'38'', a radius of 363.04 feet, an arc length of 124.58 feet and a chord bearing South 79°34'31" West a distance of 123.96 feet to a 1/2-inch iron rod found for the northwest corner of said JSD/JLD Real Estate tracts; THENCE South 04°13'20" West along the west line of said JSD/JLD Real Estate tracts a distance of 52.42 feet to the POINT OF BEGINNING in the east line of Lot 1, Block 35-R, Edward Heirs Addition, an addition to the City of Fort Worth recorded in Volume 388-139, Page 76 of the Plat Records of Tarrant County, Texas and the east line of that certain tract of land conveyed to Woodcrest Plaza 2001 Limited Partnership as evidenced by deed recorded in Volume 14688, Page 349 of the Deed Records of Tarrant County, Texas; THENCE South 36°07'40" East departing the common west line of said JSD/JLD Real Estate tracts and the east line of said Woodcrest Plaza 2001 tract a distance of 265.19; THENCE South 11 °47'40" East a distance of 270.66 feet to the northwest line of Forest Park Boulevard and the southeast line of said JSD/JLD Real Estate tracts; THENCE South 45°46'59" West along the common line northwest line of Forest Park Boulevard and southeast line of said JSD/JLD Real Estate tracts a distance of 49.39 feet; Page 4 of 10 EXHIBIT B TEMPORARY CONSTRUCTION EASEMENT TRACT 2 FIELD NOTE DESCRIPTION THENCE North 11 °47'40" West departing the common line northwest line of Forest Park Boulevard and southeast line of said JSD/JLD Real Estate tracts a distance of 263.18 feet; THENCE North 36°07'40" West a distance of 219.82 feet to the common west line of said JSD/JLD Real Estate tracts and the east line of said Woodcrest Plaza 2001 tract; THENCE North 04°13'20" East a distance of 77 .23 feet to the POINT OF BEGINNING ; CONTAINING w ithin the metes recited 0.524 acre or 22,802 square feet of land, more or less . Page 5 of 10 EXHIBIT B TEMPORARY CONSTRUCTION EASEMENT TRACT 3 FIELD NOTE DESCRIPTION BEING a 0.087 acre (3,804 square foot) tract of land in Lots 1 and 2, Block 34-R of Edward Heirs Addition, an addition to the City of Fort Worth, recorded in Volume 388 -74, Page 9 of the Plat records of Tarrant County, Texas and being part of those certain tracts of land conveyed to JSD/JLD Real Estate II, Ltd. as evidenced by deeds recorded in Document No . 206205963 and Document No. 206205964 of the Deed Records of Tarrant County, Texas and being more particularly described as follows: COMMENCING at the intersection of the south line of Parkview Drive , a variable width right-of-way, and the west line of Forest Park Boulevard, a 110-foot right-of-way, and the northeast corner of Lot 2 and the northeast corner of said JSD/JLD Real Estate tracts; THENCE departing the south line of Parkview Drive and along the common west line of Forest Park Boulevard and east line of said JSD/JLD Real Estate tracts as follows: South 05°42 '20" West a distance of 306.16 feet to a point of curvature of a curve to the right; Along said curve in a southerly direction to the right having a delta angle of 21 °24'56", a radius of 405.05 feet, an arc length of 151.40 feet and a chord bearing South 16°25'08" West a distance of 150.52 feet to the POINT OF BEGINNING; Continuing along said curve in a southwesterly direction to the right having a delta angle of 5° 10'25", a radius of 405.05 feet , an arc length of 36.57 feet and a chord bearing South 29°42'49" West a distance of 36.56 feet; THENCE North 16°57'15" West departing the common west line of Forest Park Boulevard and east line of said JSD/JLD Real Estate tracts a distance of 48 .51 feet; THENCE North 27°12'15" West a distance of 5.30 feet; THENCE North 11 °47'40" West a distance of 90.00 feet; THENCE North 78°12'20" East a distance of 30.00 feet; THENCE South 11 °47'40" East a distance of 116.04 feet to the POINT OF BEGINNING; CONTAINING within the metes recited 0.087 acre or 3 ,804 square feet of land, more or less. Page 6 of 10 EXHIBIT C ACCESS EASEMENT FIELD NOTE DESCRIPTION BEING a 0.175 acre (7,609 square foot) tract of land in Lots 1 and 2, Block 34-R of Edward Heirs Addition, an addition to the City of Fort Worth, recorded in Volume 388-74, Page 9 of the Plat records of Tarrant County, Texas and being part of those certain tracts of land conveyed to JSD/JLD Real Estate II, Ltd. as evidenced by deeds recorded in Document No. 206205963 and Document No. 206205964 of the Deed Records of Tarrant County, Texas and being more particularly described as follows: COMMENCING at the intersection of the south line of Parkview Drive, a variable width right-of-way, and the west line of Forest Park Boulevard, a 110-foot right-of-way, and the northeast corner of Lot 2 and the northeast corner of said JSD/JLD Real Estate tracts; THENCE South 89°24'20" West departing the west line of Forest Park Boulevard and along the south line of Parkview Drive and the north line of said JSD/JLD Real Estate tracts a distance of 196.90 feet to the POINT OF BEGINNING and the beginning of a non- tangent curve to the right; THENCE departing the south line of Parkview Drive and the north line of said JSD/JLD Real Estate tracts and along said non-tangent curve in a southwesterly direction to the right having a delta angle of 58°06'27", a radius of 186.75 feet, an arc length of 189.39 feet and a chord bearing South 67°10'28" West a distance of 181.38 feet to the west line of said JSD/JLD Real Estate tracts and the east line of Lot 1, Block 35-R, Edward Heirs Addition, an addition to the City of Fort Worth recorded in Volume 388-139, Page 76 of the Plat Records of Tarrant County, Texas and the east line of that certain tract of land conveyed to Woodcrest Plaza 2001 Limited Partnership as evidenced by deed recorded in Volume 14688, Page 349 of the Deed Records of Tarrant County, Texas; THENCE North 04°13'20" East a distance of 47.63 feet to a capped 1/2-inch iron rod found in the south line of Parkview Drive for the northwest corner of said JSD/JLD Real Estate tracts and the beginning of a non-tangent curve to the right; THENCE along said non-tangent curve in an easterly direction to the right in the south line of Parkview Drive having a delta angle of 19°45'04", a radius of 363.04 feet, an arc length of 125.15 feet and a chord bearing North 79°37'14" East a distance of 124.53 feet to a point of tangency; THENCE North 89°24'20" East continuing along the south line of Parkview Drive a distance of 41.18 feet to the POINT OF BEGINNING; CONTAINING within the metes recited 0.175 acre or 7,609 square feet of land, more or less. Page 7 of 10 Bearings, distances and coordinates shown are based on NAO 83, Texas State Plane Coordinate System, North Central Zone. I, Ayub R. Sandhu, a Registered Professional Land Surveyor, hereby certify that the legal description hereon and the accompanying plat represent an actual survey made on the ground under my supervision. ~/{~ tr-.ff°-Jt!J AyR. Sandhu, R.P.L.S. Texas Registration No. 2910 Page 8 of 10 CLEAR FORK TRINITY RIVER 11=03"54'34" R=363.04' 11=09"4 3'58" A=24 .7T PARKVIEW DR. VARIABLE RIGHT-OF-WAY WIDTH 11=05"01 '17" R=363.04' A=31 .82' R=363.04' B=S 87'27'03" W A=61 .6T C=24.7T B=N 80 "37'47" E / P.O.C. 11=00"59'49" R=363.04' A=6.32' B=N 70 '14'37" E C=6 .32' 1/2" IRON ROD FOUND CITY OF FT WORTH VOL. 5282, PG . 422 D.R.T.C.T. LOT1 BLOCK 35-R EDWARD HEIRS ADDITION VOL. 388 -18 9, PG . 76 & 77 P.R.T .C.T. WOODCREST PLAZA 2001 LIMITED PARTNERSHIP VOL. 14688, PG. 349 D.R.T.C.T. B=S 73'15'09" W C=31 .81 ' C=61 .60' \_ ---....--...1...-------~S;:-8:;:9:::.2:::4.:;;:20;,. W;,;-1 238.65' \ 1 -P.O.B. ', \ \ EXHIBIT"B" P.O.B.\ \ TRACT1 \ EXHIBIT "A" \ \ \ <I' \ " "~ ... \ ~ ~~ } \ ""6'~ \ ~~ \ "' '&' \ LOT2 BLOCK34-R EDWARDS HEIRS ADDITION VOL. 388-74, PG . 9 P.R.T.C .T. {~ ~\ ~ ,, \ ', \~ \ \ ~ ~ \ \ \ '?i,1' ~\, \ \ \ -'vO~u>;t.C'"VC':>. \ \ \ ·<.>. ''l! '% <\~., .s>. \ JSD/JLD REAL ESTATE II, LTD . ~II'<>.,, ~ <I',>, \ DOC NO. 206205963 / \ ~ "'~ ;.. 1). D .R.T .C .T. \ '~\ Y.'\; v(l,>, \ ~\ \ '61,, \ «-· \ ?. \\,/~<?,,_ 0 \ \ <fl \ '?y~'+, \ \ \ .,., \ ., o~~ \ \ '1'd',,;~\<"«'~. \ ~~ \ .. II' "'Y. '1'"' -y. \ {;,, P."'%~ \ \ \ oi.,. 1-,,. \, \ \ \ \ > 'y.,., \ ,;§I / .., \ <.,"-> ~tl~ \ "'· /,<.,'l- \ /<.,":i ~ \/ "' \\ \:, \\;. '\! ' O' 50' ---~-- • :I: a 1-> 9 -' ~ m >-~ i ct'. u.. <( 9 a. !c I-£2 (/) Q'. UJ I-rr g 0 I+, LL ~ Bas is of Bearings: The bearings 100' ' DRAINAGE EASEMENT EXHIBIT "A" TEMPORARY CONSTRUCTION EASEMENT EXHIBIT "B" shown hereon are based on NAD 83 Texas State Plane Coordinate System North Central Zone . TRACTS 1, 2, & 3 BLOCK 34-R EDWARDS HEIRS ADDITION CITY OF FORT WORTH TARRANT COUNTY, TEXAS 5/5/10 SCALE: 1 " = 50' LEGEND P.0.C .• Point of Commencing P.O .B. -Point of Beg in ning D.R .T .C .T. -Deed Records Tarrant County Texas P.R.T.C .T. • Plat Records Tarrant County Texas ARS JOBNO~ 301-08-024 PAGE NO.: 9 OF 11 ""' ~\ ·1µ. \ \ \ MATCHLiNE SHEET 9 &. 10 _ _ .. ==--Mm~HEET9&.'To"°' ---= \ LOT1 BLOCK34-R EDWARDS HEIRS ADDITION VOL. 3a8-74, PG. 9 P .R.T.C.T. JSD/JLD REAL ESTATE II, LTD. DOC NO. 206205964 D.R.T.C.T . DRAINAGE EASEMENT EXHIBIT"A" TEMPORARY CONSTRUCTION EASEMENT EXHIBIT "B" TRACTS 1, 2, & 3 BLOCK 34-R EDWARDS HEIRS ADDITION CITY OF FORT WORTH TARRANT COUNTY, TEXAS \ \ \ \ \ \ \ \ \ \ \ LOT2 BLOCK 34-R EDWARDS HEIRS ADDITION VOL. 388-74, PG. 9 P .R.T .C.T . 3: ~ N :" "' 0 Cl) / 11=05"10'25" P.O.C. 11=21 "24'56" R=405.05 A=151 .40' B=S 16"25'08" W C=150.52" / 'R=405.05 t\ A=36 .57' h -':. B=S 29"42'49" W C=36.56' 'l:, \ \ 11=02"42'34 " R=405.05' --A=19.15' B=S 44"25'42" W C=19 .15" LEGEND P.O.C. -Point of Commencing P.O.B. -Point of Beginning D.R .T.C.T . -Deed Records Tarrant County Texas O' 50' ~---~ 100' ' Basis of Bearings: The bearings shown hereon are based on NAO 83 Texas State Plane Coordinate System North Central Zone. ARS 5910 N. Central Expressway Sul e 1000 Dallas, Texas 75206 (214) 739-3152 Fax (214) 739-3169 DATE: 5/5/10 SCALE: 1 " = 50' CADD FILE: EASEMENTS.DWG JOBNO.: 301-08-024 PAGE NO.: 10 OF 11 t.=19°45'04" R=363 .04' PARKVIEW DR. VARIABLE RIGHT-OF-WAY WIDTH A=125.15' B=N 79°37'14" E P.O.B . P.O .C. CITY OF FT WORTH VOL. 5282 , PG . 422 D.R.T.C.T. C=124 .53' \._ -- - -~9°~20..:.!; ....,l.------. ).. --41 .18' S 89°24'20" W --\-/ -/ 1/2" IRON -EXHIBIT "C" / ROD FOUND r \ TEMPORARY ACCESS / EASEMENT \ 0.175Acre / ,~ \ 7,609 Sq . Feet / ' ~M / ~~ \ / v~ ~ I~ \ ,.,, ~ ti=s8°06·2r --"'-. R=186 .75' ___ ---\ A=189.39' \ B=S 67°10'28" W C=181 38' \ . \ \ LOT2 BLOCK34-R EDWARDS HEIRS ADDITION VOL. 388-74, PG . 9 P .R.T.C .T . \ \ JSD/JLD REAL ESTATE II, LTD. LOT 1 <o\ :;A BLOCK 35-R EDWARD HEIRS ADDITION VOL. 388-189 , PG . 76 & 77 P .R.T .C .T. ~\ -z.. WOODCREST PLAZA 2001 LIMITED PARTNERSHIP VOL. 14688, PG. 349 D .R.T .C.T. LOT 1 BLOCK34-R EDWARDS HEIRS ADDITION VOL. 388-74 , PG . 9 P.R.T.C .T . \\' \ \ \ DOC NO. 206205963 D.R.T.C.T. \ \ \ \ \ \ \ \ \ 196 .90' \ O' 40' ---1M M 80' j TEMPORARY ACCESS EASEMENT EXHIBIT "C" Basis of Bearings : The bearings shown hereon are based on NAO 83 Texas State Plane Coordinate System North Central Zone. BLOCK 34-R EDWARDS HEIRS ADDITION CITY OF FORT WORTH TARRANT COUNTY, TEXAS DATE: 5/5/10 SCALE: 1" = 40' LEGEND P .O.C . -Po int of Commenc ing P.O.B. -Point of Beginning D.R.T .C .T. -Deed Records Tarrant County Texas P.R.T .C .T. • Plat Records Tarrant County Texas ARS CAD0 FllE: EASEMENT2 .DWG JOBNO .: 301-08-024 PAGE NO.: 11 OF 11 -PERMITS INDEX 1. Texas Department Of Transportation (TxDOT) Permit For Traffic Control Only (On State ROW) 2. US Army Corps Of Engineers Waters of The U.S. Survey of City of Fort Worth, Texas, Forest Park -Parkview Storm Drainage Improvements (Refer to the last paragraph of the "Conclusions" section of the survey, which states, "Based on the available information, the construction site will be confined to less than 1.0 acre and will not require permitting through the NPDES nor will the development of a SWPPP be necessary. It is recommended that Best Management Practices be incorporated during construction to minimize site erosion and run-off."). 3. Texas Historical Commission (THC) Texas Antiquities Permit #5493 "COMPLETED PERMIT" notification letter and report titled, "Deep Mechanical Testing for the Forest Park -Parkview Storm Drainage Improvements Project Number 00674, City of Fort Worth, Tarrant County, Texas". 1 ~ --~ I Texas Department of Transportation Tony Islam ARS Engineers, Inc. P.O. BOX 6868 • FORT WORTH , TEXAS 76115-0868 • (817) 370-6500 June 17, 2010 101 Summit Avenue, Suite 510 Fort Worth, Texas 76102 (220) Approval 03-TC-77-10 IH 30 Control 1068 Section 1 REFERENCE: CITY OF FORT WORTH Dear Mr. Islam: FOREST PARK STORM DRAIN IMPROVEMENTS TRAFFIC CONTROL ONLY IH 30 (Westbound Frontage Road) at Forest Park Boulevard Fort Worth, Texas The Texas Department of Transportation has reviewed the attached Permit Plan involving Traffic Control Only within the TxDOT right of way for The City of Fort Worth, Forest Park Storm Drain Improvements project at the above mentioned location in Fort Worth, Texas. Based upon our review of the attached plans, the State concurs with the project. This letter is the State's authorization to proceed with the traffic control within the State right of way in accordance with the attached plans designed by Ram C. Gopal, P.E., on 6-3-2010. All Traffic Control within the State right of way shall be in accordance with State Standards and Specifications contained in the attached plans. Mark Price, State Inspector, (817) 370-6909, Fort Worth , Texas, shall be notified twenty-four hours prior to beginning the construction within the State right of way. A Pre-Job construction meeting is required prior to beginning construction within the State right of way authorized by this permit. An Equal Opportunity Employer Tony Islam June 17 , 2010 Page 2 Utility companies shall be given prior notification of the pending construction to ensure that no conflicts exist within this project area . Signs and barricades shall be provided by the contractor which shall cons ist of detours , barricades, warning signs , flares , flash ing light signals , and flagmen as are necessary to direct and protect vehicular traffic while the construction work as described above is done on the State right of way . All traffic control procedures as mentioned above shall be in compliance with the "Texas Manual on Uniform Traffic Control Devices ." Traffic Signal Operations, telephone number (817) 370-6671, shall be notified forty- eight hours prior to beginning any excavation within the right of way in order that the State may verify the existence of any electrical wiring . Failure to provide proper notification will result in the immediate repair at the grantee's expense . Should you have any questions concerning this matter, please call Wallace Rennels at (817) 370-6526 . Sincerely, For: Richard Schiller, P . E. /wr Attachments cc: Greg Cedillo, P. E., Area Engineer Wallace Rennels, District Permit Office Director of Maintenance ECOLOGICAL COMMUNJCATJONS CORPORATJON August 12, 2009 Mr. Michael A. Owen P.E. Senior Professional Engineer City of Fort Worth Environmental Services Transportation and Public Works Department I 000 Throckmorton Street Fort Worth, Texas 76102 Re: Forestpark-Parkview Stonn Drainage Improvements U.S. Army Corp of Engineers Waters of the U.S. Determination and Permitting. Dear Mr. Owen, Ecological Communications Corporation is please to provide you with a copy of our U.S. Army Corp of Engineers (USACE) Waters of the U.S. (WOUS) Determination and Permitting document addressing the City of Fort Worth Forestpark-Parkview Stom1 Drainage Improvements construction impacts to jurisdictional waters and pennitting recommendations. To summarize, the Forestpark-Parkview Stonn Drainage Improvements impacts to USACE WOUS are within the limits set forth in Nationwide Permit 12 "Utility Line Activities". In addition, the project does not meet any of the pre-construction notification criteria . Pre- construction notification of the USACE District Engineer will not be required. We appreciate the opportunity to provide you with this document. Should you have any questions regarding this information or need further documentation, please let us know. Sincerely, t ·Ecolog;c~::'.'atfon, Corpo'3tion in P. Undsey Senior Biologist (512)329-003 I jlindsey@ecommcorporation.com Enclosures Tel : (512) 329-0031 4009 Banister Lane. Suite 300 Austin . Texas 78704 Fax: (512) 329-0012 US ARMY CORPS OF ENGINEERS WATERS OF THE U.S. SURVEY OF CITY OF FORT WORTH, TEXAS FOREST PARK-PARKVIEW STORM DRAINAGE IMPROVEMENTS Prepared for: The City of Fort Worth 1 000 Throckmorton Street Fort Worth, Texas 76102 Prepared by: Ecological Communications Corporation Austin, Texas August 2009 USA CE WOUS Survey of the City of Fort Worth, Texas Forestpark-Parkview Storm Drainage Improvements INTRODUCTION Ecological Communications Corporation (EComm) was contracted by URS Corporation to conduct a U .S. Anny Corp of Engineers (USACE) Waters of the U.S., including wetlands (WOUS), evaluation of a City of Fort Worth Stormwater Improvement Project in Tarrant County, Texas (Figure I). EComm performed an on-site pedestrian survey on July 24, 2009 in order to identify potential WOUS, including wetlands, within the vicinity of the project area . This report presents the observations made during the on-site survey and the best available information gathered from multiple sources, including aerial photographs, US Geologkal Survey (USGS) topographic maps, U.S. Fish and Wildlife Service (USFWS) National Wetland lnventory (NWJ) maps, Natural Resource Conservation Service (NRCS) soils maps, Texas Natural Diversity Database (TNDD) Threatened and Endangered Species Element Occurrence Records (EOR) and the Texas Parks and Wildlife Department's (TPWD) county list of threatened and endangered species and TPWD vegetation maps. 0 0 0 0 1./l r-- N m z 0 m m m I") r-:: N (\") .. 97 .36667° w WGS84 97.35000° W 97.36667° w WGSB4 97.35000° W o.o 0.5 1.0 mies 1---,......._-.,...__.~....._~ ........ ~_._......._ ......... .,.__. o.o 0.5 1.0 1.5 km Figure I . Overview of project area . Ecological Communications Corporation z 0 0 0 0 1./l r-- N m z 0 m m m I") r-- l\i m ™F 07/31/09 USACE WOUS Survey of the City of Fort Worth, Texas Forestpark-Parkview Storm Drainage Jmprovements SJTE SURVEY METHODS The City of Fort Worth plans to add capacity to an existing Stonnwater Drainage System that empties at its northwestern terminus into the Clear Fork of the Trinity River (Trinity River) located approximately 550 feet west of the intersection of Forest Park Blvd . and Parkview Drive in Tarrant County, Texas (Lat. 32.7407 and Lon . -97.3545). A pedestrian survey of the area surrounding the Stonnwater Drainage Structure (structure) was conducted on July 24, 2009 . The survey area was assessed for potential USACE WOUS. The vegetative conditions (including dominant overstory, midstory and understory/ground-cover vegetation), hydrology, soils, wildlife and wildlife habitats, and any special environmental features such as rock outcrops, caves, springs, etc. were recorded at the structure location. Photos taken during the site survey can be found in Appendix A. REGULATORY GUIDANCE Waters o(the VS All WOUS are considered jurisdictional by the USACE. The dredging or filling of more than a standard acreage or distance (depending on the activity) of these waters at an individual project site must be pennitted by the USACE under Section 404 of the Clean Water Act. WOUS include: • All waters that are currently used , or were used in the past, or may be susceptible to use, in interstate or foreign commerce, including all waters that are subject to the ebb and flow of the tide; • All interstate waters including interstate wetlands; • All other waters such as interstate lakes, rivers, streams (including intennittent streams), mudflats, sandflats, wetlands, sloughs, prairie potholes, wet meadows, playa lakes, or natural ponds; the use, degradation or destruction of which could affect interstate or foreign commerce including any such waters: I . that are or could be used by interstate or foreign travelers for recreationaJ or other purposes; or 2 . from which fish or shellfish are or could be taken and sold in interstate or foreign commerce; or 3. that are used or could be used for industrial purpose by industries in interstate commerce; • All impoundments of waters otherwise defined as Waters of the U.S. under the definition; • Tributaries of waters identified in all sections above; • The territorial seas; • Wetlands adjacent to waters (other than waters that are themselves wetlands) identified in all sections above. The term "adjacent" means bordering, contiguous, or neighboring. Wetlands separated from other Waters of the U .S. by man-made dikes or barriers, natural river benns, beach dunes and the like are "adjacent wetlands." WOUS typically do not include: • Waste treatment systems, including treatment ponds or lagoons designed to meet the requirements of the Clean Water Act; • Abandoned stock ponds (in certain circumstances); • Road-side ditches; • Mined areas (until they assume characteristics of Waters of the US); • Agricultural areas. Ecological Communications Corporation 2 Section 401 Certification USA CE WOUS Survey of the City of Fort Worth, Texas Forestpark-Parkview Storm Drainage ImproYements Section 401 of the CWA states, in part, that any applicant for a Federal license or pennit to conduct construction activities, which may result in any discharge into the navigable waters, shaJI provide the licensing or permitting agency a certification from the State in which the discharge originates. Wetlands Wetlands are areas that are inundated or saturated by surface or ground water at a frequency and duration sufficient to support, and that under normal circumstances do support, a prevalence of vegetation typically adapted for life in saturated soil conditions. Any activity involving the dredging or filling of wetlands of any size requires a permit by the USACE. National Pollution Discharge Elimination System The National Pollution Discharge Elimination System (NPDES) is a federal regulatory program to control the discharges of pollutants in surface waters of the United States . The Texas Commission on Environmental Quality (TCEQ) Texas Pollution Discharge Elimination System (TPDES) program has federal regulatory authority over discharges of pollutants in Texas waters. Construction sites that discharge stonnwater associated with construction activities in the State of Texas may discharge to surface waters on the state only in accordance to effluent limitations, monitoring requirements and other limitations set forth in the TPDES General Permit No . TXRI 50000. Permit coverage is not required for construction sites under I acre. For construction sites greater than I acre a Stormwater Pollution Prevention Plan (SWPPP) must be developed and posted at the site and/or a Notice oflntent (NOi) filed with the TCEQ. SITE SURVEY RESULTS General Setting The project occurs within the Cross Timbers Level 111 Ecoregion and the Grand Prairie Level IV Ecoregion. Commercial and residential development and maintained parklands are the dominant environmental features . Natural, undisturbed vegetative conditions or large patches of habitat do not occur in the area. This portion of the Trinity River is categorized as Lower Perennial Riverine by the US Fish and Wildlife Service and is considered jurisdictional by the USACE. The section of river has been channelized and diverted from its natural channel and contained within a levee system from its junction with the West Fork of the Trinity River upstream approximately 7 .5 miles to Southwest Blvd. (SHI 83). Additional flood control structures along this section of river include one dam and several dikes. Flowing water was observed within the river channel. No wetlands were observed within the surveyed area. The TCEQ 303d List of Impaired Waters lists this section of the Trinity River as Impaired Sa (PCB's in fish tissue) Total Maximum Daily Load (TMDL) is underway, scheduled or to be scheduled. The Federal Emergency Management Agency (FEMA) maps the area as within the I 00 year flood plain (Zone AE- 100 year flood base elevation determined). Soils The NRCS Soils Map for Tarrant County, Texas indicates the dominant soil in the project area as Frio- Urban Complex occasionally flooded. Frio soils form along floodplains of major streams . These soils form in calcareous clayey and loamy soils derived from Cretaceous limestone. Urban soils are defined by extensive and repeated disturbance of varied origins. The soils associated with the project are very rocky, of unknown origin and are likely non-native fill material derived off-site for the construction of the levee system. Ecological Communicatfons Corporation 3 ., I Vegetatio11 USA CE WOUS Survey of the City of Fort Worth, Texas Forestpark-Parkview Storm Drainage Improvements The area from the upper slopes of the levee system down to the Ordinary High Water Mark (OHWM) of the river is maintained through frequent mowing and is dominated by herbaceous vegetation . Bennuda grass (Cynodon dacty/011) is the dominant herbaceous species with numerous forb species typical of disturbed area scattered throughout, including Redroot Amaranthus (Amaranthus retrojlexus), Hedge False Bindweed (Ca/istegia sepium), Dallisgrass (Paspalum dilitatum), Silverleaf Nightshade (Solanum elaeagnifolium), Feverfew (Parthenium spp.), Texas Frogfruit (Phyla nodiflora) and Johnson Grass (Sorghum halepense). No trees, shrubs or woody vines were observed within the surveyed area . Wildlife Few wildlife species were observed during the site survey due to the lack of habitat diversity . The species observed were typical of open-water habitat in an urban setting and included Mallard, Wood Duck, River Cooter and Red-eared Slider. The TNDD was reviewed and no records of threatened or endangered species were indicated to occur with in the vicinity of the project area. In add ition, no threatened or endangered species or their habitats were observed within the surveyed area . Waters oftl,e U.S. including wetlands The Clear Fork of the Trinity River is considered jurisdictional by the USACE and impacts to these waters must be pennitted. A wetland determination was conducted during the pedestrian survey of the area surrounding the construction site . The Wetland Data Fonn can be found in Appendix C . No wetland areas were found within or near the area of anticipated impacts. No impacts to wetlands are anticipated from activities associated with this project. Existing structures The existing outfall structure consists of the terminal end of two 8' x 7' culverts and a winged concrete outfall structure that extends to the OHWM of the Trinity River (Photos I and 2). The structure has expanded the OHWM approximately 2,070 square feet (0.05 acres). Improvements to the stormwater drainage system would include adding two additional 8' x 7' culverts and increasing the size of the associated outfall structure to accommodate the new culverts . The surface area of the new structure will add approximately 1, 130 sq. ft to the existing structure (Appendix B). CONCLUSIONS This section of the clear fork of the Trinity River is considered jurisdictional by the USACE. Any fill or dredge within the OHWM of this section of river will require a permit from the USA CE. The discharge of dredge or fill into WOUS under a specified acreage can be permitted under one of a number of Nation Wide Permits (NWP). The discharge of dredge or fill into WOUS over these limits must be pennitted under an Individual Permit. The new structure will add approximately 1130 sq . ft . of surface area to the existing structure and permanently impact approximately 0.03 acres of WOUS. Temporary impacts from construction activities associated with this project are expected to be less than 0.5 acres and similar to those assoc iated with the construction of the existing structure (Photo 3). Based on the information provided, the survey results of the project area and consultation with USACE Fort Worth District Office, the construction activities associated with this project can be permitted under NWP 12 "Utility Line Activities". A "utility line" is defined as any pipe or pipeline for the transportation of any gaseous, liquid, Iiquefiable, or slurry substance, for any purpose, and any cable, line, or wire for the transmission for any purpose of electrical energy, telephone, and telegraph messages, and radio and television communication. NWP 12 authorizes the construction, maintenance, or repair of utility lines, including outfaJI and intake structures and the associated excavation, backfill, or bedding for the utility lines, in all waters of the United States, provided Ecological Communications C01poration 4 USACE WOUS Survey of the City of Fort Worth, Texas Forestpark-Parkview Storm Drainage Improvements there is no change in preconstruction contours. Activities authorized by this permit may not exceed a total of 1/2 acre loss of WOUS . Where the project area is restored to preconstruction contours and elevations, the temporary filling, flooding, excavation, or drainage of WOUS are not included in the calculation of permanent loss of WOUS . All activities must comply with the NWP General Conditions requirements to be valid under this permit. A copy of NWP 12 and General Conditions can be found on the USACE website at: http://www.nao .usace.anny .m il/teclmical%20services/Regul atory%20branch/NW _ enclosures/NW-12.pdf The pennittee must submit a pre-construction notification to the USACE District Engineer prior to commencing the activity if any of the following criteria are met : (I) the activity involves mechanized land clearing in a forested wetland for the utility line right-of-way; (2) a section 10 permit is required; (3) the utility line in waters of the United States, excluding overhead lines, exceeds 500 feet; (4) the utility line is placed within a jurisdictional area (i.e., water of the United States), and it runs parallel to a stream bed that is within that jurisdictional area; (5) discharges that result in the loss of greater than I/JO-acre of waters of the United States; (6) permanent access roads are constructed above grade in waters of the United States for a distance of more than 500 feet; or (7) permanent access roads are constructed in waters of the United States with impervious materials. The project does not meet exceed any of the pre- construction notification criteria. Pre-notification of the USACE District Engineer will not be required for this project. Based on the available information, the construction site will be confined to less than 1 acre and will not require permitting through the NPDES nor will the development of a SWPPP be necessary. It is recommended that Best Management Practices be incorporated during construction to minimize site erosion and run-off. Ecological Communications Corporation 5 REFERENCES USA CE WOUS Sun•ey of the City of Fort Worth, Texas Forestpark-Parkview Storm Drainage Improvements NATURAL RESOURCES CONSERVATION SERVICE, 1981. Soil Survey of Tarrant Cow1ty, Texas. U.S. Department of Agriculture, Texas Agriculture Experiment Station. TEXAS PARKS AND WILDLIFE DEPARTMENT, 2009.Annofated County List of Rare Species [online). HTTP://GJS. TPWD.ST A TE . TX. USITPWENDANGEREDSPECIES/DESKTOP DEF AUL T.ASPX?T AB INDEX= 0&TABID=9&TYPE=COUNTYLIST&PARM=BRAZORJA [Accessed July 2009]. TEXAS PARKS AND WILDLIFE DEPARTMENT, 2009. Natural Diversity Database. Element of Occurrence Report (EOR) generated July 2009. U.S. ARMY CORPS OF ENGINEERS, 1987. Corps of Engineers Wetland Delineation Manual. Wetlands Research Program Technical Report, Y-87-1. Washington D.C. U.S. GEOLOGICAL SURVEY, 1974.7.5 Topographic Quad Map of Tarrant, Texas. Ecological Communications Corporation 6 APPENDIX A Site Survey Photos Photo 1 : View of existing structure from across the river facing east. Photo 2: View of site conditions facing southwest. Photo 3: Photo taken during the construction of existing structure illustrating extent of potential temporary impacts to WOUS from proposed construction activities addressed in this document. APPENDIXB Project Plan and Profile Drawings Related to Impacts Addressed in this Document !• _________________________ ___:__ i ii 'IPPROX, WATER TABLE\ EL•53'1.5 _l_ APPROX. ~5' APPROX. 66' ~---""EET PILING SELECT SACKF I LL NOTE• APPROX, rGROUNO I -EL·SSl.5 APPROX. £WATER TABLE EL•53'1.5 = OPTION A WILL BE OPEN CU1 TO REPLACE EXISTING BOXES SECTION A OPTION A -REPLACEMENT OF TWO EXISTING FAILING BOXES ANO INSTALLATION OF TWO NEW BOXES ALTERNATIVE I ALIGNMENT N. T. S . PRELIMINARY • FOR REVIEW CMU , ___ ..... , ... --4 ........ _ ..., -,.., w.,.-,_. -...cw,.,n.,,._. or ,.,..,rn,..,,~._,...,._._._..,. "-'··--......... ,. S'!CTJON A• OPT1CJN A ALTIRNATIVE I ALIGNMENT I UJDI TO TIIOOT 1il UIDMO r•-o 10ft w,..._. ..... l DOUU OUTING C\I. Vt;'ltH CULVERT CONNECTION DETAIL A suU:1/.· • l'·a· ... an' or ,on '"*111, -nu, ~""9~.a::...._,urr. FORESr PIJUt -PAJUCVJEW RM DRAINAGB IMPROVBMENTS CUl VERT CONNECTION PLAN DETAIL A URS .. L • ....._._.._ ... ,... ..... , ........ ..,_ ·"'-"' ... '!Ot.lfft,119:11. ..... 3111 _ .. a re APPENDIXC Wetland Determination Data Form -Great Plains Region WETLAND DETERMINATION DATA FORM-Great Plains Region Project/Site: Forest Park-Parkv iew Storm Dra i nage Improvements City/County: ..,_T_,.a,_,_rr.,,_an,.,,t..._ _________ Sampling Date: 7-24-09 Applicant/Owner: City of Fort Worth State : Texas Sampli ng Po int: 1 of 1 lnvestigator(s): ~Jo=h~n,_L=i~nd=s=e~y ______________ Section , Township, Range: Landform (hillslope, terrace, etc.): Floodplains (levee) Local relief (concave , convex, none): ....,S'""'lo~p..,e'""d'""·l=in'""e=a,_r _____ Slope(%): 40--50 Subreg ion (LRR): Central Great Plains Lat: 32.7407 Long : -97 .3545 Datum: NAD63 Soil Map Un it Name: Frio-Urban Land Complex NWI classification : (not classified) Are climatic/ hydrologic conditions on the site typical for th is lime of year? Yes _X __ No ___ (If no, explain in Remarks.) Are Vegetation __ , Soil __ X_, or Hydrology ___ significantly disturbed? Are Vegetation __ , Soil ___ , or Hydrology ___ naturally problematic? Are "Normal Circumstances" present? Yes _x __ No (If needed , explain any answers in Remarks .) SUMMARY OF FINDINGS -Attach site map showing sampling point locations, transects, important features, etc. Hydrophytic Vegetation Present? Yes ---No .1 Is the Sampled Area Hydric Soil Present? Yes ---No .lL within a Wetland? Yes No! Wetland Hydrology Present? Yes No .lL ------ Remarks: Soil sample site was located on levee slope just above the OHWM. Soils consisted of excavated fill dirt with large amount of fractured rock/gravels . Shovel penetration limited was limited to less than 4 inches making soil observations Impossible without add itional equipment. Wetland hydrology or hydrophytic vegetation were not observed . Sampled area not a wetland . VEGETATION -Use scientific names of plants. Dominance Test worksheet: Absolute Dominant Indicator Number of Dominant Species Tree Stratum (Plot size : NIA ) % Cover Species? That Are OBL, FACW, or FAC Status (excluding FAC-): 0 (A) 1. Total Number of Dominant = Total Cover Species Across All Strata : 1 (B) SaQl ing/Shrub Stratum {Plot size : NIA l 1. Percent of Dominant Species That Are OBL, FACW, or FAC : 0 (NB) = Total Cover Herb Stratum (Plot size: 10m Linear ) Prevalence Index worksheet 1. C'i.nodon dactyfon 95% :1'.eS FACU Total % Cover Qf: Multipl:i by: 2. Ambros~ trifida <5% no FAC OBLspecies x1 = 3. Ph'{}a incisa <5~ no FAC FACW species x2= 4 . LegJdium vir:g_inicum <5% no FAC FAC species x3= FACU species 9~ X 4 = 360 99% = Total Cover UPL species x5= Woody Vine Stratum (Plot size : NIA ) Column Totals : 95 (A) 360 (B) 1. 99% = Total Cover Prevalence Index = BIA= 4 .0 % Bare Ground in Herb Stratum _Q'!g Hydrophytic Vegetation Indicators: Dominance Test is >50% - Prevalence Index is S3.01 - _ Morphological Adaptations' (Provide supporting data i n Remarks or on a separate sheet) _ Prob lematic Hydrophytic Vegetation 1 (Explain) 1 Indicators of hydric soil and wetland hydrology must be present, unless disturbed or problematic. Hydrophytic Vegetation Present? Yes ---No_! Remarks: 100% herbaceous vegetation . Vegetation dominated by Bermuda grass (Cynodon dactylon) maintained by frequent mowing. No trees , shrubs or vines present. Predom inance of hydrophytlc vegetation was not observed . US Army Corps of Engineers Great Plains -Interim Version Figure 1. Aerial view of project area. US Army Corps of Engineers Great Plains -Interim Version SOIL Sampling Point: .1QU Profile Description: (Describe to the depth needed to document the indicator or confirm the absence of indicators.) Depth Ma!ri~ Redox Fea t ures ~ Color {moist) _'.'&_ Color {moist) _'.'&_ __IyQL ~ Texture Remarks ~ --- --- --- ------- --- --- 'TYoe : C=Concentration , D=Deplelion , RM=Reduced Matrix, CS=Covered or Coated Sand Grains . 2Location : PL=Pore Lining , M=Matrix. HYdrlc Soll Indicators: (Applicable to all LRRs, unless otherwise noted.) Indicators for Problematic Hydric Solis•: _ Histosol (A 1) _ Sandy Gleyed Matrix (S4) _ 1 cm Muck (A9) (LRR I, J) _ Hlstic Epipedon (A2) _ Sandy Redox (S5) _ Coast Prairie Redox (A16) (LRR F, G, H) _ Black Hislic (A3) _ Stripped Matrix (S6) _ Dark Surface (S7) (LRR G) _ Hydrogen Sulfide (A4) _ Loamy Mucky M ineral (F1) _ High Plains Depressi ons (F16) -Stratified Layers (A5) (LRR F) -Loamy Gleyed Matrix (F2) (LRR H outside of MLRA 72 & 73) _ 1 cm Muck (A9) (LRR F, G, H) -Depleted Matrix (F3) _ Reduced Vertie (F1 B) _ Depleted Below Dark Surface (A 11) -Redox Dark Surface (F6) _ Red Parent Material (TF2) _ Thick Dark Surface (A12) -Depleted Dark Surface (F7) _ Other (Explain in Remarks) _ Sandy Mucky Mineral (S1 ) -Redox Depressions (FB) 3 lndicators of hydrophytic vegetation and _ 2.5 cm Mucky Peat or Peat (S2) (LRR G, H) -High Plains Depressions (F16} wetland hydrology must be present, _ 5 cm Mucky Peal or Peat (S3) (LRR F) (MLRA 72 & 73 of LRR H) unless disturbed or problematic. Restrictive Layer (If present): Type: Depth (inches): Hydric:; Soil Present? Yes ---No NIA Remarks: So il sample site was located on levee slope just above the OHWM. Soils consisted of excavated fill d irt with large amount of fractured rock/gravels . Shovel penetration was lim ited to less than 4 inches making soil observations impossible w ithout additional equipment. HYDROLOGY Wetland Hydrology Indicators: Primaty Indicators (minimum of one reguired ; check all that a1;111ll!) Seconda[Y Ind icators {min imum of two regulred) _ Surface Water (A1) _ SaltCrust(B11) _ Surface Soll Cracks (B6) _ High Water Table (A2) _ Aquatic:; Invertebrates (B13) _ Sparsely Vegetated Concave Surface (BB) _ Saturation (A3) _ Hydrogen Sulfide Odor (C1) _ Drainage Patterns (810) _ Water Marks (B1) _ Dry-Season Water Table (C2) _ Oxid ized Rhizospheres on Living Roots (C3) _ Sed iment Deposits (B2) _ Oxidized Rhizospheres on living Roots (C3} (where tilled) _ Drif1Depostts(B3) (where not tilled) _ Crayfish Burrows (CB) _ Algal Mat or Crust (B4) _ Presence of Reduced Iron (C4) _ Saturation Visible on Aerial Imagery (C9) _ Iron Deposits (B5) _ Thin Muck Surface (C7) _ Geomorphlc Position (D2) _ Inundation Visible on Aerial Imagery (B7) _ 01her (Explain in Remarks) _ FAG-Neutral Test (D5) _ Water-Stained Leaves (B9) _ Frost-Heave Hummocks (D7) (LRRF) F'ield Observations: S urface Water Present? Yes __ No _X_ Depth (inches): VVater Table Present? Yes __ No N/A Depth (inches): Saturation Present? Yes __ No N/A Depth (inches): Wetland Hydrology Present? Yes ---No 1 Ci ncludes caoillarv frinae) Describe Recorded Data (stream gauge, monttoring well , aerial photos, previous inspections), if available: R:emarks: Below soil surface observations were not possible due to rocky soils . Water observed below OHWM In adjacent river channel. Due to g eomorphlc position, local hydrology of sample site limited to overland flow during rain events only. There were no Indications of wetland hydrology a utside the OHWM of the adjacent river. Wetland hydrology was not observed at sample site . U~ Army Corps of Engineers Great Plains -Interim Version TEXAS HISTORICAL COMMISSION real places telling real stories Ms. Katherine Turner-Pearson URS Corporation 1950 N. Stemmons Freeway, Suite 6000 Dallas, TX 76712 July 29, 2010 Re: Project Review under the Antiquities Code of Texas Final Report: Deep l'v1ecba11ica/ Tesling.Jor lhe I ;ore.rt Park -Park.view Stom1 Draina._~e Improvements Prqject N11mber 00674, Ci!J of Fort Worth, 1imm1/ Co11ll!J, Texas Texas Antiquities Permit #5493 COMPLETED PERMIT Dear Colleague: Thank you for your correspondence describing the above referenced project. This letter presents the comments of the Executive Director of the Texas Histoi:ical Commission, the state agency responsible for administering the ;\otilJUitil's Code of Texas. The Archeology Division is in receipt of the final report, a completed /lbslrac/s i11 Texas Co11/racl Archeology form, and tagged PDF CD for the above referenced permit. The submission of the final report, abstract form, and CD demonstrates completion of your permit requirements under Permit #5493 . Thank you for your cooperation in this state review process, and for your efforts to preserve the irreplaceable heritage of Texas. If you have any questions concerning our review or if we can be of further assistance, please contact Lillie Thompson at 512/463-1858. Sincerely, for Mark Wolfe Executive Director t-fW/lft RICK PERRY, GOVERNOR• JON T. HANSEN, CHAIRMAN° MARK WOLFE, EXECUTIVE DIRECTOR P.O. BOX 12276• AUSTIN, TEXAS• 7 8711-22 76 • P 512.463.6100 • F 512.475.4872 • TDD 1800.735.2989 • www the .state .Ix.us " Deep Mechanical Testing for the Forest Park-Parkview Storm Drainage Improvements Project Number 00674, City of Fort Worth, Tarrant County, Texas by Charles D. Neel and Katherine Turner-Pearson Principal Investigator: Katherine Turner-Pearson, MA, RPA URS Corporation Miscellaneous Reports Report of Investigations Number 141 Texas Antiquities Permit Number 5493 July 2010 DEEP MECHANICAL TESTING FOR THE FOREST PARK-PARKVIEW STORM DRAINAGE IMPROVEMENTS PROJECT NUMBER 00674, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS By Charles D. Neel and Katherine Ttm1er-Pear son Principal Investigator: Katherine Turner-Pearson, MA, RPA URS Corporation Miscellaneous Repor ts Report oflnvestigations Number 141 Texas Antiquities Pennit Number 54 93 URS CORPORATION 1950 North Stemmons Freeway, Suite 6000 Dallas, Texas 75207 Prepared.for William A. Verkest, PE Director, Department of Transportation and Public Works City of Fort Wo11h 1000 Throclanorton Street Fort Worth, Texas 76102 URS CORPORATION URS Project Number 25337785.00106 July 2010 Management Summary The URS Corporation (URS), in contract by the City of Fmt Worth, performed archaeological resources investigations in fulfillment of Section 106 of the National Hist01ic Preservation Act (NHPA) of 1966 (16 U .S.C. 470 et seq., as amended) and Executive Order 11593 for the proposed Forest Park-Parkview Stonn Drainage Improvements project. The goals of the investigation were to perfom1 an archaeological resources inventory of any archaeological sites that may be adversely affected by the proposed project and to evaluate the National Register of Historic Places (NRHP) eligibility of the sites. The project area is located on the Fort Wmth, Tex. [3297-424] (USGS 1955) 7.5-minute USGS topographic quadrangle map in central Ta1Tant County (Exhibit 1 ). An intensive archaeological survey, conducted by backhoe trenching, was coordinated with the Texas Historical Commission (THC) for this project in a letter dated 9 June 2009. The project consists of the replacement of two structurally failing 2.4 meter (m] by 2.1 m (8 feet [ft] by 7 ft) box culverts with new box culverts of the same size, and the addition of two 2.4 m by 2.1 m (8 ft by 7 ft) box culverts parallel to the existing culvert system. The culvert system will extend approximately 250 m (800 ft) from an outfall on the Clear Fork Trinity River to Forest Park Boulevard in southwest Fo1t Worth (Exhibit 2). The proposed project will also require stabilization of fill material to the limestone bedrock beneath the existing box culverts by the use of cement sluny. The depth of impacts is estimated at 7.6 m (25 ft) below ground surface. The total area of potential effects (APE) comprises 0 .92 acres. Backhoe trenching was performed on 23 April 2010 with a Caterpillar 307C rubber tread trackhoe, and supervised by Charles D . Neel. Katherine Turner-Pearson MA, RPA served as Principal Investigator for the project. No archaeological sites or paleosols were located or recorded, and no in situ artifacts were observed or collected. The project records will be curated at the Texas Archeological Research Laboratory, Austin. The proposed project is recommended to proceed without further investigations. Description of Undertaking A portion of the current drainage system in the Forest Park area of the City of Fort Worth, Texas is considered beyond rehabilitation. The project discussed in this report replaces an approximately 55 m (180 ft) long section of two, structurally failing 2.4 m by 2.1 m (8 ft by 7 ft) box culverts with new box culverts of identical size. In addition to the culvert replacements, two new culverts, also of identical size, will be placed parallel to the existing drainage system throughout its length (Exhibit 3). The existing and replacement culve1ts are located within a 15.24 m (50 ft) easement controlled by the City of Fort Worth. The new parallel culverts will extend from the Clear Fork Trinity River outfall to a junction point at Forest Park Boulevard, a distance of approximately 250 m (800 ft) (Exhibit 2). The project APE for archaeological resources is the 15.24 m (50 ft) wide easement which extends for 250 m (800 ft). The depths of impacts are 7 .6 m (25 ft) and the total APE comprises 0.37 hectares (0.92 acres). At Forest Park Boulevard, the existing culvert system connects to the storm drainage system that will be updated at a later date by the Texas Department of Transportation (TxDOT) and the North Texas Tollway Authority as part of the planned improvements for the interchange of the State Highway 121 Tollway (SH 121) and Interstate Highway 30 (IH 30). The TxDOT portion of the improvements to the drainage system is not in the scope of this coordination and will be addressed by those agencies at a later date. 2 Definition of Study Area The proposed project area is located within an approximately 3 acre parcel of land bounded by Forest Park Boulevard on the east , Parkview Drive on the north, IH 30 south-bound service road on the south, and a developed parcel containing the six-story Park Plaza building and surface parking lot to the west (Exhibit 4). The study area consists of an approximately 15.24 m (50 ft) wide by 250 m (800 ft) long easement that is controlled by the City of Fort Worth. The easement extends through private property that is owned by Colonial Savings and Loan Association of Fort Worth and is identified as Lot 1, Block 34R of the Edwards Heirs Addition of Fort Worth (Tarrant Appraisal District 2010) (Exhibit 3). Topography and Drainage The land morphology at the project area is a shallow bowl fonn, slightly sloping toward the center and is covered with asphalt parking surface and mown grass . A utility easement extends through the approximate center of the parcel. The proposed project area lies within a short unnamed tributary of the Clear Fork that has been filled, with the drainage now confined to a buried box culvert system. Geology and Soils The proposed project area is within the boundmies of the undivided Lower Cretaceous Fort Worth Limestone and Duck Creek Fonnation and Quatema1y Alluvium (Qal) low terrace floodplain deposits of undivided gravel, sand , silt, silty clay, and organic matter found in the Clear Fork Trinity River streambed (Barnes 1972). The soils in the proposed project vicinity have been mapped as part of the Frio-Trinity series of nearly level, deep, clayey soils, located on floodplains, and the Aledo-Bolar-Sanger selies of gently sloping to moderately steep, very shallow to deep, loamy to clayey soils, which are usually found in uplands . The Frio-Trinity soils usually extend to 2 m (80 inches) in depth, while the Aledo-Bolar-Sanger soils vary in depth, but can also extend to 2 m (80 inches) deep (Ressel 1981). The project area is mapped as Urban Land due to historic and modern development; the soil is obscured and not classifiable (Ressel 1981 ). Vegetation and Land Use Vegetation within the parcel consists entirely of maintained short grass lawn and weeds. Major portions of the APE are covered with asphalt parking surface. Research Design A p01tion of the current drainage system is considered beyond rehabilitation therefore the proposed project requires the replacement of an approxin1ately 55 m (180 ft) section of two structurally failing 2.4 m by 2.1 m (8 ft by 7 ft) box culverts with new box culverts the smne size. In addition to the culve1t replacement, two new culverts of identical size are proposed to be placed parallel to the existing drainage system throughout its length . The replacement culverts are located within a 15.24 m (50 ft) easement. The new parallel culverts will extend from the Clear Fork Ttinity River outfall to a junction point at Forest Park Boulevard, a distance of approximately 250 m (800 ft). The project APE consists of a drainage easement located within a private land parcel. The easement and APE is 15.24 m (50 ft) wide, 250 m (800 ft) long, and 7.6 m (25 ft) deep, and the total APE 3 comprises 0.92 hectares (0 .92 acres). The project area was investigated by the placement of backhoe trenches to asceitain if buried archaeological sites or landfonns are present. Due to extensive asphalt parking surface within the APE, shovel testing was not atteinpted. Background Research A review of the Texas Archeological Sites Atlas (T ASA) indicates one previous archaeological survey within 1,000 m of the project area (Table 1) (Texas Historical Commission 2009). TI1e survey, for the United States Army Corps of Engineers (USACE), was conducted across the river from the project area in 1998; no sites were reported. There are four Texas Histo1ical Markers located within 1,000 m of the project APE (Exhibit I and Table 2), and one National Register of Historic Places (NRHP) property located within a 1,000 m radius of the APE (Table 3). Neighborhood surveys within 1,000 m of the project area show the Mistletoe Boulevard neighborhood to date to circa early 1920s (Texas Historical Commission 2009). T h . IS able 1. Arc aeo og1ca · 1 · 1 000 M urveys wit nn ' eters o f h P . A t e ro1ect rea Date Agency Type u11d Type Im•estiguti11g Fil'm 09/98 USARMY Areal -unknown Unknown Source: Texas H1 stoncal Comn11ss1011, Texas Archeolog1cal Sites Atlas (2009) T bl 2 T a e exas . IM k . h. 1 OOOM 1stonca ar ers wit m ' f h P . A eters o t e ro1ect rea Number Nm11e Address 5439004479 Saint Paul Lutheran Church 1800 West Freeway 5439003425 Mitchell-Schoonover House 600 South 8'" Street 5439005463 Thistle Hill, The Cattle Baron·s Mansion 1509 Pennsylvania Ave. 5439002524 Van Zant , Major K.M. 2900 Crestline Road Source: Texas Historical Commission, Texas Archaeological Sites Atl as (2009) T bl 3 N . l R . a e ationa eg1ster o fff . Pl 1stonc aces p . h0 1 000 M roperties wit m ' f h p eters o t e roiect Area Numbe1 : .Name Address 75002003 Whatton-Scott House 1509 Pennsylvania Ave Source: Texas Historical Commission, Texas Archaeological Sites Atlas (2009) Methodology Fieldwork consisted of deep mechanical testing of the Clear Fork Trinity River floodplain within an urbanized unnamed tributary drainage. Deep mechanical testing was accomplished by the excavation of backhoe trenches (BHT) with a Caterpillar 307C rubber-tread track hoe. Systematic trench placement was not possible due to an extensive asphalt parking surface over most oftbe project APE. Two trenches were excavated and placed as close to the utility easement as possible (Exhibit 2). Profile descriptions utilized criteria presented in Vogel (2002). Fieldwork was supervised by archaeologists from URS who fulfill the Council of Texas Archeologists' professional requirements for archaeologists and the Secretary of the Inte1ior's Professional Qualifications Standards for Historic Preservation Projects (Department of the Inte1ior, Archeology and Historic Preservation: Secretary of the Interior's Standards). 4 The total APE for this project is 0 .37 hectares (0 .92 acres); however asphalt parking surfaces within the APE could not be te sted . Backhoe trenches were pl aced as near the project APE as possible, inunediately adjacent to the edge of pavement surfaces . Results Deep Mechanical Testing The project area is located on the south bank of Clear Fork Trinity River. The Clear Fork through this area of Fort Worth has been canalized by the straightening of the river channel and the cutting-off of meanders . The project area lies within a narrow, approxim ately 500 to 550 m (1,640 to 1.804 ft) wide floodplain that extends southeast from the river bank to the Missouri Pacific Railroad tracks which are located atop a minor bluff line of the valley . TI1e project parcel is depicted on the F011 Worth quadrangle map (USGS 1955) within a short unnamed tributary drainage of the Clear Fork . Backhoe Trench 1 (BHT-1) was placed approximately 60 m (196 ft) southeast of the southwest comer of the land parcel and 14 m (46 ft) south of the utility easement at the edge of the asphalt parking surface. The trench documented an extensively thick concrete pad and was tenninated at 95 centimeters below the surface (cmbs) (37.4 inches). Zone I extended from the surface to 11 cmbs ( 4.3 inches) and consisted of a 1 OYR 3/2 very dark grayish brown clay loam .. Zone II , from 11 to 95 contained a concrete pad th at extended throughout the trench. The trench was terminated due to the difficulty of excavation (Exhibit 5). A second location for BHT-1 was attempted 10 m (33 ft) to th e east and the concrete pad was again encountered immediately below the surface. The second trenching attempt in th is area was abandoned. Backhoe Trench 2 (BHT-2) was excavated approximately 65 m (213 ft) of BHT-1 and 8 m (26 ft) west of the utility easement , at the edge of the asphalt parking surface (Exhibit 6). Thi s trench was excavated to 226 cm (89 inches ) and documented three layers of fill soil. Zone I, from the surface to 9 cm (3.5), consisted of a l OYR 5/6 yellowish brown clay containing mottles of IOYR 6/3 pale brown clay . Zone II , from 9 to 19 cmbs (3.5 -7.4 inches), was a lOYR 7/3 very pale brown caliche clay fill . Zone Ill, from 19 to 226 cmbs (7.4-89 inches), was a lOYR 3/1 very dark gray b locky clay fill containing building demolition material of limestone, concrete, brick, roofing shingles, asphalt, wood fragments, brick tile, and metal. Recommendations Deep mechanical testing of the proposed Forest Park-Parkview Storm Drainage Improvements resulted in the documentation of a completely disturbed and filled land parcel within the project area. One trench documented a thick concrete pad and another documented fill to 226 cmbs . This fill debris was likely placed after the initial box culverts were constructed and the unnamed drainage filled. The box culvert drains a portion of IH 30 to the south and the filling of the drainage probably coincided with the construction of IH 30. No cultural resources will be affected by the proposed project and no additional cultural resources investigations are deemed warranted. The proposed project is recommended to proceed without further investigations. In the unlikely event that intact archaeological materials are encountered during construction, the project must cease and the THC notified of the discovery . 5 -, References Cited Barnes, Virgil 1972 [1988] Geologic Atlas of Texas, Dallas Sheet. Revised edition. Gayle Scott Memorial Edition. Bureau of Economic Geology, The University of Texas at Austin , Austin. Ressel , Dennis D . 1981 Soils Survey of Tanwu County. Texas . United States Depa1tment of Agriculture, Soil Conservation Service, in cooperation with the Texas Agricultural Experiment Station, College Station. Tarrant Appraisal District 2010 Tax Map 2042-388. Electronic document available at http://.tad.org/ accessed 28 April 2010. Texas Historical Commission (THC) 2010 Texas Archeological Sites Atlas. Electronic document http://nueces .thc.state.tx.us, accessed 26 April 2010. Vogel, Gregory 2002 A Handbook of Soil Descriptions for Archeologists. Arkansas Archaeological Survey Technical Paper 11 , Fayetteville. United States Geological Survey (USGS) 1955 (1981] Fort Worth , Tex. 7.5' topographic quadrangle map. Pho torevised 1981. United States Geological Survey, Denver, Colorado. 6 @ Historical Markers D 1000 Meter Study Area ~ Archeological Project (Area) 0 100 200 400 oOO soo 1.000 Metc,s Previous archeological surveys, historical markers, and National Historic Register properties near the Forest Park -Parkview storm drainage improvements project area. Basemop Source: USGS 7.5 minute series topographic mops, Haltom City ,nd fort Worth quadrangles. I $ qlUljltttU l•tuf PRO.J,ltwrr • FtlR RE't'IEW CN..Y ii _ _..._""'"_,..,_,_ \ :;:.-;:~.~~~ ~i .._,....,, .. .,.,._.."~""' --"'·' "'"...-»1• \ ,_ ............... kl ... ., \\\ / . / J; / QTY o, ft>Jll' ,,:ia1M.n.AN1 ' TtU,IGffll'l'l"Al'nl' ...... nnllt ll'OIR at'l"f, f'ORL::S'T PARK -P"RKVI.E\V ' STORM DRAINAOli lMPnovm.UiN"r.i JIXl:ITTNO UTIUI'Y PIA'< / Fol[l' f OJml / / '· '· / URS INL••lllffl. ..... UI / , ......... ,_"_ ,,,,, ... , ... / / "IIJUMtllJL-.JIU ............. ' '· ' ' / -... en ' ' -.,. -!fl Exhi bit 2. Project schematic p lan showi ng extent of area of potential effect and backhoe trench locations. 1 b \ b •··•· ~ •:::.o '-"., i I ,-.. I ; -~ I ' --!·---- S;:t;::.J.:e!...!l .lt'i l:JN i. ": I. ~;'. ~~"I C'I 1c 1•_rJ.:t: :x1;.-1 ,·,1: :o:::::; u...:.!..10~ ~ ~ P.E·'t.cr~'?fl·:-CF ~.., ... cq tl"[JNG :e.::.J\'l; :qx=!: ~:J Jris-.4 Ir.: lOb OF T1r.'( l\.cLl~ ~lJ3B"U I ~I" I .:,, It;~. 'll'lf! ,/' r -l / ,i.-.c. r•v~ ....... ,.,..... pq• :!H(',l),l-.5Kni"(j os:.uu.arr -1-:z May0,.2010 2042 Exhibit 3. Plan view of box culvert installation schematic (a), and Tarrant Appraisal District plat map of project area highlighted in green (b ). Project area overview, view to northwest (a), and outfall at Trinity River, view to southwest (b ). BHT-1 excavation in progress (a), and north wall profile (b). � � — :� i � k i � O� �'�:� ,' ' � � ' � f' :{r , . T� r���,, ; . �.}i^' . �4 �I � ;'' ,�#";s r , ` ;. ��.^�� 'r•� . �i4 r :4 ' 'q`�. :�� . �`� , � F "f� ��+ ' ' `4. +er�. �, � � . ., e���! ",. :��'+ �� .. r ' r ��"' �p„ ``�' '+k � • k21�'t.<.t:`i � � � c� � 7 � # � � � i �. �4'p"��� i.•�',�}� '�; '�� ,P�. t _, � � �' i�' ;� ��,-„+��i�:.ti�,}��� .�ti . f.„; t�,�`��� il 4 ��i��'; 4 ��tF] � � Y i�' V�' .I� ' '„y�t �j���� rh..�..��11,,�i_ . , . �{+�,'riM1l ;.� � �. 4r.#� � � � � � �} / i �. * �.1 L ��� P���.�T.�.1��'�'�fa��y'+i�F. �. f. '. �� �atii �d�,': � ..�'� . '4' '�� ��, +�'* s �` � s � ` ; ���� R�,' � . -' , .. , ti5 ���'���n'Y��rrr 4; �Z'.�i�; '. + 5 r i � F . u 'i �rh� � �;1', '� � 5��vv ri ` . 5 ~�*�.I� �!{j'�+'� j �,y��I� �'" �j� . �� � � �� 7 �'�� � . �� • * 5:'' � , ^hf. ; �y��'[I�� ,I�y f' 'I'S� ����y � ��` �i '�f��t� '� �y��'t' k3'4 4��f �}� ������",�*�x','# �r �� �wf;��'k �+" �� ' , ' �F''.���L.wt4i ',t. T1� � r!�.� , f .h ` 4 �y ,+ �'�.� �y � � i � �{{� ��`r'X'41 �:� � �''. � � � . �r:�L�;Y"'l�� � t.��� .4 ��. ; ' ��;i, , �'���.'�'�,'�r'�'.� �� . ' j; +'�-� � �.,,'7 � f . .{I ��`,L�� {�s` 'J� `� _,, �•'Mt�'Jr;,,� . ��' + ' �ir'- �' �� '`y��'' �f ['� T . — 4�N ��} J ♦ � 1 �', t � 1��-.y`;Yrr.,�'4ty:��2j,5���, �F: _+ � i � +�� '�s I i : ��'}? � '`' �' i�? '.4 y ' � .f:� .x;� � �.��4';,�'-�;�� 1"k���V . � �� — l''.._�' ,' ,} �— ,� a .�''� ,! 'ft " 'S'1;� , I��," . � � �' �i :��I �.4�" � .� ..1� � . i ' in.='i� , �+1- �� �''F'J�,�+ ' .d �'��:5�����'}r��.''X;'`]]}��� �' � `� �+��� .'4V��., "�.��"� ; ,� �T ,. !� : 4.. , 4� I, ,_ "l' ! . � '�+'-+� ' . .. � '�f 'x' . . V.,i�, i�, ;i��%�5�. �-� �! I � , �' ` � .Y.,•f__�..-� � '.` i �`, .", ,� '.A"^ ..' � .,. L a ' u'� . , . f f;�.iy'},:t,, ��� ,.� �i �t �, '�j � ,M1; . f F.a'', ' , y ��. . , ' " } . 1" �J�jr � r ! _ ` �ce}i:�'�"'•c��i�,�� "�.�y•� .• ��,' .iY, ��� ��"'�S' ��-�rl�:,��.r �,},�S � � *; �+,�+ �`r ' ` , t 'y v ,-r�.: � �4�' . �{ i �. '� f'�'� d`. ;! , ti, � .� � . � . ...T . ' . " ' f — "T' 's . �� ^ �,�✓ ' . � t���,,",9G''r.r, «. ' .h , . .„: „^ � , h' ?,��:. �; , . . J . . e � '; yv :•�r �i`: J`.='�'., i`.,�."„a r� ' - � � " i � jA • t� "'"� � -t�iy„e,.�„te^ �,.�;..'�+s;� ' .. - r,,. ,2.�,.., F� 'a "a�{1 j ���I► • � * �+` • yf �• � �n11 � r� • ove y�i c �!'t ..'.�`'r. ` - ��'' ;� M i, r ` a" �'j�", y- �''r.�„�,��, �,��'"".'.; ��� ,.�' ' "'`�:�i10"�, �.�lr f� .i9�.f.•y'� c �I >x.., s . - .'/�. �"� s. ., .��. � '.���rn ' 1 . . `i,_ . ._._� i��`"- iF _ �r• ' � May 27 , 2010 Mr. Mark Wolfe Texas Historical Commission 1151 Colorado Austin, TX 78701 FORT WORTH -~ - 1~ JU~ 0 2 2010 SUBJECT : DRAFT report entitled Deep Mechanical Testing for the Forest Park-Parkview Storm Drainage lmprovem~nts Project No. 00674, City of Fort Worth, Tarrant County, Texas llrr11.:f# 51-fCJ":3 Dear Mr. Wolfe : The City of Fort Worth is pleased to submit three (3) copies of the subject report. The work involved an intensive archaeological survey conducted by URS Corporation in fulfillment of Section 106 of the National Historic Preservation Act. A total of two backhoe trenches were excavated at the culvert locations, and no cultural resources were encountered during the investigation . Therefore, no further archaeological investigations are recommended for this project. In the unlikely event that intact archaeological materials are encountered during construction, the project must cease and the THC notified of the discovery. If you have any questions or need any additional information, please contact Theron Darr, P.E. with URS Corporation at 817-390-1000 or myself at 817-392-8079 . Sincerely , , -yt/t ___/-r ?f . c<J~- Michael A Owen, P.E. Senior Professional Engineer Attachments cc: Theron Darr, URS Project File DRAFT REPORT ----1 .~~f~ PJ~A L__ by~~;]~ ,or Marn Wolfe Executi ve DirOC'kOr, ~ i) Date f -g_-; Track# =--· TRANSPOIUATION AND PUBLIC WORKS DEPARTMENT THE Crrr OF FoRT WoRTH .. IOOO THROCJ<MORTON STRE£T • FoRT WoRTH, TEXAS 76102 817-392-7800 " FAX 817-392-8092 REPORTS INDEX 1. GEOTECHNICAL ENGINEERING STUDY -Forest Park -Parkview Storm Drain Rehabilitation, Forest Park Blvd. and Parkview Drive, Fort Worth, Texas 2. Addendum No. 1 -GEOTECHNICAL ENGINEERING STUDY - Forest Park -Parkview Storm Drain Rehabilitation, Forest Park Blvd. and Parkview Drive, Fort Worth, Texas 1 T GEOTECHNICAL ENGINEERING STUDY Forest Park Parkview Storm Drain Rehabilitation Forest Park Blvd. and Parkview Drive FortWorth, Texas CTL Project No. DA07932-125 January 14, 2008 LopezGarcia Group Water Garden Place 100 E. 151h Street, Suite 200 Fort Worth, Texas 76102 Attention: Subject Mr. Theron Darr, P.E. Senior Project Manager GEOTECHNICAL ENGINEERING STUDY Forest Park Parkview Storm Drain Rehabilitation Forest Park Blvd. and Parkview Drive Fort Worth, Texas CTL Project No. DA07932-125 Dear Mr. Darr: T CTLITHOMPSON CTL I Thompson Texas, LLC (CTL) has completed the geotechnlcal engineering study for the above-referenced project and submits three (3) copies of our report. This report has been prepared and submitted in general accordance with our Proposal No. DA-07-0066, dated February 15, 2007. Ourflnn appreciates the opportunity to be of professional service to LopezGarcia Group. We will be available at your request to discuss any questions which may arise about this report. lfwe can be of further assistance, please contact us. Dist: LopezGarcia Group (1 via email & 2 via US mail) SD/RJH/jp DA07932-125.rpt 10575 Newkirk SL Suite 780 I Dallas, Texas 75220 I Phone : 972-831-1111 Fax: 972-831 -0800 ! I INTRODUCTION GENERAL PROJECT DESCRIPTION SCOPE OF SERVICE TABLE OF CONTENTS CTL Project No. DA07932-125 FIELD EXPLORATION AND LABORATORY TESTING GENERAL FIELD PROGRAM LABORATORY TESTING SITE CONDITIONS GENERAL SUBSURFACE CONDITIONS SOIL PROPERTIES GROUNDWATER CONDITIONS ENGINEERING ANALYSIS AND RECOMMENDATIONS POSSIBLE CAUSES OF STRUCTURE MOVEMENT AND DISTRESS Settlement POSSIBLE REMEDIATION OPTIONS Underpinning Drilled Shafts Construction Considerations -Drilled Shafts Driven Piles Replacement of the Fill Material Grouting ALTERNATE ALIGNMENT EXCAVATION GROUNDWATER CONTROL DESIGN REVIEW AND CONSTRUCTION OBSERVATIONS QUALIFICATION OF RECOMMENDATIONS BORING LOCATION PLANS LOGS OF BORINGS SOIL CLASSIFICATION CHART SWELL TEST RESULTS LIST OF FIGURES T 1 1 1 1 2 2 2 3 3 3 4 4 4 5 5 5 5 5 6 7 7 8 8 8 9 9 9 FIGURE 1 FIGURES2-5 FIGURE6 FIGURE7 GENERAL GEOTECHNICAL ENGINEERING STUDY Forest Park Parkview Storm Drain Rehabilitation Forest Park Blvd. and Parkview Drive Fort Worth, Texas INTRODUCTION T This report presents the results of a geotechnical engineering studyforthe above-referenced site in Fort Worth, Texas. The study has been prepared and submitt.ed in general accordance with CTL I Thompson Texas, LLC (CTL) Proposal No. DA-07-0066, dated February 15, 2007. PROJECT DESCRIPTION We understand that a portion of the existing two 8 foot by 7 foot box culverts between Parkview Drive and Forest Parle Boulevard are planed to be rehabilitated. Based on our conversations, we understand that the roof and floor of the 170 feet long section of the box culvert have shown signs of distress. Soil borings were desired to determine the subsurface conditions along the existing culvert alignment to determine the cause of failure at some locations. Geotechnical engineering recommendations are required to help the structural engineer evaluate alternatives for rehabbing the storm drain boxes. Plans may be considered to replace the floor and roof of the existing distresses culverts, replace the failing portion of the existing culverts, or route a parallel box culvert either on the east or west side of the existing culverts. Based on the site plan provided to us, we understand that the bottoms of the box culverts are about 19 to 22 feet below existing grade. The general layout of the project elements is shown on Figure 1. SCOPE OF SERVICE The scope of this study consisted of field exploration, laboratory testing, engineering analysis, and report preparation. The engineering evaluations conducted and recommendations developed for this . study include the following: • General site subsurface stratigraphy conditions; • On-site subsurface material characteristics; • Groundwater conditions; 1. i ,· I . T • Cause of box culvert distress; • Suitable rehabilitation options; • General construction requirements; and • Other geotechnical design and construction considerations related to the proposed construction. FIELD EXPLORATION AND LABORATORY TESTING GENERAL A field exploration and laboratory testing program was completed as a part of this study. The following sections provide a detailed description of our field and laboratory testing programs. FIELD PROGRAM Borings B-1 through B-4 were drilled to depths of 30 and 35 feet on December 19, 2007. The borings were completed with a CME-55 truck-mounted drill rig using continuous flight augers. The box culvert limits were staked by others and the boring locations were determined in the field based on our conversations and a site plan provided to us by the client The approximate boring locations are shown on the Boring Location Plan, Figure 1. Some of the surficial undisturbed samples from the borings were sampled by thin walled seamless tube samplers advanced hydraulically into the ground. The relative consistency of the recovered seamless tube samples was evaluated with a pocket penetrometer in the field. After the samples had been extruded in the field, the samples were visually classified, carefully wrapped, sealed, marked, placed In wax coated sample boxes, and transported to the laboratory for testing. Due to the presence of water. several voids and loose fill, proper samples could not be obtained of the fill samples in the borings. Evaluation of the unweathered limestone stratum was made using the Texas Department of Transportation (TxDOT) Cone Penetrometer test. The TxDOT test was typically performed at 5 foot intervals by driving a 3 inch diameter cone. The penetration of the cone resulting from 100 blows of the hammer was recorded. Forest Park Parkview Storm Drain Rehabilitation Fort Worth, Texas CTL Project No. DA07932-125 2 T Logs of the test borings, presenting visual descriptions of the subsurface materials encountered are included as Figures 2 through 5. Sampling information and pertinent field data are also included. A Soil Classification Chart identifying the different symbols used on the Logs of Borings Is included on Figure 6. LABORATORY TESTING Soil samples obtained during the field exploration were visually classified by a geotechnical engineer in the laboratory. To aid in classifying the soils and determining their general engineering characteristics, a testing program was conducted on selected samples in general accordance with the following standards: Laboratory Test Moisture Content Atterberg Limits Percent Passing No. 200 Sieve Test Standard ASTM D 2216 ASTM D4318 ASTM D 1140 Most of the laboratory test data are presented on the Logs of Borings, Figures 2 through 5. SITE CONDITIONS GENERAL SUBSURFACE CONDITIONS Review of the available geologic mapping indicates the site is underlain by the Alluvial Deposits and the undivided Fort Worth Limestone Formation and Denton Glay. The Terrace Deposits consist of sand, gravel and clay. The Fort Worth Limestone Formation consist of high plasticity clay soil and limestone. Based on the results of the field and laboratory tests conducted for this exploration, the generalized subsurface stratigraphy at the sites can be grouped into two strata and are summarized on the following table, SUMMARY OF SUBSURFACE CONDITIONS. Note that depth on test borings refers to the depth from the existing grade or ground surface present at the time of the exploration. Boundaries between the various soil types are approximate. Forest Park Parkview Storm Drain Rehabilitation Fort Worth, Texas CTL Project No. DA07932-125 3 T SUMMARY OF SUBSURFACE CONDITIONS First Bottom of Stratum Description Encountered (ft} Stratum (ft) FILL, CLAY, with sand and gravel, concrete, asphalt, 0-1 111 I limestone, wood, tires, gray, grayish brown, grayish 22.5 -27 and vellowish brown, yellowish brown II LIMESTONE, gray 22 .5 -27 30-35 NOTE: (1) An asphalt pavement underlain by a base material was encountered in Borings 8 -1, B- 3 and B-4 SOIL PROPERTIES The field and laboratory test results are summarized for each stratum and shown in the following table -SUMMARY OF FIELD AND LABORATORY TEST. SUMMARY OF FIELD AND LABORATORY TEST ENGINEERING PROPERTIES Stratum I Stratum II FILL LIMESTONE MOISTURE CONTENT (%) 7-30 - DRY UNIT WEIGHT (pcf) 104-125 - LIQUID LIMIT(%) 28 -30 - PLASTIC LIMIT %) 13-14 - PLASTICITY INDEX{%) 15-16 - MINUS NO . 200 SIEVE(%) 50-57 - POCKET PEN . {tsf) 1.5-4.5 - TxDOT CONE PENETRATION -0.5-1.5 TEST (inches/100 blows) GROUNDWATER CONDITIONS Groundwater was encountere!i in each of the four borings at depths between 12 and 15 feet at the time of drilling and at depths between 10 and 13 feet, at completion of drilling. Groundwater levels should be anticipated to fluctuate with seasonal variations in precipitation and groundwater levels should be verified before any construction. Forest Park Parkview Storm Dra in Reh abilitation Fort Worth, Texas CTL Project No . DA07932-125 4 ! i .. ' i '· ,, I ENGINEERING ANALYSIS AND RECOMMENDATIONS Possible Causes of Structure Movement and Distress Settlement T We understand that a portion (about 175feet) of the existing two 8 foot by7 foot box culverts between Parkview Drive and Forest Park Boulevard are failing structurally and are planned to be rehabilitated. Borings B-1 and B-2 were drilled close to the box culverts at the north and south ends of the existing box culvert alignment The borings were extended to evaluate the underlying subsurface conditions. Borings B-1 and B-2 indicated the presence of undocumented fill material from existing grade or existing asphalt pavement to depths of 22.5 and 24 feet below existing grade. The fill material was underlain by a hard limestone stratum to the bottom of the boring penetration of 30 feet. Groundwater was encountered at depths of10 and 13 feet in Borings B-1 and 8-2, at the end of the field exploration. The fill material below 5 feet in Boring B-1 and 10 feet in Boring B-2 contained several voids and soft and wet material. Based on the information provided to us we understand that the bottoms of the box culverts are about 19 to 22 feet below existing grade. Based on Borings B-1 and B-2, the undocumented fill material with voids, wet, and soft material present below the box culverts could result in significant settlement and related distress to the culverts. POSSIBLE REMEDIATION OPTIONS Underpinning Consideration may be given to supporting the box culverts on straight drilled shafts penetrating the limestone stratum. The underpinning of the box culvert will need to be verified by a structural engineer. More specific details for the underpinning options are provided in the following sections. Drilled Shafts The following recommendations are provided for design and construction of reinforced concrete straight drilled shafts required to underpin and support the culverts. Forest Park Parkview Storm Dra in Rehabilitation Fort Worth, Texas CTL Project No. DA07932-125 5 T DRILLED SHAFT DESIGN CRITERIA DESIGN PARAMETERS DESIGN VALUES Bearing Stratum LIMESTONE, gray (Stratum 11) Maximum Allowable Bearing Pressure 30,000 psf Maximum Allowable Side Resistance 4,000 psf Minimum Penetration Before Considering 1 foot Skin Friction Minimum Penetration into the Bearing To be determined by the Stratum structural engineer It should be noted that the limestone stratum was encountered at depths of22.5 and 24 feet in Borings B-1 and B-2. The recommended bearing capacity and the side resistance values Include a factor of safety greater than three. Differential shaft settlement is estimated to be less than one half inch. The settlements of shafts will be primarily elastic with some of the settlement occurring during loading. Some amount of steel is recommended to be placed in the drilled shafts to resist tensile stresses. Construction Considerations -Drilled Shafts Excavations for the shafts should be maintained in the dry. Groundwater was encountered in Borings B-1 and B-2 at depths of 10 and 13 feet at the end of drilling. Additionally, groundwater may be encountered during installation of some of the shafts, particularly if construction proceeds during a wet period of the year. In some cases, rapid placement of steel and concrete may permit shaft Installation to proceed; however, the seepage rates cou Id be sufficient to require the use of temporary casing for proper Installation of the shafts. The casing should be seated in the bearing stratum with all water and most loose material removed prior to beginning the design penetration. Care must be taken that a sufficient head of plastic concrete is maintained within the casing during extraction. The concrete should have a slump in the range of 4 and 6 inches for uncased shafts and in the range of 5 and 7 inches for cased shafts and must be placed in a manner to avoid striking the reinforcing steel during placement Higher slump ranges are recommended if the concrete will be placed by pumping. Complete installation of individual shafts should be accomplished within an 8 hour period in dry Forest Park Park.view Storm Drain Rehabilitation Fort Worth, Texas CTL Project No. DA07932-125 6 excavations and preferably as rapidly as possible in order to minimize deterioration of bearing surfaces. · Allowable bearing capacity recommendations provided in this report are based on proper construction procedures, including maintaining a dry shaft excavation and proper cleaning of bearing surfaces prior to placing reinforcing steel and concrete. All drilled shaft installations should be carefully observed by geotechnical personnel to help verify the bearing stratum, the design penetration, and perform related duties. It is recommended that drilled shaft installations follow the guide specifications from The Association of Drilled Shaft Contractors Inc. "Standards and Specifications for the Drilled Shaft Industry" or other recognized specifications for proper installation of drilled shaft foundation systems. Driven Plies I i While driven piles can be considered to support the box culverts, it is anticipated that some problems i could be experienced driving piles through the existing fill to the bearing material, due to the presence 1, of concrete boulders within the fill material. Point bearing piles should be driven to refusal on the limestone bearing stratum. The depths of the piles should be observed to ensure they are extended to limestone rather than boulders or other hard objects in the fill. Replacement of the FIii Material Based on the information provided to us we understand that the bottom of the box culverts are about 19 to 22 feet below existing grade. Based on Borings B-1 and B-2, about 0.5 foot to 5 feet of the undocumented fill material with voids and soft material could be present -below the box culverts. Considerations may be given to replacing the fill material to the top of the limestone stratum with suitable imported fill material. A clay fill material with plasticity index of less than 40 could be used to replace the undocumented fill material. The imported clay fill material should be compacted to a minimum 94 percent of ASTM D 698 maximum dry density within 2 and 6 percent above the optimum moisture content Groundwater was encountered at depths of 10 and 13 feet below existing grade and a relatively dry working area should be created during removal and replacement of the undocumented fill material. Forest Park Parkview Storm Drain Rehabilitation Fort Worth, Texas CTL Project No. DA07932-125 7 Grouting Different types of grouting procedures Uet, slurry, compaction, etc.) may be considered to density the undocumented fill material and fill the voids present under the existing box culverts. The grouting procedure should be performed by a suitable contractor specializing in this field. ALTERNATE ALIGNMNET We understand that considerations may be given to placing new box culverts either atthe east orwest side of the existing box culverts. Boring 8-3 was drilled at the east side of the existing culvert and Boring B-4 was drilled at the west side of the existing culvert. Borings B-3 and 8-4 Indicated the presence of undocumented fill material from existing grade or existing asphalt pavement to depths of 24 and 27 feet below existing grade. The fill material was u nderlaln by a hard limestone stratum to the bottom of the boring penetration of30 and 35 feet. Groundwater was encountered ata depth of 12 feet in Borings B-3 and 8-4, at the end of the field exploration. The fill material contained several voids, trash, debris, soft, and wet material. The subsurface conditions should be taken into account while planning and designing the new alignment. The subsurface conditions below the proposed new box culverts may be improved by supporting the box culverts on piers. Ground modification techniques, including removal and replacement of the fill material to the top of the limestone stratum or grouting techniques, may be considered as described in the previous sections. EXCAVATION Based on the subsurface conditions encountered in Borings B-1 and 8-2, undocumented fill material was encountered in the borings underlain by a limestone stratum. Based on the infonnation provided to us, about 12 to 15feetofthe fill material is present over the existing box culverts. Excavation from the surface to repair/replace the box culverts will require significant amount of cut and due to the presence of concrete, asphalt, wood and other debris with large voids and groundwater could create slope failures even if the excavations are laid back at 3H: 1V or 4H: 1V. Current OSHA Code of Federal Regulations, stipulates than any excavation deeper than 5 feet in which workmen will enter, should be shored, laid back to a stable slope, or be provided with some other means of protection. Prior to excavation, the contractor should provide a trench safety plan approved by a qualified professional engineer for excavations deeper than 5 feet. The minimum OSHA requirements for trench bracing about size and spacing of members are presented in 29 CFR 126, Forest Park Parkview Storm Drain Rehabilitation Fort Worth, Texas CTL Project No. DA07932-125 B L T Subpart P, Appendices C thru F. Care should be taken to keep equipment and stockpiled materials a minimum distance equal to the depth of the excavation from the outside edge of any excavations to reduce possible slope failure caused by the surcharge loads. GROUNDWATER CONTROL Groundwater was encountered in Borings B-1 and B-2 at depths of 1 D and 13 feet, at completion of drilling. Due to tha presence of groundwater plans should be made to temporarily cut off the water to allow the repair/remediation of the distressed box culverts. It is emphasized that any type of groundwater control plan will need to extend deep enough to reduce water flow in the fill above the underlying limestone to provide a relatively dry working platform. DESIGN REVIEW AND CONSTRUCTION OBSERVATIONS It is recommended that CTL provide a general review of the final construction plans and specifications, to determine that the recommendations presented in this geotechnical report have been properly interpreted. Construction observations by a geotechnical engineer or experienced geotechnical technician, in CTL's opinion, is essential to help verify that the construction is in accordance with the intent of the recommendations provided in this report and the project plans and specifications. Observations during construction should include: • Verification of bearing strata for installation of deep foundations; • Observation of clean-out of general excavations; • Compaction testing; • Observation of reinforcement placement; and • Observation of concrete placement. QUALIFICATIONS OF RECOMMENDATIONS The findings and recommendations presented in this report are based on the assumption that subsurface conditions do not vary appreciably from those encountered at the borings. The subsurface Forest Park Parkview Storm Drain Rehabilitation Fort Worth, Texas CTL Project No. DA07932.:12s 9 I, I . T information presented in this report does not constitute a direct or Implied warranty that the subsurface conditions at the boring locations can be directly interpolated or extrapolated. Subsurface conditions which are different from those disclosed by the borings may be found during construction. This report was prepared by CTL to aid in the evaluation of the site and to assist in determining the causes of distress of the existing box culverts and provide rehabilitation recommendations. We have developed our conclusions and recommendations in accordance with generally accepted professional geotechnical engineering principles and practices. We make no warranty either express or implied. Our conclusions are based on the results of the field exploration, laboratory tests, and our interpretations of subsurface conditions and analyses, however, if conditions during construction appear different from those described in this report, we should be notified so that we may review and verify or modify, if necessary, our recommendations. The reproduction of this report, or any part thereof, supplied to persons or agencies other than the client should Indicate that this study was made to assist in determining the causes of distress of the existing box culverts and provide rehabilitation recommendations and equipment foundation design and construction purposes only and that verification of the subsurface conditions for purposes of construction activities are the responsibilities of others. Forest Park Parkview Storm Drain Rehabilitation Fort Worth, Texas CTL Project No. DA07932-125 10· _) ~ -=-~--:::-----·· •• •• • • •••• FOREST PARK BLVD • •• ............... ~ ..... :... '~ --•a::ii.a:•••••••••••••:s~';'.;;:-2:. I ------:--t==wr===========~=:j~~ ..... -;--'!..~';- ~ -=---'-"_:: '° .. ~ .- I I I \ , I ' ( "\ 'i ,, '/~ ' •,\...... ....,.,.,...-..... 1- / / \.. ' I ---./ \ -------;---· LEGEND ;;;.---:;-........ -.------~ ===----1 .... ~ ;.§:.- ::::-.,....,,_. .. ==--.. • =--:,=:~ ·-- LOCATION OF E)(.PLOAA TORY BORINGS f1GURE 1 I I , ! ~ ... Q l'! "' "' .... ID II. ii'. I!) .,; ~ N ., I! C ~ l[I 0 ID l5 .... LOG OF BORING NO. B-1 CLIENT: Lopez Garcia Group LOCATION: Fl Worth, Texas PROJECT NAME: Forest Park-Parkview Stonn Drain Rehabilitation RIG TYPE: CME-55 DRILLING CONTRACTOR: GME Drilling LOGGED BY: SD SURFACE CONDITIONS: asphalt, level DATE DRILLED: 12/19/07 GROUND ELEVATION: 553.0 PROJECT NO.: DA07932-125 PAGE 1 OF 1 FIELD DATA LABORATORY DATA DRILLING METHOD(S): 4u Solid Flight Auger IL GROUNDWATER INFORMATION: 15' during drilling, 12' at ;;,: U) :,,: I-..I Ii: ..: a: ;ill t 0 completion and 10' at the end of the day. z m J w IL :;;->< :!: I-u 0 .;. w iii ~ z 0. u :ii: a >-w 0 ~ !:: !i1: 0 C/1 a: 0. u 0 ..: :E 0 ~ w ~ I-llJ i ~ "' u REMARKS: Boring was backfllled with cuttings at the completion I-I-Ill w U) a!: :::; 6 0 IL ~ w I!! a:: z IL ...J u u z a:: of drilling. t ~ ..I :::I w z a ;::: ;::: ,a I-0 C/1 0. 9 !2 0 s U) 11) ::> D.. a. :;; > u :5 j ..I w w <( w 0 a:: z a ll: 0 GEOTECHNICAL DESCRIPTION a 0 U) ii: :;; 0 :::I :::; Q. 0. :a U) ASPHALT, underlain by a base material 1.0 1.0-2.0 ST P=2.5 15 116 . . FILL, CLAY with limestone fragments, hard to soft, . sftghtly moist to wat, gray, grayish brown 2.0-3.0 ST P=4.5+ H 109 . . . 3.0-4 .0 ST p:4_0 9 104 . . -with limestone, concrete, asphalt, and wood below 3' . 4.0-6.0 ST P=4.5+ . . - 5 -. . . . . . . 7.0-8.0 GT 13 . . . . . . 9.0-10.0 CT 14 . . -with gravel below 9' -10 -. . . . . . . . . . . . -trnsh, concrete and large voids below 13' . 14.0-15.0 ST . . ~ 15 -. . . . . . . . . . . . . 19.0-20.0 ST . . ~ 20 -. . . . . . . 22.5 LIMESTONE, with lntemiittent marl seams, very hard, gray 24.0-25.0 CT ~ 25 - -30 -30.0-30.1 TC T=100/0.75" Boring was tennlnated at a depth of 30 feet N -PENETRATION TEST RESISTANCE -BLOWS/INCHES SAMPLETYPE FIELD T-THD CONE PENETRATION RESISTANCE· BLOWS/FT P • POCKET PENETRATION RESISTANCE-TONS/SQ FT ST Shelby Tube RC Rock Core SS Split Spoon TEST R-ROCKCORERECOVERV-% CTCtJtlings TCTHDCona cs Callfornla Sampler ROD-ROCK QU&irTV DESIGNAT!Or-1 -% CTL I Thompson Texas, LLC Flgure2 LOG OF BORING NO. 8-2 CLIENT: Lopez Garcia Group LOCATION: Ft. Worth, Texas PROJECT NAME: Forest Park-Parkview Storm Drain Rehabilitation RIG TYPE: CME-55 DRILLING CONTRACTOR: GME Drilling LOGGED BY: SD SURFACE CONDITIONS: level DATE DRILLED: 12/19/07 GROUND ELEVATION: 552.0 PROJECT NO.: DA07932-125 PAGE1 OF1 FIELD DATA LABORATORY DATA DRILLING METHOD($): 4" Solid Fli ght Auger u. GROUNDWATER INFORMATION: 12' during drllllng, 20' at ~ ti) ,i': ... t: i-: r{ ..,. t ...I completion and 13' at the end of the day. 0 z u. :;; x m ..I ~ u 0 ..,. Ill iii ~ ~ z a.. u ~ C t: 0 ti) Ill 0 ~ a ~ a.. u t:: ::;; !<I :,:: w ~ ... w i; u REMARKS: Boring was backfilled with cuttings at the completion ... ... t/) Ill iii z ::;; ::; ci 0 u.. ~ w ~ a: z ii: ::; u u z a: of drilling. t ..J ::, w z g j:: I= i: D. a ... a 0 ti) ,a <II :, "' ti) :, ..J D. Ill :. iii > u 1 :3 UJ <( i5 a: z a z i5 C 0 "' ii: :;; 0 :, ::; 0. a.. :E II) GEOTECHNICAL DESCRIPTION 0.0.1 .0 ST P--4.6 17 113 . . AU, CLAY, with gravel and limestone fragments, hard . to soft, slightly moist to wet, brown, yellowish brown 1.0.2.0 ST ""3.0 15 114 30 14 16 ST . . . 2.0.3.D ST P=1 .5 12 . . -with fimestone fragments, wood, end concrete 3.0-4.D ST P=1 .5 15 . 119 . . . 4 .0.5.D ST P=2.5 13 122 . . .... 5 -. . . . . . 7.0.8.0 ST P=2.0 15 125 28 . 13 15 50 . . . . . . 9.0.10.0 ST P=3.25 14 111 . . '-10 -. . . . . . . . . -with sand and gravel, trash, concrete, wet below 12' . . . . -voids below 14' 14.0.15.0 CT 12 . . '-15 -. . . . . . . . . . . . . 19.0-20.0 ST 23 . . '-20 -. . . . . . . ... . . ~ . . . 24.0 24.0.24.1 TC T-10011.5'' ~ '-25 -LIMESTONE, with marl seams, very hard, gray "' <C ,__I lf & v; .., iJi '-30 -30.0-30 .1 TC T=1D0/0.5" "' Boring was tenninated at a depth of 30 feet .... 0 ~ N • PENETRATION TEST RESISTANCE -BLOWSnNCHES SAMPLETYPE a, FIELD T • THO CONE PENETRATION RESISTANCE· BLOWS/FT 0 P. POCKEr PENETRATION RESISTANCE · TONS/SQ FT ST Shelby Tube RC Rock Cora ss Spilt Spoon a, ts TEST R-ROCKCORERECOVERY-% CT Cutting& TClllD Cone CS Catlromla Sampler I.I. ROD -ROCK DUALITY DESIGNATION. 'lo CTL I Thompson Texas, LLC Figure 3 ( .. L. I I, - 1". .. ~ :, ... g ~ "' < .... if ii". C!l OQ ~ iii ~ 0 ~ ~ ., a: fl LOG OF BORING NO. B-3 CLIENT: Lopez Garcia Group LOCATION: Ft Worth, Texas PROJECT NAME: Forest Park-Parkview Storm Drain Rehabilitation RIG TYPE: CME-55 DRILLING CONTRACTOR: GME Drilling LOGGED BY: SD SURFACE CONDITIONS: asphalt, level DATE DRILLED: 12/19/07 GROUND ELEVATION: 552.8 PROJECT NO.: DA07932-125 PAGE1 OF2 FIELD DATA LABORATORY DATA DRILLING METHOD(S): 4" Soll d Flight Auger .... GROUNDWATER INFORMATION: 13' during drflling, 12' at ~ ~ ~ ..I t: ..= a: ~ t 0 completion and 12' at the end of the day. z lL 1.1" m .s I!! l!o ~ u 0 ,,,: iii ~ z n. u ,,,: Q w 0 ~ ..= 3 0 U) ~ 0 t:: ~ C> :,c ~ I-u w ~ N u REMARKS: Boring was backfilled with cuttings at the completion Ii: "' w "' z :;; :::; 0 0 3 w UJ D: z u:: :::; u u z ix: ofdnlling. x· ..I I-::, UJ z j:: j:: i= I-C Q U) ,a I-a.. Cl 5 0 5 II) U) :, ..I <L n. :;; ...I >-u :s :s w w < UJ ix: z a z 5 a a U) ~ :;; C ~ :::; "-a. :i "' GEOTECHNICAL DESCRIPTION 0.0-1 .0 CT g ASPHALT, underlain by a base material 1.0 ~--~ FILL, CONCRETE, hard, gray 2.0 20-3.0 CT . . FILL, CLAY, with sand, gravel, concrete boulders, . brown, yellowish brown, grayish brown, gray . . . 4.Q.5.0 CT 27 . . L-5 -. . . . . . . 7.0-8.0 CT . . . . . . 9.0-10.0 CT 13 . . '-10 -. . . . . . . . . . . . . 14.0-15.0 CT . . '-15 -. . . -concrete boulders and trash, with voids , wet below 13' . . . . . . . . . . 19.0-20 .0 CT 3D . . ~ 20 -. . . . . . . . . . . . . 24.0-25.0 CT 28 . . -25-. . . . . . 27 .0 LIMESTONE, with marl seams, very hard, gray 29.D-29.1 TC T=100/1 .5" -30- N • PENETRATION TEST RESISTANCE -BLOWS/INCHES SAMPLETYPE RELD T • THO CONE PENETRATION RESISTANCE-BLOWS/FT P -POCKET PENETRATION RESISTANCE -TONS/SQ FT ST Shelby Tuba RC Rock Core SS Split Spoon TEST R -ROCK CORE RECOVERY.% CTCulUngs TC THO Cone CS California Sempler RQD-ROCKQUAUTYOESIGNATION-% CTL I Thompson Texas, LLC Rgure4 r·- LOG OF BORING NO. B-3 CLIENT: Lopez Garcia Group PROJECT NAME: Forest Park-Parkview Storm Drain Rehabilitation DRILLING CONTRACTOR: GME Drilling SURFACE CONDITIONS: asphalt, level GROUND ELEVATION: 552.8 FIELD DATA t: .i ~ w ~ .. ~ >-t <I) :ili ~ I!! t i!:: .. C n.. a. :;; ..J w w <( UI Q 0 "' ii: 1-35 -35.0-35 .1 TC T=1 00/0.5" -40- 1-45 - ,-60 - "' ~ ~t-55-... g ~ "' <,: 1-' ~ & ~ >-60 - I LABORATORY DATA lJ.. ;:t ~ ..= a: ;:t z ~ ~ IL :;; 0 D ll' n.. CJ "' 0 0 ~ . !:: :ili u @ I:: :;; ~ w U) z :;; ::; a: z ii: ::; 0 u ~ w z 9 j::: i:: C C <I) Ul Ill >-0 ::, <( j i5 a: z a ..J ::E Q ::i ::; a.. a. ~ ..J t 0 II) :;; ;;; >- 0 rn ii: ~ 0 ci ~ z "' o5 ::, ..J z i5 :ll U) LOCATION: Fl Worth, Texas RIG TYPE: CME-65 LOGGED BY: SD DATE DRILLED: 12/19/07 PROJECT NO.: DA07932-125 DRIWNG METHOD(S): 4"' Sol id Flight Auger PAGE 2 OF2 GROUNDWATER INFORMATION: 13' during drilling, 12' at completion and 12' at the end of the day • REMARKS: Boring was backfilled with cuttings at the completion of drilling. GEOTECHNICAL DESCRIPTION Bori ng was termina ted at a depth of 35 fe et ~ N -PENETRATION TEST RESISTANCE -BLOW5nNCHES SAMPLE TYPE ~ FIELD T -lHD CONE PENETRATION RESISTANCE -BLOWS/FT m P -POCKET PENETRATION RESISTANCE-TONS/SQ FT ST Shelby Tube RC Rock Cora SS Spilt Spoon tt: TEST R • ROCK CORE RECOVERY -% CT CuW ~ L-_......1. ___ ~Rl!,!Q!!;!D~-.!lR.!,!O~CK=Q!!:!U~AU:!.l.TY.w.(DE;:S~l~GNA,=ll...,,o:::N:..;-:..•t..._, _______ ..,_ ____ "_!!S ____ T_c_TH_D_c_o_n_e ___ c_s_c_a1_i_io_m1_a_s_a_m_p_1e_r..J CTL I Thompson Texas, LLC Figure4 1 · !, I '· LOG OF BORING NO. 8-4 CLIENT: Lopez Garcia Group LOCATION: Ft. Worth, Texas PROJECT NAME: Forest Park-Parkvlew Storm Drain Rehabilitation RIG TYPE: CME-55 DRILLING CONTRACTOR: GME Drilling LOGGED BY: SD SURFACE CONDITIONS: asphalt, level DATE DRILLED: 12/19/07 GROUND ELEVATION: 552.2 PROJECT NO.: DA07932-125 PAGE1 OF1 FIELD DATA LABORATORY DATA DRILLING METHOD(S): 4" Solid Flight Auger IL GROUNDWATER INFORMATION: 14' during drilling, 18' at ;;t: ~ ~ .J I-...: a: ~ ~ 0 completion and 12' at the end of the day • IL z >< ID _j LU lL :;; :;; ~ u 0 "" w ~ II.. u ~ C OJ >-w a ~ !::: ~ 0 ., a: @ !:: 0 !o: a. u ::;; N ~ ~ Iii ~ 0 REMARKS: Boring was backfilled with cuttings at the completlon t: LU UJ z :;; ::; ci 0 ~ w w ct: tti ii: ::; 0 .!.! z a: of drilling. t .J I-~ z i= i= ..... g I-Cl) ,a IL C C 0 Cl) Cl) CIJ ::, ::, .J D. Ill :!! .J 6 ~ 0 j < z w < !!I z Q .J i 0 GECITECHNICAL DESCRIPTION C C Cl) ... ::;; C ::, .J II.. D. . ., ASPHALT, underlain by e base material 1.0 1.D-2.0 sr P=J .D 11 . . FILL, CLAY, with limestone and concrete debris, very . stiff to soft, dry to wet, grayish brown 2.D-3.0 sr P,.3 .0 7 . . . . . . 4.0-5.0 CT . . '-5 -. . . -with llmestone boulders, car tires and concrete debris . . . . 7.0-8.0 CT 9 . . . . . . 9.0-10.0 CT 7 . . '-10 -. . . -limestone end concrete debris, large voids below 1 O' . . . . . . . . . . 14.0-15.D CT 30 . . '-15 -. . . . . . . . . . . . . c.. 20 -. . . . . . . . . . . .. . ~ . . 24.0 ;'; 24.0-24.1 TC T=1DOID.9" ~ ~ -25 -LIMESTONE, with marl seams, very hard, gray ~ "' < ~' if ~ .; "' ~ ~ 30-30.0-30.1 TC T=1D0/0.5" Boring was terminated at a depth of 30 feet I?!. 0 ~ N. PENETRATION TEST RESISTANCE• BLOWS/INCHES SAMPLE TYPE .. RELD T -THO CONE PENETRATION RESISTANCE-BLOWS/FT 0 P • POCKET PENETRATION RESISTANCE-TONS/SQ FT ST Shelby Tube RC Rock Core 55 Spilt Spoon a, ix: TEST R. ROCK CORE RECOVERY-% CTCutUngs TCTHD Cone CS Califomla Sampler ~ ROD. ROCK QUALITY DESIGNATION-% CTL I Thompson Texas, LLC Figures ( ./ SOIL CLASSIFICATION CHART MAJOR DIVISIONS COARSE GRAINED SOILS MORE THAN 50°1, OF MATERIAL IS LARGER THAN NO. 200 SIEVE SIZE GRAVEL AND GRAVELLY SOILS CLEAN GRAVELS (LITTLE OR NO FINES) GRAVELS WITH MORE THAN 50% FINES OF COARSE FRACTION RETAINED ON NO. 4 SIEVE (APPRECIABLE SAND AND SANDY SOILS AMOUNT OF FINES) CLEAN SANDS (LITTLE OR NO FINES) SYMBOLS GRAPH LETTER ••••I I I ....... . . . . . . . . . . .. . . . ....... ....... . . . . . . . ........ "'a I a I I I ....... ........ ....... . . . .. . . . . .. ·.··: .. · .... -~ . . . . ·. ·::-· .. ; · ... ·:··.· ..... . . .. · .· ·.\ GW GP GM .GC SW SP SANDS WITH ·· ·.. ' .· · SM FINE GRAINED SOILS MORE THAN 50% OF MATERIAL IS SMALLER THAN NO. 200 SIEVE SIZE MORE THAN 50% FINES :·. ·'-'.· " .. OF COARSE FRACTION PASSING ON NO. 4 SIEVE (APPRECIABLE SILTS AND CLAYS SILTS AND CLAYS AMOUNT OF FINES) LIQUID LIMIT LESSTHAN50 LIQUID LIMIT GREATER THAN 50 HIGHLY ORGANIC SOILS CTL I Thompson Texas, LLC SC ML CL OL MH CH OH PT TYPICAL DESCRIPTIONS WELL-GRADED GRAVELS, GRAva- SAND MIXTURES, LITILE OR NO FINES POORLY-GRADED GRAVELS, GRAVEL-SAND MIXTURES, LITTLE bRNOFINES SILTY GRAVELS, GRAVEL-SAND- SILT MIXTURES CLAYEY GRAVELS, GRAVEL -SAND - CLAY MIXTURES WELL-GRADED SANDS , GRAVELLY SANDS, LITTLE OR NO FINES POORLY-GRADED SANDS, GRAVELLY SAND, LITTLE OR NO FINES SIL TY SANDS, SAND -SILT MIXTURES CLAYEY SANDS, SAND-CLAY MIXTURES INORGANIC SILTS AND VERY FINE SANDS, ROCK FLOUR, SIL TY OR CLAYEY FINE SANDS OR CLAYEY SILTS WITH SLIGHT PLASTICITY INORGANIC CLAYS OF LOW TO MEDIUM PLASTICITY, GRAVELLY CLAYS, SANDY CLAYS , SILTY CLAYS, LEAN CLAYS ORGANIC SIL TS AND ORGANIC SIL TY CLA VS OF LOW PLASTICITY INORl3ANIC SIL TS, MICACEOUS OR DIATOMACEOUS FINE SAND OR SILTY SOILS INORGANIC CLAYS OF HIGH PLASTICITY ORGANIC CLAYS OF MEDIUM TO HIGH PLASTICITY, ORGANIC SILTS PEAT, HUMUS, SWAIIAP SOILS WITH HIGH ORGANIC CONTENTS Flgure-6 January 31, 2008 LopezGarcia Group Water Garden Place 100 E. 15th Street, Suite 200 Fort Worth, Texas 76102 Attention: Mr. Theron Darr, P.E. Senior Project Manager Subject: Addendum No. 1 GEOTECHNICAL ENGINEERING STUDY Forest Park Parkview Storm Drain Rehabilitation Forest P~rk Blvd. and Parkview Drive Fort Worth, Texas CTL Project No. DA07932·125 Dear Mr. Darr: T CTLITHOMPSON CTL I Thompson Texas, LLC (CTL) has completed additional geotechnical engineering study you requested for the referenced projecL The scope of service included drilling and sampling two additional borings to determine the subsurface conditions. Based on your instructions, two soil borings were drilled and sampled to explore the subsurface soils for the proposed new storm drains. The approximate boring locations are presented In Fig-ure 1. The borings were advanced with a truck-mounted CME -55 drill rig using solid stem augers. Some of the surficlal undisturbed samples from the borings were sampled by thin walled seamless tube samplers advanced hydraulically into the ground. The relative consistency of the recovered seamless tube samples was evaluated with a pocket . ·---· penetrometer m the-fielil.-Alter the samples had been extruded in the field, the samples were visually classified, carefully wrapped, sealed, marked, placed in wax coated sample boxes, and transported to the laboratory for testing. Due to the presence of water, several voids and loose fill, proper samples could not be obtained of the fill samples in the borings. Evaluation of the unweathered limestone stratum was made using the Texas Department of Transportation {TxDOT) Cone Penetrometer test. The TxDOT test was typically performed at 5 foot intervals by driving a 3 inch diameter cone. The penetration of the cone caused by 100 blows of the hammer was recorded. The boring logs with a visual 10575 Newkirk St.Suite 780 I Dallas, Texas 75220 I Phone:-97~831-1111 Fax: 972-831-0800 description of the encountered material and field test results Is attached as Figures 2 and 3 . A soil classification chart providing description of the various subsurface soil is presented as Figure 4. Laboratory tests performed on select samples included moisture content (ASTM D 2216), Atterberg Limits (ASTM D 4318), and sieve analysis (ASTM D 1140). The laboratory test results are presented in the Logs of Borings, Figures 2 and 3. Boring B-5 indicated the presence of an undocumented fill material from existing grade to a depth of 21 feet below existing grade. The fill material was underlain by a limestone stratum to the bottom of the boring penetration of 26 feet. Boring B-6 indicated the presence of an undocumented fill material from existi ng grade to ~ depth of 22 feet below existing grade. The fill material was underlain by a limestone stratum to the bottom of the boring penetration of 27 feet. We appreciate the opportunity to be of professional service to you. We will be available, at your request, to discuss any questions which may arise about this report. Dist: LopezGarcia Group (1 via email & 2 via US mail) SD/RJH/jp DA07932-125add1 .rpt Forest Park-Parkview Storm Drain Rehabilitation Fort Worth, Texas CTL Project No. DA07932-125 S:\DA07932.000\125\2. Report\DA07932add1-125.doc Richard J. Hammerberg, P.E. Senior Principal Engineer 2 I I II -~ \, . I 1, \, I .... ' o\.,-- 1' I I I ' \ \ --,--.,,--! '/.i;.., , I ··~ ( + \ ,,/ M/-I I\._, 1; .---~,- -"' I // ......... ' / I LEGEND ;;;-_...,,-... __ ......... .------,,..,.. .. , -~---t \,aoffll~ ... :=::,~ ....... ---... ~__...,. ; ==--0,11.G .-- ·-- LOCATION OF EXPLORATORY BORINGS LOG OF BORING NO. 8-5 CLIENT: Lopez Garcia Group LOCATION: Fl Worth, Texas PROJECT NAME: Forest Park-Parkview Storm Drain Rehabilitation RIG TYPE: CME-55 DRILLING CONTRACTOR: GME Drilling LOGGED BY: SD SURFACE CONDITIONS: level DATE DRILLED: 1/24/08 GROUND ELEVATION: 550.0 PROJECT NO.: DA07932-125 PAGE 1 OF 1 FIELD DATA LABORATORY DATA DRILLING METHOD(S): 4" Soli d Flight Auger IL GROUNDWATER IN FORMATION : 17' during drilling, 12' at ~ ~ ;/! I-..= c{ ;/! ~ 15 completion and 11' at the end of the day. IL z >< m _j w IL :;; w :a I-0 0 ;/! w in ~ z Q. 0 ';le a >-..: U) w 0 ~ ;?; a a: a !:: i a X w D.. 0 w ~ N 0 REMARKS : Boring was backfilled with cuttings at the completion ~ I-I-I-U) w U) z :!i :J ci 0 IL ;?; w w ~ z ii: :J ~ 0 z a: ofdrllling. ;:i ...I I-=> w z ;:: ~ I-a a .... "" olS I-Q. a '1) 0 5 II) II) :::> ...I D.. Q. :!i ...I 0 ~ (J :3 <( w a z 5 w w <( z ...I :le GEOTECHNICAL DESCRIPTION a a U) ii: ::!! a :::> :J Q. Q. U) 0.0-1 .0 CT 8 . . FILL. CLAY, with limes tone and asphalt debris, gravel, . very stiff to soft, slightly mo ist to wet, grayish brown , 1.0-2.0 ST P=3.5 12 3B 17 21 34 . . brown . . . . . . . 4.0-5.0 CT 10 . . -5 -. . . -with limestone and co ncret e de bris and trash . . . 7.0-8.0 CT 26 . . . . . . . 9.0-10.0 CT 27 . . -10 -. . . . . . . . . . . . . 14.0-15.0 CT . . ,_ 15 -. . . . ' . . . . . . . . . ,_ 20 -. . . . . 21 .0 LIMESTONE , with marl seams , very hard . gray ~ s 6 1-25 -(!) ~ T='I 00/0.75" "' 26.0-26.1 TC Boring was termina ted at a depth of 26 feet ..: , .. .! le ..., ~ fl;; "' ::! ~ -30 -"' Ii!. 0 c! N -PENETRATION TEST RESISTANCE -BLOWS/INCHES SAMPLE TYPE "' FIELD T -mo CONE PENETRATION RES ISTANCE -BLOWSJFT 0 P -POCKET PENETRA TIDN RESISTANCE· TONS/SQ FT ST Shelby Tube RC Rock Core SS Split Spoon "' ~ TEST R-ROCKCORERECOVERY-% CTCuWngs TC THO Cone CS California Sampler 1mo -ROCK "11 AUTY DESIGNATION·% CTL I Thompson Texas, LLC Flgure2 LOG OF BORING NO. B-6 CLIENT: Lopez Garcia Group LOCATION: Ft Worth, Texas PROJECT NAME: Forest Park-Parkview Stonn Drain Rehabilitation RIG TYPE: CME-55 DRIWNG CONTRACTOR: GME Drilling LOGGED BY: SD SURFACE CONDITIONS : level DATE DRILLED: 1/24/08 GROUND ELEVATION: 551.0 PROJECT NO.: DA07932-125 PAGE 1 OF1 FIELD DATA LABORATORY DATA DRIUING METHOD(S): 4" Solid Flight Auger u. GROUNDWATER INFORMATION: 1T during drilling, 12' at *' II) ~ .... ..: "' t ..J completion and 12' at the end of the day . I-a.: 0 LL z ~ m ....r w IL :;; ~ I-u 0 "' iii ~ z 0.. u ~ C w 0 ~ ..: ~ 0 U) 0:: 0.. 0 !:: :;; 0 ~ I!! ~ I-u w ~ N u REMARKS : Boring was backfilled with cuttings at the completion I-11) w II) z :;; ::; c:i 0 LL ~ w ~ 0:: z ii: ::; u u z a: of drilling. -:i: :i:: ...I ::, Ill z 0 i:: i:: U) ..s 0.. 9 I-0 0 I-.... !!! 5 II) II) ::, 0.. 0.. :;; ~ u ~ ~ z ...I w w < w 0 z a :5 0 GEOTECHNICAL DESCRIPTION 0 0 U) ii: :i; 0 ::, ::; 0.. 0.. U) 0.0-1 .0 ST 15 . . FILL , CLAY, with limestone and asphalt debris, very . stiff to soft, slightly moist to wet, grayish brown, brown 1.0-20 ST P=2.0 16 33 15 18 44 . . . 20-3.0 ST P=1.0 10 . . . 3.0--4.0 ST . . . 4.0-5.0 ST P=4.5 . . >-5 -. . . -with limestone , asphalt and concrete debris . . . . 7.0-8.0 ST P=20 19 . . . . . . 9.0-10.0 ST 17 . . -10 -. . . -li mestone and concrete debris . . . . . . -trash below 12' . . . . 14.0-15.0 CT 24 . . >-15 -. . . . . . . . . . . . . 19.0-20.0 CT . . >-20 -. . . . . . 22.0 ., LIMESTONE, with marl seams , very hard, gray s 24.0-24.1 TC T=100/0.75" ~ 25 - ~ "' <( ... I 27.0-27.1 TC T=100/0.375'' le Boring was term inated at a depth of 27 feet ~ ..; "' ~ >-30 - ~ 0 ~ N . PENETRATION TEST RESISTANCE· BLOWSnNCHES SAMPLE TYPE CQ FIELD T. THO CONE PENETRATION RESISTANCE -BLOWS/FT 0 P. POCKET PENETRATION RESISTANCE· TONS/SQ FT ST Shelby Tube RC Rock Cora SS Spilt Spoon CQ 5 TEST R. ROCK CORE RECOVERY·% CT Cuttings TC THO Cone CS Callromla Sampler ... RQD -ROCK QUALITY DESIGNATION • % CTL I Thompson Texas, LLC Figure 3 SOIL CLASSIFICATION CHART MAJOR DIVISIONS COARSE GRAINED SOILS MORE TliAN 50% OF MATERIAL IS LARGER THAN NO. 200 SIEVE SIZE FINE GRAINED SOILS MORE THAN 50% OF MATERIAL IS SMALLER THAN NO. 200 SIEVE SIZE GRAVEL AND GRAVELLY SOILS MORE THAN 50% OF COARSE FRACTION RETAINED ON NO. 4SIEVE SAND AND SANDY SOILS MORE THAN 50% OF COARSE FRACTION CLEAN GRAVELS (LITTLE OR NO FINES) GRAVELS WITH FINES (APPRECIABLE AMOU OF FINES) CLEAN SANDS (LITTLE OR NO FINES) SANDS WITH FINES PASSING ON NO. 4 (APPRECIABLE AMOUN SIEVE OF FINES} SILTS AND CLAYS SILTS AND CLAYS LIQUID LIMIT LESS TliAN 50 LIQUID LIMIT GREATER THAN 50 HIGHLY ORGANIC SOILS GTL I Thompson Texas, LLC SYMBOLS GRAPH LETTER ......... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ......... . . . . . . . . . . . . . . . . . . ......... . . . . . . . . . . . . . . . . . . . . . . . . . . . ......... : ·. -.. • .. . . -· ... . . . · .. ·. : :-:: . ·: ·-.. -:·. ·.-·-: -. .- GW GP GM GC SW SP SM SC ML CL OL MH CH OH PT TYPICAL DESCRIPTIONS WELL-GRADED GRAVELS, GRAVEL - SAND MIXTURES , LITTLE OR NO FINES POORLY-GRADED GRAVELS, GRAVEL -SAND MIXTURES, LITTLE OR NO FINES SIL T'f GRAVELS, GRAVEL-SAND - SILT MIXTURES CLAYEY GRAVELS, GRAVEL-SAND - CLAY MIXTURES WELL-GRADED SANDS, GRAVELLY SANDS , UTILE OR NO FINES POORLY-GRADED SANDS, GRAVELLY SAND, LITTLE OR NO FINES SILT'( SANDS, SAND-SILT MIXTURES CLAYEY SANDS, SAND -CLAY MIXTURES INORGANIC SILTS AND VERY FINE SANDS, ROCK FLOUR, SIL TY OR CLAYEY FINE SANDS OR CLAYEY SILTS WITH SLIGHT PLASTICITY INORGANIC CLAYS OF LOW TO MEDIUM PLASTICITY, GRAVELLY CLAYS, SANDY CLAYS, SILTY CLAYS, LEAN CLAYS ORGANIC SILTS AND ORGANIC SIL TY CLAYS OF LOW PLASTICITY INORGANIC SIL TS, MICACEOUS OR DIATOMACEOUS FINE SAND OR SILTY SOILS INORGANIC CLAYS OF HIGH PLASTICITY ORGANIC CLAYS OF MEDIUM TO HIGH PLASTICITY, ORGANIC SILTS PEAT, HUMUS, SWAMP SOILS WITH HIGH ORGANIC CONTENTS Figure-4 PART9 ADDENDA URS No. 25337785 , fORT WORTH ,. ~ City of Fort Worth Change Order Request Project Name! HMAC Surface Overlay At Var ious Locatioins (2011-13) Client Project #(s)! C293-541200-20662017 4083 City Project No : 017 40 Project Description HMAC Surface Overlay at Various Locations Throughout the City C DP / 1.o~ ~ ~~J:,;~~ LJzi-J I) :CO l City Sec # 42411 DOE: 6699 Contractor! JLB Contracting , LLC City Project Mgr.! Kristian Sugrim Change Order # Date 5/29/2012 (817) 392-8902 City Inspector Ali Motamed (817) 944-117 4 .__ ______ ..!,__...!,_ ___ __J Enter Department(s) to the Right and TPW Contract Day Type Original Contract Amount $984 ,351.30 Extras to Date Cred its _ to Date Pend ing Change Orders (in M&C Process) Contract Cost to Date $984 ,351 .30 !Amount of Proposed Change Order $0.00 Revised Contract Amount $984 ,351 .30 Original Funds Available for Change Orders Remaining Funds Available for this CO $0 .00 Add itional Funding (if necessary) CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 25%) JUSTIFICATION (REASONS) FOR CHANGE ORDER Totals Contract Time (CD) $984 ,351 .30 120 $984 ,351 .30 120 10.00 45 $984 ,351 .30 165 $0 .00 0.00% $1 ,230 ,439 .13 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in full (both time and money) for all costs arising out of, or incidental to , the above Change Order. h,£~~~~~==---~~--+-'.LL-==-+-~~~~~~~~~~~~~ ~~~~"fl-.-:::::::...._ ____ ...L.IL.:~..!::::_L...L~~~~:.....__---~~~ I~~ L_ ___ M_&c_Nu_m_be_r---=~=======:=1_ _________ M_&c_Da_te_A_:_p.:...pr_ov_e_d -=========----f\-1.:~J\~( 0 6 -11 -1 2 PO 3 : 1 7 I N \Y" )~ •...J · ~ ') ·- ~-J /• - I ,_ i .. , fO l!,T;O]TH .. ,. . .. ... CDP\/ 1o~ ~ City of Fort Worth Change Order Request Project Name! HMAC Surface Overlay At Various Locatioins (2011-13) Client Project #(s)! C293-541200 -20662017 4083 City Project No : 017 40 Project Description HMAC Surface Overlay at Various Locations Throughout the City Change Order# L/?l/ J)-(0 J City Sec # 42411 .__ _____ __. DOE : 6699 Date 5/29/2012 Contractor! JLB Contracting , LLC City Project Mgr.! Kristian Sugrim (817) 392-8902 City Inspector Ali Motamed (817) 944-1174 Enter Department(s) to the Right and ,.,.,.. ; ,TPW Contract Day Type ,,, , Original Contract Amount $984 ,351 )30 L Extras to Date d#- Credits to Date ,. Pending Change Orders (in M&C Process) Contract Cost to Date $984 ,351.30 !Amount of Proposed Change Order $0.00 Revised Contract Amount $984 ,351.30 Original Funds Available for Change Orders Remaining Funds Available for this CO $0 .00 Additional Funding (if necessary) CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 25%) JUSTIFICATION (REASONS) FOR CHANGE ORDER ... Totals Contract Time --·,-(CD) $~84 ,351 .30 120 $984 ,351 .30 120 $0.00 45 $984 ,351.30 165 $0 .00 0.00% $1 ,230,439.13 Based on TPW's Soil Lab . analysis of Mccart Ave . A, Mccart Ave . B, Mccart Ave . C and Winchester Ct., it was determined that these projects should be Lime stabilized due to the high plasticity index of the in-place soil. This change order will allow for the payment of the Lime and man ip ulation at these locations . The cost for this process is off-set by th1e deletion of portions of line items that will not be used in the contract. Also , an additional 45 calendar days is being requested to compensate for this work and from delays due to gas utility conflicts . I) 1:UzJ ~~y- i 11z /Jc.. ,. Date 5-A--/2- Date M&C Number -............. FORT WORTH .. ~ • City of Fort Worth Change Order Request Project Name! HMAC Surface Overlay At Various Locatioins (2011 -13) Client Project #(s)j C293-541200-20662017 4083 City Project No : 017 40 Project Description HMAC Surface Overlay at Various Locations Throughout the City CoPv .1. D~ l/?'/JJ -(0 ) City Sec # 42411 ~---------' DOE : 6699 Contractor! JLB Contracting , LLC City Project Mgr.! Kristian Sugrim Change Order # Date 5/29/2012 (817) 392-8902 City Inspector Ali Motamed (817) 944 -117 4 '---------'----'-------' Enter Department(s) to the Right and ,TPW Contract Day Type , . Original Contract Amount $984 ,351 .30 { Extras to Date } , Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date $984 ,351 .30 IAmount of Proposed Change Order $0.00 Revised Contract Amount $984 ,351 .30 Original Funds Available for Change Orders Remaining Funds Available for this CO $0 .00 Add itional Funding (if necessary) CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS% OF ORIGINAL CONTRACT MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 25%) JUSTIFICATION (REASONS) FOR CHANGE ORDER . Totals Contract Time (CD) $984 ,35 1.30 120 $984 ,351 .30 120 $0.00 45 $984 ,351 .30 165 $0 .00 0.00% $1 ,230,439 .13 Based on TP W's Soil Lab . analys is of Mccart Ave . A, Mccart Ave . B, Mccart Ave . C and Winchester Ct., it was determined that these projects should be Lime stabilized due to the high plasticity index of the in-place soil. This change order will allow for the payment of the Lime and manipulation at these locations . The cost for this process is off-set by t~e deletion of portions of line items that will not be used in the contract. Also , an additional 45 calendar days is being requested to compensate for this work and from delays due to gas utility conflicts. /} 1 !J<_, '/ vt'-,: Y- Lf / J t /11- Date ---------------------'-t'~ l-!:~~~~~--------l--~~~~~~~~~-------+""7"""'l~~---I '\( ' M&C Number !10/ J I • FORT WORTH . ~ City of Fort Worth Change Order Request r 1 i I City Sec # 42411 Project Name! HMAC Surface Overlay At Various Locatioins (2011-13) ~--------' Cl ient Project #(s)I C293 -541200-20662017 4083 City Proje ct No : 017 40 DOE : 6699 Project Description HMAC Surface Overlay at Various Locations Throughout the City Change Order # Date 5/29 /2012 (817) 392-8902 Contractor! JLB Contracting , LLC City Project Mgr. I Kris tian Sugrim City Inspecto r Ali Motamed (817) 944-1174 ~------~~----.....1 Enter Department(s) to the Right and TPW Contract Day Type Ori ginal Contract Amount $984 ,351 .30 Extras to Date Cred its to Date Pending Change Orders (in M&C Process) Contract Cost to Date $984 ,351 .30 !Amount of Proposed Change Order $0.00 Revised Contract Amount $984 ,351 .30 Origina l Funds Availab le for Change Orders Rema ining Funds Available for this CO $0 .00 Add itional Funding (if necessary) CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS% OF ORIGINAL CONTRACT MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 25%) JUSTIFICATION (REASONS) FOR CHANGE ORDER Totals Contract Time (CD) $984 ,351 .30 120 $984 ,351 .30 120 $0.00 45 $984 ,351 .30 165 $0 .00 0.00% $1 ,230,439.13 Based on TP W's Soil Lab . analysis of Mccart Ave . A, Mccart Ave . B, Mccart Ave . C and Winchester Ct., it was determined that these projects should be Li me stabili zed due to the high plast icity index of the in-pla ce soi l. This change order will allow for the payment of the Lime and manipula tion at these locat ions . The cost for th is process is off-set by the dele tion of portions of line items tha t will not be used in the contra ct. Also , an add itio nal 45 calendar days is be ing requested to compensate for this work and from delays due to gas util ity confl icts . (f//t /JL It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and sat isfaction and represents payment in full (both time and money) for all costs arising out of , or incidental to , the above Change Order. Contractor's Com an Name Contractor Name Date JLB Contractin , LLC .,. - lnsoector/lns1>ection Supervisor ? J Date Project Manager/Program Manager Date ~~.,.... I I <...1,,l l)C T~U <.. I ~!/ . '"- Assistant Director (Dept) Date Director , Contracting Department (Dept) Date - Assistant City Attorney Date Assistant City Manager Date r _... -I t , ... Council Action if required) M&C Number I -· I M&C Date Approved I I \ i) )\. . ,/ FORT WORTH --,......-- Project Name Client Project# City of Fort Worth Change Order Additions HMAC Surface Overlay At Various Locatioins (2011-13) C293-541200-20662017 4083 City Project No: 017 40 Project Description HMAC Surface Overlay at Various Locations Throughout the City Contractor JLB Contracting, LLC City Sec# 42411 DOE : 6699 Change Order # 1 Date 5/29/2012 City Project Mgr . ...._K_ri_st_ian_S_u_..g_rim ____ __,_(8_1_,7)_3_92_-8_9_0_2 __ _. City Inspector Ali Motamed (817) 944-117 4 .__ ______ ,__.....__ ___ __. ADDITIONS llt:M Ul::SL;Klt-' I IUN Ut:I"' I 1 .. uy unit Unit L;OSt IOtal J~ {AOO) ume Matena1 ll"'W 14J.oo IN ~lob.OU ~.:'.l ,.t::OO ./'J 40 (Add) Lime Manipulation i"PW 8 ,o/J.UU -:>T $4.r~ ~41 ,b4;j ,t)/ .. Change Order Add1t1ons Page 1 of 2 ... TPW $63,809.42 ::iuO I ota1 Aaa,t,ons ~OJ ,~U~.4£ Change Order Additions Page 2 of 2 FORT WORTH --....,---City of Fort Worth Change Order Deletions Project Name Client Project# HMAC Surface Overlay At Various Locatioins (2011-13) City Sec# 42411 C293-541200-206620174083 City Project No: 01740 DOE: 6699 Project Description HMAC Surface Overlay at Various Locations Throughout the City Contractor JLB Contracting , LLC City Project Mgr. _Kr_i_st_ian_S_u_g_rim _____ (8_1_7)_3_92_-8_9_0_2 --- Change Order# 1 Date 5/29/2012 ---===~---======::: City Inspector ,__A_li_M_ot_am_e_d __ ---'(._81_7.,_) 9_4_4_-1_17_4 _ _. DELETIONS 11t::M Uc:vv1'1!"" I IUN Ut::1-'I Wty Unit Unit (.;OSt IOtal 11:S(UeC) ts incn 1-'avement 1-'Ulvenzauon I l""VV 4,uuu .z:, ::SY :jiJ .1\l :til l,loU.tsU a (Dec) Asphalt Pavement And tsase 1-<epa1r fPW 178 .00 L;Y $1~u .uu :tiJJ ,tslU.UU ZJ (Dec) HMAC Pavement Level Up fPW 150.00 IN :ti~ts.UIJ $14,/UU .UU 24 (Dec) Pavement Wedge MIiiing 2 inch To O Inch Depth 5 Feet Wide fPW 2,U/l.64 LF $1.a :i,z ,:,zts.oz Change Order Deletions Page 1 of 2 ..... TPW $63,809 .42 suo I ota1 ueletions ~OJ ,OU~.4L Change Order Deletions Page 2 of 2 M/WBE Breakdown for this Change Order MWBE Sub . Type of Service Amount for this CO Total $0.00 Previous Change Orders CO# DATE AMOUNT Total $0.00 PROJECT SUMMARY SHEET (Change Order Attachment) PROJECT NAME: HMAC 2011-13 Surface Overlay @ 17 locations BuySpeed No (T/PW): BuySpeed No (Water): City Project No: Contract No : D.O .E. No : Attachment to Change Order No : Today's Date : Original Contract Amount: Extras to Date : Credits to Date : Contract Amount to Date : P0-11-00068426 N/A 01740 CS42411 6699 1 5/30/12 Amount of Proposed Change Order: (Additions) Amount of Proposed Change Order: (Deletions) Revised Contract Amount: Original M & C, C-25138, approved 09-13-11 TOTAL $ 984,351.30 $ $ $ 984,351.30 $ 63,809.42 $ (63,809.42) $ 984,351.30 Contingency Funds Avail. for Admin . Change Orders : $ Remaining Funds Available for Change Orders : $ Additional Funding (if necessary): $ Additional Time Requested: 45 days Prepared By: Christy Ezernack T/PW Construction Services - - - - - - - - - - SPECIFICATIONS ·.,.,· AND CONTRACT DOCUMENTS FOR MSCOPYNlt __ CONTRACTOlt __ CONTRACTOR'S BONDING CO. V::::: CITY SECRETARY --CITYIMNAGER'S OFFICE __ 8IGIEE11;111-RIIG DIV. __ TIPW•FUCOPY HMAC SURFACE OVERLAY (2011-13) Cl1Y SECRETARY CONTRACT NO._.L=-----, ATV ARIOUS LOCATIONS IN THE CITY OF FORT WORTH, TEXAS CITY PROJECT NO: 01740 TPW PROJECT NO: C293-541200-206620174083 2011 MIKE MONCRIEF . ; MAYOR TOM M. HIGGINS INTERilVI CITY 1\/IANAGER DOUGLAS W. WIERSIG, P.E., DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPART1\1ENT ANDY ANDERSON, P.E., ASSISTANT DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT PREPARED BY TRANSPORTATION AND PUBLIC WORKS DEPARTMENT INFRASTRUCTURE GROUP OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX le...__ 10-06-11 P03:08 IN :~_//~ - - - - - - M&CReview Page 1 of2 Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FORT WORTH ~ COUNCIL ACTION: Approved on 9/13/2011 DATE: 9/13/2011 REFERENCE NO.: **C-25138 LOG NAME: 20HMAC 20 11 -13 CODE: C TYPE: CONSENT PUBLIC HEARING: NO SUBJECT: Authorize Execution of a Contract with JLB Contracting , LLC., in the Amount of $984,351.30 for Hot Mix Asphaltic Concrete Surface Overlay 2011-2013 at Seventeen Locations (COUNCIL DISTRICT 6) RECOMMENDATION: It is recommended that the City Council authorize the execution of a contract with JLB Contracting , LLC., in the amount of $984,351.30 for 120 calendar days for Hot Mix Asphaltic Concrete Surface Overlay 2011-2013 at seventeen various locations that are listed on the attachments provided. DISCUSSION: The 2011 Contract Major Maintenance Program provides funding for the rehabilitation of deteriorated asphalt and concrete streets. For asphalt streets, two pavement repair techniques are utilized depending upon the level of deterioration, mill and overlay, or pulverization of existing surface and base to create a new base and paving with new asphalt. This Contract will perform asphalt rehabilitation on 17 street segments. The work in each street segment can be expected to last between two to four weeks depending upon length of the street segment, weather and local working conditions. Funding for the Contract is included in the Contract Street Maintenance Fund . The project was advertised for bid in the Fort Worth Star-Telegram on June 2, 2011 and June 9 , 2011. On June 30, 2011, the following bids were received : Bidders JLB Contracting, LLC Quality Excavation, Ltd. Peachtree Construction, Ltd. Amount $ 984 ,351.30 $ 996,894.00 $ 1,036 ,136.50 The City reserves the right to increase or decrease quantities of individual pay items within the Contract provided that the total Contract amount remains within plus or minus 25 percent of the Contract award. JLB Contracting , LLC , is in compliance with the City's M/WBE Ordinance by committing to 18 percent M/WBE participation. The City's goal on this project is 17 percent. These projects are located in COUNCIL DISTRICT 6. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Contract Street Maintenance Fund . http ://apps.cfwnet.org /council_packet/rnc _ review.asp ?ID= l 5813&councildate=9/13 /2011 9/15/2011 - - - - - M&CReview TO Fund/Account/Centers Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATIACHMENTS 20HMAC 2011-13 MAP PAGE 01.pdf Page 2 of2 FROM Fund/Account/Centers C293 541200 206620174083 $984,351.30 Fernando Costa (6122) Douglas W . Wiersig (7801) Kristian Sugrim (8902) http://apps.cfwnet.org/council_packet/mc_review.asp?ID=l5813&councildate=9/13/2011 9/15/2011 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR HMAC SURFACE OVERLAY (2011-13) AT VARIOUS LOCATIONS IN THE CITY OF FORT WORTH, TEXAS CITY PROJECT NO: 01740 TPW PROJECT NO: C293-541200-206620174083 5-1-ll ,P.E. DATE INFRASTRUCTURE MANAGER TRANSPORTATION AND PUBLIC WORKS DEPARTMENT TABLE OF CONTENTS 1. Notice to Bidders 2. Special Instructions to Bidders 3. Minority and Women Business Enterprise Specifications 4. Proposal \ 5. Special Provisions 6. Prevailing Wage Rates 7. Vendor Compliance 8. Contractor Compliance with Worker's Compensation Law 9. Certificate of Insurance 10. Equipment Schedule 11. Experience Record 12. Performance Bond 13. Payment Bond 14. Maintenance Bond 15. Contract 16. Notice of Construction Detail 17. Project Designation Sign Detail 18. Other Details 19. Street Locations 20. Street by Street Paving Quantity Determination Spreadsheet Sealed Proposals for the following: CITY OF FORT WORTH, TEXAS HMAC SURFACE OVERLAY (2011-13) CITY PROJECT NO: 01740 TPW PROJECT NO: C293-541200-206620174083 Submit package to th e City of Fort Worth , Purchasing Division, lower level of the Municipal Building, I 000 Throckmorton St, Fort Worth , Texas 76102 , untill:30 P.M., Thursday, June 30, 2011 , and then publicly read aloud at 2 :00 P .M ., in the Council Chambers. Specifications and Contract Documents for this project may be purchased for twenty dollars ($20) per set at the office of the Transportation and Public Works Department, Munic ipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. These documents contain additional information for prospective bidders. A pre-bid conference will be held at 9:00 A.M. Tuesday, June 21, 2011, in the Transportation and Public Works Conference Room, 2nd Floor, Municipal Building, RM 270. The major work on the above-referenced project shall consist of the following: Paving Improvements: 9 ,560 L.F. 22,150 S.Y . 290 TONS 16,360 L.F. 3,300 S.Y . 19,100 L.F . 48,850 S.Y. Remove and Replace Concrete Curb and Gutter 8-inch Pavement Pulverization Cement Modification (26 lbs/SY) Pavement Wedge Milling (2" to O" Depth , 5 ' Wide) ' ';' 2-inch ~urfac;y,Milling Crack Sealing 2-inch HMAC Surface Course Type "D" Pavement Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications. For additional information please contact Kristian Sugrim, Project Manager, at (817) 392-8902. T. M . HIGGINS INTERIM CITY MANAGER Advertising Dates: June 2, 2011 June 9, 2011 :.~ ; DOUGLAS W. WIERSIG, P.E ., DIRECTOR TRANSPORTATION & PUBLIC WORKS By : \1-.~~ Kristian Sugrim Project Manager PREQUALIFICATION REQUIREMENTS FOR PAVING CONTRACTORS 1. A current Financial Statement must be provided . The Transportation and Public Works Department requires that th e 01iginal Financial Statement, or a certified copy be submitted for consideration . 2. For those seeking first time qualification, references of related work (at least 5) must be provided. Each reference must include the following : a . Project Name and Location b . Type of project -Concrete Paving Construction or Reconstruction , Asphalt Paving Construction Reconstruction, or Asphalt Paving Heavy Maintenance. c . An indication of whether the Contractor served as the prime or as a subcontractor on each of the referenced projects d . Contractor's contact person and telephone number(s) e. Name of the city where work was performed along with contact name and telephone number of the assigned City Inspector f Amount of construction contract g . Type of paving performed and general description of work elements (asphalt, base construction, sub-base treatment, geo-grid fabric , concrete, reinforcing, thickness, jointing) h. Date of project -start date for construction and completion date 1. The above requirement for 5 project references may be waived if: • The contractor can otherwise demonstrate that he/she has the construction experience to perform the type of work for which he/she is being considered , and The contractor provides sufficient evidence that he/she has the financial ability to both complete and warranty the work, and The contractor acknowledges that under this provision of the requirements for pre-qualification that the contractor will be limited to 10 ,000 square yards of concrete or asphalt pavement construction or $1 ,000 ,000 of pavement rehabilitation . The contractor acknowledges that the limitation on this type of work for the City of Fort Worth will remain in force until such time as the contractor demonstrates the capability to satisfactorily perform and complete the type of work covered by the restriction . 3. Include in the submission an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking certification . The schedule must include the manufacturer, model and general common description of each piece of equipment. 4 . The following information must be provided regarding construction experience: a. Number of years the company has been in business as a General Contractor under the present business name b. Other names under which the company has operated including the foll name of the company and where that company performed work c . An indication of the number of years of concrete/asphalt pavement construction experience as a general contractor and as a sub-contractor d . Experience of the principals of the company, including name, present position, years of experience, type of experience, licenses, and certifications . e . If the Contractor or any present partners or officers have ever failed to complete a contract, provide details about those contracts including name of the project, owner/engineer, contract price , contact person, and the surety that was involved . f. Provide details of any instances when the Contractor, any present partners or company officers have filed for bankruptcy or have been part of a company that has filed for bankruptcy. 5. Any Contractor who becomes qualified under these provisions and remains in good standing with the City will only be required to submit a newly compiled or reviewed financial statement before each 2 year anniversary of initial qualification . Should a Contractor fail to submit the required information before any 2 year anniversary, he/she will be so advised and will be allowed 6 months to provide the required financial statement. If a financial statement is then not provided within the specified 6 month period, the Contractor will be removed from the list of qualified Contractors and he/she will be required to provide all indicated information as would a new contractor before being considered further for qualification . December 9, 2010 ASPHALT PAVING CONSTRUCTION/RECONSTRUCTION Asphalt Paving Construction/Reconstruction LESS THAN 10,000 square yards A Contractor may be deemed as pre-qualified to perform asphalt paving as a Prime Contractor with the City of Fort Worth if the required pre-qualification information submitted by the Contractor demonstrates through financial stability, experience and available resources that the Contractor should be able to perform the indicated level of work. If the Contractor is pre-qualified for this level, the Contractor will only be considered qualified to perform asphalt paving on projects that include less than 10,000 square yards . Asphalt Paving Construction/Reconstruction 10,000 square yards and GREATER A Contractor may be deemed as pre-qualified to perform asphalt paving as a Prime Contractor with the City of Fort Worth if the required pre-qualification information submitted by the Contractor demonstrates through financial stability , experience and available resources that the Contractor should be able to perform the indicated level of work. If the Contractor is pre-qualified for this level, the Contractor will not be limited on the size of project upon which he or she may bid . ASPHALT PAVING HEAVY MAINTENANCE Asphalt Paving Heavy Maintenance UNDER $1,000,000 A Contractor may be deemed as pre-qualified to perform asphalt paving heavy maintenance as a Prime Contractor with the City of Fort Worth if the required pre-qualification information submitted by the Contractor demonstrates through financial stability, experience and available resources that the Contractor should be able to perform the indicated level of work. If the Contractor is pre-qualified for this level, the total amount of the bid for asphalt paving heavy maintenance and all items directly associated with the paving shall be less than $1 ,000 ,000 . Asphalt Paving Heavy Maintenance $1,000,000 and OVER A Contractor may be deemed as pre-qualified to perform asphalt paving heavy maintenance as a Prime Contractor with the City of Fort Worth if the required pre-qualification information submitted by the Contractor demonstrates through financial stability, experience and available resources that the Contractor should be able to perform the indicated level of work . If the Contractor is pre-qualified for this level, the Contractor will not be limited on the size of project upon which he or she may bid. December 9, 20 I 0 SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth , in an amount of not less than 5 percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten days after the contract has been awarded . To be an acceptable surety on the bid bond , the surety must be authorized to do business in the state of Texas . In addition , the surety must ( 1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proofrequired herein . 2. PROPOSAL: After proposals have been opened and read aloud , the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal , and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid . Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals , or to proceed with the work in any manner as maybe considered for the best interest of the Owner. The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. 3. ADDENDA: Bidders are responsible for obtaining all addenda to the Contract Documents prior to the bid receipt. Information regarding the status of addenda may be obtained by contacting the Transportation and Public Works Department at (817) 392- 8902. Bids that do not acknowledge all applicable addenda will be rejected as non- respons1ve. SPECIAL INSTRUCTIONS TO BIDDERS -I - 4. AW ARD OF CONTRACT: The contract, if awarded, will be awarded to the lowest responsive bidder. The City reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn until the expiration of forty-nine ( 49) City business days from the date that the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") is received by the City. 5. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The successful bidder shall be required to furnish bonding as applicable in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City . All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code , as amended. A. If the total contract 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 City. B. If the contract amount is in excess of $25,000 , a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. C. If the contract amount is in excess of $100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans , specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth . D. A Two-year Maintenance Bond is required for all projects to insure the prompt, full and faithful performance of the general guarantee as set forth in Paragraph 7 of the Special Provisions. To be an acceptable surety on the performance, payment and maintenance bonds , the surety must be authorized to do business in the state of Texas and meet all requirements of Texas Insurance Code, section 7 .19-1. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a 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. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to SPECIAL INSTRUCTIONS TO BIDDERS - 2 - the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City 6. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1 -General Provisions, Item 8, Paragraph 8.6, Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. 7. 8 EMPLOYMENT AND NON-DISCRIMINATION: The Contractor shall not discriminate against any person(s) because of sex, race, religion, color or national origin and shall comply with the provisions of sections l 3A-2 l through 13A-29 of the Code of the City of Fort Worth (1986), as amended, prohibiting discrimination in employment practices. WAGE RA TES: Section 8. 8 of the Standard Specifications for Street and Storm Drain Construction is deleted and replaced with the following: Compliance with and Enforcement of Prevailing Wage Laws A. Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. B. Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 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 SPECIAL INSTRUCTIONS TO BIDDERS - 3 - wages due under the prevailing wage rates , such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons . The City is not a party in the arbitration . The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation · of ea'ch 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. I. (Wage rates are attached following the end this section.) 9. FINANCIAL STATEMENT : A current certified financial statement may be required by the Director of Transportation and Public Works Department for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required , is to be SPECIAL INSTRUCTIONS TO BIDDERS - 4 - prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 10. INSURANCE : Within ten days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Workers Compensation (statutory); Comprehensive General Liability ($1,000,000 per occurrence, $2 ,000,000 aggregate); and Automobile Insurance ($1,000,000 each accident on a combined single basis or $250,000 property damage/$500,0QO bodily injury per person per occurrence. A commercial business policy shall provide coverage on "any auto", defined as autos owned, hired, and non- owned). Additional lines of coverage may be requested . If such a request is made after bid opening, Contractor shall be entitled to additional compensation equal to 110% of the additional premium cost. For worker's compensation insurance requirements, see Special Instructions to Bidders -Item 16. ADDITIONAL INSURANCE REQUIREMENTS: A. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. B. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. C. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. D. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. E. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. F. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City . G. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. H. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of SPECIAL INSTRUCTIONS TO BIDDERS - 5 - 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. L. Contractor's liability shall not be limited to the specified amounts of insurance required herein. M. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 11. NON-RESIDENT BIDDERS: Pursuant to Texas Government Code, art. 2252.002, the City of Fort Worth will not award this contract to a non-resident bidder unless the non- resident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder to obtain a comparable contract in the state in which the non- resident's principal place of business is located . "Non-resident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company of majority owner has its principal place of business in this state. "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if the project is funded in whole or in part with federal funds . The appropriate blanks of the Proposal must be filled out by all non-resident bidders in order for its bid to meet specifications. The failure of a non-resident contractor to do so will automatically disqualify that bidder. 12. MINORITY/WOMEN BUSINESS ENTERPRISE: In accordance with City of Fort Worth Ordinance No. 11923, as amended by Ordinance No. 13471, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. You may obtain a copy of the Ordinance from the Office of the City Secretary. SPECIAL INSTRUCTIONS TO BIDDERS - 6 - The M/WBE Utilization Form, Prime Contractor Waiver Form and the Good Faith Effort Form, as applicable, must be submitted no later than 5:00 p. m. five (5) City business days after the bid opening date, exclusive of the bid opening date. The bidder shall submit the documentation at the reception area of the Transportation and Public Works Department ("Managing Department"), 2nd floor, City Hall, and shall obtain a receipt. Failure to comply shall render your bid non-responsive. Upon contract execution between the City of Fort Worth and the successful bidder, now known as Contractor, a pre-construction meeting will be scheduled at which time the Contractor is required to submit either Letters of Intent or executed agreements with the M/WBE firm(s) to be utilized on this project. Such Letters of Intent or executed agreements shall include the following information : 1. Name of Contract 2. Name of M/WBE firm utilized 3. Scope of Work to be performed by the M/WBE firm 4. Monetary amount of work to be performed by the M/WBE firm 5. Signatures of all parties A notice to proceed will not be issued until the signed letter(s) or executed agreement(s) have been received. Throughout the duration of this project, the Contractor complies with the M/WBE Ordinance by complying with the following procedures: • A M/WBE Participation Report Form must be submitted monthly until the contract is completed. The first report will be due 30 days after commencement of work. The monthly report MUST have an original signature to ensure accountability for audit purposes. • Reports are to be submitted monthly to the M/WBE Office, regardless of whether or not the M/WBE firm has been utilized. If there was no activity by an M/WBE in a particular month, place a "O" or "no participation" in the spaces provided, and provide a brief explanation. • The Contractor shall provide the M/WBE Office proof of payment to the M/WBE subcontractors and suppliers only. The M/WBE Office will accept the following as proof of payment: 1. Copies of submitted invoices with front and back copies of canceled check(s), OR 2. A notarized letter explaining, in detail: a Subcontractor/supplier Scope of Work b. Date when services were received from subcontractor/supplier c. Amounts paid to the subcontractor/supplier d. Original signatures from both parties must be included on this letter. SPECIAL INSTRUCTIONS TO BIDDERS -7 - • If the Contractor foresees a problem with submitting participation reports and/or proof of payment on a monthly basis, the M/WBE Office should be notified. If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere to the following: 1. Immediately submit a Request for Approval of Change Form to the M/WBE Office explaining the request for the change or deletion. 2. If the change affects the committed M/WBE participation goal, state clearly how and why in documentation. a. All requests for changes must be reviewed and pre-approved by the M/WBE Office. b. If the Contractor makes change(s) prior to approval, the change will not be considered when performing a post compliance review on this project. • Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Fort Worth, The Contractor will provide the M/WBE Office with a Final Participation Report Form to reflect the total participation from ALL subcontractors/suppliers utilized on the project. • All forms are available at the M/WBE Office, 3rd floor -City Hall. For additional information regarding compliance to the M/WBE Ordinance, call (817) 871-6104. Upon request, Contractor agrees to provide to Owner Complete and accurate information regarding actual work performed by a Minority/Women Business Enterprise (M/WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an M/WBE. The misrepresentation of facts ( other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation ( other than a negligent misrepresentation) and/or commission of fraud will result on the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three years. 13. AMBIGUITY: In case of ambiguity or lack of clearness in stating process in the proposal, the City reserves the right to adopt the most advantageous construction thereof or to reject the proposal. 14. PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less 5% retainage) from the city for each pay period . SPECIAL INSTRUCTIONS TO BIDDERS - 8 - b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed , as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed . e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days . 15. 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. 9n 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 I-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. 16. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance with Workers Compensation shall be as follows: SPECIAL INSTRUCTIONS TO BIDDERS - 9 - A. Definitions: Certificate 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 employees providing services on a project, for the duration of the project. Duration of the project -includes the time from the beginning of the work on the project until · the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in. 406.096) -includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person has employees. This includes, without limitation , independent contractors, subcontractors, 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 service 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) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended . E. The contractor shall obtain from each person providing services on a project, and provide to the City: (1) a certificate of coverage , prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. SPECIAL INSTRUCTIONS TO BIDDERS -10 - - E. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are 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 or entity with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person or entity beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage 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 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 SPECIAL INSTRUCTIONS TO BIDDERS -11 - (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. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' 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 of misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties or other civil actions . K . The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. "The contractor shall post a notice on each project site informing all persons 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 Workers' Compensation Act or other Texas Workers' Compensation commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population . The text for the notices shall be the following text, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project , regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512) 440-3789 to receive information on the legal requirement for coverage , to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage ." 17. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any officers, members, agents or employees who engage in the performance of this contract shall, in connection with such employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate SPECIAL INSTRUCTIONS TO BIDDERS - I 2 - against any person because of their age except on the basis of a bona fide occupational qualification , retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents or employees acting on their behalf, shall specify in solicitations or advertisements for employees to work on those contract a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants that it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the Policy in the performance of this contract. 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms or conditions of employment for applicants for employment with, or current employees of, Contractor. Contractor warrants that it will fully comply with the ADA's provisions and any other applicable federal, state, or local laws concerning disability and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with th~ ADA in the performance of this contract. END OF SECTION SPECIAL INSTRUCTIONS TO BIDDERS -13 - TRANSPORTATION AND PulUC WORKS BUSINESS SUPPORT DMSION W/MBE REQUIRED DOCUMENTATION RECEIPT Official Date and Time 0 7 -08 -1 1 P 1 :5 9 IN Bid Date: __ (JUAL(---ii~-___.,.;~ ...... O...,.._ ..... ~ ..... t:J..:..,/,__I _____ _ ~) Project Name: fl /Jl II (2 ~ l!t. 0 MZ4 :2Ml i2. Project Manager: ~cbv ~ ,< Forms Submitted By Name: --~i:_<:J'h ............ ___ s;;_~ __ · CL4 ............ t£l!Zif ..... >-~-------- !) Forms Received ax: Name: ---.~~am.../~-~,/a-~c_f?J;........=.~~~~~..;;...._---- FORT WORTH ---.....,...--- PRIME COMPANY NAME : JLB Contracting, LLC PROJECT NAME: HMAC Surface Overlay 2011-13 City 's M/WBE Project Goal : 17% City of Fort Worth Subcontractors/Suppliers Utilization Form ATIACHMENT 1A Page 1 of 5 Check applicable block to describe prime I MIW/DBE I X I NON-M/W/DBE June 30 , 2011 Prime's M/WBE Project Utilization : PROJECT NUMBER 01740 1a.os0.4 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 Offerer agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule , conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for considerat ion of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson , Collin, Dallas, Denton, Ellis , Kaufman and Rockwall counties . Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e ., a direct payment from the prime contractor to a subcontractor is considered 1 st tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace , that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT}, highway division . Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized , the prime will be g iven cred it 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. • FORTWORTH ~ ATIACHMENT 1A Page 2 of5 Primes are required to identify AU subcontractors/suppliers. regardless of status; i .e., Minority, Women and non-M/WBEs. Please list M/WBE firms first. use additional sheets if necessary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail 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 TCA2 1 X Miscellaneous $69,152 4700 Thomas Acres Concrete Joshua, Texas 76058 817-360-8849 817-558-8569 Magnum Transportation 1 X Raw Materials $37,908 13895 US HWY 287 Hauler Fort Worth , Texas 76179 Atco Construction, Inc. 1 X Haul HMAC to $50,134 the job & excess Material away Cowboy Trucking 2X Haul milled $3,500 HMAC from project Ricochet Fuel 1 X Fuel $16 ,979 815 Trailwood Hurst, Texas 76053 817-268-5910 ::;.. FORTWORTH ~ ATTACHMENT fA Page 3 of5 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER n T T Detail Detail Company Name i N C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D Vii Telephone/Fax r B B R 0 B E E C T E A Dustrol Incorporated 1 )< Milling Sub $27,439 2925 Hwy 114 Roanoke, Texas 76262 817-491-3603 817-491-2354 TXI 1 )< Raw Aggregate $25,706 1341 West Mockingbird Supplier Lane Dallas, TX 75247-6913 Southern Asphalt 1 )< Liquid Asphalt $182,094 3632 Lawnwood Street Supplier Fort Worth, TX 76111- 5894 Al1'1ACHMENT1A Page 4 of 5 FORT WORTH ~ __ ___.__.____.____._~~--~--~--~ Total Dollar Amount of M/WBE Subcontractors/Suppliers $ 177,673.00 Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ 235,239.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $412,912.00 The Contractor will not make additions , deletions , or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval 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 Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals , officers, employees and applicabJe subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. President Title JLB Contracting, L.L.C . Company Name P0Box24131 Address Fort Worth Texas 76124 James G. Humphrey Printed Signature James G. Humphrey Contact Name/Title (if different) (817) 261-2991 (817) 261-3044 Telephone and/or Fax E-mail Address July 7. 201 1 n-•- ... TO: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH, TEXAS 76102 P R O P O S A L FOR: H.M.A.C. SURFACE OVERLAY (2011-13) AT VARIOUS LOCATIONS CITY PROJECT NO: 01740 TPW PROJECT NO: C293-541200-206620174083 Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly 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 of the Transportation and Public Works Department of the City of Fort Worth. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding on and awarding the contract. The City also reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus (±) 25% of the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish Performance, Payment and Maintenance Bonds acceptable to and approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums, to-wit: SPEC PAY APPROX. ITEM ITEM QUANTITY S.P. 1 2EA. S.P. 2 LUMPSUM 3 9,560 L.F. DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS Project Designation Sign @ Two Hundred Dollars & No Cents Per Each Utility Adjustment @ .... S ... ix __ T-'-'-h .... ou ... s .... a ... n .... d ________ Dollars & No Cents Per L.S. Remov e and Replace Concrete Curb & Gutter @ UNIT TOTAL PRICE AMOUNT BID $200.00 $400.00 $6,000.00 $6,000.00 oO 104 502 S.P. A l 1J..J~[£CJ.J Dollars & Sc ·ui!JJ r '( Cents Per L.F. 17 7() ---Jf~ ]Jc..- P -1 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AM O UNT BID 502 4 100 L.F. New Concrete Curb & Gutter @ S.P. ·,£,c;#reL~ Dollars & &c -r.,,. Cents Per L.F. I 8 S5!. 00 I ~_s-o - 104 5 7,120 S.F. Remove and Repl ace 6-Inch 504 Concrete Driveway @ S.P. hv£ Dollars & ,:if oO L(r,,,/~rY -6 vL Cents Per S.F. f 1t52.- 104 6 360 S.F. Remo ve and Replace 6-Inch 504 Exposed Aggregate Concrete S.P. Drivewa y@ L/G11r Dollars & oe> oCJ JJO Cents Per S.F. f c.--z_g<i?O - 504 7 100 S.F. New 6-Inch Concrete Driveway @ S.P. f UC Dollars & Z~/E:'.' r'I Cents Per S.F. JO oe> )-~]c)- 104 8 1,000 S.F. Remove and Replace 4-Inch 504 Concrete Sidewalk@ S.P. /~tt f( Dollars & 1 95 oCJ 6u /J i :.r 't',,. h vLCents Per S.F. -l/9)0,- 104 9 100 S.F. Remo ve and Replace 4-lnch 504 Exposed Aggregate Sidewalk @ S.P. 5/)C Dollars & t ?fl-oO MA.JL/°"Y Cents Per S.F. t 9[) - , 504 10 100 S.F. New 4-Inch Concrete Sidewalk@ S.P. '/#K.C~ Dollars& 5 £u/t.JJ'Y', 6 v£ Cents Per S.F. -oO 7} ] :---J 7 s--- 104 11 100 S.F. Remove Existing Wheelchair Ramp and 504 Install Standard 4-inch ADA Wheelchair S.P. Ramp (with detectable warning Dome- Tile surface)@ A)/ .l/f'7£f'/[(Dollars & I 7 q;:- c>O ;...-- /Lf O Cents Per S.F. l 700 P-2 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AM OUNT BID 504 12 100 S.F. New 4-Inch ADA Wheelchair S.P. Ramp (with detectable warning Dome-Tile surface@ .J.h.vE r£L1J Doll ars & I 'l o.9-o" N C> Cents Per S.F. $ $ /900- 104 13 130 S.Y. Remove and Replace Existing Concrete 360 Valley Gutter@ S.P. L>C..Pd ·tff t11r Dollars & 3g!!2 //505~ v /rY Cents Per S.Y. $ $ 360 14 150 S.Y. New Concrete Valley Gutter @ S.P. £/(///"Y-£/£Pr Dollars & ,,,c / ,?-;r 't.. Cents Per S.Y. so $ 88- oO $ /J 2-7.J - S.P. 15 1 EA. Remove and Replace 5-Ft Storm -Drainage Inlet Top @ l t,:) 0 -r l/tJ~54 J->/J ff"v/-,,(Jr~-/--/v L Dollars & o_E_ /vo oO Cents P er Each $ 20?5 2.0 2.r ;..---$ S.P. 16 1 EA. Remove and Replace 10-Ft Storm Drainage Inlet Top @ ru E /..) rt' -,/.J/,v~ ;/u,;.JO/Z6J, J.f'vl{)Jf'f"./-:11£ Dollars & 02--oQ .,A/{) Cents Per Each $2.1)) $ 297>:,.- 402 17 260 L.F. 6-Inch Subdrain Pipe@ 500 ---- 620 /LI/ Dollars & t. 5 2 o9-S.P. S / ,x-z), -/:r v L Cents Per L.F. $/0 ~ $ 2? t, 275 18 22,150 S.Y. 8-Inch Pavement Pulverization@ S.P. ..--;--1 ,< / f /c.L.-'L:: Dollars & ]j_]_ ,,::.Id 77:£/,./ Cents Per S.Y. 50 $ $ 70 t. 5'"¥ - 275 19 290 Tons Cement Modification (26 lbs/sy) @ S.P. / ~ I;;./ e--7f-/'owd Doll ars & r,0 51 x[Y Cents Per Ton 9 y;:,--c.90 $ $ 2.... 7 Y.f.5" --- P-3 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 106 20 540 C.Y. Unclassified Street Excavation@ S.P. S/c:.,r£LJJ Dollars & &ft-JJc Cents Per C.Y. <S $ / C, $ ?C yO~ 247 21 50C.Y. Crushed Limestone @ S.P. "7#!_/t/"'~-bl>// 7 Dollars & ~fl-I ~ ooa:3-/JC) Cents Per C.Y. $ 3 2' $ 300 22 210 C.Y. Asphalt Pavement and Base Repair@ 310 O/JE. )h //<1,.od/tM '/,</£.TT Dollars & 340 /v6 oO tt>O Cents Per C.Y. 1 90-J?9oo-S.P. $ $ 300 23 170 Tons HMAC Pavement. Level-Up@ 310 J.£.).!L/-!-;6Jlllr-Dollars & 340 ).._/ 0 Cents Per Ton oO o_Q_ S.P. $ 9 8'7 --$ It C.tO S.P. 24 16,360 L.F. Pavement Wedge Milling 2-Inch to 0- Inch Depth, 5.0 Ft Wide @ DAJL Dollar & z. c_ z6 /tv £NT7'-/WCJ Cents Per L.F. I -$ /; ?'59' -$ S.P. 25 20EA. Butt Joint Milling @ 7,JJC) Dollars & !: J!...<J1~£/.J, h£r'f c,O A/ 0 Cents Per Each -oO $2-y O $ Cj ?oo~ S.P. 26 3,300 S.Y. 2-Inch-Surface Milling@ 0NL Dollars & $;"!-!-UJ/Cr't'-7),,fc//£ Cents Per S.Y. o O $ 1Jo1 ~ 300 27 19,100 L.F. Crack Sealing of E~isting Pavement @ S.P. )_/{) Dollars & Ji ZJ/Jl<f y -S.6A~/JCents Per L.F. $()~ oO $ 70(,) - P-4 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 300 28 48 ,850 S.Y. 2-Inch HMAC Surface Course 310 Type "D" Mix @ 340 JJ;A/L Dollars & $1£9-~ S.P. h;;y ,£/611r Cents Per S.Y. $¥t7 18'J S.P. 29 3EA. Remov!ll and Replacement of 30-Ft HMAC Speed Cushion w/stripping @ T~b.ir-c -0,0£ /i'f1Jt.vi_r 1, fk>L ,urr ,;< v t!__ Dollars & o;9-oO )./CJ Cents Per Each $2/2-5 $ l. 37~- S.P. 30 1 EA. Removal and Replacement of 40-Ft HMAC Speed Cushion w/stripping@ 7b ~,I.Jr, ,J,y //w<1 tJ/2 t:4, »><T Y Dollars & ce-oeJ z c. to -,,UO Cents Per Each $ 2-t:, C. C> $ 450 31 11 EA. Water Valve Box Adjustment S.P. With Steel Riser @ One hundred and twentv five Dollars & No Cents Per Each $125.00 $1,375.00 406 32 4EA. Water Valve Box Adjustment 450 With Concrete Collar @ S.P. Three hundred and"fiftt · Dollars & Cents Per Each $ 350.00 $1,400.00 S.P. 33 21 EA. Water Meter Box Adjustment @ Thirh'. five Dollars & No Cents Per Each $ 35.00 $ 735.00 450 34 12 EA. Manhole Adjustment With S.P. Steel Riser @ Two hundred and fifh'. Dollars & No Cents Per Each $ 250.00 $ 32000.00 P-5 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 406 35 4EA. Manhole Adjustment With 450 Concrete Collar@ S.P. Four hundred and fif!J'. Dollars & No Cents Per Each $ 450.00 $1,800.00 S.P. 36 260EA. Painting House Curb Addresses @ £t.LO~/..J Dollars & t)0 oCJ µu Cents Per Each $ I I:;,,-$ c8'6CJ - S.P. 37 1,520 S.Y. Grass Sod Replacement @ S l >c Dollars & h ]ff_ 6 c) Zlfi-<rc L ~/,1/Cents Per S.Y. $ $ 9t9?- S.P. 38 2EA. Re~Mobilization ;@ _ Five hundred Dollars & No Cents Per Each $ 500.00 $1,000.00 j'CJ :::--- TOTAL BID $7S'~3S/ P-6 This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 2 O. 04 (F) of the Texas Limited Sales, Excise and Use Tax Act. Taxes. All equipment and materials not consumed by or incorporated into the project construction, are subject to State sales taxes under House Bill 11, enacted August 15, 1991. The Contractor shall comply with City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. The undersigned agrees to complete all work covered by these contract documents within one hundred and twenty (120) Calendar Days from and after the date for commencing work as set forth . in the written Work order to be issued by the Owner, and to pay not less than the "Prevailing Wage Rates for Street, Drainage and Utility Construction" as established by the City of Fort Worth, Texas. Within Ten (10) Calendar Days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract and will deliver an approved Surety Bond for the faithful performance of this contract . The attached deposit check in the sum of ________________________ Dollars ($ ___________ _ is to become the property of the City of Fort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bond are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. The Contractor shall mobilize within ten (10) working days of the notice given by the Construction Engineer for any of the locations. If the contractor fails to begin the work within ten (10) working days, a $200 dollars liquidated damage will be assessed per Block per day. 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 in preparation of the foregoing bid: Addendum No. 1 (Initials) Addendum No. 2 (Initials) Addendum No . 3 ( {i\tffiflft f), ,,,~.o~TRAc/',, ,:o_v •• ....-•••••• h,.'~ -..,; V •• •• ~~" ~ ~ •• •• y · ,, (Seal) ,:, "'S( tORPOD~ Yr-~ = 'Vf/'.L\ \ ("'"' = -.... _ ''": o -•-n• S'r::, . -:; o\ .c.,' AL ! ~ ~~·· -"'1 •• ~ ~:;.>i.--... . .. ··~ ... :: ~" V/;J •••••••••• ~~ t ,, ORTH ,~. · "r, r ' .. Date: J u.J , 3 o 1 7--0 l/ Respectfully submitted, JLB CONTRACTING, LLC Company Name Signature ~us & t-/-u,.,,_.pl,..,IW'j Printed Name of Principal r Address: P.O. BOX 24131 FOA T wr.r,~·~J ,x 76124 E-mail Address: ------------Telephone: @t?)z,.C.,l --Z..Aq 1 P-7 VENDOR COMPLIANCE TO ST ATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non-resident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a non-resident bidder in order to obtain a comparable contract in the State in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non- resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A . Non-resident vendors in (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Non-resident vendors in (give State), our principal place of business, are not required to underbid resident bidders. B. Ouwncipal place of business or corporate offices are in the State of Texas. Bidder: Company Address City JLB CONTRACTING, LLC P.O. BOX 24131 FORT WORTH, TX 76124 State Zip ~ ~trS &-Lt=L/"2-<r'f By: (Please print) Title (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION SPECIAL PROVISIONS FOR: H.M.A.C. SURFACE OVERLAY (2011-13) ATV ARIOUS LOCATIONS CITY PROEJCT NO: 01740 . TPW PROJECT NO: C293-541200-206620174083 1. SCOPE OF WORK: The work covered by these details and specifications consists of the removal ( only) of all existing traffic buttons, removal and replacement of existing concrete curb and gutter and driveways and existing base repair and the addition of a new surface layer of H.M.A.C. for those streets designated as Mill Overlay (MOL). For those streets designated as Pulverized Overlay (POL), the work consists of the same removal and replacement items as described above , surface and base rehabilitation of existing pavement with cement and the addition of a new surface layer of H.M.A.C. These items are described in the Special Provisions of these specifications . The work also consists of all other miscellaneous items of construction to be performed as outlined in the details and specifications which are necessary to satisfactorily complete the work. The Contractor shall mobilize within ten (10) working days of the notice given by the Construction Engineer for any locations . If the contractor fails to begin the work within ten (10) working days, a $200 dollars liquidated damage will be assessed per block per day . It shall be the responsibility of the prospective bidder to visit the project sites and make such examinations and explorations as may be necessary to determine all conditions that may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during preparation of the Proposal and all unusual conditions that may give rise to later contingencies should be brought to the attention of the City prior to the submission of the Proposal. The contractor shall verify these locations with the Construction Engineer. For street locations , see list at the back of this document. At the sole discretion of the City, the City reserves the right to add, delete or substitute streets in this contract. The City also reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus (±) 25% of the contract award. The SP-1 contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. All short turnouts that intersect with a street to be repaired shall be included in this contract, even though they may not be listed with the street locations at the back of this document, due to their size. The contractor shall verify these locations with the Construction Engineer prior to construction. The construction of these turnouts includes; but, is not limited to, milling, cleaning, tack coating, overlaying and facility adjusting . Total quantities given in the bid proposal may not reflect actual quantities, but represent the best estimate based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. 2. AW ARD OF CONTRACT: Contract will be awarded to the lowest responsible bidder. 3. SUBMITTALS FOR CONTRACT AWARD: The City reserves the right to require the contractor who is the apparent low bidder(s) for a project to submit such 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, 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 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. 4. CONTRACT TIME: The Contractor agrees to complete the Contract within the allotted number of days. If the Contractor fails to complete the work within the number of days specified, liquidated damages shall be charged, as outlined in Part 1, Item 8, Paragraph 8.6, of the "General Provisions" of the Standard Specification for Street and Storm Drain Construction of the City of Fort Worth, Texas. SP-2 The contract time will be counted from the date set at the pre-construction conference and will continue until a time the inspector determines the project is ready for a final inspection. At that time a final inspection will be scheduled. If in the opinion of the inspector the project has not been made ready, the final inspection will be cancelled and time will continue to be counted. A five working day period is required for the rescheduling of a final inspection. The Contractor also agrees to complete the final punch list within ten (10) working days after receiving it. If the Contractor fails to complete the work within ten (10) working days, the counting ' of the number of days to complete the Contract will resume and liquidated damages shall be charged, as outlined in Part 1, Item 8, Paragraph 8.6, of the "General Provisions" of the Standard Specification for Street and Storm Drain Construction of the City of Fort Worth, Texas. 5. 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 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: A. 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, to 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 contracted time. B. The Construction Engineer and the Director of the Transportation and Public Works Department will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. SP-3 C . An y notice that, in the City 's sole discretion , is required to be provided to interested individuals will be distributed by the Construction E ng ineer. D . Upon receipt of the contractor's response , the appropriate City departments and directors will be notified. The Construction Engineer will , if necessary, then forward updated notices to the interested individu a ls . E. If the contractor fails to prov ide an acceptable sch e dule or fails to perform satisfactorily a second time prior to th e completion of the co ntract; the bonding company will be notified appropriately . 6. RIGHT TO ABANDON: The City reserves the right to abandon, without obligation to the Contractor, any part of the project, or the entire project, at any time before the Contractor begins any construction work authorized by the City. 7. CONSTRUCTION SPECIFICATIONS: This contract and projects are governed by the two following published specifications, except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION-CITY OF FORT WORTH and STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION-NORTH CENTRAL TEXAS. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. A copy of these specifications may be purchased at the Office of the Tran sportation and Public Works Department, 1000 Throckmorton Street, 2nd floor of the Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item in the Proposal. If not shown, then applicable published specifications in any of these documents may be followed at the discretion of the Contractor. 8. CONTRACT DOCUMENTS: Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents at any time . Failure to bid or fully execute contract w ithout retaining contract documents SP-4 intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate and as determined by the Director of the Transportation and Public Works Department. 9. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both , for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. See Special Instructions to Bidders Item No. 14 for further requirements. 10. 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 constr4ction 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 6701d Vernon's Civil Statues, pertinent sections being Section Nos. 27, 29, 30 and 31. A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer @817-392-8712 at least 10 working days prior to the preconstruction conference. Although work will not begin until the traffic control plan has been reviewed, the Contractor's time will begin in accordance with the time frame established in the Notice to the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number 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 i ••• 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 SP-5 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 shall limit his work within one continuous lane of traffic at a time to minimize interruption to the flow of traffic upon the approval of the City Engineer. Work shall not be performed on certain locations/streets (primarily arterials) during "peak traffic periods (7 a.m . to 9 a .m . and to 4 p.m. to 6 p.m.)"; or, as determined 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 Area.s." See "Street By Street Quantity Determination Spread Sheet", in the back of this document, for designated locations. The contractor will be responsible for coordination, of proposed construction activities, with public or private school administration . The proposed construction activities shall accommodate school operating schedules, including school bus/parent drop off and pick up periods . The contractor shall provide proper traffic and pedestrian control to ensure safety at all times. Construction areas shall be properly barricaded/fenced to prevent public entry. 11. PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any street in this contract, the contractor shall, prepare and deliver a notice/flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice/flyer shall be posted three (3) working days prior to beginning construction activity along each street. The flyer shall be prepared on the Contractor's letterhead and shall include the following: o Project name/Contract name o Project number o Expected dates of construction o Contractors and project inspector's contact information A sample notice/flyer is included in the contract documents. The Electronic version of the notice/flyer can be obtained from the Office of the Transportation and Public Works Department (817) 392-8902 SP-6 It will be the contractor's responsibility to create and distribute a follow-up notice/flyer informing residents if for any reason work should stop on a project for more than five (5) working days after construction begins. The flyer should also include the anticipated date of when the work will begin again. It will be the contractor's responsibility to re-distribute a three (3) working day notification/flyer prior to beginning the construction activity . In addition, all copies of the notice/flyer shall be delivered to the City inspector for his review prior to distribution. The contractor will not be allowed to begin construction on any street until the flyer is delivered to all residents of the street. All work involved with the notice/flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. 12. PAYMENT: Payment will be made to the contractor twice a month for work completed during the pay periods ending on the 15th and the 30th day of eacll month. Checks (less 5% retain age) will be sent to the contractor within the two (2) week window following each payment period. Payment of the retainage will be made with the final payment upon acceptance of the project. See Special Instructions to Bidders Item No. 14 for further requirements. 13. 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 him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City 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. SP-7 14. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to cre ate a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall protect construction, as required by Engineer, by providing barricades. Barricades , warning and detour signs shall conform to the Standard Specificati ons "Barriers and Warning and/or Detour Signs", Item 524, and /or as shown on the plans. Construction signage and barricades shall conform to the latest edition of the "Texas Manual on Uniform Traffic Control Devices, Vol. No. I". 15. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the Department of Transportation and Public Works, acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the contractor intends to dispose of such material. The Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056) and a flood plain permit issued. All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies . No fill permit is required if disposal sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies , shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the Administrator approving the disposal site, upon notification by the Director of the Department of Transportation and Public Works, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. No temporary storage of material, rubble, equipment or vehicles within parkway is allowed. Damage to sodded/landscaped areas shall be replaced at Contractor's expense to the satisfaction of City Engineer. SP-8 16. ZONING REQUIREMENTS: 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 . 17. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 18. CONSTRUCTION SCHEDULE: Contractor shall be responsible for producing a project schedule at the pre-construction conference. This schedule shall detail . all phases of construction, special coordination with schools (see Item No. l O Traffic Control for details), including project clean up, and allow the contractor to complete the work in the allotted time. Contractor will not move onto the job site nor will work begin until said schedule has been received and approval secured from the Construction Engineer. However, contract time will start even if the project schedule has not been turned in. Contract start date would .be outlined in the pre-construction work order notice . Project schedule will be updated and resubmitted at the end of every estimating period. All costs involved with producing and maintaining the project schedule shall be considered subsidiary to this contract. 19. SAFETY RESTRICTIONS-WORK NEAR IDGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (1) A warning sign not Jess 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 reacl as follows: \. "WARNING --UNLAWFUL TO OPERA TE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." SP-9 (2) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except back hoes or dippers , and insulator links on the lift hood connections~ (3) When necessary to work within six feet of high voltage electric lines, notification shall be given to the power company (TXU Electric Delivery) which will erect temporary mechanical barriers, de-energize the line, or , raise or lower the line . The work done by the power company shall not be at the expense of the City of Fort Worth . The notifying department shall maintain an accurate log of all such calls to TXU Electric Delivery and shall record action taken in each case. (4) The Contractor is required to make arrangements with TXU Electric Delivery 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). 20. RIGHT TO AUDIT: Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract is made by City, have access to and the right to examine and photocopy any directly pertinent books, documen~s, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and . shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. 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 any directly pertinent books, documents, papers and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with Article VI. City shall give the subcontractor reasonable advance notice of intended audits. Contractor and subcontractor agree to photocopy such documents as may be requested by City. City agrees to reimburse Contractor and/or subcontractor for the cost of copies at the rates as contained in the Texas Administrative Code at the time payment is made. SP-10 21. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants and agrees to indemnify City 's Engineer and Architect, and their personnel at the project site for Contractor's sole negligence. In addition , Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees , from and against any and all claims or suits for property loss, property damage, personal injury, including death , arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents , employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of the City, its officers, servants, or employees . Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City's officers, servants and employees and any damage, loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of the City, its officers, servants or employees. In the event the City receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to the City satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides the City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 22. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material that has been specified. Where the term "or equal"; or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished , it will be approved, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed substitutes is procured by the Contractor. Where the term "or equal", or "approved equal" is not used in the specifications, this SP-11 does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of providing that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions . The provisions of the sub-section as related to "substitutions" shall be applicable to all sections of these specifications. 23. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor, at his own expense . 24. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project site. Specific attention is directed to this equipment. 25. MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has obtained written permission from the property Owner. A. copy of the written permit shall be provided to the assigned inspector prior to utilizati~n o6he property. 26. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures, improvements and utilities, which may be encountered. And it shall be the contractor 's responsibility to call DIG- TESS prior to construction activities on any street. 27. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's particular attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain Construction". SP-12 28. CONSTRUCTION 29. The City of Fort Worth maintains a "CONFINED SPACE ENTRY PROGRAM" for its employees and all contractors and their sub-contractors must comply with this program as a condition of the contract. All active sewer manholes, regardless of depth , are defined, as "permit required confined spaces". Contractors will be required to complete the "CONFINED SPACE ENTRY PERMIT" used by the Fort Worth Water Department (Field Operations Division) for each entry and possess and use the equipment necessary to comply with this program. The cost of complying with this program will be considered subsidiary to the pay items involving work in confined spaces (e .g . vacuum testing, cleaning, televising, construction, etc .). 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 asphalt 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 situ 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 Jess than twenty four (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. SP-13 (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. NON-PAY ITEM NO: 1 -SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply . However, no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM NO: 2 -REMOVAL OF TRAFFIC BUTTONS AND TEMPORARY LANE TAPE: The Contractor shall be responsible for the documentation of all street markings prior to the removal and disposal of the pavement markings. All traffic buttons shall be removed from the , existing asphalt surface before resurfacing begins. The contractor shall be responsiblefor the reflloval and disposal of all buttons and markings. Upon completion of the job the City will install new buttons after proper notification. The contractor shall also be responsible for all materials, equipment and labor to place temporary adhesive lane marking tape to control and direct traffic in the same way as they were prior to start of construction. Any corrective action required on the temporary lane markings shall be the total responsibility of the Contractor arid at no extra cost to the City. The contractor shall notify the Construction Engineer and T/PW Traffic Services to arrange for the replacement of the buttons and adhesive lane markers (arrows, etc.). All costs to the contractor shall be figured as subsidiary to this contract. NON-PAY ITEM NO: 3 -LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES: The contractor shall be responsible for locating and marking previously exposed manholes, water valves and any other utility cover in each street of this contract before the resurfacing process commences for a particular street: The method used to document locations shall be one in which the covers can be found exactly the first time . Proof of documentation must be provided to the assigned inspector prior to start of any overlay process. SP-14 The contractor shall attempt to include the Construction Engineer or his designee (if available) in the observation and marking activity. In any event, a street shall be completely marked a minimum of five (5) working days before resurfacing begins on the street. Marking the curbs with paint may be allowed if and only if a water base paint is used. It shall be the contractor's responsibility to notify the utility companies that he has commenced work on the project. As the resurfacing is completed (within same day), the contractor shall locate the covered manholes and valves and shall exposed and clean them. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: Company SBC -Telephone TXU Electric Delivery: Downtown Other than Downtown Atmos Energy (Gas) CFW -Street Light CFW -Light Signal CFW -Pavement Marking CFW -Storm Drain CFW-Water CFW-Sewer Telephone Number 817-338-6202 214-384-3732 Cell 817-215-6424 817-215-6688 817-215-4366 469-261-2314 Cell 817-392-7738 817-392-2538 817-392-2535 817-392-8107 817-392-5196 817-212-2699 817-925-2360 Cell 817-212-2699 817-944-8399 Cell SP-15 Contact Person Mr. Gary Tillory Mr. Scott King Mr. Robert Martinex Mr. John Crane Mr. James Turner Mr. Frank Brock Mr. Monte Wilson Mr. Chuck Snyder Mr. Juan Cadena Mr. Roger Hauser Mr. Rick Davis Of course, under the terms of this contract, the Contractor shall complete adjustment of the storm drain and Water Department facilities , one traffic lane at a time within five (5) working days from the day of completing the H.M .A.C . overlay adjacent to said facilities . Any deviation from the above procedure and allotted working days may result in the shut down of the resurfacing operation. The contractor shall be respons ible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. NON-PAY ITEM NO: 4 -PROTECTION OF TREES, PLANTS, SOIL, ETC.: All property along and adjacent to the Contractor's operations including lawns, yards, irrigation systems, shrubs, trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. By ordinance, the contractor must obtain a permit from the City Forester before any work (trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys. This permit can be obtained by calling the Urban Forestry Office at (817) 392-7933. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus , all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. NON-PAY ITEM NO: 5 -PROJECT CLEAN-UP: SP-16 During the construction of this project, all parkways that are excavated shall be shaped, including bar ditches, and backfilled at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Engineer. 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 ofdirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of the roadway and residents ' property If it has been determined that the jobsite has not been kept in an orderly condition , the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. The Contractor shall make a final cleanup of each street as soon as the paving and curb and gutter has been constructed. No more than . five (5) working days shall elapse after completion of construction before the roadway and right-of-way is cleaned and restored. Failure to do so will be cause to stop the contractor from starting work on other streets. Project time will not be suspended, and a $200 charge per day will be made as liquidation damages. The Contractor shall make a final cleanup of all parts streets before acceptance of the project is made. 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. NON-PAY ITEM NO: 6 -CRACK SEALING: All cracks that develop after completion of the street resurfacing and until the end of the 2-year warranty period shall be crack sealed with Rubber Asphalt Crack Sealer, as per the latest edition of the TxDOT Specifications for Construction and Maintenance of Highways, Streets, and Bridges, Item 300, "Asphalts, Oils, and Emulsions". The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. SP-17 NON-PAY ITEM NO: 7 -STORM DRAIN INLET PROTECTION: All pulverization and overlay streets with storm drain inlets shall use inlet protection for sediment control, in accordance with the Standard Sp e cifications for Public Works Construction-North Central Texas . The contractor shall be responsible for aU materials , equipment and labor to perfonn a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. NON-PAY ITEM NO: 8 -NO PAVING WORK ON SOLID WASTE WEEKLY PICK-VP DAY In order to eliminate potential rutting of the pavement from solid waste trucks while paving operations are underway, the contractor shall schedule construction on all the identified project streets such that no paving activities are scheduled on the weekly solid waste pick-up day for each street. The solid waste weekly pick-up day for each project street is identified on the "STREET BY STREET PA YING QUANTITY DETERMINATION SPREADSHEET" located at the end of the contract documents. On the spreadsheet, the solid waste weekly pick-up is listed as the day of the week; see "Garbage , Recycling, Yard Trimmings & Brush Weekly Pickup". No paving activities shall be scheduled on this day. The Contractor will be allowed to construct concrete flatwork on solid waste weekly pick-up day. Also on the spreadsheet, the solid waste monthly pick-up is listed as the week of the month; see "Monthly Pickup of Bulky Items". During this week, the day of pick up varies from Monday to Saturday afternoon. The Contractor will be allowed to pave the week of the solid waste monthly pickup. The Contractor, however, will be responsible for any coordination with the City Environmental Department regarding when the monthly pickup day occurs. If new pavement is damaged by the solid waste monthly pickup trucks due to the contractor's failure to adhere to the procedure outlined above; then, the Contractor shall be solely responsible for any repairs required. Assessment of damage will be detennined by the Construction Engineer, or, his authorized representative. The weekly and monthly solid waste pick up schedules are hereby provided for bidding purpose and use by the selected contractor during construction . SP-18 All cost associated with scheduling pavement installation around "solid waste pick-up days" shall be considered incidental to the project contract amount and no additional compensation shall be allowed. NON-PAY ITEM NO: 9 -AGREEMENT OF QUANTITIES The streets will be measured and all quantities per street will be documented, a copy of the measured quantities will be provided to the contractor. If the Contractor in agreement of the measured quantities, then the Contractor is required to sign it and return it within five (5) working days. If the Contractor is not in agreement, then the Contractor is required to, within five (5) working days, arrange a field trip with the assigned inspector to show proof of the difference. PAY ITEM NO: 1 -Project Designation Sign: The contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the contractor to maintain the signs in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of o/.i inch fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the Engineer and in place at the project site upon commencement of construction. The work, which includes the painting of the signs, installing and removing the signs, furnishing the materials, supports and connections to the support and maintenance shall be to the satisfaction of the Engineer. The unit price bid, per each, will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO: 2-Utility Adjustments: SP-19 This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer, and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the Contractor's responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense . Contractor shall immediately cap the broken sprinkler system lines, and must notify the inspector prior to replacements. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (I 0%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. PAY ITEM NO: 3 -Remove and Replace Concrete Curb & Gutter: This item shall include the removal and replacement of all failed existing curb and gutter in sections, as designated by the Construction Engineer with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item, see City Standard Specifications, Item No. I 04 "Removing Old Concrete", Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-SSB. Pay limits for laydown curb and gutter are as shown in Drawing No. S-SS of the Standard Specifications. Contractor shall sawcut the curb and gutter and/or pavement prior to removal. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in twenty eight (28) calendar days. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. I 06 "Unclassified Street Excavation", into the street to aid in the construction of the curb and gutter. The pay limit will be 9-inch out from the gutter lip. The street void shall be SP-20 filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways , Streets , and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities . Contractor shall backfill behind the curb within five (5) working days from the day of completing the curb and gutter, if the contractor fails to complete the backfill within five (5) working days , a $100 dollars liquidated damage will be assessed per block per day . Required backfilling shall be at finish grade and shall be completed in order for the curb and gutter to be accepted and measured as completed. Top soil as per specification Item No . 116 "Top Soil", if needed, shall be added and leveled to finishing grade . Cost of back filling , top soil, and grading shall be included in this pay item. The unit price bid, per linear foot, shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. PAY ITEM NO: 4 -New Concrete Curb & Gutter: This item shall include the construction of new standard concrete curb and gutter with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item see City Standard Specifications item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-SSB. Pay limits for laydown curb and gutter are as shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall sawcut the curb and gutter and/or pavement prior to removal. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in twenty eight (28) calendar days. Included , and figured subsidiary to this unit price , will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the curb and gutter. The pay limit will be 9-inch out from the gutter lip. The street void shall be filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications. for C9nstruction and Maintenance of Highways, Streets, and . . .. .,., Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities. SP-21 - Contractor shall backfill behind the curb within five (5) working day s from the day of completing the curb and gutter, if the contractor fails to complete the backfill within five (5) working days, $100 dollars liquidated damage will be assessed per block per day . Required backfilling shall be at finish grade and shall be completed in order for the curb and gutter to be accepted and measured as completed. Top soil as per specification Item No . 116 "Top Soil", if needed , shall be added and leveled to finishing grade. Cost of back filling, top soil , and grading shall be included in this pay item. The unit price bid, per linear foot, shall be foll compensation for all materials , labor, equipment and incidentals necessary to complete the work. PAY-ITEM NO: 5-Remove and Replace 6-Inch Concrete Driveway: This item shall include the removal and replacement of any type of ex isting concrete driveways, as designated by the Construction Engineer, due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site . For specifications governing these items see City Standard Specifications Item No . 104 "Removing Old Concrete" and Drawing Nos. S-S5, and Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-SS of the Standard Specifications. Contractor shall sawcut existing driveway, curb and gutter, and pavement prior to driveway removal Concrete shall be designed to achieve , a minimum compressive strength of 3,000 pounds per square inch in twenty eight (28) calendar days . Temporary expansion joint board at driveway approach edge shall be used to dam off wash water from entering street gutter. Temporary catch basin sealed with impervious diaphragm sump shall be used to collect all wash water until off site disposal is obtained, or, unless otherwise directed by the Engineer or his authorized representative. Included, and figured subsidiary to this unit price, will be the required sawcut excavation , as per specification Item No . 106 "Unclassified Street Excavation", into the street to aid in the construction SP-22 -of the driveway. The pay limit will be 9~inch out from the gutter lip. The street void shall be filled with H .M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities. Contractor shall backfill around the driveway within five (5) working days from the day of pouring the driveway; if the contractor fails to complete the backfill within five (5) working days, $100 dollars liquidated damage will be assessed per block per day . Required backfilling shall be at finish grade and shall be completed in order for the driveway to be accepted and measured as completed. Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling, top soil , and grading shall be included in this pay item. The unit price bid, per square feet, shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the replacement work. PAY-ITEM NO: 6 ~ New 6-Inch Concrete Driveway: This item shall include the construction of new standard concrete driveways, as designated by the Construction Engineer with same day haul-off of the removed material to a suitable dump site. For specifications governing these item, see City Standard Specification Item No. 504" Concrete Sidewalk and Driveways", Drawing Nos. S-S5, and Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall sawcut existing driveway, curb and gutter, and pavement prior to driveway removal All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in twenty eight (28) calendar days. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the driveway. The pay limit will be 9-inch out from the gutter lip. The street void shall be filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's SP-23 -"Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities. Contractor shall backfill around the driveway within five (5) working days from the day of pouring the driveway, if the contractor fails to complete the backfill within five (5) working days, $100 dollars liquidated damage will be assessed per block per day. Required backfilling shall be at finish grade and shall be completed in order for the driveway to be accepted and measured as completed. Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling, top soil, and grading shall be included in this pay item. The unit price bid, per square feet, shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the replacement work. PAY-ITEM NO: 7~ Remove and Replace 6-Inch Exposed Aggregate Concrete Driveway: This item shall include the removal and replacement of any type of existing concrete driveways, as designated by the Construction Engineer, due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site. For specifications governing these items see City Standard Specifications Item No . l 04 "Removing Old Concrete" and Drawing Nos. S-S5, and Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown i~ Drawing No. S-S5 of the Standard Specifications. Contractor shall sawcut existing driveway, curb and gutter, and pavement prior to driveway removal Concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in twenty eight (28) calendar days. Exposed concrete aggregate driveway surface shall be seeded with pea gravel. Exposed concrete aggregate wash off water is silty, high in alkalinity and may contain harmful chemicals; therefore, wash off water shall not be discharged into storm sewers and drainage ditches or streams. SP-24 Temporary expansion joint board at driveway approach edge shall be used to dam off wash water from entering street gutter. Temporary catch basin sealed with impervious diaphragm sump shall be used to collect all wash water until off site disposal is obtained, or, unless otherwise directed by the Engineer or his authorized representative. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No . 106 "Unclassified Street Excavation", into the street to aid in the construction of the driveway. The pay limit will be 9-inch out from the gutter lip . The street void shall be filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities. Contractor shall backfill around the driveway within five (5) working days from the day of pouring the driveway; if the contractor fails to complete the backfill within five (5) working days, $100 dollars liquidated damage will be assessed per block per day. Required backfilling shall be at finish grade and shall be completed in order for the driveway to be accepted and measured as completed. Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to finishing grade . Cost of back filling, top soil, and grading shall be included in this pay item. The unit price bid, per square feet, shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the replacement work. PAY-ITEM NO. 8 ~ Remove and Replace 4-Inch Concrete Sidewalk: PAY-ITEM NO. 9 ~ Remove and Replace 4-Inch Exposed Aggregate Sidewalk: Pay items No. 8 and No. 9, shall include the removal and replacement of any type of existing concrete sidewalk, as designated by the Construction Engineer, due to failure or in situation where curb and gutter is replaced to adjust grad~s .to eliminate ponding water, with same day haul-off of the removed material to a suitable dumpsite. For specifications governing these items, see City Standard Specifications Item No. 104 "Removing Old Concrete", and Item No . 504 "Concrete Sidewalk and Driveways". SP-25 - All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in twenty eight (28) calendar days. The exposed concrete aggregate sidewalk surface shall be seeded with pea gravel. Exposed concrete aggregate wash off water is silty, high in alkalinity and may contain harmful chemicals ; therefore, wash off water shall not be discharged into storm sewers and drainage ditches or streams.· Wash water shall be prevented from entering street gutter. Temporary catch basin sealed with impervious diaphragm sump shall be used to collect all wash water until off site disposal 1s obtained, or, unless otherwise directed by the Engineer or his authorized representative. Contractor shall backfill around the sidewalk within five (5) working days from the day of pouring the sidewalk, if the contractor fails to complete the backfill within five (5) working days, $100 dollars liquidated damage will be assessed per block per day. Required backfilling shall be at finish grade and shall be completed in order for the sidewalk to be accepted and measured as completed . Top soil as per specification Item No . 116 "Top Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling, top soil, and grading shall be included in this pay item. The unit price bid, per square feet, shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the replacement work. PAY-ITEM NO: 10-New 4-Inch Concrete Sidewalk: This item shall include the construction of new standard concrete sidewalk, as designated by the Construction Engineer with same day haul-off of the excavated material to a suitable dumpsite. For specifications governing this item, see City Standard Specification Item No. 504 "Concrete Sidewalk and Driveways". All concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch in twenty eight (28) calendar days. SP-26 Contractor shall backfill around the sidewalk within five ( 5) working days from the day of pouring the sidewalk, if the contractor fails to complete the backfill within five (5) working days, $100 dollars liquidated damage will be assessed per block per day . Required backfilling shall be at finish grade, and shall be completed in order for the sidewalk to be accepted and measured as completed. Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling, top soil, and grading shall be included in this pay item. The unit price bid, per square feet, shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the replacement work . PAY-ITEM NO: 11-Remove Existing Wheelchair Ramp and Install Standard 4-Inch ADA Wheelchair Ramp {with detectable warning Dome-Tile surface): This item shall include removing the existing wheelchair ramp and installing Standard 4-inch ADA wheelchair ramp that includes a detectable warning Dome-Tile surface at various locations as to be determined in field by the Construction Engineer, due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item, see enclosed details for Wheelchair Ramp (with detectable warning Dome-Tile surface, and City Standard Specifications Item No. 104 "Removing Old Concrete", and Item 504 "Concrete Sidewalk Driveways", except as herein modified. All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in twenty eight (28) calendar days. Contractor shall sawcut existing sidewalk, curb and gutter, and pavement prior to wheelchair ramp removal. The removal of existing curb and gutter as required for the replacement of existing wheelchair ramps shall be included in PAY ITEM NO. 3 -Removal and Replacement of Concrete Curb & Gutter, as determined by the Construction Engineer. Pay limits for laydown curb and gutter are as shown in the Accessibility Ramp Pay Limits detail (STR-032). The pay limit will extend from 9-inches outside the lip of gutter to the back of the curb. Any asphalt tie-in shall be subsidiary to the curb and gutter pay item. SP-27 - - Pay limits for "Standard Wheelchair Ramp" will start 15 inches back from the face of curb and encompass the remainder of the ramp and sidewalk. Contractor shall furnish and install brick red color pre-cast detectable warning Dome-Tile, manufactured by StrongGo Industries or approved equal by the construction Engineer. Detectable warning surface shall be a minimum of 24 -inch in depth in the direction of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or landing where the pedestrian access route enters the street, and shall be located so that the edge nearest the curb line is a minimum of 6-inch and a maximum of 8-inch from the extension of the face of curb. Detectable warning Dome-Tile surface maybe curved along the corner radius . The method of Dome-Tile installation shall be in accordance with the manufactures instruction. Cost of detectable warning Dome-Tile and installation, shall be included in this pay item. Contractor shall provide a brick red colored Dome-Tile sample for approval by the Engineer, meeting the aforementioned specification. The sample, upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item . Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the wheelchair ramp. The pay limit will be 9-inch out from the gutter lip. The street void shall be filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for ronstruction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities. Contractor shall backfill the wheelchair ramp within five (5) working days from the day of pouring the wheelchair ramp, if the contractor fails to complete the backfill within five (5) working days , $100 dollars liquidated damage will be assessed per block per day. Required backfilling shall be at finish grade, and shall be completed in order for the wheelchair ramp to be accepted and measured as completed. Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling, top soil, and grading shall be included in this pay item . The unit price bid, per square feet, as shown on the proposal, will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. SP-28 - - - PAY-ITEM NO: 12 ~ New 4-Inches ADA Wheelchair Ramp: (with detectable warning Dome- Tile surface): This item shall include the construction of new Standard 4-inch ADA wheelchair ramp that includes a detectable warning Dome-Tile surface at various locations as to be determined in field by the Construction Engineer, due to a situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item, see enclosed details for Wheelchair Ramp (with detectable warning Dome-Tile surface, and City Standard Specifications Item No. 104 "Removing Old Concrete", and Item 504 "Concrete Sidewalk Driveways", except as herein modified. All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in twenty eight (28) calendar days. Contractor shall sawcut existing sidewalk, curb and gutter, and pavement prior to wheelchair ramp removal. The removal of existing curb and gutter as required for the construction of new wheelchair ramps shall be included in PAY ITEM NO . 3 ~ Remove and Replace Concrete Curb & Gutter, as determined by the Construction Engineer. Pay limits for laydown curb and gutter are as shown in the Accessability Ramp Pay Limits detail (STR-032). The pay limit will extend from 9 inches outside the lip of gutter to the back of the curb. Any asphalt tie-in shall be subsidiary to the curb and gutter pay item . Pay limits for "Standard Wheelchair Ramp" will start 15-inches back from the face of curb and encompass the remainder of the ramp and sidewalk. Contractor shall furnish and install brick red color pre-cast detectable warning Dome-Tile, manufactured by StrongGo Industries or approved equal by the construction Engineer. Detectable warning surface shall be a minimum of 24-inch in depth in the direction of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or landing where the pedestrian access route enters the street, and shall be located so that the edge nearest the curb line is a minimum of 6-inch and a maximum of 8-inch from the extension of the face of curb. Detectable warning Dome-Tile surface maybe curved along the corner radius. The method of Dome-Tile installation shall be in accordance with the manufactures instruction. Cost of detectable warning Dome-Tile and installation, shall be included in this pay item . SP-29 - Contractor shall provide a brick red colored Dome-Tile sample for approval by the Engineer, meeting the aforementioned specification. The sample, upon approval by the Engineer, shall be the acceptable standard to be applied f?r all construction covered in the scope of this pay item. Included, and figured subsidiary to this unit price , will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the wheelchair ramp. The pay limit will be 9-inch out from the gutter lip. The street void shall be filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities. The Contractor shall backfill behind the wheelchair ramps within five (5) working days from the day of pouring the wheelchair ramp, if the contractor fails to complete the backfill within five (5) working days, $100 dollars liquidated damage will be assessed per block per day . Required backfilling shall be at finish grade, and shall be completed in order for the wheelchair ramp to be accepted and measured as completed. Top soil as per specification Item No . 116 "Top Soil", if needed, shall be added and leveled to finishing grade . Cost of back filling, top soil, and grading shall be included in this pay item. The unit price bid, per square feet, as shown on the proposal, will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO: 13 ~ Remove and Replace Existing Concrete Valley Gutter: This item shall include the removal and replacement of existing valley gutters, at locations to be determined in field by the Construction Engineer with same day haul-off of the removed material to a suitable dumpsite. Contractor shall sawcut existing sidewalk, curb and gutter and/or pavement prior to valley gutter removal. Sawcutting and removal of asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be included in this pay item. For specifications governing this item, see City Standard Specifications, Item No. 106, "Unclassified Street Excavation", Drawing No. S-S6 and detail enclosed, TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 247 "Flexible Base SP-30 -- (referenced), 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and Item No. 360 "Concrete Pavement" (enclosed), shall apply. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be subsidiary to this Pay Item. Contractor may substitute 5-inch non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. All applicable provisions of Item No. 360 "Concrete Pavement" (enclosed) shall apply. Surface texturing shall be made with a medium broom in lieu of carpet drag or metal tinning. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in twenty eight (28) calendar days . Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to traffic . Work shall be completed on each half within five ( 5) working days. If the contractor fails to complete the work on each half within five (5) working days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day . Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the valley gutter. The pay limit will be 9-inch out from the valley gutter. The street void shall be filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities. The unit price bid, per square yard, for Concrete Valley as shown on the proposal, will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO: 14 ~ New Concrete Valley Gutter: This item shall include the construction of new concrete valley gutters, at locations to be detennined in field by the Construction Engineer with same day haul-off of the removed material to a suitable dumpsite. SP-31 Contractor shall sawcut existing sidewalk, curb and gutter and/or pavement prior to valley gutter removal. Sawcutting and removal of asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be included in this pay item. For specifications governing this item, see City Standard Specifications, Item No . 106 , "Unclassified Street Excavation", Drawing No. S-S6 and detail enclosed, TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 247 "Flexible Base (referenced), 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and Item No. 360 "Concrete Pavement" (enclosed), shall apply. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be subsidiary to this Pay Item. Contractor may substitute 5 inch non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. All applicable provisions of Item No. 360 "Concrete Pavement" (enclosed) shall apply. Surface texturing shall be made with a medium broom in lieu of carpet drag or metal tinning. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in twenty eight (28) calendar days. Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within five ( 5) working days. If the contractor fails to complete the work on each half within five (5) working days, $100 dollars liquidated damage will be assessed per each half of valley gutter per day. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the valley gutter. The pay limit will be 9-inch out from the valley gutter. The street void shall be filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils 1,and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities. SP-32 - The unit price bid, per square yard, for Concrete Valley as shown on the proposal, will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO. 15 -Remove and Replace 5-Ft Storm Drainage Inlet Top: PAY ITEM NO. 16 -Remove and Replace 10-Ft Storm Drainage Inlet Top: Pay items No. 15 and No. 16, shall include the removal and replacement of a 7-inch thick drainage inlet top and 5-foot drainage inlet openings;· at locations to be determined in field by the Construction Engineer with same day haul-off of the removed material to a suitable dumpsite. For specifications governing these items, see City Standard Specifications Item No. 450 "Adjusting Manholes and Inlets", as shown in the Drawing S-S02 and as directed by the construction engineer. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in twenty eight (28) calendar days. The unit price per, bid per each, will be full compensation for all labor, equipment, material, tools, and all incidentals necessary to complete the work. PAY-ITEM NO: 17-6-Inch Subdrain Pipe: This item shall consist of furnishing and installing 6-inch subdrain and filter material as shown on the enclosed details, or as directed by the Engineer. All applicable provisions of standard Specifications Item 500 "SUBDRAINS", and Item No. 106 "Unclassified Street Excavation ".shall apply. No specific location for this item is designated. Subdrain shall be installed only if field conditions indicate ground water at subgrade level after excavation and if deemed necessary by the Engineer. The unit price bid, per linear feet, shall be full compensation for all labor, materials, equipments, tools, and incidentals necessary to complete the work. PAY-ITEM NO: 18-8-Inch Pavement Pulverization: PAY-ITEM NO: 19-Cement Modification (26 lbs/sy): SP-33 - All applicable provisions of Tx.DOT's "Standard Sp ecifications for Construction and Maintenance of Highways, Streets, and Bridges " Item No . 275 "Cem ent Treatment (Road Mi xed)" (referenced) shall govern the work. The City of Fort Worth, Texas, will perform quality assurance tests and checks on the pav ing project materials during construction to ensure compliance with the specifications . The sampling and testing of the materials shall be made at the expense of the City . In the event the sampling and testing does not comply with the sp ecifications, all subsequent testing of the material , in order to determine if the material is acceptable , shall be furnished and paid by the contractor, as directed by the Engineer. Pulveri:zation shall be completed within ten ( I 0) working days from the day of completing concrete work (curb and gutter, driveways , valley gutter, sidewalk) on any street. If the contractor fails to complete the work within ten (10) working days, $100 dollars liquidated damage will be assessed per block per day. Contractor shall pulverize the existing pavement to a depth of 8-inch. After pulverization is completed, contractor shall temporarily remove and store the 8-inch deep pulverized material, then cut the base 2-inch to provide place for the new 2-inch H .M .A.C . surface. The 2-inch base cut shall start at a depth of 8-inch from the existing pulverized surface. After the undercut operation is completed, the temporarily stored 8-inch deep pulverized material shall be returned to the ex cavation. If the existing pavement has a combination of I 0-inches of H.M.A.C and crushed stone/gravel, undercut will not be required. The contractor will pulverize the IO-inches, and the 2-inch cut will be taken from the I 0-inch pulverized material. In case of high crown, the contractor shall pulverize the exiting crown and pavement. The Construction Engineer will determine the appropriate undercut depth to meet the City standard . The maximum amount of existing asphalt concrete pavement in the mixture shall be at the discretion of the Engineer. After the above processes are performed, the contractor shall shape the pulverized material to the appropriate line and grade. Samples of the pulverized material will be tested for gradation as directed by the Engineer. Testing will be at a minimum of one test per 300 linear feet per lane. SP-34 - Within five (5) working day s from the day of compl eting the pavement pul veri zation , Portl and cement shall be applied to the pulverized material at a rate of (26 pounds per square yards , 8-inch in depth). If the Contractor fails to complete the work within five (5) working days , $100 dollars liquidated damage will be assessed per block per day . The Engineer or his authori zed representative will observe the cement treatment and collect delivery tickets from each transport truck. Cement quantities used will be verified , w ith re spect to areas being treated . Cement shall be applied only to such an area that all the operations can be continuous and complete d, in daylight, within six (6) hours of such application . The contractor shall blade to grade and compact the pulverized cement treated material to 95 % of the maximum density as determined in accordance with TxDOT's Standard Specifications stated above or as directed by the Engineer in the field . After the cement treated base has cured for forty eight (48) hours , provide machinery (minimum 12 ton steel wheel vibratory roller) to roll the surface of the cement treated material to induce hairline cracks "micro-cracks ". Amplitude of vibrating will be at the discretion of the Engineer or his authorized representative. Micro-cracking will be used to reduce shrinkage cracking in the cement treated material and reduce reflective cracking through the asphalt cement surface overlay. Roller shall be in accordance with TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item No. 210 "Rolling" (referenced). Operate roller at walking speed (2 to 3 mph). Generally one (1) to four (4) passes of the roller are required to create the micro-cracks. One pass is down and back. The contractor shall then prime and overlay the micro-cracked surface with 2 inch H.M.A.C. surface course . The work shall be in accordance with TxDOT's "Standard Specifications for Construction and Maintenance of Highways , Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced). The 2-inch H.M.A.C . surface will be paid under PAY-ITEM NO. 28 -2-Inch-Surface Course-Type "D "Mix. The Contractor shall complete micro-cracking, priming and overlaying the pulverized street within Five (5) working days from the day of the cement treated base has cured and approved by the Engineer. If the contractor fails to complete the work within five (5) working days, a $200 dollars liquidated damage will be assessed per block per day . SP-35 On pulverized and overlay streets that do not have existing curb and gutter, the Contractor shall finish the parkway with backfill. The backfill shall begin at the edge and elevation of the new 2 inch H.M.A.C. surface course and extend within the parkway, to existing ground surface, at the grade of one-fourth (1/4) inch per foot. There should be no voids in the backfill material, to the satisfaction of the Engineer. The unit price bid, per square yard, of pavement pulverization and per ton of cement modification, shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to complete the work. PAY-ITEM NO: 20 -Unclassified Street Excavations: This item will be used if additional excavation is needed that is not covered by PAY ITEM NO. 18 - 8-Inch Pavement Pulverization. Additional Excavation is the removal of the excessive crown and base to bring the new base to proper grade and City standard specifications for street reconstruction. This item shall also be used for removing and disposing the existing brick base, if the existing brick base cannot be wedge or surfaced milled, prior to placing 2-inch HMAC Type "D" surface course. The void created by removing the existing brick base shall be filled to the proper grade, with PAY ITEM NO. 23 -HMAC Level Up, before placing 2-inch HMAC Type "D" surface course . For wedge milling, the measurement for estimating the removal and disposal of the existing brick material shall be a width of 5-feet, a length of curb and gutter, and a depth of 3-inches. For surface milling, the measurement for estimating the removal and disposal of the existing brick material shall be the surface area and a depth of 3-inches. These measurements shall be under City standard specifications Item No. I 06 "Unclassified Street Excavation ". All applicable provisions ofltem No. 106 "Unclassified Street Excavation" shall apply; work shall be paid per cubic yard. The unit price bid, per cubic yard, shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. PAY-ITEM NO: 21-Crushed Limestone: SP-36 This item shall be used to repair the failed base material in areas exceeding 8-inch deep or as directed by the Engineer. The material shall be graded crushed stone. All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways , Streets , and Bridges", Item No. 247 "Flexible Base", shall govern this item. The unit price bid, per cubic yard, shall be full compensation for all materials , labor, equipment and incidentals necessary to complete the work. PAY ITEM NO: 22 ~ Asphalt Pavement and Base Repair: The contractor is to remove all existing deformed H.M .A .C . pavement and /or bad base material that show surface deterioration and/or complete failure . The Construction Engineer will identify these areas upon which time the contractor will begin work. The failed area shall be saw cut, or other similar means, out of the existing pavement in square or rectangular fashion . The side faces shall be cut vertically and all failed and loose material excavated . As a part of the excavation process, all unsatisfactory base material shall be removed, if required , to a depth sufficient to obtain stable sub-base. The total depth of excavation could range from a couple of inches to include the surface-base-some sub-base removal for which the Construction Engineer will select the necessary depth. The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated material shall be hauled off site, the same day as excavated, to a suitable dumpsite . After satisfactory completion of removal as outlined above , the contractor shall place the pennanent pavement patch, with Type "D" surface mix (PG 64-22). This item will always be used even if no base improvements are required. The proposed H.M .A .C . repair shall match the existing pavement section or the depth of the failed material, whichever is greater . However, the patch thickness shall be a minimum of 2-inches . Generally the existing H.M.A.C . pavement thickness will not exceed 8 inch. Before the patch layers are applied, any loose material, mud and/or water shall be removed . A liquid asphalt tack coat shall be applied to all exposed surfaces . Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth , made in preparation to accept the recycling process. All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways , Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) shall govern work. SP-37 The unit price bid , per cubic yard , shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work . PAY ITEM NO: 23 -HMAC Pavement Level Up: This item shall be used to fill ruts , depressions , level up pavement section with Type "D" surface mix (PG 64-22) prior to placing the asphalt surface overlay and where needed , as directed by the Engineer in the field . All applicable provisions of Tx.DOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos . 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced), shall govern work . This item shall be used to fill, to the proper grade, the void created by removing existing brick base, if existing base cannot be wedged or surface milled . The unit price bid , per ton, shall be full compensation for all materials, labor, placing, equipment, cleaning and incidentals necessary to complete the work. PAY-ITEM NO: 24 -Pavement Wedge Milling 2-Inch to 0-lnch Depth, 5.0 Ft Wide 1. Description This item shall consist of milling the existing pavement from the lip of gutter at a depth of 2- inch and transitioning to match the existing pavement (0-inch cut) at a minimum width of 5- feet. The existing pavement to be milled will either be asphalt, concrete, or brick pavement. The milled surface shall provide a uniform surface free from gouges, ridges , oil film , and other imperfections of workmanship and shall have a uniform textured appearance. In all situations where the existing H.M.A.C . surface contacts the curb face, the wedge milling shall include the removal of the existing asphalt covering the gutter up to and along the face of curb. If the existing base is brick and cannot be wedge milled , then the existing brick base , of 5-foot in width, shall be removed under PAY-ITEM NO. 20 -Unclassified Street Excavation and replaced under PAY-ITEM NO. 23 -HMAC Level Up -Install, prior to placing H.M.A.C. SP-38 surface course. See PAY-ITEM NO: 20 -Unclassified Street Excavation, for further description of work . The wedge milling shall be completed within ten (10) working days from day of completing concrete work ( curb and gutter, driveways, valley gutter, sidewalk) on any street. If the contractor fails to complete the wedge milling within ten (10) working days , $100 dollars liquidated damage will be assessed per block per day. The wedge milling operations shall be performed in a continuous manner along both sides of the street. Contractor shall complete overlaying the milled street within five (5) working days from the day of completing the wedge milling on any street. If the Contractor fail to complete the overlay within five (5) working days, then the wedge milling operations of new streets will be shut down, and liquidated damage of $200 per day per street will be assessed until all wedge milled streets are overlayed . Once the overlay begins on a street, it shall continue uninterrupted until completed. 2. Equipment The equipment for removing the pavement surface shall be a power operated milling machine or other equal or better mechanical means capable of removing, in either one pass or two passes, the necessary pavement thickness in a five-foot minimum width. The equipment shall be self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. The machine shall be equipped with an integral loading and reclaiming means to immediately remove material being cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. Adequate back-up equipment (mechanical street sweepers, loaders, water truck, etc.) and personnel will also be provided to keep flying dust to a minimum and to insure that all cuttings are removed from street surface daily. Stockpiling of planed material will not be permitted on the project site unless designated by the Engineer. The machine shall be equipped with means to control dust created by the cutting action and shall have a manual system providing for uniformly varying the depth of cut while the machine is in motion thereby making it possible to cut flush to all inlets , manholes, or other obstructions within the paved area. The speed of the machine shall be variable in order to leave the desired grid pattern specified under Surface Texture. SP-39 Subsidiary to this pay item, the Contractor shall haul-off all milled material to the City yards. The unit price bid, per linear feet , shall be full compensation for all milling, including milled material haul-off to City yards, tools , labor, equipment and incidental s necessary to complete the required work. PAY ITEM NO: 25 -2-lnch Surface Milling: This pay items shall consist of milling the existing pavement at a depth of 2-inch. All applicable provisions of PAY ITEM NO: 24 -2-Inch to 0-lnch Wedge Milling Depth, 5-Ft Wide shall apply. If the existing base is brick and cannot be surfaced milled, then the existing brick base shall be removed, under PAY ITEM NO: 20 -Unclassified Street Excavation and replaced under PAY ITEM NO : 23 -HMAC Level Up, prior to placing H.M.A .C . surface course . See PAY ITEM NO: 20 -Unclassified Street Excavation, for further description of work. The surface milling shall be completed within ten (10) working days from the day of completing concrete work ( curb and gutter, driveways , valley gutter, sidewalk) on any street. If the contractor fails to complete the surface milling within ten (10) working days, $100 dollars liquidated damage will be assessed per block per day. The surface milling operations shall be performed in a continuous manner for the entire block . After completion of the surface milling, Contractor shall complete overlaying the milled street within five (5) working days from the day of completing the surface milling on any street. If the Contractor fails to complete the overlay within five (5) working days, then the milling operations of new streets will be shut down, and liquidated damage of $200 per day per street will be assessed until all milled streets are overlaid. Once the overlay begins on a street, it shall continue uninterrupted until completed. Subsidiary to this pay items, the Contractor shall haul-off all milled material to the City yards. The unit price bid, per square yard , shall be full compensation for all milling, including milled material haul-off to City Yards, tools, labor, equipment and incidentals necessary to complete the work. PAY-ITEM NO: 26 -2-Inch HMAC Surface Course Type "D" Mix: SP-40 All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense--Graded Hot-Mix Asphalt (Method)" (referenced) shall govern work of pay items No. 29 & 30. The following amendments to the above TxDOT's specifications shall govern, take precedence and shall include: Item No. 340 "Dense--Graded Hot-Mix Asphalt (Method)" (referenced): • Under Item 340.2, Materials, A. Aggregates: The surface aggregate classification (SAC) shall be Class B. The Contractor shall perform the Los Angeles abrasion, magnesium sulfate soundness, Micro-Deval and all other aggregate quality tests listed in Table 1. 2. RAP will not be allowed, for use, in surface course Type "D" mix. • Under Item 340.2, Materials, D. Asphalt Binder: Furnish performance-graded PG 64-22 for H.M.A.C. surface course, level up and pavement/base repair or replacement. • Under Item 340.4, Construction, The City of Fort Worth, Texas will perform quality assurance tests and checks on the paving project materials during construction, to ensure compliance with the specifications and approved mixture design. The sampling and testing of the materials shall be made at the expense of the City. In the event the sampling and testing does not comply with the specifications, all subsequent testing of the material, in order to determine if the material is acceptable, shall be furnished and paid by the contractor, as directed by the Engineer. Samples will be taken for determination of asphalt content, aggregate gradation, and maximum theoretical specific gravity as determined by the Engineer. For . each hot mix asphalt surface course placed, nuclear gauge in-place density testing will be performed at each 300-ft station. SP-41 For each hot mix asphalt surface course placed, cores will be obtained to determine in- place density and thickness. The cores will be taken at the maximum interval of 300-ft (to coincide with field density locations). • Under Item 340.4, Construction, A. Mixture Design: The contractor shall furnish mixture design of the proposed hot mix asphalt, at or before the pre-construction meeting . The Contractor shall submit to the Engineer a mixture design prepared by an AASHTO accredited laboratory, for the materials to be used in the project. Using the typical weight design example in Tex-204-F, Part I, the mixture design shall meet the requirements contained in Tables 1 through Table 5 of Item 340. The Indirect Tensile-Dry (Tex-226-F) and the Hamburg Wheel-tracking (Tex-242-F) tests shall be waived . The mixture design report must be certified and signed by a Level II Specialist and submitted on TxDOT's software forms . The Engineer may verify the mixture design at optimum asphalt content. • Under Item 340.4, Construction, B. Job-Mix Formula Approval : The Contractor will perform the Boil Test (Tex-530-C). • Under Item 340.4, Construction, J. Ride Quality: The Ride Quality Surface Type A test (10-foot straight edge) shall be measured . • Under Item 340 .5 Measurement: Hot mix will be measured by the square yard of the composite hot mix, which includes asphalt, aggregate and additives. • Under Item 340.6 Payment: The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement", will be paid for at the unit price bid per square yard, for "Dense-Graded Hot Mix Asphalt (Method)". PAY-ITEM NO: 27 ~ Butt Joint Milling: SP-42 Description: This item requires the contractor to mill "butt joints" into the existing surface, in association with the wedge milling operation (PAY ITEM NO . 14) to the depth and at locations as described below . The butt joint will provide a full width transition section , whereby the new overlay shall maintain constant depth at the point the new overlay is terminated and the new surface elevation matches the existing pavement. The construction activities , performance standards and equipment needed for the butt joints milling operations shall be governed by the special provisions of PAY-ITEM NO. 24 -2- Inch to 0-Inch Pavement Wedge Milling Depth 5-Ft Wide -Install. The configuration of the butt joints is described in more detail below . General details of butt joint locations -along with wedge milling in general -are shown in plan form at the back of this document. Construction Details: Prior to the milling of the butt joints, the contractor shall consult with the construction Engineer for proper location of these joints and verify that the selected limits of the projects street are correct. The general locations for butt joints are at all beginning and ending points of streets listed in the project and as more graphically detailed at the back of this specification book. The joints are also required on both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the street ;and end the continuity of the asphalt surface. Each butt joint shall be 20-feet Jong and milled out across the full width of the street section to a tapered depth of 2 inch. This milled area shall be tapered within the 20 -feet to a depth from 0-nch to 2-inch at a line adjacent to the beginning and ending points or intermediate transverse items. This butt joint - when overlayed -will consist of an asphalt section that will transition the new overlay to match the existing pavement elevation. The contractor shall provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump. Measurement and Payment: Butt joints as prescribed above will be measured by the unit of each butt joint milled . The disposal of excess material involved will not be measured for payment. Each butt joint-milled, measured as above , complete-in place-in accordance with these specifications, will be paid for at the unit price shown in the proposal for "Butt Joints". SP-43 Subsidiary to this pay items, the Contractor shall haul-off all milled material to the City yards. The unit price bid, per each, shall be full compensation for all milling, including milled material haul-off to City yards, tools, labor, equipment and incidentals necessary to complete the required work. PAY ITEM NO: 28 -Crack Sealing of Existing Pavement: After completion of wedge milling of those streets designated as Mill Overlay (MOL) on the street list in the back of this contract document book, the Contractor shall seal existing cracks Yi inch and greater, by using cold poured crack sealer Polymer Modified Asphalt Emulsion Crack Sealer, as directed by the Engineer. Tx.DOT's "St&ndard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", shall apply. The inside of the cracks shall be cleaned with an air compressor or approved equipment, prior to sealing. Sealant shall be applied with a rubber "V" shaped squeegee where applicable . Provide adequate traffic control during set up and cure time of sealant. The unit price bid, per linear foot, shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the work. PAY ITEM NO: 29 -Remove and Replace 30-Ft HMAC Speed Cushion w/stripping PAY ITEM NO: 30 -Remove and Replace 40-Ft HMAC Speed Cushion w/stripping Pay items No. 29 and No 30, shall include the removal of existing Speed Cushions, and installing new standard H.M.A.C Speed Cushions according to the plan and profile as shown on the detail sheet. All excavated material shall be hauled off site the same day as excavated, to a suitable dumpsite. Contractor shall complete the installation of the speed cushion within ten ( I 0) working days from the day of completing the overlay on any street, if the contractor fails to install the speed cushion within ten (IO) working days, $100 dollars liquidated damage will be assessed per each speed cushion per day . Contractor shall notify the Construction Engineer 72 hours prior to installing any speed cushions. Contractor shall install speed cushion's pavement markings. SP-44 If the roadway is damaged during existing marker remova l, the work shall be temporarily halted until consultation with the Con struction· Engineer. The pavement shall be repaired prior to new HMAC overlay. MATERIALS AND QUALITY REQUIREMENTS: 1. Speed Cushions The speed cushions shall consist of H.M.A.C. Type "D" surface course (PG 64-22) with tack coat (SS-1) and compacted with vibratory hand roller. All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways , Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) shall apply. Kraft brown paper - 36 inch wide 40-lb paper shall be used to keep curb & gutter clean. 2. Pavement Markings Raised Pavement Marking: All materials used shall be pre-approved prior to placement. The brand name and specifications of the materials shall be included in submittal for approval. The approved materials must be used throughout the duration of the contract. In the event that substitute materials need to be used, they must be equal to or exceed the quality of those currently in use and be approved the Construction Engineer. All markers shall be 4-inch and be installed with epoxy; bituminous adhesive is not approved. A chalk line, chain, or equivalent shall be used during layout to insure that individual markers are properly aligned. All markers shall be placed uniformly along the line to achieve a smooth continuous appearance. Preformed Pavement Marking: All materials used under this agreement shall be pre-approved prior to awarding of the bid. Materials used shall meet TXDOT specifications Item 666 Type II. The approved materials must be used throughout the duration of the bid. In the event that substitute materials need to be used, they must be equal to or exceed the quality of those currently in use, and be approved by Construction Engineer. All material must be equal to or exceed the following: Pre Mark brand .Hot Tape which is manufactured by Stimsonite. Stamark A420 , which is manufactured by 3M. SP-45 Stamark A380, which is manufactured by 3M . All applications shall be in strict compliance with all manufacturer recommendations . Surface Preparation and Application of Pavement Markings Roadway surface shall be clean , dry and free from dirt, grease, and other forms of contamination. All surfaces must be air blasted prior to application of paint. Surface preparation and application shall be in strict compliance with manufacturer recommendations . Equipment and methods used for surface preparation shall not damage the pavement or present a hazard to motorists . Installation of Pavement Markings: Contractor's personnel shall be knowledgeable and sufficiently skilled in the in stallation of raised pavement markings and preformed pavement markings. Markings that are not properly applied due to faulty application methods or defective product, and markings, which are placed in the wrong position or alignment, shall be removed and replaced by the contractor at the contractor's expense . If the mistake is such that it would be confusing or hazardous to motorists it shall be remedied the same day of notification . Notification will be made by phone and confirmed by fax. Other mistakes shall be remedied within five days of written notification . Traffic Control of Pavement Marking: When markings are applied on roadways open to traffic care will be taken to ensure that proper safety precautions are followed, including the use of signs, cones, barricades, flaggers, e~c .. Work shall be performed with as little disruption to traffic as possible, and freshly applied markings shall be protected from traffic damage and disfigurement. 3. Measurement and Payment The unit price bid per each shall be full compensation for removal of existing pavement markings, H .M .A.C. Type "D" surface course, tack coat (SS-1 ), vibratory hand roller, surface preparation, preformed and raised pavement markings, kraft brown paper -36 inch wide 40-lb paper to keep curb & gutter clean, and all materials, labor, equipment and incidentals necessary to complete the work. SP-46 The unit price per bid, per each, will be full compensation for all labor, equipment, material, tools, and all incidentals necessary to complete the work . PAY ITEM NO: 31-Water Valve Box Adjustment with Steel Riser: This item shall include adjusting the tops of existing water valve with steel riser manufactured by American Highway Products or approved equal by the construction engineer to match proposed grade, steel water valve riser shall be placed at the time of paving. Specifications and details of steel water valve riser (included at the end of this document), and Standard Specification Item No. 450 "Adjusting Manholes, shall apply except as herein modified . Contractor will be responsible for adjusting water valve boxes to match new pavement grade, the water valves themselves will be adjusted by City of Fort Worth Water Department forces. Prior to beginning of work, the Contractor shall make an inventory of the condition of existing water valve boxes. The Engineer will field verify this inventory and provide the Contractor replacements for broken valve boxes. The contractor shall replace the valve boxes, which are damaged during construction at no cost to the City. Failure of the contractor to perform this inventory will place the total burden of replacement of any broken valve box on the contractor. The unit price bid, per each, will be full compensation for all labor, materials , equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO: 32 -Water Valve Box Adjustment with Concrete Collar: This item shall include adjusting the tops of existing water valve with concrete collar to match proposed grade as shown on the detail at the back of this document or as directed by the Engineer. The concrete collar will be used only in case of steel ring riser CAN NOT be used as determined by the Engineer. Standard Specification Item Nos. 450 "Adjusting Manholes and Inlets" and 406 "Concrete for Structures" shall apply except as herein modified. SP-47 Contractor will be responsible for adjusting water valve boxes to match new pavement grade, the water valves themselves will be adjusted by City of Fort Worth Water Department forces. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in twenty eight (28) calendar days. Contractor shall completed the adjustment of the Water Meter Boxes within five (5) working days from the day of completing the HMAC overlay on any street, and street shall be open to traffic within ten (10) working days. If the contractor fails to complete the adjustments within five (5) working days, $ I 00 dollars liquidated damage will be assessed per each water valve box per day. Prior to beginning of work, the Contractor shall make an inventory of the condition of existing Valves. The Engineer will field verify this inventory and provide the Contractor replacements for broken valve covers. The contractor shall replace the valve covers which are damaged during construction at no cost to the City. Failure of the contractor to perform this inventory will place the total burden of replacement of any broken frame and cover on the contractor. The unit price bid, per each, will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO: 33 ~ Water Meter Box Adjustment: This item only applies when the adjacent curb and gutter has been removed and replaced and has been authorized by the assigned inspector. The adjustment shall include raising or lowering the existing water meter box to the proper grade. The unit price bid, per each, will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO: 34 ~ Manhole Adjustment with Steel Riser: This item shall include adjusting the tops of existing manhole with steel riser manufactured by American Highway Products or approved equal by the construction engineer to match proposed grade, the steel manhole riser shall be placed at the time of paving. Specifications and details of steel manhole riser (included at the end of this document), and Standard Specification Item No. 450 "Adjusting Manholes, shall apply except as herein modified. SP-48 Prior to beginning of work, the Contractor shall make an inventory of the condition of existing manholes. The Engineer will field verify this inventory and provide the Contractor replacements for broken manhole covers. The contractor shall replace the manhole covers which are damaged during construction at no cost to the City. Failure of the contractor to perform this inventory will place the total burden of replacement of any broken frame and cover on the contractor. Should the contractor identify any utility manholes other than those owned by the City of Fort Worth, TX, the contactor is encouraged to contact the owner and arrange the adjustment of the manhole cover. Payment for the work will be made by the individual Franchise Utility Company . The contractor is not entitled to any additional compensation or renegotiation with the City associated with the construction of this work. The unit price bid , per each, will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work . PAY ITEM NO: 35 -Manhole Adjustment with Concrete Collar: This item shall include adjusting the tops of existing manhole with concrete collar to match proposed grade as shown on the detail at the back of this document or as directed by the Engineer. The concrete collar will be used only in case of steel rig riser CAN NOT be used as determined by the Engineer. Standard Specification Item Nos. 450 "Adjusting Manholes and Inlets" and 406 "Concrete for Structures" shall apply except as herein modified. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in twenty eight (28) calendar days. Contractor shall completed the adjustment of the Manholes within five (5) working days from the day of completing the HMAC overlay on any street, and street shall be open to traffic within ten (10) working days. If the contractor fails to complete the adjustments within five (5) working days, $100 dollars liquidated damage will be assessed per each water valve box per day. Prior to beginning of work, the Contractor shall make an inventory of the condition of existing manholes . The Engineer will fiejd verify this inventory and provide the Contractor replacements for SP-49 broken manhole covers. The contractor shall replace the manhole covers which are damaged during construction at no cost to the City. Failure of the contractor to perform this inventory will place the total burden of replacement of any broken frame and cover on the contractor. Included as part of this pay item shall be the application of a cold-applied preformed flexible butyl rubber or plastic sealing compound for sealing interior and /or exterior joints on concrete manhole sections, as per current City Water Department Special Conditions. ' Should the contractor identify any utility manholes other than those owned by the City of Fort Worth, TX, the contactor is encouraged to contact the owner and arrange the adjustment of the manhole cover. Payment for the work will be made by the individual Franchise Utility Company. The contractor is not entitled to any additional compensation or renegotiation with the City associated with the construction of this work . The unit price bid, per each, will be full compensation for all labor, materials , equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO: 36 ~ Painting House Curb Address: This item shall include painting of house addresses on curb or driveway radiuses that are removed and replaced in this contract. Contractor shall complete the painting of house curb addresses within ten (I 0) working days from the day of completing the HMAC overlay on any street, if the contractor fails to complete the work within ten (10) working days, $100 dollars liquidated damage will be assessed per block per day. • All materials shall be of recent product, and suitable for its intended purpose. • Surface preparation and application shall be in strict compliance with manufacturer's recommendations. • The paint shall NOT be applied; if the new concrete curb has aged less than a minimum of 28 days, and if weather condition may harm or damage the finish surface. • The background paint shall be equal to or exceed #5160 White Latex Striping paint manufactured by Kwal Paint or approved equal. • The letters paint shall be equal to or exceed #6306 Black Latex Exterior paint manufactured by K wal Paint or approved equal. SP-50 • The minimum size for the background shall be 6" high x 16 " long , and the minimum size for the letters shall be 4" high. The unit price bid , per each, will be full compensation for all labor, material , tools , and incidentals necessary to complete the work. PAY ITEM NO: 37 ~ Grass Sod Replacement: This pay item shall consist of the replacements of a like grass sod that was removed under this contract due to the removal and replacement of driveways, wheelchair ramps, and curb and gutters as determined by the Engineer. All materials shall be of recent production, and suitable for their intended purpose. Contractor shall complete the replacement of the sod within ten (10) working days from the day of completing the HMAC overlay on any street, if the contractor fails to replace the sod within ten (10) working days , $100 dollars liquidated damage will be assessed per block per day. Sod Products Specifications: • Sod shall consist of live and growing grass . • Grass shall have a healthy, virile root system of dense, thickly matted roots throughout and approximately one-(1) inch minimum thickness of native soil attached to the roots. • Sod will be free from obnoxious weeds or other grasses and be free from any deleterious matter that might hinder the growth of the grass. • Sod material must be kept moist from the time it is dug until planted. Sod Installation Specifications: • The area to be sodded shall be determined by the City . • The sodded area shall be smoothed down. • The sodded area shall be thoroughly watered immediately after it is planted. The unit price bid, per square yard, will be full compensation for all labor, material, tools, and incidentals necessary to complete the work . PAY-ITEM NO: 38 ~ Re-Mobilizations: SP-51 This item shall compensate the Contractor to remobilize personnel, equipment, supplies, and material to perform additional work as directed by the Engineer. Remobilization will be considered when concrete "Flat-work" has been completed, personnel and equipments were demobilized, and the street is clean and ready for overlay. Remobilization shall be determined by the Engineer. Requests for reimbursement of remobilization expenses shall be denied unless prior approval is granted by the Engineer. The unit price bid, per each, will be full compensation for all labor, equipment, material, tools, and all incidentals necessary to complete the work. END OF SECTION SP-52 HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RA TES 2008 Air Tool Ooerator AsPhalt Distributor Operator AsPhalt Pavina Machine Operator Asphalt Raker Asphalt Shovel• Batchina Plant WeiRh• Broom or Sweeoer Oi,cntor Bulldozer Operator Carnenter Concrete Finisher, Pavin1 Concrete Finish« Structures Concrete Pavin1 Cw-bin1 Machine Opcntor Concrete Pavina Finishina Machine <merator Concrete Pavin1 Joint Seal• Oocrator Concrete 1>1vlna Saw Onentor Concrete Pavin1 Spreader Operator Concrete Rubber Crane. Clamshell Backhoe. Denick. Dndine.. Shovel Ooerator Electrician Flunr Fonn Builder/Setter Structurea Form Setter. Pavlna A Curb Foundation Drill -Cnwler Mounted Foundation Drill Opentor, Truck Mounaed Front End Loader ODCrator Labonr. Common Laborer. Utility Mechanic Millin• Machine Ooerator Fine Gnide Mixer ()pentcr Motor Orader Ooentor Fint Orade Motor Ondtr Ooentor, Rouah 011• Painter. Scructlnt Pavement Markin& Machine Ooentor Ph:,elaver Reinforcln1 Steel Setter, P1vin1 Rein(orcln1 Steel Sener. SINeturt Roller Ooentor, Pneumatic. Self-Prooelled Roller Ooerator Steel Wheel, Fla& WheeVTampin1 Roller ODerator Steel Wheel, Plant Mix Pavement Sc,-per Onerator Servic• SIID Form Madline Ooentor Si:,rad• Box Ooentor rrac10r r-,. Cnwlw Tyi:,e Trxtor UDehlul' Pneumatic Tr1velin1 Mixer Operator Tn.id, Driver. lowboy-Flo• Tnick Driver Sindt Axle, Heavy Tnick Driver, SinaJt Axle, Liaht Truell Drivff Tandem Axle, Semi-Trailer Truell Drivff Tr1Nit -Mix Wuon Drill, Borina Mtchine, Potr Hole Dnller Operator Welder Wort Zone I3amcadt Se~ICff SI0.06 SIJ.99 Sl2 . 71 SI 1.01 S 1.10 Sl4 .U S 9.11 SIJ .22 Sl2.IO Sl2 .U SIJ .27 Sl2.00 SIJ.63 Sl2.50 SlJ.56 Sl4.50 $10.61 S14 .12 Sll.12 S 1.43 SI 1.63 SI 1.13 SIJ.67 $16.30 $12 .62 S 9.11 SI0.6.S $16.97 SI 1.13 SlUI SU.20 $14 .50 $14.91 SIJ .17 Sl0.04 SI 1.04 SJ4 .16 $16.29 SI 1.07 SI0.92 Sll.21 SJ 1.42 $12.32 Sl2 .JJ SI0 .92 $12 .60 Sl2 .91 S12.oJ SIUJ Sll.47 SI0.91 SII .H SI 2 01 s, .. 00 SI J '7 SIO 09 " ·------· CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date: September 13, 2011 NAME OF PROJECT: Hot Mix Aspbaltic Concrete Surface Overlay 2011-13 PROJECT NUMBER: 01740 / C293-541200-206620174083 IS TO CERTIFY THAT: JLB Contracting, LLC. is, at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described , for the type of insurance and accordance with provisions of the standard policies used by this Company, and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy Effective Expires Limits of Liability Worker's Compensation Comprehensive General Bodily Injury: Liability insurance (Public Ea. Occurrence: $ Liability) Property Damage: Ea. Occurrence: $ Blasting Ea. Occurrence: $ Collapse of Building or structures adjacent to Ea. Occurrence: $ __ excavations Damage to Underground Utilities Ea. Occurrence: $ Builder's Risk Comprehensive Bodily Injury : Automobile Liability Ea. Person: $ Ea. Occurrence: $ Property Damage: Ea. Occurrence: $ Bodily Injury: Contractual Liability Ea. Occurrence: $ Property Damage: Ea. Occurrence: $ Other Locations covered:----------------------------------- Description of operations covered:----------------------------- The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or cancellation. Where applicable local Jaws or regulations require more than five (5) days actual notice of change or cancellation to be assured , the above policies contain such special requirements, either in the body thereof or by appropriate endorsement thereto attached . The City, its officers , employees and servants shall be endorsed as an additional insured on Contractor 's insurance policies excepting employer's liability insurance coverage under Contractor's workers ' compensation insurance policy. Agency Insurance Company: ___________ _ ~F~ort~W~o~rt=h~A~g=e=n=t~~~~~~~~~~~~~-By ___________________ _ Address ________________ _ Title ________________ _ � � r � � � r� r e � e t r � r � i � CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended , Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Transportation and City of Fort Worth Project No. 01740 I C293- 541200-206620174083. STATE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR JLB Contracting, LLC. By:~f~.J.. ~~ Name: James G. Humphrey, Prestd~nt of Tit1e: --JLB-C-ON-TRA-C-TIN-G, -LLC <J~J.Jl-/1 Date : ---------- ./. Be.f9>re me, the undersigned authority , ··on this day personally appeared .;J!Hne-6 4,, Nv111P!l!d:,-y , known to me to be the person whose name is subscribed to the foregoing instrument/and acknowledged to me that he executed the same as the act and deed of JLB Contracting, LLC. for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this 4zt_ day of .,)eflT' , 20 // w � � � � � � � � � � � � � .� � � , ..... ���.,,.,.„,,,<,.ti..�' a�� E�+�� _ �� .r. w,� CO�F . , •� i ' ' . , 8 d .� . 'f � ,�� � ,� :; �,�. �,� o� w THE STA TE OF TEXAS COUNTY OF TARRANT PERFORMANCE BOND § Bond No. _8~8~5~65~-- KNOW ALL MEN BY THESE PRESENTS : § That we (l) JLB Contracting, LLC as Principal herein , and (2) Westfield Insurance Company, a corporation organized under the laws of the State of (3) Ohio 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 Eighty-Four Thousand, Three Hundred Fifty-One Dollars and Fifty Cents... Dollars ($984,351.50) 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 contract with the Obligee dated the -1£'.:_ of September , 2011 a copy of which is hereto attached and made a part hereof for all purposes , for the construction of: Hot Mix Asphaltic Concrete Surface Overlay 2011-13 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. Bond No. _8~8~5~65~-- 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 statue, 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 16 1h day of September, 2011. A~~ (P~cretary (SEAL) ATTEST : (Surety) Secretary (SEAL) Witness as Surety Elizabeth Gray P.O. Box 8720, Fort Worth, Texas 7612 (Address) JLB Contracting, LLC PRINCIPAL (4) BY:~/o~ Title: James G. Humphrey , President P.O. Box 24131 Fort Worth, Texas 76124 (Address) an 555 Republic Drive, Suite 450, Plano, Texas 75074 (Address) NOTE: Date of Bond must not be prior to date of Contract (I) Correct name of Contractor (2) Correct name of Surety (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attomey-in- Fact. The date of bond shall not be prior to date of Contract. ,, ·-. ___ ... Bond No. _8=8=5'-=6=5 __ _ THE STATE OF TEXAS COUNTY OF TARRANT PAYMENT BOND § § § KNOW ALL MEN BY THESE PRESENTS : That we , (I) JLB Contracting, LLC as Principal herein, and (2) Westfield Insurance Company a corporation organized and existing under the laws of the State of (3) Ohio , as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of Nine Hundred Eighty-Four Thousand, Three Hundred Fifty-One Dollars and Fifty Cents .... Dollars ($984,351.50) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally , firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the ~ day of September, 2011, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length , for the following project: Hot Mix Asphaltic Concrete Surface Overlay 2011-13 NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor and materials in the prosecution of the work under the contract, then this obligation shall be void; other wise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and Surety have executed this instrument. SIGNED AND SEALED this 161h day of September, 2011. JLB Contracting, LLC PRINCIPAL Bond No. _8~8~5~65 __ _ ATIEST: . ,) Cl . (~!My~ By: ~AYJJ. ~ Name: James G. Humphrey ATTEST : Secretary (SEAL) NOTE : ( 1) Correct name of Principal (Contractor). (2) Correct name of Surety . (3) State of incorporation of Surety Title: President Address : P.O. Box 24131 Fort Worth, Texas 76124 Address: 555 Republic Drive, Suite 450 Plano, Texas 75074 Telephone Number: 972-516-2600 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 the bond shal I not be prior to date of Contract. ·-.... --::: , --... _ .. ___ .... .---:::, ... · " ..... ... ......... ,· Bond No . ...:8:c.::8:.::5:.:a:.65"'----- MAINTENANCE BOND THE ST A TE OF TEXAS § COUNTY OF TARRANT § That JLB Contracting, LLC (Contractor), as principal , and Westfield Insurance Company a corporation organized under the laws of the State of Ohio ,(Surety), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum of Nine Hundred Eighty-Four Thousand, Three Hundred Fifty-One Dollars and Fifty Cents.... Dollars ($984,351.50) 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 13th of September, 2011 copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Hot Mix Asphaltic Concrete Surface Overlay 2011-13 the same being referred to herein and in said contract as the Work and being designated as project number(s) 01740 / C293-541200-206620174083 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and made a part hereof, and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of Two (2) Years after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work m good repair and condition for said term of Two (2) Years; and, WHEREAS, said Contractor binds itself to repair or reconstruct the work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary; and, WHEREAS, said Contractor binds itself, upon rece1vmg notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Bond No . _8=8=5 ..... 65=---- 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 1 counterparts , each one of which shall be deemed an original , this 16 1h day of September, A .O. 2011. ATTEST: (~~ Secretary ATTEST: (SEAL) Secretary JLB Contracting, LLC Contractor By : ~ ~ 1b e?'---V--- Name : James G. Humphrey Title: President Westfield Insurance Company Title: Attorney-in-Fact 555 Republic Drive, Suite 450 Plano, Texas 75074 Address ....... - . ---- .·' IMPORTANT NOTICE To obtain information or make a complaint: You may call Westfield Insurance Company's and/or Ohio Farmers Insurance Company 's toll-free telephone number for information or to make a complaint at: 1-800-368-3597 You may also write to Westfield Insurance Company and/or Ohio Farmers Insurance Company at: 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 You may contact the Texas Department of Insurance to obtain information on companies , coverages , rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance : P . 0 . Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http ://www.tdi.state.tx.us E-mail : ConsumerProtection@tdi. state. tx. us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or Westfield Insurance Company and/or Ohio Farmers Insurance Comapny first. If the dispute is not resolved , you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter una queja : Usted puede llamar al numero de telefono gratis de Westfield Insurance Company 's / Ohio Farmers Insurance Company 's para informacion o para someter una queja al : 1-800-368-3597 Usted tambien puede escribir a Westfield Insurance Company I Ohio Farmers Insurance Company : 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias , coberturas , derechos o quejas al : 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas : P. 0 . Box 149104 Austin , TX 78714-9104 Fax: (512) 475-1771 Web : http ://www. tdi. state . tx . us E-mail : ConsumerProtection@tdi.state .tx .us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o Westfield Insurance Company / Ohio Farmers Insurance Company primero. Si nose resuelve la disputa , puede entonces comunicarse con el departamento (TOI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adj unto. -------··-·· -· ••• ·-.... ~, ~v.-ocr",cuc_, ANY t'KtVIOU:S t'OWtK t:Sl:AKINu IHl:S :SAMt POWER# AND ISSUED PRIOR TO 04/20/11, FOR ANY PERSON OR PERSONS NAMED BELOW. General Power of Attorney CERTIFIED COPY POWER NO. 4220052 06 Westfield Insurance Co. Westfield National Insurance Co. Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a ·company· and collectively as ·companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W. SWEENEY, ELIZABETH GRAY, JOINTLY OR SEVERALLY of FORT WORTH and State of TX its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship----------------- --- - --- -------- -- ---- -- - ----- -- - -- - ------- --- LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY , MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS . and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the .premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: ·ae It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney-in-Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary.· '!Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8, 2000). · In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 20th day of APRIL A.O., 2011 . Corporate ~ • Seals /..~~--..... c4-·, Affixed/ a."Y i IA> '\: Ct ... ;:fl \0 \ • t,;;; sr! JCT ·v \~\ ~11 ~ State of Ohio County of Medina ss.: WESTFIELD INSURANCE COMPANY WESTFIELD NATIONAL INSURANCE COMPANY OHIO FARMERS INSURANCE COMPANY On this 20th day of APRIL A.O., 2011 , before me personally came Richard L. Kinnaird, Jr. to me known, who, being by me duly sworn, did depose and say, that he resldes ·in Medina, Ohio; that he Is Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described In and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said Instrument -are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial Seal Affixed State of Ohio County of Medina ss.: tfa· William J. Kahelin, A rney at law, Notary Public My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURA~CE COM~AN~. _do hereby. certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which 1s still m full force and effect; and furthermore, the reso!Utions of the Boards of Directors, set out in the Power of Attorney are In full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this Septemb .D., 2011 ....... . · ,,,, ,,,,,, ~''''*' ~$UR.(~ , ,,.,·'~1(!!}.~1, '•,,, •... ~-..,, ~ ~ .. -..... c4-'\ ,,' ,?,-;,··· ··~<S'C:··-.. ~_........ •,.-.. J~i ""'° '.:et\ lW ··-.~":. /~.·· -·· .. ~~ l~!SEAL\O f§/:· \~l ::.;f:"•lll.OTJ'•r.\g\ ,.,.• =~ :u.: SEAL :a, :a.::~·~:sa ! 11tl S'."11 :1-</l: :m: :o: :-= ti'."' -• • -i,-"'!• •l!Jlr-\ "'°\, .. ,_ ~JJ \i··. /8/ i~\ 1e4a .. :~! ~ ... ~, ..... ..·· ...... .: -;.""~. ··-.. ::-.... •· .~~ ..... ,,, ········· ,,....... "",, ........ ,· ,,,,, • .,.~" ••• , .. ,,, "•,, ... tt, ........ , ~-_//, ~-A l--l~ Frank A. Canino, -~ecretaty ..._ .... _ ........ BPOAC2 (combined) (06-02) THE STATE OF TEXAS CITY OF FORT WORTH, TEXAS CONTRACT KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT This agreement made and entered into this the 13 day of September A.D., 2011 , by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, A .D. 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city , and the City of Fort Worth being hereinafter termed Owner, JLB Contracting, LLC., HEREINAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: Hot Mix Asphaltic Concrete Surface Overlay 2011-13 2. That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. 3 . The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth . 4. The Contractor hereby agrees to prosecute said work with commencement thereof and to fully complete and finish the same ready the Department of Transportation of the City of Fort Worth and the Worth within a period of One Hundred Twenty 020) days. reasonable diligence after the mspect10n and a roval of :iw::f:lirita.U. of Fort CITY SECRETARY FT. WORTH, TX 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 Genera l Conditions, there shall be deducted from any monies due or which may thereafter become due him , the sum of $315 per Calendar Day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency . 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and s pecifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City 's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition , Contractor covenants and agrees to indemnify, hold harmless and defend , at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death , arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees , whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, 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 receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved , or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. The Contractor agrees , on the execution of this Contract, and before beginning work, to make , execute and deliver to said City of Fort Worth good and sufficient surety bond s for the faithful performance of the terms and stipulations of the Contract and for the payment to~al!!l .!:c:!Jlaill·Wilw.a.:,.....__,tttJt'1l and/or materials furnished in the prosecution of the work, such bonds being as ·o~lg~£1-<P1<1 r · Texas Government Code Section 2253 , as amended, in the form included in t ~Ir) c men s CITY SECRETA ,, FT. WORTH, TX < < r r r � � r � � r R r r � r r � � and such bonds shall be for 100 percent ( 100%) of the total contract price, and said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth . 8. Said City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom , the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a, shall be Nine Hundred Eighty Four Thousand Three Hundred Fifty One Dollars and Fifty Cents ... Dollars, ($984,351.50). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth , Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in z counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in Z counterparts with its corporate seal attached. Done in Fort Worth, Texas, this the 13 day of September, A.D., 2011. OFFICIAL RECORU CITY SECRETARY FT. WORTH, TX APPROVAL RECOMMENDED: u. lJ DIRECTOR, DEPARTMENT OF TRANSPORTATION/PUBLIC WORKS ATTEST: CONTRACTOR JLB Contracting, LLC. BY:~7 /)~ Jaffl.8S:~· Humphrey, P~ident of TITLE /. JLB CONTRACTING; LLC . P.O.Box 24131 Fort Worth, TX 76124 ADDRESS November 1960 Revised May 1986 Revised September 1992 Revised March 2006 CITY OF FORT WORTH FERNANDO COSTA, ASST CITY MANAGER CITY SECRETARY (SE AL) W!A-C. C--z. S-I '?, ~ 1-/s ./1 APPROVED AS TO FORM AND LEGALITY: ~y OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX ... • - Project Name: HMAC Surface Overlay ( ___ _ DOE Project Number: ___ _ Mapsco Location: ____ _ Street Maintenance Work Notice As part of the City of Fort Worth's Street Maintenance Program, _______ _ has been contracted to repair your street. During the maintenance work, there will be a brief time that you may not have access to your residence or business. On the days specified below, vehicles can not be parked on the street. Also, please turn off your sprinkler adjacent to the street. If you have any questions or concerns, please contact contractor ________ _ at ------------ If we are not able to resolve your concern to your satisfaction, you may also contact City of Fort Worth Inspector at , Monday- Friday between 7:30 a.m . and 4:30 p.m . After 4:30 p.m. and on weekends, call (817) 392-8100. Block Street Project Limits Name Limits 1100 to 1200 Brown Street Yates Avenue to Keller Springs Parkway Expected Construction Dates Weather Permitting From 6-20-06 to 7-4-06 Nombre del Proyecto: HMAC Surface Overlay ( ____ _ Numero del Proyecto DOE: ___ _ Ubicaci6n Mapsco: ____ _ Notificacion de Mantenimiento de la Calle Como parte del Programa de Mantenimiento de las Calles de la Ciudad de Fort Worth , . ha sido contratado para reparar su calle. Durante este trabajo de mantenimiento, habra un tiempo breve en que no tenga acceso a su hogar o negocio. En los d[as especificados abajo , vehiculos no deben estacionarse el la calle. Tambien, por favor apague su sistema de regar el cesped cerca de la calle . Si tiene alguna pregunta o concierne, por favor llame al contratista _______ al Si no resuelve su concierne a su satisfacci6n , puede tambien llamar a la Oficina de lnspecci6n de la Ciudad de Fort Worth al , de lunes a viernes entre las 7 :30 a.m. y 4:30 p.m . Despues de las 4:30 p .m. o en los fines de semana llame al (817) 392-8100 . Li mites Nombre Li mites De Bloques de Calle De Proyecto 1100 a 1200 Brown Street Yates Avenue a Keller Springs Parkway Fechas de Construcci6n Permitiendo el Estado de Tiempo De 6-20 -06 a 7-4-06 1 j ' 1 1 1 j 4 ' -o" FONTS : PROJECT DESIGNATION SIGN ---------4 ' -0 " --------- sf' PMS -167 =1 3" 3"= Project Title 1 1 ,, 3 "1= 2ND LINE t IF NECESSARY _/ --r 3 11 1f'======= Contractor: ---=± 1" 2f'LContractor's Name' 2 1f'r= Scheduled Completion Date 1 ~,, I Year 1 ,, 2 5,, 1 ,, FORT WORTH LOGO = CHEL TINGHAM BOLD ALL OTHER LETTERING = ARIAL BOLD LOGO COLORS: FORT WORTH -PMS 288 LONGHORNLOGO-PMS167 LETTERING -PMS 288 BACKGROUND -WHITE BORDER -BLUE PR OJECT DE SI GNA TI ON SIGN CITY OF FORT WORTH-CONSTRUCTION STANDARD DRAWING NO . DATE : 9-20-02 ~ 1 J J 1 _____________ ...._ ______ __.__ ______ ___J - - COLLAR CONFIGURATION FOR PAVED AREA ... I ... COLLAR CONFIGURAT ION FOR UNPAVED AREA MANHOLE FRAME AND 32" DIA. DUCTILE IRON COVER. (REFER TO STD . PRODUCT LIST) A L 4000 PSI CONCRETE 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 ® © s'-o" SECTION A-A WHERE MANHOLES ARE IN THE STREET, INSTALL 2 OR MORE GRADE RINGS, AS NEEDED , BETWEEN CASTING AND TOP OF PAVEMENT. HINGED LIDS INSTALLED IN STREETS SHALL OPEN AGAINST THE FLOW OF TRAFFIC . ® CITY OF FORT WORTH, TEXAS MANHOLEFRAME,COVER,GRADE RINGS AND CONCRETE COLLAR --------------·--··-···--·····----- A J 0 I in *" 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 : OCT 2009 SAN-009 - Manhole Riser 3/8" Dia. Hole With 302 Stainless Steel Roll Pin Cross Section view ~ r--IO or 12 gage G90 galvanized steel G)_.... Expanding Linkage 2 1/4" )I 77":ll"77'7"1'"·"·'··l . - . a-. ~ f - . - . -j""·'·"'in::~m ~ ....... ~····-.. .J.. - . .!11(111'_ •!-i-. -. -~ ...... ~~~ 4 1/4" Item Item Material Description N be Desc . ti um r npl OD I l /8" Roll Pins 302 Stainless Steel ( 14 000 LB Double Sheer Slrenllthl 2 Steel Skirt 12 or IOg• ,US.I. 1020 Slecl (A-36) G-90 Galv aniiz:d J Weld 6S~70-~c:ircumfamcc ~lded 4 J/4·• wide Rim Bar Hoc Rolled Stcd AI .S.I. 1020 IA-36) s Rod Ends Forgin1 AI.S.1 . C-1030 Slecl Heal Treated BHN 240 Zinc Pla&cd with Dic:hronwle Finish 6 fumbuckle A l.SI. 1020 BHN 149 line Pla&cd dir:nd in Lincbldtcr rw1 inhibitor f Height I new asphalt overlay .... ~..---3/4" thick riser bar 3/8" I. D. 3/8" -16 Thread Tensile V' Id le 33 .000 PS.I. 7' 000 PS.I . 33 ,000 PS.I. 70,000 P S.I . 70.000 PS.I Tensile UJti t mae 60.000 P.S.I. 8' 000 PS.I . 60000 PS.I . 92 ,000 PS.I . 80 .000 PS I -- Water .. Valve Riser Cross Section view Item Number I 2 3 ~ J.--12 gage G90 galvanized steel G)~ Item D escr1ot on Steel Skirt Weld 3/1" wide D.O M Tube t Height I new asphalt overlay 1""•---3/8" D.0 .M. Tube Material Description 12 gage A.I .S.I. 1020 Steel (A-36) G-90 Galvanized Lincoln Outcrshe1ld 71 Elite . 045 D. 0 . M. Tube A.I .S.I . 1026 (A513 tvne 5) Tensile VI Id e 33,000 P.SI. 75.000 P.S.I. 72 000 PU Tensile UI I t mate 60,000 P.S.I . U0.00 P.S.I. 87,000 P.SI. Planting or other non-walking~oe ifdropoffisnol pmt•c:t•d Zmin. run•t&.3"' IMTH DETECTABLE WARNING SURFACE COMBINATION CURB RAMPS PERPENDICULAR CURB RAMP WITH SIDE F\.ARESNOT AOJ.\CENTTO"*'l.K SURFACE I TYPEF I 11----------------------~--, PAVEMENT CURB4 GUTTER RAMP ~ SECTION 0-0 LINE REINFORCEMENT (M>IC'-l RAMP SECTION) AS IN ADJACENT CUR B ANO GUTTER 9 ~E~AND LINE PERPENDICULLAR CURB RAMP (RETURNED CURB) COMBINATION CURB RAMPS USED ONLY w/CITY APPROVAL I TYPEE I Ramp Ul'T'its of Payment ) DETECTABLE WARNINGS GENERAL NOTES FOR DETE CTA BLE WARNINGS ON SIOEWALK RAM PS (CUR B RAMPS) 1. Curb ramps must contain a detectable warning surface that consists of raised truncated domes complying with Section 4.29 or the Texas Accessibility Standards (T AS). The surface must contrast visually with adjoining surfaces. including side flares. Furnish dark bfO'NT'l or dark red detectable warning surface adjacent to uncolored concrete, unless specified elsewhere in the plans. 2. Detectable warning surfaces must be slip resistant and not allow water to accumulate. 3. Align truncated domes in the direction of pedestrian travel when entering the street 4 . Shaded areas indicate the approximate location for the detectable warning surface for each a.Jrb ramp type. 5. Detectable warning surfaces shall be a m inimum of 24" in depth in the direction of pedestrian travel, and extend the full width of the curb ramp or landing where the pedestrian access route enters the street 6. Detectable warning sur1aces shall be located so that the edge nearest the curb llne is a minimum of 6'' and a DETAIL "A" Face of c,rn maximum of 8" from the extension of the face of curb. Detectable warning sur1aces may be curved along the comer radius. 7. The following is an approved list ot Cast-In-Place Detectable Warning Materials and their manufacturers: 7a. Armor Tile (vitrified polymer composite) by Engineered Plastics, Inc., Williamsville, NY . Denotes planting or non-walking SY,~a;!~, .. :;:: :f:;·" :.;;., ~!~Y~b!~rtac 7b. Tactile Pavers (fired day pavers) by Pine Halt Brick, Winston-Salem, NC. 8.3% 7c. Detectable Warning Paver (fired clay pavers) by Western Brick Co., Houston, TX. 7d . Tek Way Dome-Tile (concrete-based) BY Strong G. Industries (LLC), Tucson, AZ. 7e. Cast-In-Place Tile (glass and carbon re inforced composite) by ADA Solutions, Inc., North Billerica, MA. NOTE: ALL RAMPS ARE MIN. "' !MOE. •·x•· LANDING 8. The above list of Detectable Warning Materials or their approved equal shall be used as the Delectable Warning surface on sidewalk Typical placement of detectable\ 6" , (curb) ramps as shown on the plans and warning surface on landing at • '-8 • .:~ or details on this sheel street edge . DETAIL "B" SIDEWALK RAMP (CURB RAMP) GEN ERAL NOTES 1. All slopes are max imum aAowab1e . The least po ssible slope that will still drain properly should be used. Adjust curb ramp length or grade of approach sidewalks as directed. 2. The min imum sidewalk width is 4". 3. landings shall be 4'x 4' minimum with a maximum 2% slope in any direction. 4. Maneuverin9 space at the bottom of curb ramps shan be a minimumof4'x 4' wholly contained within the crosswalk and wholly outside the parallel vehlcular travel path. \._ Face of c,rt> ~: ~:r'~r;i~;:1 ~:~~~~~~sds :~~&: ,:;ii~:~kd a::lyc~e!';~;~~:~! ~~!d not normally walk PERPENDICULAR RAMP @ FLUSH LANDING 2' strip if cut through is greater than"' in length . Otherwise place detectable warning on the entire surface of cut through . ac ro ss the ramp, either because the adja~ent 5urface is planting ~,r other non-walking sur1ace or because the side approach is substantially obstructed . Otherwsse , provide flared sldu. 7. Details on this plan apply to all construction or reconstruction of streets, curbs, or sidewalks 8. To serve as a pedestria n refuge area, the median should be a minimum of 5' wide. Medians should be designed lo provide accessible passage through them. 9. Curb cut ramps are to be located as shown on the plans or as directed by Engineer. 10. Crosswalk dimensions. cosswalk markinis and stop bar locations shall be as shown ~~~~~si~~~i ~::~ig~~~"~ie1:e~i!1:.r~~oC::!!;:\~:~7~escta:d ~;~:~~;~eer. , 1. Existi ng features that comply with TAS may rema in in place unless chang ed on the plans 12. Ramps shall be provided at all corners ot street intersections where there is existing or propose d sidewalk and C\Jrb. Ramps shall also be provided at walk locations Jn mid-block In the vicinities of hospitals, medical centers, and stadiums. , 3. Sur1a ce texture of the ramp shall be that obtained by a course brooming, transverse to the slope of the ramp except at delectable warn ing surface areas. See details A and B. 14 · !~~a;:~~~~~bo~abrr;,~r~nj~1~r:;nJ,~ ~~~1:~t~~hn:ifs~wdi~:~~~ b;~h~hE~9i~ee~nts 15. Provide a smooth transition where the curb ramps connect to the street 16. Curbs shown on this sheet within the limits of payment are considered part of the curb ramp for payment, whether it is concrete curb, gutter. or combined curb and gutter. 17. Flare slope shall not exceed 10% measured alon g curb line and where pedestrians could walk across the ramp, then Maximum slope shall be 1:12. (8 .3 %). 18. Sidewalks shall be ramped where the driveway curb is extended across the walk. 19. If pos sible. drainage structures should not be placed in line with ramps. Location of the ramps should take precedence ove r location of the drainage structure. 20. The normal gutter llne profile shall be matalned through the area of the ramp . 21 . The actual lirMs of existing C\Jrb and gutter and sidewalk shall be directed by the engineer in 22. ~~t~!~1lon joints, expansion joints and silicone sealing shall be subsidiary to unit price bid for sidewalks and ramps. 'Z1,lrip'tfcut~ is111"Hl•rlhan~inltnglh. Ott..r,riuplae.~blt' warning on lM •l'ltn s""-or aiC ltwugh. Ramp Limb ofParn-t TRANSPORTATION AND PUBLIC WORKS DEPARTMENT NOTE: USE ONLY ON RESIDENTIAL. TYPE STREETS DIAGONAL CURB RAMP (RETURNED CURB) ,. ,,. SLOPE I RAMP J FLARE ••~ FLARE l .1~~ SIDEWALK RAMP DETAILS Ls1op8ar l"ORT IM)R™, TEXAS Perpendicular to IM Tangent of the cuni Radius and Contained in eni-111: SECTIONH-H (TYPICAL RAMP SECTION) COMBINATION ISLAND CUT THROUGH JOE RAOENZ 1-lt.07 • I I i STREET CURB MONOLITHIC SIDEWALK CIRB LINES TO BE 1/4. DEEP 4 JOINT, 4N GAP ~ R.0.W. CURB PAY LIMIT MAX . LENGTH OF SURFACE TREATMENT (GROOVE) 5' FROU THE BACK Of CURB. 8<PANSION MATERIAL RECESSED 1 / 4 • ANO SEALED W/ SiUCONE (.APPLICABLE TO ALL COLD-JOINTS) TYPICAL RAMP X-SECTION CITY Of FORT WORTH, TEXAS -CONSTRUCTION STANDARD OCTOBER, 1992, REDRAWN OCTOBER 2002 NOTES 1. FOR PARKWAY WITH El£\IATION BELOW STREET ELEVATION, THE SIDEWALK CURB MUST BE 2· HIGHER THAN THE STREET CURB . 2. SIDEWALK CURB SHAU NOT ENCROACH ON THE PROPOSED WIDTH Of THE SIDEWALK RAMP. J . FOR TYPE I RAMP MAXlhCUM SIDEWALK CURB HEIGHT a• TO 7'". CITY Of FORT WORTH, TEXAS ACCESSABIUlY RAMP - lYPICAL CROSS SECTION DATE: 09/200l STR-031 - - EXISTING CURB ANO GUTTER 1e• OR 4• SAWCUT FOR CONCRETE PAVEMENT SODDING KS REQUIRED EXISTING 15' R SCALE 1" = 5' NOTES SIDEWALK RAMP VI/ COLORED SURF!oCE I) EXPANSION JOINT ANO SILICONE SEAUNG SHALL BE SUBSIDIARY TO UNIT PRICE BIO F'OR SIDEWALK . 2)' THE ACTUAL LIMIT OF" REMOVAL OF EXIST -ING CURB ANO GUTIER ANO SIDEWALK SHALL BE AS DIRECTED BY THE ENGINEER IN THE FlELO . 3) MONOLITHIC CURB OR F"LAREO SLOPES MAY BE INSTALLED ON BOTH SIDES OF THE RAMP DEPENDING ON THE FlELD CONDITION OR AS DIRECTED BY THE ENGINEER. 4) CURB RAMPS WITH RETURNED CURBS MAY BE USED WHERE PEDESTR IANS WOULD NOT NORMALLY WALK ACROSS THE RAMP. 5) SLOPE OF CURB RAMP ANO/OR SIDEWALK SHALL BE A MAXIMUM OF 1:12 . FlARED SIDES OF RAMP SHAU. HAVE A MAXIMUM SLOPE OF 1 : 1 OJ.. UNLESS PEDESTRIANS COULD WALK ACRuSS THE RAMP THEN THE MAXIMUM SLOPE SHALL BE 1:12. MONOLITHIC SIDEWALK CURB Cl< OF PROP. CURB SAWCUT FOR HIAAC PAVEMENT .,·. STANDARD PAY LIMIT DETAIL CITY Of" FORT WORTH, TEXAS ACCESSA8IU1Y RAMP PAY LIMITS OAT!: 09/2oa.. STR-032 I \ I I I i I l EXISTING CURB ANO GUTIER 1 • OR 24" SAWCUT FOR CONCRETE PAVE'-IENT JO INT DETAIL EXISTING 15' R SCALE 1" = 5' NOTES SIDEWALK RAMP W/ COLORED SURF-'C( 1) EXPANSION JOINT ANO SIUCONE SEAUNG SHALL BE SUBSIDIARY TO UNIT PRICE 810 FOR SIDEWALi(. 2) THNE ACCTUURALB ANUMITGUOTTEF RRE"4ANOV0AL51o0 FEWEXALl(IST5HALL -I G 0 BE AS DIRECTED BY THE ENGINEER IN THE FIELD. MONOLITHIC SIDEWAU< CURB ·sooOING AS REQUIRED CK OF PROP. CURB FACE OF PROP . r CURB SAWCUT FOR HMA~·-PAVEMENT ' CIT!' OF FORT WORTH, TEXAS ACCESSABIUlY RAMP JOINT DETAIL CATE: 09/2004 STR-03.3 ........ -:,:,•:-:··=·:··:-:-::•:•:-·:-:-·:-:,·:-:-·:-:-::-:•:···· -:-·:-:-·:·:-::·:········ .. . .. ·.·.·:-:-·:•:······ ..• ·.·.·:-:-:··=·=········ .... ·.·.·:-:-·:·:········ . ... ·.·.·.·.·.··. CITY ~ F'ORT WORTH, TEXAS ACCESSABILJTY RAMP TYPICAL CROSS SECTION .,·. ' CA 1'E: 09 /2004 STR-034 ATTENTION: CURB RAMPS SHALL BE CONSTRUCTED PERPENDICULAR TO THE CURB AT STREET CROSSINGS WITH LANDINGS IN LIEU OF DIAGONAL CROSS INGS WHERE FEASIBLE. SEE FIGS. 58, 59 & 60. 14.2 .6 Vehicular Woy• and Facilities I] (a) D 9 0 J "='-I 0 ~ \ ""'[ (b) PerpendlC\llar publlo 11dewaJk curt! ramp rn public 1ldewalk with parkway Perpendlcular public 11dewalk curb ramp In publta lidewalk (a) on2llel pul:llic eidawal~ cut11 ramp In public 11dewalk a a a ~ ~ (b) Combination P,Utllla tldewalk """' ramp in p,,t,llc "d•-111 wit/I parbay Fig. 60 a a a (c) = = Pt'll•ndlcular pubic 1idewalt .. cYltl ramp at pra1ect.., inlllf"ll~an Public Sidewalk Cirb ~ompw at Morl<ed Crouin,;1 CfTY OF FORT WORTI-t, TEXAS ACCESSA8ILI1Y RAMP FIGURE 60 DATE: 09/2004 STR-035 I I I I I I I I RUNNING SLOPE 1:20 MAX X -=======::] y RUNNING SLOPS 1:12 MAX COUNTER SLOP! 1:20 MAX lfALX CURB RAMP STREET Noni ( l) Slope • 7/s where :r l• a lenl elop• (2) CoUAtar 1lope shall not exceed l:20 ri.. B4.7.2 Meuuremenl ot Curb Ramp Slope NOTII tr X < .a• (1220 -) Ulea the 1lop• of the nuecl riclH 1h..U not exoHcl l:lll PLANTING OR OTHER NONlfALICING SURFACE (a) narecl s1c1 .. (II) Returned Curll Ft1, 84.7.5 Sidea ot Curb Ramp• F11. 84.7 .8 Built-up Curb Ramp OCTOBER, 1992, REDRAWN OCTOBER 2002 Cl'TY OF FORT WORTH, TEXAS ACCESSABILITY RAMP RAMP SLOPE DETAILS ,·. STR-036 I I I i I :j < ii= z 0 -~ 2S ~ ::\11 0 u 1 :48 TYPE I EXISTING 20' R. SCALE 1" = 4' PROP. 4' RAMP WITH COLORED SURFACE VARIABLE HEIGHT CURB 1 1/2' R. (TYP) OTY OF" FORT WORTH, TEXAS ACCESSABIUTY RAMP - TYPE I (20' RAD.) DA TE: 09/2004 STR-038 I I I I I l I I I I I I i .,. II SODDING AS RIQUIRID TYPE III · EXISTING 15' R. SCALE 1• = 4' SIDEWALK RAMP WITH COLORED SURFACE ..,, . .J BROOM FINISH Wmz?'A HMAC TIE-IN WONOUl'IIIC CU1UI ~~~...J..-'_ACl~7·C1JU ~ msTJNG CUlll Al Gl11TD CITY OF' F'ORT WORTH, TEXAS ACCESSABIUTY RAMP - TYPE m (15' RADIUS) !l'fCUT FOJI CON~ PAV'IKINT DA TE: 09/2004 STR-039 II c!c GUTTER ~ EXISTING CURB ~ ~,.. om· 6" SODD ING AS REQUIRED TYPE 111 EXISTING 20' R. SCALE 1" = 4' SIDEWALK RAMP WITH COLORED SURFACE I •• • -~ BROOM FINISH -HMAC TIE-IN VARIABL~ HEIGHT CURB EXISTING CURB ,k GUTTER SAWCUT F"CFI CONCRETE 0 AVEMENT CITY OF FORT WORTH, IDAS ACCESSABILITY RAMP - TYPE III (20' RADIUS) DAT£: 09 /2004 STR-040 i I I I i l I I I I I I I I I I I I I I I ! . ' ..----____ • _____ to• ~ARKWAY ---------~ ~R.o.w. I ,,. CQSHIOK 5' EXP. JOCNT MA rt EXISTTNCi CURS fl BARS @ 11• C-C BOTH WAYS J 1 SID£WALK 10' Porlr10 · ,. EXISTUfC CORI ,· r,.~ II 8 18" C-C BOTS WATS •• STANDARD CONCRETE smEWALJt Nol lo Sco/1 I PARKWAY NOTE, 1. CONCRrn: SHALL BE 3000 PSI AT 2..1 OAYS. Z. REIHFORCCNG SUALL BE IJ BARS AT 11" CC EOTll WAYS, CT/ON OAT[: 11,rcl'I 12. 1191 '---------------------------------·•.0.•.-------------------------------4 ), o,.-, ·'°"" .. --, 11•• " °"'_.._ .. ,.•.r --· -· •. 1,CI(._ .C,,0,0 ....., 0-,"[•U t O • -o.lllCl!u.ot~..s --· ~..,o •ooo roa o.s-•n :=,°'":' ..:~"': ::;:~ _.._ l'tl' •o 1r ,· ,o .,. r ~~ , .. '••O TYPICAL H .M .A .C. ROADWAY 4-=::!.""l ==i:::::;2:-1-__L_~~ ,, __ . I ff•«•t s.•-r-01 ,. ____ •~T-~~;.c-=,....=~-~----< , 10·-0"-.s-.,orr. ,r -f'"-."°'*-l o-. I '"' "'"' ! ,. ~ DRIVEWAY APPROACH JOINT DETAIL NO. JOINT DETAIL NO . 2 STANDARD 7" CURB AND 18" GUTIER 11\C'CIWl-··~ 1•t D(1"'l000 J) ~~t'P- ~· "[JI ,001 EXPANSION JOINT BETWEEN CURB & SIDEWALK LEGEND -------"'-O"f• ... t '""( ----'1.0•\.i( CONSTRUC TION NOTI:'.S •IO-Ol'l'Oll-o ,,.P\.lat..._...l .. 1 .. o,.,,,,(1(-,,-"( l ou •-~.,""'1 Sr.tfl ,.tu ll(•s..t0 1 t•--a Cll"'t•. I _..,-·.~~ o,,o(t 1(D l'T "'< ~ • "« k 00rN1' "'AU II( r ,WO,. ,.oei. 0, """" (-cpl 'OIi O,U::~ , ..... n...co,,1---·-·"""ou.•l'O.>O"fti • ... co,,c,,l['I: •a-W,Oflflllnt• ~,o ~,;,.,,-, ~~ I ::.,·~;.. "" UJ 8 i i "' ...J ~ 0 z 0 ~ u ::, 1-00-,-,_-_-------------~ ~ =(~J-.-_-----=:..-:...-.-:..-::::_-::_-_-_-_ 5 S(w(tl PIIOJ(CT "------------U 1------"-==-"=--'--'-'--"------t f- CITY OF FORT WORTH ~ fQ_IT~imJ TRA NS PO RTATI ON & ~ ~UBLIC WORKS DEPARTMENT < e. 1------------------10 H .M .A .C. PAVEMENT < l--___ c_o~N_S_T_R_u_c-T_IO_N_D_E_T_A_IL_S~---4 :i SC..( "'' . .,, AP!t(. 7010 """ :i: --or -- IIOTE -h•• E._ .1#11 0.'1 II C_.,,,., ,. r .. ,,,., c .. ,,,, o,,., ,. "' I .. I ~ .... . • 1'uSUAL f' .. .. C: .. .. .. .. •. IIO ,, .... ,,,. :# •IIIELCIMIII •••"I , ., .. ~ ,10,., ......... l••I Llll'AIIMOII M/1111" • . ., ._,.. ...... --.•... ,. : ....................... .,ti J •• , '-r.•. ••ii __ ............... __ , TYPICAL CONSTRUCTION LAYOUT ol CURB t1nd GUTTER, SIDEWALK ond DRIVEWAY .ShowilllJ Flogging And EqonsJor. Joint Locot"'11 CITY of FORT WORTH, TEXAS-n,,,,sr..cro, s, .. _.._, .. ----_..--~-,__..------------- A I OUWWY JOINT I N RA"'P OPTIONAL IN 11 1 • O" OlltlVE WA'f ONl.'1'. ?RQVIOE EXPANS ION JOIIIIT ONLY IF COIIINECT I NG TO Ex •S T 1111G CONC'IE T[ ORtVE . E XIS T 'NG CUIII a GUTT [llt,1, AN'f, MUST IE SAWED AS O,R[CT · EO BY TM( [llfGIN[[A, ,,/ ll[INFORCE 1 "01111vt • J IAIIS / A AT 11" o.e.1.w. - _--l(_"_o_•_1._i_""_c_.....,._ _ _..._1 __ I RE1NFOACE 4"wA1.ic ,, BARS -I AT ,,. O.C.I.W. lltH[IIENC! •STANOARO SIOEWALIC 10°•0"MIN, I 17°-0"MIN. 20'-o''MIN .SINOLE DWY, 21 '-o·• Ml"f, OOUILE DWY, SIDEWALK SLOPE 1/4" 1111£,t FOOT TO FACf o, CURii Ollt AS OIRECTEO 11'1' ENGINE EA ., 4 ' SIO(WALIC L A PLAN VIEW PAlltlCWAY WIDTH 8 (SU TAIL E) STANDARD CURI a GUTTER~ EXP. JOINT EXCEPT SLIP• ,0111MEO HAL, LENGTH PAID AS ATTACHED CUlltl fCONC . PAVEMENT ONLY.) SEE S TANOAAO CURI a GUTTtllt SECT ION . 111 " I 2"su,o CUSHION ~ Ollt APPROVED SUBGIUOE. A.OW .LI"'[ Pl(WY #IOTM ,. II 10 · I ' ti" TO 14 l°Tof 9 1!1' TO 19 ]', o7 ,2 20' TO 2Z i , to7 i ,, SECTION A·A \--. . OW'I'. PAY L1..-1T STAIILIZ[O SulGIIIAOE ~ W/C~CRET[ PAVEMENT ,,~u1.11 sc:r,01111 TMlltU 0•1·.-EwA, ,.o Sf ltOURfO Ur.I( TM1Clll',j(SS AS 01111 ... [WAT APP,.OACH t Pl O '0111 AS Olt1v[lffAY APPlll,:JAC .. fats••',i(i S :OfwAL•, ,,,,..,., TO 9f 111[-,0\(0 '"0 lt(PLAC[O. ~,,,o ,12,111 J.AM./W.JUI. DRIVEWAY APPROACH Ill f \1 1 H :> 11,1 ,;, . 7 t · 0 J, S / •. "· Ill r=-7'.".--=-:-=-~=-==-=--=--..,....-~--,---.--------4 1'[11 11£0 '£11 . '91 ·0.J S.1• • 111 · CITY o' ,0111 WOltTH HUI -C ONI TltUCTION SThOUO 11'('115(011'1•. 8l ·[Jlff/lffliltil CIIIUWlliilG liilO 1-1' :,arc ... ,. ,,,, STANDARD APPROACH H~VO)ldclV iMlnlOA HOIH lli.wlo """ =-5~~ . --· I I a::::1:1' __ =.,._ _ ___;.. ______ __ JNn'M'O'II / • -e I ,- l • ' ' .... : 8" 24" A--, B~S I (13 BARS C 12" O.C. (REAR FACE, REAR WAL!.) #3 BARS O 18" O.C. (NEAR FACE, REAR WALL) 8"f- NOTES: ~=-==..:=1-i+i;.::::.::=..,+=..=.~:;:..:="*~F=,,,,;;=-~=, (14 BAR X 11' -0" 1. DIMENSION "D" (DEPTH) FOR ALL STANDARD 10' INLETS SHALL BE 4· -o· AT THE UPPER END AND 4 '-8" AT THE OUTLET END (MEASURED FROM THE TOP OF CURB). FOR NON-STANDARD INLETS THE DEPTH W1Ll. BE SHOWN ON THE PLANS. 2. DIMENSION "A" SHALL BE THE GUffiR DIMENSION IN USE ON THE PROJECT . ~ 24" CHAIN, NO SWIVEL . N USE #3 BARS X 3'-2" C 22" O.C ., UNLESS CONNECTING TO PAVEMENT, THEN USE #3 BARS X 5'-3" 0 22" O.C. ~-CHAMFER 3'-0" . ..... I A :::_J PLAN VIEW TOP OF CURB 10'-Q" OPENING PAY LIMIT OF INLET ELEVATION VIEW ENO OF INLET TO BE NEAR CURB CORNER 3'-0" TOP OF CURB 7" (2) (14 BARS X 15'-9" 3 . IF MANHOLE DEPTH IS OVER 5·-0··. STEPS WILL BE REQUIRED AND SHALL BE CONSTRUCTED PER DRAWING SD-013 . 4. GUffiR CONSTRUCTION IN FRONT OF INLET (AS SHOWN) IS TO BE CON SI DERED AS PART OF SAME . B 5 . All. EXPOSED SURF ACES ARE TO BE 'M':LL FIN IS HED . (SEE A NOTE 2) J EXCAVATION FOR INLET IS TO BE INCLUDED IN PRICE BID FOR SAME. _J_ A 1·-0·-i---i-----i VARIES RADIUS AND- SLOPE AS STD . CURB GRADE OF GUffiR AT INLET C/L o.c. BOTH WAYS (SEE NOTE 2) 1"x4" KEYWAY--- FACE OF CURB j.... 'm ~ ~ 0 0 z V) w w w ii:: ~ < > B" C:.::..:.::!.:~~~~::6:~.:..:..;~:i:~ci~~~x.JS2:~::t~~~~'-... ·.:· ....... ~ ·.::,.·i.-==···=-·.:...:;.-.:.. .. .:.,.r.~:·:.:.·;..:...··'"'"''""""-""·:...:: .. T #4 BARS AT 8" ~ OR (13 L-BAR O 3'-4 8" O.C. IN LIEU OF KEYWAY SECTION A-A FLOW LINE OF GUffiR SECTION 8-8 2· CITY OF FORT WORTH, TEXAS STANDARD 10' STORM DRAIN INLET REVISED DA TE : 11 -2009 DA TE : 06-2007 SD-001 ........ I f-a... ;<I'.~ ~ i5 oz w Cl'.: f-,.__... MUST BE GREATER WITH LATERALS UNDER PA VEMENT NOTES : (() I DIM . 'B' (TRENCH WIDTH) SE E TABLE 1 TABL E 1 LIM ITS OF EXCAVATION DIM. A DIM. B 2 .5' TO 6' 1'-7" 6' TO 10' 2 '-1" 10' TO 15' 2'-7" OVER 15' 3'-1" 1'-6" MI N. t WASHED ROCK PER ITEM 402 1. FIELD INSTALLATION SHALL BE IN ACCORDANCE WITH STORM WATER DETAIL SD-023. 2 . PIPE SHALL BE : (A) 6" DIAMETER PERFORATED SCHEDULE 40 PVC ; (B) 6" DIAMETER PERFORATED TYPE S (DUAL-WALL) HOPE P IPE PER AASHTO M252; OR, (C) CORRUGATED PVC PIPE PER ASTM F949 . NOTE THAT CORRUGATED POLYETHYLENE TUBING (ASTM F 405) IS NO LONGER PERMITTED FOR SUBDRAINS. CU RB & GU TTER REV ISED : 11-2009 CITY OF FORT WORTH , TEXAS SUBDRAIN DATE : 08-2006 STR-015 I I I I I I I I I ' I 11orc : ,.,,,., ,. •• ,,..,,., to co11to,,,, wi lll concrete .. ,,., ,., ,,.._.,,,) I I I•,, n • .,,,, •1 ,,.. .,,,,,..., ., .. .,., ,. ,, .. _,,, ···'"· r1te , .. reilflereH co11c,ote •••, 111,11 replece ,,., t,-, .. of ,,. ••••-"' w itll ,,.. r•-"'"'f ,,.,,.,. el ,,. ... .,., re ., ,.,,.,,.,.,,, ,11clt1flllf -•·•"'' ,,,,,,..,,,, 111 ,cce,f,11c. w,111 ,,,, ,,,,,.,, •••inf ,.,,~11 . 111, concrete ••••, •• H ,..,,,,,, ,cc,,,,,,, to ,,,, "'""'" to, concr,t, cvrt a ,.,,,,,. Tllo c,11e,e1e '"'" •• of .. ,,.,, ,,,, ""'""' '""''" .,,ft o """ of f••• 151 1001 of ''"''"' ,., c11•1c ,o,, of cone rt•• 111 ,,,,, e,rft o ''"" flo11irol """''" of 550 ,,.,,.,, ,,, 1411ort '"'" •• """ do,• ••lft ""''' 1ood,n9 TftA#IITIOII SECTION ,., v,,,.,, ,,....,, '*i' s,,..,. DISTANCE ntOII o, 01/1 a· ,· ,o' ,a· JO' ,o· so · ClfOWN a.oao ' 0.CHI ' a.au· 0 .10•· O..JJJ' o.,,.. o.sao· #OTC: r11, •...... o,.;,,,, • C·ltHl·lf IIIYIHD T• 14 r,w/WIUII "IYIS[D 1/21/17 J .A ... ./W.11 .111 CONCRETE VALLEY CITY of FORT WORTH, TEXAS-CONSTRUCTION STANOARD DltAWIIIIG 1110 S-5 I OAT[ ore ''" Addendua 3 362 HMAC PAVEMENT PROPOSED SUBGRADE PER TYPICAL ROADWAY SECTION 1 * .. -tl-..f .......--f-+ ~ .. ----~ )fj SLOPE ¥{' PER F7. 7 11 (USUALj COMPACTED SELECT BACKFlLL STANDARD 7 11 CURB AND 18 11 GUTTER NOT TO SCALE fJ ·u· BARS O 1e· o .c. THESE BARS MUST BE PLACED AT THE TIME THE PA \/ING SLAB IS POURED .9 12· 3• 1'-6' 6' 7" CURB REPAIR DETAIL NOT TO SCALE MINIMUM EXCAVATION OUTLINE FOR STREET CONSTRUCTION CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX Project: HMAC (2011-6) DOE No: 6646 Fund Code: 03 HOLE# 1 LOCATION: 7125 Hallmark Dr S E/4 3.00" HMAC 7.25" Tan Stabilizer 4.00" Dark Brown Clay, w/rocks & gravel 3.00" Brown Clay w/gravel HOLE# 2 LOCATION: 7109 Hallmark Dr S C/4 3.00" HMAC 5.75" Tan Stabilizer 6.00" Dark Brown Clay, w/rocks & gravel 3.00" Brown Clay w/gravel HOLE #3 LOCATION: 7045 Hallmark Dr S W/4 2. 50" HMAC ,6. 50" Tan Stabilizer 5.00" Dark Brown Clay, w/rocks & gravel 3.00" Brown Clay w/gravel HOLE #4 LOCATION:7000 HALLMARK DRS E4 3.25" HMAC 6.00" Tan Stabilizer 6.00" Dark Brown Clay, w/rocks & gravel 3. 00" Brown Clay HOLE #1 LOCATION:341 AFTON RD N/4 6.50" HMAC 6.00" Brown Sandy Clay, w/rocks & gravel 5. 00" LT. Brown Clay w/gravel HOLE# 2 LOCATION: 333 AFTON RD C/4 13.00" HMAC 4. 00" Brown Sandy Clay, w/gravel HOLE# 3 LOCATION:320 AFTON RD S/4 7.00" HMAC 7.00" Brown Sandy Clay, w/rocks & gravel 4. 00" Lt . Brown Clay 1 2 HOLE# 4 LOCATION: 301 AFTON Rd N/4 6.50" HMAC 7.00" Brown Sandy Clay, w/rocks & gravel 3.00" Lt. Brown Clay W/gravel HOLE# 1 LOCATION:150 AFTON RD S/4 1.75" HMAC 8.25" Tan Stabilizer 6.00" Lt. Brown Sandy Clay, w/rocks & gravel HOLE# 2 LOCATION: 158 AFTON RD C/4 2.25" HMAC 5.00" Tan Stabilizer 6.00" Lt. Brown Sandy Clay, w/rocks & gravel 3.75" Brown Clay w/gravel HOLE# 3 LOCATION: 167 AFTON RD N/4 1.75" HMAC 9.00" Tan Stabilizer 6.00" Lt. Brown Sandy Clay, w/gravel HOLE# 4 LOCATION: 200 AFTON RD S/4 3.00" HMAC 7.00" Tan Stabilizer 4 .00" Lt. Brown Sandy Clay, w/rocks ~& gravel 4.00" Brown Clay HOLE# 5 LOCATION 209 AFTON RD C/4 2.75" HMAC 5.25" Tan Stabilizer 7.00" Lt. Brown Sandy Clay, w/rocks & gravel 3. 00" Dark Brown Clay HOLE #6 LOCATION 217 AFTON RD N/4 2. 00" HMAC 4. 75" Tan Stabilizer 6.25" Lt. Brown Sandy Clay, w/rocks & gravel 4.00" Dark Brown Clay HOLE# 7 LOCATION: 224 AFTON RD S/4 2.00" HMAC 8. 00" Tan Stabilizer 6.00" Lt. Brown Sandy Clay, w/gravel HOLE #1 LOCATION 7629 Nutwood Pl E/4 7.00" HMAC 6.00" Dark Brown Sandy Clay, w/rocks & gravel 4.00" Brown Clay 3 HOLE# 2 LOCATION 7617 Nutwood Pl C/4 5.00" HMAC 7.00" Dark Brown Sandy Clay, w/rocks & gravel 4.00" Brown Clay HOLE# 3 LOCATION 7600 Nutwood Pl W/4 7.00" HMAC 6.00" Orange Sand w/ gravel 4.00" Brown Clay HOLE# 4 LOCATION 7517 Nutwood Pl E/4 6.25" HMAC 6.00" Dark Brown Clay, w/ gravel 4.75" Brown Clay HOLE #5 LOCATION: 7500 Nutwood Pl W/4 6.00" HMAC 7.00" Dark Brown Clay, w/Rock & gravel 4.00" Brown Clay HOLE #1 LOCATION 7100 Kingswood Dr E/4 6.00" HMAC 6.00" Lt Brown Sandy Clay, w/rocks & gravel 4.75" Brown Clay w/gravel HOLE# 2 LOCATION 7050 Kingswood Dr C/4 7.00" HMAC 7. 00" Lt Brown Sandy Clay, w/rocks & gravel 3. 00" Brown Clay w/gravel HOLE# 3 LOCATION 7000 Kingswood Dr W/4 7. 00" HMAC 6.00" Dark Brown Sandy Clay, w/rocks & gravel 4. 00" Brown Clay w/gravel HOLE# 4 LOCATION 6950 Kingswood Dr B/4 8. 00" HMAC 4.00" Dark Brown Sandy Clay, w/rocks & gravel 4.00" Brown Clay w/gravel HOLE #5 LOCATION 6900 Kingswood Dr C/4 6.25" HMAC 6.00" Lt Brown Sandy Clay, w/rocks & gravel 4.00" Brown Clay w/gravel HOLE #6 LOCATION 6800 Kingswood Dr W/4 6.00" HMAC 4 8.00" Dark Brown Sandy Clay, w/rocks & gravel 3.00" Brown Clay w/gravel HOLE# 1 LOCATION 6800 Amber Dr E/4 7.50" HMAC 6.50" Dark Brown Clay, w/rocks & gravel 3. 00" Brown Clay w/gravel HOLE# 2 LOCATION 6809 Amber Dr C/4 6. 00" HMAC 6.00" Dark Brown Clay, w/rocks & gravel 5.00" Brown Clay w/gravel HOLE# 3 LOCATION 6812 Amber Dr W/4 6.25" HMAC 5.00" Dark Brown Clay, w/rocks & gravel 5.00" Brown Clay w/gravel HOLE# 4 LOCATION 6900 Amber Pl E/4 5. 00" HMAC 7.00" Dark Brown Clay, w/rocks & gravel 5.00" Brown Clay HOLE# 5 LOCATION 6908 Amber Pl W/4 7.00" HMAC 7.00" Dark Brown Clay, w/rocks & gravel 3.00" Brown Clay w/gravel HOLE# 1 LOCATION 6400 Winn St. S/4 10.00" HMAC 6.00" Brown Clay, w/gravel HOLE# 2 LOCATION 6490 Winn St. C/4 8.00" HMAC 5.00" Dark Brown Sandy Clay, w/gravel HOLE# 3 LOCATION 6413 Winn St N/4 9.00" HMAC 7.00" Brown Sandy Clay, w/rocks & gravel HOLE# 4 LOCATION 6500 Winn St. S/4 9.50" HMAC 6.50" Brown Sandy Clay, w/rocks & gravel HOLE #5 LOCATION 6508 Winn St. C/4 8.00" HMAC 6.00" Brown Sandy Clay, w/rocks & gravel 3. 00" Dark Brown Clay 5 HOLE #6 LOCATION 6513 Winn St. N/4 10.00" HMAC 7.00" Brown Sandy Clay, w/rocks & gravel HOLE #1 LOCATION 4700 Flat Rock Rd W/4 6.00" HMAC 7.00" Lt. Brown Clay, w/rocks & gravel 4.00" Brown Clay w/gravel HOLE #2 LOCATION 4708 Flat Rock Rd C/4 6.25" HMAC 6.00" Dark Brown Clay, w/rocks & gravel 5.00" Brown Clay w/gravel HOLE #3 LOCATION 4712 Flat Rock Rd E/4 5.75" HMAC 6.25" Dark Brown Clay, w/gravel 4. 00" Brown Clay w/gravel HOLE #4 LOCATION 4720 Flat Rock Rd W/4 6.50" HMAC 5.50" Dark Brown Clay, w/rocks & gravel 4.00" Brown Clay HOLE #5 LOCATION 4724 Flat Rock Rd E/4 5.00" HMAC 8. 00" Dark Brown Clay, w/rocks & gravel 3.00" Brown Clay HOLE #1 LOCATION 4699 Flat Rock Ct E/4 7. 00" HMAC 7.00" Lt. Brown Sandy Clay, w/gravel 3.00" Brown Clay HOLE# 2 LOCATION 4654 Flat Rock Ct W/4 7. 25" HMAC 5.00" Lt. Brown Sandy Clay, w/rocks & gravel 5.00" Brown Clay HOLE# 1 LOCATION 6750 Whitman Ave E/4 3. 00" HMAC 8. 00" Dark Brown Clay, w/rocks & gravel 6.00" Brown Clay HOLE# 2 LOCATION 6759 Whitman Ave C/4 6. 00" HMAC 6.00" Dark Brown Clay, w/rocks & gravel 5.00" Brown Clay W/gravel 6 HOLE# 3 LOCATION 6767 Whitman Ave W/4 5.00" HMAC 7.00" Dark Brown Clay, w/ gravel 4.00" Brown Clay w/ gravel HOLE# 4 .. LOCATION 6804 Whitman Ave E/4 6.25" HMAC 8.00" Dark Brown Clay, w/rocks & gravel 3.75" Brown Clay w/gravel HOLE #5 LOCATION 6812 Whitman Ave C/4 7.00" HMAC 7.00" Dark Brown Clay, w/rocks & gravel 3.00" Brown Clay w/gravel HOLE# 6 LOCATION 6812 Whitman Ave W/4 6.50" HMAC 5.50" Dark Brown Clay, w/gravel 5.00" Brown Clay HOLE# 7 LOCATION 6904 Whitman Ave E/4 4.75" HMAC 8.00" Dark Brown Clay, w/rocks & gravel 4.00" Brown Clay w/gravel HOLE# 8 LOCATION 6913 Whitman Ave C/4 5. 00" HMAC 6.00" Dark Brown Clay, w/rocks & gravel 5.00" Brown Clay W/gravel HOLE# 9 LOCATION 6917 Whitman Ave W/4 3.25" HMAC 8. 00" Dark Brown Clay, w/rocks & gravel 5.00" Brown Clay HOLE# 1 LOCATION 6328 Wheaton Dr E/4 2.50" HMAC 7.50" Tan Stabilizer 4. 00" Lt Brown Clay, w/rocks & gravel 4. 00" Brown Clay W/gravel HOLE# 2 LOCATION 6320 Wheaton Dr C/4 8. 00" HMAC 6.00" Lt. Brown Clay, w/rocks & gravel 3. 00" Brown Clay W/gravel HOLE #3 LOCATION 6308 Wheaton Dr W/4 2.00" HMAC 7 5.00" Tan Stabilizer 7.00" Dark Brown Clay, w/rocks & gravel 3.00" Brown Clay W/gravel HOLE #4 LOCATION 6301 Wheaton Dr E/4 3. 00" HMAC 6.75" Tan Stabilizer 6.00" Lt. Brown Clay, w/rocks & gravel 2.00" Brown Clay HOLE #5 LOCATION 6249 Wheaton Dr C/4 3.25" HMAC 7.00" Tan Stabilizer 6.00" Lt. Brown Clay, w/rocks & gravel HOLE #6 LOCATION 6238 Wheaton Dr W/4 3.75" HMAC 5.25" Tan Stabilizer 5.00" Lt. Brown Clay, w/rocks & gravel 3. 00" Brown Clay W/gravel HOLE #7 LOCATION 6225 Wheaton Dr E/4 3.00" HMAC 8. 00" Lt. Brown Clay, w/rocks & gravel 5.00" Brown Clay W/gravel HOLE #8 LOCATION 6214 Wheaton Dr C/4 2.25" HMAC 5.75" Tan Stabilizer 4.00" Lt. Brown Clay, w/rocks & gravel 4.00" Brown Clay W/gravel HOLE #9 LOCATION 6133 Wheaton Dr E/4 3. 50" HMAC 7.00" Tan Stabilizer 5.00" Lt. Brown Clay, w/rocks & gravel 2.00" Brown Clay W/gravel HOLE #10 LOCATION 6128 Wheaton Dr C/4 2.25" HMAC 6.00" Tan Stabilizer 7. 00" Lt. Brown Clay, w/rocks & gravel 2. 00" Brown Clay HOLE #11 LOCATION 6116 Wheaton Dr W/4 2.00" HMAC 9.00" Tan Stabilizer 6.00" Lt. Brown Clay, w/rocks & gravel HOLE #12 8 LOCATION 6109 Wheaton Dr E/4 1.25" HMAC 9.00" Tan Stabilizer 6.00" Lt. Brown Clay, w/rocks & gravel HOLE #13 LOCATION 6032 Wheaton Dr C/4 1.75" HMAC 8.25" Tan Stabilizer 6.00" Brown Clay, w/rocks & gravel HOLE #14 LOCATION 6024 Wheaton Dr W/4 2. 75" HMAC 6.00" Tan Stabilizer 5.00" Lt. Brown Clay, w/rocks & gravel 3. 00" Brown Clay W/gravel HOLE #15 LOCATION 6017 Wheaton Dr E/4 2.00" HMAC 6.00" Tan Stabilizer 7.00" Lt. Brown Clay, w/rocks & gravel 2.00" Brown Clay W/gravel HOLE #16 LOCATION 6009 Wheaton Dr C/4 2.50" HMAC 6.75" Tan Stabilizer 5.00" Lt. Brown Clay, w/rocks & gravel 4.00" Brown Clay w/gravel HOLE #17 LOCATION 6000 Wheaton Dr W/4 3. 25" HMAC 5.00" Tan Stabilizer 6.00" Lt. Brown Clay, w/rocks & gravel 3. 00" Brown Clay W/gavel HOLE #1 LOCATION 6509 Wilton Dr E/4 7.50" HMAC 6.00" Dark Brown Clay, w/rocks & gravel 3.00" Brown Clay HOLE #2 LOCATION 6504 Wilton Dr C/4 8. 00" HMAC 6.00" Dark Brown Clay, w/rocks & gravel 3.00" Brown Clay w/gravel HOLE #3 LOCATION 6424 Wilton Dr W/4 8. 00" HMAC 5.00" Dark Brown Clay, w/rocks & gravel 4.00" Brown Clay HOLE #4 9 LOCATION 6417 Wilton Dr E/4 5.00" HMAC 7.00" Dark Brown Clay, w/rocks & gravel 5.00" Brown Clay w/gravel HOLE #5 LOCATION 6409 Wilton Dr C/4 6.00" HMAC 7.00" Dark Brown Clay, w/rocks & gravel 5.00" Brown Clay w/gravel HOLE #6 LOCATION 6401 Wilton Dr W/4 7.50" HMAC 7.00" Dark Brown Clay, w/rocks & gravel 4.00" Brown Clay w/gravel HOLE #7 LOCATION 6363 Wilton Dr E/4 6.75" HMAC 6.00" Dark Brown Clay, w/rocks & gravel 5.00" Brown Clay w/gravel HOLE #8 LOCATION 6358 Wilton Dr C/4 8. 00" HMAC 5.00" Dark Brown Clay, w/rocks & gravel 4.00" Brown Clay w/gravel HOLE #9 LOCATION 6350 Wilton Dr W/4 5.25" HMAC 8 . 00" Dark Brown Clay, w/rocks & gravel 7.00" Brown Clay w/gravel HOLE #1 LOCATION 4900 Ledges tone Dr W/4 8. 50" HMAC 7.50" Dark Brown Clay HOLE #2 LOCATION 4910 Ledgestone Dr C/4 8. 50" HMAC 7.50" Dark Brown Clay HOLE #3 LOCATION 4919 Ledgestone Dr E/4 7.50" HMAC 8.50" Dark Brown Clay HOLE #4 LOCATION 5004 Ledgestone Dr W/4 8 .50" HMAC 7.50" Dark Brown Clay HOLE #5 LOCATION 5014 Ledges tone Dr C/4 7.50" HMAC 8.50" Dark Brown Clay HOLE #6 LOCATION 5103 Ledgestone Dr E/4 7.50" HMAC 8. 50" Dark Brown Clay HOLE #7 LOCATION 5112 Ledges tone Dr W/4 7.50" HMAC 8.50" Dark Brown Clay HOLE #8 LOCATION 5122 Ledges tone Dr C/4 7.00" HMAC 9.00" Dark Brown Clay HOLE #9 LOCATION 5127 Ledges tone Dr E/4 8. 25" HMAC 7.75" Dark Brown Clay HOLE #10 LOCATION 5200 Ledgestone Dr W/4 6. 50" HMAC 9.50" Dark Brown Clay HOLE #11 LOCATION 5208 Ledgestone Dr C/4 7.25" HMAC 7.00" Lt. Brown Sandy Clay 1.75" Dark Brown Clay HOLE #12 LOCATION 5307 Ledges tone Dr E/4 7.50" HMAC 8.50" Dark Brown Clay Approval: Ryan Jeri Routing: Date Tested: 1/19/11-1/26/11 Requested by: Dennis Rogers Tested by: Soil Lab Superintendent File 10 HMAC SURFACE OVERLAY (2011-13) Blk. Limits Project Name Street Limits Procedure Qty/ LM CD Map 6800-6999 AMBER DR SOUTHPARKLN-AMBERDRS MOL 0 .3 6 104A 3700-3799 ASHLEY CT ASHLEY LN - W CUL-DE-SAC MOL 0 .17 6 103M 6800 -7113 KINGSWOOD DR SALDANA DR -WIND CHIME DR MOL 0.99 6 103B 6700 -6899 LANCELOT CT WINESANKER 'NAY -WINCHESTER CT POL 0.45 6 103A 6520 -6544 MC CART CT-A MC CART AVE -NW CUL-DE-SAC MOL 0 .07 6 1030 6548 -6572 MC CART CT-B MC CART AVE-NW CUL-SE-SAC POL 0.07 6 1030 6600 -6624 MC CARTCT -C MC CART AVE -W CUL-DE-SAC POL 0.06 6 1030 7500 -7699 NUTWOOD PL SYCAMORE SCHOOL RD -RED WILLOW RD FMOL 0.4 6 103G 7536 -7600 RED WILLOW RD NUTWOOD DR -W CUL-DE-SAC POL 0.45 6 103G 6300-6399 WALRAVEN CIR WASHER AVE -WENDEL DR MOL 0 .38 6 89W 5200 -5349 WENDEL DR TRAIL LAKE DR -GRANBURY RD MOL 0.46 6 89W 6200 -6399 WHEATON DR S HULEN ST -WENDEL DR POL 0 .79 6 89W 6500 -6749 WHITMAN AVE WHEELOCK DR -WINESANKER WAY MOL 0 .52 6 89W 6750 -6999 WHITMAN AVE WINESANKER WAY -ALTAMESA BLVD POL 0 .57 6 103A 6300 -6599 WILTON DR S HULEN ST -WHEELOCK DR MOL 0 .62 6 89W 6700 -6899 WINCHESTER CT WINESANKER WAY -LANCELOT CT POL 0.44 6 103A 6400-6599 WINN ST S HULEN ST ~ WHEELOCK DR MOL 0.35 6 89W 7.09 , �.. , . ,, :�_-,, : . - -- — -- � • _- _ ��� CONTRACTING,LL�=� � . �. ,���, � � .,, �, �� �_ 7151 Randol Mill Road P.O. Box 24131 Fort Wort��y T�xas 7r� �:-�- FORTWORTH City of Fort Worth Finance Department • Purchasing Division 1000 Throckmorton Street Fort Worth, Texas 76102 Company Name: I Individual Delivering: I Bid Title and Number: � Employee Signature: Time and Date Received: RECEIPT OF BID YVhite Copy - Customer Yel[ow Copy - Management __ _ W � z a A � �a WH�a z�nA0 � QTY HMAC SUR�ACE O�]E�..A�' AT '�AlZIOUS LOCATIOI�TS (2011-1�) CITY PROJECT NO: 01740 TPW PROJECT N�: C293-541200-206620174083 STREET BY STREET QUANTITY DETERMINATION �PREADSHEET w A D U a�� O A ao � O �A � � O zv�a QTY 0 0 1,301 0 1,000 0 0 300 0 0 � � z 'a" � � �� ITEM 1 2 3 4 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3$ � �. � b � � 0 a UNI7 ITEM DESCRIPTION EA Project Designation Sign LS Utility Adjustment LF Remove & Replace Existing Concrete Curb and Gutter LF Install New Concrete Curb and Gutter SF Remove & Replace 6-Inch Concrete Driveway SF Remove & Replace 6-inch Eexposed Aggregate Driveway SF fnstali New 6-lnch Concrete Driveway SF Remove & Replace 4-Inch Concrete Sidewalk SF Remove & Repiace 4-Inch Exposed Aggregate SidewalkWalk SF {nstall New 4-lnch Concrete Sidewa{k SF Remove & Replace Existing Wheelchair Ramp with 4-Inch ADA Ramp (w/ detectable warning dome-tile surface) SF �nstall New 4-lnch ADA Wheelchair Ramp (w/ detectable warning dome-tile surface) SY Remove & Replace Existing Concrete Valley Gutter SY Install New Concrete Valley Gutter EA Remove & Replace 5-Ft. Storm Drain Inlet-Top EA Remove & Replace 10-Ft. Storm Drain lnlet-Top LF 6-Inches Perforated Pipe - Subdrain SY 8-lnch Pavement Pulverization TON 26 Ib/sy Cement Modification CY Unclassified Street Excavation CY Crushed Limestone CY Asphalt Pavement and Base Repair TON HMAC Pavement Level Up LF Wedge Miling, 2-Inch to 0-Inch Depth, 5-Ft. Wide EA Butt Joint-Milled SY 2-Inch HMAC Surface Millinq L� Crack Sealing of Existing H�IIAC Pavement SY 2-Inch Surface Course �ype "D" Mix EA Remove & Replace 30-Ft. Speed Cushion w/ Striping EA Remove & Replace 40-Ft. Speed Cushion w/ Striping EA Water Valve Box Adjustment With Steel Riser EA Water Valve Box Adjustment with Concrete Co11ar EA Water Meter Box Adjustment EA Manhole Adjustment With Steel Riser EA Manhole Adjustment With Concrete Collar EA Painting House Addresses SY Grass Sod Replacement EA Re-Mobilization Monthly Pickup of Bulky Items Garbage, Recycling,Yard Trimmings & Brush Weekly Pickup Days 0 454 0 600 0 0 40 0 0 W A � U 3 �a xx�"� 0 ���� QTY 0 0 20 0 0 0 0 0 0 0 0 0 0 0 50 0 1 0 100 � 0 0 0 65 0 3, 700 2 200 7,400 2,500 1 0 0 2 2 2 10 76 0 0 0 0 0 0 0 0 0 20 0 0 960 0 0 1,000 3,450 1 0 0 0 1 6 0 Week of the Week of the 3rd. Monday 3rd. Monday of the month of the month � A� � � A � W ���a ���� �TY 0 0 120 0 240 0 0 0 0 � 3� U a' P�" W oz�Wa U W U � a �3 a Q� 0 0 603 0 720 0 40 0 0 � v 3 �z � ' �� � U � �a ��A�" (�TY 0 0 60 0 240 0 0 0 0 � v z aa � � �� ��� �a ��a° RTY 0 0 95 0 0 0 0 0 0 � U v� >� d `� E.., H � � � ,a ��a° QTY 0 0 150 0 360 0 0 0 0 0 _ __ � O x � a � � A � O o��a ��A� z��w QTY 0 0 420 0 360 0 0 100 0 0 0 0 0 0 0 0 0 90 0 0 0 0 0 0 0 0 0 0 0 0 0 50 0 0 0 0 0 0 0 0 0 0 0 I 0 0 0 0 0 0 � 0 0 0 0 3,400 0 800 800 0 0 44 0 10 10 0 0 90 0 0 0 0 0 0 , 0 � 10 10 I 0 30 0 10 0 0 10 • 0 0 10 � 0 0 0 1, 700 0 300 0 0 0 2 2 1 0 .. �. I ? 0 0 0 � � I 3,000 2,000 0 0 0_ 0 1,200 1,700 3,400 800 800 800 3,000 0 0 0 0 0 0 1 0 0 0 0 0 0 0 0 0.... Q.. .. ? 5 1 , 1 1 1 0 0 0 4 2 3 0 0 0 0 0 0 , 1 7 2 1 1 . i. � 4 0 24 I 4 � ..6 ... I.... � 20 100 20 20 20 � 30 0 0 I 0 0 � { � Week of the Week of the Week of the Week of the Week of the Week of the 3rd. Monday 3rd. Monday 3rd. Monday 3rd. Monday 3rd. Monday 3rd. Monday of the month of the month of the month of the month of the month of the month �_, . _ Friday Friday Friday Friday Friday Friday Friday Friday �� Page 'i of 2 W z �� U � � W �� •o 33a� QTY 0 0 643 0 360 0 0 60 0 0 A � � � � A� Aa� z��o �H�� QTY 0 0 871 0 `I 360 I O 0 0 0 0 0 0 � 0 0 57 0 0 0 0 4,700 61 200 0 0 0 0 0 4,700 0 4 0 5 4 52 220 0 Week of the 3rd. Monday of the month Friday 0 0 0 0 0 0 0 0 10 46 1,300 0 1,000 2,300 0 0 1 0 0 0 16 100 0 W eek of the 3rd. Monday of the month Friday 0 0 0 0 0 0 0 10 10 45 1,800 0 2,000 3,000 0 0 0 1 1 24 145 � 0 Week of the 3rd. Monday of the month Friday QTY 0 0 0 0 0 0 b � 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 TOTAL 2 Lumpsum 4, 737 0 4,240 0 0 540 0 0 � .� 107 50 1 0 100 9, 700 126 290 50 135 101 9, 760 13 3,200 14,600 26,450 1 9 16 9 146 756 0 HMAC SURFACE OVElZLA�' AT VARIOUS LOCATIONS (2011-13) CITY PRO�ECT NO: 01740 TPW PROJECT NO: C293-541200-206620174083 STREET BY STREET QUANTITY DETERMINATION SPREAD SHEET � � za � � U �F.� � � � W ITEM � UNIT ITEM DESCRIPTION 1 EA Proiect Desiqnation Sign 2 LS Utility Adiustment 3 LF I Remove & Replace Existing Concrete Curb and Gutter 4 LF Install New Concrete Curb and Gutter 5 I SF Remove & Replace Existing 6-Inch Concrete Driveway 6 SF Remove & Replace 6-Inch Eexposed Aqqregate Driveway 7 SF I Install New 6-Inch Concrete Driveway $ I SF I Remove & Replace 4-Inch Concrete Sidewalk 9 I SF Remove & Replace 4-Inch Exposed Agqreqate SidewalkWalk 10 � SF Install New 4-Inch Concrete Sidewalk 11 SF Remove & Replace Existing Wheelchair Ramp and Install ADA 4- Inch Ramp (w/ detectable warning dome-tile surface) 12 SF Install New 4-Inch ADA Wheelchair Ramp (w/ detectable warning dome-tile surface) 13 SY Remove & Replace Existing Concrete Valley Gutter 14 SY I Install New Concrete Valley Gutter 15 EA Remove & Replacef 5-Ft. Storm Drain Inlet-Top 16 I EA Remove & Replace 10-Ft. Storm Drain Inlet-Top 17 � LF 6-Inches Perforated Pipe - Subdrain 18 SY 8-Inch HMAC Pavement Pulverization 19 TON 126 Ib/sy Cement Modification 20 � CY � Unclassified Street Excavation 21 I CY Crushed Limestone 22 � CY HMAC Pavement and Base Repair 23 TON HMAC Pavement Level Up 24 LF � Wedqe Miling, 2-Inch to 0-Inch Depth, 5-Ft. Wide 25 EA � Butt Joint-Milled 26 � SY �2-Inch HMAC Surface Milling ?7 � LF �Crack Sealing of Existing HMAC Pavement 28 I SY 2-Inch Surface Course Type "D" Mix 29 EA Remove & Replace 30-Ft. Speed Cushion w/ Striping 30 EA Remove & Replace 40-Ft. Speed Cushion w/ Striping 31 ( EA � Water Valve Box Adjustment with Steel Riser 32 � EA � Water Valve Box Adjustment with Concrete Collar 33 I EA I Water Meter Box Adjustment 34 � EA I Manhole Adjustment with Steel Riser 35 � EA Manhole Adjustment with Concrete Collar 36 EA Painting House Addresses 37 SY Grass Sod Replacement 38 I EA I Re-Mobilization Monthly Pickup of Bulky Items Garbage, Recycling,Yard Trimmings & Brush Weekly Pickup Days a A a w z � � A o� HW W �y W a ��al I Q� 0 0 1,377 I 0 I 600 I 0 0 120 I 0 I 0 U U O O ,� W � W � �3 � � ��C�i ' RaaiV ' �Af,Y d � � A � � � � � � � � o �o� ��'� oW x�w �W �W� �Fwa H� a �w�a z -��- ,� �wWa ��3�I �viA�" ��r.a� �v1A� ����I ar� � ar� � Q�r a�r a�r 0 0 0 0 0 � 0 0 0 0 j 0 j 931 550 � 1,300 � 93 572 0 0 � 0 0 0 960 0 720 360 � 240 � 0 0 360 0 � 0 I 0 � 0 0 � 0 0 40 � 40 � 100 40 120 0 0 0 0 � 0 � 0 0 0 o I o Q� 0 0 0 0 0 0 0 0 0 0 0 0 0 � 0 0 I 0 0 0 0 0 I 0 0 I 0 I 0 I 20 � 0 � 0 � 0 � 0 0 I 0 � 50 50 � 0 � 0 0 I 0 0 0 � 0 J 0 � 0 I 0 0 0 0 � 0 � 0 � 0 30 � 0 130 � 0 � 0 � 5,700 � 3,950 � 0 2,800 � 0 0 � I 74 � 51 0 � 36 0 0 � 150 20 0 � 75 0 0 I 0 0 0 � 0 0 0 � � 0 � 0 � 30 0 30 � 10 � 0 � 0 � 30 0 30 � 10 � 0 � 0 � 2,500 � 0 � 1,800 2,300 � 0 j 0 2 � 0 � 2 4 I 0 0 0 � 0 � 0 � 100 � 0 0 � 2,500 0 � 0 � 2,000 � I 5,700 � 3,950 � 4,150 2,800 2,300 � 3,500 � 0 � 1 � 0 0 0 0 � 0 j 0 0 0 � 0 0 0 0 0 � 1 � 0 1 I 6 1 � 2 � 0 � 1 1 � I 0 � 0 � 0 0 � 0 5 � 0 � 0 � 0 1 1 � 1 � 5 1 � 4 0 1 2 � 32 30 j 12 18 � 10 8 � 160 155 � 92 � 155 � 90 95 I 0 I 0 � 0 � 0 � 0 � 0 Week of the Week of the Week of the Week of the Week of the Week of the 3rd. Monday 3rd. Monday 3rd. Monday 3rd. Monday 3rd. Monday 3rd. Monday of the month of the month of the month of the month of the month of the month Friday Friday I Friday Friday I Friday I Friday Page �? of 2 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � � I I i. .. � Q� 0 0 0 0 0 0 0 0 0 0 4TY 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 QTY 0 0 0 0 0 0 0 0 0 0 QTY 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � QTY I o 0 0 I o I o 0 0 0 I o I o TOTAL Z.00 Lumpsum � 4,823.00 o.00 2,aso.00 360.00 0.00 I 460.00 o.00 o.00 0 0.00 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 20.00 � 100.00 � 0.00 0.00 160.00 12,450.00 161.85 � 245.00 � 0.00 � 70.00 70.00 6,600.00 8.00 � 100.00 � 4,500.00 � 22,400.00 1.00 0.00 2.00 � 11.00 I s.00 3.00 13.00 � 110.00 � 747.00 2.00